baartiya kmtonar inagama ilaimatod · 6. experience certificate for executing works of similar...
TRANSCRIPT
Signature of Tenderer 0 Signature of Accepting Authority
BaartIya kMTonar inagama ilaimaToD
(Baart sarkar ka ]Pak`ma)
Container Corporation of India Ltd. (A Govt. of India Undertaking)
Tender No: CON/EP/MMLP/Paradip/Civil & Electrical works/2018
TECHNICAL BID
(E- Tendering Mode Only)
VOLUME - I
FOR
Earthwork, Construction of CC Block Pavement, Approach Road,
Culvert, P-Way Track Work, Boundary Wall, Pre-Engineered
Warehouses, Admin. Bldg. and other Allied works for development of
MMLP at Paradip, Odisha
Container Corporation of India Ltd. C-3, Mathura Road, Opposite Apollo Hospital,
New Delhi - 110076
BaartIya kMTonar inagama ilaimaToD
saI–3, maqaura raoD, Apaolaao Asptala ko saamanao
na[- idllaI – 110076
Signature of Tenderer 1 Signature of Accepting Authority
Abbreviation of the words used in Tender document
NIT = Notice Inviting Tender
CONCOR = Container Corporation of India Ltd.
CPWD = Central Public Works Department
MES = Military Engineering Services
PWD = Public Works Department
PSU = Public Sector Undertaking
EMD = Earnest Money Deposit
CPP = Central Procurement Portal
PF = Provident Fund
SD = Security Deposit
LD = Liquidated damage
GCC = General Condition of Contract / Indian Railways Standard General
Condition of Contract.
BIS = Bureau of Indian Standard
CTE = Chief Technical Examiner
MORTH = Ministry of Road Transport & Highway
DSR = Delhi Schedule of Rates
SOR = Schedules of Rates
PERT = Programme Evaluation Review Technique.
CMD = Chairman cum Managing Director
ICD = Inland Container Depot
DCT = Domestic Container Depot
BG = Bank Guarantee
FD/FDR = Fixed Deposit Receipt
IPC = Indian Penal Code
PC = Prevention of Corruption
EOT = Extension of Time
OPC = Ordinary Portland Cement
RMC = Ready Mixed Concrete
IIT = Indian Institute of Technology
T&P = Tools & Plants
CAR Policy = Contractor‟s all Risk Policy
WC Policy = Workmen Compensation Policy
ESI = Employees State Insurance
PQ = Pre Qualifying
GST = Goods and Service Tax
CGST = Central Goods and Service tax
SGST = State Goods and service tax/
IGST = Integrated Goods and service tax
UGST = Union Territory Goods and service tax
Signature of Tenderer 2 Signature of Accepting Authority
CONTAINER CORPORATION OF INDIA LTD. C-3 Mathura Road, Opposite Apollo Hospital
New Delhi – 110 076.
NOTICE INVITING E - TENDER
(E – TENDERING MODE ONLY)
1. Online Open E-Tenders, in Two packets tendering system , is invited for the below mentioned
works from established, experienced and reliable firms/contractors/Joint Venture/Consortium firms
registered or have worked/working with Railway/CPWD/MES/PWD/Other Government
organization/PSU & their subsidiary.
2. The complete Tender document can be viewed and downloaded only from the website
(www.tenderwizard.com/CCIL) during the tender sale period. The intending bidders should submit
the tender documents sale price & tender processing fee, through e-payment, at the time of making
online request.
3. Complete tender papers, duly accompanied with receipts of e-payment of tender cost, EMD shall be
received online as per date and time mentioned below. Tender shall be opened through E-
Tendering systems, in presence of bidders or their authorized representatives.
Tender No. CON/EP/MMLP/Paradip/Civil & Electrical works/2018
Name of Work Earthwork, Construction of CC Block Pavement, Approach
Road, Culvert, P-Way Track Work, Boundary Wall, Pre-
Engineered Warehouses, Admin. Bldg. and other Allied
works for development of MMLP at Paradip, Odisha
Estimated Cost Rs. 5630.16 Lakhs
Completion Period 24 (Twenty Four) months.
Earnest Money Deposit Rs 29,65,080/- (through e-payment )
Cost of Tender Document (Non-
refundable )
Rs 1,000/- (inclusive all taxes & duties through e-payment).
Tender processing fee (Non-
refundable )
Rs 5,310/- (inclusive all taxes & duties through e-payment).
Date of sale of Tender (online) 30.05.2018 (11:00hrs.) to 19.06.2018 (up to 17:00 hrs.)
Date & Time of submission of Tender 20.06.2018 up to 17:00 hrs.
Date & Time of Opening of Tender 25.06.2018 at 11:30 hrs.
Financial eligibility Criteria The sum total (arithmetic Sum) of tenderer‟s
turnover/revenue (income) from operations for the last three
financial years (i.e.2014-15,2015-16 & 2016-17 OR 2015-
16, 2016-17 & 2017-2018) should be of value not less than
Rs.5067.00 Lakhs. The information shall be supported by
CA certificate & Balance Sheets and Profit & Loss
statements of specified last three financial years
Experience with respect to similar
nature of work
Tenderer should have completed successfully at least one
similar nature of work " (i.e Construction of Cement
Concrete Pavement/road OR Cement Concrete paver
block pavement/road OR Construction of bituminous
pavement /road OR Construction of Warehouse/
Building works, including associated works, like road
bridges, drains, Internal& External Electrification,
Railway track works etc.) ‖ of value not less than Rs.
1970.56 Lakhs during the last four financial years (i.e.
Signature of Tenderer 3 Signature of Accepting Authority
4. This Notice Inviting E-Tender is also available at CONCOR website: www.concorindia.com.
5. Any downloading from the website is at the sole risk & responsibility of the user after paying the
tender sale price and processing fee.
6. EMD & Tender cost should be paid in favour of Container Corporation of India Limited through e-
payment and the receipt of the same should be scanned and uploaded in the e-tendering website
www.tenderwizard.com/CCIL, along with E-Tender document.
7. To participate in the E-Tender, it is mandatory for the bidder to have user ID & password, which has
to be obtained by submitting an annual registration charges of Rs. 1500/-+GST @ 18.00% to ITI,
through e-payment.
8. The e-payment of tender document cost, Earnest Money Deposit (EMD) and tender processing fee
shall be paid through payment Gateway of CONCOR in E-Tendering Portal at
www.tenderwizard.com/CCIL).
9. Corrigendum/Addendum to this Tender, if any, will be published on website www.concorindia.com,
www.tenderwizard.com/CCIL and Central Procurement Portal (CPP) only. Newspaper press
advertisement shall not be issued for the same.
10. Joint Venture firms can apply, in case of estimated advertised tender value above Rs 10 Crore.
11. CONCOR Terminals/ Project Sites are not covered under the definition of “Port”, Governmental
Organization or Railway, as per the definition contained in Goods and Service Tax Department
notifications. As such, GST shall be applicable on CONCOR works and shall not be reimbursed by
CONCOR. The details regarding applicability of GST is available at clause 13.2 of
―Instructions to Tenderers‖. Therefore, tenderer / bidder shall quote their rates inclusive of GST,
as applicable after study the same and GST will not be paid/ reimbursed by CONCOR.
12. GST, Building & other construction workers cess or any other tax, levies, duties on materials and on
complete works in respect of this contract shall be payable by the contractor and CONCOR will not
entertain any claim what so ever in this respect. This should be included in the rates quoted by
contractor.
13. The contractor shall be required to pay cess @ 1% of cost of construction work in accordance with
each bill payable on account of such construction to the concerned State of Govt. (Labour Deptt.).
Cost of material shall be outside the purview of cess, when supplied under a separate schedule
items.” CONCOR shall not entertain any claim whatsoever in this respect.
14. Insurances (i.e, Contractor All risk policy & Workmen Compensation Policy) for works, persons
and property shall be taken by the contractor at his own cost for the entire duration of the project.
Therefore, tenderer shall quote their rates inclusive of premium amounts of the Insurance Policies.
15. If the overall rate, quoted by two or more qualified successful bidders, is the lowest and same, then
the successful bidder will be selected on the basis of lottery in presence of concerned bidders. The
Tender Evaluation Committee will conduct the lottery.
16. Price Variation clause (PVC) is not applicable in this work contract. 17. For any difficulty in downloading & submission of tender document at website
www.tenderwizard.com/CCIL, please contact at tenderwizard.com helpdesk no. 011- 49424365 or
cell no. 08800991863/ 08800115821.
18. CONCOR reserves the right to reject any or all the tenders without assigning any reason thereof.
19. It is works contract. There is no EMD exemption account of MSME.
Executive Director (Engg.)
Phone No.: 011-41673093-96
2014-15, 2015-16, 2016-17 & 2017-18 ) & current year
(2018-19) up to the date of tender submission.
Signature of Tenderer 4 Signature of Accepting Authority
CONTAINER CORPORATION OF INDIA LTD.
C-3 Mathura Road, Opposite Apollo Hospital
New Delhi – 110 076.
NOTICE INVITING E - TENDER
CONCOR invites E-Tender in Two Packets system of tendering for the following work:
For financial eligibility criteria, experience with respect to similar nature of work, etc, please
refer to detailed tender notice available on website www.concorindia.com, but the complete
tender document can be downloaded from website www.tenderwizard.com/CCIL only.
Further, Corrigendum / Addendum to this Tender, if any, will be published on website
www.concorindia.com, www.tenderwizard.com/CCIL and Central Procurement Portal (CPP)
only. Newspaper press advertisement shall not be issued for the same.
Executive Director (Engg.)
Phone No.: 011-41673093-96
Tender No. CON/EP/MMLP/Paradip/Civil & Electrical works/2018
Name of Work Earthwork, Construction of CC Block Pavement, Approach
Road, Culvert, P-Way Track Work, Boundary Wall, Pre-
Engineered Warehouses, Admin. Bldg. and other Allied works
for development of MMLP at Paradip, Odisha
Estimated Cost Rs. 5630.16 Lakhs
Completion Period 24 (Twenty Four) Months.
Earnest Money Deposit Rs 29,65,080/- (through e-payment )
Cost of Tender Document (Non-
refundable )
Rs 1,000/- (inclusive all taxes & duties through e-payment).
Tender processing fee (Non-
refundable )
Rs 5,310/- (inclusive all taxes & duties through e-payment).
Date of sale of Tender (online) 30.05.2018 (11:00hrs.) to 19.06.2018 (up to 17:00 hrs.)
Date & Time of submission of
Tender
20.06.2018 up to 17:00 hrs.
Date & Time of Opening of Tender 25.06.2018 at 11:30 hrs.
Signature of Tenderer 5 Signature of Accepting Authority
INDEX
VOLUME-I - TECHNICAL BID
1. CHECK LIST TO BE FILLED BY BIDDER & SUBMITTED ALONGWITH THE TENDER.
2. PQ PERFORMA TO BE FILLED BY BIDDER & SUBMITTED ALONGWITH TENDER.
3. Section I - TENDER LETTER & AFFIDAVIT
4. Section II - INSTRUCTIONS TO TENDERERS
5. Section III - INTEGRITY PACT
6. Section IV - SPECIAL CONDITIONS OF CONTRACT
7. Section V - ADDENDUM/CORRIGENDUM & ERRATA TO GCC OF INDIAN
RAILWAYS
8. Section VI - INDIAN RAILWAY STANDARD GENERAL CONDITIONS OF CONTRACT
2014
9. Section VII - TECHNICAL SPECIFICATIONS
10. Section VIII - APPENDIX SHOWING IMPORTANT SCHEDULES
11. Section IX - BANK DETAIL PERFORMA
12. Section X - LIST OF MANDATORY TESTS
13. Section XI - TESTING PERFORMA
14. Section XII - TENDER DRAWINGS
VOLUME-II - FINANCIAL BID
Signature of Tenderer 6 Signature of Accepting Authority
Check list to be filled by Bidder before Submission of Bid
S.No. Documents to be submitted by the tenderer alongwith their bid Check & confirm of
having attached
these documents
alongwith Bid
(Yes/No)
1. Cost of the Tender paid [submit paid Challan in case of RTGS/NEFT/
Credit/debit Card ]
2. Earnest Money Deposit (EMD) in the prescribed format & submit its
paid Challan copy in case of RTGS/ NEFT.
3. Pre Qualification (PQ) Performa 4. Complete Balance Sheets with Profit & Loss accounts for the specified
last three years and Chartered Accountant‟s certificate of financial
turnover.
5. Valid Contractor Registration Certificates or Proof of having worked/
working with Railways/CPWD/MES/PWD/other Govt.
Organization/PSU & their Subsidiary.
6. Experience Certificate for executing works of similar nature as per
tender eligibility requirements, issued by State Govt. or Central Govt. or
Public Sector Undertakings/ Govt. Organization/PSU & their
Subsidiary.
7. Affidavit for sole Proprietorship / Partnership deed of partnership firm/
Memorandum & Articles of Association, for private, limited company/
joint venture agreement for JV firm.
8. Certificate of Registration with Registrars of Company (ROC) in case of
Ltd. / Pvt. Ltd. company/PSU, if required.
9. Power of Attorney in original, if required
10. Letter of submission of tender on the letter head of bidder.
11. Submission of complete tender document, duly signed
12. Integrity Pact duly signed
13. Bar Chart duly signed
14. List of permanent technical persons
15. List of Plant & Machinery
16. PF Registration Certificate
17. Permanent Account Number (PAN) Card
18. GST registration Certificate (as applicable)
19. Bank Details (Account No., Bank Name, MICR No, RTGS No. copy of
cancelled cheque)
20. Electrical license, if required 21. Affidavit Annexure B to be submitted along with Tender
22. Affidavit Annexure D to be submitted along with tender
Signature of Tenderer 7 Signature of Accepting Authority
PRE-QUALIFYING (PQ)-PERFORMA
Signature of Tenderer 8 Signature of Accepting Authority
MANDATORY PRE-QUALIFYING (PQ)-PROFORMA/COMPARATIVE STATEMENT
(To be filled by bidder and submitted along with tender document)
Name of Work : Earthwork, Construction of CC Block Pavement, Approach
Road, Culvert, P-Way Track Work, Boundary Wall, Pre-
Engineered Warehouses, Admin. Bldg. and other Allied works
for development of MMLP at Paradip, Odisha
Tender No: CON/EP/MMLP/Paradip/Civil & Electrical works/2018
NAME OF THE FIRM :
S. No. Description Details
1 Name, Address, Organization ID, Tel. /Fax No.
& e-mail address of Bidder
2 Attested copy of Firm Details
(Proprietorship/Partnership/private limited /
limited / Joint Venture).
3 Attested Copy of Power of Attorney details to
sign Tender Document.
4 Earnest Money Deposit (EMD) of
Rs. 29,65,080/- through e-payment.
(Fill RTGS/NEFT/ Credit Card details & Bank
Details)
5 Cost of Tender Documents of Rs. 1000/-
through e-payment.
(Fill RTGS/NEFT/Credit Card details & Bank
details)
6 PF Registration.
7 GST Registration
8 PAN No. of the firm
9 Letter of Submission of tender
10 Contractor Registration 11 Chartered Accountant‟s (CA) Certificate for
Annual financial turnover/revenue (income)
from operations of specified last three
years.
12 Annual Financial turnover/revenue
(income) from operations (as per P&L
Account)
a) FY 2014-15
a) FY 2015-16
b) FY 2016-17
c) FY 2017-18
Signature of Tenderer 9 Signature of Accepting Authority
13 Financial Eligibility Criteria : -
The sum total (arithmetic Sum) of tenderer‟s
turnover/revenue (income) from operations for
the last three financial years (i.e.2014-15,2015-
16 & 2016-17 OR 2015-16, 2016-17 & 2017-
2018) should be of value not less than
Rs.5067.00 Lakhs. The information shall be
supported by CA certificate & Balance Sheets
and Profit & Loss statements of specified last
three financial years
14
Experience with respect to similar nature of
work:- Tenderer should have completed
successfully at least one similar nature of work
" (i.e Construction of Cement Concrete
Pavement/road OR Cement Concrete paver
block pavement/road OR Construction of
bituminous pavement /road OR Construction
of Warehouse/ Building works, including
associated works, like road bridges, drains,
Internal & External Electrification, Railway
track works etc.) ‖ of value not less than
Rs. 1970.56 Lakhs during the last four
financial years (i.e. 2014-15, 2015-16, 2016-17
& 2017-18 ) & current year (2018-19) up to the
date of tender submission.
Name of Work:-
Date of Start
Date of Completion (Stipulated/Original)
Date of Completion (Actual/Final)
Completion Cost
15 Bar Chart
16 List of Permanent Technical Persons.
17 List of Plant & Machinery
18 Bank Detail i.e. Cancelled Cheque, Name of
Bank, Account Number, MICR No. RTGS No.,
Bank Telephone
19 Affidavit (Annexure - B) to be submitted by the
bidder as per format along with tender.
20 Affidavit (Annexure-D) to be submitted along
with tender.
21 Details of any other information
Note: 1:- Bidders have to fill the complete details in Pre-Qualifying Performa.
Note: 2. The documents pertaining to above details should be scanned and uploaded in the e-
tendering website at the time of online tender submission.
Note: 3 RTGS/ NEFT E-payment Challans with UTR no. duly authenticated by Bank may also
be scanned & uploaded along with tender submission.
Note: 4 Affidavit (Annexure - B) must be submitted by the bidder.
Signature of Tenderer 10 Signature of Accepting Authority
SECTION – I
(TENDER LETTER & AFFIDAVITS)
Signature of Tenderer 11 Signature of Accepting Authority
SECTION - I
TENDER LETTER
To
___________________________
___________________________
___________________________
Name of Work: Earthwork, Construction of CC Block Pavement, Approach Road,
Culvert, P-Way Track Work, Boundary Wall, Pre-Engineered
Warehouses, Admin. Bldg. and other Allied works for development of
MMLP at Paradip, Odisha
Dear Sir,
1.0 Enclosed please find herewith a complete set of tender document for work mentioned
above.
PART I- TECHNICAL BID / TECHNO COMMERCIAL BID
Section-I - Tender Letter
Section-II - Instructions to Tenderers
Section-III - Integrity Pact
Section-IV - Special Conditions of Contract
Section-V - Addendum/ Corrigendum & Errata to GCC of Indian Railways
Section-VI - Indian Railways Standard General Conditions of Contract
Section-VII - Technical Specifications
Section-VIII - Appendix showing important schedules
Section- IX - Bank Details Performa
Section-X - List of Mandatory Tests
Section XI - Testing Performa
Section-XII - Tender Drawings
PART II – FINANCIAL BID (BILL OF QUANTITITES)
Your offer, in E-Tender mode, is invited in two packets system of tendering, as per
time, date and other instructions indicated below. You are requested to peruse
instructions contained in the above documents and submit your tender on the due date
and time as mentioned in the tender notice duly signed on each page along with
requisite credentials, through e-tendering mode on the website
www.tenderwizard.com/CCIL. No other mode is acceptable. In case of E-Tender being
submitted in two packets tendering system, the Volume-I is technical bid and Volume-II
is financial bid. The EMD and pre- qualification documents in requisite form shall be
submitted along with technical bid, in case of two packets system of tendering.
Signature of Tenderer 12 Signature of Accepting Authority
2.0 The tender should accompany the following documents scanned and uploaded using the
digital signature for signing the documents:
i) Attested copies of Affidavit for sole proprietorship / partnership deed / memorandum
and Articles of Association along with details pertaining to place of registration,
principal place of business of the firm, etc,
ii) Attested copy of power of attorney on non judicial stamp paper of appropriate value of
the signatory of bid on behalf of the tenderer.
iii) Joint Venture Agreement, if any applicable for tender costing above Rs.10 Crore.
iv) Earnest money of Rs 29,65,080/- (Rupees Twenty Nine lakhs Sixty Five Thousand
Eighty only) in proper form as mentioned in Para 3 of the instructions to tenderers,
Section-II. The EMD to be paid through e-payment and receipt of the same, duly
authenticated by bank, should be scanned and uploaded in the e-tendering
website:www.tenderwizard.com/CCIL.
v) Attested copy of PF Registration Certificate, Goods and Service Tax Registration (as
applicable) &PAN Card.
vi) Attested copies of valid Contractor‟s Registration Certificates or proof of having
worked/ working with Railways / CPWD/MES/PWD, other Government Organization /
PSUs & their Subsidiary.
vii) A BAR CHART indicating various milestones and their date of completion vis-à-vis
deployment of resources. Here it may be noted that the completion period for the work
is 24 (Twenty four) months from the 15th
day after date of issue of Letter of
Acceptance (LOA) including mobilization period.
viii) Financial Eligibility Criteria
As a proof of sufficient financial capacity and organisational resources, the sum total
(arithmetic sum) of tenderer’s turnover/revenue (income) from operations for
specified last three financial years should not be less than 90% of the estimated
advertised tender cost of the work. The information shall be supported by CA
certificate and Balance Sheets and Profit & Loss statements of specified last three
financial years.
(ix) Technical Eligibility Criteria
As a proof of technical experience/ competence, the tenderer(s) should have physically
completed successfully atleast one similar single work for a minimum value of 35% of
estimated advertised tender cost, in last four financial years ( i.e., current year and four
previous financial years) upto the date of tender submission. Proof of completion of
such project to be submitted by tenderer along with the following information.
a) Copies of the work completion certificates duly attested by Gazetted Officer/ Notary
/ self signed from the clients for having completed works of similar nature should
contain following information:-
(i) Name of work
(ii) Date of start
(iii) Date of completion (Stipulated / Original)
(iv) Contract value (Actual / Final)
(v) Actual date of completion
(vi) Cost on completion
Signature of Tenderer 13 Signature of Accepting Authority
(vii) Other information (such as scope of work/ value of major items
executed).
b) – (i) Value of a completed work done by a member in an earlier JV firm shall
be reckoned only to the extent of the concerned member‟s share in that JV
firm for the purpose of satisfying his/her compliance to the above mentioned
technical eligibility criteria in the tender under consideration.
b) – (ii) Contractual payment received by a member in an earlier JV firm shall be
reckoned only to the extent of the concerned member‟s share in that JV firm
for the purpose of satisfying compliance of the above mentioned financial
eligibility criteria in tender under consideration.
Note: In case of combined work, the financial quantum of similar nature work shall be
certified by Certificate issuing authority.
(x) For judging the technical eligibility and financial capability only those works which had
been executed for the Govt. or Semi Governmental Organisation, State Govt., PSU &
their subsidiary shall be considered and the tenderer will submit the certificate to this
effect from the officer concerned duly signed under the official seal. It should be
noted that credentials for the works executed for Private Organisations shall not
be considered.
(xi) The work experience certificate of works executed on back to back basis / subletted
works shall not be considered.
(xii) The bidder, who have changed the name of firm/merged/acquired/purchased any firm
whose credential papers are being used/submitted for qualification of tender, should
submit the following documents in this regard :-
(a) The copy of Certificate of Incorporation of firm or Registration certificate of firm.
(b) Copy of Memorandum and Articles of Association of firm.
(c) Copy of Board Resolution regarding change of name of firm/take over/merger of the firm.
(d) Copy of sale deed/Memorandum of Understanding for Purchase/sale/merger of firm
alongwith assets and liabilities.
(e) The copy of Goods and Service Tax Registration.
(f) Copy of PF Registration and PAN Card.
(g) Affidavit regarding change of name of firm along with all assets and liabilities.
(h) Affidavit regarding closure of business of old firm/merged firm.
(i) Copy of Certificate of CA/Company Secretary regarding Sale/Merger/Change of name of
firm.
Complete documentary evidence should be submitted by bidder.
(xiii) List of plant, equipment and machinery owned by the tenderer.
(xiv) List of permanent technical personnel employed by the tenderer.
(xv) General conditions of contract along with addendum / corrigendum and Errata duly read
and signed on all pages.
(xvi) Special conditions of contract duly read and signed on all pages.
(xvii) Instructions to tenderers read and signed on all pages.
(xviii) Technical specification read and signed on all pages
Signature of Tenderer 14 Signature of Accepting Authority
(xix) Drawings issued along with tender document, read and signed on all pages.
(xx) Letter of submission of tender.
(xxi) Affidavit Annexure - B.
(xxii) Affidavit Annexure – D.
(xxiii):
1. The tender form shall be purchased and submitted only in the name of the JV Firm and
not in the name of any constituent member (Clause 65.4 of General Condition of
Contract (GCC)). In case of E-Tender, the digital key i.e registration with Tender
Wizard should be in the name of JV firm and tender form shall be purchased and
submitted only in the name of the JV Firm.
2. Normally Earnest Money Deposit (EMD) shall be submitted only in the name of the JV
Firm and not in the name of constituent member. However, in exceptional cases, EMD
in the name of Lead Member can be accepted subject to submission of specific
request letter from Lead Member stating the reasons for not submitting EMD in
the name of JV Firm and giving written confirmation from JV members to the
effect that EMD submitted by the Lead Member may be deemed as EMD
submitted by JV Firm (Clause 65.5 of General Condition of Contract (GCC)).
Note: (a) Tenderer not fulfilling above requirements, shall be summarily rejected (requirement
of clause xxiii as above). The other details regarding applicability of JV clause is
available in clause 65 of ―General Condition of Contract (GCC)‖.
(b) All bidders, who are intending to participate as Joint Venture(JV) Firm, must
read GCC clause 65 of tender document and submit relevant documents along
with bid.
Note:
(i) The above documents should be scanned and uploaded in the e-tendering website at
the time of online tender submission.
(ii) All credential documents shall be attested by Gazetted officer or Notary or self signed.
3.0 The Financial Bid shall contain the following:-
Bill of quantities with rates & amounts duly filled in figures. Total amount of bid offer
should also be indicated in figures duly signed.
4.0 General
4.1 All correspondence in connection with Tenders shall be addressed to Executive Director
(Engg.), Container Corporation of India Ltd., 3rd
Floor, C-3, Mathura Road, Opposite
Apollo Hospital, New Delhi – 110 076.
4.2 The Tender No. CON/EP/MMLP/Paradip/Civil & Electrical works/2018 given
above and subject must appear on all correspondence and documents.
4.3 The tender shall be on sale (on line) from 30.05.2018 (11:00 hrs) to 19.06.2018 (upto
17:00hrs) at website www.tenderwizard.com/CCIL.
4.4 Complete tender documents must be submitted on or before 17.00 hrs. of 20.06.2018
through E-Tendering mode only at website www.tenderwizard.com/CCIL.
Signature of Tenderer 15 Signature of Accepting Authority
4.5 Tender will be opened at 11.30 hours on 25.06.2018 in presence of tenderers or their
authorised representatives who are desirous of being present at the opening through E-
Tender system.
4.6 In case tender opening date is declared a public holiday then tenders will be opened at
the same time on the next working day.
4.7 The sequence of Tender opening shall be as:-
(i) Earnest Money Deposit (EMD).
(ii) Technical Bid.
(iii) Financial Bid.
5. The Engineers/Consultants of CONCOR, with respect to the project will be nominated
by CONCOR later on. All action taken by the Engineers/ Consultants shall be taken by
CONCOR for and on behalf of M/s. Container Corporation of India Ltd.
6. Period of completion of the entire work is 24 Months from the 15th
day after date of
issue of Letter of Acceptance (LOA).
7. Tenderers are requested to peruse the “Instructions to Tenderers” and all other
tender documents and submit their tender through E-tendering system only.
8. No Condition/deviation which is either additional or as modification of the tender condition
shall be included in the bids. Conditional tenders shall be summarily rejected
9. Container Corporation of India Ltd., reserves the right to accept or reject any or all the
tenders in part or full irrespective of their being lowest, without assigning any reason.
10. Time is the essence of the contract and the work is to be completed as per the time of
completion including stage completion as stipulated in the Special Conditions of
Contract.
11. Tenderers are requested to peruse the minimum qualifying criteria to be fulfilled by
tenderers for their eligibility to participate in the tender. The details of minimum
qualifying criteria are indicated in “Annexure – A”.
IT IS BROUGHT TO THE NOTICE OF TENDERERS THAT THEIR TENDER WILL NOT
BE CONSIDERED, IF THEY FAIL TO FULFILL THE MINIMUM ELIGIBILITY AS
INDICATED IN ANNEXURE “A”
Yours faithfully,
Executive Director (Engg.)
Phone No.: 011-41673093-96
Container Corporation of India Ltd.
3rd
. Floor, C-3, Mathura Road,
Opposite Apollo Hospital,
New Delhi – 110 076
Signature of Tenderer 16 Signature of Accepting Authority
Annexure-A
Name of Work :- Earthwork, Construction of CC Block Pavement, Approach Road,
Culvert, P-Way Track Work, Boundary Wall, Pre-Engineered Warehouses, Admin. Bldg.
and other Allied works for development of MMLP at Paradip, Odisha
MINIMUM CRITERIA FOR ELIGIBLITY OF THE TENDERERS
01. EMD of Rs 29,65,080/- (Rupees Twenty Nine lakhs Sixty Five thousand eighty
only) in favour of “Container Corporation of India Ltd.” The EMD to be paid through
e-payment and receipt of the same should be scanned and uploaded alongwith tender
document in the e-tendering website:www.tenderwizard.com/CCIL.
02. The sum total (arithmetic Sum) of tenderer‟s turnover/revenue (income) from
operations for the last three financial years (i.e.2014-15,2015-16 & 2016-17 OR 2015-
16, 2016-17 & 2017-2018) should be of value not less than Rs.5067.00 Lakhs. The
information shall be supported by CA certificate & Balance Sheets and Profit & Loss
statements of specified last three financial years
03. Tenderer should have completed successfully at least one similar nature of work " (i.e
Construction of Cement Concrete Pavement/road OR Cement Concrete paver
block pavement/road OR Construction of bituminous pavement /road OR
Construction of Warehouse/ Building works, including associated works, like road
bridges, drains, Internal & External Electrification, Railway track works etc.) ‖ of
value not less than Rs. 1970.56 lakhs during the last four financial years (i.e. 2014-
15, 2015-16, 2016-17 & 2017-18) & current year (2018-19) up to the date of tender
submission.
04. Affidavit (Annexure-B) duly filled up and signed on stamp paper.
NOTE: i) Tenderer not fulfilling the above requirements, shall be summarily rejected.
ii) In case the tenderer does not submit turnover / revenue (income) from
operations for any of the specified financial year(s), then the turnover/ revenue
(income) from operations for that year shall be taken as “NIL” for the purpose of
evaluation of tenderer.
iii) For judging the technical eligibility only those works which had been executed
for the Govt. or Semi Governmental Organisation, State Govt., PSU & their
subsidiary shall be considered and the tenderer will submit the certificate to this
effect from the officer concerned duly signed under the official seal. It should be
noted that credentials for the works executed for Private Organizations shall
not be considered.
iv) The work experience certificate of works executed on back to back
basis/subletted works shall not be considered.
Signature of Tenderer 17 Signature of Accepting Authority
Annexure-B
AFFIDAVIT
(FORMAT FOR AFFIDAVIT TO BE SUBMITTED BY TENDERER ALONGWITH THE
TENDER DOCUMENTS)
(To be executed in presence of Public Notary on non- judicial stamp paper of the value of Rs.
100/-. The stamp paper has to be in the name of the tenderer.)
I____________ (Name and designation)____________ appointed as the attorney/ authorized signatory of the
tenderer (including its constituents), M/s.___________________ (hereinafter called the tenderer) for the purpose
of the Tender documents for the work of _________________ as per the Tender No._______________ of
CONCOR, do hereby solemnly affirm and State on behalf of the tenderer including its constituents as under:
1. I/ We the tenderer (s), am/ are signing this document after carefully reading the contents.
2. I/ We the tenderer (s) also accept all the conditions of the tender document and have signed all the pages in
confirmation thereof.
3. I/ We hereby declare that I/We have downloaded the tender documents from CONCOR tender portal
www.tenderwizard.com/CCIL and printed the same. I/We have verified the content of the printed
document from the website and there is no addition, no deletion or no alteration to the content of the tender
document. In case of any discrepancy noticed at any stage( i.e. evaluation of tenders & execution of work)
The decision of CONCOR with regard to such discrepancies shall be final and binding upon me/us.
4. I/We declare and certify that I/we have not made any misleading or false representation in the forms,
statements and attachments in proof of the qualification requirements.
5. I/We also understand that my/our offer will be evaluated based on the documents/credentials
submitted alongwith the offer and same shall be binding upon me/us.
I/We declare that the information and documents submitted along with the tender by me/us are
correct and I/We are fully responsible for the correctness of the information and documents,
submitted by us.
6. I/We understand that if the certificates regarding eligibility criteria, submitted by us are found to be forged/
false or incorrect at any time during process for evaluation of tenders, it shall lead to forfeiture of the tender
EMD besides suspending of business for minimum one year. Further, I/We ________ [insert name of the
tenderer] ____________ and all my/our constituents understand that my/our offer shall be summarily
rejected.
7. I/ We also understand that if the certificates submitted by us are found to be false/forged or incorrect at any
time, after the award of the contract, it will lead to termination of the contract, alongwith forfeiture of
EMD/ SD and Performance Guarantee besides any other action provided in the contract.
8. I/We certify that I/We are not black listed or debarred by Railway or any other Ministry / Department / PSU
(Public Sector Undertaking) of the Govt. of India/State Govt. from participation in tenders/contract on the
date of opening of bids either in individual capacity or as a member of JV Firm.
DEPONENT
SEAL AND SIGNATURE OF THE TENDERER VERIFICATION
I/We above named tenderer do hereby solemnly affirm and verify that the contents of my/ our above
affidavit are true and correct. Nothing has been concealed and no part of it is false.
DEPONENT
SEAL AND SIGNATURE
OF THE TENDERER
Place:-
Dated:-
Details as appropriate are to be filled in suitably by tenderer.
Attestation before Magistrate/ Notary Public.
Signature of Tenderer 18 Signature of Accepting Authority
Annexure-C
FORM OF DECLARATION TO BE GIVEN BY THE TENDERER
BEFORE TENDER NEGOTIATION
I/We………………………….. do declare that in the event of failure of the contemplated
negotiations relating to Tender No. ……………….. opened on ………………………… my
original tender shall remain open for acceptance on its original terms and conditions.
I/We also declare that I/We am aware that during this negotiation, I cannot increase the
originally quoted rates against any of the individual items and that in the event of my doing so,
the same would not be considered at all i.e. reduction in rates during negotiation alone would be
considered and for some items if I/We increase the rates, the same would not be considered and in
lieu my originally quoted rates alone would be considered and my offer would be evaluated
accordingly.
Signature of Tenderer’s
with stamp
Signature of Tenderer 19 Signature of Accepting Authority
Annexure-D
AFFIDAVIT
(To be submitted by bidder on non-judicial stamp paper of
minimum value of Rs.100/- alongwith their Tender)
I/We undertake and confirm that eligible similar work(s) has/have not been got executed
through another contractor on back to back basis. Further that, if such a violation comes to the
notice of department, then I/We shall be debarred for bidding in CONCOR in future forever.
Also, if such a violation comes to the notice of department before date of start of work, the
Engineer-in-Charge shall be free to forfeit the entire amount of earnest money deposit /
performance guarantee. (scanned copy of this affidavit to be uploaded at the time of
submission of bid).
Signature of Tenderer
Stamp
Signature of Tenderer 20 Signature of Accepting Authority
SECTION – II
(INSTRUCTIONS TO TENDERERS)
Signature of Tenderer 21 Signature of Accepting Authority
SECTION II
INSTRUCTIONS TO TENDERERS
Sealed tenders are invited for: Earthwork, Construction of CC Block Pavement,
Approach Road, Culvert, P-Way Track Work, Boundary Wall, Pre-Engineered
Warehouses, Admin. Bldg. and other Allied works for development of MMLP at Paradip,
Odisha
1.0 Tender documents consisting of Instruction to Tenderers, special condition of Contract,
General Condition of Contract, Technical specifications, schedule of quantities of work, etc,
can be downloaded from the website www.tenderwizard.com/CCIL from 30.05.2018
(11:00hrs) to 19.06.2018 (upto 17:00 hrs) on payment of Rs.1000/- (Rupees one thousand
only) through e-payment.
2.0 Tenderer digital signature on the E- Tender form will be considered as their confirmation that
they have read and accepted all the conditions laid down in the tender documents, unless
specific deviation is quoted in the techno- commercial offer form.
2.1 E- Tender form is not transferrable and the same is to be submitted with digital signature/
signed & scanned copy by the pre- authorized personnel of the bidder. Tender is to be
submitted through e-tender-mode only at website www.tenderwizard.com/CCIL alongwith
scanned copies of credential papers.
2.2 For what so ever reasons, if any part of CONCOR tender document is not uploaded/submitted
by the bidder, other than financial and technical offers and requisite Pre-Qualifying credentials,
in that case the missing part of the tender document shall be treated as read and acceptable to
bidder. Missing part of CONCOR tender document shall not be called for re-submission,
however, the same shall form part of contract agreement and shall be binding on
tenderer.
3.0 Earnest Money: Tender must be accompanied with Earnest Money amounting to
Rs 29,65,080/- (Rupees Twenty Nine lakhs Sixty Five thousand eighty only) @2%
for the works estimated to cost upto Rs. 1 crores and for the works estimated to cost more than
Rs. 1 crores - Rs. 2 lakhs + ½% (half percent) of the excess of the estimated cost beyond Rs. 1
crores, subject to maximum of Rs. 1 crores (as indicated in the tender notice). The earnest
money shall be rounded to the nearest Rs. 10. The EMD is to be paid through e-payment and
receipt of the same should be scanned and uploaded in the e-tendering
website:www.tenderwizard.com/CCIL.
The tender without the prescribed earnest money, shall be summarily rejected.
Note: - (i) E-Payment of tender document cost, Earnest Money Deposit (EMD) and tender
Processing fee shall be through payment Gateway of CONCOR in e-tendering
Portal at www.tenderwizard.com/CCIL.
(ii) The tender processing fee should be deposited by bidder at the time of tender
purchase through e- payment.
3.1 Any request for recovery from outstanding bills for earnest money against present tender will not
under any circumstances be entertained. Tenders submitted with earnest money in forms of
cheque, Government Securities or in any form other than those specified above shall not be
considered.
3.2 No interest shall be allowed on the Earnest Money.
Signature of Tenderer 22 Signature of Accepting Authority
3.3 Earnest money of the unqualified bidders shall be released after finalization of Technical bid in
case of two packet system of tendering. EMD of technically qualified but unsuccessful bidder will
be refunded after the award of Tender. EMD of unsuccessful bidders shall be released after
finalization of tender in case of Single Packet System of tendering The bidder is advised to provide
name of bank, account number, branch code and RTGS code for account maintained by them/him
for any financial transaction if found necessary.
3.4 For the successful tenderer, earnest money will be retained as part of the security deposit in terms of
Clause 16 of the General Conditions of Contract. The earnest money of other tenderers shall,
save as herein before provided, be returned to them, but Container Corporation of India Ltd. shall
not be responsible for any loss or depreciation that may happen thereto while in their possession,
nor be liable to pay any interest thereon.
4.0 The successful tenderer/s shall be required to execute an agreement with CONCOR for carrying
out the work as per the agreed conditions. The cost of stamp paper for the agreement will be
borne by contractor.
4.1 The successful tenderer/s shall require to sign the integrity pact with CONCOR as per enclosed
Performa (Section-III).
4.2 The contract operations and proceeding in connection with the works at all times be conducted
during the continuance of contract in accordance with the laws, ordinance, rules and regulation for
the time being in force and the contractors shall further observe and comply with the bylaws &
regulations of the Government of India, State Government, local Municipalities and other
authorities having jurisdiction over area involved in connection with the works of site & over
operations such as those as carried out by the contractor/s and shall give all notices required by such
by-laws & regulations. The hospital and medical regulations in force for the time being shall also be
complied with by the contractor/ contractors and his workmen.
4.3 The contractor shall be responsible for the observance of the rules and regulations under the Mines Act
and Mineral Rules and Indian Metallurgical rules and regulations of State Government concerned as
amended from time to time.
4.4 The contractor shall at all times keep the CONCOR Administration indemnified against all
penalties that may be imposed by the Government of India or State Government for infringement of
any other clauses of the mines act and rules made there under in respect of the quarries from which
the quarry material for these works is procured.
4.5 The tenderer's offer shall be valid for 90 days for single packet tendering system and 120 days in
case of two packet tendering system from the date of opening of the tender. The tenderer shall
extend the offer as desired by CONCOR in case the tender is not finalized within validity period.
4.6 The Tenderer/s shall not increase his/their rate in case CONCOR negotiates for reduction of rates Such
negotiations shall not amount to cancellation or withdrawal of original offer and rates originally
quoted will be binding on the tenderer/s.
4.7 The tenderer/s shall submit an analysis of rates, if called upon to do so.
4.8 Contractor is required to get himself registered as per Building & Other Construction Workers Cess
Act 1996, PF Registration , Goods and Service Tax , etc,, as per Govt. of India law.
5.0 Conditions of Contract and Specifications
5.1 Works will be carried out according to the Indian Railway's Standard General Conditions of
contract, & CPWD Specifications with upto date correction slips along with special conditions of
contract, technical specifications issued with this tender document. For roads and pavements,
MORTH specification shall be followed. If, however, any particular item or issue is not covered by
these specifications and special specifications, then the work shall be carried out in accordance to
relevant BIS (IS) Codes and Code of practice.
5.1.1 The following publications can be obtained from the office of the Chief Engineer, of concerned
Railways and Book shops
Signature of Tenderer 23 Signature of Accepting Authority
i) Indian Railways General Conditions of Contract and regulation‟s and instruction‟s to Tenderers.
ii) Railway Standard Specifications for materials and works.
iii) Railway Schedule of Rates.
5.1.2 The following publications can be obtained from Secretary, Indian Road Congress, Jam Nagar
House, New Delhi, book shops
i) MORTH Standard Specification (latest revised edition) for Road and bridge work; along
with upto date correction slips for roads and pavements.
ii) CPWD Specification & DSR with up to date correction slips can be obtained from CPWD
office, Nirman Bhawan, New Delhi.
5.2 Correction slips issued upto the date of N.I.T. will be operative to the publications mentioned
below:
i) CPWD Specification, Delhi Schedule of Rates of CPWD.
ii) Indian Railway Standard General Conditions of Contract, Regulations and Instructions to
Tenderers.
iii) Railway Standard Specifications for materials and works.
iv) Railway schedule of rates.
v) Specifications for Road and Bridge work latest revision (MORTH) specification.
5.3 The bid document shall be taken as complimentary and mutually explanatory of one another but
in case of ambiguity or discrepancy, shall take precedence in the order, given below:-
i) Bill of Quantities (BOQ)
ii) Technical specifications
iii) Drawings
iv) Special Conditions of Contract
v) General Conditions of Contract
vi) Instructions to tenderers.
5.4 The tenderer should note that the publication mentioned in Para 5.0 have been prepared for use by
Railway/ CPWD MORTH. For the use of these publications by CONCOR the designation
mentioned therein will deem to have been modified for use by CONCOR as follows. The word
"Railway" / CPWD/ MORTH will be read as CONCOR. The word `General Manager'/ Director
General will be read as "Director (P&S) / CMD".
6.0 Time is the essence of the contract. In order to complete the work within the scheduled time, the
tenderer is required to submit a PERT/BAR CHART for major mile stones for various
activities indicating the time required for the same.
7.0 In case of manual tendering, The tenderer should quote their rates & amount in figures, wherever
applicable in tender document. In case of discrepancy in rates & amount, the rates will prevail
and in case of rates in figures & words, the rates in words will prevail.
However, in case of E-tendering rates should be quoted in figures only. Tenderers may note
that non compliance of above may lead to rejection of their tender.
7.1 Where percentage rate is asked for, tenderer should write percentage in figures only. Tenderers
may note that non compliance of above may lead to rejection of their tender.
8.0 Tenders completed as per instructions will be submitted through e-tendering mode only in the
website www.tenderwizard.com/CCIL as per the prescribed date and time mentioned in the
tender notice and tender will be opened on the prescribed date and time in the presence of
tenderers or their authorized representative who may wish to be present. Only one representative
of each tenderer, who has submitted the tender, will be allowed.
Signature of Tenderer 24 Signature of Accepting Authority
9.0 The tenderer shall visit the site and acquaint himself fully of the site conditions before quoting the
rates. No claim arising out of ignorance of site conditions shall be entertained. The contractor will
have to follow the extant procedure enforce for movement of labour, material, vehicles, etc, both
for inward and outward. Nothing extra will be paid for it.
10.0 The acceptance of a tender will rest with the competent authority who does not bind himself to
accept the lowest tender, and reserves to himself, the authority to reject any or all of the tenders
received, without assigning any reason. All tenders in which any of the prescribed conditions are
not fulfilled, or are incomplete in any respect, are liable to be rejected. CONCOR also reserve
the right of accepting the whole or any part of tender and tenderer shall be bound to
perform the same at the rates quoted. CONCOR also reserve the right for not to invite tender
for any work, or to invite open or limited tender.
10.1 Tenders containing any condition leading to unknown/indefinite liabilities shall be summarily
rejected.
10.2 If at all any rebate / rebates is/are offered the tenderer shall first quote his rates strictly on the
terms and conditions stipulated in the tender document and then show separately any rebates(s)
offered specifying the reasons / conditions for such rebate(s), failure to follow this procedure will
render the tender liable to rejection.
10.3 Canvassing in connection with tender are strictly prohibited and the tenders submitted by the
tenderer who resort to canvassing will be liable to rejection.
11.0 In the financial bid the prices/ rates must be filled after downloading the financial bid document in
the prescribed format issued through online e-tendering website. The financial bid should be
saved and duly filled up and uploaded to the e-tendering site using digital signatures for signing
the documents/(signed and uploaded).
12.0 On acceptance of the tender, the name of the accredited representative(s) of the contractor who
would be responsible for taking instructions from the Engineer-incharge / Engineer shall be
communicated to the Engineer-in-Charge.
13.0 Goods and Service Tax matters: CONCOR, being a commercial organization, with less than
90% Government equity participation by Government, will not be covered under Government, a
local authority or a Governmental authority as per definition or clarification provided in the
Government Notification no 25-2012ST. Exemption of GST is not applicable for the Inland
Container Depot (ICD) for service provided by way of construction, erection, commissioning and
installation, fitting out, repair, maintenance, renovation, or alteration of road, bridge, tunnel or
terminal for road transportation for use by general public or installation of original works
pertaining to airport, port or railways including Mono rail or metro. The Inland Container Depot
(ICD) shall also not be regarded as Terminal for Road Transportation, as it could not be meant for
only road transportation. Any exemption regarding Goods and Service Tax is also not implied on
the Inland Container Depot as not covered under the term of “Port” as per Section 65 B (38) of
Finance Bill 2012.
Therefore, tenderer / bidder shall quote their rates inclusive of Goods and Service Tax, as
applicable and Goods and Service Tax will not be paid / reimbursed by CONCOR.
13.1 Goods and Service Tax , Building & other construction workers cess or any other tax, levies,
duties on materials and on complete works in respect of this contract shall be payable by the
contractor and CONCOR will not entertain any claim what so ever in this respect. This should be
included in the rates quoted by contractor.
13.2 (a) The Contractor / Tenderer / Vendor undertakes to take registration with GST authority for
discharge of its obligation to pay GST in respect of each taxable supply and will intimate the
registration details to CONCOR. In respect of each supply of Goods and Services
contractor/tenderer will specify whether CGST/SGST will be attracted to IGST will be attracted
along with rate thereof.
Signature of Tenderer 25 Signature of Accepting Authority
(b) The contractor/Tenderer/Vendor indemnifies CONCOR, its directors, officers, employees
and associates for any loss it may suffer as a result of the Contractor/Tenderer/Vendor not being
registered with GST authorities or if registered, for any loss due to non-payment of tax. On
request by CONCOR, the Contractor/Tenderer/Vendor shall produce evidence that it is so
registered and paid all the dues in respect of GST. The Contractor /Tenderer/Vendor will get
payment of amount of tax only after the Credit thereof its received by CONCOR in the
electronic credit ledger on GSTN. In case the contractor/tenderer/vendor is unregistered then
submit appropriate documents establishing that agency is exempted as per the provisions of
GST. Also, in case the agency is registered under Composition Levy Scheme, the same will be
duly intimated to CONCOR with relevant documents.
(c ) Contractor/Tenderer/Vendor shall ensure timely issue of documents such as invoices,
declaration forms, reporting, uploading etc. undertaking appropriate statutory compliances as
may be applicable, timely payment of GST, and filling of statutory returns within prescribed
time lines, to ensure availment and utilization of eligible input tax credits by the CONCOR.
(d) In case of any failure on the part of Contractor/Tenderer/Vendor, any
interest/penalty/any other amounts, as may be applicable shall be indemnified by
Contractor/Tenderer/Vendor to the CONCOR.
(e) If as result of Change in Law, Contractor/Tenderer/Vendor obtains a benefit by way of
reduction in costs due to lower tax rates and availability of ITC, Contractor/Tenderor/Vendor
may so notify the CONCOR and propose amendment to this Agreement so as to pass the
incremental benefit to CONCOR which puts it in the same financial position as it would have
occupied had there been no such Change in Law resulting in such decreased cost to the
Contractor/Tenderer/Vendor.
(f) Any denial of input credit due to any omission or failure on the part of the
Contractor/Tenderer/Vendor, the Contractor/Tenderer/Vendor undertakes to indemnify the
CONCOR for any delay or denial of input tax credit along with the consequential liability, if
any, as may accrue to the CONCOR.
14.0 Under Income Tax Act, 1961, a deduction for income tax along with surcharge as applicable will
be made from sums paid on account and final payments for carrying out the work under this
contract.
14.1 The tenderer shall be required to pay cess @ 1% of cost of construction work in accordance with
each bill payable on account of such construction to the concerned State Govt. (Labour Deptt.),
as per Clause 55-C of GCC. Cost of material shall be outside the purview of cess, when supplied
under a separate schedule items”. CONCOR shall not entertain any claim whatsoever in this
respect.
15.0 Tenders for works shall remain open for acceptance for a period of 90 days for single packet
system of tendering and 120 days for two packets system of tendering from the date of
opening of tenders. Should the tenderer fail to keep the tender open for acceptance as stated above
or if the tenderer withdraws his tender before the expiry of the said validity period or makes any
modifications in the terms and conditions of the tender, which are not acceptable, then
CONTAINER CORPORATION OF INDIA LTD., without prejudice to any other right or
remedy, shall be at liberty to forfeit his earnest money.
Signature of Tenderer 26 Signature of Accepting Authority
16.0 The Tenderer shall scan and upload the work experience certificate of similar nature works
completed by him in the last Four financial years and current year upto date of tender
submission. The certificate should indicate completion cost, date of start and actual date of
completion of completed work.
17.0 The tenderer shall scan and upload the CA Certificate, balance sheets with Profit & Loss account
statement of specified last three years in respect of financial turnover, Contractor registration
Certificate, Power of Attorney, Affidavit of Proprietorship/Memorandum & Article of
Association, PF Registration Certificate, PAN Card, Bar Chart, similar nature works completion
certificates & their work orders, Goods and Service Tax , list of personnel, list of tools, plants and
machinery and undertaking downloaded tender documents.
17.1 No additional documents will be entertained after tender opening, except clarification documents
required if any, regarding already submitted documents with tender. Any documents submitted
suomoto by the bidder through e-mail/ post/ hand delivery, etc, shall neither be entertained nor
considered for evaluation.
17.2 For deciding eligibility of tender and award of work, it is mandatory for tenderer / bidder to
submit Affidavit (Annexure - B), EMD, financial turnover, (Balance Sheets with Profit & Loss
Account of specified last three years as per NIT) and similar nature of work experience certificates
of requisite magnitude as per NIT.
17.3 All other documents like PAN Card, PF Registration, Goods and Service Tax, Bar Chart, List of
plant, machinery, technical persons, etc, are also required to be submitted along with tender.
18.0 If the tender is made by proprietary firm, it shall be signed by the proprietor with his full name
and full name of his firm with its current address.
18.(a). If the application is made by a firm in partnership, it shall be signed by all partners of the firm
above their full names and current addresses or by a partner holding the power of attorney for the
firm by signing the applications in which case a certified copy of the power of attorney shall
accompany the application. A certified copy of the partnership deed, current address of the firm
and the full names, and current addresses of all the partners of the firm shall also accompany the
application.
18.(b). If the application is made by a limited company or a limited corporation, it shall be signed
by a duly authorized person holding the power of attorney for signing the application in which
case a certified copy of the power of attorney shall accompany the application. Such limited
company or corporation will be required to furnish satisfactory evidence of its existence, before
the contract is awarded.
18.(c). If the application is made by a joint venture of two or more firms, it shall be signed by their
authorized representatives and accompanied by a legal document signed by all parties to the joint
venture/consortium confirming therein a clear and definite manner the proposed administrative
arrangements for the management and execution of the contract, the delineation of duties,
responsibilities and scope of work to be undertaken by each party, the authorized undertaking that
all parties are jointly and severally liable to the Employer for the performance of the contract.
18 (d) Joint Venture firm can apply for a tender of value more than Rs.10 crores. The terms & conditions
of the joint ventures shall be governed as per Clause 65 of GCC. The joint venture performa
Annexure - VII is to be submitted along with the tender.
18 (e) If the tenderer/tenderers deliberately gives/give wrong information or conceals some facts in
his/their tender or creates/create circumstances for the acceptance of his/their tender fraudulently,
the CONCOR reserve the right to reject such tender at any stage, along with forfeiture of earnest
money deposit. Tenderers are liable to face the penalty of banning of business dealings with him
by CONCOR.
Signature of Tenderer 27 Signature of Accepting Authority
19.0 Performance Bank Guarantee & Security Deposit
19.1 The successful bidder shall have to submit a performance guarantee (PG) @ 5 % of contract
value within 30 (thirty) days from the date of issue of letter of acceptance (LOA). Extension of
time for submission of PG beyond 30 (thirty) days and upto 60 days from the date of issue of
LOA may be given by the Authority who is competent to sign the Contract agreement. However,
a penal interest of 15% per annum shall be charged for the delay beyond 30 (thirty) days, i.e, from
31st day after the date of issue of LOA. In case the contractor fails to submit the requisite PG even
after 60 days from the date of issue of LOA, the contract shall be terminated duly forfeiting EMD
and other dues, if any payable against that contract. The failed contractor shall be debarred from
participating in re- tender for that work.
19.2 The total security deposit will be 5% of contract value as per Clause 16 (1) of GCC. The
earnest money deposit with the tender will be converted into initial security deposit. The balance
amount of security deposit will be recovered from the running account bills of the contractor at
the rate of 10% from each bill till the total security deposit is recovered. No other mode of
collecting Security Deposit, such as in form of BG, FD, etc, shall be accepted towards security
deposit.
20.0 The successful tenderer shall be required to execute an agreement with CONCOR in prescribed
Performa within a maximum period of 60 days after date of issue of LOA, in terms of Clause
16(4)(a) of GCC. The Agreement will be executed after receipt of Performance Bank Guarantee in
prescribed form (Annexure – III) from the contractor.
21.0 MEANING OF TERMS
21.1 In these Regulations for Tenders and Contracts various terms shall have the meaning as defined in
the Indian Railways Standard General Conditions of Contract. Words importing the singular
number shall also include the plurals and vice-a-versa where the context requires.
These Regulations for Tenders and Contracts shall be read in conjunction with the Indian
Railways Standard of General Contract which are referred to herein and shall be subject to
modification additions or supersession by special conditions of contract and/or Technical
specifications if any, to the Tender Forms.
21.2 A contractor should furnish particulars regarding :-
a) His knowledge from actual personal investigation of the actual site condition and resources of
the zones in which he offers to work.
b) His ability to supervise the work personally or by competent and duly authorized agents.
22.0 Should a Tenderer find discrepancies, or omissions in the drawings or any of the Tender forms or
should he be in doubt as to their meaning, he should at once notify (within 10 days of start of
tender sale) to the authority inviting tenders, who may send a written intimation to all
Tenderers. It should be understood that every endeavor has been made to avoid any error which
can materially affect the basis of the tender and the successful tenderer shall take upon himself
and provide for the risk of any error which may subsequently be discovered and shall make no
subsequent claim on account thereof.
23.0 The tenderer shall be required to keep the offer open till such date as might be specified in the
tender. It shall be understood that the tender documents have been sold/issued to the Tenderer and
the Tenderer is permitted to tender in consideration of the stipulation on his part, that after
submitting his tender, he will not resile from his offer or modify the terms and conditions thereof
in a manner not acceptable to the CONCOR. Should the Tenderer fail to observe or comply with
Signature of Tenderer 28 Signature of Accepting Authority
the said stipulations, the earnest money amount shall be liable to be forfeited by CONTAINER
CORPORATION OF INDIA LTD.
24.0 The CONCOR will not be bound by any power of attorney granted by the tenderer or by change
in the composition of the firm and subsequent to the execution of the contract. It may, however,
recognize such power of attorney and changes after obtaining proper legal advice, the cost of
which, will be chargeable to the Contractor.
25.0 The tenderer, whose tender is accepted, shall be required to appear at the office of CONCOR in
person, or through a duly authorized representative, to execute the contract
documents/agreement within 60 days after date of issue of LOA. Failure to do so shall
constitute a breach of agreement effected by the acceptance of the tender, in which case, the
earnest money & other dues shall be forfeited by the Container Corporation of India Ltd., as
Liquidated Damage, as per Clause 16(4) of GCC.
26.0 If a tenderer expires after the submission of his tender or after the acceptance of his tender the
CONCOR shall deem such tender as canceled. If a partner of a firm expires after the submission
of their tender or after the acceptance of their tender, the CONCOR shall deem such tender as
cancelled, unless the firm retains its character. However, in such cases, the amount of earnest
money will be refunded to the legal heir on production of successor certificate.
27.0 In the event of any Tenderer whose tender is accepted shall refuse to execute the contract
documents, the CONCOR may determine that such Tenderer has abandoned the contract and there
upon his tender and the acceptance thereof shall be null and void and the CONTAINER
CORPORATION OF INDIA LTD. shall be entitled to forfeit the full earnest money as
liquidated damages for such default.
28.0 Delayed Tender/ Late tender/Post tender/ Shall not be opened and will be summarily rejected in
case of physical mode. However, this condition is not applicable in E-Tendering system.
29.0 In E-Tendering, Bids in physical form in tender box/by post shall not be accepted.
30.0 Submission of tender and credential documents through E-Tender website
www.tenderwizard.com/CCIL is sole risk & responsibility of the bidder. Any claim on this
account will not be entertained. Hence, bidder should ensure that tender along with all
requisite credential papers should be submitted / uploaded on the e-tender website on or
before tender submission date and time.
31.0 If the overall rate, quoted by two or more qualified successful bidders, is the lowest and
same, then the successful bidder will be selected on the basis of lottery in presence of
concerned bidders. The Tender Evaluation Committee will conduct the lottery.
32.0 No Engineer of Gazetted rank or other Gazetted Officer employed in Engineering or administrative
duties in any Department of the Government of India is allowed to work as a contractor for a period
of two years immediately after his retirement from Government service without the prior permission
of the Government of India. Such Contract is liable to be cancelled if either the Contractor or any of
his employees is found at any time to be such a person who had not obtained the permission of the
Government of India as aforesaid before submission of the tender or engagement in the contractor's
service.
33.0 Should a Tenderer or Contractor have a relative employed in Managerial capacity in CONCOR or
in the case of partnership firm or company incorporated under the Indian Company Law, should a
partner or relative of the partner or a shareholder be employed in responsible capacity in the
CONCOR, the authority inviting tender shall be informed of the fact at the time of submission of
Signature of Tenderer 29 Signature of Accepting Authority
tenders, failing which the tender may be rejected. If such a fact is suppressed at the time of
tendering and comes to light at any time after the acceptance of tender, the contract may be
rescinded in accordance with the provisions in Clause 61 of the General Conditions of Contract.
34.0 Performa to be filled and signed by the Tenderer and scanned & uploaded along with the tender
is given below. Portions not applicable may be deleted
i) The undersigned: -
a) is a retired officer holding prior to retirement a post in CONCOR/Govt. of India/State
Government.
b) is a partnership firm having as one of its partners person as aforesaid.
c) is an incorporated company having, retired officer/Engineer/Manager as stated above.
d) has no such retired Engineer or retired manager, associated with it as stated above.
ii) If falling under any of the above categories (a) to (c), particulars of the officer may be furnished
here under: -
a) Post held before retirement _________________________
b) Date of retirement __________________
c) If not retired at least two years prior to date of submission of tender, state whether permission
for taking such employment has been obtained from the officer duly authorized in this behalf
____________________
iii) If the Tenderer or in case of a firm or Company, any of the shareholders has a relative or relatives
employed in managerial capacity in the CONCOR, particulars of such relative in the CONCOR
may be furnished here under-________________________________________
1. NAME
2. DESIGNATION
3. RELATIONSHIP
PLACE :
DATED : SIGNATURE OF TENDERER
Signature of Tenderer 30 Signature of Accepting Authority
35.0 Power of Attorney
35.1 Notwithstanding anything contained in the clause above, the tenderer shall execute the
Power of Attorney in prescribed format as mentioned in Annexure-VIII (a) and
Annexure VIII (b) and shall conform to the following :-
35.2 A company, while executing Power of Attorney must make conformity with the board
resolution and the charter documents giving the power to issue the said Power of
Attorney including further sub delegation of the same by the said POA holder only.
35.3 “Unless notified in writing to the Tendering Authority, the Authority shall recognize
only that POA holder for the purposes of tender submission and matters related thereto
whose notice and necessary POA document was submitted to the Authority at the time
of tender submission”.
35.4 While for a partnership firm either all the partners of the partnership firm shall execute
and confirm the Power of Attorney if executed or there shall exist a Power of Attorney
in favour of the Partners executing the Power of Attorney for the delegation of power
on behalf of the Tenderer.
35.5 The Power of Attorney being executed by the Tenderer herein shall be executed in
favour of only its Partner or Director or Salaried employee. And in case the POA is
being executed by the Tenderer in favour of its salaried employee, the said employee
should have worked for at least more than 1 year continuously with the Tenderer and
the Tenderer should furnish the following.
Name
Designation
Mobile/Contact no.
employment letter /agreement issued by the firm
Identity card with number ,issued by the firm
Information about the wages paid i.e (Salary slips)
Form-16
PAN card
PF Number
Power of Attorney as per Annexure VIII(a) VIII(b)
35.6 CONCOR will not be bound by the Power of Attorney furnished by the Tenderer and
acceptance of the same shall be at the sole discretion of the CONCOR.
35.7 There can validly exist only a single Power of Attorney at any given time. The Power of
Attorney executed and accepted by CONCOR shall stand revoked on issuance of any
new Power of Attorney issued within the rules herein, with regard to this particular
Project.
35.8 During the subsistence of contract if the Power of Attorney holder is found to be
creating mischief or involved in any illegal or unlawful activity, CONCOR will at its
sole discretion reject the Power of Attorney of such person submitted by the Tenderer
and the Tenderer would be required to issue a fresh Power of Attorney within the rules
herein in favour or authorized person, stated above, within a period of 10 days of being
so notified.
Signature of Tenderer 31 Signature of Accepting Authority
ANNEXURE-I
LETTER OF SUBMISSION OF TENDER
From :
_________________
_________________
To :
M/s Container Corporation of India Limited,
C-3, Mathura Road, Opposite Apollo Hospital,
New Delhi 110076
Name of Work: Earthwork, Construction of CC Block Pavement, Approach Road,
Culvert, P-Way Track Work, Boundary Wall, Pre-Engineered
Warehouses, Admin. Bldg. and other Allied works for development of
MMLP at Paradip, Odisha
Having examined the Tender Documents consisting of general conditions of contract, special
conditions of contract, notice/letter inviting tenders, instructions to tenderers, Drawings, Time
Schedule, Schedule of Quantities and all other documents and papers, as detailed in the tender
documents, and having understood the provisions of the requirements of CONCOR, relative to
the work tendered for in connection with Projects, and having conducted a thorough study of the
job, site(s) involved, the site conditions, soil conditions, the climatic conditions, labour, power,
water, material and equipment availability of land for right of way and temporary office and
accommodation quarters and all other factors and facilities and things whatsoever necessary or
relative to the formulation of the tender and the performance of work.
I/We hereby submit our tender offer for performance of proposed work in accordance with the
terms and conditions and within the time mentioned in the Tender Documents at the rate(s)
quoted by me/us in the accompanying Schedule(s) of Quantities included within the Tender
Documents.
It has been explained to me/us that the time stipulated for job(s) and completion of work(s) in all
respect and in different stages mentioned in the Instructions to Tenderers and signed and accepted
by me/us is the essence of the contract. I/We agree that in case of my/our failure to strictly
observe that time of completion of jobs or any of them and to the final completion work in all
respects according to the schedule. I/We shall pay penalty to the CONCOR as per provision of
tender document.
I/We further agree to sign an Agreement/Bond to abide by the General Conditions and Special
Conditions of Contract with all correction slips upto date and amendments, corrigendum
annexed, additional conditions, specifications, notice/letter inviting tender and instructions to the
tenderers and to carry out all works and according to the specifications for materials and works of
the CPWD/ Railway/MORTH/Special conditions. In the case of acceptance of tender, I/We bind
myself/ourselves to execute the contract documents within 30 / 60 days from the date of issue of
LOA without penalty / with penalty respectively as per Clause 16(4) / (a) of GCC, after
notice that the contract has been awarded to me/us and to commence the work within 15 days
after date of issue of LOA failing which I/We shall have no objection to the forfeiture of the
Signature of Tenderer 32 Signature of Accepting Authority
earnest money amounting to Rs 29,65,080/- (Rupees Twenty Nine lakhs Sixty Five thousand
eighty only), lodged with the CONTAINER CORPORATION OF INDIA LTD.
I/We also undertake to carry out the work in accordance with the said plan specifications and
tender documents as stated in the above Para and to bind and provide such of the materials (other
than those to be supplied by the CONCOR), and to do all such things which in the opinion of the
Engineer may be necessary for, or incidental to the construction, completion and maintenance
thereof and to complete the whole of the said works in all respects, and hand them over to you or
your representative within the period specified; and to maintain the same for the period and in the
manner provided in the conditions of contracts.
I/We have annexed all the documents with Tender No. CON/EP/MMLP/Paradip/Civil &
Electrical works/2018 and all the documents listed under Section-1 including tender documents
duly signed.
I/We hereby undertake that the statements made herein and the information given in the annexure
referred to above are true in all respects and that in the event of any such statement or information
being found to be incorrect in any above particulars, the same may be construed to be a
misrepresentation, entitling CONCOR to avoid any resultant contract.
I/We confirm having deposited earnest money of Rs 29,65,080/- (Rupees Twenty Nine lakhs
Sixty Five thousand eighty only) in the prescribed form.
SIGNATURE (S) OF THE TENDERER WITH STAMP
Name & Designation of authorized person (s)
Signing the tender on behalf of the tenderer (s)
(Power of attorney to be also enclosed)
Signature of Tenderer 33 Signature of Accepting Authority
ANNEXURE- II
AGREEMENT FOR WORKS
Agreement No.___________________________________
THIS AGREEMENT made this________day of________Two thousand and __________ between
CONTAINER CORPORATION OF INDIA LIMITED, (CONCOR) Govt. of India Undertaking and a
Company registered under Indian Companies Act, 1956 having its registered office at C-3, Mathura Road,
Opposite Apollo Hospital, New Delhi 110076 (which expression shall mean and include its successor or
successors in office and assigns) representing through Chairman & Managing Director, CONCOR Ltd.,
hereinafter called "The Company" on the one part and M/s.
_______________________________________ hereinafter called the "Contractor" (which expression
shall mean and include their heirs, executors and administrators and assigns) on the other part.
WHEREAS the Company being desirous of having provided and executed certain works mentioned,
enumerated or referred to in the specifications, conditions of contract, schedule of quantities of works
drawings and other documents consisting of the "Tender" and acceptance thereof, copy hereto annexed, all
of which are deemed to form part of this contract and are included in the terms CONTRACT whenever
herein used.
AND WHEREAS the Company accepted the tender of contractor ______(Name of
Contractor)________for the execution of ________(name of work)________ as per below mentioned
correspondence letters :-
(a) Tender No:-______________________
(b) Tender opened on ___________________
(c) Contractor letter No;__________________
(d) This office letter No.___________________
Company Detailed Letter of Acceptance no. _______________________ as accepted by Contractor
________ (Name of Contractor)________ for the provision and the execution of the said work at the
accepted rates, terms & conditions. The total contract amount works out for this work is Rs. ____ (Rupees
_______).
NOW THIS AGREEMENT WITNESSETH & IT IS HEREBY AGREED AND DECLARED AS
FOLLOWS :
1. In consideration of the payments to be made to the contractor for the work to be
executed by him, the contractor does hereby covenant with the Company that
the contractor shall and will duly provide, execute, and complete the said work within ________
months from the 15th day after date of issue of detailed letter of acceptance i.e., by_____________ as
provided in the tender document and shall maintain the same at his own cost for a period of 12 (twelve)
months thereafter, perform all other acts to be implied there from or may be reasonably necessary for
the completion of the said works and in the manner and subject to the terms and conditions or
stipulation mentioned in the contract.
2. Time is the essence of the contract. Extension of time due to delay on the part of contractor, i.e.. in case
the contractor fails to complete the work within the stipulated period, including extended period, if
granted , contractor will be liable to pay liquidated damages and not by way of penalty, as per Clause
17-B of GCC.
3. In consideration of the due provision, execution, and completion of the said works, the Company does
hereby, agree with the contractor that the Company will pay to the contractor the respective amount for
the work actually done by him or the "Schedule of Rate" as contained in the appended schedule and
such other sums as may become payable to the Contractor under the provisions of the contract, such
payments to be made at such time and in such manner as provided for in this agreement.
Signature of Tenderer 34 Signature of Accepting Authority
4. Performance Guarantee and Security deposit on acceptance of tender:
(a) Contractor has submitted irrevocable Performance Bank Guarantee amounting to Rs.
________________ (Rupees _________________) vide bank guarantee No. _____________
dated ______ issued by _____________________(Name of the bank) valid till ________.
(b) Total security deposit on acceptance of the tender is 5% (Five percent) of the contract value
including the earnest money deposited with the tender. The earnest money deposited with the
tender will be converted into initial security deposit. The balance security deposit amounting to
Rs. __________ (Rupees ___________________) will be recovered from the Running Account
Bills at the rate of 10% from each bill till the total security deposit is recovered. No other mode of
collecting SD such as SD in the form of instruments like BG, FD etc, shall be accepted towards
Security Deposit.
The security deposit unless forfeited in whole or in part according to the terms and conditions will be
refunded on receipt of a certificate from the Engineer to the effect that the work is completed
satisfactorily and maintained in all respects for the period specified in the contract. Performance
Guarantee (PG) shall be returned to the contractor after the physical completion of the work as
certified by the Competent Authority. The Competent Authority shall normally be the authority who is
competent to sign the contract. The certificate, inter alia, should mention that the work has been
completed in all respects and that all the contractual obligations have been fulfilled by the contractors
and that there is no due from the contractor to CONCOR against the contract concerned. Before
releasing the SD, an unconditional and unequivocal no claim certificate is required to be submitted by
contractor.
No interest will accrue on the Security Deposit under any circumstances.
5. Price Variation Clause (PVC) is not applicable in this contract.
6. In consideration of the due provision, execution and completion of the said works the contractor does
hereby agree to pay the Company the sum as may be due to the Company for the service, if any
rendered by the Company to the contractor and such other sum or sums as may become payable to the
company towards loss, damage to the Company's equipment materials, plant and machinery liquidated
damages, if any, as set forth in the said conditions of contract, such payment to be made at such time in
such manner as is provided in the contract.
SIGNED AND DELIVERED FOR AND ON BEHALF OF…………..
IN THE PRESENCE OF
WITNESS :
1. ______________________
2. ______________________
SIGNED AND DELIVERED FOR AND ON BEHALF OF CONCOR.
IN THE PRESENCE OF
WITNESS :
1. ______________________
2. ______________________
Signature of Tenderer 35 Signature of Accepting Authority
ANNEXURE III
A PROFORMA OF BANK GUARANTEE
(ON NON-JUDICIAL PAPER OR APPROPRIATE VALUE)
To
Container Corporation of India Limited,
C-3, Mathura Road, Opposite Apollo Hospital,
New Delhi 110076
Dear Sir (s)
In consideration of the Container Corporation of India Limited (hereinafter called "the CONCOR") having
agreed to exempt M/s _____________________________________________ hereinafter called the said
Contractor(s)" from the demand, under the terms and conditions of an acceptance letter No.
________________________________________ made between the Chairman & Managing Director,
CONCOR, New Delhi and M/s _____________________________________ for Civil / Electrical / Fire
fighting / air-conditioning works for
______________________________________________________________________(hereinafter called
"the said agreement"), of security deposit for the due fulfillment by the said Contractor(s), we do hereby
undertake to pay to the CONCOR an amount not exceeding
`__________________________________________________________ only) we
_______________________________________________ (hereinafter referred to as the bank) at the
request of M/s _______(Name of Contractor)__________ of the terms and conditions contained in the
said Agreement, on production of a Bank Guarantee for ` _______________ only against any loss or
damage caused to or suffered or would be caused to or suffered by the CONCOR by reason of any breach
by the said Contractor(s) of any of the terms and conditions contained in the said agreement.
2. We, ____(Bank Name)_______ do hereby undertake to pay the amounts due and payable under this
guarantee without any demur, merely on a demand from the CONCOR stating that the amount claimed is
due by way of loss or damage caused to or would be caused to or suffered by the CONCOR by reason or
breach by the said contractor(s) of any of the terms and conditions contained in the said agreement or by
reason of the contractor(s) failure to perform the said agreement. Any such demand made on the bank shall
be conclusive as regards the amount due and payable by the Bank under this guarantee. However, our
liability under this guarantee shall be restricted to an amount not exceeding Rs.
_________________________________ only.)
3. We, ___(Bank Name)_____ undertake to pay to the CONCOR any money so demanded
notwithstanding any dispute or dispute raised by the contractor(s)/supplier(s) in any suit or proceeding
pending before any court or Tribunal relating thereto our liability under this being absolute and
unequivocal.
The payment so made by us under this bond shall be a valid discharge of our liability for payment
there under and the contractor(s)/supplier(s) shall have no claim against us for making such payment.
Signature of Tenderer 36 Signature of Accepting Authority
4. We (Bank Name) further agree that the guarantee herein contained shall remain in full force and effect
during the period that would be taken for the performance of the said agreement and that it shall continue
to be enforceable till all the dues of the CONCOR under or by virtue of the said agreement have been fully
paid and its claims satisfied or discharged or till the Chairman cum Managing Director CONCOR, New
Delhi office/ Department) certified that the terms and conditions of the said agreement have been fully and
properly carried out by the said contractor(s) and accordingly discharges this guarantee is made on us in
writing on or before the __________________________ we shall be discharged from all liability under
this guarantee thereafter.
5. We (Bank Name), further agree with the CONCOR that the CONCOR shall have the fullest liberty
without our consent and without affecting in any manner our obligations here under to vary any of the
terms and conditions of the said agreement or to extend time of performance by the said contractor from
time to time any of the said contractor(s) and to forbear or enforce any of the terms and conditions relating
to the said agreement and we shall not be relieved from our liability by reason of any such variation, or
extension being granted to the said contractor(s) or for any forbearance, act or omission on the part of
CONCOR or any indulgence by the CONCOR to the said contractor(s) or any such matter or thing
whatsoever which under the law relating to sureties would, but for this provision, have effect of so
relieving us.
6. This guarantee will not be discharged due to the change in the constitution of the Bank or the
contractor(s)/Supplier(s).
7. We, (Bank Name) lastly undertake not to revoke this guarantee during its currency except with the
previous consent of the CONCOR in writing.
Notwithstanding anything contained herein above our liability under this guarantee shall :-
a) be limited to a sum or ` ____________________________________________ only.)
b) Stand completely discharged and all your rights under this guarantee shall stand extinguished if no
claim or demand made upon us in writing on or before ____________________________
For (Bank Seal & Sign)
Bank Guarantee No. _________________
Date ____________
Signature of Tenderer 37 Signature of Accepting Authority
ANNEXURE –IV
FORM OF INDENTURE FOR SECURED ADVANCES
(For use in cases in which the contract is for finished work and the contractor has entered into
an agreement/or the execution of a certain specified quantity of work in a given time, on non-
judicial stamp paper of appropriate value, in the name of the contractor).
THIS INDENTURE MADE this _______day of _________2018, BETWEEN
_____________________________ (hereinafter called the “contractor” which expression shall
where the context so admits or implies be deemed to include his heirs, executors, administrators
and assigns) of the one part and Container Corporation of India (CONCOR), A Government of
India undertaking having its office at C-3, Mathura Road, Opposite Apollo Hospital, New
Delhi 110076 hereinafter called the “company” on the other part.
WHEREAS by an agreement No. _______ dated ______ (hereinafter called the said
agreement) the contractor has agreed to construct __________________________.
AND WHEREAS the contractor has applied to the “Company” that he be allowed advances on
the security of materials absolutely belonging to him and brought by him to the site of works,
the subject of the said agreement, for use in the construction of such of the works as he has
undertaken to execute at rates fixed for the finished work (inclusive of the cost of material and
labour and other charges) AND WHEREAS the company has agreed to advance to the
contractor the sum of Rs.________ (Rupees _________ only) on the aforesaid security and has
reserved to himself the option of making any further advance or advances on security of
aforesaid quantities and other particulars of the materials on the security of which the advance
or advances are made being detailed in running account bill for the said works signed from time
to time by the contractor.
NOW THIS INDENTURE WITNESSETH that in pursuance of the said agreement and in
consideration of the sum of Rs. _________ (Rupees ___________ only) on or before the
execution of these presents paid to contractor by the “Company” (the receipt whereof the
contractor do hereby acknowledge) and of such further advances (if any) as may be made to
him as aforesaid the contractor do hereby covenant and agree with the company and declare as
follows:-
1. That the said sum of Rs._______ (Rupees _______ only) paid to the contractor as
aforesaid and all or any further sum or sums advanced as aforesaid shall be employed
by the contractor in or towards expediting the execution of the said works and for no
other purpose whatsoever.
2. That the materials detailed in the said running account bill which have been offered to
and accepted by the company as security are absolutely the contractor‟s own property
and free from encumbrances of any kind and the contractor will not make any
application for or receive a further advance on the security of materials which are not
absolutely his own property and free from encumbrances of any kind and the contractor
indemnifies the company against all claims to any materials in respect of which an
advance has been made to him as aforesaid.
3. That the materials detailed in the said running account bill and all other materials on the
security of which any further advance or advances may hereafter be made as aforesaid
(hereinafter called the said materials) shall be used by the contractor solely in the
execution of the works in accordance with the directions of the Engineer-in-charge of
the works authorised by the company and in terms of the said agreement
Signature of Tenderer 38 Signature of Accepting Authority
4. That the contractor shall make at his own cost all necessary adequate arrangement for
the proper watch, safe custody and protection against all risks of the said materials and
that until used in construction as aforesaid, the said materials shall remain at the site of
the said works in the contractor‟s custody and on his own responsibility and shall at all
times be open to inspection by any officer authorised by the company. In the event of
the said materials or any part thereof being stolen, destroyed or damaged the contractor
will forthwith replace the same with other materials of like quality or repair and make
good the same as required by the Officer authorised by the company.
5. That the said materials shall not on any account be removed from the site of the said
works except with the written permission of the officer authorised by the company.
6. That the advances shall be repayable in full when or before the contractor receives
payment from the company of the price payable to him for the said works, under the
terms and the provisions of the said agreement, provided that if any intermediate
payments are made to the contractor on account of the work done, on the occasion of
each such payment the company will be at liberty to make a recovery from the
contractor‟s bill for such payment deducting there from the value of the said materials
then actually used in the construction and in respect of which such recovery was not
made previously, the value for the purpose being determined in respect of each
description of materials at the rates at which the amounts of the advances made under
these presents were calculated.
7. That if the contractor shall at any time make any default in the performance or
observance in any respect of any of the terms and provisions of the said agreement or of
these presents the total amount of the advance or advances that may still be owing to the
company shall immediately on the happening of such default be repayable by the
contractor to the company together with interest thereon at fifteen per cent per annum
from the date or respective dates of such advance or advances to the date of repayment
and with all costs, charges, damages and expenses incurred by the company in or for the
recovery thereof or the enforcement of this security or otherwise by reason of the
default of the contractor and the contractor hereby covenants and agrees with the
company to repay and pay the same respectively to him accordingly.
8. That the contractor hereby charges all the said materials with the repayment to the
“company” of the said sum of Rs._________(Rupees ___________ only) and any
further sum or sums advanced as aforesaid and all costs, charges, damages and expenses
payable under these presents PROVIDED ALWAYS and it is hereby agreed and
declared that notwithstanding anything in the said agreement and without prejudice to
the powers contained therein, if any, whenever the covenant for payment and repayment
hereinafter contained shall become enforceable and the money owing shall not be paid
in accordance therewith the company may at any time thereafter adopt all or any of the
following courses as he may deem best:-
(a) Seize and utilise the said materials or any part thereof in the completion of the
said works on behalf of the contractor in accordance with the provisions in that
behalf contained in the said agreement debiting the contractor with the actual
cost of effecting such completion and the amount due in respect of advances
under these presents and crediting the contractor with the value of work done as
if he had carried it out in accordance with the said agreement and at the rates
hereby provided. If the balance is against the contractor he is to pay the same to
the company on demand
Signature of Tenderer 39 Signature of Accepting Authority
(b) Remove and sell by public auction the seized materials or any part thereof and
out of the money arising from the sale retain all the sums aforesaid repayable or
payable to the company under presents and pay over the surplus (if any) to the
contractor.
(c) Deduct all or any part of the money owing out of the security deposits or any
sum due to the contractor under the said agreement.
9. That except in the event of such default on the part of the contractor as aforesaid interest
on the said advance shall not be payable.
10. That in the event of any conflict between the provisions of these presents and the said
agreement, the provisions of these presents shall prevail and in the event of any dispute
or difference arising over construction or effect of these presents the settlement of
which has not been hereinbefore expressly provided for the same shall be referred to the
company whose decision shall be final and the provisions of the Indian Arbitration Act,
1996 for the time being in force shall apply to any such reference.
IN WITNESS WHEREOF the said contractor and the company have hereunto set their
respective hands the day and year first above written.
Signed, sealed and delivered by
In the presence of witness:
i) Signature ______________ Contractor ___________
ii) Name ______________________________
iii) Address __________________________________
Signed by and delivered for and on behalf of CONCOR
Signature with official Seal
In the presence of witness
i) Signature ______________
ii) Name ____________
iii) Address _________________
Signature of Tenderer 40 Signature of Accepting Authority
ANNEXURE V
FORM FOR ADVANCE MOBILISATION
(BANK GUARANTEE)
(On non-judicial stamp paper of appropriate value)
To
The Executive Director (Engg)
Container Corporation of India Ltd.
C-3, Mathura Road, Opposite Apollo Hospital,
New Delhi 110076
Name of the work __________________________________________________.
1. In accordance with the provisions of the conditions of contract for release of
Mobilisation Advance carrying simple interest @ 18% interest per annum on the above
mentioned contract, M/s ________________________(contractor)
shall deposit with Container Corporation of India Ltd, C-3, Mathura Road, Opposite Apollo
Hospital, New Delhi 110076, a bank guarantee to guarantee his proper and faithful
performance under the relevant clause(s) of the contract for an amount of (Amount of
Guarantee) Rs._______________.
2. We, ________________ (the bank)________________________, as instructed by the
Contractor, agree unconditionally and irrevocably to guarantee as primary obligator and not as
surety merely, the payment to CONCOR/New Delhi on his first demand without whatsoever
right of objection on our part and without his first claim to the contractor, the amount not
exceeding Rs.___________________ (Rupees ____________________ only ) in the event that
the obligation expressed in the clauses of the above mentioned contract have not been fulfilled
by the contractor giving the right of the claims to the CONCOR for recovery of the whole or
part of the mobilisation advance from the contractor under the contract.
3. We _____________ do hereby undertake to pay the amounts due and payable under this
guarantee without any demur, merely on a demand from the CONCOR stating that the amount
claimed is due by way of loss or damage caused to or would be caused to or suffered by the
CONCOR by reasons of breach by the said contractor/s of any of the terms or conditions
contained in the said Agreement or by reasons of the contractor/s failure to perform the said
Agreement. Any such demand made on the bank shall be conclusive as regards the amount due
and payable by the Bank under his guarantee. However, our liability under this guarantee shall
be restricted to an amount not exceeding Rs.__________.
4. We, undertake to pay to the CONCOR any money so demanded notwithstanding any
dispute or disputes raised by the contractor(s) in any suit or proceeding pending before any
court or tribunal relating there to, our liability under this present being absolute and
unequivocal.
The payment so made by us under this bond shall be valid discharge of our liability for
payment there under and the contractor(s) shall have no claim against us for making such
payment.
5. We, ____________ further agree that the guarantee therein contained shall remain in
full force and effect during the period that would be taken for the performance of the said
Agreement and that it shall continue to be enforceable till all the dues of the CONCOR under
or by virtue of the said Agreement have been fully paid and its claims satisfied or discharged or
till CONCOR certifies that the terms and conditions of the said Agreement have been fully
Signature of Tenderer 41 Signature of Accepting Authority
properly carried out by the said contractor(s) and accordingly discharges that guarantee. Unless
a demand or claim under this guarantee is made on us, in writing or before the
________________ we shall be discharged from the liability under this guarantee thereafter.
6. We,_____ further agree with the CONCOR that the CONCOR shall have the fullest liberty
without our consent and without affecting in any manner our obligations hereunder to vary any
of the terms and conditions of the said Agreement or to extend time of performance by the said
contractor(s) from time to time or to postpone for any time or from time to time any of the
powers exercisable by the CONCOR against the said contractor(s) and to forbear or enforce
any of the terms and conditions relating to the said Agreement and we shall not be relieved
from our liability by reasons of any such variation, or extension being granted to the said
contractor(s) or for any forbearance, act or commission on the part of the CONCOR any
indulgence by the CONCOR to the said contractor(s) or any such matter or thing whatsoever
which under the law relating to sureties would, but for this provision, have effect of so relieving
us.
This guarantee will not be discharged due to change in the constitution of Bank of the
contractor(s).
We, ______________________________lastly undertake not to revoke this guarantee during
its currency except with the previous consent of the CONCOR in writing.
Notwithstanding anything contained therein above, our liability under this guarantee shall :
a) be limited to a sum of Rs. ________ (Rupees ___________________)
b) stand completely discharged and all your rights under this guarantee shall stand
extinguished if no claim or demand is made upon us in writing on or before ___.
We further agree that no change or addition or other modification of the terms of the contract or
of works to be performed there under or of any of the Contract documents which may be made
between CONCOR 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 advance payments under
the contract until CONCOR has received full repayment of the same amount from the
contractor.
Yours truly,
Signature and Seal
Name of the Bank/Financial Institution
Address
Date:
Signature of Tenderer 42 Signature of Accepting Authority
ANNEXURE VI
INDEMNITY BOND
Name of the work (On non-judicial stamp paper of appropriate value)
Know all men by these presents that I/we _________________
Name of Contractor with address ______________________
Do hereby execute Indemnity Bond on __________________ day of __________2018 in favour of (I)
Container Corporation of India Ltd., C-3, Mathura Road, Opposite Apollo Hospital, New Delhi
110076 and
(II) …………………………appointed as the Engineers for the Project Management for and on behalf of
CONCOR for the work of ………………………………………………………………………vide
Tender No. ………………………………………………….
THIS DEED WITNESSETH AS FOLLOWS:
I/We ___________________ (Name of contractor) hereby do indemnify and save harmless CONCOR
& …………………..having their office at C-3, Mathura Road, Opposite Apollo Hospital, New Delhi
110076 and ……………………………………………….. respectively from:
(1) Any third party claims, civil or criminal complaints/liabilities, site mishaps and other accidents or
disputes and/or damages occurring or arising out of any mishaps at the site due to faulty work,
negligence, faulty construction and/or by violation of any law, rules and regulations in force, for the
time being while executing/executed civil works by me/us.
(2) Any damage, loss or expenses due to or resulting from any negligence or breach of duty on the part
of me/us or any sub contractor, if any, servants or agents.
(3) Any claims by an employee of Mine/ours or of sub-contractor(s) if any, under the Workman
Compensation Act and Employers‟ Liability act, 1939 or any other law, rules and regulations in
force for the time being and any acts replacing and/or amending the same or any of the same as may
be in force at the time and under any law in respect of injuries to persons or property arising out of
and in the course of execution of the contract, work and/or arising out of and in the course of
employment of any workman/employee.
(4) Any Act or omission of mine/ours or sub-contractors if any. Our/their servants or agent which may
involve any loss, damage, liability, civil or criminal action.
IN WITNESS WHEREOF THE……………………………………………………
HAS SET HIS/THEIR HANDS ON THIS DAY OF ………………………….. 2018.
SIGNED AND DELIVERED BY THE
AFORESAID………………………….
IN THE PRESENCE OF WITNESS
1. ……………………………………..
2. ……………………………………..
Signature of Tenderer 43 Signature of Accepting Authority
ANNEXURE—VII
FORMAT FOR JOINT VENTURE MEMORANDUM OF UNDERSTANDING/ AGREEMENT.
(Applicable to Contracts of value more than Rs. 10 crores only)
(On Non – Judicial Stamp paper of appropriate value notarized/ registered as per Law)
THIS JOINT VENTURE MEMORANDUM OF UNDERSTANDING (MOU) AGREEMENT
EXECUTED AT …………………………….. on this …………day of ……….. 2018 between
M/s …………………………………………………… Registered office at ………………..as the first
party M/s ……………………… Registered office at…………. as the second party M/s
……………………… Registered office at…………. as the Third party (The expression and words of
the first and second and third party shall mean and include their heirs successors, assigns, nominees
execution, administrators and legal representatives respectively.)
WHEREAS all the parties are engaged mainly in the business of execution of Civil Engineering and
General Contracts for various Government Departments and organizations.
WHEREAS the parties herein above mentioned are desirous of entering into a Joint Venture for
carrying on Engineering and/or contract works in connection with …………………………………….
and other works mentioned in Tender Notice No…………………. dated …………. of Container
Corporation of India or any other work or works, as mutually decided between the parties to this Joint
Venture.
WHEREAS all the parties are desirous of recording the terms and conditions of this Joint Venture to
avoid future disputes.
NOW THIS MOU / AGREEMENT WITHNESSTH AS UNDER:
1.
That in and under this Joint Venture agreement the work will be done jointly by the First party and
Second party in the name and style of M/s ……………………
..………………(Joint Venture of M/s …………………………….…….. M/s……….
…………………………. and M/s ………………………………….. )
2.
That all the parties shall be legally liable, severally and or jointly responsible for the
satisfactory/successful execution/completion of the work in all respects and in accordance with terms
and conditions of the contract.
3.
That the role of each constituent of the said Joint Venture in details shall be as
under:
The first party shall be responsible for ……………………………….
The second party shall be responsible for ……………………………
The third party shall be responsible for ………………………………
4.
The share of profit and loss of each constituent of the said Joint Venture shall be as under :
First Party ________%
Second Party _____%
Third Party _____%
5.
That all the parties of this Joint Venture shall depute their experienced staff as committed
commensurate with their role and responsibility and as required for the successful completion of the
works in close consultation with each other.
6.
That the investment required for the works under this Joint Venture shall be brought in by the parties
as agreed to between them from time to time.
Signature of Tenderer 44 Signature of Accepting Authority
7.
That all the Bank Guarantee shall be furnished jointly by the parties in the name of Joint Venture
firm.
8.
That the party number …………………………………………………….. to this Joint Venture shall
be the prime (lead) contractor and will be responsible for timely completion of work and to co-
ordinate with the CONTAINER CORPORATION OF INDIA LTD. to receive payments and also to
make all correspondence on behalf of this Consortium/Joint Venture. The decision of lead partner
shall be binding on the Joint Venture.
9.
That all the above noted parties i.e. ………………………………….. not to make any change in the
agreement without prior written consent of the CONTAINER CORPORATION OF INDIA LTD.
NOW, the parties have joined hands to form this Joint Venture on this ………..
Day of ………………… two thousand ………..with reference to and in confirmation of their
discussions and understanding brought on record on ………
IN WITNESS THEREOF, all / both the above named parties have set their respective hands on
……….the day ……….. and year …………. First above mentioned in the presence of the following
witness:
Signature of first party Signature of 2nd
party / parties
WITNESSES:
1. First party.
2. Second party
Signature of Tenderer 45 Signature of Accepting Authority
Annexure-VIII (a)
Power of Attorney
ON NON JUDICIAL STAMP PAPER OF ADEQUATE VALUE AS PER THE
JURISDICTION
Know all men by these presents I/We, ........................., son/daughter/wife of
Mr......................................., aged ................... years, citizen of ....................., presently residing
at ................................, Managing Director/ Chief Executive Officer/Partner of
M/s................................................[name of contractor], a company/Firm incorporated in India
under the Partnership Act/Companies Act, 1956/ Companies Act, 2013 and having its
registered office at ...........................................(hereinafter called “the Principal) by virtue of
the resolution passed at the Meeting of the Board of Directors of the Company held on
....................... or deed/resolution of the Firm dated or the Power of Attorney dated ...............
granted to me pursuant to the resolution passed at the meeting of Board of Directors of
company held on .............. or deed/resolution of the Firm dated.............., delegated to me/us
certain powers to act on behalf of the company/firm for various purposes. As per the said
delegation, I/We have been authorized to appoint and substitute any person or persons to
exercise all or any of certain powers delegated to me/us by the Company/Firm and/or to grant
Powers of Attorney to the officers and employees of the Company/Firm to perform various
acts, deeds and things required to be done by the Company/Firm.
Whereas Container Corporation of India Ltd. (“CONCOR”), has invited proposals from
interested parties for the work of .............................................................. at
.............................................. (Project/works).
Whereas, _______________(name of the contractor), the Principal is interested in bidding for
the Project/works in accordance with the terms and conditions of the tender document, bearing
No.............................................., dated ……………. and other connected documents in respect
of the Project/works, and
Whereas, it is necessary for the Principal to delegate to one of the employee / partner(s) /
director with all necessary power and authority to do for and on behalf of the
_______________(name of the contractor), all acts, deeds and things as may be necessary,
including but not limited to representing the contractor, signing of tender documents, bills,
measurement books, drawings and other related documents in connection with the
________________________ Bid for the Project/works and its execution.
NOW THESE PRESENTS WITNESSETH that I/we do hereby designate, nominate, constitute
appoint and irrevocably authorize Mr./ Ms. ....................., son/daughter/wife of
Mr................................, aged ...................... years, citizen of ........................, presently residing
at ......................., ...................[specify designation] and whose signatures are given below, as
true and lawful Attorney of the Principal(hereinafter referred to as the “Attorney”), to have and
exercise in the name and on behalf of the Principal the powers and authorities hereinafter
mentioned:
1. To execute all required documents and conduct all business for and on behalf of the
Principal during the Bidding process of the Project/works and, in the event Principal is
awarded the contract, during the execution of the Project/works; and
Signature of Tenderer 46 Signature of Accepting Authority
2. To do on behalf of the Principal, all or any of such acts, deeds or things as are necessary
or required or incidental to the selection of the Principal and signing and submission of
its Bid/tender for the Project/works, including but not limited to signing and submission
of all applications, bids and other documents and writings, participate in bidders‟ and
other conferences, respond to queries, submit information/documents, sign and execute
contracts and undertakings consequent to acceptance of the Bid of the Principal and
generally to represent the Principal in all its dealings with CONCOR, and/ or any other
Government Agency or court/judicial authority or any person, in all matters in
connection with or relating to or arising out of the Contractor‟s bid for the
Project/works and/ or upon award thereof till the agreement for the Project/works is
entered into with CONCOR and thereafter till the completion of the project/works and
expiry of the contract agreement.
AND We/I hereby agree to ratify and confirm and do hereby ratify and confirm all acts, deeds
and things done or caused to be done by our said Attorney pursuant to and in exercise of the
powers conferred by this Power of Attorney and that all acts, deeds and things done by said
Attorney in exercise of the powers hereby conferred shall always be deemed to have been done
by me/us
This Power of Attorney shall stand revoked on issuance of a new Power of Attorney issued
with regard to this Project/works or if earlier revoked by me or the Company/Firm.
Given under the hand of the within named ................................[ name of individual ] on this
..................... day of ...................[month][year].
[Signature of Managing Director/ Director/Partner(s)/Other authorised person]
[Name of Company/Firm]
[date]
[place]
I accept
[Signature of Attorney]
[date]
[place]
Witnesses:
1.
2.
Notes:
The mode of execution of the Power of Attorney shall be in accordance with the charter
documents of the executants(s) and when it is so required, the same shall be under
common seal affixed in accordance with the required procedure.
Also, wherever required, the Tenderer shall submit for verification the extract of the
charter documents and documents such as a board or shareholders‟ resolution/ power of
attorney in favour of the person executing this Power of Attorney for the delegation of
power hereunder on behalf of the Tenderer.
Signature of Tenderer 47 Signature of Accepting Authority
Annexure-VIII (b)
Power of Attorney
ON NON JUDICIAL STAMP PAPER OF ADEQUATE VALUE AS PER THE
JURISDICTION
Know all men by these presents I ........................., son/daughter/wife of
Mr......................................., aged ................... years, citizen of ....................., presently residing
at ................................ and Proprietor of M/s.................................... and having its office at
...........................................(hereinafter called “the Principal) do hereby execute this Power of
Attorney on the date mentioned herein below.
Whereas Container Corporation of India Ltd. (“CONCOR”), has invited proposals from
interested parties for the work of .............................................................. at
.............................................. (Project/works).
Whereas, _______________(name of the contractor), the Principal is interested in bidding for
the Project/works in accordance with the terms and conditions of the tender document, bearing
No.............................................., dated ……………. and other connected documents in respect
of the Project/works, and
Whereas, it is necessary for the Principal to delegate to one of the employee with all necessary
power and authority to do for and on behalf of the _______________(name of the contractor),
all acts, deeds and things as may be necessary, including but not limited to representing the
contractor, signing of tender documents, bills, measurement books, drawings and other related
documents in connection with the ________________________ Bid for the Project/works and
its execution.
NOW THESE PRESENTS WITNESSETH that I do hereby designate, nominate, constitute
appoint and irrevocably authorize Mr./ Ms. ....................., son/daughter/wife of
Mr................................, aged ...................... years, citizen of ........................, presently residing
at ......................., ...................[specify designation] and whose signatures are given below, as
true and lawful Attorney of the Principal(hereinafter referred to as the “Attorney”), to have and
exercise in the name and on behalf of the Principal the powers and authorities hereinafter
mentioned:
1. To execute all required documents and conduct all business for and on behalf of the
Principal during the Bidding process of the Project/works and, in the event Principal is
awarded the contract, during the execution of the Project/works; and
2. To do on behalf of the Principal, all or any of such acts, deeds or things as are necessary
or required or incidental to the selection of the Principal and signing and submission of
its Bid/tender for the Project/works, including but not limited to signing and submission
of all applications, bids and other documents and writings, participate in bidders‟ and
other conferences, respond to queries, submit information/documents, sign and execute
contracts and undertakings consequent to acceptance of the Bid of the Principal and
generally to represent the Principal in all its dealings with CONCOR, and/ or any other
Signature of Tenderer 48 Signature of Accepting Authority
Government Agency or court/judicial authority or any person, in all matters in
connection with or relating to or arising out of the Contractor‟s bid for the
Project/works and/ or upon award thereof till the agreement for the Project/works is
entered into with CONCOR and thereafter till the completion of the project/works and
expiry of the contract agreement.
AND I hereby agree to ratify and confirm and do hereby ratify and confirm all acts, deeds and
things done or caused to be done by our said Attorney pursuant to and in exercise of the powers
conferred by this Power of Attorney and that all acts, deeds and things done by said Attorney
in exercise of the powers hereby conferred shall always be deemed to have been done by
me/us
This Power of Attorney shall stand revoked on issuance of a new Power of Attorney issued
with regard to this Project/works or if earlier revoked by me.
Given under the hand of the within named ................................[ name of individual ] on this
..................... day of ...................[month][year].
[Signature of Proprietor]
[Name of Concern]
[date]
[place]
I accept
[Signature of Attorney]
[date]
[place]
Witnesses:
1.
2.
Notes:
The mode of execution of the Power of Attorney shall be in accordance with the charter
documents of the executants(s) and when it is so required, the same shall be under
common seal affixed in accordance with the required procedure.
Also, wherever required, the Tenderer shall submit for verification the extract of the
charter documents and documents such as a board or shareholders‟ resolution/ power of
attorney in favour of the person executing this Power of Attorney for the delegation of
power hereunder on behalf of the Tenderer.
Signature of Tenderer 49 Signature of Accepting Authority
SECTION – III
(INTEGRITY PACT)
Signature of Tenderer 50 Signature of Accepting Authority
Section-III
INTEGRITY PACT
Container Corporation of India Ltd. (CONCOR) herewith referred to as “The Principal:
……………………………………………. hereinafter referred to as “The Bidder/Contractor”.
Preamble
The Principal intends to award, under laid down organizational procedures, contract/s for Earthwork
(Cutting/Filling), Construction of CC Block Pavement, Approach Road, Culvert, P-Way Track Work,
Boundary Wall, Pre-Engineered Warehouses, Admin. Bldg., Canteen, and other Allied works for
development of MMLP at KADAKOLA, Mysore, Karnataka. The Principal values full compliance
with all relevant laws of the land, rules, regulations, economic use of resources and of fairness /
transparency in its relations with its Bidder(s) and / or contractor(s).
In order to achieve these goals, the Principal will appoint an Independent External Monitor (IEM), who
will monitor the tender process and the execution of the contract for compliance with the principles
mentioned above.
Section 1 – Commitments of the Principal
(1) The Principal commits itself to take all measures necessary to prevent corruption and to
observe the following principles.
a. No employee of the Principal, personally or through family members, will in connection
with the tender for, or the execution of a contract, demand, take a promise for or accept, for
self or third person, any material or immaterial benefit which the person is not legally
entitled to.
b. The Principal will, during the tender process treat all Bidder(s) with equity and reason. The
Principal will in particular, before and during the tender process, provide to all Bidder(s) the
same information and will not provide to any Bidder(s) confidential / additional information
through which the Bidder(s) could obtain an advantage in relation to the tender process or
the contract execution.
c. The Principal will exclude from the process all known prejudiced persons.
(2) If the Principal obtains information on the conduct of any of its employees which is a
criminal offence under the IPC/PC Act, or if there be a substantive suspicion in this regard,
the Principal will inform the Chief Vigilance Officer and in addition can initiate disciplinary
actions.
Section 2 – Commitments of the Bidder(s) / contractor(s)
(1) The Bidder(s) / Contractor(s) commit himself to take all measures necessary to prevent
corruption. He commits himself to observe the following principles during his participation
in the tender process and during the contract execution.
a. The Bidder(s) / Contractor(s) will not, directly or through any other person or firm, offer,
promise or give to any of the Principal‟s employees involved in the tender process or the
execution of the contractor to any third person any material or other benefit which he / she
is not legally entitled to, in order to obtain in exchange any advantage of any kind
whatsoever during the tender process or during the execution of the contract.
Signature of Tenderer 51 Signature of Accepting Authority
b. The Bidder(s) / Contractor(s) will not enter with other Bidders into any undisclosed
agreement or understanding, whether formal or informal. This applies in particular to prices,
specifications, certifications, subsidiary contracts, submission or non-submission of bids or
any other actions to restrict competitiveness or to introduce cartelization in the bidding
process.
c. The Bidder(s) / Contractor(s) will not commit any offence under the relevant IPC/PC Act;
further the Bidder(s) / Contractor(s) will not use improperly, for purposes of competition or
personal gain, or pass on to others, any information or document provided by the Principal
as part of the business relationship, regarding plans, technical proposals and business
details, including information contained or transmitted electronically.
d. The Bidder(s) / Contractor(s) of foreign origin shall disclose the name and address of the
Agents / representatives in India, if any. Similarly the Bidder(s) / Contractor(s)of Indian
Nationality shall furnish the name and address of the foreign principles, if any. Further
details as mentioned in the “Guidelines on Indian Agents of Foreign Supplier” shall be
disclosed by the Bidder(s) / Contractor(s). Further, as mentioned in the Guidelines all the
payments made to the Indian agent/representative have to be in Indian Rupees only. Copy
of the “Guidelines on Indian Agents of Foreign Supplier” is annexed and marked as
Annexure-10.
e. The Bidder(s) / Contractor(s) will, when presenting his bid, disclose any and all payments
he has made, is committed to or intends to make to agents, brokers or any other
intermediaries in connection with the award of the contract.
(2) The Bidder(s) / Contractor(s) will not instigate third persons to commit offences outlined
above or be an accessory to such offences.
II Section 3 – Disqualification from tender process and exclusion from future contracts
If the Bidder(s) / Contractor(s), before award or during execution has committed a transgression
through a violation of Section 2, above or in any other form such as to put his reliability or
credibility in question, the Principal is entitled to disqualify the Bidder(s) / Contractor(s) from
the tender process or take action as per the procedure mentioned in the “Guidelines on Banning
or business dealings”. Copy of the “Guidelines on Banning of business dealings” is annexed and
marked as Annexure-B”.
III. Section 4 – Compensation for Damages
(1) If the Principal has disqualified the Bidder(s) from the tender process prior to the award
according to Section 3, the Principal is entitled to demand and recover the damages
equivalent to Earnest Money Deposit / Bid Security.
(2) If the Principal has terminated the contract according to Section 3, or if the Principal is
entitled to terminate the contract according to Section 3, the Principal shall be entitled to
demand and recover from the Contractor liquidated damages of the contract value or the
amount equivalent to Performance Bank Guarantee.
IV Section-5- Previous transgression
(1) The bidder declares that no previous transgressions occurred in the last three years with any
other Company in any country conforming to the anti corruption approach or with any other
Public Sector Enterprises in India that could justify his exclusion from the tender process.
Signature of Tenderer 52 Signature of Accepting Authority
(2) If the Bidder makes incorrect statement on this subject, he can be disqualified from the tender
process or action can be taken as per the procedure mentioned in “Guidelines on Banning of
business dealings”.
Section 6- Equal treatment of all Bidders/Contractors/Subcontractor
(1) The Bidder(s)/Contractor(s) undertake(s) to demand from all subcontractors a commitment
in conformity with this Integrity pact, and so submit it to the Principal before contract
signing.
(2) The Principal will enter into agreements with identical conditions as this one with all
bidders, contractors and subcontracts.
(3) The Principal will disqualify from the tender process all bidders who do not sign this pact or
violate its provisions.
Section 7 – Criminal charges against violating Bidder(s)/Contractor(s)/Subcontractor(s)
If the Principal obtains knowledge of conduct of a Bidder, Contractor or Subcontractor, or of an
employee or a representative or an associate of a Bidder, Contractor or Subcontract which constitutes
corruption, or if the Principal has substantive suspicion in this regard, the Principal will inform the same
to the Chief Vigilance Officer.
Section 8 – Independent External Monitor/Monitors
(1) The Principal appoints competent and credible Independent External Monitor for this Pact.
The task of the Monitor is to review independently and objectively, whether and to what
extent the parties comply with the obligations under this agreement.
(2) The Monitor is not subject to instruction by the representatives of the parties and performs
his functions neutrally and independently. He reports to the Chairman cum Managing
Director, CONCOR.
(3) The Bidder(s)/Contractor(s) accepts that the Monitor has the right to access without
restriction to all Project documentation of the Principal including that provided by the
Contractor. The contractor will also grant the Monitor, upto his request and demonstration
of a valid interest, unrestricted and unconditional access to his project documentation. The
same is applicable to Subcontractors. The Monitor is under contractual obligation to treat
the information and documents of the Bidder(s)/Contractor(s)/Subcontractor(s) with
confidentiality.
(4) The Principal will provide to the Monitor sufficient information about all meetings among
the parties related to the Project provided such meetings could have an impact on the
contractual relations between the Principal and the Contractor. The parties offer to the
Monitor the option to participate in such meetings.
(5) As soon as the Monitor notices, or believes to notice, a violation of this agreement, he will
so inform the Management of the Principal and request the Management to discontinue or
take corrective action, or to take other relevant action. The monitor can in this regard
submit non-binding recommendations. Beyond this, the Monitor has no right to demand
from the parties that they act in a specific manner, refrain from action or tolerate action.
(6) The monitor will submit a written report to the Chairman cum Managing Director,
CONCOR within 8 to 10 weeks from the date of reference or intimation to him by the
Principal and, should the occasion arise, submit proposals for correcting problematic
situations.
(7) Monitor shall be entitled to compensation on the same terms as being extended to/provided
to independent Directors on the CONCOR Board.
Signature of Tenderer 53 Signature of Accepting Authority
(8) If the Monitor has reported to the Chairman cum Managing Director, CONCOR, a
substantiated suspicion of an offence under relevant IPC/PC Act, and the Chairman cum
Managing Director CONCOR has not within the reasonable time taken visible action to
proceed against such offence or reported it to the Chief Vigilance Officer, the Monitor may
also transmit this information directly to the Central Vigilance Commissioner.
(9) The word “Monitor” would include both singular and plural.
Section 9 – Pact Duration
This Pact being when both parties have legally signed. It expires for the Contractor 12 months after the
last payment under the contract, and for all other Bidders 6 months after the contract has been awarded.
If any claim is made/lodged during this time, the same shall be binding and continue to be valid despite
the lapse of this pact as specified above, unless it is discharged/determined by Chairman cum Managing
Director, CONCOR.
Section 10 – Other provisions
1) This work agreement is subject to Indian law. Place of performance and jurisdiction is to
the Registered Office of the Principal, i.e. New Delhi.
2) Changes and supplements as well as termination notice need to be made in writing. Side
agreements have not been made.
3) If the Contractor is a partnership or a consortium, this agreement must be signed by all Partners or
consortium members.
4) Should one or several provisions of this agreement turn out to be invalid, the remainder of this
agreement remains valid. In this case, the parties will strive to come to an Agreement to their
original intentions.
Note:- The name of current Independent External Monitors are Sh. Vijay Raghav Pant, IPS(Retd.)
and Sh. G.N. Asthana, GM, S.C. Railway (Retd.).
______________________ __________________
(For & On behalf of the Principal) (For & On behalf of Bidder/Contractor)
Office Seal Office Seal
Place_______________
Date________________
Witness 1:
Name & Address __________________
__________________
__________________
Witness 2:
Name & Address __________________
__________________
__________________
Signature of Tenderer 54 Signature of Accepting Authority
SECTION – IV (SPECIAL CONDITIONS OF CONTRACT)
Signature of Tenderer 55 Signature of Accepting Authority
SECTION-IV
SPECIAL CONDITIONS OF CONTRACT
Tender for: Earthwork, Construction of CC Block Pavement, Approach Road, Culvert,
P-Way Track Work, Boundary Wall, Pre-Engineered Warehouses, Admin. Bldg. and
other Allied works for development of MMLP at Paradip, Odisha
PREAMBLE
a) Engineers to Container Corporation of India Limited (CONCOR) for the above work will be
notified later.
b) The special conditions of contract shall be read in conjunction with General Conditions of
Contract and amendments/corrections thereto. Where the provisions of special conditions of
contract are at variance with above mentioned documents, these special conditions of contract
shall prevail.
c) Any special condition stated by the tenderer (s) in the covering letter submitted along with the
tender shall be deemed as part of Contract to such extent only as have been explicitly been
accepted by CONCOR.
EXECUTIVE DIRECTOR (ENGG.)
Signature of Tenderer 56 Signature of Accepting Authority
SPECIAL CONDITIONS OF CONTRACT
1.0 Scope of work
The scope of work includes: Earthwork, Construction of CC Block Pavement, Approach
Road, Culvert, P-Way Track Work, Boundary Wall, Pre-Engineered Warehouses,
Admin. Bldg. and other Allied works for development of MMLP at Paradip, Odisha
1.1 The contractor will be required to execute the work in stretches/areas which are made available to
him and may or may not be in continuous stretches. Decision of Engineer shall be final in this
regard and binding on the contractor. Contractor shall have no claim, if the stretches/areas are not
available for the construction/repair at the same time, whenever extension of time is granted on
valid reason.
1.2 The contractor will engage an experienced Graduate Engineer / Diploma Holder site engineers
of concerned discipline on the project, who should have the full knowledge of work and is
capable of getting executed the work and removing defects as pointed out by the engineer-in-
charge. At least one site engineer shall be deployed for the works of value upto Rs.5 Crore and
two site engineers of the works more than Rs.5 Crore. A recovery of Rs.25,000/- per month
per site engineer will be made, if contractor fails to deploy the site engineers.
1.3 The contractor shall procure all construction materials well in advance so that there is sufficient
time for testing of the materials and clearance of the same before incorporation in the works. In
case untested material is used by the contractor and later on the same is found not meeting to
specification requirement, then, the executed work with said material shall be dismantled and re-
executed at the cost of contractor.
1.4 Before commencement of work, the contractor shall take levels and record them in prescribed
record book. The levels taken shall be got verified from Engineer/Engineer‟s representative in
compliance to Clause 19 (4) of GCC.
2.0 PERIOD OF COMPLETION
The work is required to be completed within time schedule from the date of issue of acceptance
letter is given below: -
Total period of completion: 24 months (Twenty Four Months) from the 15th
day after date of
issue of L.O.A.
2.1 The contractor shall stick to the final completion date and will be liable to action for any delay due
to contractor as mentioned in clause no.17 (B) of General Conditions of Contract for stage as well
as overall completion of the work.
2.2 In case of termination of contract, available EMD, BG & Security with the department against
the said contract will be forfeited as per Clause 16 (1) & 16 (4).
2.3 In case contractor fails to furnish consent / acceptance of extension of time (EOT) for completion
of work with LD or any other conditions in response to EOT granted as per Clause 17B of GCC
and communicated as per Annexure-VII, but continues to execute the work, in such
circumstances, EOT, as communicated, will be deemed to have been accepted by the contractor in
totality.
3.0 SAFETY PRECAUTIONS
3.1 For work close to railway line, road, telephone line, power line (both underground and overhead)
and structures, all precautions will be taken for ensuring that during the execution of the work, no
damage is caused to the installation structures and also no obstruction is caused to the movement
of trains.
3.2 The contractor will also ensure that no damage is done to the electrical cables, drainage system,
water supply and any other services and/or structures.
3.3 Safety rules and safe working methods as per Appendix ―A‖.
Signature of Tenderer 57 Signature of Accepting Authority
4.1 Delay or Deferments
4.2 Simultaneously with the progress of this work, works on installation/erection of the various parts
and plants of the other works will continue. The progress of works will have to be synchronized
with such other works.
4.3 Where the Contractor has to work along with other agencies in and around the area allotted for his
works, he shall execute all his works in complete coordination and cooperation with all such
agencies so that at no time either his work or the works of other agencies is stopped or delayed. In
case of any dispute in this regard the decision of CONCOR or their representative will be final and
binding on the Contractor. No claim for idle labour, plant and machinery under any circumstances
will be entertained by the CONCOR.
4.4 During the execution of this work, this Container Depot will be operational. Contractor has to
execute all works in complete coordination and cooperation with all activities confined to the area
within the scope of this work, so as not to affect the operation of container depot under any
circumstances. In case of any dispute in this regard, the decision of CONCOR or their
representative will be final and binding on the contractor. Contractor shall also note the work shall
progress as per the phased development, if any.
5.0 Service Roads
Contractor will provide service road/roads for movement of materials as per direction of
Engineer-incharge. Contractor will also maintain these service roads in safe and fit conditions at
his own cost. He will, however, have no authority to prevent use of such roads by CONCOR and
other bonafide contractors working at site. CONCOR will, however, have the authority to disallow
any movement on the road which in their opinion is not in the interest of work. If the contractor
fails to provide service road to the satisfaction of the Engineers, it will be provided by the
Engineer at contractor‟s cost.
6.0 Measurements for Works/Record Measurements
6.1 The contractor shall ensure that measurements for all work which may be partially or wholly
hidden in the course of construction are duly recorded in the Measurement book before that
portion of work becomes inaccessible for measurement.
6.2 For works running/on account payments can be made on the basis of detailed measurements
recorded in the measurement books for the actual work executed. The bills will be submitted by
the contractor on the approved format (attached ), and the date of submission of the bills will be
considered as the date, the contractor signs the accepted bill which is to be forwarded by the
Engineer-in-Charge concerned for arranging payment. Whenever, there is likelihood of delay in
recording detailed measurements for making running payment, the Engineer in-charge in his sole
discretion can make interim advance payment, without detailed measurements for works done at
75% of the total assessed value. The advance value so allowed will be adjusted in the subsequent
running bill by taking detailed measurement thereof.
6.3 For electrical work, payment, in the form of running account bills, will be made as follows:-
a) 75% of the cost equipment or 70% of quoted rate or due amount as per contract (lowest of
all) against supply of material at site in good condition accompanied by relevant test
certificates and documents after deducting towards any recovery as per contract.
b) 80% of the quoted rate or due amount (lowest of all) as per contract against satisfactory
installation of equipment at site after deduction towards any recovery as per contract and
the payments already made.
c) 100% of quoted rate or due amount (lowest of all) as per contract upon successful testing
and commissioning of installation after deducting towards any recovery as per contract
and the payments already made.
Signature of Tenderer 58 Signature of Accepting Authority
6.4 Payment to be made by CONCOR
The contractor will submit running account bills of value, not less than 5% value of the contract
amount towards the work done (excluding secured advance, if any) approved and passed by
Engineer-in-charge whose certificate of such approval and passing of the sum so payable shall be
final and conclusive against the contractor.
6.5 For payment of Running Account Bills, the mandatory documents, like copy of paid challans of
PF / ESI, Royalty, paid bills of water, electricity, copy of CAR & WC Policy, copy of labour
license, etc, shall be required at the time of Ist RA bill & final bill. For intermediate RA bills,
above documents if of not available due to reasons stated by contractor with undertaking to
comply, may be relaxed by Engineer- in-charge. However contractor must comply the statutory
and other provisions Contractor shall indemnify the CONCOR against all losses / damages due to
non-compliance of above provisions at intermediate stage of any.
7.0 Procurement Storage, and Payment of Cement, Steel and bitumen, etc,
7.1 Ordinary Portland cement, steel, bitumen & structural steel required for the work will be procured
by the contractor from approved suppliers. The Ordinary Portland cement should confirm to grade
43 (as per IS:8112) and /or 53 grade (as per IS:12269), reinforcement steel should conform to
IS-1786 & IS-432, structural steel conforming to IS-808 and bitumen should conform to I.S. code
702 and 703.
7.2 The storage of cement should be done as per IS-4082-1977 (recommendation on stacking and
storage of construction materials at site). Sheds for storage of cement will also be provided by
contractor. All such sheds/store, after completion of work shall be removed by contractor at his
own cost and site shall be cleared.
7.3 Each bag of cement must weigh 50 kg, subject to variation as per BIS code.
7.4 Proper daily record of cement, steel and bitumen consumption shall be maintained at site by
Engineer-in-charge. The register shall be duly signed by both the Engineer-incharge and the
Contractor. In case concrete is being obtained from RMC plant, then, the record of cement of the
same shall be kept based on the computerized receipt of mix proportion of each lot.
7.5 “Return of Empty Cement Bags:-
Cement issued to the contractor or procured by the contractor will be in gunny bags/paper
bags/polythene bags. The empty gunny bags / polythene bags shall be the property of the
contractor.
7.6 Payment for steel reinforcement shall be made on the basis of standard weight of the bars used as
per approved drawings. in case weight of bars is more than or less than the standard weight but
within the tolerance limit as specified in BIS, the payment will be restricted to lesser weight in
case of steel having less weight than the specified and standard weight, in case steel having more
weight than the specified.
7.7 For Railway/CPWD Schedule of rate as given in Bill of Quantity the payment for steel will be
based on quantities of the materials consumed for the works actually executed, as calculated from
drawings and specifications, in terms of the respective Schedule of Rates. For other than
schedule items, rates quoted by tenderer shall be complete item rate, i.e. include cost of all
materials including cement, steel, bitumen, etc,
7.8 No claim whatsoever shall be entertained by CONCOR on account of delay in non availability
of these materials in the market.
7.9 Cement, Steel and Bitumen shall be kept under double lock system in godown fixed with door.
The key of one lock shall remain with the representative of the Engineers at site of work and that
of the other with the contractor or his authorized agent.
Signature of Tenderer 59 Signature of Accepting Authority
7.10 Clodding of cement and rusting of steel should be avoided to the maximum extent possible. For
such clodding of cement and/or rusting of steel which may render the same unusable, the
contractor shall be responsible to make good such quantities the loss at his own cost.
8.0 TESTING OF MATERIALS
8.1 Contractor will be required to establish a field laboratory. The setting of field laboratory for the
works of value more than Rs.1 crore is a mandatory requirement. Contractor shall be responsible
for setting up laboratory facilities, equipments and arranging technical manpower at their cost, as
directed by the PMC/Engineer-in-charge for conducting site/field test. All the equipments shall be
BIS approved makes and will be got checked/ calibrated regularly. All equipments of the
laboratory shall be kept in good working conditions. If contractor fails to provide field laboratory
within one month of commencement of work, shall attract a penalty of Rs. 25,000 per month
recoverable from the running bills. In all routine tests, which can be normally done in the field
laboratory/in situ, testing charges will be borne by the contractor. In case of failure on the part of
contractor to conduct filed laboratory test satisfactorily, the tests shall be carried out in the
reputed/approved outside laboratory and the Payment of testing charges of such tests will be borne
by the contractor.
8.2 The contractor has to produce a Manufacture test certificate (MTC) from manufacturer to the
Engineer-Incharge for the cement, steel, bitumen etc, for every consignment procured, failing
which no consignment of cement, steel and bitumen will be accepted by the Engineer-Incharge.
8.3 The testing and acceptance of criteria for cement and steel and any other materials supplied by the
contractor should be as per BIS codes/Technical Specification or as decided by the
Engineer-Incharge as per the stipulated testing frequency.
8.4 Sample of material for testing will be supplied free of cost by the contractor, including its
transportation to the approved test houses/laboratory, as directed by the Engineer-In- Incharge or
inspecting officials.
8.5 For outside testing, test of materials and stipulated samples shall be carried out by one of the
following laboratories/ tests houses (1) IIT (2) NIT (3) National Test Houses (4) National Council
of Cement & Building Material (5) Govt. Engg. College/National Accreditation Board Approved
Lab (NABL), as per decision of the Project Incharge. The testing charges shall be borne by the
contractor.
8.6 All Routine tests on various materials shall be carried out as per the mandatory tests lists. Testing
of material shall be carried out as per mandatory test list of tender document at the cost of the
contractor. Wherever if same is not specified then it will be carried out as per CPWD/ MORTH/
RAILWAY/ BIS as per decision of engineering incharge which will be final and binding.
8.7 In addition to the tests required under above clauses thereof, the engineer or his representative
may order tests to be carried out by an independent person appointed by him at such place or in
such laboratory as he may determine in accordance with the appropriate clauses of relevant
standard specifications and the cost of such tests shall be borne by the contractor.
8.8 Testing record shall be maintained as per standard testing Performa enclosed in contract document
for proper testing and their record.
9.0 Plant & Machinery Required for the Works
9.1 It will be the responsibility of the Contractor to arrange all plant & machinery, trucks, vibratory,
Road roller, etc, required by him for execution of works.
9.2 The contractor will also arrange for getting permission (for their use) if required from local or
other concerned authorities for use as well as for their transportation to site.
9.3 All expenditure incurred in this connection will be borne by the Contractor.
9.4 No plant or machinery will be issued on hire by the CONCOR.
10.0 Arrangement of Water for execution of works
Signature of Tenderer 60 Signature of Accepting Authority
10.1 The contractor will have to make his own arrangements for obtaining water to be used for
execution of the works.
10.2 CONCOR may supply water if available, for execution of work as per provision of Clause 31 (2)
of GCC.
10.3 CONCOR may permit to contractor to install borewell at site at his own cost for execution of
work. In this case contractor will ensure compliance of statutory requirements of the regulatory
authority. After completion of the work, borewell with pump and its fittings in working
conditions shall be handed over to CONCOR free of cost.
10.4 All temporary or pucca bunds or diversion of water courses, nallahs, etc, shall be done by
contractor's at his own cost and after obtaining permission of concerned local authorities, and the
same shall be removed after completion of the works and area restored to original state.
11.0 Arrangements for Electric connection, Lighting & other purpose
11.1 If for reasons of urgency the work has to be executed at night, contractor shall make his own
arrangement for illuminating the site. Nothing extra will be paid for doing works at night.
11.2 Contractor will have to make his own arrangements for arranging electricity if the same is
required for illumination purposes or for running of any plant or machinery and nothing extra will
be paid for the same.
11.3 CONCOR may supply electric power if available, in terms of Clause 31 (4) (b) of GCC.
12.0 Definitions & Interpretations etc, relevant to items of Schedule of Rates and Specifications.
12.1 In the Indian Railway Standard Specifications, wherever there is any reference to Engineer, Dy.
Chief Engineer, Divisional Engineer, Assistant Engineer, it shall means the Engineer-Incharge /
Consultant appointed by CONCOR for the work.
12.2 Wherever there is a reference to I.S. Code/specifications or any other code, it shall refer to latest
code with correction slips as in vogue on the date of tendering.
12.3 Item rate means the rate to be quoted against the specific item of the schedule of items provided
in the tender document.
13.0 Maintenance after Completion
13.1 All works executed under this agreement shall be maintained by the contractor at his own cost for
a period of 12 (twelve) months from the actual date of completion as per agreement.
14.0 Miscellaneous
14.1 Customary standards/local traditions will not be the criteria for the standards. All works shall be
up to the CPWD / Railway standards and as ordered by Engineer incharge and where any doubt
may exist the specifications as given in the BIS specifications should be followed.
14.2 CONCOR may provide space for setting up construction plants, T & P, site office, laboratory,
storage of material, labour, etc, free of cost if the surplus land is available with prior permission
from the Engineer Incharge during the construction period of the project.
14.3 No areas outside work site/ depot will be made available to the contractor for storage of
construction materials and construction of site office etc, and if required, contractor will make his
own arrangement for the same by personal negotiation with the owners at his own cost.
15.0 Recovery of Royalty in case of materials quarried from CONCOR’s Railways Land.
15.1 Without the sanction of the CONCOR, no material of any kind such as sand, stone or moorum
whether required for the performance of this Agreement or not, shall be quarried and/or collected
from land belonging to or held by the CONCOR.
15.2 As and when the Contractor quarries and/ or collects material from CONCOR land for the purpose
of supply of materials and/or of work under an Agreement based on special rates obtained for
Signature of Tenderer 61 Signature of Accepting Authority
various items of work or supplies contractor shall be liable to pay applicable royalty to concerned
authority at the rate prescribed by the State Government Authorities and in enforce during the
period of contract.
16.0 Handling of Materials
16.1 No lead is payable on water for works done under any section of DSR/ Railway Schedule of Rates
or for the work done under any non scheduled item Rate.
16.2 No extra payment can be claimed for carrying materials in extreme conditions of climate and
weather and all precautions taken to protect materials by suitable coverings to prevent damage due
to sun, rain and wind while carrying by carts or trucks.
16.3 It is the Contractor's responsibility to see that all CONCOR materials entrusted to him are
carried safely and expeditiously to the site of the work.
16.4 If CONCOR materials are lost, stolen or damaged while in transit or under custody of the
contractor, the cost of the same @ twice of the prevailing market rate will be recovered from the
Contractor's dues and Contractor will have no claim whatsoever on this account.
16.5 During execution of work, if CONCOR materials, tools & plants (i.e., cables and pipelines etc, are
damaged then same will be set right by contractor at his cost within a reasonable time as decided
by the site engineer. In case contractor fail to rectify the damages caused during construction/
under their custody, the cost of the damaged material shall be recovered from the contractor
@twice of prevailing market from the contractor dues/ bills and contractor will not have any claim
whatsoever on this account.
17.0 Adherence to labour law and regulations
17.1 The Contractors, who are working in the establishments through Contract Labour and/or
employing labour themselves directly should get themselves registered with the Assistant Labour
Commissioner concerned as required under Contract Labour (Regulation and Abolition) Act 1971
and obtain a license from the Assistant Labour Commissioner concerned and produce the same to
Engineer – incharge, in compliance to above and General Condition of Contract.
17.2 Employment of labour from scarcity area
If the Government declares a state of scarcity of famine to exist in any village situated within 15
km of the work, piece worker/contractor shall employ upon such parts of the works as unskilled
labour any person found suitable and certified to him by the Engineer-in-charge or by any person
to whom the Engineer-in-charge may have delegated in writing, to be in need to relief and shall be
bound to pay to such person wages not below the minimum which Government may have fixed in
this behalf. Any dispute which may arise in connection with the implementation of this clause
shall be decided by the CONCOR whose decision shall be final and binding on the piece worker/
contractor.
18.0 Provision of extra/additional items
If the altered/additional work required to be executed as per CONCOR‟s requirements, for which
there are no established rates in Schedule of Rates, the same shall be payable as per provisions
stated hereunder: -
a) As far as possible the rates for such items shall be derived from agreed schedule of rates on
pro-rata basis.
b) If direct working out is not possible, the contractor shall be paid on the basis as under: -
(i) Material, labour either or both: Reasonable cost of materials plus reasonable cost of labour
inclusive of tools, plants and machinery and plus 15% of so derived cost, to cover contractor
profit, supervision, overheads, establishments, etc.
(ii) Engineer's decision regarding reasonable labour cost and reasonable material consumption/and
cost shall be final and binding on contractor.
Signature of Tenderer 62 Signature of Accepting Authority
c) The rates can also be derived based on the LAR rate of similar items of same area or nearby area.
19.0 Escalation (Price Escalation Clause/ PVC)
19.1 No Escalation on account of any increase in price index in the price of materials, imposition of
Goods and Service Tax or other tax etc. or imposition of levies etc. will be payable.
19.2 No price escalation shall be applicable even during the extended period for completing the works.
20.0 Completion Drawings
20.1 Completion drawings of all the completed works for showing the layout of the area with
dimensions, slopes and details of building, reinforcements used, pavement, drain, cable trenches,
machine foundations, etc, shall be prepared by the contractor at his own cost.
20.2 Contractor will supply three copies of completion drawings along with soft copy in CD / Pen-
drive with the final bill. In case contractor does not submit the completion drawing within 15
days of information that the final bill is ready, an amount of Rs.1 lakh shall be deducted from the
final bill.
21.0 SECURED ADVANCE
The contractor on signing an Indenture bond together with the indemnity bond in the form to be
specified by the Engineer-in-charge shall be entitled to be paid during the progress of the
execution of the work upto 75% of the assessed value of any materials which are in the opinion
of the Engineer-in-charge non-perishable, non-fragile and non-combustible and are in
accordance with the contract and which have been brought on the sight in connection with the
work and are adequately stored and/or protected against damage by weather or other causes and
the contractor makes and provides an insurance cover against theft and fire of those materials
through an approved insurance company on the name of CONCOR and also safe guards against
losses due to any delay in execution of work or to the shortage or misuse of materials. The
materials on account of which an advance has been paid under this clause are to be incorporated
in the work. The amount of such advance shall be recovered / deducted from the payments
made for works done as the materials are used or payment made under any clause of this
contract. Secured advance shall be given only after the commencement of the work. However,
the Engineer may accept/reject the request for “Secured Advance” for which contractor shall
have no right or appeal further. The amount of Secured Advance to be given to the contractor
shall be decided on merit by the Engineer. However, the decision of the Engineer in this regard
will be final. No Secured Advance shall be given for perishable and high-risk materials such
as ordinary glass, sand, petrol, diesel etc.
22.0 MOBILISATION ADVANCE
On a written request from the contractor supported by a bank guarantee, an amount upto 10% of
the value of contract is payable to the contractor as mobilization advance in two stages as
under:-
STAGE I: 5% of the contract value against an irrevocable bank guarantee, equivalent to 110%
value of mobilization advance from any Nationalized Bank of India or State Bank of India or
Scheduled private bank in a form acceptable to the CONCOR, immediately after signing the
contract documents.
STAGE II: 5% of the contract value against an irrevocable bank guarantee equivalent to 110%
value of mobilization advance from any Nationalized Bank of India or State Bank of India or
Scheduled private bank in a form acceptable to the CONCOR, on mobilization at site of
establishment, setting up site office and field laboratory, etc, and actual commencement of work.
This advance will bear an interest of 18% per annum. This amount will be recovered in
installments starting from second ―on account payment bill‖ and will be fully recovered (a)
85% of value of construction is paid for (b) and if the period of construction is extended beyond
original period of construction, the advance will be fully recovered by the end of original period of
construction, which ever period is earlier. In case original Date of Completion has expired but
Signature of Tenderer 63 Signature of Accepting Authority
mobilization advance has not been adjusted /recovered in that situation BG submitted against
mobilization advance shall be encashed.
23.0 Storage of inflammable articles: - No inflammable materials, such as petroleum, oil, etc, within the meaning of the Indian Petroleum
Act and Indian Explosives Act shall be stored at site or adjacent land until the approval of the
CONCOR and necessary license under the Act has been obtained by the contractor. All due
precautions as required under the Acts shall be taken by the contractor.
24.0 Night Work: - If the CONCOR is however satisfied that the work is not likely to be completed in time except by
resorting to night work, by special order, the contractor would be required to carry out the work
even at night, without conferring any right on the contractor for claiming for extra payment for
introducing night working. The decision of the Engineer in this regard will be final and binding on
the contractor.
25.0 Notice to Public Bodies: -
The contractor shall give to the Municipality, Police and other authorities, all notices that may be
required by the law and obtain all requisite licenses for temporary obstructions, enclosures and
pay all fees, taxes and charges, which may be livable on account of his own operations in
executing the contract. He should make good any damage to adjoining premises whether public or
private and provide and maintain any light, etc, required at night and no extra payment will be
made on this account.
26.0 Plea of custom: - The plea of „Custom‟ prevailing will not on any account be permitted as an excuse for
infringement or any of the conditions of contract or specifications.
27.0 Care of Staff: - No guarantee will be provided by CONCOR for accommodation of the contractor or any of his
staff employed on the work. The contractor may be allowed to erect labour camps for housing the
labour at or near the site of work on available CONCOR's land. The contractor shall at his own
cost make all necessary and adequate arrangements for importation, feeding and preservation of
the hygiene of his staff. The contractor shall permit inspection at all times of all sanitary ar-
rangements made by him by the Engineer or his assistant or the medical staff of the CONCOR. If
the contractor fails to make adequate medical and sanitary arrangements, these will be provided
by the CONCOR and the cost thereof will be recovered from the contractor.
28.0 First aid: - The contractor shall maintain in a readily accessible place first aid appliance including an
adequate supply of sterilized dressing and sterilized cotton wool. The appliances shall be placed
under the charge of responsible person who shall be readily available during working hours.
29.0 Damage from Accidents or floods or Tides: - The contractor shall take all precautions against damages from accidents, floods or tide. No
compensation will be allowed to the contractor for his tools, plants, materials, machines and other
equipment lost or damaged by any cause whatsoever. The contractor shall be liable to make good
the damages to any structure or part of structure, plant or material of every description belonging
to the CONCOR administration, lost or damaged by any cause during the course of contractor's
work.
The CONCOR will not be liable to pay to the contractor any charges for rectification or repairs to
any damages, which may have occurred from any cause whatsoever, to any part of the new
structures during construction. No claims in this regard will be arbitrable.
Signature of Tenderer 64 Signature of Accepting Authority
30.0 Trespass: - The contractor shall at all times be responsible for any damages or trespass committed by his
agents and workmen in carrying out the work, unless such trespass is authorized by the Engineer
at site.
31.0 Variation in Quantities and Vitiation: -
31.1 In case of variation in quantities, the vitiation statement will be prepared. In case, there is vitiation,
then the vitiated amount shall be recovered from the contractor‟s bill/security deposit.
32.0 Use of CONCOR Materials secured with Government Assistance: -
32.1 Where any raw materials for the execution of the contract are procured with the assistance of
Govt. either by issue from Government, stocks or purchases under arrangements made or
permit(s) or licence (s) issued by the Government, the contractor shall hold the materials as trustee
for the Government and use such materials economically and solely for the purpose of contract
against which they are issued and not dispose off them without permission of the Government and
return if required by the Government all surplus or unserviceable materials that may be left by him
after completion of the contract or at its termination for any reason whatsoever on his being paid
such price as Government may fix with the due regard to the condition of the materials. The
freight charges for the return of the material according to the direction of the purchaser shall be
borne by the contractor, in the event of contract being cancelled for any default on his part, the
decision of Government shall be final and conclusive.
32.2 In the event of a breach of the aforesaid conditions, the contractor shall in addition to throwing
himself open to action for contravention of terms of the licence(s) if the permit(s) and/or for
original breach of trust be liable to account to Government for all moneys, advantages or profits
resulting or which in the usual course would have resulted to him by reason of such breach.
33.0 Insurance for Works persons and property: -
33.1 Insurance for Works: -
The contractor at the scheduled date of start of work or before 15th
day after date of issue of
LOA, without limiting his obligations and responsibilities, shall insure the works at his own cost
and keep them insured until the virtual completion of the contract against all acts of God including
Fire, Theft, riots, War, Floods, etc, with a Insurance Agency approved by Insurance Regulatory
and Development Authority (IRDA) in the joint names of the employer and Contractor (the name
of the former being placed first in the policy) for the full amount of the originally awarded
contract value irrespective of revised / modified contract value later on. Such policy shall cover
the property of the CONCOR and fees for assessing the claim and in connection with his services
generally therein and shall not cover any property of the Contractor or of any sub contractor.
The Contractor shall deposit the policy and receipt for the premiums with the CONCOR within 30
days from the date of signing the contract or commencement of execution of work, whichever is
earlier, or unless otherwise instructed by the CONCOR. In default of the Contractor insuring as
provided above, the CONCOR on his behalf may so insure and may deduct the premiums paid
from any moneys due or which may become due to the Contractor. The Contractor shall, as soon
as any claim under the policy is settled or the works reinstated by the Insurance Office should
elect to do so, proceed with all due diligence with the completion of the works in the same manner
as though the misfortune/accident had not occurred and in all respects under the same conditions
of contract. The Contractor in case of rebuilding or reinstatement after accident shall be entitled to
such extension of time for completion as the CONCOR deems fit.
33.2 Insurance in respect of damages to persons and property: -
i) The Contractor shall be responsible for all injury to persons, animals or things and for all structural
and decorative damage to property which may arise from the operation or neglect of himself or of
any approved sub contractor's or Employees, whether such injuries or damage arise from
carelessness, accident or any other cause whatsoever in any way connected with the carrying out of
this contract. The clause shall be held to include any damage to buildings, whether immediately
Signature of Tenderer 65 Signature of Accepting Authority
adjacent or otherwise and damage to road, streets footpaths, bridges and works forming the subject
of this contract by frost or other inclemency of the weather. The Contractor shall indemnify the
CONCOR and hold him harmless in respect of all and any expenses arising from any such injury or
damage to persons or property as aforesaid and in respect of any claims made in respect of injury or
damage under any Acts of government or otherwise and also in respect of any award of
compensation of damage consequent upon such claims.
ii) The Contractor shall reinstate all damages of every sort mentioned in this clause, so as to deliver up
the whole of the contract works complete and perfect in every respect and so as to make good or
otherwise satisfy all claims for damage to the property of third parties.
iii) The Contractor shall indemnify the CONCOR against all claims which may be made against the
CONCOR by the member of the public or other third party in respect of works in consequence
thereof and shall at his own expense arrange to effect and maintain, until the virtual completion of
the contract, an Insurance Policy with Insurance Agency approved by IRDA in the joint names
of the CONCOR and Contractor against such risks and deposit such policy or policies with
the CONCOR from time to time during the currency of this contract. The contractor shall
similarly indemnify the CONCOR against all claims which may be made upon the CONCOR
whether under the Workman's Compensation Act or any other statuette in force during the currency
of this contract or at common law in respect of any employee of the Contractor or any sub
contractor and shall at his own expense effect and maintain with an approved office a policy of
insurance in the joint names of the CONCOR and the Contractor against such risks and deposit such
policy or policies with the CONCOR from time to time during the currency of the Contract. The
Contractor shall be responsible for anything which may be excluded from the Insurance policies
above referred to and also for all other damage to any property arising out of an incidental to the
negligent or defective carrying out of this contract. He shall also indemnify the CONCOR in respect
of any costs, charges or expenses arising out of any claim re-proceedings and also in respect of any
award of or compensation of damages arising there from
iv) The Employer shall be at liberty and is empowered to deduct the amount of any damage,
compensation costs, charges and expenses arising or accruing from or in respect of any such claim
or damage of any sum or sums due to or become due to the Contractor including the Security
Deposit.
v) If the Contractor fails to comply with the terms of these conditions, the Employer may insure the
works and may deduct the amount of the premiums paid from any moneys that may be or become
payable to the Contractor or may at the option, do not release running payment to the Contractor
until the Contractor shall have complied with the terms of this condition.
33.3 ANY OTHER INSURANCE REQUIRED UNDER LAW OR REGULATIONS OR BY
CONCOR. Contractor shall also carry and maintain any other insurance which he may be required under law
or regulation from time to time. He shall also carry and maintain any other insurance which may
be required by CONCOR.
34.0 CLAIMS
34.1 The provision of Clause 63 & 64 of General Conditions of contract will be applicable only for
settlement of claims or disputes between the parties for value less than or equal to 20% of the
value of the contract and when claim or disputes are of value more than 20% of the value of the
contract, provision of clause 63 & 64 and other relevant clauses of the General Conditions of
contract will not be applicable and arbitration will not be remedy for settlement of such disputes.
34.2 The contractor shall not be entitled to ask for reference to Arbitrator before the completion of the
work assigned to him under this contract. The contractor shall seek reference to arbitration to
settle the disputes only once within the ambit of condition mentioned above.
34.3 The contractor shall not be entitled to make any claim whatsoever against the CONCOR under
or by virtue of or arising out of this contract, nor shall the CONCOR entertain or consider any
Signature of Tenderer 66 Signature of Accepting Authority
such claim if made by the contractor, after he shall sign a "NO CLAIM CERTIFICATE" in favour
of the CONCOR, in such a form as shall be required by the CONCOR, after the works are finally
measured up. The contractor shall be debarred from disputing the correctness of the items covered
by "NO Claim Certificate" or demanding a reference to Arbitration in respect thereof.
34.4 The successful tenderer/s contractor/s shall put up their claims as per clause 43 of the General
Conditions of contract during the progress of work and not after completion of the work. All such
claims and disputes shall be settled promptly during the progress of the work. Apart from the
decisions given at various levels the final authority for giving the decisions on claims and disputes
put up by the contractor/s shall be the ED (Engg)/ Group General Manager (Engg.)/ CONCOR
only and the decisions regarding measurements, method of measurements meaning and intent and
interpretation of specifications of the contract given and made by the ED (Engg)/ Group General
Manager (Engg.)/CONCOR shall be final and binding on the contractor/s. Such decisions by the
ED (Engg)/ Group General Manager (Engg.)/CONCOR shall be treated as "Excepted Matters" in
terms of Condition No. 63 of the General conditions of the contract. These Special Conditions
shall prevail over existing Clause 63 & 64 of the General Conditions of contract other than
provisions relating to "Excepted Matters".
34.5 In case of any dispute/ Arbitration, the place/ seat of Arbitration shall be at Delhi and the courts in
Delhi shall have the exclusive Jurisdiction.
35.0 SITE OFFICE
Contractor shall have to provide temporary site office with requisite furniture & appliances and
godown for storing/stacking construction materials at their own cost for which no extra payment
will be made.
36.0 PF COMPLIANCE
It will be responsibility of the contractor to obtain separate code/identification No. for
contractor‟s deposit of PF dues, if applicable with concerned authority directly. Copy of PF
Registration / code no. alongwith copy of PF paid Challans shall be submitted alongwith
Running Account or Final Bill.
37.0 Recoveries/Withhold
37.1 In case of any technical deficiencies, lapses on account of non compliance of PF/ESI, Insurance
(CAR & WC Policies), labour license, or any other reasons not covered in any clause of tender
documents etc., are noticed by the Engineer-in-charge/CONCOR Vigilance Deptt./CTE
Organization, then a sum as recommended or decided by Project/Engineer-in-charge may be
withheld, till rectification/remedy/compliance of the deficiencies.
37.2 Recoveries, if any, on account of uncovered period of insurance (CAR & WC Policies), defective
work, losses to CONCOR or any other liability not fulfilled by contractor etc., shall be effected
from the contractor‟s bill/any other due (s) amount (i.e. Final Bill, Security Deposit &
Performance Bank Guarantee, etc,)
Signature of Tenderer 67 Signature of Accepting Authority
Appendix ―A‖
SAFETY RULES 1. Suitable scaffolds should be provided for workmen for all works that cannot safely be done from the ground or
from solid construction except such short period work as can be done safely from ladders. When a ladder is used
an extra labourer shall be engaged for holding the ladder and if the ladder is used for carrying materials as well,
suitable and hand holds shall be provided on the ladder and the ladder shall be given an inclination not steeper
than 1/4 (one horizontal to four vertical).
2. Scaffolding or staging more than 3.5 meters above the ground or floor swung or suspended from an overhead
support or erected with stationary support shall have a guard rail properly attached bolted, braced and otherwise
secured at least one meter high above the floor or platform of such scaffolding or staging and extending along
the entire length thereof with only such opening as may be necessary for the delivery of materials. Such
scaffolding or staging shall be so fastened as to prevent it from swinging from the building or structure.
3. Working platform gangways and stairways should be so constructed that they should not sag unduly or
unequally, and where the height of the platform or the gangway or the stairway is more than 3.5 meters above
ground level or floor level, they should be closely boarded, should have adequate width and should be suitably
fastened as described in the Para above.
4. Safe means of access shall be provided to all working platforms and other working places. Every ladder shall be
securely fixed. No portable single ladder shall be over 10 meters in length while the width between side rails in
swung ladder shall in no case be less than 300 mm. for ladder upto and including 3.5 meters in length. For
longer ladders this width should be increased by at least 20 mm. for each additional meter of length. Uniform
steps spacing shall not exceed 300 mm. Adequate precautions shall be taken to prevent danger from electrical
equipment. No materials or any of the sides of work shall be so stacked or placed as to cause danger for
inconvenience to any persons or the public.
The contractors shall provide all necessary fencing and lights to protect the public from accident, and shall be
bound to bear the expenses of defence of every suit action or other proceedings at law that may be brought by
any persons for injury sustained owing to neglect of the above precautions and to pay any damages and cost
which may be awarded in any such suit action or proceedings to any such persons or which may with the
consent of the contractor be paid to compromise any claim by any such person.
5. Demolition before any demolition work is commenced and also during the process of the work: -
a) All roads and open areas adjacent to the work site shall either be closed or suitably protected.
b) No electric cable or apparatus which is liable to be a source of danger over a cable or apparatus used by the
operator shall remain electrically charged. c) All practical steps shall be taken to prevent danger to persons employed from risk of fire or explosion of
flooding. No floor, roof or other part of the building shall be so overloaded with debris of materials as to
render it unsafe.
6. All necessary personal safety equipment as considered adequate by the Engineer in charge should be
kept available for the use of the persons employed on the site and maintained in a condition suitable for
immediate use and the contractor should take adequate steps to ensure proper use of equipment by these
concerned.
a) Workers employed on mixing asphaltic materials, cement and lime mortar shall be provided with
protective goggles.
b) Of these engaged in white washing and mixing or attacking of cement bags or any materials, which is
injurious to the eyes, shall be provided with protective goggles.
c) Those engaged in welding works shall be provided with welder's protective eye sight lids.
d) Stone breakers shall be provided with protective goggles and protective clothing and seated at
sufficiently safe intervals.
7. In case the contractors have to ply vehicles for the purpose connected with the contract adjacent to Railway
track, the Railway administration will be at liberty to post an experienced staff as flag man for guidance of
the movements of such vehicles so as to prevent accidents and the contractors will bear wages including all,
etc, of the staff posted as flag man, for the period of Contract for such periods during which such staff is
posted for the purposes. The Railway Administration will be sole judge in the absolute
discretion, of the fact that it is necessary to post any staff, that which of the staff will be suitable for the
purpose, that what should be the wage and other allowance payable by the contractor for staff posted for the
Signature of Tenderer 68 Signature of Accepting Authority
purpose. The Railway Administration will have a right without prejudice to other remedies to deduct the
wages etc, of such staff from the bills of the contractor in respect of this contract of from any moneys or the
contractor whatsoever available with the Railway Administration. The contractor will be liable for any over
payments under Workman Compensation Act on account of any injury sustained to Railway servant during
that period.
8. When the work is done near any place, where there is risk of drowning, all necessary equipment should be
provided and kept ready for use and all necessary steps taken for prompt rescue of any persons in danger and
adequate provision should be made for prompt first aid treatment of all injuries likely to be sustained during the
course of the work.
9. Use of hoisting machines and tackle including their attachment anchorage and supports shall conform
the following standards or conditions: -
a)
i) These shall be of good mechanical construction, ground materials and adequate strength and free from
patent defect and shall be kept in good repair and in good working order.
ii) Every rope used in hoisting or lowering materials or as a means of suspension shall be of durable
quality and adequate strength and free from patent defects.
b) Every Crane driver or hoisting appliances operator shall be properly qualified and no person under the
age of 21 years shall be incharge of any hoisting machine, including any scaffolding.
c) In case of every hoisting machine and of every cabin ring, shackle, swivel and pulley block used in hoisting or as
means of suspension safe working load shall be ascertained by adequate means. Every hoisting machine and all
gear referred to above shall be plainly marked with in the safe working load.
In case of a hoisting machine having a variable safe working load, each safe working load of the conditions
under which it is applicable shall be clearly indicated. No part of any machinery or any gear referred to above in
this paragraph shall be loaded beyond the safe working load except for the purpose of testing.
d) In case of departmental machine, the safe working load shall be notified by the Electrical Engineer in
charge. As regards contractor's machine, the contractor shall notify safe working load of the machine
to the Engineer in charge whenever he brings any machinery to site of work, get it verified by the
Electrical Engineer concerned.
10. Motors, gearing transmission electric wiring and of the dangerous part of hoisting appliances should be provided
with efficient safe guards, hoisting appliances should be provided with such means will as reduce to the
minimum the risk of accidental descent of the load, adequate precautions should be taken to reduce to the
minimum the risk of any part of a suspended load becoming accidentally displaced. When workers are employed
on electrical installations, which are already energized, insulating mates, wearing apparel, such as gloves, sleeves
and both as may be necessary should be provided. The workers should not wear any rings, watches and carry
keys or other materials which are good conductors of electricity.
11. All scaffolds, ladders and other safety devices mentioned or described herein shall be maintained in safe
condition and no scaffold ladder or equipment shall be altered or removed while it is use. Adequate washing
facilities should be provided at or near places of work.
12. These safety provisions should be brought to the notice of all concerned display on a notice board at a prominent
place at the work spot. The persons responsible for compliance of the safety code shall be named therein by the
contractor.
13. To ensure effective endorsement of the rules and Regulations relating to safety precautions, the arrangements
made by the contractor shall be opened to inspection by Labour Officer/Engineer in charge of the Department of
their representative.
14. Notwithstanding the above clauses from (1) to (13), there is nothing in these to exempt the contract from the
operations of any other act or Rule in force in the Republic of India.
15. The Contractor shall follow strict safety norms at all times during work in progress. In case of failure of the
contractor to comply with the strict safety norms, a penalty of Rs 5000/- per instance shall be levied on the
contractor. The decision of Engineer In charge shall be final and binding on the contractor.
Signature of Tenderer 69 Signature of Accepting Authority
SECTION –V
(ADDENDUM/CORRIGENDUM &
ERRATA TO GCC OF INDIAN
RAILWAY)
Signature of Tenderer 70 Signature of Accepting Authority
SECTION - V
ADDENDUM/CORRIGENDUM AND ERRATA TO INDIAN RAILWAYS
STANDARD GENERAL CONDITIONS OF CONTRACT
Addendum/Corrigendum to Indian Railways Standard General Conditions of Contract (July
2014) must be read together
For Read
1. Railway Container Corporation of India Limited
(CONCOR).
2. Engineer/Engineers
representative
CONCOR Engineers /Project Incharge Consultant
Engineers or its representatives on behalf of
CONCOR or assigns.
3. General Manager Director (P&S)/CMD, CONCOR
4. Railway Gazetted Officers Container Corporation of India Ltd. (CONCOR)
officers or its representatives or assigns.
5. Chief Engineers/ Sr.
Administrative Grade
(SAG), DRMs.
Executive Director/GGM (Engg.)/CONCOR.
6. Jr. Administrative Grade
(JAG)
Sr. General Manager/General Manager/DGM,
CONCOR.
7. SOR SOR / DSR
8. Specification CPWD/Rly./MORTH & as specified
9. FA & CAO GM / Sr.GM/GGM (Accounts/Finance), CONCOR.
Signature of Tenderer 71 Signature of Accepting Authority
ERRATA
To Indian Railways Standard General Conditions of Contract for Civil Engineering Works
(JULY 2014)
S. No. Description
1. Clause (8), (9), (10)
& (11)
Deleted
2. Clause 16 (2) Note (i) & (ii) of Clause 16 (2) are deleted.
3. Clause 16 (4) (b) The Performance Guarantee (PG):
Para (iii) to (xi) of Clause 16 (4) (b) are deleted.
“ Add in Para (ii) of Clause 16 (4)(b) : After irrevocable bank guarantee : “The
Performance Bank Guarantee could be either of State Bank of India or any of
the Nationalized Bank/ Schedule Private Banks.”
Clause 16 (4) (f): “Security deposit” is to read as “available security deposit”.
Clause 16 (c) Add at the end of Para :
In case the work under investigation by CONCOR Vigilance / CVC, contractor
shall get the validity of performance bank guarantee extended as per the
requirement of department.
4. Clause 31(3) Clause 31 (3) is Deleted.
5. Clause 33(1) & 33(2) Clause 33 (1) & 33 (2) are deleted.
7. Clause 39 (1) In line 3 of Clause 39 (1): “Schedule of Rates of Railway” shall be read as DSR
or SOR as taken in the Bill of quantity.
8. Clause 42 (4) Clause 42 (4) 2 (c) is Substituted and read as under:-
Execution of quantities beyond 150% of the overall agreemental value should
not be permitted and if found necessary should be only through fresh tenders or
by negotiating with existing contractor, with prior approval of CMD.
Clause 42 (4) (10) is substituted and read as under :
The aspect of vitiation of tender with respect to variation in quantities should be
checked and avoided. In case of vitiation of tender (both for increase as well as
decrease of value of contract agreement) sanction of CMD, shall be taken the
vitiated amount shall be recovered from contractor‟s bill/Security Deposit/
Performance Guarantee.
9.Clause 46 A Price Variation Clause 46 A - Deleted
10. Clause 46 (4) “Cheque” is replaced by “RTGS/Cheque”
11. Clause 63 In line no. 6 of Clause 63 add 17 (B) in between word Clause 8, 18.
12. Clause 64(1) (iii)
(d):
“Division of Railways” read as “CONCOR Regional office”
“Headquarters of concerned Railway” read as “CONCOR Corporate Office”.
13. Clause 65.16.1(a) In line No.2 “last three previous financial years” is replaced as “last four
previous financial years”.
14.Clause 65.16.1(b) In line No.7 “Previous three financial years” is replaced as “previous four
financial years”.
15.Clause 65.16.2 In line No.4 “at least 150%of the estimated value “is replaced as “at least 90%of the
estimated value .”Tenderer‟s turnover /revenue(income)from operations for specified
three previous financial year as per NIT shall be considered.
Signature of Tenderer 72 Signature of Accepting Authority
SECTION – VI
INDIAN RAILWAYS STANDARD GENERAL
CONDITIONS OF CONTRACT
Signature of Tenderer 73 Signature of Accepting Authority
Government Of India Ministry Of Railways
(Railway Board)
Indian Railways
Standard
General Conditions Of Contract
July 2014
New Delhi
Signature of Tenderer 74 Signature of Accepting Authority
Engineering Department PART - II
STANDARD GENERAL CONDITIONS OF CONTRACT
Para Subject Page
1. Definitions And Interpretation 23 (1) Definitions 23 (2) Singular And Plural 24 (3) Headings And Marginal Headings 24
General Obligations 24 2. Execution, Co-Relation And Intent Of Contract Documents 24 3. (1) Law Governing The Contract 25
(2) Compliance To Regulations And Bye-Laws 25 4. Communication To Be In Writing 25 5. Service Of Notices On Contractors 25 6. Occupation And Use Of Land 25 7. Assignment Or Sub-Letting Of Contract 25 8. Assistance By The Railway For The Stores To Be Obtained By The
Contractor 25
9. Railway Passes 25 10. Carriage Of Materials 26 11. Use Of Ballast Train 26 12. Representation On Works 26 13 Relics And Treasures 26 14. Excavated Material 26 15. Indemnity By Contractors 26 16. (1) Security Deposit 26
(2) Recovery Of Security Deposit 26 (3) Interest On Amount 27 (4) Performance Guarantee 27
17. Force Majeure Clause 28 17-A. Extension Of Time In Contracts 29
(i) Extension Due To Modification 29 (ii) Extension For Delay Not Due To Railway/Contractor 29 (iii) Extension Of Time For Delay Due To Railway 29
17-B. Extension Of Time For Delay Due To Contractor 30 18. (1) & (2) Illegal Gratification 30
Execution Of Works 30 19. (1) Contractor's Understanding 30
(2) Commencement Of Works 31 (3) Accepted Programme Of Works 31 (4) Setting Out Of Works 31
20. (1) Compliance To Engineer's Instructions 31 (2) Alterations To Be Authorised 31 (3) Extra Works 31
(4) Separate Contracts In Connection With Works 31 21. Instructions Of Engineer's Representative 32
Signature of Tenderer 75 Signature of Accepting Authority
Para Subject Page 22. (1) Adherence To Specification And Drawings 32
(2) Drawings And Specifications Of The Works 32 (3) Ownership of Drawings And Specifications 32 (4) Compliance With Contractor's Request For Details 32 (5) Meaning And Intent Of Specifications And Drawings 32
23. Working During Night 32 24. Damage To Railway Property Or Private Life And Property 32 25. Sheds, Stores-Houses And Yards 33 26. Provision Of Efficient And Competent Staff At Work Sites By Contractor 33 26A. Deployment Of Qualified Engineers At Work Sites By Contractor 33 27. (1) Workmanship And Testing 33
(2) Removal Of Improper Work And Materials 34 28. Facilities For Inspection 34 29. Examination Of Works Before Covering Up 34 30. Temporary Works 34 31. (1) Contractor To Supply Water For Works 34
(2) Water Supply From Railway System 34 (3) Water Supply By Railway Transport 35 (4) (A) Contractor To Arrange Supply Of Electric Power For Works 35 (B) Electric Supply From The Railway System 35
32. Property In Materials And Plants 35 33. (1) Tools, Plant And Materials Supplied By Railway 35
(2) Hire Of Railway Plant 35 34. (1) Precautions During Progress Of Works 35
(2) Roads And Water Courses 36 (3) Provision Of Access To Premises 36 (4) Safety Of Public 36
35. Use Of Explosives 36 36. (1) & (2) Suspension Of Works 36
(3) Suspension Lasting More Than Three Months 36 37. Rates For Items Of Works 37 38. Demurrage And Wharfage Dues 37 39. Rates For Extra Items Of Works 37 40. (1) Handing Over Of Works 37
(2) Clearance Of Site On Completion 38 Variations In Extent Of Contract 38
41. Modification To Contract To Be In Writing 38 42. (1) & (2) Power Of Modifications To Contract 38
(3) Valuation Of Variations 38 (4) Variations In Quantities During Execution Of Works Contracts 39
43. Claims 40 (1) Monthly Statement Of Claims 40 (2) Signing Of ’No Claim Certificate’
40
Measurement, Certificates And Payments
40
44. Quantities In Schedule Annexed To Contract
40
45. Measurements Of Works
40
Signature of Tenderer 76 Signature of Accepting Authority
Para Subject Page 46. (1) "On Account” Payments 41
(2) Rounding Off Amounts 41 (3) "On Account” Payments Not Prejudicial To Final Settlement 41 (4) Manner Of Payment 41
46A. Price Variation Clause (PVC) 41 1. - Applicability 41 2. - Base Month 41 3. - Validity 42 4. to 6. - Components & Percentages 42 7. to 9. - Formulae etc. 42 10. - Price Variation During Extended Period Of Contract 45
47. Maintenance Of Works 45 48. (1) Certificate Of Completion Of Works 46
(2) Contractor Not Absolved By Completion Certificate 46 49. Approval Only By Maintenance Certificate 46 50. (1) Maintenance Certificate 46
(2) Cessation Of Railway’s Liability 46 (3) Unfulfilled Obligations 46
51. (1) Final Payment 47 (2) Post Payment Audit 47
51-A. Production Of Vouchers Etc. By The Contractor 47 52. Withholding And Lien In Respect Of Sums Claimed 47
52-A. Lien In Respect Of Claims In Other Contracts 48 53. Signature On Receipts For Amounts 48
Labour 49 54. Wages To Labour 49
54-A. Apprentices Act 49 55. Provisions Of Payments Of Wages Act 49
55-A. Provisions Of Contract Labour (Regulation And Abolition) Act, 1970 49 55-B. Provisions of Employees Provident Fund and Miscellaneous Provisions
Act, 1952 50
55-C. Provisions of “The Building and Other Construction Workers (RECS) Act, 1996” and “The Building and Other Construction Workers’ Welfare Cess Act, 1996” :
50
56. Reporting Of Accidents 50 57. Provision Of Workmen's Compensation Act 51
57-A. Provision Of Mines Act 51 58. Railway Not To Provide Quarters For Contractors 51 59. (1) Labour Camps 51
(2) Compliance To Rules For Employment Of Labour 51 (3) Preservation Of Peace 51 (4) Sanitary Arrangements 51 (5) Outbreak Of Infectious Diseases 52
Signature of Tenderer 77 Signature of Accepting Authority
Para Subject Page 59. (6) Treatment Of Contractor's Staff In Railway Hospitals 52
(7) Medical Facilities At Site 52 (8) Use Of Intoxicants 52 (9) Non-Employment Of Female Labour 52 (10) Restriction On The Employment Of Retired Engineers Of Govt.
Services Within Two Years Of Their Retirement 52
60. (1) Non-Employment Of Labourers Before The Age Of 15 Years 52 (2) Medical Certificate Of Fitness For Labour 52 (3) Period Of Validity Of Medical Fitness Certificate 53 (4) Medical Re-Examination Of Labourer 53
Determination Of Contract 53 61. (1) Right Of Railway To Determine Contract 53
(2) Payment On Determination Of Contract 53 (3) No Claim On Compensation 53
62. (1) Determination Of Contract Owing To Default Of Contractor 53 (2) Right Of Railway After Rescission Of Contract Owing To Default Of
Contractor
55
Settlement Of Disputes 55 63. Matters Finally Determined By The Railway 55 64. (1) Demand For Arbitration 56
(2) Obligations During Pendency Of Arbitration 56 (3) Appointment Of Arbitrator 56 (4), (5), (6) & (7) - Arbitral Award &General 58
65.
Joint Venture (JV) Firms In Works Tenders 58 Participation Of Joint Venture (JV) Firms In Works Tender 58 1. to 4. - Identity & Members of JV Firm 58 5. - Earnest Money Deposit (EMD) 58 6. - Lead Member 58 7. to 11. - Constitution of JV and MOU by JV Members 58 12. - JV Agreement 59 13. & 14. - Authorised Members 59 15. - Documents To Be Enclosed Alongwith Tender 59 16. - Credentials & Qualifying Criteria : Technical Eligibility Criteria and
Financial Eligibility Criteria 60
Annexures : 62 Annexure-VII Proforma For Time Extension 62 Annexure-VIII Certificate Of Fitness 63 Annexure-IX Proforma Of 7 Days’ Notice 64 Annexure-X Proforma Of 48 Hrs. Notice 65 Annexure-XI Proforma Of Termination Notice 66
Annexure-XII Agreement towards Waiver under Section 12 (5) and Section – 31 – A (5) of Arbitration and Conciliation (Amendment Act)
67
Annexure – XIII Certification by Arbitrators appointed under Clause 63 & 64
68
Register Of Correction Slips 69
Signature of Tenderer 78 Signature of Accepting Authority
PART II
STANDARD GENERAL CONDITIONS OF CONTRACT FOR USE IN CONNECTION WITH WORKS CONTRACTS
DEFINITIONS AND INTERPRETATION
1. (1) Definitions : In these Standard General Conditions of Contract, the following terms shall have the meaning assigned hereunder except where the context otherwise requires :
(a) "Railway" shall mean the President of the Republic of India or the Administrative Officers of the Railway or of the Successor Railway authorised to deal with any matters which these presents are concerned on his behalf.
(b) "General Manager" shall mean the Officer in-charge of the General Superintendence and Control of the Railway and shall also include the General Manager (Construction) and shall mean and include their successors, of the successor Railway.
(c) "Chief Engineer" shall mean the Officer in-charge of the Engineering Department of Railway and shall also include Chief Engineer (Construction), Chief Signal & Telecommunication Engineer, Chief Signal & Telecommunication Engineer (Construction), Chief Electrical Engineer, Chief Electrical Engineer (Construction) and shall mean & include their successors, of the Successor Railway.
(d) "Divisional Railway Manager" shall mean the Officer in-charge of a Division of the Railway and shall mean and include the Divisional Railway Manager of the Successor Railway.
(e) “Engineer” shall mean the Divisional Engineer or the Executive Engineer, Divisional Signal & Telecom Engineer, Divisional Electrical Engineer in executive charge of the works and shall include the superior officers of Open Line and Construction organisations on the Railway of the Engineering, Signal & Telecom and Electrical Departments, i.e. the Senior Divisional Engineer/Deputy Chief Engineer/Chief Engineer, Senior Divisional Signal & Telecom Engineer / Dy.Chief Signal & Telecom Engineer, Senior Divisional Electrical Engineer / Deputy Chief Electrical Engineer and shall mean & include the Engineers of the Successors Railway.
(f) "Engineer's Representative" shall mean the Assistant Engineer, Assistant Signal & Telecommunication Engineer and Assistant Electrical Engineer in direct charge of the works and shall include any Sr.Section/Junior Engineer of Civil Engineering/Signal and Telecommunication Engineering & Electrical Engineering Departments appointed by the Railway and shall mean and include the Engineer's Representative of the Successor Railway.
(g) "Contractor" shall mean the Person/Firm/Co-operative Society or Company whether incorporated or not who enters into the contract with the Railway and shall include their executors, administrators, successors and permitted assigns.
(h) "Contract" shall mean and include the Agreement of Work Order, the accepted Schedule of Rates or the Schedule or Rates of Railway modified by the tender percentage for items of works quantified, or not quantified, the Standard General Conditions of Contract, the Special Conditions of Contracts, if any; the Drawing, the Specifications, the Special Specifications, if any and Tender Forms, if any.
(i) "Works" shall mean the works to be executed in accordance with the contract.
Signature of Tenderer 79 Signature of Accepting Authority
(j) "Specifications" shall mean the Standard Specifications for Materials &Works of Railway as specified by Railway under the authority of the Chief Engineer or as amplified, added to or superseded by Special Specifications, if any.
(k) "Schedule of Rates of Railway" shall mean the Schedule of Rates issued under the authority of the Chief Engineer from time to time.
(l) "Drawing" shall mean the maps, drawings, plans and tracings or prints there of annexed to the contract and shall include any modifications of such drawings and further drawings as may be issued by the Engineer from time to time.
(m) "Constructional Plant" shall mean all appliances or things of whatsoever nature required for the execution, completion or maintenance of the works or temporary works (as hereinafter defined) but does not include materials or other things intended to form or forming part of the permanent work.
(n) "Temporary Works" shall mean all temporary works of every kind required for the execution completion and/or maintenance of the works.
(o) "Site" shall mean the lands and other places on, under, in or through which the works are to be carried out and any other lands or places provided by the Railway for the purpose of the contract.
(p) "Period of Maintenance" shall mean the specified period of maintenance from the date of completion of the works, as certified by the Engineer.
1.(2) Singular and Plural : Words importing the singular number shall also include the plural and vice versa where the context requires.
1.(3) Headings And Marginal Headings : The headings and marginal headings in these Standard General Conditions are solely for the purpose of facilitating reference and shall not be deemed to be part thereof or be taken into consideration in the interpretation or construction thereof or the contract.
GENERAL OBLIGATIONS
2. (1) Execution Co-Relation And Intent Of Contract Documents : The contract documents shall be signed in triplicate by the Railway and the Contractor. The contract documents are complementary and what is called for by anyone shall be as binding as if called for by all, the intention of the documents is to include all labour and materials, equipments and transportation necessary for proper execution of work. Materials or works not covered by or properly inferable from any heading or class of the specifications shall not be supplied by the Railway to the contractors unless distinctly specified in the contract documents. Materials or works described in words which so applied have a well-known technical or trade meaning shall be held to refer to such recognised standards.
2.(2) If a work is transferred from the jurisdiction of one Railway to another Railway or to a Project authority or vice versa while contract is in subsistence, the contract shall be binding on the Contractor and the Successor Railway/Project in the same manner & take effect in all respects as if the Contractor and the Successor Railway/Project were parties thereto from the inception and the corresponding officer or the Competent Authority in the Successor Railway/Project will exercise the same powers and enjoy the same authority as conferred to the Predecessor Railway/Project under the original contract/agreement entered into.
2.(3) If for administrative or other reasons the contract is transferred to the Successor Railway, the contract shall, notwithstanding any things contained herein contrary there to, be binding on the Contractor and the Successor Railway in the same manner and take effect in all respects as if the Contractor and the Successor Railway had been parties thereto from the date of this contract.
Signature of Tenderer 80 Signature of Accepting Authority
3.(1) Law Governing The Contract : The contract shall be governed by the law for the time being in force in the Republic of India.
3.(2) Compliance To Regulations And Bye-Laws : The Contractor shall conform to the provision of any statute relating to the works and regulations and bye-laws of any local authority and of any water and lighting companies or undertakings, with whose system the work is proposed to be connected and shall before making any variation from the drawings or the specifications that may be necessitated by so confirming give to the Engineer notice specifying the variation proposed to be made and the reason for making the variation and shall not carry out such variation until he has received instructions from the Engineer in respect thereof. The Contractor shall be bound to give all notices required by statute, regulations or bye-laws as aforesaid and to pay all fees and taxes payable to any authority in respect thereof.
4. Communications To Be In Writing : All notices, communications, reference and complaints made by the Railway or the Engineer or the Engineer's Representative or the Contractor inter-se concerning the works shall be in writing and no notice, communication, reference or complaint not in writing shall be recognized.
5. Service Of Notices On Contractors : The Contractor shall furnish to the Engineer the name, designation and address of his authorized agent and all complaints, notices, communications and references shall be deemed to have been duly given to the Contractor, if delivered to the Contractor or his authorised agent or left at or posted to the address so given and shall be deemed to have been so given in the case of posting on day on which they would have reached such address in the ordinary course of post or on the day on which they were so delivered or left. In the case of contract by partners, any change in the constitution of the firm shall be forthwith notified by the Contractor to the Engineer.
6. Occupation And Use Of Land : No land belonging to or in the possession of the Railway shall be occupied by the Contractor without the permission of the Railway. The Contractor shall not use, or allow to be used, the site for any purposes other than that of executing the works. Whenever non-railway bodies/persons are permitted to use railway premises with competent authority’s approval, conservancy charges as applicable from time to time may be levied.
7. Assignment Or Subletting Of Contract : The Contractor shall not assign or sublet the contract or any part thereof or allow any person to become interested therein any manner whatsoever without the special permission in writing of the Railway. Any breach of this condition shall entitle the Railway to rescind the contract under Clause 62 of these Conditions and also render the contractor liable for payment to the Railway in respect of any loss or damage arising or ensuing from such cancellation; provided always that execution of the details of the work by petty contractor under the direct and personal supervision of the Contractor or his agent shall not be deemed to be sub-letting under this clause. The permitted subletting of work by the Contractor shall not establish any contractual relationship between the sub-contractor and the Railway and shall not relieve the Contractor of any responsibility under the Contract.
8. Assistance By Railway For The Stores To Be Obtained By The Contractor : Owing to difficulty in obtaining certain materials (including Tools & Plant) in the market, the Railway may have agreed without any liability therefore to endeavour to obtain or assist the Contractor in obtaining the required quantities of such materials as may be specified in the Tender. In the event of delay or failure in obtaining the required quantities of the aforesaid material, the Contractor shall not be deemed absolved of his own responsibility and shall keep in touch with the day to day position regarding their availability and accordingly adjust progress of works including employment of labour and the Railway shall not in any way be liable for the supply of materials or for the non-supply thereof for any reasons whatsoever nor for any loss or damage arising in consequence of such delay or non-supply.
9. Railway Passes : No free Railway passes shall be issued by the Railway to the Contractor or any of his employee/worker.
Signature of Tenderer 81 Signature of Accepting Authority
10. Carriage Of Materials : No forwarding orders shall be issued by the Railway for the conveyance of Contractor's materials, tools and plant by Rail which may be required for use in the works and the contractor shall pay full freight charges at public tariff rates therefor.
11. Use Of Ballast Trains : The Railway may agree to allow the Contractor use of the ballast or material trains under such conditions as shall be specially prescribed, provided that the Contractor shall pay for the use thereof charges calculated at public tariff rates on the marked carrying capacity of each vehicle subject to specified minimum charge per day or part of day and provided further that the Contractor shall indemnify the Railway against any claims or damages arising out of the use or misuse thereof and against any liabilities under the Workmen's Compensation Act, 1923 or any statutory amendments thereto.
12. Representation On Works : The Contractor shall, when he is not personally present on the site of the works place, keep a responsible agent at the works during working hours who shall on receiving reasonable notice, present himself to the Engineer and orders given by the Engineer or the Engineer's representative to the agent shall be deemed to have the same force as if they had been given to the Contractor. Before absenting himself, the Contractor shall furnish the name and address of his agent for the purpose of this clause and failure on the part of the Contractor to comply with this provision at any time will entitle the Railway to rescind the contract under Clause 62 of these Conditions.
13. Relics And Treasures : All gold, silver, oil and other minerals of any description and all precious stones, coins, treasures relics antiquities and other similar things which shall be found in or upon the site shall be the property of the Railway and the Contractor shall duly preserve the same to the satisfaction of the Railway and shall from time to time deliver the same to such person or persons as the Railway may appoint to receive the same.
14. Excavated Material : The Contractor shall not sell or otherwise dispose of or remove except for the purpose of this contract, the sand, stone, clay ballast, earth, rock or other substances or materials which may be obtained from any excavation made for the purpose of the works or any building or produced upon the site at the time of delivery of the possession thereof but all the substances, materials, buildings and produce shall be the property of the Railway provided that the Contractor may, with the permission of the Engineer, use the same for the purpose of the works either free of cost or pay the cost of the same at such rates as may be determined by the Engineer.
15. Indemnity By Contractors : The Contractor shall indemnify and save harmless the Railway from and against all actions, suit proceedings losses, costs, damages, charges, claims and demands of every nature and description brought or recovered against the Railways by reason of any act or omission of the Contractor, his agents or employees, in the execution of the works or in his guarding of the same. All sums payable by way of compensation under any of these conditions shall be considered as reasonable compensation to be applied to the actual loss or damage sustained, and whether or not any damage shall have been sustained.
16.(1) Security Deposit : The Earnest Money deposited by the Contractor with his tender will be retained by the Railways as part of security for the due and faithful fulfillment of the contract by the contractor. The balance to make up the Security Deposit, the rates for which are given below, may be deposited by the Contractor in cash or may be recovered by percentage deduction from the Contractor's "on account" bills. Provided also that in case of defaulting contractor, the Railway may retain any amount due for payment to the Contractor on the pending "on account bills" so that the amounts so retained may not exceed 10% of the total value of the contract.
16.(2) Recovery Of Security Deposit : Unless otherwise specified in the Special Conditions, if any, the Security Deposit/rate of recovery/mode of recovery shall be as under :
(a) Security Deposit for each work should be 5% of the contract value,
Signature of Tenderer 82 Signature of Accepting Authority
(b) The rate of recovery should be at the rate of 10% of the bill amount till the full Security Deposit is recovered,
(c) Security Deposits will be recovered only from the running bills of the contract and no other mode of collecting SD such as SD in the form of instruments like BG (except Note (ii) below); FD etc. shall be accepted towards Security Deposit.
Security Deposit shall be returned to the contractor after the expiry of the maintenance period in all the cases other than Note (i) mentioned below and after passing the final bill based on No Claim Certificate with the approval of the Competent Authority. The Competent Authority shall normally be the authority who is competent to sign the contract. If this Competent Authority is of the rank lower than JA Grade, then a JA Grade Officer (concerned with the work) should issue the certificate. The certificate, inter alia, should mention that the work has been completed in all respects and that all the contractual obligations have been fulfilled by the contractor and that there is no due from the contractor to Railways against the contract concerned. Before releasing the SD, an unconditional and unequivocal ‘No Claim Certificate’ from the contractor concerned should be obtained.
Note -
(i) After the work is physically completed, Security Deposit recovered from the running bills of a contractor can be returned to him, if he so desires, in lieu of FDR/irrevocable Bank Guarantee for equivalent amount to be submitted by him.
(ii) In case of contracts of value Rs. 50 crore and above, irrevocable Bank Guarantee can also be accepted as a mode of obtaining security deposit.
16.(3) No interest will be payable upon the Earnest Money and Security Deposit or amounts payable to the Contractor under the Contract, but Government Securities deposited in terms of Sub-Clause (1) of this clause will be payable with interest accrued thereon.
16.(4) Performance Guarantee
The procedure for obtaining Performance Guarantee is outlined below :
(a) The successful bidder shall have to submit a Performance Guarantee (PG) within 30 (thirty) days from the date of issue of Letter Of Acceptance (LOA). Extension of time for submission of PG beyond 30 (thirty) days and upto 60 days from the date of issue of LOA may be given by the Authority who is competent to sign the contract agreement. However, a penal interest of 15% per annum shall be charged for the delay beyond 30 (thirty) days, i.e. from 31st day after the date of issue of LOA. In case the contractor fails to submit the requisite PG even after 60 days from the date of issue of LOA, the contract shall be terminated duly forfeiting EMD and other dues, if any payable against that contract. The failed contractor shall be debarred from participating in re-tender for that work.
(b) The successful bidder shall submit the Performance Guarantee (PG) in any of the following forms, amounting to 5% of the contract value:
(i) A deposit of Cash;
(ii) Irrevocable Bank Guarantee;
(iii) Government Securities including State Loan Bonds at 5% below the market value;
(iv) Deposit Receipts, Pay Orders, Demand Drafts and Guarantee Bonds. These forms of Performance Guarantee could be either of the State Bank of India or of any of the Nationalized Banks;
(v) Guarantee Bonds executed or Deposits Receipts tendered by all Scheduled Banks;
(vi) A Deposit in the Post Office Saving Bank;
(vii) A Deposit in the National Savings Certificates;
Signature of Tenderer 83 Signature of Accepting Authority
(viii) Twelve years National Defence Certificates;
(ix) Ten years Defence Deposits;
(x) National Defence Bonds and
(xi) Unit Trust Certificates at 5% below market value or at the face value whichever is less. Also, FDR in favour of FA&CAO (free from any encumbrance) may be accepted.
Note - The instruments as listed above will also be acceptable for Guarantees in case of Mobilization Advance.
(c) The Performance Guarantee shall be submitted by the successful bidder after the Letter Of Acceptance (LOA) has been issued, but before signing of the contract agreement. This P.G. shall be initially valid upto the stipulated date of completion plus 60 days beyond that. In case, the time for completion of work gets extended, the contractor shall get the validity of P.G. extended to cover such extended time for completion of work plus 60 days.
(d) The value of PG to be submitted by the, contractor will not change for variation upto 25% (either increase or decrease). In case during the course of execution, value of the contract increases by more than 25% of the original contract value, an additional Performance Guarantee amounting to 5% (five percent) for the excess value over the original contract value shall be deposited by the contractor.
(e) The Performance Guarantee (PG) shall be released after physical completion of the work based on 'Completion Certificate' issued by the competent authority stating that the contractor has completed the work in all respects satisfactorily. The Security Deposit shall, however, be released only after expiry of the maintenance period and after passing the final bill based on 'No Claim Certificate' from the contractor.
(f) Whenever the contract is rescinded, the Security Deposit shall be forfeited and the Performance Guarantee shall be encashed. The balance work shall be got done independently without risk & cost of the failed contractor. The failed contractor shall be debarred from participating in the tender for executing the balance work. If the failed contractor is a JV or a Partnership firm, then every member/partner of such a firm shall be debarred from participating in the tender for the balance work in his/her individual capacity or as a partner of any other JV /partnership firm.
(g) The engineer shall not make a claim under the Performance Guarantee except for amounts to which the President of India is entitled under the contract (not withstanding and/or without prejudice to any other provisions in the contract agreement) in the event of :
(i) Failure by the contractor to extend the validity of the Performance Guarantee as described herein above, in which event the Engineer may claim the full amount of the Performance Guarantee.
(ii) Failure by the contractor to pay President of India any amount due, either as agreed by the contractor or determined under any of the Clauses/Conditions of the Agreement, within 30 days of the service of notice to this effect by Engineer.
(iii) The Contract being determined or rescinded under provision of the GCC, the Performance Guarantee shall be forfeited in full and shall be absolutely at the disposal of the President of India.
{Ref. : Item-l to Railway Board's letter no. 2007/CE.I/CT/18 Pt.XII, dated 31.12.2010}
17. Force Majeure Clause : If at any time, during the continuance of this contract, the performance in whole or in part by either party of any obligation under this contract shall be prevented or delayed by reason of any war, hostility, acts of public enemy, civil commotion, sabotage, serious loss or damage by fire, explosions, epidemics, strikes, lockouts or acts of God (hereinafter, referred to events) provided, notice of the happening of any such event is given by
Signature of Tenderer 84 Signature of Accepting Authority
either party to the other within 30 days from the date of occurrence thereof, neither party shall by reason of such event, be entitled to terminate this contract nor shall either party have any claim for damages against the other in respect of such non-performance of delay in performance, and works under the contract shall be resumed as soon as practicable after such event has come to an end or ceased to exist, and the decision of the Engineer as to whether the works have been so resumed or not shall be final and conclusive, PROVIDED FURTHER that if the performance in whole or in part of any obligation under this contract is prevented or delayed by reason of any such event for a period exceeding 120 days, either party may at its option terminate the contract by giving notice to the other party.
17–A Extension Of Time In Contracts : Subject to any requirement in the contract as to completion of any portions or portions of the works before completion of the whole, the contractor shall fully and finally complete the whole of the works comprised in the contract (with such modifications as may be directed under conditions of this contract) by the date entered in the contract or extended date in terms of the following clauses:
(i) Extension Due To Modification : If any modifications have been ordered which in the opinion of the Engineer have materially increased the magnitude of the work, then such extension of the contracted date of completion may be granted as shall appear to the Engineer to be reasonable in the circumstances, provided moreover that the Contractor shall be responsible for requesting such extension of the date as may be considered necessary as soon as the cause thereof shall arise and in any case not less than one month before the expiry of the date fixed for completion of the works.
(ii) Extension For Delay Not Due To Railway Or Contractor : If in the opinion of the Engineer, the progress of work has any time been delayed by any act or neglect of Railway's employees or by other contractor employed by the Railway under Sub-Clause (4) of Clause 20 of these Conditions or in executing the work not forming part of the contract but on which contractor's performance necessarily depends or by reason of proceeding taken or threatened by or dispute with adjoining or to neighbouring owners or public authority arising otherwise through the Contractor's own default etc. or by the delay authorized by the Engineer pending arbitration or in consequences of the contractor not having received in due time necessary instructions from the Railway for which he shall have specially applied in writing to the Engineer or his authorized representative then upon happening of any such event causing delay, the Contractor shall immediately give notice thereof in writing to the Engineer within 15 days of such happening, but shall nevertheless make constantly his best endeavours to bring down or make good the delay and shall do all that may be reasonably required of him to the satisfaction of the Engineer to proceed with the works. The contractor may also indicate the period for which the work is likely to be delayed and shall be bound to ask for necessary extension of time. The Engineer on receipt of such request from the contractor shall consider the same and shall grant such extension of time as in his opinion is reasonable having regard to the nature and period of delay and the type and quantum of work affected thereby. No other compensation shall be payable for works so carried forward to the extended period of time, the same rates, terms and conditions of contract being applicable as if such extended period of time was originally provided in the original contract itself.
(iii) Extension For Delay Due To Railways : In the event of any failure or delay by the Railway to hand over the Contractor possession of the lands necessary for the execution of the works or to give the necessary notice to commence the works or to provide the necessary drawings or instructions or any other delay caused by the Railway due to any other cause whatsoever, then such failure or delay shall in no way affect or vitiate the contract or alter the character thereof or entitle the contractor to damages or compensation therefor, but in any such case, the Railway may grant such extension or extensions of the completion date as may be considered reasonable.
Signature of Tenderer 85 Signature of Accepting Authority
17-B Extension Of Time For Delay Due To Contractor : The time for the execution of the work or part of the works specified in the contract documents shall be deemed to be the essence of the contract and the works must be completed not later than the date(s) as specified in the contract. If the contractor fails to complete the works within the time as specified in the contract for the reasons other than the reasons specified in Clause 17 and 17-A, the Railway may, if satisfied that the works can be completed by the contractor within reasonable short time thereafter, allow the contractor for further extension of time (Proforma at Annexure-VII) as the Engineer may decide. On such extension the Railway will be entitled without prejudice to any other right and remedy available on that behalf, to recover from the contractor as agreed damages and not by way of penalty a sum equivalent to ½ of 1% of the contract value of the works for each week or part of the week.
For the purpose of this Clause, the contract value of the works shall be taken as value of work as per contract agreement including any supplementary work order/contract agreement issued. Provided also, that the total amount of liquidated damages under this condition, shall not exceed the under noted percentage value or of the total value of the item or groups of items of work for which a separate distinct completion period is specified in the contract.
(i) For contract value upto Rs. 2 lakh - 10% of total value of the contract (ii) For contracts valued above Rs. 2 lakh - 10% of first Rs.2 lakh and 5% of balance
Further, competent authority while granting extension to the currency of contract under Clause 17 (B) of GCC may also consider levy of token penalty, as deemed fit based on the merit of the case.
Provided further, that if the Railway is not satisfied that the works can be completed by the Contractor and in the event of failure on the part of the contractor to complete the work within further extension of time allowed as aforesaid, the Railway shall be entitled without prejudice to any other right or remedy available in that behalf, to appropriate the contractor's Security Deposit and rescind the contract under Clause 62 of these Conditions, whether or not actual damage is caused by such default.
18.(1) Illegal Gratification : Any bribe, commission, gift or advantage given, promised or offered by or on behalf to the Contractor or his partner, agent or servant or, anyone on his behalf, to any officer or employee of the Railway, or to any person on his behalf in relation to obtaining or execution of this or any other contract with the Railway shall, in addition to any criminal liability which he may incur, subject contractor to the rescission of the contract and all other contracts with the Railway and to the payment of any loss or damage resulting from such decision and the Railway shall be entitled to deduct the amounts so payable from any moneys due to the Contractor(s) under this contract or any other contracts with the Railway.
18.(2) The Contractor shall not lend or borrow from or have or enter into any monitory dealings or transactions either directly or indirectly with any employee of the Railway and if he shall do so, the Railway shall be entitled forthwith to rescind the contract and all other contracts with the Railway. Any question or dispute as to the commission or any such offence or compensation payable to the Railway under this Clause shall be settled by the General Manager of the Railway, in such a manner as he shall consider fit & sufficient and his decision shall be final & conclusive. In the event of rescission of the contract under this Clause, the Contractor will not be paid any compensation whatsoever except payments for the work done upto the date of rescission.
EXECUTION OF WORKS
19.(1) Contractor's Understanding : It is understood and agreed that the Contractor has, by careful examination, satisfied himself as to the nature and location of the work, the conformation of the ground, the character, quality and quantity of the materials to be encountered, the character of equipment and facilities needed preliminary to and during the
Signature of Tenderer 86 Signature of Accepting Authority
progress of the works, the general and local conditions, the labour conditions prevailing therein and all other matters which can in any way affect the works under the contract.
19.(2) Commencement Of Works : The Contractor shall commence the works within 15 days after the receipt by him of an order in writing to this effect from the Engineer and shall proceed with the same with due expedition and without delay
19.(3) Accepted Programme Of Work : The Contractor who has been awarded the work shall as soon as possible but not later than 30 days after the date of receipt of the acceptance letter in respect of contracts with initial completion period of two years or less or not later than 90 days for other contracts have to submit the detailed programme of work indicating the time schedule of various items of works in the form of Bar Chart/PERT/CPM. He shall also submit the details of organisation (in terms of labour and supervisors) plant and machinery that he intends to utilize (from time to time) for execution of the work within stipulated date of completion. The programme of work amended as necessary by discussions with the Engineer, shall be treated as the agreed programme of the work for the purpose of this contract and the contractor shall endeavour to fulfill this programme of work. The progress of work will be watched accordingly and the liquidated damages will be with reference to the overall completion date. Nothing stated herein shall preclude the contractor in achieving earlier completion of item or whole of the works than indicated in the programme.
19.(4) Setting Out Of Works : The Contractor shall be responsible for the correct setting out of all works in relation to original points, lines and levels of reference at his cost. The Contractor shall execute the work true to alignment, grade, levels and dimensions as shown in the drawing and as directed by the Engineer's representative and shall check these at frequent intervals. The Contractor shall provide all facilities like labour and instruments and shall co-operate with the Engineer's representative to check all alignment, grades, levels and dimensions. If, at any time, during the progress of the works any error shall appear or arise in any part of the work, the Contractor, on being required so to do by the Engineer's representative shall, at his own cost rectify such errors, to the satisfaction of the Engineer's representative. Such checking shall not absolve the Contractor of his own responsibility of maintaining accuracy in the work. The Contractor shall carefully protect and preserve all bench marks, sight rails, pegs and other things used in setting out the work.
20.(1) Compliance To Engineer’s Instructions : The Engineer shall direct the order in which the several parts of the works shall be executed and the Contractor shall execute without delay all orders given by the Engineer from time to time; but the Contractor shall not be relieved thereby from responsibility for the due performance of the works in all respects.
20.(2) Alterations To Be Authorized : No alterations in or additions to or omissions or abandonment of any part of the works shall be deemed authorised, except under instructions from the Engineer, and the Contractor shall be responsible to obtain such instructions in each and every case in writing from the Engineer.
20.(3) Extra Works : Should works over and above those included in the contract require to be executed at the site, the contractor shall have no right to be entrusted with the execution of such works which may be carried out by another contractor or contractors or by other means at the option of the Railway.
20.(4) Separate Contracts In Connection With Works : The Railway shall have the right to let other contracts in connection with the works. The Contractor shall afford other contractors reasonable opportunity for the storage of their materials and the execution of their works and shall properly connect and coordinate his work with theirs. If any part of the Contractors work depends for proper execution or result upon the work of another contractor(s), the Contractor shall inspect and promptly report to the Engineer any defects in such works that render it
Signature of Tenderer 87 Signature of Accepting Authority
unsuitable for such proper execution and results. The Contractor's failure so-to inspect and report shall constitute an acceptance of the other contractor's work as fit and proper for the reception of his work, except as to defects which may develop in the other contractor's work after the execution of his work.
21. Instruction Of Engineer's Representative : Any instructions or approval given by the Engineer's representative to Contractor in connection with the works shall bind the Contractor as though it had been given by the Engineer provided always as follows:
(a) Failure of the Engineer's representative to disapprove any work or materials shall not prejudice the power of the Engineer thereafter to disapprove such work or material and to order the removal or breaking up thereof.
(b) If the Contractor shall be dissatisfied by reason of any decision of the Engineer's representative, he shall be entitled to refer the matter to the Engineer who shall there upon confirm or vary such decision.
22.(1) Adherence To Specifications And Drawings : The whole of the works shall be executed in perfect conformity with the specifications and drawings of the contract. If Contractor performs any works in a manner contrary to the specifications or drawings or any of them and without such reference to the Engineer, he shall bear all the costs arising or ensuing therefrom and shall be responsible for all loss to the Railway.
22.(2) Drawings And Specifications Of The Works : The Contractor shall keep one copy of Drawings and Specifications at the site, in good order, and such contract documents as may be necessary, available to the Engineer or the Engineer's Representative.
22.(3) Ownership Of Drawings And Specifications : All Drawings and Specifications and copies thereof furnished by the Railway to the Contractor are deemed to be the property of the Railway. They shall not be used on other works and with the exception of the signed contract set, shall be returned by the Contractor to the Railway on completion of the work or termination of the Contract.
22.(4) Compliance With Contractor's Request For Details : The Engineer shall furnish with reasonable promptness, after receipt by him of the Contractor's request for the same, additional instructions by means of drawings or otherwise, necessary for the proper execution of the works or any part thereof. All such drawings and instructions shall be consistent with the Contract Documents and reasonably inferable therefrom.
22.(5) Meaning And Intent Of Specification And Drawings : If any ambiguity arises as to the meaning and intent of any portion of the Specifications and Drawings or as to execution or quality of any work or material, or as to the measurements of the works the decision of the Engineer thereon shall be final subject to the appeal (within 7 days of such decision being intimated to the Contractor) to the Chief Engineer who shall have the power to correct any errors, omissions, or discrepancies in aforementioned items and whose decision in the matter in dispute or doubt shall be final and conclusive.
23. Working During Night : The Contractor shall not carry out any work between sun-set and sun-rise without the previous permission of the Engineer.
24. Damage To Railway Property Or Private Life And Property : The Contractor shall be responsible for all risk to the work and for trespass and shall make good at his on expense all loss or damage whether to the works themselves or to any other property of the Railway or the lives, persons or property of others from whatsoever cause in connection with the works until they are taken over by the Railway and this although all reasonable and proper precautions may have been taken by the Contractor, and in case the Railway shall be called upon to make good any costs, loss or damages, or to pay any compensation, including that payable under the provisions of the Workmen's Compensation Act or any statutory amendments
Signature of Tenderer 88 Signature of Accepting Authority
thereof to any person or persons sustaining damages as aforesaid by reason of any act, or any negligence or omissions on the part of the Contractor; the amount of any costs or charges including costs and charges in connection with legal proceedings, which the Railway may incur in reference thereto, shall be charged to the Contractor. The Railway shall have the power and right to pay or to defend or compromise any claim of threatened legal proceedings or in anticipation of legal proceedings being instituted consequent on the action or default of the Contractor, to take such steps as may be considered necessary or desirable to ward off or mitigate the effect of such proceedings, charging to Contractor, as aforesaid, any sum or sums of money which may be paid and any expenses whether for reinstatement or otherwise which may be incurred and the propriety of any such payment, defence or compromise, and the incurring of any such expenses shall not be called in question by the Contractor.
25. Sheds, Stores Houses And Yards : The Contractor shall at his own expense provide himself with sheds, storehouses and yards in such situations and in such numbers as in the opinion of the Engineer is requisite for carrying on the works and the Contractor shall keep at each such sheds, store-houses and yards a sufficient quantity of materials and plant in stock as not to delay the carrying out of the works with due expedition and the Engineer and the Engineer's representative shall have free access to the said sheds, store houses and yards at any time for the purpose of inspecting the stock of materials or plant so kept in hand, and any materials or plant which the Engineer may object to shall not be brought upon or used in the works, but shall be forthwith removed from the sheds, store houses or yards by the Contractor. The Contractor shall at his own expenses provide and maintain suitable mortar mills, soaking vats or any other equipments necessary for the execution of the works.
26. Provision Of Efficient And Competent Staff At Work Sites By The Contractor :
26.1 The Contractor shall place and keep on the works at all times efficient and competent staff to give the necessary directions to his workmen and to see that they execute their work in sound & proper manner and shall employ only such supervisors, workmen & labourers in or about the execution of any of these works as are careful and skilled in the various trades.
26.2 The Contractor shall at once remove from the works any agents, permitted sub-contractor, supervisor, workman or labourer who shall be objected to by the Engineer and if and whenever required by the Engineer, he shall submit a correct return showing the names of all staff and workmen employed by him.
26.3 In the event of the Engineer being of the opinion that the Contractor is not employing on the works a sufficient number of staff and workmen as is necessary for proper completion of the works within the time prescribed, the Contractor shall forthwith on receiving intimation to this effect deploy the additional number of staff and labour as specified by the Engineer within seven days of being so required and failure on the part of the Contractor to comply with such instructions will entitle the Railway to rescind the contract under Clause 62 of these conditions.
26A. Deployment Of Qualified Engineers At Work Sites By The Contractor :
26A.1 The contractor shall also employ Qualified Graduate Engineer or Qualified Diploma Holder Engineer, based on value of contract, as may be prescribed by the Ministry of Railways through separate instructions from time to time.
26A.2 In case the contractor fails to employ the Engineer, as aforesaid in Para 26A.1, he shall be liable to pay penalty at the rates, as may be prescribed by the Ministry of Railways through separate instructions from time to time for the default period for the provisions, as contained in Para 26A.1.
26A.3 No. of qualified engineers required to be deployed by the Contractor for various activities contained in the works contract shall be specified in the tender documents as ‘special condition of contract’ by the tender inviting authority.”
{Authority : Railway Board’s letter no. 2012/CE-I/CT/O/20, New Delhi, Dated 10.05.2013}
Signature of Tenderer 89 Signature of Accepting Authority
27.(1) Workmanship And Testing : The whole of the works and/or supply of materials specified and provided in the contract or that may be necessary to be done in order to form and complete any part thereof shall be executed in the best and most substantial workman like manner with materials of the best and most approved quality of their respective kinds, agreeable to the particulars contained in or implied by the specifications and as referred to in and represented by the drawings or in such other additional particulars, instructions and drawings may be found requisite to be given during the carrying on of the works and to the entire satisfaction of the Engineer according to the instructions and directions which the Contractors may from time to time receive from the Engineer. The materials may be subjected to tests by means of such machines, instruments and appliances as the Engineer may direct and wholly at the expense of the Contractor.
27.(2) Removal Of Improper Work And Materials : The Engineer or the Engineer's Representative shall be entitled to order from time to time:
(a) the removal from the site within the time specified in the order of any materials which in his opinion are not in accordance with the specifications or drawings.
(b) the substitution of proper and suitable materials, and
(c) the removal and proper re-execution, notwithstanding any previous tests thereof or on account payments therefor, of any work which in respect of materials or workmanship is not in his opinion in accordance with the specifications and in case of default on the part of the Contractor in carrying out such order, the Railway shall be entitled to rescind the contract under Clause 62 of these conditions.
28. Facilities For Inspection : The Contractor shall afford the Engineer and the Engineer's Representative every facility for entering in and upon every portion of the work at all hours for the purpose of inspection or otherwise and shall provide all labour, materials, planks, ladders, pumps, appliances and things of every kind required for the purpose and the Engineer and the Engineer's Representative shall at all times have free access to every part of the works and to all places at which materials for the works are stored or being prepared.
29. Examination Of Work Before Covering Up : The Contractor shall give 7 days’ notice to the Engineer or the Engineer's Representative whenever any work or materials are intended to be covered up in the earth, in bodies or walls or otherwise to be placed beyond the reach of measurements in order that the work may be inspected or that correct dimensions may be taken before being so covered, placed beyond the reach of measurement in default whereof, the same shall at the option of the Engineer or the Engineer's Representative be uncovered and measured at the Contractor's expense or no allowance shall be made for such work or materials.
30. Temporary Works : All temporary works necessary for the proper execution of the works shall be provided and maintained by the Contractor and subject to the consent of the Engineer shall be removed by him at his expenses when they are no longer required and in such manner as the Engineer shall direct. In the event of failure on the part of the Contractor to remove the temporary works, the Engineer will cause them to be removed and cost as increased by supervision and other incidental charges shall be recovered from the Contractor. If temporary huts are provided by the Contractor on the Railway land for labour engaged by him for the execution of works, the contractor shall arrange for handing over vacant possession of the said land after the work is completed; if the contractor's labour refuse to vacate, and have to be rejected by the Railway, necessary expenses incurred by the Railway in connection therewith shall be borne by the Contractor.
31.(1) Contractor To Supply Water For Works : Unless otherwise provided in the Contract, the Contractor shall be responsible for the arrangements to obtain supply of water necessary for the works.
Signature of Tenderer 90 Signature of Accepting Authority
31.(2) Water Supply From Railway System : The Railway may supply to the Contractor part or whole of the quantity of the water required for the execution of works from the Railway's existing water supply system at or near the site of works on specified terms and conditions and at such charges as shall be determined by the Railway and payable by the Contractor, provided that the Contractor shall arrange, at his own expense, to effect the connections and lay additional pipe lines and accessories on the site and that the Contractor shall not be entitled to any compensation for interruption of failure of the water supply.
31.(3) Water Supply By Railway Transport : In the event of the Railway arranging supply of water to the Contractor at or near the site of works by travelling water tanks or other means, the freight and other charges incurred thereby, including demurrage charges that may be levied, shall be paid by the Contractor in addition to the charges referred to in Sub-Clause (2) of the Clause provided that the contractor shall not be entitled to any compensation for interruption or failure of the water supply.
31.(4) (a) Contractor To Arrange Supply Of Electric Power For Works : Unless otherwise provided in the contract, the Contractor shall be responsible for arrangements to obtain supply of Electric Power for the works.
(b) Electric Supply From The Railway System : The Railway may supply to the Contractor part or whole of the electric power wherever available and possible, required for execution of works from the Railway's existing electric supply systems at or near the site of works on specified terms and conditions and such charges as shall be determined by the Railway and payable by the Contractor provided the cost of arranging necessary connections to the Railway's Electric Supply systems and laying of underground/overhead conductor, circuit protection, electric power meters, transmission structure, shall be borne by the Contractor and that the Contractor shall not be entitled to any compensation for interruption or failure of the Electric supply system.
32. Property In Materials And Plant : The materials and plant brought by the Contractor upon the site or on the land occupied by the Contractor in connection with the works and intended to be used for the execution thereof shall immediately, they are brought upon the site of the said land, be deemed to be the property of the Railway. Such of them as during the progress of the works are rejected by the Engineer under Clause 25 of these conditions or are declared by him not to be needed for the execution of the works or such as on the grant of the certificate of completion remain unused shall immediately on such rejection, declaration or grant cease to be deemed the property of the Railway and the Contractor may then (but not before) remove them from the site or the said land. This clause shall not in any way diminish the liability of the Contractor nor shall the Railway be in any way answerable for any loss or damage which may happen to or in respect of any such materials or plant either by the same being lost, stolen, injured or destroyed by fire, tempest or otherwise.
33.(1) Tools, Plant And Materials Supplied By Railway : The Contractor shall take all reasonable care of all tools, plant and materials or other property whether of a like description or not belonging to the Railway and committed to his charge for the purpose of the works and shall be responsible for all damage or loss caused by him, his agents, permitted subcontractor, or his workmen or others while they are in his charge. The Contractors shall sign accountable receipts for tools, plants and materials made over to him by the Engineer and on completion of the works shall hand over the unused balance of the same to the Engineer in good order and repair, fair wear and tear excepted, and shall be responsible for any failure to account for the same or any damage done thereto.
33.(2) Hire Of Railway's Plant : The Railway may hire to the Contractor such plant as concrete mixers, compressors and portable engines for use during execution of the works on such terms as may be specified in the special conditions or in a separate agreement for Hire of Plant.
Signature of Tenderer 91 Signature of Accepting Authority
34.(1) Precaution During Progress Of Works : During the execution of works, unless otherwise specified, the Contractor shall at his own cost provide the materials for and execute all shoring, timbering and strutting works as is necessary for the stability and safety of all structures, excavations and works and shall ensure that no damage, injury or loss is caused or likely to be caused to any person or property.
34.(2) Roads And Water Courses : Existing roads or water courses shall not be blocked cut through, altered, diverted or obstructed in any way by the Contractor, except with the permission of the Engineer. All compensations claimed for any unauthorized closure, cutting through, alteration, diversion or obstruction to such roads or water courses by the Contractor or his agent or his staff shall be recoverable from the Contractor by deduction from any sums which may become due to him in terms of contract, or otherwise according to law.
34.(3) Provision Of Access To Premises : During progress of work in any street or thoroughfare, the Contractor shall make adequate provision for the passage of traffic, for securing safe access to all premises approached from such street or thoroughfare and for any drainage, water supply or means of lighting which may be interrupted by reasons of the execution of the works and shall react and maintain at his own cost barriers, lights and other safeguards as prescribed by the Engineer, for the regulation of the traffic, and provide watchmen necessary to prevent accidents. The works shall in such cases be executed night and day, if so ordered by the Engineer and with such vigour so that the traffic way be impeded for as short a time as possible.
34.(4) Safety Of Public : The Contractor shall be responsible to take all precautions to ensure the safety of the public whether on public or Railway property and shall post such look out men as may, in the opinion of the Engineer, be required to comply with regulations appertaining to the work.
35. Use Of Explosives : Explosives shall not be used on the works or on the site by the Contractor without the permission of the Engineer and then only in the manner and to the extent to which such permission is given. Where explosives are required for the works, they shall be stored in a special magazine to be provided by and at the cost of the Contractor in accordance with the Explosive Rules. The Contractor shall obtain the necessary license for the storage and the use of explosives and all operations in which or for which explosives are employed shall be at the sole risk and responsibility of the Contractor and the Contractor shall indemnify the Railway in respect thereof.
36.(1) Suspension Of Works : The Contractor shall on the order of the Engineer, suspend the progress of the works or any part thereof for such time or times and in such manner as the Engineer may consider necessary and shall during such suspension properly protect and secure the work so far as is necessary in the opinion of the Engineer. If such suspension is:
(a) Provided for in the contract, or
(b) Necessary for the proper execution of the works or by the reason of weather conditions or by some default on the part of the Contractor, and or
(c) Necessary for the safety of the works or any part thereof.
36.(2) The Contractor shall not be entitled to the extra costs, if any, incurred by him during the period of suspension of the works, but in the event of any suspension ordered by the Engineer for reasons other than aforementioned and when each such period of suspension exceeds 14 days, the Contractor shall be entitled to such extension of time for completion of the works as the Engineer may consider proper having regard to the period or periods of such suspensions and to such compensations as the Engineer may consider reasonable in respect of salaries or wages paid by the Contractor to his employees during the periods of such suspension.
Signature of Tenderer 92 Signature of Accepting Authority
36.(3) Suspension Lasting More Than 3 Months : If the progress of the works or any part thereof is suspended on the order of the Engineer for more than three months at a time, the Contractor may serve a written notice on the Engineer requiring permission within 15 days from the receipt thereof to proceed with the works or that part thereof in regard to which progress is suspended and if such permission is not granted within that time the Contractor by further written notice so served may, but is not bound to, elect to treat the suspension where it affects part only of the works as an omission of such part or where it affects the whole of the works, as an abandonment of the contract by the Railway.
37. Rates For Items Of Works : The rates, entered in the accepted Schedule of Rates of the Contract are intended to provide for works duly and properly completed in accordance with the General and Special (if any) Conditions of the Contract and the Specifications and drawings together with such enlargements, extensions, diminutions, reductions, alterations or additions as may be ordered in terms of Clause 42 of these conditions and without prejudice to the generality thereof and shall be deemed to include and cover superintendence and labour, supply, including full freight of materials, stores, patterns, profiles, moulds, fittings, centerings, scaffolding, shoring props, timber, machinery, barracks, tackle, roads, pegs, posts, tools and all apparatus and plant required on the works, except such tools, plant or materials as may be specified in the contract to be supplied to the Contractor by the Railway, the erection, maintenance and removal of all temporary works and buildings, all watching, lighting, bailing, pumping and draining, all prevention of or compensation for trespass, all barriers and arrangements for the safety of the public or of employees during the execution of works, all sanitary and medical arrangements for labour camps as may be prescribed by the Railway, the setting of all work and of the construction, repair and upkeep of all centre lines, bench marks and level pegs thereon, site clearance, all fees duties, royalties, rent and compensation to owners for surface damage or taxes and impositions payable to local authorities in respect of land, structures and all material supplied for the work or other duties of expenses for which the Contractor may become liable or may be put to under any provision of law for the purpose of or in connection with the execution of the contract and all such other incidental charges or contingencies as may have been specially provided for in the Specifications.
38. Demurrage And Wharfage Dues : Demurrage charges calculated in accordance with the scale in force for the time being on the Railway and incurred by the Contractor failing to load or unload any goods of materials within the time allowed by the Railway for loading as also wharfage charges, of materials not removed in time as also charges due on consignments booked by or to him shall be paid by the Contractor, failing which such charges shall be debited to the Contractor's account in the hands of the Railway and shall be deducted from any sums which may become due to him in terms of the contracts.
39. (1) Rates For Extra Items Of Works : Any item of work carried out by the Contractor on the instructions of the Engineer which is not included in the accepted Schedules of Rates shall be executed at the rates set forth in the "Schedule of Rates of Railway" modified by the tender percentage and such items are not contained in the latter, at the rate agreed upon between the Engineer and the Contractor before the execution of such items of work and the Contractors shall be bound to notify the Engineer at least seven days before the necessity arises for the execution of such items of works that the accepted Schedule of Rates does not include rate or rates for the extra work involved. The rates payable for such items shall be decided at the meeting to be held between the Engineer and Contractor, in as short a period as possible after the need for the special item has come to the notice. In case the Contractor fails to attend the meeting after being notified to do so or in the event of no settlement being arrived at, the Railway shall be entitled to execute the extra works by other means and the Contractor shall have no claim for loss or damage that may result from such procedure.
39.(2) Provided that if the Contractor commences work or incurs any expenditure in regard thereto before the rates as determined and agreed upon as lastly hereuntofore-mentioned, then and in such a case the Contractor shall only be entitled to be paid in respect of the work carried out or expenditure incurred by him prior to the date of determination of the rates as aforesaid
Signature of Tenderer 93 Signature of Accepting Authority
according to the rates as shall be fixed by the Engineer. However, if the Contractor is not satisfied with the decision of the Engineer in this respect, he may appeal to the Chief Engineer within 30 days of getting the decision of the Engineer, supported by analysis of the rates claimed. The Chief Engineer's decision after hearing both the parties in the matter would be final and binding on the Contractor and the Railway.
40.(1) Handing Over Of Works : The Contractor shall be bound to hand over the works executed under the contract to the Railway complete in all respects to the satisfaction of the Engineer. The Engineer shall determine the date on which the work is considered to have been completed, in support of which his certificate shall be regarded as sufficient evidence for all purposes. The Engineer shall determine from time to time, the date on which any particular section of the work shall have been completed, and the contractor shall be bound to observe any such determination of the Engineer.
40.(2) Clearance Of Site On Completion : On completion of the works, the Contractor shall clear away and remove from the site all constructional plant, surplus materials, rubbish and temporary works of every kind and leave the whole of the site and works clean and in a workman like condition to the satisfaction of the Engineer. No final payment in settlement of the accounts for the works shall be paid, held to be due or shall be made to the, Contractor till, in addition to any other condition necessary for final payment, site clearance shall have been affected by him, and such clearance may be made by the Engineer at the expense of the Contractor in the event of his failure to comply with this provision within 7 days after receiving notice to that effect. Should it become necessary for the Engineer to have the site cleared at the expenses of the Contractor, the Railway shall not be held liable for any loss or damage to such of the Contractor's property as may be on the site and due to such removal there from which removal may be affected by means of public sales of such materials and property or in such a way as deemed fit and convenient to the Engineer.
VARIATIONS IN EXTENT OF CONTRACT
41. Modification To Contract To Be In Writing : In the event of any of the provisions of the contract requiring to be modified after the contract documents have been signed, the modifications shall be made in writing and signed by the Railway and the Contractor and no work shall proceed under such modifications until this has been done. Any verbal or written arrangement abandoning, modifying, extending, reducing or supplementing the contract or any of the terms thereof shall be deemed conditional and shall not be binding on the Railway unless and until the same is incorporated in a formal instrument and signed by the Railway and the Contractor, and till then the Railway shall have the right to repudiate such arrangements.
42.(1) Powers of Modification To Contract : The Engineer on behalf of the Railway shall be entitled by order in writing to enlarge or extend, diminish or reduce the works or make any alterations in their design, character position, site, quantities, dimensions or in the method of their execution or in the combination and use of materials for the execution thereof or to order any additional work to be done or any works not to be done and the contractor will not be entitled, to any compensation for any increase/reduction in the quantities of work but will be paid only for the actual amount of work done and for approved materials supplied against a specific order.
42.(2) (i) Unless otherwise specified in the special conditions of the contract, the accepted variation in quantity of each individual item of the contract would be upto 25% of the quantity originally contracted, except in case of foundation work. The contractor shall be bound to carry out the work at the agreed rates and shall not be entitled to any claim or any compensation whatsoever upto the limit of 25% variation in quantity of individual item of works.
(ii) In case of earthwork, the variation limit of 25% shall apply to the gross quantity of earth work and variation in the quantities of individual classifications of soil shall not be subject to this limit.
Signature of Tenderer 94 Signature of Accepting Authority
(iii) In case of foundation work, no variation limit shall apply and the work shall be carried out by the contractor on agreed rates irrespective of any variation.
42.(3) Valuation Of Variations : The enlargements, extensions, diminution, reduction, alterations or additions referred to in Sub-Clause (2) of this Clause shall in no degree affect the validity of the contract; but shall be performed by the Contractor as provided therein and be subject to the same conditions, stipulations and obligations as if they had been originally and expressively included and provided for in the Specifications and Drawings and the amounts to be paid therefor shall be calculated in accordance with the accepted Schedule of Rates. Any extra items/quantities of work falling outside the purview of the provisions of Sub-Clause (2) above shall be paid for at the rates determined under Clause-39 of these Conditions.
42.(4) Variations In Quantities During Execution Of Works Contracts : The procedure detailed below shall be adopted for dealing with variations in quantities during execution of works contracts:
1. Individual NS items in contracts shall be operated with variation of plus or minus 25% and payment would be made as per the agreement rate. For this, no finance concurrence would be required.
2. In case an increase in quantity of an individual item by more than 25% of the agreement quantity is considered unavoidable, the same shall be got executed by floating a fresh tender. If floating a fresh tender for operating that item is considered not practicable, quantity of that item may be operated in excess of 125% of the agreement quantity subject to the following conditions:
(a) Operation of an item by more than 125% of the agreement quantity needs the approval of an officer of the rank not less than S.A. Grade;
(i) Quantities operated in excess of 125% but upto 140% of the agreement quantity of the concerned item, shall be paid at 98% of the rate awarded for that item in that particular tender;
(ii) Quantities operated in excess of 140% but upto 150% of the agreement quantity of the concerned item shall be paid at 96% of the rate awarded for that item in that particular tender;
(iii) Variation in quantities of individual items beyond 150% will be prohibited and would be permitted only in exceptional unavoidable circumstances with the concurrence of associate finance and shall be paid at 96% of the rate awarded for that item in that particular tender.
(b) The variation in quantities as per the above formula will apply only to the Individual items of the contract and not on the overall contract value.
(c) Execution of quantities beyond 150% of the overall agreemental value should not be permitted and, if found necessary, should be only through fresh tenders or by negotiating with existing contractor, with prior personal concurrence of FA&CAO / FA&CAO(C) and approval of General Manager.
3. In cases where decrease is involved during execution of contract :
(a) The contract signing authority can decrease the items upto 25% of individual item without finance concurrence.
(b) For decrease beyond 25% for individual items or 25% of contract agreement value, the approval of an officer not less than rank of S.A. Grade may be taken, after obtaining 'No Claim Certificate' from the contractor and with finance concurrence, giving detailed reasons for each such decrease in the quantities.
(c) It should be certified that the work proposed to be reduced will not be required in the same work.
Signature of Tenderer 95 Signature of Accepting Authority
4. The limit for varying quantities for minor value items shall be 100% (as against 25% prescribed for other items). A minor value item for this purpose is defined as an item whose original agreement value is less than 1 % of the total original agreement value.
5. No such quantity variation limit shall apply for foundation items.
6. As far as SOR items are concerned, the limit of 25% would apply to the value of SOR schedule as a whole and not on individual SOR items. However, in case of NS items, the limit of 25% would apply on the individual items irrespective of the manner of quoting the rate (single percentage rate or individual item rate).
7. For the tenders accepted at Zonal Railways level, variations in the quantities will be approved by the authority in whose powers revised value of the agreement lies.
8. For tenders accepted by General Manager, variations upto 125% of the original agreement value may be accepted by General Manager.
9. For tenders accepted by Board Members and Railway Ministers, variations upto 110% of the original agreement value may be accepted by General Manager.
10. The aspect of vitiation of tender with respect to variation in quantities should be checked and avoided. In case of vitiation of the tender (both for increase as well as decrease of value of contract agreement), sanction of the competent authority as per single tender should be obtained.
{Authority : (1) Item-9 to Railway Board's letter no. 2007/CE-I/CT/18, Dated 28.09.07 and (2) Item-2 to Railway Board’s letter no. 2007/CE.I/CT/18/Pt.XII, Dated 31.12.10}
CLAIMS
43.(1) Monthly Statement Of Claims : The Contractor shall prepare and furnish to the Engineer once in every month an account giving full and detailed particulars of all claims for any additional expenses to which the Contractor may consider himself entitled to and of all extra or additional works ordered by the Engineer which he has executed during the preceding month and no claim for payment for and such work will be considered which has not been included in such particulars.
43.(2) Signing Of "No Claim" Certificate : The Contractor shall not be entitled to make any claim whatsoever against the Railway under or by virtue of or arising out of this contract, nor shall the Railway entertain or consider any such claim, if made by the Contractor, after he shall have signed a "No Claim" Certificate in favour of the Railway in such form as shall be required by the Railway after the works are finally measured up. The Contactor shall be debarred from disputing the correctness of the items covered by "No Claim" Certificate or demanding a clearance to arbitration in respect thereof.
MEASUREMENTS, CERTIFICATES AND PAYMENTS
44. Quantities In Schedule Annexed To Contract : The quantities set out in the accepted Schedule of Rates with items of works quantified are the estimated quantities of the works and they shall not be taken as the actual and correct quantities of the work to be executed by the Contractor in fulfillment of his obligations under the contract.
45. Measurement Of Works : The Contractor shall be paid for the works at the rates in the accepted Schedule of Rates and for extra works at rates determined under Clause 39 of these Conditions on the measurements taken by the Engineer or the Engineer's representative in accordance with the rules prescribed for the purpose by the Railway. The quantities for items the unit of which in the accepted Schedule of Rates is 100 or 1000 shall be calculated to the nearest whole number, any fraction below half being dropped and half and above being taken as one; for items the unit of which in the accepted Schedule of Rates is single, the quantities shall be calculated to two places of decimals. Such measurements will be taken of the work in progress
Signature of Tenderer 96 Signature of Accepting Authority
from time to time and at such intervals as in the opinion of the Engineer shall be proper having regard to the progress of works. The date and time on which ‘on account’ or ‘final’ measurements are to be made shall be communicated to the Contractor who shall be present at the site and shall sign the results of the measurements (which shall also be signed by the Engineer or the Engineer's representative) recorded in the official measurements book as an acknowledgement of his acceptance of the accuracy of the measurements. Failing the Contractor's attendance, the work may be measured up in his absence and such measurements shall, notwithstanding such absence, be binding upon the Contractor whether or not he shall have signed the measurement books provided always that any objection made by him to measurement shall be duly investigated and considered in the manner set out below:
(a) It shall be open to the Contractor to take specific objection to any recorded measurements or Classification on any ground within seven days of the date of such measurements. Any re-measurement taken by the Engineer or the Engineer's representative in the presence of the Contractor or in his absence after due notice has been given to him in consequence of objection made by the Contractor shall be final and binding on the Contractor and no claim whatsoever shall thereafter be entertained regarding the accuracy and classification of the measurements.
(b) If an objection raised by the Contractor is found by the Engineer to be incorrect the Contractor shall be liable to pay the actual expenses incurred in measurements.
46.(1) "On-Account " Payments : The Contractor shall be entitled to be paid from time to time by way of "On-Account" payment only for such works as in the opinion of the Engineer he has executed in terms of the contract. All payments due on the Engineer's or the Engineer's Representative's certificates of measurements shall be subject to any deductions which may be made under these presents and shall further be subject to, unless otherwise required by Clause 16 of these Conditions, a retention of ten percent by way of Security Deposits, until the amount of Security Deposit by way of retained earnest money and such retentions shall amount to 10% of the total value of the contract provided always that the Engineer may by any certificate make any correction or modification in any previous certificate which shall have been issued by him and that the Engineer may withhold any certificate, if the works or any part thereof are not being carried out to his satisfaction.
46.(2) Rounding Off Amounts : The total amount due on each certificate shall be rounded off to the nearest rupee, i.e. sum less than 50 paise shall be omitted and sums of 50 paise and more upto Rs.1 will be reckoned as Rs. 1.
46.(3) On Account Payments Not Prejudicial To Final Settlement : "On-Account" payments made to the Contractor shall be without prejudice to the final making up of the accounts (except where measurements are specifically noted in the Measurement Book as "Final Measurements" and as such have been signed by the Contractor) and shall in no respect be considered or used as evidence of any facts stated in or to be inferred from such accounts nor of any particular quantity of work having been executed nor of the manner of its execution being satisfactory.
46.(4) Manner Of Payment : Unless otherwise specified payments to the Contractor will be made by cheque; but no cheque will be issued for and amount less than Rs.100.
46A. Price Variation Clause (PVC) :
46A.1 Applicability : Price Variation Clause (PVC) shall be applicable only for tenders of value as prescribed by the Ministry of Railways through instructions/circulars issued from time to time and irrespective of the contract completion period. Materials supplied free of cost by Railway to the contractors shall fall outside the purview of Price Variation Clause. If, in any case, accepted offer includes some specific payment
Signature of Tenderer 97 Signature of Accepting Authority
to be made to consultants or some materials supplied by Railway free or at fixed rate, such payments shall be excluded from the gross value of the work for the purpose of payment/recovery of price variation.
46A.2 Base Month : The Base Month for ‘Price Variation Clause’ shall be taken as month of opening of tender including extensions, if any, unless otherwise stated elsewhere. The quarter for applicability of PVC shall commence from the month following the month of opening of tender. The Price Variation shall be based on the average Price Index of the quarter under consideration.
46A.3 Validity : Rates accepted by Railway Administration shall hold good till completion of work and no additional individual claim shall be admissible on account of fluctuations in market rates, increase in taxes/any other levies/tolls etc. except that payment/recovery for overall market situation shall be made as per Price Variation Clause given hereunder.
46A.4 Adjustment for variation in prices of material, labour, fuel, explosives, detonators, steel, concreting, ferrous, non-ferrous, insulators, zinc and cement shall be determined in the manner prescribed.
46A.5 Components of various items in a contract on which variation in prices be admissible, shall be Material, Labour, Fuel, Explosives, Detonators, Steel, Cement & Lime, Concreting, Ferrous, Non-ferrous, Insulator, Zinc, Erection etc. However, for fixed components, no price variation shall be admissible.
46A.6 The percentages of labour component, material component, fuel component etc. in various types of Engineering Works shall be as under :
Component Percentage Component Percentage (A) Earthwork Contracts :
Labour Component 50% Other Material Components 15% Fuel Component 20% Fixed Component * 15%
(B) Ballast and Quarry Products Contracts : Labour Component 55% Other Material Components 15% Fuel Component 15% Fixed Component * 15%
(C) Tunnelling Contracts : Labour Component 45% Detonators Component 5% Fuel Component 15% Other Material Components 5% Explosive Component 15% Fixed Component * 15%
(D) Other Works Contracts : Labour Component 30% Fuel Component 15% Material Component 40% Fixed Component * 15%
* It shall not be considered for any price variation.
46A.7 Formulae : The Amount of variation in prices in several components (labour material etc.) shall be worked out by the following formulae : (i) L = W x (LQ – LB) x LC LB 100 (ii) M = W x (MQ – MB) x MC MB 100
Signature of Tenderer 98 Signature of Accepting Authority
(iii) F = W x (FQ – FB) x FC FB 100 (iv) E = W x (EQ – EB) x EC EB 100 (v) D = W x (DQ – DB) x DC DB 100 (vi) S = SW x (SQ – SB)
(vii) C = CV x (CQ – CB) / CB
For Railway Electrification Works :
(viii) T = [(CS - CO) / CO x 0.4136] x TC
(ix) R = [(RT - RO) / RO + (ZT - ZO) / ZO x 0.06] x RC
(x) N = [(PT - PO) / PO] x NC
(xi) Z = [(ZT - ZO) / ZO] x ZC
(xii) I = [(IT – IO) / IT] x 85
Where, L Amount of price variation in Labour M Amount of price variation in Materials F Amount of price variation in Fuel E Amount of price variation in Explosives D Amount of price variation in Detonators S Amount of price variation in Steel C Amount of price variation in Cement T Amount of price variation in Concreting R Amount of price variation in Ferrous Items N Amount of price variation in Non-Ferrous Items Z Amount of price variation in Zinc I Amount of price variation in Insulator LC % of Labour Component MC % of Material Component FC % of Fuel Component EC % of Explosive Component DC % of Detonators Component TC % of Concreting Component RC % of Ferrous Component NC % of Non-Ferrous Component ZC % of Zinc Component W Gross value of work done by contractor as per on-account bill(s), excluding
cost of materials supplied by Railway at fixed price, minus the price values of cement and steel. This will also exclude specific payment, if any, to be made to the consultants engaged by contractors (such payment shall be indicated in the contractor’s offer)
LB Consumer Price Index Number for Industrial Workers - All India : Published in R.B.I. Bulletin for the base period
LQ Consumer Price Index Number for Industrial Workers - All India : Published in R.B.I. Bulletin for the average price index of the 3 months of the quarter under consideration
Signature of Tenderer 99 Signature of Accepting Authority
MB Index Number of Wholesale Prices – By Groups and Sub-Groups : All commodities – as published in the R.B.I. Bulletin for the base period
MQ Index Number of Wholesale Prices – By Groups and Sub-Groups : All commodities – as published in the R.B.I. Bulletin for the average price index of the 3 months of the quarter under consideration
FB Index Number of Wholesale Prices – By Groups and Sub-Groups for Fuel and Power as published in the R.B.I. Bulletin for the base period
FQ Index Number of Wholesale Prices – By Groups and Sub-Groups for Fuel and Power as published in the R.B.I. Bulletin for the average price index of the 3 months of the quarter under consideration
EB Cost of explosives, as fixed by DGS&D in the relevant rate contract of the firm from whom purchases of explosives are made by the contractor for the base period
EQ Cost of explosives, as fixed by DGS&D in the relevant rate contract of the firm from whom purchases of explosives are made by the contractor for the average price index of the 3 months of the quarter under consideration
DB Cost of detonators, as fixed by DGS&D in the relevant rate contract of the firm from whom purchases of detonators are made by the contractor for the base period
DQ Cost of detonators, as fixed by DGS&D in the relevant rate contract of the firm from whom purchases of detonators are made by the contractor for the average price index of the 3 months of the quarter under consideration
SW Weight of steel in tonne, supplied by the contractor as per the ‘on-account’ bill for the month under consideration
SQ SAIL’s (Steel Authority of India Limited) ex-works price plus Excise Duty thereof (in rupees per tonne) for the relevant category of steel supplied by the contractor, as prevailing on the first day of the month in which the steel was purchased by the contractor (or) as prevailing on the first day of the month in which steel was brought to the site by the contractor, whichever is lower
In case, there is no notification by SAIL for the month under consideration, the price of steel, as notified in the last available month shall be taken
SB SAIL’s ex-works price plus Excise Duty thereof (in Rs. per tonne) for the relevant category of steel supplied by the contractor as prevailing on the first day of the month in which the tender was opened
In case, there is no notification by SAIL for the month under consideration, the price of steel, as notified in the last available month shall be taken
CV Value of Cement supplied by Contractor as per on account bill in the quarter under consideration
CB Index No. of Wholesale Price of sub-group (of Cement & Lime) as published in RBI Bulletin for the base period
CQ Index No. of Wholesale Price of sub-group (of Cement & Lime) as published in RBI Bulletin for the average price index of the 3 months of the quarter under consideration
CS RBI wholesale price index for cement & lime for the month which is six months prior to date of casting of foundation
Co RBI wholesale price index for cement & lime for the month which is one month prior to date of opening of tender
RT IEEMA price index for Iron & Steel for the month which is two months prior to date of inspection of material.
RO IEEMA price index for Iron & Steel for the month which is one month prior to date of opening of tender.
PT IEEMA price for Copper wire bar for the month which is two months prior to date of inspection of material.
Signature of Tenderer 100 Signature of Accepting Authority
PO IEEMA price for Copper wire bar for the month which is one month prior to date of opening of tender.
ZT IEEMA price for Zinc for the month which is two months prior to date of inspection of material
ZO IEEMA price for Zinc for the month which is one month prior to date of opening of tender
IT RBI wholesale price index for Structural Clay Products for the month which is two months prior to date of inspection of material
IO RBI wholesale price index for Structural Clay Products for the month which is one month prior to date of opening of tender
{Authority : Railway Board’s letters no. 85/W-I/CT/7 Pt.I, Dated 18.07.2012 and no. 2007/CE-I/CT/18/Pt.13, Dated 02.05.2014}
46A.8 The demands for escalation of cost shall be allowed on the basis of provisional indices made available by Reserve Bank of India. Any adjustment needed to be done based on the finally published indices shall be made as and when they become available.
46A.9 Relevant categories of steel for the purpose of operating Price Variation formula, as mentioned in this Clause, based on SAIL’s ex-works price plus Excise Duty thereof, shall be as under :
SL
Category Of Steel Supplied In Railway Work
Category Of Steel Produced By SAIL Whose Ex-Works Price Plus Excise Duty Would Be
Adopted To Determine Price Variation 1 Reinforcement bars and other
rounds TMT 8mm IS 1786 Fe 415/Fe 500
2. All types and sizes of angles Angle 65 x 65 x 6 mm IS 2062 E250A SK 3. All types and sizes of plates PM Plates above 10-20 mm IS 2062 E250A SK 4. All types and sizes of channels
and joists Channels 200 x 75 mm IS 2062 E250A SK
5. Any other section of steel not covered in the above categories and excluding HTS
Average of price for the 3 categories covered under SL 1, 2 & 3 above
46A.10 Price Variation During Extended Period Of Contract
The price adjustment as worked out above, i.e. either increase or decrease shall be applicable upto the stipulated date of completion of work including the extended period of completion where such extension has been granted under Clause 17-A of the Standard General Conditions of Contract. However, where extension of time has been granted due to contractor’s failure under Clause 17-B of the Standard General Conditions of Contract, price adjustment shall be done as follows :
(a) In case the indices increase above the indices applicable to the last month of original completion period or the extended period under Clause 17-A, the price adjustment for the period of extension granted under Clause 17-B shall be limited to the amount payable as per the Indices applicable to the last month of the original completion period or the extended period under Clause 17-A of the Standard General Conditions of Contract; as the case may be.
(b) In case the indices fall below the indices applicable to the last month of original/ extended period of completion under Clause 17-A, as the case may be; then the lower indices shall be adopted for the price adjustment for the period of extension under Clause 17-B of the Standard General Conditions of Contract.
{Authority : Railway Board’s letters no. 2007/CE-I/CT/18/Pt.19, Dated 14.12.12}
Signature of Tenderer 101 Signature of Accepting Authority
47. Maintenance Of Works : The Contractor shall at all times during the progress and continuance of the works and also for the period of maintenance specified in the Tender Form after the date of passing of the certificate of completion by the Engineer or any other earlier date subsequent to the completion of the works that may be fixed by the Engineer be responsible for and effectively maintain and uphold in good substantial, sound and perfect condition all and every part of the works and shall make good from time to time and at all times as often as the Engineer shall require, any damage or defect that may during the above period arise in or be discovered or be in any way connected with the works, provided that such damage or defect is not directly caused by errors in the contract documents, act of providence or insurrection or civil riot, and the Contractor shall be liable for and shall pay and make good to the Railway or other persons legally entitled thereto whenever required by the Engineer so to do, all losses, damages, costs and expenses they or any of them may incur or be put or be liable to by reasons or in consequence of the operations of the Contractor or of his failure in any respect.
48.(1) Certificate Of Completion Of Works : As soon as in the opinion of the Engineer, the work has been completed and has satisfactorily passed any final test or tests that may be prescribed, the Engineer shall issue a certificate of completion duly indicating the date of completion in respect of the work and the period of maintenance of the work shall commence from the date of completion mentioned in such certificate. The Engineer may also issue such a certificate indicating date of completion with respect to any part of the work (before the completion of the whole of work), which has been both completed to the satisfaction of the Engineer and occupied or used by the Railway. When any such certificate is given in respect of part of a work, such part shall be considered as completed and the period of maintenance of such part shall commence from the date of completion mentioned in the completion certificate issued for that part of the work.
{Authority : Railway Board’s letter no. 2010/CE-I/CT/11, Dated 11.06.2010}
48.(2) Contractor Not Absolved By Completion Certificate : The Certificate of Completion in respect of the works referred to in Sub-Clause (1) of this Clause shall not absolve the Contractor from his liability to make good any defects imperfections, shrinkages or faults which may appear during the period of maintenance specified in the tender arising in the opinion of the Engineer from materials or workmanship not in accordance with the drawings or specifications or instruction of the Engineer, which defects, imperfections, shrinkages or faults shall upon the direction in writing of the Engineer be amended and made good by the Contractor at his own cost; and in case of default on the part of Contractor, the Engineer may employ labour and materials or appoint another Contractor to amend and make good such defects, imperfections, shrinkages and faults and all expenses consequent thereon and incidental thereto shall be borne by the Contractor and shall be recoverable from any moneys due to him under the contract.
49. Approval Only By Maintenance Certificate : No certificate other than maintenance certificate referred to in Clause 50 of the Conditions shall be deemed to constitute approval of any work or other matter in respect of which it is issued or shall be taken as an admission of the due performance of the contract or any part thereof or of the accuracy of any claim or demand made by the Contractor or of additional varied work having been ordered by the Engineer nor shall any other certificate conclude or prejudice any of the powers of the Engineer.
50.(1) Maintenance Certificate : The Contract shall not be considered as completed until a Maintenance Certificate shall have been signed by the Engineer stating that the works have been completed and maintained to his satisfaction. The maintenance Certificate shall be given by the Engineer upon the expiration of the period of maintenance or as soon thereafter as any works ordered during such period pursuant to Sub Clause (2) to Clause 48 of these Conditions shall have been completed to the satisfaction of the Engineer and full effect shall be given to this Clause notwithstanding the taking possession of or using the works or any part thereof by the Railway.
Signature of Tenderer 102 Signature of Accepting Authority
50.(2) Cessation Of Railway’s Liability : The Railway shall not be liable to the Contractor for any matter arising out of or in connection with the contract of the execution of the works unless the Contractor shall have made a claim in writing in respect thereof before the issue of the Maintenance Certificate under this clause.
50.(3) Unfulfilled Obligations : Notwithstanding the issue of the Maintenance Certificate the Contractor and (subject to Sub-Clause (2) of this Clause) the Railway shall remain liable for the fulfillment of any obligation incurred under the provision of the contract prior to the issue of the Maintenance Certificate which remains unperformed at the time such certificate is issued and for the purposes of determining the nature and extent of any such obligations, the contract shall be deemed to remain in force between the parties thereto.
51.(1) Final Payment : On the Engineer's certificate of completion in respect of the works, adjustment shall be made and the balance of account based on the Engineer or the Engineer's representative's certified measurements of the total quantity of work executed by the Contractor upto the date of completion and on the accepted schedule or rates and for extra works on rates determined under Clause 39 of these Conditions shall be paid to the Contractor subject always to any deduction which may be made under these presents and further subject to the Contractor having delivered to the Engineer either a full account in detail of all claims he may have on the Railway in respect of the works or having delivered "No Claim Certificate” and the Engineer having after the receipt of such account given a certificate in writing that such claims are correct, that the whole of the works to be done under the provisions of the Contracts have been completed, that they have been inspected by him since their completion and found to be in good and substantial order, that all properties, works and things, removed, disturbed or injured in consequence of the works have been properly replaced and made good and all expenses and demands incurred by or made upon the Railway for or in the respect of damage or loss by from or in consequence of the works, have been satisfied agreeably and in conformity with the contract.
51.(2) Post Payment Audit : It is an agreed term of contract that the Railway reserves to itself the right to carry out a post-payment audit and or technical examination of the works and the final bill including all supporting vouchers, abstracts etc. and to make a claim on the contractor for the refund any excess amount paid to him, if as a result of such examination any over-payment to him is discovered to have been made in respect of any works done or alleged to have been done by him under the contract.
51-A. Production Of Vouchers Etc. By The Contractor :
(i) For a contract of more than one crore of rupees, the contractor shall, whenever required, produce or cause to be produced for examination by the Engineer any quotation, invoice, cost or other account, book of accounts, voucher, receipt, letter, memorandum, paper of writing or any copy of or extract from any such document and also furnish information and returns verified in such manner as may be required in any way relating to the execution of this contract or relevant for verifying or ascertaining cost of execution of this contract (the decision of the Engineer on the question of relevancy of any documents, information or return being final and binding in the parties). The contractor shall similarly produce vouchers etc., if required to prove to the Engineer, that materials supplied by him, are in accordance with the specifications laid down in the contract.
(ii) If any portion of the work in a contract of value more than one crore of rupees be carried out by a sub-contractor or any subsidiary or allied firm or company (as per Clause 7 of the Standard General Conditions of Contract), the Engineer shall have power to secure the books of such sub-contract or any subsidiary or allied firm or company, through the contractor, and such books shall be open to his inspection.
Signature of Tenderer 103 Signature of Accepting Authority
(iii) The obligations imposed by Sub Clause (i) & (ii) above is without prejudice to the obligations of the contractor under any statute rules or orders binding on the contractor.
52. Withholding And Lien In Respect Of Sums Claimed : Whenever any claim or claims for payment of a sum of money arises out of or under the contract against the contractor, the Railway shall be entitled to withhold and also have a lien to retain such sum or sums in whole or in part from the security, if any, deposited by the contractor and for the purpose aforesaid, the Railway shall be entitled to withhold the said cash Security Deposit or the Security if any, furnished as the case may be and also have a lien over the same pending finalization or adjudication of any such claim. In the event of the security being insufficient to cover the claimed amount or amounts or if no security has been taken from the contractor, the Railway shall be entitled to withhold and have a lien to the extent of the such claimed amount or amounts referred to supra, from any sum or sums found payable or which at any time thereafter may become payable to the contractor under the same contract or any other contract with this or any other Railway or any Department of the Central Government pending finalization or adjudication of any such claim.
It is an agreed term of the contract that the sum of money or moneys so withheld or retained under the lien referred to above, by the Railway will be kept withheld or retained as such by the Railways till the claim arising out of or under the contract is determined by the arbitrator (if the contract governed by the Arbitration Clause) or by the competent court as the case may be and that the contractor will have no claim for interest or damages whatsoever on any account in respect of such withholding or retention under the lien referred to supra and duly notified as such to the contractor. For the purpose of this clause, where the contractor is a partnership firm or a limited company, the Railway shall be entitled to withhold and also have a lien to retain towards such claimed amount or amounts in whole or in part from any sum found payable to any partner / limited company, as the case may be whether in his individual capacity or otherwise.
52-A Lien In Respect Of Claims In Other Contracts :
(i) Any sum of money due and payable to the contractor (including the Security Deposit returnable to him) under the contract may be withheld or retained by way of lien by the Railway, against any claim of this or any other Railway or any other Department of the Central Government in respect of payment of a sum of money arising out of or under any other contract made by the contractor with this or any other Department of the Central Government.
(ii) However, recovery of claims of Railway in regard to terminated contracts may be made from the Final Bills, Security Deposits and Performance Guarantees of other contract or contracts, executed by the contractor. The Performance Guarantees submitted by the Contractor against other contracts, if required, may be withheld and encashed. In addition, 10% of each subsequent ‘on-account bill’ may be withheld, if required, for recovery of Railway’s dues against the terminated contract.
{Authority : Railway Board’s letter no. 2010/CE-I(Spl.)/CT/41, Dated 27.04.2011}
(iii) It is an agreed term of the contract that the sum of money so withheld or retained under this Clause by the Railway will be kept withheld or retained as such by the Railway till the claim arising out of or under any other contract is either mutually settled or determined by arbitration, if the other contract is governed by Arbitration Clause or by the competent court as the case may be and contractor shall have no claim for interest or damages whatsoever on this account or on any other ground in respect of any sum of money withheld or retained under this Clause and duly notified as such to the contractor.
53. Signature On Receipts For Amounts : Every receipt for money which may become payable or for any security which may become transferable to the Contractors under these
Signature of Tenderer 104 Signature of Accepting Authority
presents, shall, if signed in the partnership name by anyone of the partners of a Contractor's firm be a good and sufficient discharge to the Railway in respect of the moneys or security purported to be acknowledged thereby and in the event of death of any of the Contractor, partners during the pendency of the contract, it is hereby expressly agreed that every receipt by anyone of the surviving Contractor partners shall if so signed as aforesaid be good and sufficient discharge as aforesaid provided that nothing in this Clause contained shall be deemed to prejudice or effect any claim which the Railway may hereafter have against the legal representative of any contractor partner so dying for or in respect to any breach of any of the conditions of the contract, provided also that nothing in this clause contained shall be deemed to prejudice or effect the respective rights or obligations of the Contractor partners and of the legal representatives of any deceased Contractor partners interse.
LABOUR
54. Wages To Labour : The Contractor shall be responsible to ensure compliance with the provision of the Minimum Wages Act, 1948 (hereinafter referred to as the “said Act” and the Rules made thereunder in respect of any employees directly or through petty contractors or sub-contractors employed by him on road construction or in building operations or in stone breaking or stone crushing for the purpose of carrying out this contract.
If, in compliance with the terms of the contract, the Contractor supplied any labour to be used wholly or partly under the direct orders and control of the Railways whether in connection with any work being executed by the Contractor or otherwise for the purpose of the Railway such labour shall, for the purpose of this Clause, still be deemed to be persons employed by the Contractor.
If any moneys shall, as a result of any claim or application made under the said Act be directed to be paid by the Railway, such money shall be deemed to be moneys payable to the Railway by the Contractor and on failure by the Contractor to repay the Railway any moneys paid by it as aforesaid within seven days after the same shall have been demanded, the Railways shall be entitled to recover the same from any moneys due or accruing to the contractor under this or any other Contract with the Railways.
54-A. Apprentices Act : The Contractor shall be responsible to ensure compliance with the provisions of the Apprentices Act, 1961 and the Rules and Orders issued thereunder from time to time in respect of apprentices directly or through petty contractors or sub-contractors employed by him for the purpose of carrying out the Contract.
If the contractor directly or through petty contractors or sub-contractors fails to do so, his failure will be a breach of the contract and the Railway may, in its discretion, rescind the contract. The contractor shall also be liable for any pecuniary liability arising on account of any violation of the provisions of the Act.
Note: The contractors are required to engage apprentices when the works undertaken by them last for a period of one year or more and/or the cost of works is rupees one lakh or more.
55. Provisions Of Payments Of Wages Act : The Contractor shall comply with the provisions of the Payment of Wages Act, 1936 and the rules made thereunder in respect of all employees employed by him either directly or through petty contractors or sub-contractors in the works. If in compliance with the terms of the contract, the Contractor directly or through petty contractors or sub-contractors shall supply any labour to be used wholly or partly under the direct orders and control of the Engineer whether in connection with the works to be executed hereunder or otherwise for the purpose of the Engineer, such labour shall never the less be deemed to comprise persons employed by the contractor and any moneys which may be ordered to be paid by the Engineer shall be deemed to be moneys payable by the Engineer on behalf of the Contractor and the Engineer may on failure of the Contractor to repay such money to the Railways deduct the same from any moneys due to the Contractor in terms of the contract. The Railway shall be entitled to deduct from any moneys due to the contractor (whether under this
Signature of Tenderer 105 Signature of Accepting Authority
contract or any other contract) all moneys paid or payable by the Railway by way of compensation of aforesaid or for costs of expenses in connection with any claim thereto and the decision of the Engineer upon any question arising out of the effect or force of this Clause shall be final and binding upon the Contractor.
55-A. Provisions Of Contract Labour (Regulation And Abolition) Act, 1970 :
55-A.(1) The Contractor shall comply with the provision of the contract labour (Regulation and Abolition) Act, 1970 and the Contract labour (Regulation and Abolition) Central Rules 1971 as modified from time to time, wherever applicable and shall also indemnify the Railway from and against any claims under the aforesaid Act and the Rules.
55-A.(2) The Contractor shall obtain a valid license under the aforesaid Act as modified from time to time before the commencement of the work and continue to have a valid license until the completion of the work. Any failure to fulfill the requirement shall attract the penal provision of the Contract arising out of the resultant non-execution of the work.
55-A.(3) The Contractor shall pay to the labour employed by him directly or through subcontractors the wages as per provision of the aforesaid Act and the Rules wherever applicable. The Contractor shall notwithstanding the provisions of the contract to the contrary, cause to be paid the wages to labour indirectly engaged on the works including any engaged by sub-contractors in connection with the said work, as if the labour had been immediately employed by him.
55-A.(4) In respect of all labour directly or indirectly employed in the work for performance of the contractor's part of the contract, the Contractor shall comply with or cause to be complied with the provisions of the aforesaid Act and Rules wherever applicable.
55-A.(5) In every case in which, by virtue of the provisions of the aforesaid Act or the Rules, the Railway is obliged to pay any amount of wages to a workman employed by the Contractor or his sub-contractor in execution of the work or to incur any expenditure on account of the Contingent, liability of the Railway due to the contractor's failure to fulfill his statutory obligations under the aforesaid Act or the rules, the Railway will recover from the Contractor, the amount of wages so paid or the amount of expenditure so incurred and without prejudice to the rights of the Railway under the Section 20, Sub-Section (2) and Section 2, Sub-Section (4) of the aforesaid Act, the Railway shall be at liberty to recover such amount or part thereof by deducting it from the Security Deposit and/or from any sum due by the Railway to the contractor whether under the contract or otherwise. The Railway shall not be bound to contest any claim made against it under Sub-Section (1) of Section 20 and Sub-Section (4) of Section 21 of the aforesaid Act except on the written request of the Contractor and upon his giving to the Railway full security for all costs for which the Railway might become liable in contesting such claim. The decision of the Railway regarding the amount actually recoverable from the contractor as stated above shall be final and binding on the Contractor.
55-B. Provisions of Employees Provident Fund and Miscellaneous Provisions Act, 1952 :
The Contractor shall comply with the provisions of Para 30 & 36-B of the Employees Provident Fund Scheme, 1952; Para 3 & 4 of Employees’ Pension Scheme, 1995; and Para 7 & 8 of Employees Deposit Linked Insurance Scheme, 1976; as modified from time to time through enactment of ”Employees Provident Fund & Miscellaneous Provisions Act, 1952”, wherever applicable and shall also indemnify the Railway from and against any claims under the aforesaid Act and the Rules.
{Authority : Railway Board’s letter no. 2012/CE-I/CT/O/22, Dated 14.12.2012}
55-C. Provisions of “The Building and Other Construction Workers (Regulation of Employment and Conditions of Service) Act, 1996” and “The Building and Other Construction Workers’ Welfare Cess Act, 1996” :
Signature of Tenderer 106 Signature of Accepting Authority
The tenderers, for carrying out any construction work, must get themselves registered with the Registering Officer under Section-7 of the Building and Other Construction Workers Act, 1996 and rules made thereto by the concerned State Govt. and submit certificate of Registration, issued from the Registering Officer of the concerned State Govt. (Labour Dept.). As per this Act, the tenderer shall be levied a cess @1% of cost of construction work, which would be deducted from each bill. Cost of material, when supplied under a separate schedule item, shall be outside the purview of cess.
{Authority : Railway Board’s letter no. 2008/CE-I/CT/6, Dated 29.11.2013}
56. Reporting Of Accidents : The Contractor shall be responsible for the safety of all employees directly or through petty contractors or sub-contractor employed by him on the works and shall report serious accidents to any of them however and wherever occurring on the works to the Engineer or the Engineers Representative and shall make every arrangements to render all possible assistance.
57. Provision Of Workmen’s Compensation Act : In every case in which by virtue of the provisions of Section 12 Sub-Section (1) of the Workmen's Compensation Act 1923, Railway is obliged to pay compensation to a workman directly or through petty contractor or subcontractor employed by the Contractor in executing the work, Railway will recover from the Contractor the amount of the compensation so paid, and, without prejudice to the rights of Railway under Section 12 Sub-section (2) of the said Act, Railway shall be at liberty to recover such amount or any part thereof by deducting it from the Security Deposit or from any sum due by Railway to the Contractor whether under these conditions or otherwise, Railway shall not be bound to contest any claim made against it under Section 12 Sub-Section (1) of the said Act except on the written request of the Contractor and upon his giving to Railway full security for all costs for which Railway might become liable in consequence of contesting such claim.
57-A. Provision Of Mines Act : The Contractor shall observe and perform all the provisions of the Mines Act, 1952 or any statutory modifications or re-enactment thereof for the time being in force and any rules and regulations made thereunder in respect of all the persons directly or through the petty contractors or sub-contractors employed by him under this contract and shall indemnify the Railway from and against any claims under the Mines Act, or the rules and regulations framed thereunder, by or on behalf of any persons employed by him or otherwise.
58. Railway Not To Provide Quarters For Contractors : No quarters shall normally be provided by the Railway for the accommodation of the Contractor or any of his staff employed on the work. In exceptional cases where accommodation is provided to the Contractor at the Railway's discretion, recoveries shall be made at such rates as may be fixed by the Railway for the full rent of the buildings and equipments therein as well as charges for electric current, water supply and conservancy.
59.(1) Labour Camps : The Contractor shall at his own expense make adequate arrangements for the housing, supply of drinking water and provision of latrines and urinals for his staff and workmen, directly or through the petty contractors or sub-contractors and for temporary creche (Bal-mandir) where 50 or more women are employed at a time. Suitable sites on Railway land, if available, may be allotted to the Contractor for the erection of labour camps, either free of charge or on such terms and conditions that may be prescribed by the Railway. All camp sites shall be maintained in clean and sanitary conditions by the Contractor at his own cost.
59.(2) Compliance To Rules For Employment Of Labour : The Contractor(s) shall conform to all laws, bye-laws rules and regulations for the time being in force pertaining to the employment of local or imported labour and shall take all necessary precautions to ensure and preserve the health and safety of all staff employed directly or through petty Contractors or Sub-Contractors on the works.
Signature of Tenderer 107 Signature of Accepting Authority
59.(3) Preservation Of Peace : The Contractor shall take requisite precautions and use his best endeavours to prevent any riotous or unlawful behaviour by or amongst his workmen and other employed directly or through the petty contractors or sub-contractors on the works and for the preservation of peace and protection of the inhabitants and security of property in the neighbourhood of the works. In the event of the Railway requiring the maintenance of a special Police Force at or in the vicinity of the site during the tenure of works, the expenses thereof shall be borne by the Contractor and if paid by the Railway shall be recoverable from the Contractor.
59.(4) Sanitary Arrangements : The Contractor shall obey all sanitary rules and carry out all sanitary measures that may from time to time be prescribed by the Railway Medical Authority and permit inspection of all sanitary arrangements at all times by the Engineer, the Engineer's Representative or the Medical Staff of the Railway. Should the Contractor fail to make the adequate sanitary arrangements, these will be provided by the Railway and the cost therefore recovered from the Contractor.
59.(5) Outbreak Of Infectious Disease : The Contractor shall remove from his camp such labour and their families as refuse protective inoculation and vaccination when called upon to do so by the Engineer or the Engineer's Representative on the advice of the Railway, Medical Authority. Should Cholera, plague, or other infectious disease break out, the Contractor shall burn the huts, beddings, clothes and other belongings of or used by the infected parties and promptly erect new huts on healthy sites as required by the Engineer, failing which within the time specified in the Engineer's requisition, the work may be done by the Railway and the cost therefore recovered from the Contractor.
59.(6) Treatment Of Contractor's Staff In Railway Hospitals : The Contractor and his staff, other than labourers and their families requiring medical aid from the Railway Hospital and dispensaries will be treated as private patients and charged accordingly. The Contractors' labourers and their Families will be granted free treatment in Railway Hospitals and dispensaries where no other Hospitals or dispensaries are available provided the Contractor pays the cost of medicines, dressing and diet money according to the normal scale and additional charges for special examinations such as pathological and bacteriological examination, X-Ray, etc. and for surgical operation.
59.(7) Medical Facilities At Site : The Contractor shall provide medical facilities at the site as may be prescribed by the Engineer on the advice of the Railway Medical Authority in relation to the strength of the Contractor's resident staff and workmen.
59.(8) Use Of Intoxicants : The sale of ardent spirits or other intoxicating beverages upon the work or in any of the buildings, encampments or tenements owned, occupied by or within the control of the Contractor or any of his employees shall be forbidden and the Contractor shall exercise his influence and authority to the utmost extent to secure strict compliance with this condition.
59.(9) Non-Employment Of Female Labour : The Contractor shall see that the employment of female labour on/in Cantonment areas, particularly in the neighbourhood of soldiers barracks, should be avoided as far as possible.
59.(10) Restrictions On The Employment Of Retired Engineers Of Railway Services Within Two Years Of Their Retirement : The Contractor shall not, if he is a retired Government Engineer of Gazetted rank, himself engage in or employ or associate a retired Government Engineer of Gazetted rank, who has not completed two years from the date of retirement, in connection with this contract in any manner whatsoever without obtaining prior permission of the President and if the Contractor is found to have contravened this provision it will constitute a breach of contract and administration will be entitled to terminate the contract at the risk and cost of the contractor and forfeit his Security Deposit.
Signature of Tenderer 108 Signature of Accepting Authority
60.(1) Non-Employment Of Labourers Below The Age Of 15 : The Contractor shall not employ children below the age of 15 as labourers directly or through petty contractors or sub-contractors for the execution of work.
60.(2) Medical Certificate Of Fitness For Labour : It is agreed that the contractor shall not employ a person above 15 and below 19 years of age for the purpose of execution of work under the contract unless a medical certificate of fitness in the prescribed form (Proforma at Annexure-VIII) granted to him by a certifying surgeon certifying that he is fit to work as an adult, is obtained and kept in the custody of the contractor or a person nominated by him in this behalf and the person carries with him, while at work; a token giving a reference to such certificate. It is further agreed that the responsibility for having the adolescent examined medically at the time of appointment or periodically till he attains the age of 19 years shall devolve entirely on the contractor and all the expenses to be incurred on this account shall be borne by him and no fee shall be charged from the adolescent or his parent for such medical examination.
60.(3) Period Of Validity Of Medical Fitness Certificate : A certificate of fitness granted or renewed for the above said purposes shall be valid only for a period of one year at a time. The certifying surgeon shall revoke a certificate granted or renewed if in his opinion the holder of it is, no longer fit for work in the capacity stated therein. Where a certifying surgeon refuses to grant or renew a certificate or revoke a certificate, he shall, if so required by the person concerned, state his reasons in writing for doing so.
60.(4) Medical Re-Examination Of Labourer : Where any official appointed in this behalf by the Ministry of Labour is of the opinion that any person employed in connection with the execution of any work under this contract in the age group 15 to 19 years is without a certificate of fitness or is having a certificate of fitness but no longer fit to work in the capacity stated in the certificate, he may serve on the Contractor, or on the person nominated by him in this regard, a notice requiring that such persons shall be examined by a certifying surgeon and such person shall not if the concerned official so directs, be employed or permitted to do any work under this contract unless he has been medically examined and certified that he has been granted a certificate of fitness or a fresh certificate of fitness, as the case may be.
EXPLANATIONS :
(1) Only Qualified Medical Practitioners can be appointed as "Certifying Surgeons" and the term "Qualified Medical Practitioners" means a person holding a qualification granted by an authority specified in the Schedule to the Indian Medical Degrees Act, 1916 (VII to 1916) or in the Schedule to the Indian Medical Council Act, 1933 (XXVII) of 1933.
(2) The Certifying surgeon may be a medical officer in the service of State or Municipal Corporation.
DETERMINATION OF CONTRACT
61.(1) Right Of Railway To Determine The Contract : The Railway shall be entitled to determine and terminate the contract at any time should, in the Railway's opinion, the cessation of work becomes necessary owing to paucity of funds or from any other cause whatever, in which case the value of approved materials at site and of work done to date by the Contractor will be paid for in full at the rate specified in the contract. Notice in writing from the Railway of such determination and the reasons therefor shall be conclusive evidence thereof.
61.(2) Payment On Determination Of Contract : Should the contract be determined under sub clause (1) of this clause and the Contractor claims payment for expenditure incurred by him in the expectation of completing the whole of the work, the Railways shall admit and consider such claims as are deemed reasonable and are supported by vouchers to the satisfaction of the Engineer. The Railway's decision on the necessity and propriety of such expenditure shall be final and conclusive.
Signature of Tenderer 109 Signature of Accepting Authority
61.(3) The Contractor shall have no claim to any payment of compensation or otherwise, howsoever on account of any profit or advantage which he might have derived from the execution of the work in full but which he did not derive in consequence of determination of contract.
62.(1) Determination Of Contract Owing To Default Of Contractor : If the Contractor should :
(i) Becomes bankrupt or insolvent, or
(ii) Make an arrangement with of assignment in favour of his creditors, or agree to carry out the contract under a Committee of Inspection of his creditors, or
(iii) Being a Company or Corporation, go into liquidation (other than a voluntary liquidation for the purposes of amalgamation or reconstruction), or
(iv) Have an execution levied on his goods or property on the works, or
(v) Assign the contract or any part thereof otherwise than as provided in Clause 7 of these Conditions, or
(vi) Abandon the contract, or
(vii) Persistently disregard the instructions of the Engineer, or contravene any provision of the contract, or
(viii) Fail to adhere to the agreed programme of work by a margin of 10% of the stipulated period, or
(ix) Fail to remove materials from the site or to pull down and replace work after receiving from the Engineer notice to the effect that the said materials or works have been condemned or rejected under Clause 25 and 27 of these Conditions, or
(x) Fail to take steps to employ competent or additional staff and labour as required under Clause 26 of the Conditions, or
(xi) Fail to afford the Engineer or Engineer's representative proper facilities for inspecting the works or any part thereof as required under Clause 28 of the Conditions, or
(xii) Promise, offer or give any bribe, commission, gift or advantage either himself or through his partner, agent or servant to any officer or employee of the Railway or to any person on his or on their behalf in relation to the execution of this or any other contract with this Railway.
(xiii) (A) At any time after the tender relating to the contract, has been signed and submitted by the Contractor, being a partnership firm admit as one of its partners or employee under it or being an incorporated company elect or nominate or allow to act as one of its directors or employee under it in any capacity whatsoever any retired engineer of the gazetted rank or any other retired gazetted officer working before his retirement, whether in the executive or administrative capacity, or whether holding any pensionable post or not, in the Railways for the time being owned and administered by the President of India before the expiry of two years from the date of retirement from the said service of such Engineer or Officer unless such Engineer or Officer has obtained permission from the President of India or any officer duly authorized by him in this behalf to become a partner or a director or to take employment under the contract as the case may be, or
(B) Fail to give at the time of submitting the said tender :
(a) The correct information as to the date of retirement of such retired engineer or retired officer from the said service, or as to whether any such retired engineer or retired officer was under the employment of the Contractor at the time of submitting the said tender, or
Signature of Tenderer 110 Signature of Accepting Authority
(b) The correct information as to such engineers or officers obtaining permission to take employment under the Contractor, or
(c) Being a partnership firm, the correct information as to, whether any of its partners was such a retired engineer or a retired officer, or
(d) Being in incorporated company, correct information as to whether any of its directors was such a retired engineer or a retired officer, or
(e) Being such a retired engineer or retired officer suppress and not disclose at the time of submitting the said tender the fact of his being such a retired engineer or a retired officer or make at the time of submitting the said tender a wrong statement in relation to his obtaining permission to take the contract or if the Contractor be a partnership firm or an incorporated company to be a partner or director of such firm or company as the case may be or to seek employment under the Contractor.
Then and in any of the said Clause, the Engineer on behalf of the Railway may serve the Contractor with a notice (Proforma at Annexure-IX) in writing to that effect and if the Contractor does not within seven days after the delivery to him of such notice proceed to make good his default in so far as the same is capable of being made good and carry on the work or comply with such directions as aforesaid of the entire satisfaction of the Engineer, the Railway shall be entitled after giving 48 hours’ notice (Proforma at Annexure-X) in writing under the hand of the Engineer to rescind the contract as a whole or in part or parts (as may be specified in such notice) and after expiry of 48 hours’ notice, a final termination notice (Proforma at Annexure-XI) should be issued.
62.(2) Right Of Railway After Rescission Of Contract Owing To Default Of Contractor : In the event of any or several of the courses, referred to in Sub-Clause (1) of this Clause, being adopted :
(a) The Contractor shall have no claim to compensation for any loss sustained by him by reason of his having purchased or procured any materials or entered into any commitments or made any advances on account of or with a view to the execution of the works or the performance of the contract and Contractor shall not be entitled to recover or be paid any sum for any work thereto for actually performed under the contract unless and until the Engineer shall have certified the performance of such work and the value payable in respect thereof and the Contractor shall only be entitled to be paid the value so certified.
(b) The Engineer or the Engineer's Representative shall be entitled to take possession of any materials, tools, implements, machinery and buildings on the works or on the property on which these are being or ought to have been executed, and to retain and employ the same in the further execution of the works or any part thereof until the completion of the works without the Contractor being entitled to any compensation for the use and employment thereof or for wear and tear or destruction thereof.
(c) The Engineer shall as soon as may be practicable after removal of the Contractor fix and determine ex-parte or by or after reference to the parties or after such investigation or enquiries as he may consider fit to make or institute and shall certify what amount (if any) had at the time of rescission of the contract been reasonably earned by or would reasonably accrue to the Contractor in respect of the work then actually done by him under the contract and what was the value of any unused, or partially used materials, any constructional plant and any temporary works upon the site. The legitimate amount due to the contractor after making necessary deductions and certified by the Engineer should be released expeditiously.
Signature of Tenderer 111 Signature of Accepting Authority
SETTLEMENT OF DISPUTES – INDIAN RAILWAY ARBITRATION RULES
63. Matters Finally Determined By The Railway : All disputes and differences of any kind whatsoever arising out of or in connection with the contract, whether during the progress of the work or after its completion and whether before or after the determination of the contract, shall be referred by the contractor to the GM and the GM shall, within 120 days after receipt of the contractor’s representation, make and notify decisions on all matters referred to by the contractor in writing provided that matters for which provision has been made in Clauses 8, 18, 22(5), 39, 43(2), 45(a), 55, 55-A(5), 57, 57A,61(1), 61(2) and 62(1) to (xiii)(B) of Standard General Conditions of Contract or in any Clause of the Special Conditions of the Contract shall be deemed as ‘excepted matters’ (matters not arbitrable)and decisions of the Railway authority, thereon shall be final and binding on the contractor; provided further that ‘excepted matters’ shall stand specifically excluded from the purview of the Arbitration Clause.
64.(1): Demand for Arbitration: 64.(1) (i) In the event of any dispute or difference between the parties hereto as to the construction or operation of this contract, or the respective rights and liabilities of the parties on any matter in question, dispute or difference on any account or as to the withholding by the Railway of any certificate to which the contractor may claim to be entitled to, or if the Railway fails to make a decision within 120 days, then and in any such case, but except in any of the "excepted matters" referred to in Clause 63 of these Conditions, the contractor, after 120 days but within 180 days of his presenting his final claim on disputed matters shall demand in writing that the dispute or difference be referred to arbitration. 64. (1) (ii) (a) The demand for arbitration shall specify the matters which are in question, or subject of the dispute or difference as also the amount of claim item-wise. Only such dispute or difference, in respect of which the demand has been made, together with counter claims or set off, given by the Railway, shall be referred to arbitration and other matters shall not be included in the reference. 64 (1) (ii) (b)The parties may waive off the applicability of sub-section 12(5) of Arbitration and Conciliation (Amendment) Act 2015, if they agree for such waiver, in writing, after dispute having arisen between them, in the format given under Annexure XII of these conditions.
64.(1) (iii) (a) The Arbitration proceedings shall be assumed to have commenced from the day, a written and valid demand for arbitration is received by the Railway. 64.(1) (iii) (b) The claimant shall submit his claim stating the facts supporting the claims alongwith all the relevant documents and the relief or remedy sought against each claim within a period of 30 days from the date of appointment of the Arbitral Tribunal. 64.(1) (iii) (c) The Railway shall submit its defence statement and counter claim(s), if any, within a period of 60 days of receipt of copy of claims from Tribunal thereafter, unless otherwise extension has been granted by Tribunal. 64.(1) (iii) (d) Place of Arbitration : The place of arbitration would be within the geographical limits of the Division of the Railway where the cause of action arose or the Headquarters of the concerned Railway or any other place with the written consent of both the parties. 64.(1) (iv) No new claim shall be added during proceedings by either party. However, a party may amend or supplement the original claim or defence thereof during the course of arbitration proceedings subject to acceptance by Tribunal having due regard to the delay in making it.
Signature of Tenderer 112 Signature of Accepting Authority
64.(1) (v) If the contractor(s) does/do not prefer his/their specific and final claims in writing, within a period of 90 days of receiving the intimation from the Railways that the final bill is ready for payment, he/they will be deemed to have waived his/their claim(s) and the Railway shall be discharged and released of all liabilities under the contract in respect of these claims. 64.(2) Obligation During Pendency Of Arbitration : Work under the contract shall, unless otherwise directed by the Engineer, continue during the arbitration proceedings, and no payment due or payable by the Railway shall be withheld on account of such proceedings, provided, however, it shall be open for Arbitral Tribunal to consider and decide whether or not such work should continue during arbitration proceedings. 64.(3) : Appointment of Arbitrator : 64.(3)(a) : Appointment of Arbitrator where applicability of Section 12 (5) of Arbitration and Conciliation Act has been waived off:
64.(3)(a)(i) : In cases where the total value of all claims in question added together does not exceed Rs.1,00,00,000/- (Rupees One Crore only), the Arbitral tribunal shall consist of Sole Arbitrator who shall be Gazetted Officer of Railway not below JA Grade nominated by the General Manager. The sole arbitrator shall be appointed within 60 days from the day when a written and valid demand for arbitration is received by GM. 64.(3)(a) (ii) : In cases not covered by the Clauses 64(3) (a)(i), the Arbitral Tribunal shall consist of a Panel of three Gazetted Railway Officers not below JA Grade or 2 Railway Gazette Officers not below JA Grade and a retired Railway Officer, retired not below the rank of SAG officer, as the arbitrators. For this purpose, the Railway will send a panel of at least four (4) names of Gezette Railway Officers of one or more departments of the Railway which may also include the name(s) of retired Railway Officer (s) empanelled to work as Railway Arbitrator to the contractor within 60 days from the day when a written and valid demand for arbitration is received by the GM. Contractor will be asked to suggest to General Manager at least 2 names out of the panel for appointment as contractor’s nominee within 30 days from the date of dispatch of the request by Railway. The General Manager shall appoint at least one out of them as the contractor's nominee and will, also simultaneously appoint the balance number of arbitrators either from the panel or from outside the panel, duly indicating the 'presiding arbitrator' from amongst the 3 arbitrators so appointed. GM shall complete this exercise of appointing the Arbitral Tribunal within 30 days from the receipt of the names of contractor's nominees. While nominating the arbitrators, it will be necessary to ensure that one of them is from the Accounts Department. An officer of Selection Grade of the Accounts Department shall be considered of equal status to the officers in SA grade of other departments of the Railway for the purpose of appointment of arbitrator. 64 (3) (b): Appointment of Arbitrator where applicability of section 12 (5) of A & C Act has not been waived off: The Arbitral Tribunal shall consist of a Panel of three (3) retired Railway Officer, retired not below the rank of SAG Officer, as the arbitrators. For this purpose, the Railway will send a panel of at least four (4) names of retired Railway Officer(s) empanelled to work as Railway Arbitrator duly indicating their retirement date to the contractor within 60 days from the day when a written and valid demand for arbitration is received by the GM.
Contractor will be asked to suggest to General Manager at least 2 names out of the panel for appointment as contractor’s nominee within 30 days from the date of dispatch of the request by Railway. The General Manager shall appoint atleast one out of them as the contractor’s nominee and will, also simultaneously appoint the balance number of arbitrators either from the panel or from outside the panel, duly indicating the ‘presiding arbitrator’ from amongst the 3 arbitrators so appointed. GM shall complete this exercise of appointing the Arbitral Tribunal within 30 days
Signature of Tenderer 113 Signature of Accepting Authority
from the receipt of the names of contractor’s nominees. While nominating the arbitrators, it will be necessary to ensure that one of them has served in the Accounts Department. 64 (3)(c) (i): If one or more of the arbitrators appointed as above refuses to act as arbitrator, withdraws from his office as arbitrator, or vacates his/their office/offices or is/are unable or unwilling to perform his functions as arbitrator for any reason whatsoever or dies or in the opinion of the General Manager fails to act without undue delay, the General Manager shall appoint new arbitrator/arbitrators to act in his/their place in the same manner in which the earlier arbitrator/arbitrators had been appointed. Such re-constituted Tribunal may, at its discretion, proceed with the reference from the stage at which it was left by the previous arbitrator (s). 64 (3) (ii) (a) : The Arbitral Tribunal shall have power to call for such evidence by way of affidavits or otherwise as the Arbitral Tribunal shall think proper, and it shall be the duty of the parties hereto to do or cause to be done all such things as may be necessary to enable the Arbitral Tribunal to make the award without any delay. The proceedings shall normally be conducted on the basis of documents and written statements. 64 (3) (ii) (b) : Before proceeding into the merits of any dispute, the Arbitral Tribunal shall first decide and pass its orders over any plea submitted/ objections raised by any party, if any, regarding appointment of Arbitral Tribunal, validity of arbitration agreement, jurisdiction and scope of the Tribunal to deal with the dispute (s) submitted to arbitration, applicability of time ‘limitation’ to any dispute, any violation of agreed procedure regarding conduct of the arbitral proceedings or plea for interim measures of protection and record its orders in day to day proceedings. A copy of the proceedings duly signed by all the members of tribunal should be provided to both the parties.
64. (3) (c ) (iii) (i) Qualification of Arbitrator (s)
a) Serving Gazetted Railway Officers of not below JA Grade level.
b) Retired Railway Officers not below SA Grade level, three years after his date of retirement.
c) Age of arbitrator at the time of appointment shall be below 70 years.
(ii) An Arbitrator may be appointed notwithstanding the total number of arbitration cases in which he has been appointed in the past.
(iii) While appointing arbitrator(s) under Sub- Clause 64. (3) (a) (i), 64. (3) (a) (ii) & 64(3)(b)
above, due care shall be taken that he/they is/are not the one/those who had an opportunity to deal ·with the matters to which the contract relates or who in the course of his/their duties as Railway servant(s) expressed views on all or any of the matters under dispute or differences. The proceedings of the Arbitral Tribunal or the award made by such Tribunal will, however, not be invalid merely for the reason that one or more arbitrator had, in the course of his service, opportunity to deal with the matters to which the contract relates or who in the course of his/their duties expressed views on all or any of the matters under dispute.
64 (3) (d) (i) The arbitral award shall state item wise, the sum and reasons upon which it is based. The analysis and reasons shall be detailed enough so that the award could be inferred therefrom. 64 (3) (d) (ii) A party may apply for corrections of any computational errors, any typographical or clerical errors or any other error of similar nature occurring in the award of a Tribunal and interpretation of a specific point of award to Tribunal within 60 days of receipt of the award.
Signature of Tenderer 114 Signature of Accepting Authority
64 (3) (d) (iii) A party may apply to Tribunal within 60 days of receipt of award to make an additional award as to claims presented in the arbitral proceedings but omitted from the arbitral award. 64.(4) In case of the Tribunal, comprising of three Members, any ruling on award shall be made by a majority of Members of Tribunal. In the absence of such a majority, the views of the Presiding Arbitrator shall prevail. 64.(5) Where the arbitral award is for the payment of money, no interest shall be payable on whole or any part of the money for any period till the date on which the award is made.
64.(6) (a) The cost of arbitration shall be borne by the respective parties. The cost shall interalia include fee of the arbitrator (s), as per the rates fixed by Railway Board from time to time and the fee shall be borne equally by both the parties, provided parties sign an agreement in the format given at Annexure II to these condition after/ while referring these disputes to Arbitration. Further, the fee payable to the arbitrator(s) would be governed by the instruction issued on the subject by Railway Board from time to time irrespective of the fact whether the arbitrator(s) is/ are appointed by the Railway Administration or by the court of law unless specifically directed by Hon’ble court otherwise on the matter.
(b)(i) Sole Arbitrator shall be entitled for 25% extra fee over the fee prescribed by Railway Board from time to time.
(ii) Arbitrator tribunal shall be entitled to 50% extra fee if Award is decided within six months.
64 (7) Subject to the provisions of the aforesaid Arbitration and Conciliation Act 1996 and the rules thereunder and relevant para of General Conditions of Contract (GCC) and any statutory modifications thereof shall apply to the appointment of arbitrators and arbitration proceedings under this Clause.
JOINT VENTURE (JV) FIRMS IN WORKS TENDERS
65. Participation Of Joint Venture (JV) Firms In Works Tender : This Clause shall be applicable for works tenders of value as approved and communicated by Railway Board from time to time.
65.1 Separate identity/name shall be given to the Joint Venture Firm.
65.2 Number of members in a JV Firm shall not be more than three, if the work involves only one department (say Civil or S&T or Electrical or Mechanical) and shall not be more than five, if the work involves more than one department.
65.3 A member of JV Firm shall not be permitted to participate either in individual capacity or as a member of another JV Firm in the same tender.
65.4 The tender form shall be purchased and submitted only in the name of the JV Firm and not in the name of any constituent member.
65.5 Normally Earnest Money Deposit (EMD) shall be submitted only in the name of the JV Firm and not in the name of constituent member. However, in exceptional cases, EMD in the name of Lead Member can be accepted subject to submission of specific request letter from Lead Member stating the reasons for not submitting EMD in the name of JV Firm and giving written confirmation from JV members to the effect that EMD submitted by the Lead Member may be deemed as EMD submitted by JV Firm.
Signature of Tenderer 115 Signature of Accepting Authority
65.6 One of the members of the JV Firm shall be its Lead Member who shall have a majority (at least 51%) share of interest in the JV Firm and also, must have satisfactorily completed in the last three previous financial years and the current financial year upto the date of opening of the tender, one similar single work for a minimum value of 35% of advertised tender value. The other members shall have a share of not less than 20% each in case of JV Firms with upto three members and not less than 10% each in case of JV Firms with more than three members. In case of JV Firm with foreign member(s), the Lead Member has to be an Indian Firm with a minimum share of 51%.
65.7 A copy of Memorandum of Understanding (MoU) executed by the JV members shall be submitted by the JV Firm alongwith the tender. The complete details of the members of the JV Firm, their share and responsibility in the JV Firm etc. particularly with reference to financial, technical and other obligations shall be furnished in the MoU. (The MoU format for this purpose shall be finalized by the Railway in consultation with their Law Branch and shall be enclosed alongwith the tender).
65.8 Once the tender is submitted, the MoU shall not be modified / altered / terminated during the validity of the tender. In case the tenderer fails to observe/comply with this stipulation, the full Earnest Money Deposit (EMD) shall be liable to be forfeited.
65.9 Approval for change of constitution of JV Firm shall be at the sole discretion of the Employer (Railways). The constitution of the JV Firm shall not be allowed to be modified after submission of the tender bid by the JV Firm, except when modification becomes inevitable due to succession laws etc. and in any case the minimum eligibility criteria should not get vitiated. However, the Lead Member shall continue to be the Lead Member of the JV Firm. Failure to observe this requirement would render the offer invalid.
65.10 Similarly, after the contract is awarded, the constitution of JV Firm shall not be allowed to be altered during the currency of contract except when modification become inevitable due to succession laws etc. and in any case the minimum eligibility criteria should not get vitiated. Failure to observe this stipulation shall be deemed to be breach of contract with all consequential penal action as per contract conditions.
65.11 On award of contract to a JV Firm, a single Performance Guarantee shall be submitted by the JV Firm as per tender conditions. All the Guarantees like Performance Guarantee, Bank Guarantee for Mobilization Advance, Machinery Advance etc. shall be accepted only in the name of the JV Firm and no splitting of guarantees amongst the members of the JV Firm shall be permitted.
65.12 On issue of LOA (Letter Of Acceptance), an agreement among the members of the JV Firm (to whom the work has been awarded) shall be executed and got registered before the Registrar of the Companies under Companies Act or before the Registrar/Sub-Registrar under the Registration Act, 1908. This JV Agreement shall be submitted by the JV Firm to the Railways before signing the contract agreement for the work. In case the tenderer fails to observe/comply with this stipulation, the full Earnest Money Deposit (EMD) shall be forfeited and other penal actions due shall be taken against partners of the JV and the JV. This Joint Venture Agreement shall have, inter-alia, following Clauses :
65.12.1 Joint And Several Liability - Members of the JV Firm to which the contract is awarded, shall be jointly and severally liable to the Employer (Railways) for execution of the project in accordance with General and Special Conditions of Contract. The JV members shall also be liable jointly and severally for the loss, damages caused to the Railways during the course of execution of the contract or due to non-execution of the contract or part thereof.
65.12.2 Duration of the Joint Venture Agreement - It shall be valid during the entire currency of the contract including the period of extension, if any and the maintenance period after the work is completed.
Signature of Tenderer 116 Signature of Accepting Authority
65.12.3 Governing Laws - The Joint Venture Agreement shall in all respect be governed by and interpreted in accordance with Indian Laws.
65.13 Authorized Member - Joint Venture members shall authorize one of the members on behalf of the Joint Venture Firm to deal with the tender, sign the agreement or enter into contract in respect of the said tender, to receive payment, to witness joint measurement of work done, to sign measurement books and similar such action in respect of the said tender/contract. All notices/correspondences with respect to the contract would be sent only to this authorised member of the JV Firm.
65.14 No member of the Joint Venture Firm shall have the right to assign or transfer the interest right or liability in the contract without the written consent of the other members and that of the employer (Railways) in respect of the said tender/contract.
65.15 Documents to be enclosed by the JV Firm alongwith the tender :
65.15.1 In case one or more of the members of the JV Firm is/are partnership firm(s), following documents shall be submitted :
(a) Notary certified copy of the Partnership Deed,
(b) Consent of all the partners to enter into the Joint Venture Agreement on a stamp paper of appropriate value (in original).
(c) Power of Attorney (duly registered as per prevailing law) in favour of one of the partners of the partnership firm to sign the JV Agreement on behalf of the partnership firm and create liability against the firm.
65.15.2 In case one or more members is/are Proprietary Firm or HUF, the following documents shall be enclosed :
Affidavit on Stamp Paper of appropriate value declaring that his/her Concern is a Proprietary Concern and he/she is sole proprietor of the Concern OR he/she is in position of "KARTA" of Hindu Undivided Family (HUF) and he/she has the authority, power and consent given by other partners to act on behalf of HUF.
65.15.3 In case one or more members is/are limited companies, the following documents shall be submitted :
(a) Notary certified copy of resolutions of the Directors of the Company, permitting the company to enter into a JV agreement, authorizing MD or one of the Directors or Managers of the Company to sign JV Agreement, such other documents required to be signed on behalf of the Company and enter into liability against the company and/or do any other act on behalf of the company.
(b) Copy of Memorandum and Articles of Association of the Company. (c) Power of Attorney (duly registered as per prevailing law) by the Company authorizing
the person to do/act mentioned in the para (a) above.
65.15.4 All the Members of JV shall certify that they are not black listed or debarred by Railways or any other Ministry / Department / PSU (Public Sector Undertaking) of the Govt. of India/State Govt. from participation in tenders/contract on the date of opening of bids either in their individual capacity or as a member of the JV Firm in which they were/are members.
{Authority : Railway Board’s letter no. 2002/CE-I/CT/37 JV Pt III, Dated 05/14.11.2013}
65.16 Credentials & Qualifying Criteria : Technical and financial eligibility of the JV Firm shall be adjudged based on satisfactory fulfillment of the following criteria :
65.16.1 Technical Eligibility Criteria (‘a’ or ‘b’ mentioned hereunder) :
(a) Either the JV Firm or Lead Member of the JV Firm must have satisfactorily completed in the last three previous financial years and the current financial year
Signature of Tenderer 117 Signature of Accepting Authority
upto the date of opening of the tender, one similar single work for a minimum of 35% of advertised value of the tender.
OR (b) (i) In case of composite works (e.g. works involving more than one distinct
component, such as Civil Engineering works, S&T works, Electrical works, OHE works etc. and in the case of major bridges – substructure, superstructure etc.), for each component, at least 35% of the value of any of such components individually for single similar nature of work should have been satisfactorily completed by the JV Firm or by any member of the JV Firm in the previous three financial years and the current financial year upto the date of opening of tender. The member satisfying technical eligibility criteria for the largest component of the work shall be the Lead Member and that Member shall have a majority (at least 51%) share of interest in the JV Firm.
(ii) In such cases, what constitutes a component in a composite work shall be clearly pre-defined with estimated tender cost of it, as part of the tender documents without any ambiguity. Any work or set of works shall be considered to be a separate component, only when cost of the component is more than Rs. 2 crore each.
(iii) However, as long as the JV Firm or any member of the JV Firm meets with the requirements, in one or more components of the work, and has completed a minimum of 35% of the advertised value of the tender for the same value of the component, and resultantly, all the members of the JV collectively, then meet the prescribed technical eligibility criteria, the JV shall stand technically qualified.
Note : Value of a completed work done by a Member in an earlier JV Firm shall be reckoned only to the extent of the concerned member's share in that JV Firm for the purpose of satisfying his/her compliance to the above mentioned technical eligibility criteria in the tender under consideration.
65.16.2 Financial Eligibility Criteria : The contractual payments received by the JV Firm or the arithmetic sum of contractual payments received by all the members of JV Firm in the previous three financial years and the current financial year upto the date of opening of tender shall be at least 150% of the estimated value of the work as mentioned in the tender.
Note : Contractual payment received by a Member in an earlier JV Firm shall be reckoned only to the extent of the concerned member's share in that JV Firm for the purpose of satisfying compliance of the above mentioned financial eligibility criteria in tender under consideration
{Authority : Railway Board’s letter no. 2002/CE-I/CT/37, Dated 07.09.2011}
*******
Signature of Tenderer 118 Signature of Accepting Authority
ANNEXURE - VII Registered Acknowledgement Due
PROFORMA FOR TIME EXTENSION
No. _______________________ Dated : ____________
__________________________________
__________________________________
Sub : (i) _____________________________________________________(name of work).
(ii) Acceptance letter no. _________________________________________________
(iii) Understanding/Agreement no. __________________________________________
Ref: _______________________________________ (Quote specific application of Contractor for extension to the date received) ___________________________________________
Dear Sir,
The stipulated date for completion of the work mentioned above is _______________. From the progress made so far and the present rate of progress, it is unlikely that the work will be completed by the above date (or ‘However, the work was not completed on this date’).
2. Expecting that you may be able to complete the work, if some more time is given, the competent authority, although not bound to do so, hereby extends the time for completion from _________________ to ___________________.
3. Please note that an amount equal to the liquidated damages for delay in the completion· of the work after the expiry of _______________________ (give here the stipulated date for completion with/without any penalty fixed earlier) will be recovered from you as mentioned in Clause, 17-B of the Standard General Conditions of Contract for the extended period, notwithstanding the grant of this extension. You may proceed with the work accordingly.
4. The above extension of the completion date will also be subject to the further condition that no increase in rates on any account will be payable to you.
5. Please intimate within a week of the receipt of this letter your acceptance of the extension of the conditions stated above.
6. Please note that in the event of your declining to accept the extension on the above said conditions or in the event of your failure after accepting or acting upto this extension to complete the work by ______________ (here mention the extended date), further action will be taken in terms of Clause 62 of the Standard General Conditions of Contract.
Yours faithfully
For and on behalf of the President of India
Signature of Tenderer 119 Signature of Accepting Authority
ANNEXURE - VIII
CERTIFICATE OF FITNESS
1. (a) Serial Number ______________
(b) Date _______________
2. Name of person examined ________________________
I certify that I have personally examined (name)_______________________
3. Father’s Name : son/daughter of _____________________________________________ , residing at __________________________________________________________________
4. Sex ___________
5. Residence : ________________________________________________________________
6. Date of birth, if available, and/or certified age ____________________________
Who is desirous of being employed in a factory or on a work requiring manual labour and that his / her age as nearly as can be ascertained from my examination, is _______ years and that he/she is fit for employment in a factory or on a work requiring manual labour as an adult/child.
7. Physical fitness _______________________
8. Identification marks ___________________
_____________________________________
9. Reasons for :
______________________________
______________________________
(a) refusal to grant certificate, or
(b) revoking the Certificate
_________________________
Signature or Left Hand Thumb Impression of the
person Examined
_________________________
Signature of Certifying Surgeon
Note : In case of physical disability, the exact details of the cause of the physical disability should be clearly stated
Signature of Tenderer 120 Signature of Accepting Authority
ANNEXURE - IX Registered Acknowledgement Due
PROFORMA OF 7 DAYS NOTICE ___________ RAILWAY
(Without Prejudice)
To
M/s _____________________________
_________________________________
Dear Sir,
Contract Agreement No. _____________________________________________
In connection with _________________________________________________
In spite of repeated instructions to you by the subordinate offices as well as by this office in various letters of even no. ________________, dated __________; you have failed to start work/show adequate progress and/or submit detailed programme for completing the work.
2. Your attention is invited to this office/Chief Engineer’s office letter no. ___________ ________, dated __________ in reference to your representation, dated ____________.
3. As you have failed to abide by the instructions issued to commence the work/to show adequate progress of work you are hereby given 7 days’ notice in accordance with Clause 62 of Standard General Conditions of Contract to commence works / to make good the progress, failing which further action as provided in Clause 62 of the Standard General Conditions of Contract viz. to terminate your Contract and complete the balance work without your participation will be taken.
Kindly acknowledge receipt.
Yours faithfully
For and on behalf of the President of India
Signature of Tenderer 121 Signature of Accepting Authority
ANNEXURE - X Registered Acknowledgement Due
PROFORMA OF 48 HRS. NOTICE ___________ RAILWAY
(Without Prejudice)
To
M/s _____________________________
_________________________________
Dear Sir,
Contract Agreement No. _____________________________________________
In connection with _________________________________________________
Seven days’ notice under Clause 62 of Standard General Conditions of Contract was given to you under this office letter of even no., dated ____________; but you have taken no action to commence the work/show adequate progress of the work.
2. You are hereby given 48 hours’ notice in terms of Clause 62 of Standard General Conditions of Contract to commence works / to make good the progress of works, failing which and on expiry of this period your above contract will stand rescinded and the work under this contract will be carried out independently without your participation and your Security Deposit shall be forfeited and Performance Guarantee shall also be encashed and consequences which may please be noted.
Kindly acknowledge receipt.
Yours faithfully
For and on behalf of the President of India
{Authority : Railway Board’s letter no. 2013/CE-I/CT/O/36/TOC/Pt I, Dated 14.11.2013}
Signature of Tenderer 122 Signature of Accepting Authority
ANNEXURE - XI Registered Acknowledgement Due
PROFORMA OF TERMINATION NOTICE ______________ RAILWAY
(Without Prejudice)
No. ________________________________ Dated ____________
To
M/s _____________________________
_________________________________
Dear Sir,
Contract Agreement No. _____________________________________________
In connection with _________________________________________________
Forty eight hours (48 hrs.) notice was given to you under this office letter of even no., dated _______________; but you have taken no action to commence the work/show adequate progress of the work.
Since the period of 48 hours’ notice has already expired, the above contract stands rescinded in terms of Clause 62 of Standard General Conditions of Contract and the balance work under this contract will be carried out independently without your participation. Your participation as well as participation of every member/partner in any manner as an individual or a partnership firm/JV is hereby debarred from participation in the tender for executing the balance work and your Security Deposit shall be forfeited and Performance Guarantee shall also be encashed.
Kindly acknowledge receipt.
Yours faithfully
For and on behalf of the President of India
Signature of Tenderer 123 Signature of Accepting Authority
ANNEXURE - XII Registered Acknowledgement Due
Agreement towards Waiver under Section 12 (5) and Section – 31 – A (5) of Arbitration and Conciliation (Amendment Act)
I/ we………………………………………………(Name of agency/ contractor) with reference to agreement no…………………………………………………………raise disputes as to the construction and operation of this contract, or the respective rights and liabilities, withholding of certificate and demand arbitration in respect of following claims:
Brief of claim: (i) Claim 1 – Detailed at Annexure- (ii) Claim 2 – (iii) Claim 3 –
I/ we……………………………………………………… (post of Engineer) with reference to agreement no……………………………………………………hereby raise disputes as to the construction and operation of this contract, or the respective rights and liabilities, withholding of certificate and demand arbitration in respect of following claims:
I/we………... do/do not agree to waive off applicability of section 12 (5) of Arbitration and Conciliation (Amendment) Act.
Signature of Claimant ______________ Signature of Respondent ____________
Agreement under Section 31 (5)
I/we……………………………………… (name of claimant) with reference to agreement no…………… hereby waive off the applicability of sub section 31-A (2) to 31-A (4) of the Arbitration and Conciliation (Amendment) Act. We further agree that the cost of arbitration will be started by the parties as per Clause 64 (6) of GCC.
Signature of Claimant_____________Signature of Respondent______________
• Strike out whichever not applicable.
Signature of Tenderer 124 Signature of Accepting Authority
Annexure – XIII
Certification by Arbitrators appointed under Clause 63 & 64 of Indian Railways General Conditions of Contract
1. Name:
2. Contact Details
3. Prior experience (including Experience with Arbitrations):
4. I do not have more than five on – going Arbitration cases with me.
5. I hereby certify that I have retired from Railways w.e.f. ________ and
empanelled as Railway Arbitrator as per ‘The Arbitration and Conciliation Act-1996.’
6. I have no any past or present relationship in relation to the subject matter
in dispute, whether financial, business, professional or other kind. Or
I have past or present relationship in relation to the subject matter in dispute, whether financial, business, professional or other kind. The list of such interests is as under;
7. I have no any past or present relationship with or interest in any of the parties whether financial, business, professional or other kind, which is likely to give rise to justifiable doubts as to my independence or impartiality in terms of The Arbitration and Conciliation Act- 1996.
Or I have past or present relationship with or interest in any of the parties whether financial, business, professional or other kind, which is likely to give rise to justifiable doubts as to my independence or impartiality in terms of the Arbitration and Conciliation Act- 1996. The details of such relationship or interests are as under;
8. There are no concurrent Circumstances which are likely to affect my ability to devote sufficient time to the arbitration and in particular to finish the entire arbitration within twelve months. Or There are circumstances which are likely to affect my ability to devote sufficient time to the arbitration and in particular to finish the entire arbitration within twelve months. The list of such circumstances is as under;
Signature of Tenderer 125 Signature of Accepting Authority
REGISTER OF CORRECTION SLIPS
Correction Slip Reference Date of receipt
Initials of person in charge of
book No. Date Page Item No. Subject
126
Signature of Tenderer Signature of Accepting Authority
SECTION – VII
(TECHNICAL SPECIFICATIONS)
127
Signature of Tenderer Signature of Accepting Authority
SECTION VII
TECHNICAL SPECIFICATIONS
1.0 GENERAL
1.1 SCOPE
These specifications establish and define the materials and constructional requirements for civil
engineering construction works in brief.
1.2 EQUIVALENCY OF STANDARDS AND CODES, MEASUREMENTS & MATERIALS
1.2.1 Wherever reference is made in the contract to specific standards and codes to be met by the
goods and materials to be furnished, and work performed or tested, the provisions of the latest
current edition or revision of the relevant standards and codes in effect shall apply, unless
otherwise expressly stated in the contract. In case, no reference is made for any particular
work, relevant IS /BIS Codes will be followed.
1.2.2 Providing and operating necessary measuring and testing devices and materials including all
consumables are included in the Scope of Work. No separate measurement or payment for
testing the work shall be made but rates quoted for various items shall be deemed to include
cost of such tests, which are required to ensure achievement of specified quality.
1.2.3 All materials shall be of standard quality, manufactured by renowned concerns, conforming to
Indian Standards and shall have certification work from Bureau of Indian Standards as far as
possible, unless otherwise approved by Engineer. The contractor shall get all materials
approved by Engineer prior to procurement and use. The contractor shall furnish
manufacturer‘s certificates, for materials supplied by him when asked for. Further to that he
shall get materials tested from an approved Test House, if asked for by the Engineer. The cost
for all the tests and test certificates shall be borne by the contractor. No separate payment shall
be made for the testing. The Engineer shall have the right to determine whether all or any of
the materials are suitable. Any materials procured or brought to site and not conforming to
specifications and satisfaction of the Engineer shall be rejected and the contractor shall have to
remove the same immediately from site at his own expense and without any claim for
compensation due to such rejection.
1.2.4 All goods and materials to be incorporated in the works shall be new, unused, of the most
recent or current models and incorporate all recent improvements in design and materials,
unless provided otherwise in the contract.
1.2.5 Wherever referred to in this tender document, only the latest revision of specifications, Codes
of Practice and other publications of the Indian Standards shall be applicable.
128
Signature of Tenderer Signature of Accepting Authority
1.3 WORK SPECIFICATIONS
The works will be executed, as indicated in the nomenclature of each items, Bill of Quantities,
Drawings, Specification and Terms and Conditions read in conjunction with those given in this
Contract. In the absence of any definite provision in the specifications, contained herein,
reference may be made particularly to:
a) For Pavements works - Latest MORTH / CPWD Specifications/ Specified
Specifications.
b) For items/structure, covered by Railway SOR: Latest specification for Materials &
works shall be followed.
c) CPWD specification for all items pertaining to DSR.
d) IS code of practice for planning and reinforced concrete for general building
construction (IS 456-2000 with latest correction slip/amendment)
e) IS code of practice (IS 800 – 2007 with latest correction slip/amendment) revised 10th
print 1981 for structural steel.
f) IS 383-1970 with latest correction slips/amendment for fine and coarse aggregate.
g) Any other IS code relevant in case the Railway / CPWD standard specifications either
refer to or the later is not clear.
h) Railway siding works will be carried out as per Indian Railway Permanent Way Manual
and Standard Track Specification.
i) For all electrical work Latest CPWD specifications with all correction slips will be
followed.
1.3.1 The list is not exhaustive. The relevant, IS codes will be followed where the Railway /CPWD /
MORTH specifications, do not cover any item of works.
1.3.2 Wherever referred specifications are silent, the construction and completion of the works shall
conform to relevant I.S Code of practice. In case of any dispute arising out of the interpretation
of the above, the decision of Engineer shall be final and binding on the contractor.
1.3.3 Copies of Railway Standard/CPWD Specifications can be obtained from Railway/CPWD, on
payment. ISI and other codes may be purchased from Manager Government of India
Publication Branch, Patiala House, New Delhi and Director ISI Manak Bhawan, Bahadur Shah
Zafar Marg, New Delhi or when available.
1.4 The excavation in foundation will include all shoring and protection works that may be
required for ensuring safety during execution. Nothing extra will be paid for wet excavation or
bailing out water. The contractor will have to make his own arrangement for bailing out
water including pumping.
1.5 Contractor shall bring samples of all materials to be used on the work. One set of such sample
will be kept in the Engineer – in charge‘s office at site and other will be available with the
contractor at site. Both the samples shall be jointly signed and sealed by Engineer-in-charge
and contractor.
129
Signature of Tenderer Signature of Accepting Authority
2.0 Bituminous Works
This specification covers earthwork, sub-grade, sub-base, and base-course and wearing course for
concrete pavement as well as bitumen pavement. Specification for Road and Bridge works by
MORTH shall be followed for pavement works, unless mentioned otherwise in this specification.
Specification for WBM, WMM, GSBC, DBM, AC & Tack Coat, etc, shall be as per MORTH
specification. Bituminous works shall be as per CPWD/MORTH Specification. Wherever the
item is based on CPWD – DSR, CPWD Specifications shall be followed.
2.1 Site Clearance:
Before the earthwork is started, the area coming under cutting and filling shall be cleared of
shrubs, rank vegetation, grass, brushwood, trees and sapling of girth up to 30cm. measured at a
height of one meter above ground level and rubbish removed outside boundary. The roots of trees
and saplings shall be removed to a depth of 60 cm. below ground level or 30 cm below formation
level or 15cm below sub-grade level whichever is lower and holes or hollows filled up with the
earth, rammed or leveled. Payment of this item of site clearance will be made as per relevant item
in BOQ.
2.2 Concrete work
All mixed design concrete shall be executed by Concrete Batch Mix Plant of suitable capacity,
to be installed by Contractor at site. In special cases RMC shall be allowed by Engineer on
written request of the contractor but the RMC should also be from a plant of appropriate
capacity. No extra payment shall be allowed on account of Concrete from batch mix plant
or RMC.
If at any stage of the work , during or after placing the concrete in the structure the work is
found defective such concrete shall be removed and work be done with fresh concrete and
adequate rigid forms at the cost of the contractor. The contractor shall be liable to bear the cost
for the cement concrete thus dismantled.
The construction work shall be done with proper and assured system of curing duly identified
areas with dates marked in paint. In hot weather the contractor shall take relevant care to cover
the work with wet gunny bags/hessian cloth or use continuous ponding of water on surface so
as to keep the surface wet.
2.3 Fine Aggregates
Coarse sand of approved quality conforming to relevant IS code shall be used as fine aggregate. For
cement concrete, reinforced cement concrete and concrete of any other type, sand / quarries dust shall be
cleaned and absolutely free from dirt and no other deleterious material shall be permitted. Samples of sand
to be used shall be approved by Engineer-in-charge or his authorised representative.
130
Signature of Tenderer Signature of Accepting Authority
2.4 Coarse Aggregate The coarse aggregate which may be either stone ballast or stone chips as directed, should be well graded and
preferably machine broken and should conform to CPWD / Railway Standard Specification and /or relevant IS code
and should be obtained from approved quarries. The stone should be free from soft thin elongated or laminated or
decayed particles. The aggregates should be free from dust. Cleaning and washing, if necessary, should be carried out
as per the direction of the Engineer or his authorised representative.
The mention of any sources does not, however, absolve the contractor‘s for his / their liability
to ensure that the coarse sand, stone chips and ballast as may be required for the work strictly in
accordance with Standard Specification .In case, these materials cannot be had according to
specification, from these sources the contractor may bring the materials from any other sources
by obtaining prior permission of the Engineer – in- charge, provided materials are according to
standard specifications.
In addition to the routine tests, special tests on materials will be carried out whenever required
by the Engineer .The cost of the special test done will be borne by the contractor. Necessary
facilities in the form of moulds, cones, scales materials, labour for casting, curing, specimen
and such other facilities as pre –requisite to any standard concrete tests will in any case be
afforded by the contractor free of cost.
2.5 Form work and shuttering
For cement concrete in slabs, columns, beams, chajjas, etc, the contractor should use water
proof plywood / steel shuttering plate sets as per the drawing. The steel plate should have
smooth surface and should be free of bulge during the concreting. The entire shuttering should
be water proof and conform to relevant IS Code. If however, the contractor wants to use
wooden shuttering, he will have to use new planks and scanting, for fabrication of such
shuttering so as to ensure smooth and leak proof surface.
2.6 Reinforcement
Binding wire of approved quality shall be arranged by the contractor himself and the rates
quoted for RCC work will includes cost of binding wire and the process, of binding etc,
2.7 All works shall be done strictly in accordance with the approved drawings and no departure
shall be made by the contractor without the order of the Engineer in writing.
2.8 Paint
Standard brands of paints and primers as per relevant IS code or as specified, all labour and
materials, cleaning materials, ladder scaffolding, tools plant and equipment‘s including brushes
of approved /pattern of contractor expenses.
2.9 Any other work not included in above paras should be executed as per relevant
specifications and as directed by Engineer in-charge
131
Signature of Tenderer Signature of Accepting Authority
3.0 Specification for laying of cable duct:
3.1 Specification for PVC pipe for cable duct shall be
Outside dia - 110mm
Tolerance on outside dia (Plus) - 0.4mm
Wall thickness - 7mm
Working Pressure - 10kg/sqm
OR, diameter and working pressure of the PVC pipe as specified in the relevant BOQ item.
Jointing the PVC pipes shall be done using approved solvent cement as per approved method. Checking for correct
alignment, straightness and smooth obstruction free passage shall be done by use of mandrels of approved design.
Contractor must ensure that such mandrels are available at work site at all times during checking. Ducts not
passing the requirement have to be redone at contractor‘s cost. All accessories for PVC for jointing separators for
positioning shall be approved by Engineer before execution of work.
Duct pipes shall be kept closed through a provision or stoppers at both ends of approved design.
All cable ducts are to be provided with Nylon wire of approved size. These wire ropes shall be
kept fastened to the stoppers. No object shall be left in the pipes and it shall be ensured that dirt,
animals etc, cannot enter the duct. Any dirt, which is, present in or ends up in the pipe
attachment etc, must be removed.
3.2 All earthworks are to be done which is necessary for correct execution of work. Sufficient
measures to be taken to prevent subsidence of neighboring areas, drainage, cable ducts
supports, any other structures. Width of bottom of work ditch must be 25cm plus external
diameter of pipe for depth up to 1m. For depth exceeding one meter an allowance of 5 cm per
meter of depth for each side of trench shall be added to above width. Where more than one pipe
are to be laid, the diameter shall be reckoned as the horizontal distance from outside of the
outer most pipes.
Pipe shall be laid as shown in the drawing with sand layer below pipe in between and above
pipe. Back filling must be done in layers of 20cm and soil must be compacted so as to achieve
97% of dry density at OMC as per IS: 2720 Part VIII Soil, rubble whichever not appropriate to
fill up must be kept outside by the contractor. The back filling shall be done only after activities
executed in them have been approved by Engineer in charge.
4.0 Brick work
Bricks used shall have compressive strength not less than 75 Kg/sq cm. Other specifications
shall be as per Railway/ CPWD Specifications. In case bricks of compressive strength 75/kg
per sqm are not available and the structure is not of load bearing nature, then use of less
compressive strength bricks can be relaxed as per CPWD specification, at reduced rate as
worked out by the Engineer in-charge.
132
Signature of Tenderer Signature of Accepting Authority
5.0 TESTING OF MATERIALS
5.1 All materials to be used in and on every part of the works shall be subjected, from time to
time, such tests as given in List of Mandatory Tests or as required as per CPWD
specifications . These tests/norms are the Minimum requirement and the Engineer-in-Charge
may supplement these with additional tests/checks according to the site condition, at no extra
cost. All tests shall be performed at the expenses of the contractor as defined in Special
Conditions of Contract. The samples for tests shall be in all cases selected by the Engineer-in-
charge and supplied by the contractor as part of the contract. If at any time, any material so
tested, fails to meet the acceptance criteria, the same shall be removed from the site of
works and other materials substituted therefore, but in the absence of any specified
test/acceptance criteria, the decision of the Engineer-in-charge shall be final and binding as
to whether the said material or materials shall be used on the works, or forthwith
removed and other material substituted.
5.2 The contractor shall permit the Engineer-in-charge or his authorized representative to be
present during any of or all the tests. The notification to the Engineer-in-charge that the work
has been completed, the contractor shall make under the direction and in the presence of
Engineer-in-charge such tests and inspections as have been specified or as the engineer-in-
charge shall consider necessary to determine whether or not the full intent of requirements of
the plans and specifications have been fulfilled. in case the work does not meet the full
intent of the specifications it shall be rectified by the contractor at no extra cost and the
contractor shall bear all the expenses for any further tests considered necessary.
5.3 The contractor shall arrange for conducting tests, specified in Quality Assurance Plan
(QAP), in the presence of an officer, authorized by the Engineer-in-Charge. Full records of
all tests conducted shall be maintained by the contractor in the format given by Engineer-in-
Charge which will be made available to the Engineer-in-Charge or to any officer
authorized by him whenever required.
5.4 The purchaser representative shall be free to visit the manufacturer work at all reasonable times
to witness and inspect the testing of equipment. It is the duty of tender to see that all
equipments supplied are tested as per relevant IS specifications. The contractor shall furnish
Manufacturer Test Certificate (MTC) for the routine and type test conducted on the equipment
offered, if necessary the contractor shall arrange to conduct all the routine test at the
manufacturer premises in presence of CONCOR/PMC representative on receipt of
material/equipment at site the tenderer shall offer equipment/material for inspection and get
approved before installations.
6.0 . Preparation of sub-grade
6.1 Where the pavement is to be laid on surface obtained after cutting the soil, the sub-grade for
pavement shall be prepared as per specifications relevant to item in BOQ for achieving not less
than 97% of dry density as per IS : 2720 Part VIII at no extra cost or otherwise as per the
procedure mentioned hereafter.
The sub-grade shall be excavated to a depth of 0.5 meter, watered and compacted in layers not
exceeding 250mm thickness, dressing to required camber and profile and consolidation with
133
Signature of Tenderer Signature of Accepting Authority
vibratory roller of 80 to 100 KN static weight so as to achieve not less than 97% of dry density
as per IS : 2720 Part VIII. However, before relaying and compacting the loosened material the
surface below this level shall be suitably consolidated as directed by the Engineer but with a
minimum six passes of vibratory roller. If the next 15 cm below this level does not have a
relative compaction of 90%, it shall be compacted until not less than 95% dry density is
obtained. Rate for work of this nature shall be covered in the item of preparation of sub-grade.
Where the pavement is to be laid on fill and height of proposed fill is less than 0.5 meter, the
procedure for sub-grade preparation as mentioned above shall be followed.
Where the pavement is to be laid on fill and the height of proposed fill is more than 0.5 meter,
preparation of sub-grade is not required at these locations, however, in such locations original
ground level shall be compacted by rolling as directed by the Engineer as much as possible but
with a minimum of six passes of vibratory roller of 80 to 100 KN static weight. No separate
payment shall be made for this, as same shall covered in item of earth work in excavation and /
or filling.
6.2 Specification of GSBC
The work of sub base to be executed as per MORTH Specification of each layer not exceeding
of 150mm thickness to achieve not less than 98% MDD as per IS-2720 Part-VIII.
6.3 Specification of WBM/WMM
The work of WBM to be executed as per MORTH Specification of each layer not exceeding of
75mm thickness.
6.4 Specification for base concrete
The specification covers laying of M-10 concrete in base course under concrete block
pavement, over granular sub-base. The work of M-10 concrete for base course shall be
executed as per section 601 of MORTH specification for Dry Lean Concrete (DLC) with
modifications as mentioned below:-
a. Design mix for M-10 concrete shall be as per IS specifications.
b. Concrete mixing shall be done as with batching plant with facilities of mixing concrete
by weight.
c. Concrete shall be laid/placed by a paver finisher as mentioned in MOST / MORTH
specifications. Before laying the concrete, surface shall be got inspected by Site
Engineer.
d. Compaction shall be done using smooth wheeled vibratory roller of minimum 80 to 100
KN static weight.
e. Curing should be done by covering the surface by gunny bags / hessian or by providing
bund over the concrete surface with standing water on top surface of concrete as per
MORTH specification.
f. After the end of days work, the edge of the concrete is to be provide with such
shuttering so that clear and straight edge are available on the next days.
g. The cement content of M-10 concrete shall not be less than 150 kg per cum.
134
Signature of Tenderer Signature of Accepting Authority
6.5 Specification for Pavement Quality Concrete (PQC)
The work of PQC pavement for road work shall be executed as per latest CPWD Specification
and minimum cement content shall not be less than as specified for design mix cement
concrete. However if higher grade and of concrete is to be executed excess / less cement used
as per design mix shall be payable / recoverable separately as per relevant BOQ item.
6.6 Specification for Kerb Stone
The work of Kerb Stone of specific grade cements concrete to be executed as per latest CPWD
Specification. The Kerb stone shall be factory machine made with Strong Vibratory compaction
and exposed concrete finished. No site production shall be allowed. Repaired, plastered &
damaged Kerb stone shall not be allowed.
6.7 Filling of Dredged sand
Dredged sand will be made available by Paradip Port trust at their fill depot or places specified
by Paradip Port trust. Agency should arrange their own loading unloading, transportation etc.
Royalty will be paid to concerned authority by agency. Filling of the dredged sand will be done
in layer of not more than 300 mm and each and every layer should be compacted before laying
of next layer.
135
Signature of Tenderer Signature of Accepting Authority
List of Approved Makes
S. Nr. Name of Material Make
Civil Items
1 Cement GujaratAmbuja, ACC, JK, Vikram Shree, Ultratech,
Birla Uttam, Binani, Lafarge, Madras Cement (Ramco),
India Cement, Jaypee, J.K Laxmi, Dalmia
2 Reinforcement Steel TATA, SAIL, RINl, JINDAL
3 White Cement Birla White, JK, Kamdhenu.
4 Ceramic Glazed Tile Kajaria, Jhonson and Somany (all first quality) or
equivalent
5 Vitrified Floor Tile Kajaria, Jhonson and Somany (all first quality) or
equivalent (Min. 10mm thickness & Grade-V)
6 Atactic poly-propylene
(Membrane sheet)
Fibrex India Ltd, Polygomma Industries Pvt Ltd, and
Industrial rubber products.(Minimum thickness 5.0 mm)
7 PVC drain Pipe Supreme, Prakash, Kissan(Agro) (Min 6.0 KGF pressure
or as/ engineer‘s Intruction)
8. CPVC water supply pipe Astral, Supreme, Prakash & Prince (wall pressure Min
500 PSI)
9. G.I. Pipes Jindal (HIssar), Prakash Surya, Tata or equivalent
10. WC Roca, Kholar and Hindware
11. Wash Basin Roca, Kholar and Hindware
12. Urinal Roca, Kholar and Hindware
13. CP fitting Grohe, Kholar and Hindware
14. C.I. pipe & fitting SKF, Electrosteel
15. Aluminium frame Jindal, Hindalco
16. Float glass Modi, St Gobains or HNGIL
17. Toughened Glass GSC, AIS, Assahi
18. Frameless Glass fitting Ozone or Dorma
19. Pre-laminated board Greenlam, Merino or Kitply
20. Gypsum Board ceiling Channels and board make of India Gypsum or Lafarz
21. Grid Ceiling Grid and tile of Armstrong make (ULTIMA regular
panel and Silhouette Xl 1/8" Reveal)
22. POP punning Sakarni, Shri Ram, JK
23. Acrylic Paint Asian, ICI (Dulux), Nerolac
24. Stainless Steel Jindal, SAIL,Indian Stainless Steel
25. G.I. Fittings UNIK, ZOLOTO, NVR or equivalent
26. Structural Steel TATA, SAIL, Jindal
27 Stainless Steel Hardware Hettich, Godrej, Droma
28 Stainless Steel Bolts, Washers
& Nuts
Kundan, Puja, Atul
27. Chequered Precast Concrete
Tile
Hindustan Tiles, Ultra, Swatik Tiles
29. PVC casing pipe Kissan (Agro), Appollo & Supreme
30. Plyboard & Ply Green Ply, Kitply, Centuary
31. Laminate Greenlam, Merino, Centuary
32. Wall putty Birla, JK, Asian
33. Submersible Pump Crompton Greaves, Kirloskar, KSB
136
Signature of Tenderer Signature of Accepting Authority
PRE-CAST CONCRETE PAVING BLOCKS:
1.0 Materials:
1.1 Cement:
The Cement used in the manufacture of heavy duty precast concrete paving blocks shall
comply with the requirements of I.S. 8112 for high strength ordinary Portland cement.
1.2 Aggregate:
1.2.1 The fine and coarse aggregate shall consist of naturally occurring crushed or uncrushed
materials which, apart from the grading requirements comply with I.S 383 - 1970. The fine
aggregate used shall contain a minimum of 25% natural silicon sand. Lime stone aggregate
shall not be used.
1.2.2 Aggregates shall contain no more than 3% by weight of clay and silt & shall be free from
deleterious salts and contaminants.
1.3 Water:
The water shall be clean and free from any deleterious matter. It shall meet the requirements
stipulated in IS;456.
1.4 Other materials:
Any other materials/ingredients used in the concrete shall conform to I.S. Specifications.
1.5 Finishes:
Cement blocks shall be of natural colour without use of any pigment.
1.6. Cement content:
The cement content of the compacted concrete shall be not less than 380 kg/cum.
1.7 Curing:
After manufacture the blocks shall be stored as to prevent undue loss of moisture.
1.8 Sampling for testing:
When required blocks shall be sampled as described in Appendix “A” at a rate of 16 blocks
for every day production. Blocks in a sample shall be protected from damage and
contamination until tested. As soon as practicable after sampling, the sample blocks shall
be stored in water at 20 degree C + or - 5 degree for 24 hours prior to testing.
1.9 Dimensions and Tolerances:
1.9.1 Dimensions:
1.9.2 Nominal sizes - The rectangular blocks shall be manufactured with a nominal length of 200
mm and a nominal width of 100 mm. Blocks shall be chamfered.
1.9.3 The width and height of the chamfered edges measured in horizontal and vertical projection
must be at least 4 mm and may not exceed 6 mm/un-regular as per B.S. Standard.
1.9.4 The blocks must be of a uniform shape and may have no structural faults such as gravel
accumulations, hollows or cracks. The blocks must be fairly straight, flat and rectangular
and have virtually no burrs or projections.
137
Signature of Tenderer Signature of Accepting Authority
1.10. Tolerances:
1.10.1 Lengths - The length of all blocks from the sample shall be within + or - 2 mm of the
nominal specified length.
1.10.2 Width - The width of all blocks from the sample shall be within + or - 2 mm of the nominal
specified width.
1.10.3 Standard Deviations - The standard deviation of the length and width of the sample is
calculated using the following formula:
S =
Where : S = The standard deviation rounded of to 0.1 mm
x = The arithmetic mean of the lengths and widths of the blocks rounded of to 0.1 mm.
x = Successively the length and widths of the blocks of the sample in mm
n = The size of the sample (16 blocks)
The standard deviation of the length and width may not be more than 1.2 mm.
1.10.4 Thickness: The thickness of all blocks from the sample shall be
within + or - 3 mm of the nominal specified thickness.
1.10.5 Dimensions shall be measured as described in Appendix -B.
1.11 Compressive Strength:
1.11.1 Calculation of corrected strength for individual blocks.
The compressive strength of each block specimen, tested in accordance with Appendix “C”
shall be calculated by dividing the maximum load by 200 mm x 100 mm (i.e. full cross
section area) and multiplying by an appropriate factors of -
(a) For 100 mm thick blocks - 1.24
(b) For 80 mm thick blocks - 1.18
(c) For 60 mm thick blocks - 1.06
The strength shall be expressed to the nearest 1 N/sq.mm.
1.11.2 Facilities for sampling and inspection:
Compressive strength - The average compressive strength of the blocks and delivery, when
sampled and tested in the manner described, shall be not less than 49 N/sq.mm. If, however
the average strength of the first four blocks tested is not less than 54 N/sq. mm the sample
shall be deemed to comply and the remaining twelve blocks from the sample need not be
tested.
No individual block strength shall fall below 40 N/sq.mm.
1.12. Facilities for sampling and inspection:
The CONCOR or his representative shall at all reasonable times be permitted access to the
place where the paving blocks are manufactured or stored, for the purpose of examining and
sampling the materials and the finished paving block.
1.13 Test Results:
Should any of the test results not comply with the requirements of this specification, the
consignment shall be deemed not to comply.
138
Signature of Tenderer Signature of Accepting Authority
APPENDIX - ―A‖
SAMPLING BLOCKS
A.1 Method of Sampling:
Each designated section or part thereof in consignment shall be divided into eight real or
imaginary approximately equal groups. Two blocks shall be drawn from each group.
A.2 Marking and Identification:
All samples shall be clearly marked at the time of sampling in such a way that the designated
sections of part thereof, and the consignment represented by the sample, are clearly defined.
139
Signature of Tenderer Signature of Accepting Authority
APPENDIX - ―B‖
METHOD OF MEASURING DIMENSIONS
B.1 Length and Width:
B.1.1 Apparatus:
The apparatus used to measure the shape is a metal, rectangular box large enough to put a
concrete block in it. The horizontal base plate and the two adjoining vertical plates are fixed to
each other. The two other vertical plates can be moved in directions perpendicular to these
plates parallel plates can be read off from a scale to a whole number of = 1 mm.
The apparatus construction must be such that the accuracy of the measurements obtained to a
whole no. of mm can be tested.
B.1.2 Procedure:
Before measuring remove any impurities and/or burrs from the blocks to be measured with a
hard brush. Put the block, with its top surface facing downwards, on the horizontally
positioned based plate of the apparatus and press it as far as possible between the two fixed,
vertical plates which are at the right angles to each other, so that the long side of the block
comes to lie completely flush with the long vertical plates. Determine the length and width of
the block by successively pressing each of the movable plates against the block and reading off
the distances between the parallel plates in mm on the scales.
B.2 Height:
The height of each block is accurately measured in whole mm using a sliding head with
calipers 50 mm long, measurements being taken at the four corners and in the center. The
height is measure to the nearest 0.1 mm as the arithmetic mean of these five values.
When measuring the height, the calipers of the siding head are placed as flush as possible with
the top and bottom surfaces of the blocks, at the corners at an angle of 45 degrees on the long
side surface of the block.
140
Signature of Tenderer Signature of Accepting Authority
APPENDIX - ―C‖
TEST FOR COMPRESSIVE STRENGTH
C.1 Testing Machine:
The testing machine shall be of suitable capacity for the test and capable of applying the load of
the rate specified. It shall comply, as regards repeatability and accuracy, with the requirements
of Clauses 2.1 of BS: 1881 - Part 4.
C.2 Procedure:
The sample specimens hall be tested in a wet condition after being stored for atleast 24 hours in
water maintained at a temperature of 20 degrees C + or - 5 degrees C. Before the specimens
are submerged in water, the necessary area shall be determined by the method described in
Appendix - ―B‖.
The plates for the testing machine shall be wiped clean and any loose grit or other material
removed from the contract faces of the specimen. Plywood, nominally 4 mm thick, shall be
used as packing between the upper and lower faces of the specimen and the machine plates and
these boards shall be larger than the specimen by a margin of at least 5 mm at all points. Fresh
packing shall be used for each specimen tested.
The specimen shall be placed in the machine with the wearing surface in a horizontal plane and
in such a way that the axes of the specimen are aligned with those of the machine plates.
The load shall be applied without shock and increased continuously at rate of approximately 15
N/sq.mm per minute until no greater load can be sustained. The maximum load applied to the
specimen shall be recorded.
C.3 Calculation of corrected strength for individual blocks:
The corrected comprehensive strength of each block specimen shall be calculated and recorded
as described in Clause 1.11.
C.4 Compressive strength calculation:
The average corrected compressive for the designed block section shall be calculated.
C.5 The average corrected compressive of the specimen samples shall comply with the
requirements of clause 1.11.
141
Signature of Tenderer Signature of Accepting Authority
2.0 TECHNICAL DESCRIPTION OF LAYING CONCRETE PAVING BLOCKS
2.1. Base:
2.1.1 The finished surface of the concrete base small match the design profile of the concrete blocks
with + or - 20 mm.
2.1.2 Compaction shall be done with vibrating Machine.
2.2. Bedding layer:
2.2.1 The bedding shall be from either a single source or blended to achieve the following grading
Sieve size % Passing
9.52 mm 100
4.75 mm 95 - 100
2.36 mm 80 - 100
1.18 mm 50 - 95
600 microns 25 - 60
300 microns 10 - 30
150 microns 0 - 15
75 microns 0 - 10.
Single sized, gap-graded sands or those containing an excessive amount of fines will not be used. The
sand particles should preferably be sharp not rounded.
The joint - filling sand should pass a 2.35 mm sieve and be well graded. The following grading has
been shown to give good results.
Sieve size % Passing
10 mm 100
4.75 mm 95-100
2.36 mm 95 - 100
1.18 microns 90 - 100
600 microns 80 - 100
300 microns 15 - 50
150 microns 0 - 15.
The use of cement in the joint - filling sand is not recommended as a general practice as the
cemented sand is likely to crack into segments which are easily dislodged.
2.2.2 Average thickness of this laying course shall be 50 mm with minimum of 40 mm and a
maximum of 80 mm.
2.2.3 Humidity contents shall be atleast 4% by weight.
2.2.4 It should contain not more than 3% by weight of clay and silt & the materials shall be free from
deleterious salts or contaminants.
2.2.5. The finished surface of the bedding layer shall match exactly the design profile as indicated on
the drawings.
2.2.6. Before placing the bedding layers, clean the surface of concrete by sweeping.
2.2.7. During construction the draining of the surface of bedding and/or concrete is assured by
perforations in the gulley chambers at a matching level.
142
Signature of Tenderer Signature of Accepting Authority
2.2.8. Do not allow any walking or driving on the finished surface of the bedding layer.
2.3. CONCRETE PAVING BLOCKS:
2.3.1 Laying of the blocks shall be done, precisely at the indicated level and profile and in a way that
good surface draining to the gulley chambers is assured.
2.3.2. Around gulley chambers inspection pits etc. the pavement shall have a level of 5 mm higher
than the above mentioned elements.
2.3.3 The blocks shall be laid in an elbow pattern. The blocks shall be laid as tight as possible to
each other and also along connections. The maximum joint width is limited to 4 mm.
2.3.4. Laying of broken blocks is not allowed except along connections. The maximum length of a
purpose broken block is 100 mm. Breaking of the blocks shall be done with a block ―block
splitter‖.
2.3.5. Fine angular sand as per specification shall be brushed into the joints, thereafter compaction
shall be done with a vibration plate compactor on a clean surface. After compaction again fine
angular sand shall be brushed into the joints.
2.3.6. As well as before as after the compacting the maximum tolerance in height under a lineal with
a length of 3 m shall be within + or - 5 mm. .
143
Signature of Tenderer Signature of Accepting Authority
TECHNICAL SPECIFICATIONS FOR PRE-FABRICATED PRE-ENGINEERED STEEL STRUCTURE
(WAREHOUSE)
1.1. GENERAL SCOPE OF WORKS
This specification covers the provision of Pre-engineered building and related Civil / electrical
work on turnkey basis as a single responsibility for this project. The scope of work for building
as defined in the following sections is for design, manufacture, supply and erection of the
structural steel system metal roof/wall system, trim, accessories, Ridge Ventilators, related civil
& electrical works, required for completing the building as per specifications and site
conditions, including supply and erection. All the components of the building structure must be
designed as per the criteria given below:-
1.2 BUILDING DESCRIPTION
1.2.1 WARE HOUSE (100M x 25M) – 2 NOS
For each Building/Warehouse:
Building type : Pre-Engineered Warehouse with continuous cantilever
canopy on both sides
Roof slope : 1 in 10 (Tentative)
Size of warehouse : Two Warehouses (Size 100 x 25 m) with 2.85 mtr
cantilever canopy on both sides of entire length of
warehouses above rolling shutters.
Eaves height : 6.50 M from finished floor level
Ridge height : 8.50 M floor finish floor level
Ventilation at ridge/roof: Turbo ventilation rotator 610mm (32 Nos) as specified
in BOQ & drawing.
M.S. Cable trays for electrical
works
Perforation not more than 17.5% in convenient
sections, jointed with connectors, suspended from roof
ceiling with M.S. suspenders including bolts & nuts,
painting suspenders etc. on both side with covers at
suitable height along the Warehouse. The size of the
cable tray shall be 50 mm depth, 1.6 mm thick and
150 mm to 300 mm wide as given in BOQ item or as
directed by engineer-in-charge.
Logo of CONCOR Painted on both ends of the Warehouse
Civil / Electrical works : As per BOQ & drawings
Electrically operated Rolling
shutter :
Total 12 nos. Rolling Shutters of size 4.0m x 4.0m i.e.
6 nos. each to be provided in two Warehouses of size
100 x 25 m including Shutter Motor, starter and Gear
Box etc. as per BOQ & drawings.
1.3 SHEETING SPECIFICATIONS :
144
Signature of Tenderer Signature of Accepting Authority
a) All roof and wall panels shall be cold formed to required length to minimise end laps. Roof
panels shall be lapped at ends, not less than 200 mm. with laps occurring on purlins.
b) Straight roofing panel for the main building area shall be 1000mm wide cover width out of
0.47mm TCT AZ150 bare Galvalume 550Mpa steel substrate, clear acrylic coating on both
sides.
c) Wall panels and curved eave panels and sheeting on the canopies /projections shall be out
of 0.50 mm TCT SMP coated AZ 150 Galvalume 550 Mpa Steel. Wall panels shall be
continuous where possible from base to eave and shall have the same lapping as the roof
sheets.
1.4 FLASHINGS & SPECIALS:
(a) Curved panels at eaves for full length of the building out of SMP coated Galvalume steel substrate shall be
provided with suitable flashing and barge side to eliminate eaves gutters and down take pipe.
(b) Flashing matching to wall claddings material shall be provided at the Junction/termination
edge of sheeting, vertical corners, barge- roof to wall cladding etc., to ensure neat finish.
(c) Turbo Ventilators of approved quality & brand to be provided at Roof as per BOQ. These
turbo ventilators are to be carefully located to provide air circulation all over the
warehouse. Turbo ventilators shall be so erected that there should not be any leakage of
water through this system.
(d) The junction of wall cladding & brick wall/steel columns as well as junction of masonry
wall and steel columns shall be made leak proof with appropriate flashing.
1.5 DESIGN CODES AND MINIMUM REQUIREMENTS
The entire structure is to be designed confirming to IS 800-2007 with latest correction slips.
Main Frame members shall be solid web tapered (Built-up sections) and Cold formed
secondary shall be designed in accordance with the current edition of the relevant IS and
applicable building codes. Steel plates used shall be 250Mpa conforming to IS 2062: 2011.
Description Minimum Flange Thickness Minimum Web thickness
COLUMNS 8mm 6mm
RAFTERS 6mm 6mm
The steel for frames shall be of Essar/ Jindal/SAIL/ISPAT/TATA make.
Note:
(1) Columns shall be pinned base connection to footing/foundations.
(2) All columns and Rafters shall preferably be single lengths, alternatively spliced for full
strength of the section at joint.
(3) All columns and Rafters shall be at locations indicated on the drawings.
145
Signature of Tenderer Signature of Accepting Authority
a) Purlins & girts shall be cold formed ―Z‖ section manufactured from GI coils with base
galvanization of 227 gm/Sqm (total on both sides) and yield strength of
345Mpa.Minimum thickness of the sheet to be used for ―Z‖ section shall not be less
than 2.0mm.
b) All welding shall be done in accordance with the practices of IS. All welders shall be
qualified for the type of welds performed and the welding will be done using Sub-
merge Arc Welding Machine.
c) Vertical/Horizontal deflections to main frames, shall be conform to IS: 800 – 2007.
d) Minimum sheet plate thickness must be followed as above, as mandatory guideline
Thickness higher than mentioned, as minimum above, are permitted.
e) Maximum stress ratio shall not exceed 0.95 for any member.
The overall responsibility of frame design and building stability will rest with the building
supplier/erector
1.6 DESIGN LOADS
a) Live load = 0.75kN/m2
b) Wind load = As per IS code for Paradip (Orissa) region.
c) Additional Collateral load = 0.15kN/m2.
d) Seismic factor as per IS code for Zone which includes Paradip (Orissa).
e) Any other load as per IS Specifications including factor of safety.
1.7 FASTENERS AND ACCESSORIES
a) Primary structural connections are to be with hot–dip galvanized high tensile bolts of
class 8.8 of G.K.W. TVS or equivalent approved make.
b) Purlins and girts may be connected to their supporting members using galvanized bolts
of class 4.6.
c) 2mm thick Polycarbonate Translucent sheets of Lexan or equivalent approved make for
sky lights covering 5% of roof area out of UV stabilized of GRP material shall be
provided.
d) Closure strips shall match the sheeting profile and be made of closed cell polyethylene
of similar material.
e) Roofing and cladding sheets shall be fixed by means of mechanically galvanized hex-
head steel self drilling fasteners having integrals EPDM seals class –III
f) Flashing wherever provided should include non- hardening clear silicon sealant.
1.8 FINISH FOR PRIMARY & SECONDARY MEMBERS
146
Signature of Tenderer Signature of Accepting Authority
All the structures should be mechanically cleaned and given two coats of zinc chromate primer
of DFT 25 microns and finished with two coats of synthetic enamel paint of approved colour.
1.9 DRAWINGS
Detailed design of the superstructure along with foundation design shall be carried out based on
relevant / latest BIS codes and using standard software. Detailed design and drawings shall be
submitted for approval to any IIT/NIT Institutes and a copy to PROJECT MANAGEMENT
CONSULTANT (PMC)/CONCOR within 30 days of award of work. Contractor shall be
responsible to get the drawings/designs approved from any IIT/NIT Institutes within 60 days of
award of work. Comments of CONCOR / CONSULTANT (PMC) shall also be incorporated in
design/ drawing. No fabrication shall start until design has been approved, noted and returned
to the supplier. Erection drawing shall be prepared and provided for assembly of structure
complete with anchor bolts setting plan, roof plan, cross section, elevations and framing details
with parts marked on drawings.
1.10 MEASUREMENTS :
All the works included in the bill of quantites/Tender /drawing/technical specification including
provision of canopies /projections as per building description & drawing shall be considered in
the price (including support structure, purlins/girts, rolling, shutters,sheeting and flashing) and
nothing shall be paid extra .
1.11 ITEMS TO BE INCLUDED IN THE SCOPE : Supply and Erection
a) Main Frames : As per approved drawings and specifications
a.1) Columns
a.2) Rafters
b) Secondary Frames
b.1) Side wall girts with suitable support structure from columns.
b.2) End wall girts and suitable support structure the rafter to accommodate canopy and
sheeting on both the end walls.
b.3) 1.80m canopy projection shall be provided on each rolling shutter as shown in the
drawing.
b.4) Roof purlins.
b.5) Suitable portal bracing on walls.
b.6) Suitable flange bracing for column & rafter internal flanges.
b.7) Structure/Frame connection hardware & Anchor Bolts.
b.8) Suitable support structure for fixing electrically operated rolling shutters.
c) Sheeting & Accessories
c.1) Roof sheeting Bare Galvalume with fasteners of approved manufacturers
c.2) Wall/projection sheets & curved panels : SMP coated Galvalume with
fasteners.
147
Signature of Tenderer Signature of Accepting Authority
c.3) Flashings, Trims etc. as required with fasteners.
c.4) 5% of roof with profiled day-lighting panels with fasteners.
c.5) Non-hardening clear silicon sealent at all laps/joints
c.6) Turbo ventilation rotator 610mm (24 Nos) as specified in BOQ & drawing.
c.7) Electrically operated rolling shutter of size and numbers as per drawing.
1.12 TOLERANCES
Fabrication & erection tolerances shall be as per IS 7215 & IS: 12843 respectively and
other IS codes applicable.
1.13 Anchor Bolts
Anchor bolts shall conform to IS 2062 with minimum yield strength of 250 MPa. Nuts
and lock nuts shall conform to IS 1363 (part 1 to 3) and washer shall conform to IS: 2016.
All anchor bolts shall have lock nuts. The portion of anchor bolts projecting above
concrete (inclusive of the part within grout) shall be mechanically cleaned and painted as
per the specification after erection. Total number of anchor bolts shall not be less than
four in any base plate. This item is included in the pre-engineered warehouse. No
extra payment shall be made.
1.14. GENERAL
A) The Contractor shall get checked their designs & drawings of the foundation and
superstructure of pre-fabricated pre-engineered warehouse structure from any
IIT/NIT Institutes at their own cost within 60 days of award of work.
B) Specification/Test for structural steel, sheets and all other materials, painting,
welding etc. shall be as per IS Codes and testing charges shall be borne by
contractor.
C) The contractor shall submit their designs along with its calculations sheets, &
drawing of the pre-engineered warehouse structures to the CONCOR/Consultant for
proof checking & approval before execution.
D) The colour scheme of the proposed warehouse shall as to the existing CONCOR‘s
pre-engineered warehouse or as per instructions of CONCOR officials.
E) All the materials shall be got approval from CONCOR/Consultant before their
procurement /execution .
148
Signature of Tenderer Signature of Accepting Authority
TECHNICAL SPECIFICATION FOR PILE BORED CAST-IN-SITU REINFORCED
CONCRETE PILES
1.1 General
The piles are formed within the ground by excavating or boring a pile within it with or without the use
of temporary casing and subsequently filling it with plain or reinforced concrete. When the casing is
left permanently it is termed as cased pile and when the casing is taken out it is termed as uncased pile.
1.2 Equipment
The equipment and accessories used for bored cast-in-situ piles shall depend on subsoil strata, ground
water conditions, type of founding material and penetration etc. General requirements of boring
equipment are as per Appendix ‗D‘ of CPWD specifications. The equipment is applicable for bored
piles without the use of bentonite.
1.2.1 Boring operation shall be done by rotary percussion type drilling rigs using direct mud
circulation or reverse mud circulation methods to bail out the cuttings or as specified. In soft clays and
loose sand, bailer and chisel method should be used with caution to avoid the effect of suction. Rope
operated grabbing tool Kelly mounted hydraulically operated grab are also used. This method of
advancing the hole avoids suction. The size of cutting tool shall be as per [IS 2911 (Part I Section 2)]
and not less than the diameter of pile by more than 75 mm.
1.2.2 Use of drilling mud is stabilizing sides of bore hole where specified shall have properties as
defined in Appendix A of CPWD Specifications.
Permanent casing where specified shall be used to avoid aggressive action of water.
1.2.3 Boring for installing Pile
1.2.3.1 Installation of Piles: Installation of piles shall be as accurate as possible and as per design and
drawings. The vertically or the required batter should be correctly maintained. Particular care shall be
taken in respect of installing either single pile or piles in two pile groups.
1.2.3.2 Deviation and Tolerance:
(i) The deviation/tolerance should be as per IS 2911 (Part 1/Sec.1). The piles should not deviate more
than 75 mm or D/4 whichever is less (75 mm or D/10 whichever is more in case of piles having
diameter more than 600 mm) from their designed position at the working level.
(ii) In case of a single pile under a column, the positional deviation should not be more than 50 mm or
D/4 whichever is less (100 mm in case of piles having diameter more than 600 mm. Greater tolerance
may be prescribed for piles driven over water and for raking piles.
1.2.3.3 Procedure of Driving Pile Bore
(i) Bored cast-in-situ concrete piles are installed by making a bore into the ground and removing out
the material.
149
Signature of Tenderer Signature of Accepting Authority
(ii) The ground shall be roughly leveled and position of pile marked. The boring shall be done with or
without the use of temporary casing. The sides of bore hole; shall be stabilized with the aid of
temporary casing or with the aid of drilling mud of suitable consistency.
(iii) The equipment and accessories shall depend upon the type of bored pile chosen for the job,
consideration of sub-soil strata, ground water condition, type of founding material. Boring operation
normally are done by rotary or percussion type drilling rigs using direct mud circulation on reverse
mud tool shall be as detailed in IS 2911 (Part 1/Sec.2).
(iv) In case permanent/temporary casing is not used then bored pile is stabilized with drilling fluid.
Bentonite supplied to site shall conform to IS 2720 (Part V). A certificate shall be obtained by the
contractor from the manufacturer showing properties of each consignment and should be submitted to
the Engineer-in-charge. Bentonite shall be mixed thoroughly with fresh clean water to make a
suspension which will maintain the stability of the pile excavation for the period necessary to place
concrete and complete construction. The temperature of the water used in mixing the bentonite
suspension and when supplied to bore hole shall not be lower than 5ºC.
Consistency of the drilling fluid suspension and when controlled throughout the boring as well as in
concreting operations in order to keep the hole stabilized as well as to avoid concrete getting mixed up
with thick suspension of mud. Frequency and methods of testing drilling fluid shall be as specified and
the test results shall be as specified in IS 2720 (Part V).
(v) Bored cast-in-situ piles in soils which are stable may often be installed with a small casing length at
the top. A minimum of 2.0 m length of top of bore shall; invariably be provided with casing to ensure
against loose soil falling in to drilling mud, or a suitable steel casing. The casing may be left in place
permanently especially in cases where the aggressive action of the ground water is to be avoided, or in
the cases of piles built in water or in cases where significant length of piles could be exposed due to
scour.
(vi) For bored cast-in-situ piles, casing/liner shall be driven open ended with a pile driving hammer
capable of achieving penetration of the liner to the length shown on the drawing or as directed by the
Engineer-in-charge. Materials inside the casing shall be removed progressively by air lift, grap or
percussion equipment or other approved means.
(vii) Where bored cast-in-situ piles are used in soils liable to inflow, the bottom of the casing shall be
kept low enough in advance of the boring tool; to prevent the entry of soil into the casing, thus
presenting the formation of settlements in the adjoining ground. The water level in the casing should
generally be maintained at the natural ground water level for the same reasons. The joints of the casing
shall be made as tight as possible to minimize inflow of water or leakage of slurry during concreting.
(viii) Boring shall be carried out using rotary or percussion type equipment. Unless otherwise directed
by the Engineer-in-charge the diameter of the bore holes shall be not more than the inside diameter of
the liner.
(ix) After the boring has reached the required depth, the steel reinforcement shall be lowered in
position maintaining the specified size of cover on all sides. The bore shall then be flushed with
bentonite slurry and concreting shall be taken up exactly as described under clause 20.1.6.8.
1.2.3.4 A proper record of pile driving and other details such as sequence of installation of piles,
dimension of piles, depth bored, time taken for concreting etc. shall be maintained in sequence of
occurrence at site as per clause 20.1.3.6. While drilling mud is used, the specific gravity of fresh
150
Signature of Tenderer Signature of Accepting Authority
supply and contaminated mud in the hole before concreting is taken up shall be recorded for first ten
piles and subsequently at interval of 10 piles or as specified.
1.3 Reinforcement
(i) The design of reinforcing cage varies depending upon the driving and installation conditions, the
nature of the sub-soil and the nature of load to be transmitted by the shaft, axial or otherwise. The
minimum area of longitudinal reinforcement of any type or grade within the pile shaft shall be 0.4 per
cent of the sectional area calculated on the basis of the outside area of the casings of the shaft.
(ii) The curtailment of reinforcement along the depth of the pile, in general, depends on the type of
loading and sub-soil strata. In case of piles subjected to compressive load only, the designed quantity
of reinforcement may be curtailed at appropriate level according to design requirements. For piles
subjected to uplift load, lateral load & moments, separately or with compressive loads, it may be
necessary to provide reinforcement to the full depth of the pile. In soft clays or loose sands, or where
there is likelihood of danger to green concrete due to driving of adjacent piles, the reinforcement
should be provided up to full pile depth, regardless of whether or not it is required from uplift & lateral
load considerations. However, in all cases, the minimum reinforcement specified in Para (i) above
should be provided in full length of the pile.
(iii) Piles shall always be reinforced with a minimum amount of reinforcement as dowels keeping the
minimum bond length into the pile shaft below its cut-off level, and with adequate projection into the
pile cap, irrespective of design requirements.
Note: In some cases the cage may lift at bottom or at the laps during withdrawal of casing. This can be
minimized by making the reinforcement ―U‖ shaped at the bottom and up to well secured joints. Also
the lifting 5 percent of the length should be considered not to affect the quality of pile.
(iv) Clear cover to all main reinforcement in pile shaft shall be not less than 50 mm and shall be
maintained by suitable spacers. The laterals of reinforcing cage may be in the form of links or spirals.
The diameter and spacing of the same is chosen to impart adequate rigidity of the reinforcing cage
during the handing and installation. The minimum diameter of links or spirals shall be 6 mm and the
spacing of the links or spirals shall be not less than 150 mm. The minimum clear distance between two
adjacent main reinforcement should normally be 100 mm for full depth of the cage.
(v) The reinforcing cage should be left with adequate protruding length above the cut off level for
proper embedment in the pile cap. Prior to the lowering of reinforcement cage into the pile shaft, the
shaft shall be cleaned of all loose materials.
(vi) Reinforcement in the form of cage shall be assembled with additional support, such as spreader
forks and lacings; necessary to form a rigid cage hoops, links, or helical reinforcement has to fit
closely around the main longitudinal bars and shall be tied by binding wire of approved quality.
The ends of the binding wire shall be turned into the interior of the pile. Reinforcement shall be placed
and maintained in correct position. The reinforcements shall be joined wherever necessary by welding
and the procedure of welding be followed as described in IS 2751.
1.4 Concrete
1.4.1 Cement: Cement shall be as specified in agreement item or as specified under sub-head 3.0 of
CPWD Specifications. However, high alumina cement shall not be used.
151
Signature of Tenderer Signature of Accepting Authority
1.4.2 Water: Water to be used for concreting shall be as specified under sub-head 3.0 of CPWD
Specifications.
1.4.3 Fine Aggregate: Fine aggregate to be used for concreting shall be as specified under subhead 3.0
of CPWD Specifications.
1.4.5 Coarse Aggregate: For tremie concreting, coarse aggregate having nominal size more than 20
mm should not be used. Natural rounded shingle of appropriate size may also be used as coarse
aggregate. It helps to give high slump with less water cement ratio.
1.4.6 Chemical Admixtures: Admixtures to be used in the concrete shall be as per IS 9103.
1.4.7 Concrete Grades to be adopted
(i) Concreting of piles shall be done only with design mix of appropriate grade with weigh batching of
constituents. The grade of concrete to be kept as per nomenclature of the item.
(ii) Only concrete Grade M-25 and/or higher grades shall be used for concreting the piles. The exact
grade of concrete to be used shall mainly depend upon the nature of work and the general design
consideration. However, Concrete Grade M-15 and Grade M-20 shall not be used for concreting piles
under any circumstances, even with weigh batching. The minimum cement content shall be 400 kg/m3
in all conditions.
(iii) When concreting under water or drilling mud 10 per cent additional cement over the minimum
cement content for the particular grade shall be used subject to a minimum cement content of 370
kg/cum.
1.4.8 Workability of Concrete: The minimum slump shall be 100 mm when the concrete for the piles is
being vibrated and when the concrete is not vibrated the maximum permitted slump is 150 mm.
The degree of workability in both the cases is considered as very high.
1.4.9 Placing of Concrete
(i) Before commencement of pouring of concrete, it shall be ensured that there is no ingress of water in
the casing tubes from bottom. Further, adequate control during withdrawal of the casing tube is
essential so as to maintain sufficient head of concrete inside the casing tube at all stages of withdrawal.
(ii) Wherever practicable concrete should be placed in a clean dry hole where concrete is placed in dry
hole and when casing is present, the top 3 m pile shall be compacted using internal vibrators. The
concrete should invariably be poured through a tremie, with a funnel so that the flow is directed and
concrete can be deposited in the hole without segregation. Care shall be taken during concreting to
prevent as far as possible the segregation of the ingredients. The displacement or distortion of
reinforcement during concreting and also while extracting the tube shall be avoided.
(iii) Where the casing is withdrawn from cohesive soils for the formation of cast-in-situ pile, the
concreting should be done with necessary precautions to minimize the softening of the soil by excess
water. Where mud flow conditions exist, the casing of cast-in-situ piles shall not be allowed to be
withdrawn.
152
Signature of Tenderer Signature of Accepting Authority
(iv) The concrete shall be self compacting and shall not get mixed with soil, excess water, or other
extraneous matter. Special care shall be taken in silt clays and other soils with tendency to squeeze into
newly deposited concrete and cause necking. Sufficient head of green concrete shall be maintained to
prevent inflow of soil or wager into concrete. The placing of concrete shall be continuous process from
the toe level to the top of pile to prevent segregation, a tube of tremie pipe ass appropriate shall be used
to place concrete in all piles. To ensure compaction by hydraulic static heads, rate of placing concrete
in the pile shaft shall not be less than 6 m (length of pile) per hour.
(v) The diameter of the finished pile shall not be less than specified and a continuous record shall be
kept by the Engineer as to the volume of concrete placed in relation to the length of pile cast. After
each pile has been cast and any empty pile hole remaining shall be protected and back filled as soon as
possible with approved material.
(vi) The minimum embedment of cast-in-situ concrete piles into pile cap shall be 150 mm. Any
defective concrete at the head of the completed pile shall be cut away and made good with new
concrete. The clear cover between the bottom reinforcement in pile cap from top of pile shall not be
less than 30 mm. The reinforcement in the pile shall be exposed for full anchorage length to permit it
to be adequately bonded into the pile cap. Exposing such length shall be done carefully to avoid
damaging the rest of the pile. In cases where the pile cap is to be laid on ground a leveling course with
cement concrete of Grade M-15 and of 100 mm thickness shall be provided.
(vii) Normally concreting of piles should be uninterrupted. In exceptional case of interruption of
concreting, but which can be resumed within 1 or 2 hours, the tremie shall not be taken out of the
concrete. Instead it shall be raised and lowered slowly from time to time to prevent the
concrete around the pipe from setting. Concreting should be resumed by introducing a little richer
concrete with a slump of about 200 mm for each displacement of the partly set concrete. If the
concreting cannot be resumed before final set of concrete already laid, the pile so cast may be rejected.
(viii) In case of withdrawal of tremie out of concrete, either accidentally or to removed a choke in the
tremie, the tremie may be re-introduced to prevent impregnation of laitance scum lying on the top of
the concrete already deposited in the bore. The tremie shall be gently lowered on to the old concrete
with very little penetration initially. A vermiculite plug should be introduced in the tremie. Fresh
concrete of slump between 150 mm and 175 mm should be filled in the tremie which will push the
plug forward and swill emerges out of the tremie displacing the laitance/scum. The tremie will be
pushed further in steps masking fresh concrete sweep away laitance scum in its way. When the tremie
is buried by about 60 to 100 cms, concreting may be resumed.
(ix) The top of concrete in a pile shall be brought above the cut-off level to permit removal of all
laitance and weak concrete before capping and to ensure good concrete at the cut-off level for proper
embedment into the pile cap.
(x) Where cut-off level is less than 1.5 meters below the working level concrete shall be cast to a
minimum of 300 mm above cut-off level. For each additional 0.3 m increase in cut-off level below the
working level additional coverage of 50 mm minimum shall be allowed. Higher allowance may be
necessary depending on the length of the pile. When concrete is placed by tremie method concrete
shall be cast to the piling platform level to permit overflow of concrete for visual inspection or to a
minimum of one metre above cut off level. In the circumstances where cut-off level is below ground
water level the need to maintain pressure on the unset concrete equal to or greater than water pressure
should be observed and accordingly length of extra concrete above cut-off level shall be determined.
153
Signature of Tenderer Signature of Accepting Authority
1.4.10 Placing Concrete under Water
(i) Before concreting under water, the bottom of the hole shall be cleared of drilling mud and all soft
loose materials very carefully. In case a hole is bored with use of drilling mud, concreting should not
be taken up when the specific gravity of bottom slurry is more than 1.2. The drilling mud should be
maintained at 1.5 m above the ground water level. Concreting under water for cast-insitu concrete piles
may be done either with the use of tremie method or by the use of approved method specialty designed
to permit under water placement of concrete.
General requirements and precautions for concreting under water are as follows:
(a) The concreting of pile must be completed in one continuous operation. Also for bored holes, the
finishing of the bore, cleaning of the bore, lowering of reinforcement cage and concreting of pile for
full length must be accomplished in one continuous operation without any stoppage.
(b) The concrete should be coherent, rich in cement with high slump & restricted water cement ratio.
(c) The tremie pipe will have to be large enough with due regard to the size of the aggregate.
For 30 mm aggregate the tremie pipe should be of diameter not less than 150 mm and for larger
aggregate, larger diameter of tremie pipe may be necessary.
(d) The first charge of concrete should be placed with a sliding plug pushed down the tube
ahead of it to prevent mixing of water and concrete.
(e) The tremie pipe should always penetrate well into the concrete with an adequate margin of safety
against accidental withdrawal if the pipe is surged to discharge the concrete.
(f) The pile should be concentrated wholly by tremie and the method of deposition should not be
changed part way up the pile to prevent the laitance from being entrapped within the pile.
(g) All tremie tubes should be scrupulously cleaned after use. When concreting is carried out under
water a temporary casing should be installed to the full depth of the bore hole or 2 m into non
collapsible stratum, so that fragments of ground cannot drop from the sides of the hole into the
concrete as it is placed. The temporary casing may not be required except near the top when concreting
under drilling mud.
1.5 Ready Mix Concrete
Alternatively, the contractor can be allowed to use Ready Mix Concrete (RMC) with the permission of
Engineer-in-Charge, provided that the manufacturer assures that for RMC supplied for the particular
work contains the minimum cement content and it is in conformity of approved design mix. The
manufacturer of RMC has also to agree to the sampling and testing procedure as specified under clause
20.1.7 or alternatively he can propose his own sampling and testing procedure which should in turn be
approved by the Engineer-in-Charge. Normally, RMC supplied to site are mixed with certain
admixtures which enables the concrete to be used within 3 hours of supply at site. In case RMC
supplied is not consumed within 3 hours of supply the quantity of RMC remaining unused beyond 3
hours shall be rejected and removed from site.
154
Signature of Tenderer Signature of Accepting Authority
1.6 Measurement
Dimensions shall be measured nearest to a cm. Measurement of length on completion shall be along
the axis of pile and shall be measured up to the bottom of pile cap. No allowance shall be made for
bulking, shrinkage, cut off tolerance, wastage and hiring of tools, equipment for excavating, driving
etc.
1.7 Rate
The rate includes the cost of material and labour involved in all the operations described above
including pile embedded in pile cap except reinforcement, pile cap and grade beam.
1.8 Pile Test
Pile load test shall be carried out as per IS: 2911 Part-4 (latest edition) or as directed by Engineer.
1.8.1 Initial Load Test
Initial load test shall be carried out on separately cast piles for confirmation of estimated pile capacities
and to fix a more accurate driving criteria viz. set/bow, total number of blows and approximate depth
etc. of founding level at least 2 nos. of tests shall be conducted for each mode (vertical compression,
pull out and lateral). The maximum test load shall be as mentioned in bill of quantities.
1.8.2 Routine Load Test
Routine load tests shall be carried out on job (working) piles for 0.5% of total no. of piles (for each
mode and type). Maximum test load shall be 1.5 times the design safe load capacity. Piles showing
unsatisfactory results as per load test results shall be treated as defective piles. Defective piles shall be
removed or left in place and replaced by additional piles as directed by Engineer at no extra cost to the
owner. Any additional cost towards design implications, if any, due to above shall be born by the
contractor.
155
Signature of Tenderer Signature of Accepting Authority
Technical Specifications for laying Permanent Way
1.0 TRACK STRUCTURE
1.1 Components
The track shall consist of the following elements:
i) Rails UIC 60 Kg, 90 UTS flat bottom conforming to IRS/T-12- 2009, with up to date
amendments, (Industrial use as specified).
ii) Rail fastenings – Fish Plates UIC 60 kg with bolts and nuts.
iii) Mono block pre-stressed concrete sleepers for plain tracks, suitable for wider gauge on
curves, level crossings, bridges, fish plated joints as required.
iv) Guard rails on bridges, check rail on level crossings.
v) Fittings for sleepers – grooved rubber sole plates (RDSO Drawing No. /T-3711), Elastic
rail clips Mark-III (RDSO Drawing No. /T-3701) for normal track and Elastic rail –J-
clips for Fish plated rail joints to RDSO Drawing No.T-5916, GFN liners (RDSO
Drawing No. /T-3706), metal liners (RDSO Drawing No. /T-3740).
vi) Points & Crossings & Derailing switches.
vii) Track Ballast as per RDSO Specifications of June 2004.
viii) Km posts, Gradient posts, curve monuments & Boards, Fouling marks etc. as per
provisions of IRPWM.
1.2 The track will be laid with mono block PSC Sleeper 1540 per km. The points & crossings and
derailing switches shall be with curved switches and Fan shape design as specified. The ballast
cushion will consist of Track ballast as per RDSO specifications to a depth of 300 mm below
the bottom of sleepers (measured under the rail seat) or as specified.
1.3 POINTS & CROSSINGS: 1 in 8 ½ and 1 in 12 (as specified) BG turnouts with curved
switches laid on PSC sleepers and CMS Crossing and derailing switches, Fan shape design.
1.4 Glued Insulated rail Joints as per specifications.
1.5 Guard Rails on bridges with span over 3.00m.
1.6 Check Rail at level crossings.
2.0 Procurement of Materials :
2.1 All the materials and equipment required for track construction shall be procured from RDSO
approved suppliers / manufactures.
2.2 Other track materials for which approved manufacturers / suppliers are not available, shall be
procured from sources after getting them approved from CONCOR / IRCON ISL.
156
Signature of Tenderer Signature of Accepting Authority
2.3 All the materials shall be got inspected and passed from the Railway‘s authorized inspecting
agencies such as RDSO/Railway/RITES etc. at suppliers own cost and certificates obtained to this
effect which will be submitted along with supply of materials.
3.0 Ballast:
The Contractor shall procure, at his own cost, track ballast conforming to RDSO‘s
‗specifications for Track Ballast, June 2004 (with up to date amendments) of approved quality
for use on all lines and points & crossings with 300 mm cushion. The test reports for the ballast
for quality as required (in terms of RDSO specifications), should be submitted before ballast is
brought to site. Ballast should be supplied in stacks on leveled ground along the proposed
alignment as per directions of the site engineer.
4.0 Linking:
On the formation already constructed and compacted, track ballast as directed by the site
engineer, shall be laid and compacted by at least 2 passes of 5 to 10 t roller & tested for CBR
Value of minimum 5 before laying the PSC sleepers and rails.
5.0 Curves :
i. The alignment of track on certain locations may be on curved alignment as per index plan.
While laying track on such locations, the layout of the curve shall be done accurately with
deflection angle, degree of curvature, transition length and curve length and laid to required
super elevation for each curve as directed by Engineer-in-Charge.
ii. The design of curves specifying all parameters (transition length, total length of curve,
super elevation etc.) shall be done by Engineer-in-Charge and advised to the contractor
who shall then lay the curves accordingly as indicated in the above para so that it conforms
to the designed parameters.
iii. The station numbers shall be marked, starting from zero at TP (i.e. from the start of curve)
at 10 meter interval on the inside web of outer rail of the curve and shall be continued over
the entire length of the curve with figures in white paint over black back ground and the.
Super elevation at each station shall be indicated just opposite to the station number on
inside web of inner rail with black background and figures with white paint.
iv. Rail Posts Indicating Tangent Points : On the inside of the curve, rail posts should be
erected on each approach of the curve, to indicate the positions of the beginning and end of
transition curves. These rail posts may be painted in red and white colors respectively. In
the case of non transitioned curve, similar rail post should be erected on the tangent track
and on the circular curve over which the cant is run out, indicating the beginning and end of
the virtual transition.
v. Curve Board: Each approach of a curve should be provided with a curve board at the
tangent point fixed on the outside of the curve. This Board should indicate the radius of the
curve, the length of the curve, length of transition in meters and the maximum cant
provided on the circular portion of curve in millimeters with appropriate painting scheme as
followed by Railways.
157
Signature of Tenderer Signature of Accepting Authority
6.0 Longitudinal level of Track :
The longitudinal level of the track shall be in accordance with the gradients as indicated in L-
Section supplied by Engineer-in-Charge. Gradient posts at each change of gradient shall be
provided as per approved design and shall be engraved with the values and arrow indicating rise
or fall as the case may be, on both faces with figures in black on white back ground.
7.0 Kilometer & Gradient Posts :
RCC kilometer & Gradient posts as per approved drawing shall be casted and fixed at each
kilometer/Point of change of gradient on cess and number engraved on both faces and surface
painted with white and engraved figure written with black.
8.0 Ballasting :
i. Once the central line and level pegs have been provided, the ballast should, on clearance by the
Engineer in charge/ his authorized representative, be lead out from the stacks and spread on the
track formation. The ballast layer shall be consolidated by running of heavy rollers (5-10 tonne)
and CBR minimum Value of 5 tested. The ballast cushion which is to be finally achieved shall
be 300 mm. After linking the track, lifting as may be required, will have to be done to achieve
specified ballast cushion below the sleepers. The profile of ballast, finally to be provided shall
be as per IRPWM Para 263, for SWR. All these works form a part of the item of track linking
and hence nothing extra shall be payable over and above the item rates.
ii. On all flat top, arch and pre-stressed concrete girder bridges with deck slab, where guard rails
are not provided, the whole width of the bridge between the parapet walls shall be filled with
ballast up to the top of the sleeper level.
iii. The payment for supply of ballast will be made on the basis of stack measurement of ballast
without deduction for any shrinkage, as laid down in RDSO specifications, June 2004. The
measurement and passing of ballast in stacks shall be done by Engineer-in-Charge as per RDSO
specifications.
9.0 Concrete Sleepers:
i. Concrete sleepers are very heavy and prone to develop cracks / chipping, if handled roughly.
Manual handing of these sleepers is, therefore, not desirable. The sleepers directly received at
site through road trucks shall be unloaded using mechanical gantries/cranes, whereas those
received on railway BFRS/ other rolling stock, shall be unloaded through cranes/mechanical
unloading equipment. One such device is Jib crane attachable to BFR/BRH for handling
concrete sleepers and PSC turn out sleepers. The shifting of sleepers shall be done using slings
which should lift the sleepers through hooks fixed to inserts.
ii. Unloaded sleepers shall be kept at site of placement, properly supported underneath.
iii. On the ballast already laid and consolidated PSC sleepers 60 kg to RDSO drg. No T-2496/
sleepers or specified sleepers for curves/points & crossings etc. shall be laid at spacing and
orientation. All care be taken in handling the sleepers so as to avoid breakage. The sleepers on
plain track shall be laid to the sleeper density @ 750 mm c/c. The sleeper spacing at welded
joints shall be the same as intermediate sleeper spacing as per para 244 (h) of IRP WM. No
damaged sleepers will be accepted.
iv. To get proper track alignment, it is necessary that the centre line of the sleepers coincide with
the centre line of the alignment marked.
158
Signature of Tenderer Signature of Accepting Authority
v. Greasing of Elastic rail clips and MCI / SGCI Inserts :
All the Elastic rail clips and inserts fixed in the concrete sleepers shall be thoroughly cleaned and
grease to I.S. specification I.S.: 408–1981 (Specification for Grease No. ―O‖ Graphited) should
then be applied on the central leg of ERC and eye of the insert and then the clip be driven at the
time of assembly of the rail with the sleeper as per provisions of para 1411 (5) (a) of IRPWM. All
the aforesaid items of work are included in the item rate and nothing extra shall be payable on this
account.
10.0 Rails:
10.1 a) UIC 60 kg new rails I U Rails required for track linking of siding/ loops / spurs shall be
arranged by CONCOR/IRCON ISL at any suitable location in the Work Area, from where the
contractor shall lead the rails for use on the work at his cost. The rails will be supplied to the
contractor free of cost, except rails required for points and crossings and glued joints which are
included in the item rate and will, therefore, be arranged by the contractor at this own cost.
b) For check rails at level crossings and guard rails at bridges one section lower than running
rail as also for miscellaneous use like rail posts etc., Industrial use rails shall be procured by
the contractor at his cost and brought to site for use on the project. This work shall be paid
under relevant items of schedule of rate.
c) Similarly track fittings including fittings for points & crossings and check rails at level
crossings shall be procured by contractor at his cost and appropriate storage of the same at
any suitable location in the Work Area, from where the contractor shall lead the fittings for
use on the work at his cost.
d) The rails and other fittings as required for the work shall be lead to site of actual laying in
track by any means convenient to the contractor depending upon the site conditions either by
head lead or other means and be placed at places where these are to be laid. The rails shall be
adjusted in pairs along the alignment on the cess. The contractor will remove kinks from each
rail, if any, with the help of Jim Crow, etc. Handling of rails shall be done as per Manual of
Instructions on Handling of Rails – July 2000, issued by RDSO.
e) Single rails so brought to site shall be converted into 3 rail welded panels as required by
Short Pre Heat process of Alumino Thermic Welding by the contractor at his own cost.
f) On curves, cutting of rails on inner rail will be required to be done so as to keep the rail
joints square / with in the permissible tolerances as detailed in para 424 of Indian Railway
Permanent Way Manual. The joints have to be within the tolerances as laid down in Para 16.2
of these specifications.
g) The cutting of rails, where required shall be done using Abrasive rail cutting Machines and
the holes drilled with rail drilling machines approved by Railways. All the holes drilled in rails
shall be chamfered using approved chamfering kit in terms of para 251 (5) of IRPWM.
Handling of rails shall be done carefully (so as to avoid any damage to them) as per ‗Manual of
Instructions on Handling of rails- July 2000, issued by RDSO.
159
Signature of Tenderer Signature of Accepting Authority
10.2 Welding of Rail Joints:
a) The rail joints shall be welded with Alumino Thermic welding of rail joints by short pre-heating
(SKV) process to IR Specification no. T-19-2012 as detailed in RDSO ‗Manual for Fusion
welding of Rails by the Alumino, Thermic Process „Reprint 2006‟ with up dated
amendments.
b) The Welding shall be got done only from approved portion manufacturing firms with portions,
consumables, equipment and RDSO certified welders/welding supervisors.
c) The portion shall conform to IRS specification no T 19-2012.(para 4.2.1 of AT welding
Manual).
d) For field welding of rail ends provisions of para 4.4 to 4.10 of the ―Alumino Thermic Welding
Reprint 2006, referred above shall be followed. Post welding operations shall be carried out
as per para 5 and tests as per para 6 of the aforesaid manual. Sample tests of welds done shall
be carried out as per para 7 of AT Welding manual.
e) The finishing tolerances of the weld must conform to provisions of para 5.4.2 indicated
below -
Vertical alignment: Variation not more than +1.00 mm, -0 mm
measured at the end of 1.0 metre straight edge.
Lateral alignment: Variation not more than ± 0.5 mm measured at the centre of 1.0
metre straight edge.
Head Finishing: top table surface: + 0.4mm, - 0 mm, measured at the end of 10 cm
straight edge
Head finish on sides: ± 0.3 mm over gauge side of rail head measured at the centre on 10
cm straight edge.
f) While welding, adequate precautions as laid down in para 9 of the Manual shall be
followed.
g) The contractor as per para .6.4 of the Manual shall replace Welds found defective.
h) Flame cutting / gas cutting of Gr. 880 rail ends for welding them is not permitted. Rail ends
for welding shall be cut by abrasive disc cutter as laid down in para 3.3 (vi) of A.T.
Welding Manual.
i) All Thermit welds shall be ultra sonically tested by the contractor at his cost. The contractor
shall remove all welds found defective either in ultrasonic testing or any other tests or
failure of welds or welds found defective on any other account, by cutting the rail on both
sides of the defective weld including the heat effected zone, and then welding the rail joints
so created. In certain locations, two welds may have to be done to replace one defective
weld. All these works of replacement of defective welds including all materials, equipment,
machinery and labour etc. shall be done by the contractor at his cost.
j) Alumino Thermic Process issued by RDSO shall paint all Thermit welds as per para 5.7 of
Manual for fusion welding of rails.
k) Guarantee against failures: All the rail joints welded by Thermit welding technique shall
be guaranteed against failure for a period of twelve months from the date of commissioning
of project (para 7.3 of Manual for Fusion welding of Rails by the Alumino, Thermic Process
160
Signature of Tenderer Signature of Accepting Authority
‗Reprint 2006‘ is modified for this project). Any such welded joint which fails within the
guarantee period be re-welded free of cost by the contractor as per stipulations of para – 6.4.
l) The acceptance tests required for accepting the Thermit welds shall be as per para 6 and 7 of
Thermit welding manual.
m) Sample test joints:
i. One out of every 100 joints welded, shall be selected at random by the purchaser or by the
inspecting officer with in one month of welding and subjected to hardness, transverse load /
deflection tests and porosity as per clause 4.2 of IRS: T – 19 – 1994.
ii. If the sample test joint fails to satisfy any of the requirements of specification IRS: T – 19 –
1994, Engineer-in-Charge will be at liberty to suspend further welding. However, two more
randomly selected joints from the same lot of 100 joints shall be subjected to re-tests as per
clause 4.2 of IRS: T – 19 – 1994. Both the joints should clear all the tests. If this report is
also not satisfactory, further welding of joints shall be suspended until the firm‘s welding
technique has been examined and the same satisfies the requirement of clause 4 of IRS: T –
19 – 1994. The Engineer – Charge, shall give the clearance for re-commencement of
welding.
10.3 Short Welded Rails:
a) The laying and maintenance of Short welded rails shall conform to provisions of para 505 to
510 of Part ‗B‘ of chapter V of IRPWM. Special care shall be taken to provide expansion gaps
at fish plated joints as per IRPWM, para 508 table 1 for initial laying and para 510(3), table II
for maintenance.
The fishing planes of fishplates and rails shall be lubricated with a paste of workable
consistency (Plumbago and kerosene oil) in the proportion (Plumbago (Dry Graphite) 3 kg
.to Kerosene oil (2nd quality)-2lits.).
Black or reclaimed oil shall be used for lubrication of fish bolts and nuts. The contractor at
his own cost shall arrange the material for lubrication of joints and no extra payment to him
shall be made on this account.
11.0 POINTS & CROSSINGS:
a) Turnouts and traps shall be laid on PSC sleepers as per RDSO design. Relevant drawings are
detailed below:
S.No Layout Layout Switch sub-
assembly x-ing sub-
assembly Sleepers
1 1 in 8 ½, UIC 60 kg curved
switch 6400 mm, CMS x-
ings, PSC sleepers, fan
shaped design.
T-4865 T-4966 T- 4967 RT-4512 (2 nos.) &
RT-4793 to 4844
(0ne each)
2 1 in 12 UIC 60 kg curved
switch 10125 mm, CMS x-
ings, PSC sleepers, fan
shaped design.
T-4218 T-4219 T-
4220/5860/1
RT-4512(1) T-4513
to 4594 (0ne each)
2. Derailing switches (Trap
Points) UIC 60 Kg, 6400
mm, BG on PSC Sleepers T-6068
T- 4966/2
(Tongue &
stock rails)
T-4512 (2 Nos.) T-4793 to T-4812
(one each)
161
Signature of Tenderer Signature of Accepting Authority
b) The sleepers under the turnouts shall be laid at correct angle as shown in the relevant drawings.
Summarized position is given below:
S.No. Disposition of sleepers
Sleeper number to be laid Remarks
1 in 81/2
T.O.(Sleeper No).
1 in 12
T. O. (Sleeper No).
1.
Sleepers under switch which
are to be laid perpendicular
to main line
1 to 13
1 to 20
While laying
sleepers, ends
with RE
marks shall
be kept 2.
Sleepers to be laid at half
the angle of inclination of
outer lead rail with Main
Line at that location.
14 to 41 21 to 64
3.
Sleepers to be laid
perpendicular to the central
line of x-ing
42 to 54 65 to 83
Note: On the approaches of the turnout, 5(five) approach sleepers shall be laid as per RDSO
drawing No. T-4786 – 4790 (one each) to smoothen canting of rails. Similarly on both the
exits of the turnout, 4 exit sleepers to RDSO drg No.RT-5471 to 5474 shall be laid. Similarly
on approach of Derailing Switch five sleepers to Drg. No. T-4786 to T-4790 (one each) and four
exit sleepers to Drg. No. T-5471 to T-5474 (one each) shall be provided.
c) All the points & crossings including trap points shall be supplied complete including all parts (sub assemblies), lead
rails, all fittings and sleepers including approach and exit sleeper.
d) All the points and crossings shall be laid at correct locations and alignment and correctly linked as per the relevant
drawings and specifications and as directed by the site engineer.
e) Transport of sleepers
While transporting PSC Points and crossing sleepers, the loading and unloading shall be done
carefully as per para 1413 (1) and (2) of IRPWM so as to avoid damage to them.
f) Laying Turnouts:
i. The turnout shall be linked at proper location on properly prepared ballast bed. They
should be properly connected with the approach tracks on all sides.
ii. The instructions as laid down in 1413 of IRPWM shall be followed while laying PSC
points and crossings.
iii. The turn in curve of the turn outs shall conform to provisions of para 410 of IRPWM.
The ballast profile of turn in curves (wider width on out side) shall be as per Annexure
2/13 para 263 of IRPWM.
iv. After linking in position, the turnouts shall be correctly aligned and leveled to design L-
section.
12.0 Bridges:
a) The rail joints on girder bridges with opening less than 6.1m shall be avoided. For other
spans, the preferred position of rail joints is at 1/3rd
of span from either end as per para
272 (3) of IRPWM).
162
Signature of Tenderer Signature of Accepting Authority
b) Guard rails shall be provided on all bridges which have a single span of more than 3
meters as per para 1.5 of these conditions. The contractor may use Industrial Use
rails for fabricating guard rails of one section lower than running rail.
c) The design of guard rails on the bridge and its approaches shall be as per para 275(2) of
IRPWM.
d) PSC sleepers to RDSO drg no T- 4089 to Drg. No. T-4097 with complete fittings as
shown in the drawings, shall be used on ballasted deck bridges with guard rails and their
approaches. The fixing of guard rails shall be done as per RDSO drg no T- 4088 to Drg.
No. T-4097 as per para 275(3) of IRPWM, CS No. 102 dated 29.05.2007. M.S. flat/ tie
bars for tying PSC sleepers together at ends is not required ( CS No. 102 dated
29.05.2007 to IRPWM).
e) Gang path as per para 276 of IRPWM, shall be provided on the sleepers on the bridge
only in case of unballasted girder bridges.
13.0 Level Crossings:
a) Track on level crossings shall be laid as per RDSO drg. No T-4148 with UIC 60 kg
running rail and 52 kg check rails as per RDSO Drg complete with fittings. The
parameters laid down in Annexure 9/1 of para 904 of IRWM shall be followed.
b) Coal tar shall be applied on running rails and guardrails to prevent corrosion.
c) Asphalting of road surface between gate posts to full width of road on level crossings shall
be provided by the contractor at his cost. The road shall be provided complying with
instructions contained in items 12 to 15, of Annexure 9/1 para 904, Chapter IX of IRPWM.
d) Gate posts as per approved design, made out of 52 kg Industrial Use rails shall be provided
at the level crossing to hold the chain.
e) Whistle boards (W/L), Stop boards etc. shall be provided for the approaching trains at a
distance of 600m and 30m from the level crossing respectively. Similarly, LC indicator
boards and Speed breaker indicator boards shall be fixed on the road approaches as per
IRPWM para 916.
14.0 Glued Joints: Glued joints duly manufactured as per design shall be brought to site by the contractor
and laid at locations as per directions of the engineer. After laying at site the ends of the
glued joints shall be welded as directed by the site engineer.
15.0 Follow up Packing:
15.1 First Packing:
a) First round of packing shall then be carried. It is important that the contractor carries out
packing operations very cautiously as the PSC sleepers are, otherwise, likely to get
damaged. For this purpose, wooden beaters/ blunt ended crow bars may be used for
packing the sleepers. In any case, the contractor has to avoid damage to sleepers at all
costs.
b) The track shall be lifted to the correct profile and brought to correct
Alignment as directed by the Engineer‘s representative.
c) The sleepers shall be well packed with ballast under them, taking care that the sleepers
are not damaged during packing. For packing the PSC sleepers, adequate quantity of
ballast shall be provided throughout the length of the sleepers.
163
Signature of Tenderer Signature of Accepting Authority
d) Stone ballast from the stacks along the alignment shall be lead and dumped over the
track to correct profile as indicated in para 263 of ‗Indian Railway Permanent Way
Manual reprint of 2004‘ and as directed by the Engineer or his representative.
e) Correct track parameters ie. Gauge, alignment of rails, square ness of the sleepers,
longitudinal and cross levels, expansion gaps at rail joints etc. shall be achieved as
directed by the Engineer‘s representative.
15.2 Second packing:
a) After the First packing, a gap of 2/3 days be given and effort shall be made to roll the
track with a locomotive/ other rail vehicle, if available. IRCON ISL/ CONCOR shall try
to arrange run of a locomotive for this purpose, free of cost. However, this may or may
not be possible and the contractor can not put a claim on this account. Before such a
run, it is, essential that the contractor brings all track parameter in a satisfactory
condition so as to allow such rolling without affecting safety of such rolling stock/track
for which the contractor shall be solely responsible. If this is not possible, the contractor
should, at his own arrange a run of any other loaded vehicle/ lorry etc. at his cost, to
carry out whatever rolling and consolidation is possible under the circumstances.
b) The joint and shoulder sleepers shall be adjusted to correct spacing and alignment before
the Second round of packing.
c) During this packing the alignment and levels of track, points and crossings, level
crossings, bridges etc. shall be brought to designed value. Similarly curves shall be
adjusted to designed alignment, levels and proper super elevation shall be provided at
them as per design.
d) The ballast section shall be dressed as directed by Engineer‘s representative to uniform
height and width with correct side slopes.
15.3 Third and Final Packing:
a) Again, a gap of 2/3 days be given and effort shall be made to roll the track with a
locomotive/ other rail vehicle, if available. IRCON ISL/ CONCOR shall try to arrange
run of a locomotive for this purpose, free of cost. However, this may or may not be
possible and the contractor cannot put a claim on this account. If this is not possible, the
contractor should, at his own arrange few runs of any other loaded vehicle/ lorry etc. at
his cost, to carry out maximum possible rolling and consolidation.
b) On this round of packing, the track should be brought to required alignment, level,
gauge etc. as enumerated in these specifications. The track shall be opened for the
traffic after the aforesaid packing (Third packing). It is, therefore, essential that the
contractor brings all track parameters in a satisfactory condition so as to allow specified
speed (unless such a speed is not permissible due to curves or any other restraints as
decided by the Engineer in charge of the work).
c) In case the contractor fails to achieve specified track tolerances, the contractor shall
have to carry out additional manual packing as required but in any case he has to
achieve the specified track tolerances. The cost of all such packing‘s shall be entirely on
contractor‘s account.
d) Any sleeper which has been shifted from correct spacing or gone out of square shall be
moved back and squared after loosening the fastenings, care being taken not to damage
the PRC Sleepers while slewing the sleeper. The fastenings shall be tightened again
after squaring.
164
Signature of Tenderer Signature of Accepting Authority
e) The joint and shoulder sleepers shall be specially checked and adjusted. The ballast
section shall be dressed neatly as directed by Engineer‘s representative to uniform
height and width with correct side slopes.
f) The ballast section shall be dressed as per the specified ballast profile for plain track,
curves, bridges, level crossings, bridges etc.
g) The final work shall be accepted only when it complies with the technical specifications
and drawings as mentioned in these documents.
16.0 Specifications for Finished Work:
16.1 Ballast profile:
a) The ballast profile should be in conformity with para 263 of IRPWM and brought to
specified section, as directed by the IRCON ISL representative.
b) The ballast cushion shall be checked at three places in each km at random locations (these
locations shall be recorded) and the average value shall be considered for acceptance.
c) The expression ―Ballast Cushion‖ wherever used in these specifications, shall mean depth
of clean layer of ballast below the bottom of sleepers and above the finished top of
formation, measured under the rail seat of the sleeper.
d) The specified ballast cushion (in this case 300 mm) means depth of clean layer of ballast
below the bottom of sleepers and above the finished top of formation, measured under the
rail seat of the sleeper.
16.2 New Track Tolerances:
The new track shall conform to the following standards. The track measurements should be taken
in floating conditions.
S.N Track Parameter Items for measurement Max variation
acceptable
1 Gauge
1.1 Variation (refer table
of para 607, (1) item
(3)IRPWM
Gauge.
1673 mm 3mm
1.2 Para 316(2)IRPWM.
Gauge-Sleeper to sleeper
variation
± 2mm
2 Expansion Gap at rail
joints #
Maximum deviation from the
prescribed gap (Average gap
worked out by recording 20
successive gaps)
± 2mm
3 Joints # Low joints not permitted.
High joints not more than
Maximum out of Square-ness
of joints on straight.
Maximum out of squareness of
joints on curves
---
2mm
±10mm
½ pitch of fish bolts
holes.
4 Spacing of Sleepers # With respect to theoretical spacing ± 20mm
5 Cross level To be recorded on every 4th
sleeper ± 3mm
165
Signature of Tenderer Signature of Accepting Authority
6 Alignment
On straight- IRPWM,
para-607 (2) (1)a)
On curves,
IRPWM, para-607
(2)(1)b)
On straight on 7.5 m chord
On curves - variation over
theoretical versions.
(on curves station to station
variation in version shall not be
more than 10mm)
± 5mm*
± 5mm**
*Values up to 10mm
can be accepted at
few isolated
locations.
** Values up to
7mm can be
accepted at few
isolated locations.
7 Longitudinal level # Variation in longitudinal level
with reference to approved
longitudinal sections.
50mm
8
Uneven ness
IRPWM, table of
para-607 (1) item (1)-
B cat track.
Unevenness (variation in
longitudinal profile of track as
measured on 3.6 m chord at the
centre)
not more than 6mm,
values of 10 mm can
be tolerated at few
locations
Note: 1 . # For these items refer para 316 (2)of IRPWM.
2. In item 6 isolated locations mean not more than 10 in a km.
17.0 Maintenance /Defect liability period:
i. The maintenance of all assets / works of the project handed over to the contractor by client /
constructed by the contractor will be the responsibility of the contractor, during the period
of construction.
ii. After completion of the works, the contractor shall maintain all assets for a period of twelve
months from the date of completion of the works. No Payment shall be made for this work.
During this period the contractor shall carry out the following activities at his cost:
a) Maintenance and repairs to formation, cess and slopes of banks/ cuttings to proper
profile.
b) Cleaning and repairs to drains including cleaning of water ways of the bridges.
c) Maintenance of ballast profile to designed section including recoupment of deficiency, if
any.
d) Maintenance and repairs to track, as required, to keep the track parameters within the
limits as specified in Para 18
e) Replacement of missing/ defective/ ineffective fittings and keeping all fittings in proper
position and fully tight.
f) Maintenance and adjustment of expansion gaps at rail joints as laid down to keep the
joint gaps within the range as specified in para 510(3) of IRPWM.
g) Maintenance of track on bridges, level crossings and points and crossings as per design.
The track parameters during maintenance period shall be maintained within the
parameters as laid down in para 18
h) Maintenance of all civil works including road, equipment, and fixtures/ fittings etc. at
level crossings.
166
Signature of Tenderer Signature of Accepting Authority
i) Maintenance of station yards, fouling marks, all name boards, indication boards and all
track indicators painted on rails/ boards etc. to a satisfactory condition.
iii. The contractor shall be responsible for rectification of defects arising out of defective work
man-ship/ defective materials for this period of twelve months from the date of completion
of the work and shall be responsible for replacement of all defective materials and for
rectification of all defects at his own cost. The assets shall be handed over to Engineer-in-
Charge of IRCON ISL / CONCOR at the end of the maintenance period as per stipulations
given in Technical Specifications.
18.0 Handing over of track by the contractor to IRCON ISL/ CONCOR on completion of
Maintenance period of twelve months:
i. On expiry of the maintenance period of Twelve months after completion of works, the
works shall be handed over by the contractor to IRCON ISL/ CONCOR along with all
warranties of materials and record of project detailed in GCC/ Special Conditions of
Contract.
ii. The contractor shall hand over the assets constructed in proper condition as indicated below
-
a) The formation, cess and slopes of banks/ cuttings in standard profile.
b) All the drains in proper condition and profile, well cleaned and functional.
c) The ballast profile of the track as per the designed section including recoupment of
deficiency, if any.
d) All track fittings in proper condition and effectively placed in position. There should be no
missing fittings.
e) The expansion gaps at rail joints within the range as laid down in para 510(3), table-II of
IRPWM.
f) The track on bridges, level crossings and points and crossings as per design and properly
maintained.
g) Level Crossings – All equipment, fixtures/ fittings etc. at level crossings in proper shape
and complete.
h) The station yards, fouling marks, all boards, indication boards and all markings on track
properly painted on rails/ boards etc. as specified and in a satisfactory condition.
iii. Not withstanding track parameters as detailed in para 16 above, which must be
achieved after final round of tamping/packing and completion of the work, the track
parameters at the time of handing over of assets on completion of defect liability period of
twelve months, shall be within the following limits :
a) Gauge: on straight: + 6 mm of 1673mm normal gauge
(Para 224 (ii) (e) (v), Table–item (a) IRPWM)
On curves:
(Para 224(ii)(e), (v), Table –item (b and c) IRPWM)
Radius 440 m or more: -6 to +15mm of normal gauge.
Radius less than 440 m: up to +20mm of normal gauge.
b) Expansion Gaps:
167
Signature of Tenderer Signature of Accepting Authority
Average expansion gap worked out by recording 20 successive gaps: shall fall within the
range of expansion gaps as specified in para 510(3) of IRPWM (table II).
c) Square-ness of joints on straight : + 10 mm
d) Spacing of Sleepers with respect to theoretical spacing : + 20 mm
e) Cross levels: To be recorded at every 4th
sleeper : + 3 mm
f) Alignment:
On straight on 7.5 m chord: + 5 mm, values up to 10 mm could be tolerated at few
isolated locations. (Para 607 (2) (i) (a) of IRPWM).
On curves: variation over theoretical versions: + 5 mm, values up to + 7 mm could be
tolerated at few isolated locations. (para 607 (2)(i) (b)of IRPWM)
g) Longitudinal Level / un- evenness (3.5 m chord): 10 mm in general and 15 mm at isolated
locations. (Para 607 (2) (vi) of IRPWM)
h) Variation in longitudinal alignment with reference to approved longitudinal section: 50
mm.(Para 316 (2) Table item (g) of IRPWM).
Notes:
a) Isolated locations mentioned above mean not more than 10 locations in one kilometer.
b) Measurements are to be taken in floating condition on the specified chord length as a
version at the centre of the chord.
c) In case the above parameters are not achieved, the track shall not be taken over and the
contractor shall attend to track and bring it to the aforesaid parameters at his own cost.
Maintenance certificate shall be issued by the Engineer-in-charge only after these
parameters are achieved by the contractor.
168
Signature of Tenderer Signature of Accepting Authority
169
Signature of Tenderer Signature of Accepting Authority
170
Signature of Tenderer Signature of Accepting Authority
171
Signature of Tenderer Signature of Accepting Authority
172
Signature of Tenderer Signature of Accepting Authority
173
Signature of Tenderer Signature of Accepting Authority
174
Signature of Tenderer Signature of Accepting Authority
175
Signature of Tenderer Signature of Accepting Authority
176
Signature of Tenderer Signature of Accepting Authority
177
Signature of Tenderer Signature of Accepting Authority
178
Signature of Tenderer Signature of Accepting Authority
GENERAL & TECHNICAL SPECIFICATIONS FOR ELECTRICAL WORKS
1. Scope of work includes as under:-
a) Supplying and providing electrical fittings in ware-house.
b) Supplying and providing wiring for internal points etc.
c) Cabling and earthing
2. As per site conditions the quantity indicated against each item may vary or some of the items may
be deleted for which contractor will not have any claim whatsoever. In view of above tenderers
should quote their rate against individual items carefully.
3. The contractor shall have to provide necessary equipments for carrying out field tests at his own
cost for which no extra payment will be made
4. The contractor shall have to engage at least one sufficiently experienced Diploma Holder in
Electrical Engineer during the execution of the work
SPECIAL CONDITIONS:-
The following Special Conditions are supplement to the special tender conditions and instructions to
tenderer, Tender Agreement Form and General Conditions of Contract and should be considered as
part of the tender documents. Wherever the provisions of these conditions are at variance with the
―Special Tender Conditions and Instruction to Tenderer, Tender Agreement Form and General
Conditions of Contract‖, the conditions stipulated in this document shall only prevail upon.
1. The work shall be carried out by approved Electrical contractor of appropriate class bearing license
strictly in conformity with the CPWD General Specifications of Electrical work (Part-I) for Internal
& (Part-II) for external electrification and as per Indian Electricity Rules in force as amended upto
date.
2. All inter-connections on the main board and distribution boards shall be done with suitable size of
cables drawn in conduits and end-terminating with appropriate lugs/thimbles.
3. M.S/C.I. Junction boxes shall be used for junction of conduits as per direction of Engineer-in-charge.
These will not be measured separately but shall be measured in all directions alognwith the length of
conduits.
4. In case of composite contracts wherein electrical work form a part of the composite work, the main
contractor shall ensure that the electrical works are executed by a sub-contractor (who shall be
approved by tender accepting authority) having appropriate registration for electrical work of this
magnitude and processing prescribed Electrical license for undertaking such works- Names of the
party(ies) should be indicated and get approved from CONCOR/RITES.
5. Switch boards shall be dust and vermin proof, metal clad, sheet steel enclosed factory assembled,
prewired, 4 wire, 50 Hz system. The tenderer shall submit literature, general arrangements and
dimensioned drawing, wiring and schematic drawings along with offer. The switch boards shall be
subjected to routine tests in their assembled forms at the manufactures works and test certificates
shall be submitted.
6. All the material required to be used in the work should be got approved from CONCOR/ Consultant.
7. The Contractor shall submit to CONCOR/Consultant detailed layout plans and schematic diagrams
showing layout of cables and other accessories. He shall undertake the work only after their approval.
8. Where not specified, the switch or regulator boxes shall be made of G.I. or M.S.Sheet of 2mm
thickness or as per B.O.Q. The Clear depth of G.I or MS box shall be 100mm in case of fan point and
shall be increased when required to accommodate fan regulator in flush pattern. The switch box for
light and power points shall be recessed pattern and conduit terminating in the box would be done by
giving suitable bends
179
Signature of Tenderer Signature of Accepting Authority
9. The continuous and effective earthing arrangement should be provided and all the Earthing points of
pin sockets should be suitably connected to the earth with copper wire of 8 SWG or equivalent metric
size if used shall be more than 2.00mm in dia
10. The phenolic laminated sheet covers of approved make shall be fixed on the switched boxes. The
thickness of laminated sheet cover shall be 3mm
11. Only cadmium plated round head screws with flat washers shall be used
12. Material used shall conform to relevant Indian Standard Specifications and code and with ISI
marked.
13. Bad workmanship in the opinion of CONCOR/Consultant shall not be accepted and it will be redone
at Contractor‘s cost.
14. The contractor shall submit as made drawing of entire electrical installations in detail on relevant
tracing paper along with 6 sets of blue prints.
15. The tenderer may please note that while executing the work he shall maintain close co-ordination
with State Electricity Board or any authority and should execute the work as per their specifications
and rules in force.
He will be responsible for submitting necessary documents, drawings and schematic diagrams to the
authorities for obtaining their approval. Only official fee, if any, paid shall be reimbursed by
CONCOR on production of receipt.
Necessary test reports shall be furnished to the Competent Authority for obtaining their approval
before the installation is energized.
16 Measurement
16.1 All work will be paid at the accepted rates on the basis of actual measurement taken.
16.2 Measurements shall be made according to the CPWD standard specifications.
17. In case of any dispute regarding interpretation of any of the above quoted clauses, decision of
CONCOR will be final and binding on the contractors
180
Signature of Tenderer Signature of Accepting Authority
ELECTRICAL SPECIFICATIONS:
All the internal and external electrification work shall be carried out as per latest CPWD
specifications latest.
1. LIGHT FITTINGS: LED High bay system: 90 watt or more, LED type single chip Board Module, System output lumen
more than 7500 lumen, optics lens, Heat sink active heat sink with synjet Technology, weight < 4 kg
(easy maintenance & Handling), driver efficiency > 85%, operating voltage 160-277VAC, THD <
15%.
The supply to external fittings shall be from Sub Distribution Board (SDB) using 6 Sq.mm aluminum 2
core PVC cable. The switches for the fittings shall be weather/water proof with suitable rain protection
out-door box having locking arrangements and shall be outside the warehouse.
2. POWER SUPPLY TO WAREHOUSE:-
Main cable from LT panel in substation shall feed supply to main distribution board 3.5 core, 185/70
square mm XLPE armourned PVC sheathed power cable, grade 1100 volts with aluminum conductor
conforming to IS-7098 (Part-I) or its latest revision shall be lead along the wall/underground and also
crossing the existing tracks with suitable junction boxes made of 16 SWG M.S sheet with clamps
suitable for cable termination.
3. SUB DISTRIBUTION BOARD:-
TPN Distribution board shall be factory made of approved make and consist of mountings MCBs,
RCCB etc. as given in the relevant BOQ items.
4. M.S CONDUIT WIRING:-
MS Conduit shall be Electrical Resistance Welded (ERW) 16 SWG 20/25 mm dia. black stove
enameled manufactured as per IS specifications. Tests shall be carried out as per relevant IS
specifications, I.E Rules and regulations. All standard accessories shall be used such as Junction Box,
Inspection bend, coupling etc. G.I saddle and M.S spacer of required size shall be used and spacer can
be welded to M.S columns or any other method of fixing may be used with prior approval.
5. APPROVED LIST OF MATERIALS/EQUIPMENTS/ACCESSORIES
Sr.
No. Brief Description of Material Name of Approved Makes
1 COPPER CONDUCTOR PVC
INSULATED WIRES
FINOLEX/HAVELLS/ POLYCAB/ KEI/
GEMSCAB
2 TELEPHONE / T.V. Cables DELTON/ FINOLEX/HAVELLS/
POLYCAB/ KEI/GEMSCAB
3 TELEPHONE & T.V.
ACCESSORIES/SWITCH/SOCKETS
NORTH-WEST/ LEGRAND/ ABB/ MK/
HAVELLS/ MDS/L&T
4 INDUSTRIAL SOCKETS & PLUGS L&T/ SIEMENS/ SCHNEIDER/
181
Signature of Tenderer Signature of Accepting Authority
CROMPTON/ LEGRAND/ HAGER
5 LIGHT FIXTURES PHILIPS/ BAJAJ/ CROMPTON/
6 LT CABLES FINOLEX/ HAVELLS/POLYCAB/
KEI/GEMS CAB
7 CAT - 6 CABLES DELTON/ FINOLEX/HAVELLS/
POLYCAB/ KEI/GEMS CAB
8 CABLE GLANDS COMMET/ STEPWELL/ BRACO/
DOWELLS
9 LUGS DOWELLS /JAINSON
10 TELEPHONE TAG BLOCKS MK / CLIPSAL / LEGRAND
11 MODULAR RANGE OF
SWITCHES, SOCKET
HONEY WELL / LEGRAND /
CRABTREE / HAVELLS/GE/MK/ABB
12 CEILING FANS CROMPTON GREAVES/ HAVELLS/
KHAITAN/ BAJAJ
13 EXHAUST FAN CROMPTON GREAVES/ KHAITAN/ GE/
HAVELLS
14 MCCB SCHNEIDER/ SIEMENS/ HAGER/ ABB/
LEGRAND/ L&T/ GE/ HAVELLS
15 MCB-DB's, MCB, ELCB MCB-
ISOLATOR, RCCB etc.
SCHNEIDER/ SIEMENS/ L&T/ ABB/
LEGRAND/ HAGER/ MDS
16 POWER CONTRCATORS L&T/ ABB/ SIEMENS/ SCHNEIDER
17 MEASURING INSTRUMENTS AE/ MECO/ KAPPA/ L&T/ ABB/
NEPTUNE
18 INDICATING LAMPS SIEMENS/ MECO/ L&T/ VAISHNO/ AE
19 PROTECTION RELAY SIEMENS/ ABB/ L&T/ ALSTOM/ GE
20 CFL OSRAM/ PHILIPS/ WIPRO/ CROMPTON
GREAVES
21 LED FITTINGS ORIENT/CROMPTON/BAJAJ/PHILIPS/G
OLDWIN/SYSKA/HAVELLS
22 METAL CLAD SOCKET OUTLET LEGRAND/ GE/ L&T/ MDS/ HAVELLS
23 GI PIPE TATA/JINDAL
24 SPLIT AIR CONDITIONERS/VRV DAIKIN/BLUESTAR/HITACHI/VOLTAS
182
Signature of Tenderer Signature of Accepting Authority
/CARRIER
25 FIRE ALARM & DETECTION
SYSTEM
NOTIFIER/HONEYWELL/TYCO/SYSTE
M SENSOR
26 Music System AHUJA/PHILIPS/NATIONAL
PANASONIC
Note:
Above makes of equipment are approved subject to their meeting the specifications. The contractor,
however, shall seek approval of specific make from Engineer In-charge before commencing the work.
The decision of Engineer in-charge shall be final and binding on the contractor in this respect.
Items that are not covered in the above list and are required for execution shall be procured with the
approval of Engineer Incharge. The decision of Engineer Incharge shall be final and binding on the
contractor in this respect.
6. Switches:-
6.1 Switches piano type flush 5/15 Amps, 220/250 volts conforming to ISS-3854/1996 or its latest
version.
6.2 Miniature Circuit Breaker, Single Pole, 220/250 Volts, AC 50 Hz. 5 to 30 Amps rating having
robust mechanism and heat resistant moulded case with flush and surface mounting, conforming to ISS
8828/1978. The MCBs shall have a short circuit breaking capacity of 9 KA or more.
7. Sockets Outlets:-
Three Pin Socket outlet (two pole & earthing pin) of 5/15 Amps, 220/250 volts rating flush type
conforming to ISI-1293/1967 or its latest revision.
8. Conduit Pipe:- Steel Conduit Pipe screwed, seamless 2 to 3 metres long, nominal required size, confirming to relevant
IS for its latest revision. Only ISI marked are acceptable.
9. Earthing Electrodes:-
G.I Pipe earthing electrodes shall be provided strictly as per CPWD specification.
(4.5 M GI Earth Electrode is not applicable neither practically nor mentioned in the IS-3043).
Hence, this item should be clarified with approved drawings of IS-3043 & CPWD.
Remarks: Needs to e rectified.
Cables:-
10.1 Installation of cables:-
It should be ensured that no cable with kinks or similar apparent defects like defective armouring shall
be installed.
10.2 Provision of BIS -1255.1983 should be followed in general for laying and for installation of
cables, code of practice for laying of cables should be followed.
183
Signature of Tenderer Signature of Accepting Authority
10.3 The route of the cable should be decided before the work of cable laying is undertaken. It
should be got approved from the Engineer-in-charge. A proper drawing showing the route of the cable
should be prepared and got approved before hand and should be preserved as proper record for
posterity.
10.4 Care should be taken to avoid the corrosive soil, ground surrounding, sewage effluent etc. In
case it is not possible to avoid such like corrosive soil etc. proper protection of the cables should be
ensured for avoiding deterioration at a later stage.
10.5 As far as possible the alignment of cable should be decided taking into consideration the
present and further requirement of other services like water supply, sewage, tele communication etc.
10.6 The cable route should be kept adequately away from the drains to avoid any seepage of water.
10.7 There should be adequate distance between LT/HT cables as per BIS - 1255. The cables should
be laid in well demarcated routes along the roads and other fixed developments.
10.8 The cables of different voltage grading and power and control cables should be laid in different
trenches. In case it is not possible to lay them in separate trenches, same trench may be used, but in the
trench adequate separation should be ensured as per BIS – 1255.
11.0 Railway Crossings:- As per BIS-1255.
11.1 Wherever the cables are to be laid under Railway tracks, the cable should be laid in
RCC/GI/Steel pipes not less than 1000 mm measured from the bottom of sleeper to the top of the pipe.
The pipes shall be laid upto a minimum distance of 3000mm from the center of the nearest tracks on
either side...
12.0 Laying of cables:-
12.1 Method of laying of cables: - Cables have to be laid as per relevant BOQ items and as per the
CPWD external specifications for cable laying.
12.2 Cable Testing:-
All cables before laying should be tested with 500V megger upto and including 1.1 KV grade or with
5000 V megger for cables of higher voltage (HV). The cable cores should be tested for continuity,
insulation resistance etc. All cables should be tested during laying & before covering. After laying and
Jointing the cables should be subjected to a 15 minutes pressure test.
After laying of cables and jointing, the cables should be subjected to a high voltage test as per
guidelines of BIS: 1255-11983 and the results recorded.
In case high voltage test is not possible at site, the cables should be tested for one minute with 1000 V
meggar upto 1.1 KV grade and with 2500/5000 V megger from cables of higher grade.
184
Signature of Tenderer Signature of Accepting Authority
TECHNICAL SPECIFICATION FOR LT PANEL/CUBICAL PANEL BOARDS
Scope of Supply:
1.0 This specification gives the general arrangement of all types of cubical panel boards to be supplied
under this contract. However, the equipments to be incorporated in the particular panel shall be as
given in the relevant BOQ item.
2.0 The LT cubical panel boards shall be metal enclosed, floor mounted, free standing, front operated
flush type suitable for operation on 433 V, phase, 4 wire 50 Hz system confirming to IP42 or more.
The LT panel shall be bolted structure, readily extensible on both sides by addition of electrical
sections after removal of the end covers. The LT panel board shall in single tier formation for the
incoming feeders and outgoing ACB feeders. MCCB feeders can be mounted in multitier
configuration. The height of the switchboard shall not exceed 2250mm including the height of the
base frame. However, the operating height shall not exceed 1800mm from finished floor level. All
sheet steel material used in the construction of the switchboard should be 2.0mm thick for load
bearing members and 1.6 mm thick for non load bearing members CRCA sheets and should be
powder coated. Touch up paint shall however be applied before handing over of the installation
after completing the job at site. Danger notice plates shall be provided at suitable locations.
Necessary lifting hooks/angles shall be provided in each panel as required.
3.0 The entire LT panel shall be factory assembled conforming to IS-8623. Cable entry and terminal
shall be provided in the switchboard to suit the number and size of aluminium conductor cable as
specified in the schematic diagram. Generous cabling space shall be provided with the position of
the cable gland and terminal such that the cables can be easily and safely terminated. An earth bus
bar with two earthing cable eyes shall be provided for connection to the main earth. The earth bus
bar shall run throughout the length of the switchboard.
4.0 While designing the panel, multitier formation of feeders should be considered except for ACB‘s
5.0 Front rear door and top plates fitted with high quality gasket with fasteners designed to ensure
proper compression of the gaskets. When covers are provided in place of doors, generous overlap
shall be assured between sheet steel surfaces with closely faced fasteners to preclude the entry of
dust. Sheet steel/hylem shrouds and partitions shall be of minimum 1mm thickness. Sheet steel
work forming the exterior of the switchboard shall be smoothly finished leveled and free from
burrs etc. and the corners should be rounded. The apparatus and circuits in the panel shall be so
arranged so as to facilitate their operation and maintenance and at the same time ensure necessary
degree of safety.
6.0 A base channel of appropriate thickness shall be provided at the bottom. At least 250mm space
shall be provided above channel in which no switchgear shall be fixed.
7.0 All doors and covers providing access to power equipment shall be provided with tool operated
fasteners and or suitable door interlock to prevent unauthorized operation. All doors of the
switchgears shall be earthed independently.
8.0 The bus bars shall be of high conductivity Aluminium/Copper suitable for electrical purposes and
of uniform cross section having a rating as per BOQ item for main bus bars and for neutral bus
bars.
185
Signature of Tenderer Signature of Accepting Authority
9.0 The bus bar sizes shall be as per CPWD table of size calculation of bus bars and the clearances
between bus bars has to be maintained as per CPWD specifications. Aluminium/Copper bus
shall be suitably insulated with heat shrinkable sleeves/epoxy coating/insulating tape to
withstand the test voltage of 2.5 KV.
10.0 Bus bars for the termination of outgoing cables should be extended in a manner to facilitate ease
of termination. The bus bars making arrangement of switchgear, connection and auxiliary wiring
shall conform to IS-375. The bus bars shall be supported on fiberglass insulators placed
sufficiently close to prevent the bus bars sag and to effectively withstand the electro-dynamic
stresses occurring the event of a short circuit. All bus bars and vertical risers shall be colour
coded for identification.
11.0 Engraved plastic labels shall be provided indicating the feeder details. The LT panel shall be
provided with voltmeter 0-500 volts with 3 way on and off selector switch, ammeter of
appropriate range with selector switch as per the bill of material in the tender.
12.0 The switchboards shall be routine tested the manufacturer works as per IS-8623 1977. The
equipment shall comply with the latest Indian Electricity Rules and Indian Electricity Act.
13.0 The indicating lamps shall be of LED type.
14.0 All the metering equipments provided shall be of Digital type. All the required ratio CT/PT and
relays for metering and protection is to be included in the scope of supply. All the equipments
fitted in the control panel should conform to latest IS specifications.
15.0 All Air Circuit Breakers shall have electrically drawn out type with earth fault protection, over
current and under voltage protection auxiliary and trip indicator switches. Air circuit breakers
shall be provided with indicator for draw out position. ACB shall be provided with motor
operated spring charge mechanism.
16.0 The LT panel shall house all the required air circuit breakers, MCCBs and Bus bar chamber as
per the relevant BOQ item.
17.0 The shop drawing and final single line diagram is to be submitted and got approved from
CONCOR before fabrication of the Panel.
18.0 The general arrangement of LT panel shall be CPRI approved. All MCCBs of rating 125
AMPS and above shall be having microprocessor base control. All MCCB's shall be
provided with short circuit and over load protection. Incomer MCCB's shall be provided
with earth leakage protection also.
Suitable mounting frame with angles shall also be supplied with this panel.
186
Signature of Tenderer Signature of Accepting Authority
TECHNICAL CONDITION AND SPECIFICATION FOR ELECTRICAL WORKS
1. Tender Drawings and Construction Drawings:
1.1 These drawings are meant for Tenderer‘s guidance only. ―Approval for Construction‖ drawings
will be furnished to the contractor during the progress of work to supplement the bid drawings.
Construction drawings will be revised and fresh copies issued to the contractor time to time to
incorporate any change to be adopted in the work as per final design to suit any change to be adopted
in the work as per final design to suit any condition encountered during the progress of work. Hence
―Approved for construction‖ drawings will be furnished progressively during the progress of the work
broadly conforming to construction schedule.
1.2 HT/LT main panel, other major equipments, other distribution board drawings and cable route
shall be submitted by the contractor for approval of CONCOR/ consultant before starting fabrication,
manufacture.
1.3 Details shown either on the drawings or stated in the specification shall prevail upon drawings
incase of doubts. However, in case of ambiguity, the more stringent shall be applicable.
1.4 EARTHING
Earthling shall be carried out as per IS - 3043 code of practice for earthing with latest amendments and
as per specification and site requirement;.
2.0 GUARANTEE
The tenderer shall guarantee the equipments offered for satisfactory performance for a period of 12
months from the date of commissioning and hading over the installation to the employer against
defects arising out of faulty design, material & workmanship. The tenderer should make good all the
defects free of costs during the guarantee period and replace or repair the defective equipments/parts
fee of cost promptly and satisfactorily.
3.0 INSPECTION & TESTING
The purchase representative shall be free of visit the manufacturers works at all reasonable times to
witness and inspect the testing of equipment‘s. It is the duty of the tenderer to see the all the
equipments supplied are tested as per relevant IS/BS specification. The contractor shall furnish three
copies of manufacturer test certificate for the routine and type test conducted on the equipments
offered. If necessary the contractors shall arrange to conduct all the routine tests at the manufacturers
premises in presence of CONCOR representative. ON receipt of the equipments/materials at site the
tenderer shall offer equipments/materials for inspection of electric engineer and get approved before
installation.
4.0 PRE-COMMISSIONING TESTS of EQIPMENT
HT/LT switchgear, Transformer LT cables and DG set shall be subjected to the pre-commissioning
tests as per approved performa by employer. The pre-commissioning test report shall be sent to the
consultant/CONCOR for approval for electrical installation/license for release-sanctioned load.
5.0 APPROVAL OF DRAWINGS
The drawings for HT Panels and LT Panels, High Mast, DG set and cable layout shall be offered by
the tender for approval of CONCOR and manufacturing/laying of these items can be taken in the hand
only after the approval of the drawings by CONCOR. The tenderer shall also supply three copies of
187
Signature of Tenderer Signature of Accepting Authority
approved drawings for LT switchgear and transformers (both the dimensional and schematic) along
with 03 copies route drawings and earthling positions etc.
6.0 The contractor shall provide all kind of facilities for inspection of the works by the employer of
the CONCOR.
7.0 The electrical work shall confirm to CPWD specifications for external with upto date
amendments and for internal electrification works with upto date amendments.
7.1 The civil work shall confirm to CPWD specifications with upto date amendments.
Sl. No. Equipment Details Specification Reference
01 LT Panel/Cubical Panel Board Annexure ‗A‘
02 DG Set Annexure ‗B‘
03 HT Panel Annexure ‗C‘
04 Transformer Annexure ‗D‘
05 Capacitor Panel Annexure ‗E‘
06 High Mast Annexure ‗F‘
07 Air Conditioners
Annexure ‗G‘
08 FIRE DETECTION & ALARM System
Annexure ‗H‘
188
Signature of Tenderer Signature of Accepting Authority
ANNEXURE „A‟
TECHNICAL SPECIFICATION FOR LT PANEL/CUBICAL PANEL BOARDS
1.0 Scope of Supply:
The LT cubical panel boards shall be weather proof/kiosk type (as per BOQ item) metal enclosed,
floor mounted, free standing, front operated flush type suitable for operation on 433 V, phase, 4
wire 50 Hz system confirming to relevant IP protection for external/internal atmosphere as per
BOQ item. The LT panel shall be bolted structure, readily extensible on both sides by addition of
electrical sections after removal of the end covers. The LT panel board shall in single tier
formation for the incoming feeders and outgoing ACB feeders. MCCB feeders can be mounted in
multitier configuration. The height of the switchboard shall not exceed 2250mm including the
height of the base frame. However, the operating height shall not exceed 1800mm from finished
floor level. All sheet steel material used in the construction of the switchboard should be 2.00 mm
thick CRCA sheets for load bearing members and 1.6 mm for non load bearing members and
should be powder coated. Touch up paint shall however be applied before handing over of the
installation after completing the job at site. Danger notice plates shall be provided at suitable
locations. Necessary lifting hooks/angles shall be provided in each panel as required.
2.0 The entire LT panel shall be factory assembled conforming to IS-8623. Cable entry and terminal
shall be provided in the switchboard to suit the number and size of aluminium conductor cable as
specified in the schematic diagram. Generous cabling space shall be provided with the position of
the cable gland and terminal such that the cables can be easily and safely terminated. An earth bus
bar with two earthing cable eyes shall be provided for connection to the main earth. The earth bus
bar shall run throughout the length of the switchboard. Vertical earth bus also shall be provided,
wherever required
3.0 While designing the panel, multitier formation of feeders should be considered except for ACB‘s
Front rear door and top plates fitted with high quality gasket with fasteners designed to ensure
proper compression of the gaskets. When covers are provided in place of doors, generous overlap
shall be assured between sheet steel surfaces with closely faced fasteners to preclude the entry of
dust. Sheet steel/hylem shrouds and partitions shall be of minimum 1mm thickness. Sheet steel
work forming the exterior of the switchboard shall be smoothly finished leveled and free from
burrs etc. and the corners should be rounded. The apparatus and circuits in the panel shall be so
arranged so as to facilitate their operation and maintenance and at the same time ensure necessary
degree of safety.
4.0 Minimum 350 mm size cable chamber shall be provided.
5.0 BUSBAR chamber shall be provided of 350mm size minimum and should also ensure sufficient
clearance as per IE rules and CPWD Specification.
6.0 A base channel of appropriate thickness shall be provided at the bottom. At least 250mm space
shall be provided above channel in which no switchgear shall be fixed.
189
Signature of Tenderer Signature of Accepting Authority
7.0 All doors and covers providing access to power equipment shall be provided with tool operated
fasteners and or suitable door interlock to prevent unauthorized operation. All doors of the
switchgears shall be earthed independently.
8.0 The bus bars shall be of high conductivity copper/aluminum suitable for electrical purposes and of
uniform cross section having a rating as per BOQ item for main bus bars and for neutral bus bars.
The bus bar sizes shall be as per CPWD table of size calculation of bus bars and the clearances
between bus bars has to be maintained as per CPWD specifications. Copper/aluminum bus shall be
suitably insulated with heat shrinkable sleeves/epoxy coating/insulating tape to withstand the test
voltage of 2.5 KV.
9.0 Bus bars for the termination of outgoing cables should be extended in a manner to facilitate ease of
termination. The bus bars making arrangement of switchgear, connection and auxiliary wiring shall
conform to IS-375. The bus bars shall be supported on fiberglass insulators placed sufficiently
close to prevent the bus bars sag and to effectively withstand the electro-dynamic stresses
occurring the event of a short circuit. All bus bars and vertical risers shall be colour coded for
identification.
10.0 Engraved plastic labels shall be provided indicating the feeder details. The LT panel shall be
provided with voltmeter 0-500 volts with 3 way on and off selector switch, ammeter of appropriate
range with selector switch as per the bill of material in the tender. All metering equipments shall
be of digital type.
11.0 The switchboards shall be routine tested at the manufacturer works as per IS-8623 1977. The
equipment shall comply with the latest Indian Electricity Rules and Indian Electricity Act. The
indicating lamps shall be of LED type.
12.0 All the equipments fitted in the control panel should conform to latest IS specifications. In case of
LT KIOSKS/ Outdoor feeder pillars suitable size, angle and frame mounting structure shall also be
provided along with the panel.
Note :- The main LT Panel should be with necessary interlocking arrangement for load
changeover etc. as per the relevant BOQ item. Where ever ACB‟s are mention it shall be of
Micro Processor Controlled type with electrical draw out facility.
All MCCB‟s exceeding 125 amp. Capacity shall be Micro Processor based.
The panel shall be from approved panel manufactures as given in the approved make and shall
be CPRI approved also
LT Panels shall be from approved manufacturers having CPRI test certificate.
Prior approval of the LT Panel manufacturer shall be obtained before starting of Fabrication.
All the feeder pillars and outdoor panel shall be provided with stand made out of suitable size of
angle iron frame to withstand the load of the panel but shall be of minimum 40 x 40 x 6mm angle
frame and of 500 mm length.
190
Signature of Tenderer Signature of Accepting Authority
Approved list of Materials/Equipments/Accessories
S.No. Equipment IS No. Approved Makes/ Manufactures
1 LT Panel Relevant IS Havells, Neptune, Advance, C&S,
Adlec, Geetu Electrical System Pvt.
Ltd./ECS, Ghaziabad/Risha Control
Engineers Pvt. Ltd./TSR Enterprises,
Kolkata
2 MCCB L&T, Siemens, C&S, GE,
Crompton/Schnieder/ABB/Indo-
Asian/Hager/Legrand/Havells
3 Floodlight /light fittings -do- Bajaj, Crompton, Phillips
4 High Masts Bajaj, Crompton, Valmont, Phillips
5 XLPE insulated, PVC Sheathed
Alu. Conductor armoured/un-
armoured power cables (HT &
LT)
ISI 7098
(Part I)
M/s Havells , M/s Fort Gloster
M/s ICL/Gem Cab, universal,
polycab, KEC/KEI, Grandlay
6 Copper conductor cables Havells/Standard/Finolex/Gem Cab,
universal, polycab, Grandlay, KEI
7 Cable joints for XLPE LT & HT Raychem, M-Seal
8 Measuring instruments (Digital) 1248 and 6236
latest
AE, Capital, Neptune, MECO,
KAPPA, L&T, ABB, Risha Control
9 Selector Switch To relevant ISS Control Switch Gear/Kaycee/L&T
10 Indicating lamps (LED
TYPE)/Push Buttons
-do- Binay/Schneider/L&T/HPL
11 Contactor -do- L&T/ABB/Schnider/Siemens/Indo-
Asian
12 MCB-DB's, ELCB MCB-
ISOLATOR, RCCB etc.
MDS/ Hager , legrand, ABB/Indo-
Asian, Siemens, Schneider, L&T
13 Instrument Transformer AE, Kappa, Alsthom or as per OEM
standard
14 Diesel Engine Cummins/Kirlosker/Kirlosker Green/
KOEL/Caterpiller/Greaves/KEC
15 Alternator AVK/Stamford/KEC/Crompton
Greaves/ KOEL/Kirlosker Green
16 Cable Glands Relevant IS Comet/Jainson/Stepwell/Braco/
dowells
17 Cable lugs coper Relevant IS Dowells/Jainson
18 Distribution Boards Relevant IS Hager/standard/Legrand, ABB,
Schneider, Siemens, L&T
19 Battery Relevant IS Exide, Standard Feruk/Cummins
20 Transformer As per latest
IS/IS-1180
Kirloskar, Indian Transformer
(Gurgaon) Kanohar/AMCO/
KOTSONS/Crompton/MEIL
21 HT Panel Relevant IS AREVA/Kirloskar/Crompton/
Tricolite/Adlec/ABB/Schnider/GE
191
Signature of Tenderer Signature of Accepting Authority
22 Vacuum Circuit Breaker Relevant IS Kirloskar/AREVA/Crompton/GE
ABB/Schnider/ Indo-Asian
23 Relay Relevant IS ABB/Siemens/L&T/English Electric/
Areva
24 Capacitors Relevant IS Neptune Ducattai/
Siemens/Matrix/ABB
25 LED fittings Relevant IS Crompton/Philips/Bajaj/Orient/Insta
Power/Syska/Havells
26 Ceiling fans/Exhaust Fan Relevant IS Crompton/Havells/GE/Orient/Bajaj
27 TELEPHONE / T.V. Cables DELTON/ FINOLEX/HAVELLS/
POLYCAB/ KEI/GEMSCAB
28
TELEPHONE & T.V.
ACCESSORIES/SWITCH/SOC
KETS
Relevant IS NORTH-WEST/ LEGRAND/ ABB/
MK/ HAVELLS/ MDS/L&T
29 INDUSTRIAL SOCKETS &
PLUGS
Relevant IS L&T/ SIEMENS/ SCHNEIDER/
CROMPTON/ LEGRAND/ HAGER
30 Reefer Plugs and Sockets Relevant IS Mennekes, Bals, Hensel
31 CAT - 6 CABLES Relevant IS DELTON/ FINOLEX/HAVELLS/
POLYCAB/ KEI/GEMS CAB
32 TELEPHONE TAG BLOCKS As per latest
IS/IS-1180
MK / CLIPSAL / LEGRAND/
33 MODULAR RANGE OF
SWITCHES, SOCKET
Relevant IS HONEY WELL / LEGRAND /
CRABTREE / HAVELLS/GE/ MK/
ABB/ INDO-ASIAN
34 EXHAUST FAN
Relevant IS CROMPTON
GREAVES/KHAITAN/ GE/
HAVELLS
35 POWER CONTRCATORS Relevant IS L&T/ ABB/ SIEMENS/
SCHNEIDER/ INDO-ASIAN
36 INDICATING LAMPS Relevant IS SIEMENS/ MECO/ L&T/
VAISHNO/ AE
37 PROTECTION RELAY Relevant IS SIEMENS/ ABB/ L&T/ ALSTOM/
GE
38 CFL Relevant IS OSRAM/ PHILIPS/ WIPRO/
CROMPTON GREAVES
39 METAL CLAD SOCKET
OUTLET
Relevant IS LEGRAND/ GE/ L&T/ MDS/
HAVELLS
40 GI PIPE Relevant IS TATA/JINDAL
41 SPLIT AIR
CONDITIONERS/VRV
Relevant IS DAIKIN/BLUESTAR/HITACHI/VO
LTAS/CARRIER
42 FIRE ALARM & DETECTION
SYSTEM
Relevant IS NOTIFIER/HONEYWELL/TYCO/S
YSTEM SENSOR
43 Music System Relevant IS AHUJA/PHILIPS/NATIONAL
PANASONIC
44 Fire Alarm and Control Panel Relevant IS Edwards/ Tyco/ Honeywell/ Notifier/
Siemens/ Apollo/ Rockwell/
45 Repeater Panel Relevant IS Edwards, Tyco/ Honeywell/ Notifier/
Siemens/ Apollo/ Rockwell
192
Signature of Tenderer Signature of Accepting Authority
46 Multi-criteria/ Smoke/ Heat
Detectors
Relevant IS Edwards, Tyco/ Honeywell/ Notifier/
Siemens/ Apollo/ Rockwell
47 Manual Call Point Relevant IS Edwards, Tyco/ Honeywell/ Notifier/
Siemens/ Apollo/ Rockwell
48 Hooters Relevant IS Edwards, Tyco/ Honeywell/ Notifier/
Siemens/ Apollo/ Rockwell
49 Control Module/ Monitor
Module/
Relevant IS Edwards, Tyco/ Honeywell/ Notifier/
Siemens/ Apollo/ Rockwell
50 Fault Isolator Relevant IS Edwards, Tyco/ Honeywell/ Notifier/
Siemens/ Apollo/ Rockwell
Note:
Above makes of equipment are approved subject to their meeting the specifications. The contractor,
however, shall seek approval of specific make from Engineer In-charge before commencing the
work. The decision of Engineer in-charge shall be final and binding on the contractor in this
respect.
Items that are not covered in the above list and are required for execution shall be procured with the
approval of Engineer Incharge. The decision of Engineer Incharge shall be final and binding on the
contractor in this respect.
193
Signature of Tenderer Signature of Accepting Authority
ANNEXURE- „B‟
Specification for water-cooled Diesel Engine Driven alternating current generating sets (500/320
/250KVA) output:
1. SCOPE:
This specification covers design, manufacture and supply of diesel engine driven A.C generating set.
The generating set shall be complete with accessories, auxiliaries and control panel etc. the
specification covers DG sets with control panel of AMF type and non-AMF type. Unless otherwise
specifically mentioned DG sets with control panel of non-AMF type are to be supplied.
Any equipment not specifically mentioned herein but essential for completeness of the equipment may
also be supplied. The DG sets offered by the tenderer shall be with approved equipment to ensure
reliable and satisfactory performance. The DG sets shall be equipped with diesel engine and alternator
of approved make only.
2. SITE CONDITIONS:
The set shall be working as single unit for catering to mixed load comprising electrical power and for
charging battery average power factor of load being 0.8 lagging. The set should be suitable for
operational at the following site conditions:-
Height above sea level = 400 meter max
Maximum ambient temperature = 50 degree cel.
Relative Humidity = 60%
Minimum ambient temp = 3 degree cel.
The conditions prevailing at site shall be applicable
3. RATED POWER OUTPUT:
3.1 The Diesel generating set shall be capable of delivering continuously (on 24 hours basis) power
output at 1500 rpm at site conditions specified under clauses 2 of this specification and the engine shall
conform to IS : 10000/BS 5514
3.2 The output available from diesel engine under site conditions should be specified
3.3 The diesel engine shall be capable of working on 10% over load for one hour in any 12 hours
running.
4. OIL ENGINE:
The diesel engine shall be cold starting, vertical direct injection 2/4-stroke cycle, water cooled
(Through Hear exchanger/radiator) electric battery start directly coupled to the alternator on a
combination base plate through a flexible coupling.
4.1 A suitable extension pipe shall be used with exhaust air chest so that the silencer can be
mounted.
4.2 A fuel tank for holding the fuel oil with a capacity as per OEM Starndard of the approved DG
Set manufacturer shall be provided.. The fuel piping shall be designed as to be free from
leakage and air locks. The fuel tank shale be supplied with a level gauge to indicate the oil level
in the tank.‘
4.3 The engine shall be required to operate on Diesel Fuel oil grade ‗A‘ to IS: 1450
4.4 Governor the engine shall be supplied with the governor to maintain the engine speed at
verying loads with + 3% of the rates speed.
194
Signature of Tenderer Signature of Accepting Authority
4.5 The engine shall be complete with standard accessories and protective devices including the
followings. The accessories to be provided as per approved manufacturer‘s standard.
i) Heavy duty air cleaner
ii) Radiator/heat exchanger as engine manufacture specification
iii) Fan for radiator (in case of radiator)
iv) Lubricating oil filters
v) Fuel oil filters
vi) Fuel injection equipment with governor to control the engine speed upto + 3% under varying
load.
vii) Engine speed control unit (as per approved manufacturer specification)
viii) Sump
ix) Thermostat
x) Safety control against low lub. Oil pressure, high cooling water temperature and engine over
speed.
xi) Fly wheel to suit flexible coupling
xii) Exhaust silencer
xiii) Lub oil cooler and water pump
xiv) The Fuel tank can be inbuilt in the acoustic enclosure.
xv) Corrosion inhibitor is to be provided along with coolent
xvi) Self startor for electric start system with battery of adequate capacity (12V for non AMF and
24V for AMF set)
xvii) Engine control panel comprising of
xviii) Oil pressure gauge
xix) Water temperature gauge
xx) Ammeter
xxi) Hour meter with RPM indicator
xxii) Push button for startor/key switch starter
xxiii) Pilot lamp
xxiv) Battery charging dynamo(in case of non AMF Panel)
xxv) Tool kit complete (as supplied by engine and alternator manufacturers)
xxvi) Anti vibration mounting (make Dunlop) or as per OEM standard
xxvii) Battery charger from 230V AC supply
xxviii) Acoustic enclosure
Note :
Modification in the above accessories as per approved manufacturer recommendations on
account of technology improvement by manufacturer shall be considered for approval.
5. ALTERNATOR:
The alternator shall be self exciting brushless, copper wound self regulating with screen protected
enclosure suitable for feeding 415V 3PH 4 wire 50 Hz AC system with neutral point brought out. The
alternator shall confirm to BS-5000/IS: 4722 and winding shall conform to Class H insulation. Voltage
regulation shall be + 5% of the rated voltage under varying load.
6. (a) CONTROL PANEL (for Non AMF/ AMF type set)
The control cubicle shall be floor mounted type of fabricated construction made of sheet steel,
provided with removable side panels and hinged front panel for easy accessibility. The control panel
195
Signature of Tenderer Signature of Accepting Authority
should be provided with all standard control accessories, protection devices as per the manufactures
specification and as mentioned in the BOQ.
6. (b) Acoustic Enclosure Acoustic Enclosure shall be fabricated as per latest CPCB norms and OEM standards fabricated with 2
mm/1.6mm Steel Sheet, Insulation, Painting etc. complete as required.
7. TESTS:
CONCOR reserves the right for inspection/testing of Generations Set, complete with acoustic
enclosure at the maker‘s works for satisfactory performance of the Set as per latest IS Specifications,
a) Guaranteed fuel consumption
b) Over load capacity
c) Proper Operating of protective devices provided for safety of the generating set
d) The test certificates shall be furnished by the agency before dispatch of DG set for CONCOR
scrutiny
8. INSTRUCITONS MANNUALS AND CATALOGUES:
Triplicate copies of operator‘s guide, manuals maintenance schedules, repair/overhaul instructions for
the complete equipment shall be supplied by the supplier.
9. FOUNDATIONS:
The triplicate copies of foundation drawings, instructions shall be supplied by the suppliers. Scope of
work is including construction of suitable foundation as per the drawing of OEM.
The Scope of Works includes Civil foundation work as per DG Set manufacturer specifications
and drawing.
All required modifications in DG Set to comply with CPCB II revised norms shall be
incorporated.
10. GUARANTEE:
The equipment shall be guaranteed for a period of 12 months from the date of commencement in
service or 2500 hrs. whichever is earlier.
Approvals
Obtaining necessary permission from SEB for installation and operation of DG sets.
Obtaining statutory approvals from Chief Electrical Inspector, of the State Government/CEA
Approval certificate from Pollution Control Authorities for Acoustic enclosure of the DG Set
11. INSTALLATION AND COMMISSIONING
All consumable required for commissioning of DG set at site and for continuous running of 6 hrs of
DG Set after commissioning shall be included in the scope of work.
196
Signature of Tenderer Signature of Accepting Authority
Annexure „C‟
Specifications for HT panel
1.0 The HT panel shall be indoor metal clad, floor mounted draw out type made out of CRCA 2mm
thick sheet steel. Design and construction shall be such as to allow extension at either end. The
switch gear enclosure shall conform to the relevant degree of protection for indoor application.
2.0 The switchgear assembly shall comprise a continuous dead front line up free standing vertical
cubicles. Each cubicle shall have a front hinged with latches and a removable back cover. All
cover and doors shall be provided with neoprene gaskets.
3.0 Switchgear cubicles shall be so sized as to permit closing of the front access door when the breaker
is kept in test position. The working Zone shall be restricted within 750mm to 1800 mm from
finished floor level.
4.0 Circuit breakers, instrument transformers, bus bars, cable compartments etc. shall be housed in
separate compartments within the cubicle. The design shall be such that the failure of one
equipment shall not affect the adjacent unit.
5.0 The Vacuum circuit breaker shall be single throw triple pole draw out type having SERVICE,
TEST, and DISCONNECTED position with clear positive separate indications.
6.0 Circuit breaker of identical rating shall be physically and electrically interchangeable.
7.0 Circuit breaker shall have motor wound mechanism spring charging shall take place automatically
after each breaker closing operation. One open-close-open operation of the circuit breaker shall be
possible after failure of power supply to the motor.
8.0 Mechanical safety interlock shall be provided to prevent the circuit breaker from being racked in or
out of service position when the breaker is closed and racking in the circuit breaker unless the
control plug is fully engaged.
9.0 Automatic safety shutters shall be provided to fully cover the primary disconnects when the
breaker is withdrawn. Each breaker shall be provided with an emergency manual trip, mechanical
on/off indication, an operation counter and mechanism charge/discharge indicator.
10.0 Each breaker shall be provided with following
a) Auxilliary switch, with 6 NO + 6 NC contacts, mounted on the draw out portion of the switchgear.
b) In future, the purchaser may install a computer aided monitoring and control system for its
distribution network. For this purpose minimum 2NO+2NC contacts duly wired upto the terminal
box for each breaker is also to be provided.
c) Position/cell switch with 4 NO + 4NC contacts one each for TEST and SERVICE position.
d) Auxiliary switch with 4 NO + 4NC contacts mounted on the stationary position of the switch gear
and operated mechanically by a sliding layer from the breaker in service condition.=
e) Limit/Auxiliary switches shall be convertible type i.e facility for changing. NO contact to NC and
vice versa. Switch contact shall be rates 10A for A.C and 2A for DC at operating voltage.
197
Signature of Tenderer Signature of Accepting Authority
f) The operating mechanism shall normally be operated from remote but means shall also be provided
for local operation (with suitable locking provision against closing operation) through a local
remote selector switch.
Control & indication
The circuit breaker shall be wired up for local operation. Each breaker circuit shall be equipped with
following :
One (1) TEST-NORMAL-SERVICE selector switch stayput type-with pistol grip handle and key
interlock
Two (2) heavy duty oil tight, push buttons for TRIP & Close.
Four (4) Indicating lights on front of compartments:
GREEN : Breaker open and spring charged
RED: Breaker Closed
AMBER : Trip & closing circuit discrepancy
WHITE : Trip Circuit monitoring
All indicating lamps shall be of LED type
Current Transformer
Current transformer shall be cast resin type. All secondary connections shall be brought out to terminal
blocks where wye or delta connection will be made.
Accuracy class of the Current Transformers shall be :
a. Class PS for differential relaying
b. Class 10P 10 for protection relaying
c. Class 1.0 and ISF <5 for metering
Voltage Transformer
Voltage Transformer shall be cast-resin, draw out type and shall have an accuracy class of 1.0 Voltage
Transformer mounted on breaker carriage is not acceptable.
High voltage windings of transformer shall be protected by current limiting fuses. The voltage
transformer and fuses shall be completely disconnected and visibly grounded in fully draw-out position
Low voltage fuses, sized to prevent overload, shall be installed in all ungrounded secondary leads.
Fuses shall be suitably located to permit easy replacement while the switchgear is energized.
Relays
The Auxiliary antipumping (94) and trip annunciation (30) relay shall be in non-draw out executing
and mounted within the cubicle.
The relays shall be rated for operation on 24V DC.
Meters
All indicating instruments of required range may be provided as per OEM standard for the rating
mentioned in the BOQ.
Watt meter/wall hour meter shall be provided in draw out cases with build-in-test facilitites.
Alternatively, they may have test block to facilitate testing of meters without disturbing CT of PT
secondary connections.
Cable Termination
Switchgear shall be designed for cable entry from the bottom. Sufficient space shall be provided for
ease of termination and connection
198
Signature of Tenderer Signature of Accepting Authority
All provisions and accessories shall be furnished for termination and connection of cables, including
removable gland plates, cables supports, crimp type tinned copper/aluminum lugs, brass compression
glands with tapered washer (power cables only) and terminal blocks.
Sufficient space shall be provided between the Power cable termination (end-boxes) and gland plate.
CT and PT Secondary neutrals shall be earthed through removable links so that earth of one circuit
may be removed without disturbing other.
Space heaters and plug sockets.
Each cubicle shall be provided with thermostat controlled space heaters and , 3 pin plug socket.
Cubicle heater, Plug/socket circuits shall have individual switch fuse units.
Painting
All surface to be sand blasted, pickled and grounded as required to produce a smooth, clean surface
free of scale and grase etc. After cleaning, the surface shall be given a phosphate coating followed by 2
coats of high quality primer and stoved after each coat.
The switchgear shall be finished in light grey (I.S Shade # 631) with two coats of synthetic enamel
paint
Sufficient quality of touch- up paint shall be furnished for application at site.
Accessories
Earthing equipment suitable for earthing the bus of outgoing cable shall be furnished alongwith the
switchgear.
Tests
The switcher shall be completely assembled. Wired, adjusted and at the factory as per the relevant
standards.
Routine Test
The test shall include but not- necessarily limited to the following:
a) Operation under simulated service condition to ensure accuracy of wiring, correctness of
control scheme & proper functioning of the equipment
b) All wiring and current carrying part shall be given appropriate high voltage test.
c) Primary current and voltage shall be applied instrument transforms.
d) Routine test shall be carried out on all equipment such as circuit breakers, instrument
transformers, relays, meters etc.
Note: The insulation class of the breaker and bus bars shall be suitable for 11 KV. The panel
shall be designed for a system voltage of 11KV. All the CTs PTs and Relays the panel shall be
suitable for 11KV system.
199
Signature of Tenderer Signature of Accepting Authority
The HT panel shall comprise of
Sl. No Description Incoming
side 1 no.
Outgoing
side
Quantity 1 1
1. 11 KV 18.4 K/1 Sec. 630amps Horizontal insulation type
vaccum circuit breaker
P P
2. Motorised mechanism for operation at 230 volts AC P P
3. Copper bus bar, 11 KV, 630 AMPs(as per BOQ) P P
4. Shuntrip coil and close coil 24 volt DC with VCB P P
5. Rear Cable box P P
6. One no. 3 phase draw out PT 11 KV/110 volts/03 nos.
single phase PT drawout type for 11 KV/110 volt as per
OEM specification with fuse
P NP
7. CT 3 nos. one single phase 11 KV 18.4K/1 sec.
100//5/5A. CL 1.0/5P10, 15/15VA Dual core
P
NP
CL1.0/5P10, 15/15VA (Double Core) as per BOQ NP P
8 Meters
a Analog/digital ammeter of suitable range with selector
switch
P P
b Analog/digital volt meter with selector switch P P
9 Accessories
a TNC switch P P
b Heater with thermostat and switch P P
c Illumination lamp with switch P P
d Three pin plug with switch P P
e Annunciation window – per window
9 Protection relay and auxiliary relay
1 no. 3 pole non directional IDMTI 2 O/C + 1 earthfault
relay
P P
1 pole IDMTL under voltage relay P P
Anti pumping and trip annunciation relay P P
Note: ‗P‘ - to be provided ‗NP‘ – not provided
Provision for Incoming and Outgoing cable connections may be incorporated in the Panel.
The Panel shall be suitable for expansion in future. Items as per BOQ should also be considered.
200
Signature of Tenderer Signature of Accepting Authority
Annexure „D‟
SPECIFICATION FOR TRANSFORMER
DESIGN CRITERIA
The transformers will be suitable for Indoor use and will be used to supply power to 11 KV System
The transformer shall be capable of continuous operation at specified rating under the following
condition:
a. Voltage variation (+5%)-(-5%) in 2.5% steps
b. Frequency variation +5%
c. Combined voltage and
frequency variation
(absolute sum) 10%
The transformer shall be capable of withstanding the short circuit stresses due to a terminal fault on
one winding with full voltage maintained on the other winding for minimum period of three (3)
seconds.
The transformer shall be free from anything hum of vibration. The design shall be such as not to
cause any undesirable interference will radio or communication circuits.
SPECIFIC REQUIREMENTS Tanks shall be of all welded construction and fabricated from good commercial grade low carbon steel
of adequate thickness. All seems shall be double welded.
The tank wall shall be reinforced by stiffener to ensure rigidity so that it can withstand without any
deformation (a) mechanical shock during transportation and (b) oil filling by vacuum.
All removable covers shall be provided with weatherproof, hot oil resistant, resilient gaskets. The
design shall be such as to prevent any leakage of water into or oil from the tank.
Each transformer tank shall be provided with one set of hi-directional rollers for rolling the transformer
parallel to either center line.
Jacking pads, lifting eyes and pulling lugs shall be provided to facilitate movement of the transformer.
All heavy removal parts shall be provided with eyebolt for ease of handling.
Manholes / handholes of sufficient size shall be provided for access to leads, windings, bottom
terminals of bushings and taps.
Core & Coils
The transformer may be of core or shall type. The core shall be built up with high grade, non-aging,
low loss, high permeability grain oriented cold-rolled silicon steel laminations specially suitable for
core material.
The coils shall be manufactured from electrolytic copper conductor and fully insulated for rated
voltage.
Insulating material shall be of proven design. Coils shall be to insulated that impulse and power
frequency voltage stream on minimum.
Coil assembly shall be suitably supported between adjacent section by insulating spacers and barriers,
bracing and other insulation used in assembly of the winding shall be arranged to ensure a free
circulation of the oil and to reduce the hot spot of the winding.
All leads from the windings to the terminal board and bushings shall be rigidly supported to prevent
injury from vibration on short circuit stresses. Guide tube shall be used where practicable.
The core and coil assembly shall be recurely fixed in position to that no shifting or deformation occurs
during movement of transformer at under shot circuit stresses.
201
Signature of Tenderer Signature of Accepting Authority
Tappings
Off-circuit taps as specified shall be provided on the high voltage winding
The transformer shall be capable of operation at its rated KVA on any tap provided the voltage does
not vary by more than +10% of the rated voltage corresponding to the tap.
The winding including the tapping arrangement shall be designed to maintain electromagnetic balance
between HV and LV windings it all voltage ratios.
Off-Circuit Tap Changer
The off-circuit tap changing will be effected by a 3 phase gang operated switch. Arrangement shall be
such that switch can be operated at standing heights from ground level.
The operating handle can be padlocked at any tap position. The design shall be such that the lock
cannot be inserted unless the contacts are correctly engaged.
The mechanism shall be provided with a mechanical tap position indicator and an operation counter.
All contacts shall be silver plated and held in position under strong contact pressure to ensure low
contract drop and avoid pitting.
Insulating Oil
The transformer shall be filled with transformer insulating oil confirming to IS 335-1953 amended
upto date suitably inhibited to prevent sludging.
First filling of oil along with 10% excess shall be furnished for the transformer, Oil shall be supplied in
non-returnable containers suitable for outdoor storage.
Oil preservation shall be by means of conservator tank complete with silica get breather and oil seal.
Bushing
Bushing shall be solid porelain oil communicating type. Bushing shall be provided with terminal
connectors of approved type and size. Bushing location shall be provide adequate phase and ground
clearances.
Terminal Arrangement
Terminals for cable connection shall be brought out through top cover to a detachable cable and box
with disconnect link.
Cable end box shall be self supporting, weatherproof, air filled type with sufficient space inside for
termination and connection of cables. Cable end box shall be furnished complete with removable gland
plate double compression brass glands and necessary hardwar
Wiring
All control, alarm and indication devices provided with the transformer shall be wired up to the
terminal blocks. Wiring shall be done with PVC wires in conduit or PVC armoured cable, minimum
wire size shall be 2.5mm copper. Not more than two wired shall be connected to a terminal. 10% spare
terminals shall be provided.
All devices and terminal blocks within the marshalling box shall be identified by symbols
corresponding to those used in applicable schematic or wiring diagram.
202
Signature of Tenderer Signature of Accepting Authority
Grounding
Two grounding pads, located on the opposite sides of the tank, shall be provided for connection to
station ground mat. Grounding pad shall have clean buffed surface with two tapped holes, M-10 GL
bolts and spring washers for connection to 50x6mm GI flat. Ground terminal shall be also provided on
marshalling box to ensure its effective earthing.
Auxiliary Equipment
Natural bushing current transformer shall be furnished where specific int eh annexure. The current
transformer shall be cast resin type. The arrangement shall be such that the C.T can be removed from
the transformer without removing the tank cover. CT secondary leads shall be wired up to the terminal
blocks. The terminals for CT secondary leads shall have provision for shorting. The secondary leads of
CT shall have polarity marking as per IS.
Painting
All steel surface shall be thoroughly cleaned by sand blasting or chemical agents, as required, to
produce a smooth surface free or scales, grease and ruse. The internal surfaces in contact with
insulating oil shall be painted with heat resistant insulating varnish which shall not react with and be
soluble in the insulating liquid used. The external surface, after cleaning, shall be given a coat of high
quality red oxide or yellow chromate primer followed by filler coats. The transformer shall be finished
with low coats of battle ship grey (IS Shade # 632) synthetic enamel paints. The paints be carefully
selected to withstand tropical heat, rain etc. The paint shall not scale off or crinkle or be removed by
abrasion due to normal handling. Sufficient qualify of touch up paint shall be furnished for application
after installation at site. If it is considered necessary, the transformer may be given a further coating at
site by the owner. The bidder shall therefore indicate the type and quality of the paint with full
specification for this purpose.
Tests
Routine Tests
During manufacture and on completion, all transformer shall be subject to the IS routine tests. In
addition, the following tests shall be performed on each transformer. Transformer tank with coolers
shall be tested for leaks with normal head of oil + 35 KN/sqm for a period of 12 hours, if and leak
occurs, the test shall be conducted again after all leaks have been repaired. The tank designed for full
vaccum shall be tested at an internal pressure of 3.33 KN/sqm (25mm of Hg) for an hour. The
permanent deflection of flat plated shall not exceed CBIP specified on release of vaccum. After
assembly, each core shall be pressure tested for one minute at 2KV AC between all bolts, side plates,
structural steel works an the core. Excitation loss and current measurements shall be made at 90%,
100% and 110% of the rated voltage.
Miscellaneous
All components parts and auxiliary equipment such as oil, brushings, CTs etc. shall be routine tested as
per relevant Indian Standards.
Test Certificates
Certified reports of all the tests carried out at the works shall be furnished in duplicate copies for
approval of the owner.
The equipment shall be dispatched from works only after receipt of owner‘s written approval of the
test reports. Type test certificate on any equipments, if so desired by the owner, shall be furnished.
203
Signature of Tenderer Signature of Accepting Authority
RATINGS and REQUIREMENTS
1.0 Application : Distribution Transformer
2.0 Service : Indoor, Step-down
3.0 Type : Oil Immersed
4.0 Rated : Transformer –500 KVA
5.0 Cooling : ONAN
6.0 Rated Voltage (line to line) : 11000/433 volts
7.0 Number of Phases : 3
8.0 Rate Frequency : 50 Hz
9.0 Temperature rise above 50C
a) in oil by thermometer : 45C
b) in winding by resistance : 50C
10.0 Insulation level
H.V Winding : 20.8 KV
LV : 3KV
11.0 Vector group : Dyn11
12.0 Type of tap provided : Off-circuit, full capacity
13.0 Taps provided on : HV Winding
14.0 Range of taps : (+5%) – (-5%) at 5 in steps of 2.5%
15.0 Method of tap change control
a. Manual Local : Yes
b. Electrical Local : No
c. Electrical remote : No.
d. Automatic : No.
16.0 Percentage impedance at 75C : 5% as per IS
17.0 System earthing
H.V : Solidly earthed
L.V : Solidly earthed
18.0 Terminal arrangement
H.V : 3 x 300 sqmm 11 kv XLPE cable
L.V : Suitable for LT cable
L.V Natural : 50 x 6mm G.S Flat
19.0 Transformer bushing voltage class
H.V : 11KV
L.V : 433 V
L.V Natural : 433 V
20.0 System fault level : 325 MVA at 11 KV
21.0 Overfluxing : Core shall be suitable for over
fluxing upto 10% due to combined
effect of voltage & frequency.
22.0 IS : 1180
FITTINGS AND ACCESSORIES
Each transformer shall be equipped with fitting and accessories as listed below:
1) Oil conservator with filler cap, drain plug and plain oil level guage.
2) Silica gel breather with connecton pipe and oil seal
3) Air release plugs
4) Explosion vent for pressure release
204
Signature of Tenderer Signature of Accepting Authority
5) Magnetic oil level guage
6) Temperature indicator with maximum reading pointer and electrically separate contacts for trip
and alarm
7) Thermometer pockets.
8) Filler valve with threaded adopter (top and bottom)
9) Drain value with threaded adopter
10) Sampling valve
11) Jacking pads, handling and lifting lugs
12) Cover lifting eyes.
13) Uni-directional rollers and skids complete with clamping device with nuts and bolts for
clamping for clamping and transformer on inverted channel
14) Handhole of sufficient size for access to interior of the tank.
15) Two-grounding pads each complete with two (2) nos. tapped holes, M-10 G.I bolts and washer
for transformer tank cover and radiator tank
16) Rating and terminal marking plates.
17) ONAN cooling system complete with isolator valves and all necessary accessories.
18) LV neutral bushing separately brought out for earthing of transformer neutral.
19) Copper flexible with lug installed for affecting earthing of equipment components like
radiators, top cover of tank etc.
Externally hand operated lockable off circuit tap changer.
205
Signature of Tenderer Signature of Accepting Authority
Annexure „E‟
TECHNICAL SPECIFICATION FOR CAPACITORS PANEL
Capacitors
Power factor correction capacitors shall confirm in all respect to IS 2834-1964. The capacitors shall be
suitable for 3 phase 500 V hz. And shall be available in units of capacitor as mentioned in BOQ in
form a bank of capacitors of desired capacity. All these units shall be connected in parallel by means of
solid copper/aluminum bus bars as per BOQ Item of adequate current carrying capacity. Each
capacitor bank shall be provided with a terminal chamber and cable gland suitable for PVC insulated
aluminum conductor armored cables. Two separate earthing terminals shall be provide for earth
connection for each bank.
Capacitor shall be suitable rated in series with 189 Hz. Harmonic block reactor to offer requisite
rating of 25/10/5 KVAR(as per BOQ item) at 433 volts. Capacitor so chosed shall be able to suppress
the harmonics generated in the system due to various utilities viz. computers, drivers and fluorescent
lamps etc. and shall avoid resultant unbalancing of load.
The capacitor bank shall be subject to routine tests as specified in relevant Indian standards and the test
certificate shall be furnished the capacitor shall be suitable for indoor use up to ambient temperature of
+50 & -20 degree C. The permissible over loads shall be as given below: -
(a) Voltage overload shall be 10% for continues operation and 15% for 6 hours in 24 hours cycles.
(b) Current overload 15% for continues and 15% for 6 hours in 24 hours cycles.
(c) Overload 30% for continues and 45% for 6 hours in 24 hours cycle.
The capacitor bank shall be floor-mounting type. Capacitors shall be aluminum foil and craft paper
hermetically sealed in sturdy corrosion – proof sheet steel 2mm thick containers and impregnated with
non-flammable synthetic liquid. Every element of each capacitor unit shall be provided with its own
built in silvered fuse. The capacitor shall have suitable discharge device to reduce the residual voltage
from crest value of the rated voltage to 50 V or less with in one minute after capacitor is disconnected
from the Source of supply. The loss factor of capacitor shall not exceed permissible value as per BIS.
The capacitors shall with stand voltage of 2500 V AC supply for 1 minute. The insulation resistance
between capacitor terminals and containers when test voltage of 500 V is applied shall not be less than
50 Mega Ohms.
The capacitor control panel shall generally comprise of the following: -
(a) Automatic power factor correction relay time relay.
(b) Step controller with reversing motor.
(c) Time delay and no volt relays.
(d) Protection MCBs
(e) Contractor for individual capacitors of suitable rating.
(f) Change over switch for either automatic operation of manual operation with push control.
(g) C.T.‘s with ammeter and selector switch.
(h) Voltmeter with selector switch.
206
Signature of Tenderer Signature of Accepting Authority
Above shall be housed in sheet steel enclosure cubical type free standing front operated with lockable
doors. The panel shall be fabricated from CRCA sheet steel of 2.00mm thick and shall be folded and
braced as necessary to provide a support for all components joints of any kind in sheet steel shall be
seem welded. Panel shall have IP42 or more protection and to be equipped with necessary heat
dissipation arrangement. It shall be totally enclosed design completely dust tight and vermin‘s proof.
Neoprene gaskets between all adjacent units and beneath all covers shall be used for the purpose.
207
Signature of Tenderer Signature of Accepting Authority
Annexure „F‟
DETAILED TECHNICAL SPECIFICATION FOR HIGH MAST LIGHITNG:
SCOPE:
The scope of this specification covers the manufacture, transport, installation, testing and
commissioning of the complete lighting system, using Raising and Lowering type of 30 mtr High mast
Towers, including the civil Foundation Works. The owner will only provide the supply point and the
feeder cable of the required size, up to the bottom of the high mast. However, all items required for the
safe and efficient operation and maintenance of the lighting system, including the high mast, whether
explicitly started in the following pages or not, shall be included by the Contractor. Mast shall be
suitable for mounting of at least 18/20 nos 2x400 watts HPSV flood light luminaries.
APPLICABLE STANDARDS:
The following shall be the Reference Standards for f the High mast:
Code No. Title
a) I.S. 875(Part III) 1987. Code and practice for design loads for structures.
b) BSEN 10025/DIN 17100. Grades of MS. Plates.
c) BS 5135/AWS Welding.
d) BS.ISO 1461 Galvanising
e) TR. No. 7 1996 of ILE, UK. Specification for Mast and foundation.
HIGHMAST:
Structure:
The High mast shall be of continuously tapered, polygonal cross section, at least 16-20 sided, 30 mtrs
presenting a good and please appearance and shall be based on proven In-Tension design conforming
to the standards referred to above, to give an assured performance, and reliable service. The structure
shall be suitable for wind loadings as per IS 875 part 3 1987.The mast shall have a minimum top
diameter of say minimum 150 mm and bottom diameter of minimum 560mm. The height of the mast
shall be as such to maintain good elasticity of slender structure. The minimum thickness of the bottom
section sheet will be 6mm ,middle section will be 5mm and that of top section will be 4mm.
Construction:
The mast shall be fabricated from special steel plates, conforming to BS-EN10—027/DIN 17100 //
BSEN 10025 S 355 or equivalent, cut and folded to form a polygonal section and shall be
telescopically jointed and welded. The welding shall be in accordance with BS. 5135/AWS. The
procedural weld geometry and the workmanship shall be exhaustively tested on the completed welds
tested by radiography and the test certificates to be produced. Mast shall be delivered in multiple
sections of length approximately (or as per Manufacturer specifications) 9690mm top, 10980mm
middle & 10980 bottom 10 meters. Thus a 30M mast shall be delivered in three sections. At site the
sections shall be joined together by slip-stressed fit method. No site welding or bolted joint shall be
done on the mast. The minimum over lap distance shall not be less than 1.5 times the diameter at
penetration. The dimensions of the mast shall be decided based on proper design and design
calculations shall be submitted for verification.
The mast shall be provided with fully penetrated flange, which shall be free from any lamination or
incursion. The welded connection of the base flange shall be Submitted for verification.
208
Signature of Tenderer Signature of Accepting Authority
The mast shall be provided with fully penetrated flange, which shall be free from any lamination or
incursion. The welded connected of the base flange shall be fully development to the strength of the
entire section. The base flange shall be provided with supplementary gussets between the bolts-holes to
ensure eliminations of helical stress concentration. For the environmental protection of the mast, the
entire fabricated mast shall be hot dip galvanised, internally and externally, having a uniform thickness
of 85 microns for the bottom section and 65 micron for the middle and top sections.
Door Opening
An adequate door opening shall be provided at the base of the mast and the opening shall be such that
it permits clear access to equipment like winches, cables, plug and socket, etc. and also facilitate easy
removal of the winch. The door opening shall be complete with a close fitting, vandal resistant,
weatherproof door, provided with a heavy – duty double internal lock with special paddle key.
The door opening shall be carefully designed and reinforced with welded steel section, so that the mast
section at the base shall be unaffected and undue buckling of the cut portion is prevented. Size of door
opening shall not be more than 1200 X 250 mm(or as per manufacturer specification) to avoid
buckling of the mast section under heavy wind conditions.
Dynamic Loading for the Mast: The mast structure shall be suitable to sustain an assumed maximum reaction arising from a wind
speed as per IS 875 (three second gust), and shall be measured at a height of 10 meters above ground
level. The design life of the mast shall be a minimum of 25 years. Wind excited oscillation shall be
damped by method of construction and adequate allowance made for the related stresses.
Foundation
The tenderer shall see the site closely and minutely with regard to the nature of the soil , average depth
of decomposed garbage and debris at proposed mast locations and other conditions before working out
the type of foundation and specifications for the proposed high Mast. The Soil investigations of all
the proposed High Masts shall be carried out by the contractor.
The tenderer shall be responsible for the design of the foundation and safe erection and installation of
the High Mast in mechanically and structurally safe working condition for the design life of the high
Mast. The holding down bolts shall be of high tensile strength and shall be supplied complete with
anchor plate of 4 mm thick for casting into the foundation. The precision made steel template with tube
holes shall be provided to ensure correct vertically and horizontally of bolt alignment. The successful
tenderer shall furnish the details of the type of foundation before starting the work.
Lantern Carriage:
Fabrication:
A fabricated Lantern Carriage of minimum diameter of 1600mmm shall be provided for fixing and
holding the flood light fittings and control gear boxes provided on each mast. The Lantern Carriage
shall be of special design and shall be of durable steel tube construction, the tubes acting as conduits
for wires, with holes fully protected by grommets. The Lantern Carriage shall be so designed and
fabricated to hold the required number of flood light fittings and the control gear boxes, and also have
a perfect self balance.
The Lantern Carriage shall be fabricated in two halves and joined by bolted flanges with stainless steel
bolts and nyloc type stainless steel nuts to enable easy installation or removal form the erected mast.
209
Signature of Tenderer Signature of Accepting Authority
The inner lining of the carriage shall be provided with protective buffer arrangement, so that no
damage is caused to the surface of the mast during the raising and lowering operation of the carriage.
The entire Lantern Carriage shall be hot dip galvanised after fabrication.
Junction Box
Weather proof junction box, made of Cast Aluminium shall be provided on the carriage assembly as
required, from which the inter-connections to the designed number of the flood light luminaries and
associated control gears fixed on the carriage, shall be made.
Raising and lowering mechanism:
For the installation and maintenance of the luminaries and lamps, it will be necessary to lower and
raise the Lantern Carriage Assembly. To enable this, a suitable Winch Arrangement shall be provided,
with the winch fixed at the base of the mast and the specially designed head frame assembly at the top.
Winch:
The winch shall be of completely self sustaining type, without the need for brake shoe, springs or
clutches. Each driving spindle of the winch shall be positively locked when not in use, gravity
activated PAWLS. Individual drum also should be operated for fine adjustment of lantern carriage. The
capacity, operating speed, safe working load, recommended lubrication and serial number of the winch
shall be clearly marked on each winch.
The gear ratio of the winch shall be appropriate and shall be as per manufacturer specification.
However, the minimum working load shall be not less than 750kg. The winch shall be self-lubricating
type by means of an oil bath and the oil shall be readily available grades of reputed producers.
The winch drums shall be grooved to ensure perfect seat for stable and tidy rope lay, with no chances
of rope slippage. The rope termination in the winch shall be such that distortion or twisting is
eliminated and at least 5 to 6 turns of rope remains on the drum even when the lantern carriage is fully
lowered and rested on the rest pads. It should be possible to operate the winch manually by a suitable
handle and/or by an external power tool.The handle shall also be provided for manual operation of the
winches for each Mast. It shall be possible to remove the double drum after dismantling, through the
door opening provided at the base of the mast. Also, a winch gearbox for simultaneous and reversible
operation of the double drum winch shall be provided as part of the contract.
The winch shall be type tested in presence of a reputed institution and the test certificates shall be
furnished before supply of materials. A test certificate shall be furnished by the contractor from the
original equipment manufacturer, for each winch in support of the maximum load operated by the
winch.Torque limit shall be precision made, finally adjustable and working on a system of balls and
springs and shall be of standard model.
Head Frame: The head frame which is to be designed as a capping unit of the mast, shall be of welded steel
construction, galvanised both internally and externally after assembly. The top pulley shall be of
appropriate diameter, large enough to accommodate the stainless steel wire ropes and the multi-core
electric cable. The pulley block shall be made of non-corrodable material, and shall be of die cast
Aluminium Alloy (LM-6). Pulley made of synthetic materials such as Plastic or PVC are not
acceptable. Self-lubricating bearings and stainless steel shaft shall be provided to facilities smooth and
maintenance free operation for a long period. The pulley assembly shall be fully protected by a canopy
galvanized internally and externally.
210
Signature of Tenderer Signature of Accepting Authority
Suitable arrangement shall be made in pulleys such that the electric cable and steel wire ropes are
separated before passing before passing over their respective pulleys.
Close fitting guides and sleeves shall be provided to ensure that the ropes and cables do not dislodged
from their respective positions in the grooves. The head frame shall be provided with guides and stops
with PVC buffer for docking the lantern carriage.
Stainless Steel Wire Ropes:
The suspension system shall essentially be without any intermediate joint and shall consist of only
non-corrodible stainless steel of AISI 316 or better grade.
The stainless steel wire ropes shall be of 7/19 construction, the central core being of the same material.
The overall diameter of the rope shall not be less than 6mm. The breaking load of each rope shall not
be less than 2350 kg. giving a factor of safety of over 5 for the system at full load as per the TR-7
referred to in the beginning of this specification. The end constructions of ropes to the winch drum
shall be fitted with talurit.
The thimbles shall be secured on rope by compression splices. Two continuous lengths of stainless
steel wire ropes shall be used in the system and no intermediate joints are acceptable in view of the
required safety. No intermediate joints/terminations, either bolted or else, shall be provided on the wire
ropes between winch and lantern carriage.
Electrical System, Cable and Cable Connections:
A suitable terminal box shall be provided as part of the contract at the base compartment of the high
mast for terminating the incoming cable. The electrical connections from the bottom to the top shall be
made by special trailing cable. The cable shall be EPR insulated and PCP sheathed to get flexibility
and endurance. Size of the cable shall be minimum 5 core 4 sqmm copper. The cable shall be of
reputed make. At the top there shall be weather proof junction box to terminate the trailing cable.
Connections from the top junction box to the individual luminaries shall be made by using 3 core 1.5
sqmm flexible PVC cables of reputed make. The system shall have in-built facilities for testing the
luminaries while in lowered position.
Also, suitable provision shall be made at the base compartment of the mast to facilitate the operation of
externally mounted, electrically operated power tool for raising and lowering of the lantern carriage
assembly. The trailing cables of the Lantern carriage rings shall be terminated by means of specially
designed , metal clad, multipin plug and socket provided in the base compartment to enable easy
disconnection when required.
Power Tool for the Winch:
A suitable, high powered, electrically driven, internally mounted power tool, with manual over ride
shall be supplied for the raising and lowering of the lantern carriage for maintenance purposes. The
speed of the power tool shall be to suit the system . The power tool shall be single speed, provided with
a three phase ,415 V ,50 Hz,motor of the required rating . The power tool shall be supplied complete
with push button type remote control switch, together with 6 (six) meters of power cable, so that the
operations can be carried out form a safe distance of 5 (five) meters. The capacity and speed of the
electric motor used in the power tool shall be suitable for the lifting of the design load installed on the
lantern carriage. The control accessories for the power tool shall be mounded on the timer panel and
shall be connected to the power tool motor internally mounded in the high mast.
211
Signature of Tenderer Signature of Accepting Authority
The power tool mounting shall be so designed that it will be not only self supporting but also aligns the
power tool perfectly with respect to the winch spindle during the operations. Also, a handle for the
manual operation of the winches in case of problems with the electrically operated tool, shall be
provided and shall incorporate a torque limiting device.
There shall be a separate torque-limiting device to protect the wire ropes from over stretching. It shall
be mechanical with suitable load adjusting device. The torque limitor shall trip the load when it
exceeds the adjusted limits. There shall be suitable provision for warning the operator once the load is
tripped off. The torque limitor is a requirement as per the relevant standards in view of the over all
safety of the system. Each mast shall have its own power tool motor.
Lighting Finial One number heavy duty hot dip galvanised lighting finial shall be provided for each mast. The lighting
finial shall be minimum 1.2M in length and shall be provided at the center of the head frame. It shall
be bolted solidly to the head frame to get a direct conducting path to the earth through the mast. The
lighting finial shall not be provided on the lantern carriage under any circumstances in view of
safety of the system.
Aviation Obstruction Lights: Aviation Obstruction Lights of reliable design and reputed manufacturer shall be provided on top of
each mast as mentioned in the BOQ item.
Earthing Terminals: Suitable earth terminal using 12mm diameter stainless steel bolts shall be provided at a convenient
location on the base of the Mast, for lighting and electrical earthing of the mast.
Test certificates
The following test certificates from the manufacturers shall be furnished.
Dynamic loading test certificate.
Zinc coating test certificate
Winch load taking certificate
Electric Motor test certificate
Structural stability of Mast
Welding test certificate
Luminaries
Luminaries shall be specially designed with suitable lamp housing and control gears for 400 W HPSV/
Metal Halide Lamps as per BOQ item. The luminaries shall be tested as per Indian standards and test
reports shall be submitted along with the materials. The luminaries shall be suitable for installation on
high masts. Make of the luminaries shall be Philips /Bajaj/Crompton only.
Make of High Mast
Make of High Mast shall be Bajaj/Crompton/Philips./ Valmont.
Note: 1. The foundation for the high mast in BOQ item is considered assuming that soil bearing
capacity of 10 ton per sq. mtr. at 2 mtr. Depth. The Standard design of foundation for
manufacturers as per this design is considered in the BOQ rate. In case of any extra civil work
like RCC, Excavation, etc. for foundation is required as per soil bearing capacity and
212
Signature of Tenderer Signature of Accepting Authority
foundation design at the location of high mast, it will be paid extra based on the actual extra
quantity of civil work based on DSR-2016 civil rates.
2. The design of the foundation drawing shall be got checked and approved by Civil
Engineering Department of any AICTE recognized Engineering College/IIT/NIT.
213
Signature of Tenderer Signature of Accepting Authority
Annexure-G
AIR CONDITIONERS
GENERAL
The contractor shall supply and install split system air conditioner with 5 star rating wherever
indicated. The system shall be complete in all respects and comply with the specifications as given.
CONDENSING UNITS Each condensing unit shall be complete unit with hermetic rotary compressors, air cooled
condenser, condenser fans with motors, internal piping, switches and internal wiring and shall be
enclosed in a weather proof outdoor type housing.
The Compressor shall be hermetic, with enclosed gas cooled motor. The compressors shall be suitable
for R-22.
The condenser coil shall be air cooled type with aluminum sine wave fins and copper tubes and
necessary refrigerant connections. The copper tubes shall not be less than 1/2‖ O.D.
The condenser air fans shall be propeller type direct driven, each complete with motor. The air quantity
and area of the condenser shall be adequate for working in the specified outdoor conditions.
The casing shall be fabricated from galvanized steel and finished with powder coated paint. The casing
shall make the whole unit fully weather proof. Suitable for outdoor installation.
The unit shall include a remote control assembly with thermostat and starter and speed switches.
The necessary charge of refrigerant gas and lubricated oil shall be provided to run the system.
COOLING UNIT The cooling unit shall be matched to the respective condensing unit and shall consist of cooling coil,
blower, filters, outer casing, drain pan, accessories etc.
The cooling coil shall have copper tubes of not less than 1/2‖ O.D. and continuous aluminum sine fins
with integral collars. The tubes shall be staggered in the direction of the air flow.
The fan section shall comprise of 1 No. statically and dynamically balanced centrifugal blower,
motor, drive package, mounting arrangement etc.
The unit casing shall be made of galvanized steel, the casing shall be insulated to lower the noise
level and eliminate condensation.
Indoor unit should be as per UL-94.
REFRIGERANT PIPING The condensing unit and evaporator unit shall be interconnected by type `L‘ seamless refrigerant liquid
and suction lines using flared or brazed fittings. Necessary accessories shall be incorporated in the
circuit.
214
Signature of Tenderer Signature of Accepting Authority
The suction and liquid line shall be insulated with 13 mm thick expanded polyethylene/ Nitrile rubber
insulation. And the discharge/gas line shall be insulated with 19mm thick of the same material.
Necessary chases and holes in walls and floor etc for laying the piping work shall be done by
contractor, after completion of work necessary repair work shall be done by contractor and brought to
its original finish
MISCELLANEOUS The unit shall have control panel, housing the starting switches, contractor, relays etc.
Isolation pads shall be provided under the units.
Insulated drain line shall be provided from indoor unit up to drain trap.
Suitable M. S. channel supporting frame shall be provided for the condensing unit and supporting
arrangement for the indoor units.
Interconnecting power and control cabling shall be provided between condensing unit and evaporator
unit.
PVC flexible sleeves shall be provided to cover the insulated refrigerant piping and electrical cabling
from indoor to outdoor units. Compressor current should not flow through indoor unit. Inbuilt
protection in indoor unit against electric fault to be provided.
INSTALLATION The split type air conditioner shall be mounted on vibration isolators and installed in accordance with
the manufacturer‘s recommendation such that no disturbing vibration or noise is being transmitted to
the nearby structure.
Refrigerant pipes that exposed to outdoor shall be covered with UV coating to protect insulation from
direct UV exposure.
Anti-corrosion protective coating on refrigerant pipes, Bents, Joints of indoor & outdoor unit to be
done to avoid leakages.
All galvanized support beams, galvanized legs, galvanized hangers, anchor bolts, vibration isolators,
and ductworks and shall be provided for the installation of the units.
TESTING AND COMMISSIONING After installations are completed, all air-conditioning system shall undergo test run. Any adjustments
that are needed shall be made to assure that all air-conditioning system will operate either the required
performance. Report forms to contain following minimum data listings shall include design and actual
conditions for each Item mentioned below:
(1) Date and time of test.
(2) Air-conditioning unit make, type, name and serial number.
(3) Fan rpm.
(4) Fan motor amperage
(5) Rated motor amperage, starter number and ampere rating.
(6) Fan CFM
(7) Fresh air CFM in case of ductable units
(8) Outside conditions (DB and WB)
(9) Entering coil conditions (mixing) (DB and WB)
(10) Leaving coil conditions (DB and WB)
215
Signature of Tenderer Signature of Accepting Authority
TECHNICAL SPECIFICATIONS
FIRE DETECTION WITH DIGITAL VOICE EVACUATION SYSTEM)
1.0 Basics of design
An intelligent Fire Alarm system (IFAS) shall be provided to effect total control over the life safety
services required in the building. The IFAS shall be of the digital, distributed processing, real time,
multitasking, multi user and multi-location type. The system shall be provided with addressable and
analog fire alarm initiating, annunciating and control devices. The addressable and intelligent system
shall be such that smoke sensors, thermal sensors, manual pull stations etc. can be identified with point
address. The system shall be capable of:
a). Setting smoke sensor sensitivity remotely to either high sensitivity manually or on a
preprogrammed sequence e.g. occupied/unoccupied period. The IFAS shall be able to recognize
normal and alarm value that reveals trouble condition, and above normal values that indicate either pre
alarm condition or the need of maintenance.
b). Read-out address at actual space temperature at thermal detector points. The operator shall also be
able to adjust alarm and pre alarm threshold and other parameters for the smoke sensors.
c). Provide a maintenance/ pre-alert alarm capability at smoke sensors to prevent The detectors from
indicating a false alarm due to dust, dirt etc.
d). Provide alarm verification of individual smoke sensors. Alarm verification Shall be printed on the
printer at the control stations printer to enhance system maintenance and identify possible problem
areas.
e). Provide local numeric point address and LED display of the device and current condition of the
point. Local annunciation shall not interfere with annunciation from the Fire Control System.
f). Provide outputs that are addressable, i.e. outputs shall be able to command such points manually
or assign the points to logical groups (Software Zones) for pre-programmed operation.
In the event of fire alarm, but not in a fault condition, the following systems shall perform
automatically.
a) The system alarm LED on the main fire alarm control panel shall flash.
b) A local Piezo-electric sounder shall be sounded.
c) The LCD display on the main fire alarm control panel shall indicate all information associated with
fire alarm condition including the type of alarm point and its location within the premises.
d) Printing the information associated with the fire alarm control panel condition, along with the time
and date of occurrence.
Codes and Standards to followed.
a) National Building Code & BIS of India.
b) NFPA 72 / 76 / 318 / 101 / 13 / 2001 Fire Codes
c) The product offered shall be UL listed.
d) The installation will be governed by the CPWD specification and code of practice for fire alarm.
216
Signature of Tenderer Signature of Accepting Authority
2.0 Fire Alarm Control Panel
The Fire Alarm control panels shall function both as an independent stand alone system element as
well as an interface between the control processing unit and the fire detectors, their accessories and
the controlled devices. The control panel shall be intelligent type with its own microcomputer and
memory. It shall be powered with high efficiency SMPS.
The fire alarm panels shall be microprocessor based and shall have necessary detector interface units
(for both addressable and non-addressable sensors) , alarm output modules for external hooter & lamp
control output modules for various control functions through relay contacts and communication
modules for interfacing with the outside world. The processor shall interacts with the other modules
through a common bus. The system shall store all basics system functionality and job specific data in
non-volatile memory. All site specific and operating data shall survive a complete power failure
intact. Password shall protect any changes to system operations.
The fire alarm panels shall have the facility to process the Input signals and Control the output
functions either directly or through I/O interface Modules as per the requirements.
The fire alarm panels shall continuously scan the various loops for conditions of fire, fault (Open
circuits as well as short circuit) and provide audio-visual alarm and messages as the case may be. Each
loop shall be capable for connecting at least 318 detectors.
The Fire Alarm Panel shall be protected against any kind of short circuits, open circuits, over voltage
and under voltage. In case of any abnormality, the system shall display appropriate message. The Panel
should have a CPU watch do circuits to indicate trouble should the CPU fail.
The system should perform Fire Pattern Recognition for this purpose. It shall offer the following
features:
a) Smoke entering a detector of a short duration (e.g. cigarette smoke) shall not cause any alarm.
b) A fast build up of smoke shall result in quick alarm generation.
c) A gradual build up of smoke shall be detected early by reducing the pre-warning limit automatically
(without disturbing the alarm level).
d) A slow build up of dirt in detectors shall be recognized and the alarm level shall be suitably
modified without generating any false alarms.
e) For this purpose, the Fire alarm Panels shall have necessary Hardware and Software filters.
The Fire Alarm Panels shall have the under mentioned additional features:
a) Logging an alarm, time and action text on printer.
b) Status check of disabled alarm addresses before they are restored.
c) Storing of alarms and the possibility of internal organization of alarms.
Offered Fire Alarm Panels shall have high degree of flexibility with:-
a) The possibility of expanding to a bigger system with several control panels and control and
information units
b) Programmable actuation of control output relays for tripping ventilators closing of fire doors,
closing of fire dampers etc. in case of fire. The system shall also provide a manual over riding facility
to operate e-activate the above.
c) Connection to addressable as well as non-addressable conventional) Detectors, Manual Pull station
etc.
Fire Alarm panel shall have memory storage with date and time of occurrence and an alarm counter for
number of alarms occurred after the system is installed.
217
Signature of Tenderer Signature of Accepting Authority
Fire reasons of reliability and preventing inadvertent changes, the software / database shall be
maintained in Non-volatile Memory. It shall be possible to reprogram the software by authorized
personals only. Fire Alarm panel shall provide access protection via password (multi level) Hardware
protection shall be via a security lock and key arrangement.
Offered Fire Alarm Panels shall automatically scan the whole system and confirm the user entered
configuration. It shall also generate the appropriate messages.
System should check up all the detectors periodically (by scanning) for the sensitivity of the detectors.
Whenever any detector sensitivity goes down due to/ soiling or dust accumulation it should provide the
required biasing to bring the detector's sensitivity up to the required level. In case any detector goes
below the minimum sensitivity level. It should issue a warning tone for cleaning the detector manually.
Therefore each analog detector shall be monitored for maintenance alert.
The system shall support distributed processor intelligent detectors with the following operation
attributes, integral multiple differential sensors, automatic device mapping electronic addressing
Environmental compensation, Pre alarm, dirty detector identification, automatic day/night sensitivity
adjustment, normal / alarm LEDs, relay bases, sounder bases and isolator bases.
The Fire Alarm Control Panels shall be of multiplex system using distributed memory, processing and
control configured in regenerative network using a Master network controller and various field Panels
and remote controller. These regenerative Networks shall be capable of generating critical system
functions in the event of Master network controller fails or data line is severed. The Network upon
failure of these shall sense the missing remote controllers or field panels and regenerate itself into a
system or system dependent upon the remaining hardware. Each segment that has been regenerated
shall be a full operating system capable of passing individual device or zone information to or from
any remote field panel for operation of appropriate output devices and events.
The unit shall provide interactive control with history logging. Manual and over ride control of the
system shall be accomplished through on screen touch switches. All the zone shall be displayed with
color coded graphics that indicate the status of each zone and its location.
Indications as mentioned hereunder shall be available on the Fire Alarm Panels.
a) RED and AMBER high power LED to indicate any zone on fire and fault respectively. Zone number
and the area should be displayed on alphanumeric line by 640 characters back. Lit alphanumeric
graphical LCD display on the control Panel. Nature of fault shall also be indicated on the LCD display.
The main LCD panel and operator console shall be in modular form and the same should be used as a
repeater panel thus enabling full featured remote operation of the fire alarm system. .
b) Mains-on (Green) In case of mains failure. SYSTEM ON BATTERY LIGHT should come up.
c) Battery under voltage should be indicated by flashing.
d) Other indications as system design.
e) It should have the facility of for the connection of printer.
218
Signature of Tenderer Signature of Accepting Authority
Modular system design sign, with a layered application design concept including an ―Operational
layer" and a "human interface layer" to allow maximum flexibility of the system with a minimum
physical size requirement. The panel should be dust and vermin proof.
The panel should support several service groups within the system program to allow the testing of the
installed system based on the physical layout of the system. Not on the wiring of the field circuits
connected to the FACP.
All the metal portions of the panel should be powder coated and earthed properly.
3 DETECTORS AND ADDRESSABLE DEVICES
a) Detector (Smoke/heat/beam) shall have an integral microprocessor capable of making alarm
decisions based on fire parameters. Maximum total analog loop response time for detectors
changing state shall be less then 3 seconds as required by Codes & Standard. The addressable
detectors shall be designed to detect one or more characteristics of fire. Light smoke or heat. The
prime function of an addressable detector shall be to detect a fire in its early stages by one of its
characteristics phenomenon, both visual and invisible and convert the same into an electrical
signal for initiating the local and remote alarm.The addressable detectors shall be suitable for
column / ceiling mounting.
b) The detectors shall be plug-in type and shall have common base.
c) An indicator Dual LED shall be provided on the detector which illuminates when the detector has
reached a preset alarm level. The indicator shall be operated independently of the detector form
the central control panel.
d) The construction of the detector and bases shall be in white self-extinguishing polycarbonate
plastic. Full circuitry must be protected against moisture and fungus. Smoke entry points must be
protected against dust and insect ingress by corrosion resistant gauze. The detector must be
unobtrusive when installed.
4 SYSTEM COMPONENTS:
Addressable Manual Fire Alarm Box (Manual Call Point)
Addressable manual fire alarm boxes shall, on command from the control panel, send data to the panel
representing the state of the manual switch and the addressable communication module status. The
device shall operate once the glass is broken. All operated stations shall have a positive, visual
indication of operation.
Intelligent Multi Criteria Smoke Detector
a) The intelligent multi criteria detector shall be an addressable device that is designed to monitor
a minimum of photoelectric and thermal technologies in a single sensing device. The design shall
include the ability to adapt to its environment by utilizing a built-in microprocessor to determine its
environment and choose the appropriate sensing settings. The detector design shall allow a wide
sensitivity window, no less than 1 to 4% per foot obscuration. This detector shall utilize advanced
electronics that react to slow smoldering fires and thermal properties all within a single sensing
device.
219
Signature of Tenderer Signature of Accepting Authority
b) The microprocessor design shall be capable of selecting the appropriate sensitivity levels based
on the environment type it is in (office, manufacturing, kitchen etc.) and then have the ability to
automatically change the setting as the environment changes (as walls are moved or as the occupancy
changes).
c) The intelligent multi criteria detection device shall include the ability to combine the signal of
the thermal sensor with the signal of the photoelectric signal in an effort to react hastily in the event of
a fire situation. It shall also include the inherent ability to distinguish between a fire condition and a
false alarm condition by examining the characteristics of the thermal and smoke sensing chambers
and comparing them to a database of actual fire and deceptive phenomena.
Addressable Analog Heat Detectors
a) The Heat Detector shall be Analog, Addressable Detector with its own manually set digital
code and be able to give a single digitised output to the Fire Alarm Panel
regarding its condition. The Detector shall employ the thermistor principle for heat sensing and the
fixed temperature setting shall be at 60 degrees Centigrade. It shall be able to communicate with the
Fire Alarm Panel by the Pulses emitted from the Panel
b) The Base of the Detector shall be interchangeable with other Smoke Detectors and the
construction shall be of flame retardant material. LEDs shall be provided to indicate locally alarm
condition. The enclosure shall meet IP 22 protection grade.
c) It shall be able to withstand temperature variations from 0o C to 50o C. Further, relative
Humidity (non Condensing type) upto 95% shall not hamper its performance. The Voltage rating
shall be from 17 V DC to 28 V DC, though the voltage may be changed depending upon the working
voltages of a proprietary Fire Alarm Panel.
d) The Detector shall meet the requirements of either EN 54 or shall be listed with UL. It shall
be possible to test the Detector's working both from the Panel as well as locally by means as
designed by the Contractor and approved by the Project Manager. The approved coverage per
Detector for unhampered areas shall not be less than 30 sq. M. The detector shall be capable of
being reset automatically after any alarm condition
Beam Detectors
Beam Detector, Combined transmitter and receiver unit, Unique servo-operated test filter, Range 5 –
100 metres, 4 x fixed sensitivity/threshold levels,2x automatic variable sensitivity modes, Operates in
the Infra-Red light spectrum, Numerical indicators to aid beam alignment, Standby, fault and alarm
LED indicators visible from the front and bottom,±10°horizontal and vertical beam alignment,
Automatic drift compensation.
Addressable Control Module a) Addressable control modules shall be provided to supervise and control the operation of one
conventional NACs of compatible, 24 VDC powered, polarized audio/visual notification appliances.
b) The control module NAC may be wired for Style Z or Style Y (Class A/B) with up to 1 amp of
inductive A/V signal, or 2 amps of resistive A/V signal operation.
c) Audio/visual power shall be provided by a separate supervised power circuit from the main fire
alarm control panel or from a supervised UL listed remote power supply.
220
Signature of Tenderer Signature of Accepting Authority
d) The control module shall be suitable for pilot duty applications and rated for a minimum of 0.6 amps
at 30 VDC.
Isolator Module
a) Isolator modules shall be provided to automatically isolate wire-to-wire short circuits on an branch.
The isolator module shall limit the number of modules or detectors that may be rendered
inoperative by a short circuit fault on the loop segment or branch. At least one isolator module shall
be provided for each floor or protected zone of the building.
b) If a wire-to-wire short occurs, the isolator module shall automatically open-circuit (disconnect) the .
When the short circuit condition is corrected, the isolator module shall automatically reconnect the
isolated section.
c) The isolator module shall not require address-setting, and its operations shall be totally automatic.
It shall not be necessary to replace or reset an isolator module after its normal operation.
d) The isolator module shall provide a single LED that shall flash to indicate that the isolator is
operational and shall illuminate steadily to indicate that a short circuit condition has been detected
and isolated.
The audio message generator shall have the following indicators and controls to allow for proper
operator understanding and control:
• LED Indicators:
• Lamp Test
• Trouble
• Off-Line Trouble
• Microphone Trouble
• Phone Trouble
• Busy/Wait
• Page Inhibited
• Pre/Post Announcement Tone
• Controls with associated LED Indicators.
• Speaker Switches/Indicators
The speaker circuit control switches/indicators shall include visual indication of active and trouble
status for each speaker circuit in the system.
The speaker circuit control panel shall include switches to manually activate or deactivate each
speaker circuit in the system.
Strobe cum Alarm Hooters (Addressable) Strobe cum Alarm hooters shall be suitable for indoor, or outdoor, application with the Appropriate
4 x 4 in. electrical box. All hooters shall be 24 V DC operated. The minimum Sound level shall be
90 db at 10 feet. Hooters shall be surface semi-flush mounted.
Control Switches
a) The Output Device shall provide an addressable output for a separately powered alarm
indicating circuit or for a control relay.
b) The Output Device shall provide a supervised indicating circuit where indicated on the plans. An
open circuit fault shall be annunciated at the Fire Alarm panel.
c) The Output Device shall provide a control relay where indicated on the plans. The relay contacts
shall be SPDT rated at two amps 24 V DC.
d) The device module shall contain an LED which blinks upon being scanned by the Fire Alarm
panel. Upon activation of the device, the LED shall be latched on.
221
Signature of Tenderer Signature of Accepting Authority
5. POWER SUPPLY
a) The control panel shall derive 230 Volts power from main supply. A standby power supply
shall be immediately available in the event of failure of normal supply and shall automatically be
connected so as to maintain the equipment in condition such that fire alarm originating from the
operation of Detector can be given. The standby battery as secondary supply shall be such that
when charged by associated battery charging equipment it can operate independently for a period
of 12 hours. It shall have enough power supply to cope with additional load resulting in alarm
originated from two separate zones for the one hour. Batteries shall be of Lead Acid type and
sealed Maintenance free.
b) Suitable arrangements shall be incorporated to prevent secondary batteries from discharging
through the charging equipment in the event of its breakdown or a failure in the supply.
c) Necessary automatic changeover from normal to standby DC supply in case of main supply
failure shall be provided by the Contractor.
d) In addition to the batteries, a battery charger suitable for operation on the auxiliary power
available in the plant as specified above shall be supplied. The capacity of the charger shall be
such that the same can boost charge the battery (within 8 hrs) while supplying the rated load of
the fire detection and annunciation system. Facilities shall be provided to limit the voltage
supplied to fire detection and alarm system to their rated values during the time of boost charging.
The charger shall normally supply the battery trickle charging current and the DC load of the fire
detection and alarm system. In case the AC supply on the input side of the charger fails the
necessary power for the complete fire detection and alarm system shall be supplied by the battery.
e) Visible and audible annunciation for troubles or failure in the power supply system like
"charger Failure", "Battery Low Voltage", etc. shall be provided.
f) Battery earth/fault indication/annunciation shall be included in the panel.
BATTERIES: a) The battery shall have sufficient capacity to power the fire alarm system for not less than
twenty-four hours plus 5 minutes of alarm upon a normal AC power failure.
b) The batteries are to be completely maintenance free. No liquids are required. Fluid level
checks for refilling, spills, and leakage shall not be required.
c) If necessary to meet standby requirements, external battery and charger systems may be used.
Networking An additional output drive card must be provided to facilitate networking between two or more
panels.
Wiring
Writing shall be carried out with 2 core, 1.5 sq. mm. stranded copper conductor which shall be
PVC insulated with Aluminium foil, screen 50% ABC braided and PVC sheathed.
Conductors
All cables used shall be as per makes in the tender documents.
222
Signature of Tenderer Signature of Accepting Authority
6. LIST OF APPROVED MAKES
FIRE FIGHTING
It may please be noted that the contractor shall use approved makes of materials. The
final selection of materials, out of the approved makes of materials or otherwise to be
used at site shall rest with the Engineer-in-charge and it shall be binding on the
Contractor. The Contractor shall get the samples of all items, not covered in the
approved makes, approved from the Engineer-in charge before commencing the supply.
S.N. Materials Brand Name
1 G.I. / M.S. Heavy class pipe
Jindal Hissar, Tata Conforming to IS:
1239/3589
2 Gate Valve (Gunmetal) up to
50mm
Leader, Zoloto, Kirloskar
3. Sluice Valves/ Non-return
Valves/Motorized Butterfly
Valves Automation.
Audco, Zoloto, Kirloskar, Cair
Euromatic
4. Horizontal centrifugal pumps
Multi Stage Multi Outlet.
Kirloskar, Mather & Platt(Wilo),
Grundfoss
5. Jockey pump
Kirloskar, Mather & Platt (Wilo),
Grundfoss
6. Motors (T.E.F.C)
Crompton, Kirloskar, Siemens
7. Portable Fire Extinguishers
(ISI Marked)
Minimax, Newage, Safeguard, Kanex.
Cease Fire
8. First-Aid Hose Reel Kesara/ Mitraflex/Exflame
9. Fire Hydrant landing valve
(ISI Marked) /Fire Brigade
connection
Newage, Safeguard, GETECH
10. Reinforced rubber lined
canvas hoses
Newage, Safeguard, GETECH
11. M.S. Conduit & Accessories ISI Marked
12. PVC insulated copper
conductor Wire,
National, Havells, Finolex, Polycab,
Gemscab, KEI, KEL
13. Flow Switch
System sensor, forbes marshall
14. Stainless Steel branch pipes,
nozzles & couplings
Newage, GETECH, Safeguard
15. Sprinklers Tyco, HD (U.L. approved)
16. Installation Control Valves
(UL approved)
Tyco, HD, Viking
17. Cables (XLPE) National, Havells, Finolex, Polycab,
Gemscab, KEI, KEL
223
Signature of Tenderer Signature of Accepting Authority
18. Pressure Switches Indfoss, Switzer
19. Cushy Foot Mounting Dunlop,resistoflex
20. Batteries Exide, Standard
21. Switches, Starters Siemens, Schneider, Legrand, L&T
22. Air Release Valve GM Newage, Safeguard
23. Meters A.E & Guru
24. C.T. A.E & Kappa, Advance
25. Cable End Termination Siemens, Dowells,
26. Terminal block Ecmech, Wago
27. Suction Strainer Zoloto, Heaven, Emerald
28. Single phase preventor
Minilec, Siemens
29. Main Panel (Electrical) &
Control Panel
Tricolite, ASPL, Advance Power &
Switchgear Pvt.Ltd., ADLEC,
Neptune/ any CPRI approved Panel
Manufacturer. However, prior
approval shall be taken
30 Diesel Engine Oil Engine, Kirloskar, Cummins
FIRE DETECTION
SL.
NO. MATERIAL MAKES
1. Main fire alarm panel :
TYCO/Edwards/Notifier /Siemens
(Fire finder)/Honeywell /Johnson
Control IFC Series/ /Morlay
2.
Fire Detectors / Manual call
points / Control modules
TYCO/Edwards/Notifier /Siemens
(Fire finder)/Honeywell /Johnson
Control IFC Series/ /Morlay
1. Detection Devices
TYCO/Edwards/Notifier /Siemens
(Fire finder)/Honeywell /Johnson
Control IFC Series/ /Morlay
2. Manual Call Points
TYCO/Edwards/Notifier /Siemens
(Fire finder)/Honeywell /Johnson
Control IFC Series/ /Morlay
3. Monitor /Control Modules TYCO/Edwards/Notifier /Siemens
(Fire finder)/Honeywell /Johnson
224
Signature of Tenderer Signature of Accepting Authority
Control IFC Series/ /Morlay
4. Fault Isolators
TYCO/Edwards/Notifier /Siemens
(Fire finder)/Honeywell /Johnson
Control IFC Series/ /Morlay
5. Fire Alarm Control Panel
TYCO/Edwards/Notifier /Siemens
(Fire finder)/Honeywell /Johnson
Control IFC Series/ /Morlay
6. Repeater Panel
TYCO/Edwards/Notifier /Siemens
(Fire finder)/Honeywell /Johnson
Control IFC Series/ /Morlay
7.
FRLS Cables :
TYCO/Edwards/Notifier /Siemens
(Fire finder)/Honeywell /Johnson
Control IFC Series/ /Morlay
8.
Amplifier/Hooters/ :
TYCO/Edwards/Notifier /Siemens
(Fire finder)/Honeywell /Johnson
Control IFC Series/ /Morlay
9 Beam Detectors :
TYCO/Edwards/Notifier /Siemens
(Fire finder)/Honeywell /Johnson
Control IFC Series/ /Morlay
10. Equipment Rack President/MTS/SPIDER/APC
Note:
Above makes of equipment are approved subject to their meeting the specifications. The
contractor, however, shall seek approval of specific make from Engineer In-charge before
commencing the work. The decision of Engineer in-charge shall be final and binding on the
contractor in this respect.
Items that are not covered in the above list and are required for execution shall be procured with the
approval of Engineer Incharge. The decision of Engineer Incharge shall be final and binding on the
contractor in this respect.
225
Signature of Tenderer Signature of Accepting Authority
SECTION – VIII
(APPENDIX SHOWING IMPORTANT
SCHEDULES)
226
Signature of Tenderer Signature of Accepting Authority
SECTION VIII
APPENDIX SHOWING IMPORTANT SCHEDULES
1. SIGNING THE AGREEMENT : Within 60 days after the date of issue of
Letter of Acceptance.
2. COMMENCEMENT OF WORK : 15th
days after date of the issue of
letter of Acceptance (LOA).
3. EMD TO BE SUBMITTED
ALONG WITH TENDER : Rs. 29,65,080/- should be submitted
through e-payment and the receipt of the
same should be scanned and uploaded
alongwith tender.
4. PERIOD OF COMPLETION : 24 Months from the 15th day after date
of issue of letter of acceptance.
5. LIQUIDATED DAMAGES : As per Clause 17 (B) of GCC
6. VALUE OF RUNNING ON
ACCOUNT BILL
Running account bill not less than 5% of
contract value.
7. PERFORMANCE GUARANTEE : 5% of the contract value in the form of
irrevocable Bank Guarantee to be
deposited before signing of agreement. (within 30 days from date of issue of
LOA & with penalty upto 60 days as
per Clause 16 (4) of GCC )
8. SECURITY DEPOSIT : 5% of the contract value or modified
contract value. Recoveries will be made
@ 10% from each running on
account/final bills till it reaches SD
amount.
9. SECURED ADVANCE : 75% of the cost of non-perishable
materials.
10. MOBILISATION ADVANCE : 10% of the contract value as per special
condition of contract.
11. INCOME TAX, GOODS AND
SERVICE TAX DEDUCTIONs : At prevailing rate from each bill.
12. DEFECTS LIABILITY PERIOD : 12 months after actual & final
completion of work.
13. PERIOD OF FINAL
MEASUREMENT : 03 months after physical completion of
work
227
Signature of Tenderer Signature of Accepting Authority
Section - IX
BANK DETAILS PERFORMA
228
Signature of Tenderer Signature of Accepting Authority
Banker details for refund of EMD through E-payment
Name of Work: Earthwork, Construction of CC Block Pavement, Approach Road, Culvert, P-Way
Track Work, Boundary Wall, Pre-Engineered Warehouses, Admin. Bldg. and other
Allied works for development of MMLP at Paradip, Odisha.
Name of contractor :
Name of Bank :
Address of Bank :
Type of Bank Account :
Bank Account No. :
MICR NO. :
Bank‟s Sort Code :
Bank‟s Swift Code :
RTGS Code (IFSC Code)
(Alphanumeric 11 digit code)
Bank Telephone :
One cheque duly cancelled (signature not required) :
Signature of contractor with office seal
229
Signature of Tenderer Signature of Accepting Authority
Section - X
LIST OF MANDATORY TESTS
230
Signature of Tenderer Signature of Accepting Authority
SECTION – X
LIST OF MANDATORY TESTS
S. No. Description of
Material
Test Reference of IS
Code /
Specification
for testing
Field /
Laboratory
test
Frequency of testing
1 Cement
(Approved
brand :-JK,
Gujarat Ambuja,
Birla Uttam,
ACC, Vikram
Shree, Ultratech,
Binani, Lafarge,
Madras Cement
(Ramco), India
Cement, Jaypee,
J K Laxmi,
Dalmia)
Physical & chemical
properties
IS : 4031 Lab Initial Test-01 test for each brand of
cement. Subsequently, 01 test for 200
MT or part thereof for each brand.
Cement should be of approved brand and
each lot should be accompanied by
manufacturer's test certificates
2 Reinforcement
steel (Approved
brand:-SAIL,
TATA, RINL,
JINDAL)
Physical & chemical
properties
IS :1786 Lab Initial Test-01 test for each brand and
each dia of reinforcement steel ,
Subsequently - One test for every 35 MT
or part thereof. Reinforcement Steel
should be of approved brand and each
lot should be accompanied by
manufacturer's test certificates
3 Water PH value, chlorides,
sulphates, alkalinity
test, acidity test,
suspended matter,
organic matter and
inorganic matter
IS:3025 Lab Initial Test- Source approval at
commencement of work and
Subsequently- every six months or
change of source.
4 Coarse
Aggregate -
Building works
Gradation IS 2386 - I Field / Lab Minimum one test for every 50 cum or
part thereof.
Deleterious material IS 2386 - II Field / Lab
Specific Gravity IS 2386 - III Field / Lab
Crushing value IS 2386 - IV Field / Lab
impact value IS 2386 - IV Field / Lab
10% fine value IS 2386 - IV Field / Lab
5 Fine Aggregate-
Building works
Organic impurities Appendix 'A ‗of
chapter 3,
CPWD
Specifications
Field Minimum one test for every 50 cum or
part thereof.
Silt content Appendix ' C 'of
chapter 3
,CPWD
Field
231
Signature of Tenderer Signature of Accepting Authority
Specifications
Bulking of Sand Appendix 'D 'of
chapter 3
,CPWD
Specifications
Field
Gradation Appendix 'B 'of
chapter 3
,CPWD
Specifications
Field / Lab
6 Coarse
Aggregate -
Road , Pavement
works
Gradation IS 2386 - I Field / Lab One test for everyday's work.
Flakiness and
Elongation Index
IS 2386 - I Field / Lab Once for each source of supply and
subsequently on monthly basis.
Deleterious material IS 2386 - II Lab One test for everyday's work.
Water Absorption IS 2386 - III Lab Regularly as required subject to a
minimum one test a day. This data shall
be used for correcting the water demand
of mix on a daily basis
Los Angeles
Abrasion
Value/Aggregate
Impact value
IS 2386 - IV Lab Once for each source of supply and
subsequently on monthly basis
Soundness IS 2386 - V Lab Before approving the aggregates and
every month subsequently.
Alkali aggregate
reactivity
IS 2386 - VII,
IS:456
Lab Before approving the aggregates and
every month subsequently.
7 Fine Aggregate -
Road ,Pavement
works
Gradation IS 2386 - I Field / Lab One test for everyday's work.
Deleterious material IS 2386 - II Lab One test for everyday's work.
Water Absorption IS 2386 - III Lab Regularly as required subject to
minimum two test per day. This data
shall be used for correcting the water
demand of mix on a daily basis.
Silt Content Appendix 'C' of
chapter 3
,CPWD
Specifications
Field Minimum one test for everyday's work.
8 Slump Test -
Building Works
Appendix 'D' of
Chapter 4,
CPWD
Specifications
Field Minimum one test for every 20 cum of
concrete or part thereof
9 Slump Test -
Pavement Works
IS 1199 Field One test per each dumper load at both
Batching plant site and paving site
initially when work starts. Subsequently,
sampling may be done from alternate
dumper.
232
Signature of Tenderer Signature of Accepting Authority
10 Cube Test
(i) Reinforced
Cement
Concrete -
Building works
7 days and 28 days
Compressive
strength
IS 516 Lab One sample of six cubes for every 50
cum or part thereof
(ii) Dry Lean
Concrete (DLC)
- Pavement
Work
7 days compressive
strength
IS 516 Lab One sample of five cubes for every 150
cum or part thereof
(iii) Pavement
Quality Concrete
(PQC) -
Pavement Work
Compressive
strength, flexure
strength
IS 516 Lab 2 cube set samples and 2 beam set
samples per 150 cum or part thereof for
each day production.
11 Earthwork
Gradation/clay &
sand content
IS 2720 -IV Lab
2 tests per 3000 cum or part thereof for
each source.
Atterberg's limit IS: 2720-V Lab
California Bearing
Ratio
IS 2720-XVI Lab
Maximum dry
density / OMC
IS 2720-VIII Lab
Deleterious content IS: 2720-XXVII Lab
Free swelling Index IS: 2720-XXXX Lab As and when required by Engineer
Field density IS: 2720-
XXVIII
Field (a) One set of 10 measurements for each
layer per 3000 sqm of compacted area
for embankment
(b) One set of 10 measurements for each
layer per 2000 sqm of compacted area of
shoulder and sub-grade.
Moisture content IS: 2720-II Field 2 tests per 1000 cum
12 Granular Sub base
Gradation IS 2386- I Field / Lab Minimum 01 test per source and
additional test after every 1000 cum
Water absorption IS 2386- III Lab Minimum 01 test per source and
additional test as required by Engineer
Wet Aggregate
Impact Value test (if
WA >2.0%)
IS 5640 Lab As required by Engineer
Aggregate Impact
Value
IS 2386- IV Lab Minimum 01 test per source and
additional test after every 2000 cum
Atterberg's limit IS 2720-V Lab Minimum 01 test per source and
additional test after every 1000 cum
Maximum dry
density /OMC
IS 2720-VIII Lab Minimum 01 test per source and
additional test as required by Engineer
Moisture content
prior to compaction
IS 2720-II Field Minimum 01 test every 400 cum
233
Signature of Tenderer Signature of Accepting Authority
Field Density IS 2720-XXVIII Field one test per 2000 Sqm or part thereof
Deleterious material IS: 2720-XXVII Lab Minimum 01 test per source and
additional test as required by Engineer
CBR IS 2720-XVI Lab Minimum 01 test per source and
additional test as required by Engineer
13 Water Bound Macadam
Gradation IS 2386- I Field / Lab Minimum 01 test per source and
additional test after every 500 cum
Aggregate Impact
Value
IS 2386- IV
or IS5640
Lab Minimum 01 test per source and
additional test after every 500 cum
Combined Flakiness
and Elongation
Indices
IS 2386- I Lab Minimum 01 test per source and
additional test after every 500 cum
Atterberg‘s Limit
( Screening, Binding
Material)
IS 2720-V Lab Minimum 01 test per source and
additional test after every 500 cum or
part thereof
Water absorption IS 2386-III Lab Minimum 01 test per source and
additional test as required by Engineer
Sulphur Content,
Water Absorption,
Chemical Stability,
Density for Crushed
Slag (if used)
To comply with
requirements of
Appendix of BS
: 1047
Lab As required by Engineer
Soundness test (if
WA >2.0%)
IS 2386-V Lab As required by Engineer
14 Wet Mix
Macadam
Gradation IS 2386 - I Field / Lab Minimum 01 test per source and
additional test after every 500 cum
Water Absorption IS 2386-III Lab Minimum 01 test per source and
additional test as required by Engineer
Soundness
(if WA > 2.0%)
IS 2386-V Lab
As required by Engineer
Atterberg's limit of
portion of aggregate
passing 425 micron
sieve
IS 2720 - V Lab Minimum 01 test per source and
additional test after every 500 cum or
part thereof
Aggregate Impact
value
IS 2386- IV or
IS 5640
Lab Minimum 01 test per source and
additional test after every 500 cum
Maximum Dry
Density / OMC
IS 2720 - VIII Lab Minimum 01 test per source and
additional test as required by Engineer
Combined Flakiness
and Elongation
Indices
IS 2386 - I Lab Minimum 01 test per source and
additional test after every 500 cum
Moisture content IS 2720-II Field Minimum 03 tests per day
Field Density IS 2720 -
XXVIII
Field One set of three test per 2000 sqm or
part thereof
234
Signature of Tenderer Signature of Accepting Authority
15 Prime /Tack Coat
Quality of Binder IS 73, IS 217,
IS 8887
Lab No. of samples per lot and tests as per IS
73, IS 217, IS 8887as applicable
Binder Temperature
for Application
As per MORTH
specifications
Field At regular close interval
Rate of Spread of
Binder
As per MORTH
specifications
Field Minimum 03 tests per day
16 Dense Bituminous Macadam / Bituminous Concrete
Mix grading IS 2386- I Lab One set for individual constituent and
mixed aggregates from dryer for each
400 tonnes of mix subject to a minimum
of two tests per day per plant
Plasticity Index IS 2720-V Lab One test for each source and whenever
there is change in the quality of
aggregate.
water absorption IS 2386-III Lab One test for each source and whenever
there is change in the quality of
aggregate.
Soundness (if
WA>2%)
IS 2386-V Lab One test for each source and whenever
there is change in the quality of
aggregate
Impact value /
Abrasion value
IS 2386-IV Lab One test per 350 cum of aggregates for
each source and whenever there is
change in the quality of aggregates
Combined flakiness
and elongation
Indices
IS 2386- I Lab One test per 350 cum of aggregates for
each source and whenever there is
change in the quality of aggregates
Stripping value IS 6241 Lab Initially one set of 3 aggregate
representative specimen and then for
each change in quality of aggregate
Stability and Void
Analysis of Mix
ASTM: D-1559 Lab Three tests for stability, flow value,
density and void contents for each 400
tonnes of mix subject to minimum of
two tests per day per plant
Retained Tensile
test (if retained
Coating <95%) /
Moisture
Susceptibility Mix
AASHTO T283 Lab one test for each mix type whenever
there is change in quality or source of
coarse or fine aggregate
Binder Content IRC: SP 11
Appendix 5
Field Minimum 2 tests per day
Field Density IRC: SP 11
Appendix 5
Field One test per 700 sqm
Quality of Binder IS 1201 to IS
1220
Lab number of samples per lot (as in IS 73)
and tests as per IS 73
Temp Control at the
time of laying and
compaction
Field At regular interval
17 Brick work / brick tiles / sewer brick/Burnt clay perforated building Bricks
235
Signature of Tenderer Signature of Accepting Authority
Dimension Appendix A, B,
C & D of
Chapter 6 of
CPWD
Specifications
Lab Minimum one test for every 50000
bricks or part thereof
Compressive
strength
Lab
Water Absorption Lab
Efflorescence Lab
18 Stone work
Water absorption IS 1124 Lab Minimum one test for every 200 sqm /
100 cum or part thereof Transverse Strength IS 1121 - II
Resistance to wear IS 1706
Durability IS 1126
19 Marble
Moisture absorption IS 1124 Lab Minimum one test for every 100 sqm or
part thereof
Hardness test Mho‘s Scale
Specific Gravity IS 1122
20 Granite
Moisture IS 1124 Lab Minimum one test for every 100 sqm or
part thereof Specific Gravity IS 1122
21 Structural Steel
(other than PEB)
Tensile strength IS 1599 Lab Minimum one test for every 20 tonnes or
part thereof per source and also
manufacturer's test certificates for each
consignment should be accompanied.
Bend Test
22 Steel Tubular pipes
Tensile test IS 1608 Lab Minimum one test for every 8 tonne or
part thereof per source and also
manufacturer's test certificates for each
consignment should be accompanied.
Bend Test IS 2329
Flattening Test IS 2328
236
Signature of Tenderer Signature of Accepting Authority
23 M 50 Grade Cement Concrete Paver Blocks
(i) M-50 Grade Pre-
Cast Concrete
Paving Blocks
Compressive
Strength
As per
Technical
Specifications
Field / Lab a) 16 paving blocks for everyday
production. If, however, the average
strength of the first 04 blocks tested is
not less than 54 N/sqm, the sample shall
be deemed to comply and the remaining
12 blocks from the sample need not be
tested.
b) If blocks are procured from outside
and not manufactured at project site
01(one) test of 16 blocks per 10,000 nos.
paving blocks or part thereof
Dimensions As per
Technical
Specifications
Field / Lab a)16 paving blocks for everyday
production
b) If blocks are procured from outside
and not manufactured at project site
01(one) test of 16 paving blocks per
10,000 nos. paving blocks or part thereof
(ii) Sand for Bedding Layer
Percentage of
Deleterious material
IS 2386 Lab Minimum one test for every 50 cum or
part thereof
Particle Size
Distribution
As per
Technical
specification
Field / Lab
Silt Content As per
Appendix 'C' of
Chapter 3 of
CPWD
Specifications
Field
Moisture Content IS 2720 Field
(iii) Sand for Joint
Filling
Particle Size
Distribution
As per
Technical
specification
Field / Lab Minimum one test for every 50 cum or
part thereof
Note:- For items not covered above may be dealt with as per the technical specifications in the contract.
237
Signature of Tenderer Signature of Accepting Authority
SECTION – XI
(TESTING PROFORMAS)
238
Signature of Tenderer Signature of Accepting Authority
1. Site Order Book
Sl. No
Date Instructions issued on the Inspection of work with Signature and designation
Contractor / contractor's representative acknowledgement with Signature, Name & Date
Compliance report by contractor / contractor's representative with Signature, Name & date
Final remarks of site Engineer with Signature, designation & date
1 2 3 4 5 6
239
Signature of Tenderer Signature of Accepting Authority
2. Hindrance Register
Sl. No.
Nature of Hindrance
Date of Occurrence
Date of clearance
Period
Over lapping period if any
Weight age of hindrance
Net effective days of hindrance
Remarks and references
Sign. of Site Engineer with date
Contractor / contractor's representative Signature with Name & date
1 2 3 4 5 6 7 8 9 10 11
240
Signature of Tenderer Signature of Accepting Authority
3. Drawing Register
Sl. No
Drg. No. and revision no.
if any Date of receipt Details of DRG
Date of Issue to
Contractor Acknowledgement
of contractor
Signature of Site
Engineer with date
1 2 3 4 5 6 7
241
Signature of Tenderer Signature of Accepting Authority
4. Cement Register
Sl. No.
Date of Receipt
Source of
Receipt
Bill/ Challan no.
Manufacture Test
Certificate
reference
Quantity
Received (bag
s)
Progressive Total
of Receip
ts (Bags)
Date of Issue
Qty.
Issued (Bags)
Qty. Returned at
the end of the Day (Bag
s)
Net Qty issued (Bags)
Progressive Total
of issue (Bags)
Balance at
the end of the day (Bag
s)
Items of
work
for which Issued
Sign. of
Site Engineer with date
Sign of
Contractor with date
Remarks
1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17
242
Signature of Tenderer Signature of Accepting Authority
5. Steel Register
Sl. No
Date of Receipt
Source of Receipt & Ch. No. /Bill No.
Qty Received (MT)
Cum Qty Received (MT)
Date of Issue
Qty issued (MT)
Cumulative qty issued (MT)
Balance at the end of the Day (MT)
Item of work in which consumed
Sign. Of Site Engineer with date
Sign. Of contractor with date
Manufacture Test certificate details
Remarks
1 2 3 4 5 6 7 8 9 10 11 12 13 14
243
Signature of Tenderer Signature of Accepting Authority
6. Sieve Analysis of Stone Aggregate Nominal Size
Sl. No.
Date
Weight of sample in gms
Size of Sieves
Weight retained on each Sieve
%age of weight retained
Cumulative %age of weight Retained
%Age of weight passing
Specified %age of weight Passing
Sign. Of contractor with date
Sign. Of Site Engineer with date
Remarks/action taken
1 2 3 4 5 6 7 8 9 10 11 12
Note: Size of Sieve should be as per CPWD manual/BIS specification
244
Signature of Tenderer Signature of Accepting Authority
7. Silt Contents of Fine Sand/Coarse Sand
Sl. No.
Date
Source of material
Height of Silt after Setting (V-1)
Height of sand after setting (V-2)
%age Silt Content V1/V2x100
Acceptability as per specification
Sign. Of Site Engineer with date
Sign. Of contractor with date
Location where sand used
Remarks/action taken
1 2 3 4 5 6 7 8 9 10 11
245
Signature of Tenderer Signature of Accepting Authority
8. Slump Test
Sl. No.
Date of Testing
Item of work and location
Vibrators used Yes / No
Quantity of water added per bag of cement (Liters)
Height of specimen after removal of mould in (mm)
Slump (mm)
Acceptability of result or action taken
Sign. Of Site Engineer with date
Sign. of contractor with date
Remarks
1 2 3 4 5 6 7 8 9 10 11
246
Signature of Tenderer Signature of Accepting Authority
9. Cube Test
S
l. N
o.
Date
of
Co
lle
cti
on
Gra
de o
f M
ix
Mark
of
Sp
ecim
en
7 days Test Result 28 days Test Result
Req
uir
ed
sp
ecif
ied
str
en
gth
Ap
pro
x. q
ty r
ep
resen
ted
by
Sp
ecim
en
Item
of
wo
rk fr
om
wh
ere
th
e
sam
ple
is c
oll
ecte
d
Sig
n. O
f S
ite
En
gin
eer
wit
h d
ate
Co
ntr
acto
r /
co
ntr
acto
r's
rep
resen
tati
ve S
ign
atu
re w
ith
Nam
e &
d
ate
Date
of
Testi
ng
Lo
ad
in
KN
Co
mp
res
siv
e
str
en
gth
(K
N / m
m2 )
Avera
ge c
om
pre
ssiv
e
str
en
gth
(K
N / m
m2 )
Date
of
Testi
ng
Lo
ad
in
KN
Co
mp
res
siv
e
str
en
gth
(KN
/ m
m2 )
Avera
ge c
om
pre
ssiv
e
str
en
gth
(K
N / m
m2 )
1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17
247
Signature of Tenderer Signature of Accepting Authority
10. Density Test by Core Cutter Method
MDD as per lab test W5……………………..
Sl. N
o
Lo
cati
on
(C
.H.)
/ A
rea R
ep
resen
ted
by t
he T
est
Co
re C
utt
er
No
s.
Weig
ht
of
Co
re C
utt
er
+ W
eig
ht
of
So
il (
in g
ram
) (W
1)
Weig
ht
of
Em
pty
Co
re c
utt
er
(in
gra
m)
(W2)
Weig
ht
of
Wet
So
il (
in g
ram
) W
= W
1-
W2
Vo
lum
e o
f C
ore
Cu
tter
(in
CC
) V
Bu
lk D
en
sit
y (
gra
m/c
c)
W3=
W/V
Mo
istu
re C
on
ten
t o
f co
mp
acti
on
laye
rs (
M)
Dry
Den
sit
y g
ram
/cc
W4 =
W3/
(1+
M)
Deg
ree o
f co
mp
acti
on
W4
/W5
Accep
tab
ilit
y lim
it
Sig
n. o
f S
ite E
ng
ine
er
wit
h d
ate
Co
ntr
acto
r /
co
ntr
acto
r's
rep
resen
tati
ve
Sig
natu
re w
ith
N
am
e
& d
ate
1 2 3 4 5 6 7 8 9 10 11 12 13 14
248
Signature of Tenderer Signature of Accepting Authority
11. Test for Thickness and Density of the Compacted Layer (By Sand Replacement Method)
for Asphalt Concrete / Bitumen Macadam / CC Pavement
Lab Test Density in gms/CC ………..
Sl. N
o
Date
of
Test
Qty
. re
pre
sen
ted
by t
he t
est
Lo
cati
on
of
ho
les
Th
ickn
es
s o
f L
ay
er
Weig
ht
of
mate
rials
rem
oved
fro
m t
he c
arp
et
Ho
le
Init
ial w
eig
ht
of
san
d t
ake
n in
Cylin
der
Weig
ht
of
san
d f
illin
g in
co
ne o
f
cylin
de
r
Weig
ht
of
san
d r
em
ain
ing
in
cylin
de
r
Pre
dete
rmin
ed
bu
lk d
en
sit
y o
f
san
d
Den
sit
y =
A
.d.
W-
(W1+
W2)
Rem
ark
s /
Acc
ep
tab
ilit
y
Sig
n. O
f S
ite
En
gin
eer
Co
ntr
acto
r /
co
ntr
acto
r's
rep
resen
tati
ve S
ign
atu
re w
ith
Nam
e &
d
ate
Acti
on
Taken
Individual (mm)
Average (mm)
A gm
W gm
WI gm
W2 gm
d gm/CC
gm/CC
1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16
249
Signature of Tenderer Signature of Accepting Authority
12. Density Test Register for Soil ---- By Sand Replacement Method
Unit Wt. of Standard Sand in grams/CC (W6) = ……….
Lab Test MDD in gms/CC (W10) = ……………….
Sl. N
o
Date
of
Test
Qty
. re
pre
sen
ted
by t
he t
est
Lo
cati
on
of
ho
les
Th
ickn
es
s o
f L
ay
er
(mm
)
Wt.
of
Mate
ria
l fr
om
th
e h
ole
Mo
istu
re C
on
ten
t %
ag
e
Init
ial w
eig
ht
of
san
d t
ake
n in
the C
ylin
de
r b
efo
re f
illin
g in
ho
le in
gm
s
Wt.
of
san
d a
fter
fillin
g in
ho
le
in g
ms
Wt.
of
san
d in
ho
le &
co
ne in
gm
s
Wt.
of
san
d in
co
ne in
gm
s
Wt.
of
san
d in
ho
le in
gm
s
Vo
lum
e o
f h
ole
in
CC
Bu
lk D
en
sit
y in
gm
s/C
C
Dry
Den
sit
y
in g
ms/C
C
Deg
ree o
f co
mp
acti
on
Rem
ark
s /
Acc
ep
tab
ilit
y
Sig
n. O
f S
ite
En
gin
eer
wit
h
date
Co
ntr
acto
r /
co
ntr
acto
r's
rep
resen
tati
ve S
ign
atu
re w
ith
Nam
e &
d
ate
Acti
on
Taken
Ind
ivid
ual
Avera
ge
(W
) g
ms
(Y)
(W1)
(W2)
(W3)=
W1
-W2
(W4)
W5 =
(W
3-W
4)
(W7)=
W5
/W6
(W8)=
W/W
7
(W9)=
W8
/Y
W9/W
10 x
100
W9/W
10 x
100
1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21
250
Signature of Tenderer Signature of Accepting Authority
13. Test of the Brick / Brick Tiles for Compressive Strength
Sl. N
o
Date
of
co
llecti
on
of
sam
ple
Date
of
testi
ng
Wt.
(in
Kg
)
No
. o
f S
pec
imen
Siz
e in
cm
/Are
a in
cm
2
Co
mp
res
siv
e S
tren
gth
ob
tain
ed
fo
r in
div
idu
al
bri
ck
s in
Kg
. p
er
Cm
2
Avera
ge S
tren
gth
in
Kg
/Cm
2
Sp
ecif
ied
Co
mp
ressiv
e
Str
en
gth
in
Kg
/Cm
2
Accep
tab
ilit
y
Sig
n. O
f S
ite
En
gin
eer
wit
h
date
Co
ntr
acto
r /
co
ntr
acto
r's
rep
resen
tati
ve S
ign
atu
re w
ith
Nam
e &
d
ate
Acti
on
Taken
/ R
em
ark
1 2 3 4 5 6 7 8 9 10 11 12 13
251
Signature of Tenderer Signature of Accepting Authority
14 Inspection Register
Sl. N
o
Date
an
d t
ime
Off
icer’
s N
am
e a
nd
desig
nati
on
Item
s in
sp
ecte
d a
nd
sp
ecif
ic d
efe
cts
no
ticed
& a
cti
on
to
be t
aken
Sig
natu
re Defe
cts
taken
to S
ite
Ord
er
Bo
ok/le
tter
wri
tten
Fin
al acti
on
/ r
esu
lt
Sit
e O
rder
Bo
ok
Pag
e n
o.
/ le
tte
r
no
.
Date
Sig
n. o
f S
ite
En
gin
ee
r /
PM
C
252
Signature of Tenderer Signature of Accepting Authority
Bill Performa
Name of work :
LOI No.
Name of Contractor :
Date of Start :
Date of Preparation of Bill :
S
N
Item
No.
Descri
ption
of
Items
Unit Qty
as
per
Agt
.
Rate
as
per
Agt.
Qty as
per
Pre.
Bill
Qty as
per
this
Bill
Cumu
lative
Qty.
Amt.
as per
Previo
us Bill
Amt.
as per
this
Bill
Cumul
ative
Amoun
t
1
2
3
4
5
Total of Schedule A
Add Enhancement or
Rebate @
Grand Total of Schedule
A
253
Signature of Tenderer Signature of Accepting Authority
SECTION – XII
(TENDER DRAWING)
254
Signature of Tenderer Signature of Accepting Authority
OT
HE
RS
BO
UN
DA
RY
WA
LL
SC
OP
E O
F W
OR
K
CC
Pa
ve
me
nt w
ith M
-50
blo
cks
1S
qm
AR
EA
/ L
EN
GT
H
FA
CIL
ITY
PL
AN
SL
. N
O.
Wa
reh
ou
se -
1 &
22
Sqm
Railw
ay L
ine (
OH
E)
3K
m
Dra
inag
e S
yste
m
4M
Com
po
un
d w
all
5M
Ga
te C
om
ple
x7
Sqm
8 9 10
11
Cha
in L
ink F
encin
g
12
M
13
Ap
pro
ach R
oad
14
LS
Un
de
r G
rou
nd
cum
pum
p &
OH
T
15
Each
Fire F
igh
ting
Work
16
LS
Exte
rna
l E
lectr
ific
atio
n i/c
Hig
h M
asts
,
17
OH
E a
nd
S&
T w
ork
of ra
il tra
ck
18
In M
otio
n w
eig
h b
ridge &
Pitle
ss
19
Hort
icu
lture
, L
an
dsca
pe
20
C&
W e
xa
min
ation
facility
21
Eart
hw
ork
cuttin
g filling
for
form
ation
Any o
ther
facilitie
s/ w
ork
s.
Adm
in B
uild
ings
6S
qm
hou
se
& B
ore
we
ll
DG
Se
t, T
ran
sfo
rme
rs, S
ub S
tation
Pa
ne
ls, C
ab
llin
g, S
treet Lig
ht &
ele
ctr
ica
l co
nn
ection
etc
.
LS
weig
h b
ridg
e
Sa
nctio
ned Q
ty.
Qty
. A
s p
er
Site
Con
ditio
ns
Plo
t A
rea
= 1
00 A
cre
s
2.8
1 K
m (
Ba
lla
ste
d)
30
00
0
50
00
12
90
M (
R.C
.C D
RA
IN)
14
00
90
300
21
50
64
5 M
(fo
r 9.0
0 m
wid
e)
LS
Each
LS
LS
LS
LS
Weig
h B
ridg
e fo
r R
oad
Veh
icle
s
Bri
dg
e a
nd
exte
nsio
n
85
M (
for
15
.00
m w
ide)
8
00
M (
S.S
.M D
RA
IN)
Unit
Qty
.
30
00
0
50
00
2.2
5
35
00
40
00
90
500
LS
LS
300
LS
LS
LS
LS
LS
LS
1 N
o.
1 N
o.
1 N
o.
1 N
o.
Each
1 N
o.
1 N
o.
LS
LS
LS
LS
LS
LS
LS
LS
LS
LS
(Ba
lla
ste
d)
Qty
.
CL
IEN
T
PR
OJE
CT
MA
NA
GM
EN
T C
ON
SU
LT
AN
T
SC
ALE
IRC
ON
ISL
/CO
NC
OR
/PA
RA
DIP
/LA
YO
UT
/R2
/25
.05
.20
18
NT
S
IR
CO
N
IN
FR
AS
TR
UC
TU
RE
&
S
ER
VIC
ES
LIM
IT
ED
CO
NT
AIN
ER
CO
RP
OR
AT
ION
OF
IN
DIA
C-3
, M
AT
HU
RA
RO
AD
,
OP
P.
AP
OL
LO
HO
SP
ITA
L, N
EW
DE
LH
I 76.
A W
HO
LL
Y O
WN
ED
SU
BS
IDA
RY
OF
IR
CO
N I
NT
ER
NA
TIO
NA
L L
IMIT
ED
(A G
OV
ER
ME
NT
OF
IN
DIA
UN
DE
RT
AK
ING
)
MIN
IST
RY
OF
RA
ILW
AY
S
RE
DG
. O
FF
ICE
: C
-4,
DIS
TR
ICT
CE
NT
ER
, S
AK
ET
,
NE
W D
ELH
I-1
10017
PR
OJE
CT
PR
OP
OS
ED
MU
LT
I M
OD
EL L
OG
IST
IC P
AR
K/
PA
RA
DIP
PO
RT
(O
DIS
HA
)C
ON
TA
INE
R T
ER
MIN
AL A
T
RE
V--
-00
DR
G--
-
TIT
LE
---
LA
YO
UT
PL
AN
EN
TR
Y/E
XIT
1330m
172m
84m
82m
248m
15m
377m
EARTHEN ROAD
SU
B
ST
N.
20m
20m
22
Su
b S
tation
Sqm
50
50
1020m
141m
58m
197m
124m
FU
TU
RE
WA
RE
HO
US
E2
50
0 S
QM
FU
TU
RE
WA
RE
HO
US
E2
50
0 S
QM
22m
25m
20m
20m
46m
39m
FU
TU
RE
WA
RE
HO
US
E2
50
0 S
QM
FU
TU
RE
WA
RE
HO
US
E2
50
0 S
QM
29m
NO
TE
FU
TU
RE
WA
RE
HO
US
E A
RE
A
= 8
8000 S
QM
PR
OP
OS
ED
WA
RE
HO
US
E A
RE
A
= 5
000 S
QM
TO
TA
L W
AR
E H
OU
SE
AR
EA
=
93,0
00 S
QM
= 1
0,0
0,6
80 S
Q.F
T.
25m
20m
20m
25m
100m
30m
426m
20m
25m
7m
30m
16m
100m
20m
17m
21m
18m
PR
OP
OS
ED
EX
IM A
RE
A
62150 S
QM
(15.3
5 A
CR
ES
)
18m
7m
20m
8
1100m
280m
150m
PR
OP
OS
ED
CH
AIN
LIN
K F
EN
CIN
G(B
)
GROUND FLOOR PLAN
15.00
10 .0
0
FIRST FLOOR PLAN
15.00
10 .0
0
1.84
8.265
AREA STATEMENT
GROUND FLOOR - 252.00 SQ. M
TOTAL 504.00 SQ. M
FIRST FLOOR - 252.00 SQ. M
PROJECT
PROPOSED MULTI MODEL LOGISTIC PARK/
PARADIP PORT (ODISHA)CONTAINER TERMINAL AT
CLIENT:-
PROJECT MANAGMENT CONSULTANT
LAYOUT OF ADMINISTRATIVE BUILDING
A WHOLLY OWNED SUBSIDARY OF IRCON INTERNATIONAL LIMITED(A GOVERMENT OF INDIA UNDERTAKING)MINISTRY OF RAILWAYSREDG. OFFICE: C-4, DISTRICT CENTER, SAKET,NEW DELHI-110017
CONTAINER CORPORATION OF INDIA LIMITED(A GOVERNMENT OF INDIA UNDERTAKING)MINISTRY OF RAILWAYSC-3, MATHURA ROAD,OPP. APOLLO HOSPITAL, NEW DELHI-76.
SCHEDULE OF OPENINGS
SL.NO INDEX DISCRIPTION SIZE
5
3
2
D4
D1
D2
W
V
DOOR
WINDOW
VENTILATOR
0.75 X 2.10
2.10 X 2.10
1.20 X 2.10
1.80 X 1.35
0.60 X 0.607
DOOR
DOOR
4
D3 0.90 X 2.10DOOR
1
SCALENTS
NOTES
ALL DIMENSIONS ARE IN METERS.
6 W1 WINDOW 1.00 X 1.35
TITLE
DRG
FOR TENDER PURPOSE
Signature of Tenderer 0 Signature of Accepting Authority
BaartIya kMTonar inagama ilaimaToD
(Baart sarkar ka ]Pak`ma)
Container Corporation of India Ltd. (A Govt. of India Undertaking)
Tender No: CON/EP/MMLP/Paradip/Civil & Electrical works/2018
FINANCIAL BID
(E- Tendering Mode Only)
VOLUME - II
FOR
Earthwork, Construction of CC Block Pavement, Approach Road, Culvert,
P-Way Track Work, Boundary Wall, Pre-Engineered Warehouses, Admin.
Bldg. and other Allied works for development of MMLP at Paradip, Odisha
Container Corporation of India Ltd.
C-3, Mathura Road, Opposite Apollo Hospital,
New Delhi - 110076
BaartIya kMTonar inagama ilaimaToD
C-3, maqaura raoD, Apaolaao Asptala ko saamanao
na[- idllaI – 110076
VOLUME – II (FINANCIAL BID)
Signature of Tenderer 1 Signature of Accepting Authority
Name of work:- Earthwork, Construction of CC Block Pavement, Approach Road, Culvert, P-
Way Track Work, Boundary Wall, Pre-Engineered Warehouses, Admin. Bldg. and other Allied
works for development of MMLP at Paradip, Odisha
SECTION I - GENERAL INSTRUCTIONS
SECTION II - ADDITIONAL INSTRUCTIONS
SECTION III - BILL OF QUANTITY
SECTION IV - SUMMARY SHEET
Signature of Tenderer 2 Signature of Accepting Authority
SECTION - I
GENERAL INSTRUCTIONS
Signature of Tenderer 3 Signature of Accepting Authority
SECTION- I
Name of Work: Earthwork, Construction of CC Block Pavement, Approach Road, Culvert, P-
Way Track Work, Boundary Wall, Pre-Engineered Warehouses, Admin. Bldg. and other Allied
works for development of MMLP at Paradip, Odisha
GENERAL INSTRUCTIONS
Tenderers are requested to read carefully each page of tender document including Indian Railway
Standard, GCC for the above noted work wherein complete details are furnished under various
chapters.
Notes for guidance of tenderers while quoting for financial bid:
1. The tenderers should visit the site of work, acquaint themselves with site conditions,
approach roads, availability of materials, lead of materials, etc,
2. Tenderers will please note that it will be their responsibility to obtain necessary permission from
local bodies, corporation or any other concerned authority, for using roads for transporting of
plants and machinery, building material, etc, including the construction and preparation of
temporary approach road for which no extra payment will be made.
3. Tenderer shall visit the site and locate the source of materials, etc, Bar chart/ PERT chart
indicating the deployment of plant and machinery for various activities for timely completion of
works shall be attached with the tender document.
4. Contractor shall obtain necessary clearance for his staff/agents from Engineer/s of Container
Corporation of India Ltd.
5. It will be the duty and responsibility of the contractor’s engineer to fix base line, reference line,
layout for various structures, temporary bench mark, etc, at his/ their own cost.
6. These levels and reference lines shall match with the ground levels, base lines indicated/recorded
by the other contractor or agencies involved at the site of work.
7. Contractor has to make his own arrangement for the proper site office, site testing laboratory &
testing instruments, theodolite, leveling instruments, tapes and other instruments required for the
work at site at his own cost, for which no extra payment will be made.
8. Tenderer will please note that they have to make their own arrangement for water supply and
electricity for which no extra payment will be made. CONCOR may supply water and
electricity if available, as per Clause 31 (2) & Clause 31 (4) (b) of GCC.
9. Tenderer shall execute the work with proper care. If any damage is done to the existing
wall/drain/over head electrical wires/post, etc, the same should be made good by the contractor at
their own cost.
Signature of Tenderer 4 Signature of Accepting Authority
10. Tenders, with any special conditions are liable to be rejected. Tenderers are advised not to
stipulate any condition on their own in the tender documents issued by CONCOR. If at all the
tenders finds it necessary to write/clarify/ explain/stipulate anything, it should be done on the
tenderer’s letterhead paper and the same should be attached to while submitting the tender. Any
special condition having financial implications quoted by the Tenderers will be rejected.
11. All material testing charges including outside laboratory as per required frequency shall be borne
by contractor.
12. In case of any doubt/ambiguity, the decision of CONCOR/Engineer shall be final and binding on
the tenderer.
13. The tenderer shall note that work includes the removal of all encroachments, if any.
14. Failure of contractor to set up field lab, for works costing Rs.1.00 crore and above, as per work
requirement, will attract a penalty of Rs.25,000/- per month.
15. The contractor will engage an experienced Graduate Engineer / Diploma Holder site
engineers of concerned discipline on the projects, who should have the full knowledge of
work and is capable of getting executed the work and removing defects as pointed out by the
engineer-in-charge. At least one site engineer shall be deployed for the works of value upto
Rs.5 Crore and two site engineers of the works more than Rs.5 Crore. A recovery of
Rs.25,000/- per month per site engineer will be made, if contractor fails to deploy the site
engineers.
16. All the works executed under this Agreement shall be maintained by the contractor at his own
cost for a period of twelve months from the actual date of completion.
17. Goods and Service Tax, Building & other construction workers cess or any other tax, levies, duties
on materials and on complete works in respect of this contract shall be payable by the contractor
and CONCOR will not entertain any claim what so ever in this respect. This should be included
in the rates quoted by contractor.
CONCOR Terminals / Project Sites are not covered under the definition of “Port”,
Governmental Organization or Railway as per the definition contained in Goods and Service
Tax department notifications . As such ,GST shall be applicable on CONCOR works and shall not
be reimbursed by CONCOR. The details regarding applicability of GST is available at
Clause 13.2 of “Instructions to Tenderers .”Therefore, tenderer / bidder shall quote their
rates inclusive of GST , as applicable after study the same and GST will not be paid /
reimbursed by CONCOR.
18. The tenderer shall be required to pay cess @ 1% of cost of construction work in accordance with
each bill payable on account of such construction to the concerned State Govt. (Labour Deptt.).
Cost of material shall be outside the purview of cess, when supplied under a separate schedule
items”. CONCOR shall not entertain any claim whatsoever in this respect.
Signature of Tenderer 5 Signature of Accepting Authority
19. The contractor will submit running account bills of value, not less than 5% value of the
contract amount towards the work done (excluding secured advance, if any) approved and
passed by engineer-in-charge whose certificate of such approval and passing of the sum so
payable shall be final and conclusive against the contractor.
20. Price Variation Clause (PVC) shall not be applicable in this contracts.
21. Tenderers are advised to quote their rates considering all the above facts.
Signature of Tenderer 6 Signature of Accepting Authority
SECTION - II
ADDITIONAL INSTRUCTIONS TO
BILL OF QUANTITIES
Signature of Tenderer 7 Signature of Accepting Authority
SECTION - II
ADDITIONAL INSTRUCTIONS TO BILL OF QUANTITES
1. BOQ consists of Schedule-A (DSR 2016 Civil items ),Schedule –B (Non schedule Civil
Items), Schedule –C (Non Schedule Items Track Work), Schedule –D (DSR 2016 Electrical
items) & Schedule-E (Non schedule Electrical Items), Schedule-F (Non Schedule Fire
Fighting Items), Schedule-G (DSR 2016 Landscaping & Horticulture Items)
2. Tenderers are required to quote their rate in %age above/below/at par for DSR & Non
schedule items.
3. Summary sheet of the work is enclosed at the end of the Schedule-„G‟
4. Where rate / percentage rate is asked for, tenderer should quote in figures. In E- Tender,
values in words are not acceptable. Tenderer should note that non compliance of above, may
lead to rejection of their tender.
5. Items and quantities given in the Bill of Quantities are approximate and are just to give an idea
of work involved. CONCOR reserves the right to delete/operate any other items given in the
DSR/ Railway SOR concerned, without any limit of variation to complete the work. The
payment of DSR items/Railway SOR items shall be made at the accepted percentage
above/below/at par of DSR /Railway SOR and in terms of relevant clause of SCC/GCC.
6. Tenderers are required to quote their rate in percentage only in the excel sheet designed for
quoting rates in the uploaded tender on the tender website www.tenderwizard.com/CCIL.
Tenderer is required to dump/stack all excavated material as per the instruction of
Engineer/PMC at site, for use in the work. Contractor is not supposed to take any excavated
material out of site without permission of CONCOR.
Signature of Tenderer 8 Signature of Accepting Authority
SECTION - III
BILL OF QUANTITIES
S.No. DSR'16
Item No.Description of Item
Unit Quantity Rate (Rs.) Amount (Rs.)
1 2.8 Earth work in excavation by mechanical means (Hydraulic excavator) / manual
means in foundation trenches or drains (not exceeding 1.5 m in width or 10 sqm on
plan), including dressing of sides and ramming of bottoms, lift upto 1.5 m, including
getting out the excavated soil and disposal of surplus excavated soil as directed,
within a lead of 50 m.
2.8.1 All kinds of soil. Cum 27239.00 166.40 4532569.60
2 2.10 Excavating trenches of required width for pipes, cables, etc including excavation for
sockets, and dressing of sides, ramming of bottoms, depth upto 1.5 m, including
getting out the excavated soil, and then returning the soil as required, in layers not
exceeding 20 cm in depth, including consolidating each deposited layer by ramming,
watering, etc. and disposing of surplus excavated soil as directed, within a lead of 50
m -
2.10.1 All kinds of soil -
2.10.1.2 Pipes, cables etc. exceeding 80 mm dia. but not exceeding 300 mm dia Metre 270.00 225.45 60871.50
3 2.27 Supplying and filling in plinth with sand under floors, including watering, ramming,
consolidation and dressing complete. Cum 2351.00 917.75 2157630.25
4 2.31 Clearing jungle including uprooting of rank vegetation, grass, brush wood, trees and
saplings of girth up to 30 cm measured at a height of 1 m above ground level and
removal of rubbish up to a distance of 50 m outside the periphery of the area cleared.
Sqm 100004.00 7.20 720028.80
5 2.33 Felling trees of the girth (measured at a height of 1 m above ground level), including
cutting of trunks and branches, removing the roots and stacking of serviceable
material and disposal of unserviceable material. -
(a) 2.33.1 Beyond 30 cm girth upto and including 60 cm girth Each 21.00 219.20 4603.20
(b) 2.33.2 Beyond 60 cm girth upto and including 120 cm girth Each 10.00 972.70 9727.00
6 2.34 Supplying chemical emulsion in sealed containers including delivery as
specified. -
2.34.1 Chlorpyriphos/ Lindane emulsifiable concentrate of 20% Litre 7500.00 185.95 1394625.00
Bill of Quantity
Name of work :- Earthwork (Cutting/Filling), Construction of CC Block Pavement, Approach Road, P-Way Track Work, Boundary Wall, Pre-Engineered
Warehouses, Admin. Bldg., Canteen,Crew rest room,Worker shed, General toilet block,SUb-station and other Allied works for development of MMLP at
PARADIP Odisha.
Schedule - "A" Civil Works (Items based on CPWD/DSR 2016)
Signature of Tenderer 9 Signature of Accepting Authority
S.No. DSR'16
Item No.Description of Item
Unit Quantity Rate (Rs.) Amount (Rs.)
7 2.35 Diluting and injecting chemical emulsion for POST-CONSTRUCTIONAL anti-termite
treatment (excluding the cost of chemical emulsion) : -
2.35.2 Along the external wall below concrete or masonry apron using chemical emulsion @
2.25 litres per linear metre including drilling and plugging holes etc. -
2.35.2.1 With Chlorpyriphos/ Lindane E.C. 20% with 1% concentration Metre 906.00 24.30 22015.80
8 4.1 Providing and laying in position cement concrete of specified grade excluding the
cost of centering and shuttering - All work up to plinth level : -
(a) 4.1.3 1:2:4 (1 cement : 2 coarse sand (zone-III) : 4 graded stone aggregate 20 mm nominal
size). Cum 91.00 5,481.95 498857.45
(b) 4.1.5 1:3:6 (1 Cement : 3 Coarse sand : 6 Graded stone aggregate 20 mm nominal size)
Cum 1281.00 4,927.00 6311487.00
9 4.2 Providing and laying cement concrete in retaining walls, return walls, walls (any
thickness) including attached pilasters, columns, piers, abutments, pillars, posts,
struts, buttresses, string or lacing courses, parapets, coping, bed blocks, anchor
blocks, plain window sills, fillets, sunken floor etc., up to floor five level, excluding the
cost of centering, shuttering and finishing : -
4.2.3 1:2:4 (1 Cement : 2 coarse sand : 4 graded stone aggregate 20 mm nominal size).
Cum 20.00 6,547.70 130954.00
10 4.5 Providing and fixing up to floor five level precast cement concrete string or lacing
courses, copings, bed plates, anchor blocks, plain window sills, shelves, louvers,
steps, stair cases, etc., including hoisting and setting in position with cement mortar
1:3 (1 Cement : 3 coarse sand), cost of required Centering complete. -
4.5.1 1:1.5:3 (1 cement : 1.5 coarse sand(zone-III) : 3 graded stone aggregate 20mm
nominal size). Cum 47.00 6,772.45 318305.15
11 4.17 Making plinth protection 50mm thick of cement concrete 1:3:6 (1 cement : 3 coarse
sand : 6 graded stone aggregate 20 mm nominal size) over 75mm thick bed of dry
brick ballast 40 mm nominal size, well rammed and consolidated and grouted with
fine sand, including necessary excavation, levelling & dressing & finishing the top
smooth. Sqm 25.00 450.35 11258.75
12 5.1 Providing and laying in position specified grade of reinforced cement concrete,
excluding the cost of centering, shuttering, finishing and reinforcement - All work up
to plinth level : -
5.1.2 1:1.5:3 (1 cement : 1.5 coarse sand (zone-III): 3 graded stone aggregate 20 mm
nominal size). Cum 233.00 6,215.35 1448176.55
Signature of Tenderer 10 Signature of Accepting Authority
S.No. DSR'16
Item No.Description of Item
Unit Quantity Rate (Rs.) Amount (Rs.)
13 5.2 Reinforced cement concrete work in walls (any thickness), including attached
pilasters, buttresses, plinth and string courses, fillets, columns, pillars, piers,
abutments, posts and struts etc. above plinth level up to floor five level, excluding
cost of centering, shuttering, finishing and reinforcement : -
5.2.2 1:1.5:3 (1 cement : 1.5 coarse sand(zone-III) : 3 graded stone aggregate 20 mm
nominal size). Cum 170.00 7,145.80 1214786.00
14 5.3 Reinforced cement concrete work in beams, suspended floors, roofs having slope up
to 15° landings, balconies, shelves, chajjas, lintels, bands, plain window sills,
staircases and spiral stair cases above plinth level up to floor five level, excluding the
cost of centering, shuttering, finishing and reinforcement, with 1:1.5:3 (1 cement : 1.5
coarse sand (zone-III) : 3 graded stone aggregate 20 mm nominal size).
Cum 116.00 7,390.80 857332.80
15 5.9 Centering and shuttering including strutting, propping etc. and removal of form for all
heights : -
(a) 5.9.1 Foundations, footings, bases of columns, etc. for mass concrete Sqm 11176.00 193.95 2167585.20
(b) 5.9.2 Walls (any thickness) including attached pilasters, buttresses, plinth and string
courses etc. Sqm 306.00 378.60 115851.60
(c) 5.9.3 Suspended floors, roofs, landings, balconies and access platform. Sqm 16287.00 422.30 6878000.10
(e) 5.9.5 Lintels, beams, plinth beams, girders, bressumers and cantilevers Sqm 1704.00 342.90 584301.60
(f) 5.9.6 Columns, pillars, Piers, Abutments, Posts and Struts Sqm 3248.00 467.85 1519576.80
(g) 5.9.7 Stairs, (excluding landings) except spiral-staircases. Sqm 147.00 419.35 61644.45
(h) 5.9.15 Small lintels not exceeding 1.5 m clear span, moulding as in cornices, window sills,
string courses, bands, copings, bed plates, anchor blocks and the like
Sqm 53.00 193.95 10279.35
(i) 5.9.19 Weather shade, Chajjas, corbels etc., including edges Sqm 39.00 521.75 20348.25
16 5.22 Steel reinforcement for R.C.C. work including straightening, cutting, bending, placing
in position and binding all complete upto plinth level. -
5.22.6 Thermo-Mechanically Treated bars of grade Fe-500D or more. Kg 1205056.00 56.60 68206169.60
17 5.22A Steel reinforcement for R.C.C. work including straightening, cutting, bending, placing
in position and binding all complete above plinth level. -
5.22A.6 Thermo-Mechanically Treated bars of grade Fe-500D or more. Kg 106767.00 56.60 6043012.20
18 5.23 Smooth finishing of the exposed surface of R.C.C. work with 6 mm thick cement
mortar 1:3 (1 Cement : 3 fine sand). Sqm 62.00 143.80 8915.60
Signature of Tenderer 11 Signature of Accepting Authority
S.No. DSR'16
Item No.Description of Item
Unit Quantity Rate (Rs.) Amount (Rs.)
19 5.33 Providing and laying in position machine batched and machine mixed design mix M-
25 grade cement concrete for reinforced cement concrete work, using cement
content as per approved design mix, including pumping of concrete to site of laying
but excluding the cost of centering, shuttering, finishing and reinforcement, including
admixtures in recommended proportions as per IS: 9103 to accelerate, retard setting
of concrete, improve workability without impairing strength and durability as per
direction of Engineer-in-charge.“(Note :- Cement content considered in this item is @
330 kg/cum.“Excess/ less cement used as per design mix is payable/recoverable
separately). -
(a) 5.33.1 All works up to plinth level. Cum 4601.00 6,446.45 29660116.45
(b) 5.33.2 All works above plinth level upto floor V level Cum 820.00 7,250.05 5945041.00
20 6.1 Brick work with common burnt clay F.P.S. (non modular) bricks of class designation
7.5 in foundation and plinth in: -
6.1.2 Cement mortar 1:6 (1 cement : 6 coarse sand) Cum 202.00 4,751.65 959833.30
21 6.4 Brick work with common burnt clay F.P.S. (non modular) bricks of class designation
7.5 in superstructure above plinth level up to floor V level in all shapes and sizes in : -
(a) 6.4.1 Cement mortar 1:4 (1 cement : 4 coarse sand) Cum 697.00 5,801.50 4043645.50
(b) 6.4.2 Cement mortar 1:6 (1 cement : 6 coarse sand) Cum 642.00 5,582.85 3584189.70
22 6.13 Half brick masonry with common burnt clay F.P.S. (non modular) bricks of class
designation 7.5 in superstructure above plinth level up to floor V level. -
6.13.2 Cement mortar 1:4 (1 cement :4 coarse sand) Sqm 288.00 684.20 197049.60
23 8.10 Providing and fixing stone slab with table rubbed, edges rounded and polished, of
size 75x50 cm deep and 1.8 cm thick, fixed in urinal partitions by cutting a chase of
appropriate width with chase cutter and embedding the stone in the chase with epoxy
grout or with cement concrete 1:2:4 (1 cement : 2 coarse sand : 4 graded stone
aggregate 6mm nominal size) as per direction of Engineer-in-charge and finished
smooth. -
8.10.2 Granite Stone of approved shade Sqm 5.00 2,831.95 14159.75
24 8.13 Providing and laying Polished Granite stone flooring in required design and patterns,
in linear as well as curvilinear portions of the building, all complete as per the
architectural drawings, with 18 mm thick stone slab over 20 mm (average) thick base
of cement mortar 1:4 (1 cement : 4 coarse sand), laid and jointed with cement slurry
and pointing with white cement slurry admixed with pigment of matching shade,
including rubbing, curing and polishing etc. all complete as specified and as directed
by the Engineer-in-Charge. -
8.13.1 Polished Granite stone slab jet Black, Cherry Red, Elite Brown, Cat Eye or equivalent.Sqm 124.00 2,937.70 364274.80
Signature of Tenderer 12 Signature of Accepting Authority
S.No. DSR'16
Item No.Description of Item
Unit Quantity Rate (Rs.) Amount (Rs.)
25 9.1 Providing wood work in frames of doors, windows, clerestory windows and other
frames, wrought framed and fixed in position with hold fast lugs or with dash
fasteners of required dia & length ( hold fast lugs or dash fastener shall be paid for
separately). -
9.1.2 Sal wood Cum 3.00 85,386.95 256160.85
26 9.5 Providing and fixing panelled or panelled and glazed shutters for doors, windows and
clerestory windows, including ISI marked M.S. pressed butt hinges bright finished of
required size with necessary screws, excluding panelling which will be paid for
separately, all complete as per direction of Engineer-in-charge. -
9.5.2 Kiln seasoned and chemically treated hollock wood -
9.5.2.1 35 mm thick shutters Sqm 43.00 1,795.60 77210.80
27 9.21 Providing and fixing ISI marked flush door shutters conforming to IS : 2202 (Part I)
non-decorative type, core of block board construction with frame of 1st class hard
wood and well matched commercial 3 ply veneering with vertical grains or cross
bands and face veneers on both faces of shutters: -
9.21.1 35 mm thick including ISI marked Stainless Steel butt hinges with necessary screwsSqm 2.00 1,559.75 3119.50
28 9.120 Providing and fixing factory made panel PVC door shutter consisting of frame made
out of M.S. tubes of 19 gauge thickness and size of 19 mm x 19 mm for styles and
15x15 mm for top & bottom rails. M.S. frame shall have a coat of steel primers of
approved make and manufacture. M.S. frame covered with 5 mm thick heat moulded
PVC 'C' channel of size 30 mm thickness, 70 mm width out of which 50 mm shall be
flat and 20 mm shall be tapered in 45 degree angle on both side forming styles and 5
mm thick, 95 mm wide PVC sheet out of which 75 mm shall be flat and 20 mm shall
be tapered in 45 degree on the inner side to form top and bottom rail and 115 mm
wide PVC sheet out of which 75 mm shall be flat and 20 mm shall be tapered on both
sides to form lock rail. Top, bottom and lock rails shall be provided both side of the
panel. 10 mm (5 mm x 2 ) thick, 20 mm wide cross PVC sheet be provided as gap
insert for top rail & bottom rail, paneling of 5 mm thick both side PVC sheet to be
fitted in the M.S. frame welded/ sealed to the styles & rails with 7 mm (5 mm+2 mm)
thick x 15 mm wide PVC sheet beading on inner side, and joined together with
solvent cement adhesive. An additional 5 mm thick PVC strip of 20 mm width is to be
stuck on the interior side of the 'C' Channel using PVC solvent adhesive etc.
complete as per direction of Engineer-in-charge, manufacturer's specification &
drawing. -
9.120.2 30 mm thick pre laminated PVC door shutters Sqm 41.00 3,232.70 132540.70
Signature of Tenderer 13 Signature of Accepting Authority
S.No. DSR'16
Item No.Description of Item
Unit Quantity Rate (Rs.) Amount (Rs.)
29 10.2 Structural steel work riveted, bolted or welded in built up sections, trusses and framed
work, including cutting, hoisting, fixing in position and applying a priming coat of
approved steel primer all complete. Kg 51593.00 67.60 3487686.80
30 10.6 Supplying and fixing rolling shutters of approved make, made of required size M.S.
laths, interlocked together through their entire length and jointed together at the end
by end locks, mounted on specially designed pipe shaft with brackets, side guides
and arrangements for inside and outside locking with push and pull operation
complete, including the cost of providing and fixing necessary 27.5 cm long wire
springs manufactured from high tensile steel wire of adequate strength conforming to
IS: 4454 - part 1 and M.S. top cover of required thickness for rolling shutters. -
10.6.1 80x1.25 mm M.S. laths with 1.25 mm thick top cover Sqm 39.00 2,316.10 90327.90
31 10.25 Steel work welded in built up sections/ framed work, including cutting, hoisting, fixing
in position and applying a priming coat of approved steel primer using structural steel
etc. as required. -
10.25.1 In stringers, treads, landings etc. of stair cases, including use of chequered plate
wherever required, all complete kgs 310.00 65.80 20398.00
32 10.28 Providing and fixing stainless steel ( Grade 304) railing made of Hollow tubes,
channels, plates etc., including welding, grinding, buffing, polishing and making
curvature (wherever required) and fitting the same with necessary stainless steel nuts
and bolts complete, i/c fixing the railing with necessary accessories & stainless steel
dash fasteners , stainless steel bolts etc., of required size, on the top of the floor or
the side of waist slab with suitable arrangement as per approval of Engineer-
incharge, (for payment purpose only weight of stainless steel members shall be
considered excluding fixing accessories such as nuts, bolts, fasteners etc.).kgs 187.00 472.40 88338.80
33 11.3 Cement concrete flooring 1:2:4 (1 cement : 2 coarse sand : 4 graded stone
aggregate) finished with a floating coat of neat cement, including cement slurry, but
excluding the cost of nosing of steps etc. complete. -
11.3.1 40 mm thick with 20 mm nominal size stone aggregate Sqm 54.00 362.60 19580.40
34 11.22 Tile work in skirting, risers of steps and dado up to 2 m height over 12 mm thick bed
of cement mortar 1:3 (1 cement :3 coarse sand) and jointed with grey cement slurry
@ 3.3 kg/sqm, including pointing in white cement mixed with pigment of matching
shade complete. -
11.22.1 Marble tiles (polished) Raj Nagar -
11.22.1.1 8 mm thick Sqm 101.00 909.70 91879.70
Signature of Tenderer 14 Signature of Accepting Authority
S.No. DSR'16
Item No.Description of Item
Unit Quantity Rate (Rs.) Amount (Rs.)
35 11.35.1 Providing and fixing M.S. angle 50x50x5 mm to act as nosing with lugs of M.S. flat
10x5 mm, 10 cm long, forked at end 60cm apart (minimum three lugs to be
provided), including necessary welding and applying a priming coat of approved
primer on exposed surface etc. complete. Kg. 157.00 85.60 13439.20
36 11.37 Providing and laying Ceramic glazed floor tiles of size 300x300 mm (thickness to be
specified by the manufacturer) of 1st quality conforming to IS : 15622 of approved
make in colours such as White, Ivory, Grey, Fume Red Brown, laid on 20 mm thick
cement mortar 1:4 (1 Cement : 4 Coarse sand), jointing with grey cement slurry @
3.3kg/sqm including pointing the joints with white cement and matching pigment etc.,
complete. Sqm 69.00 688.35 47496.15
37 11.41 Providing and laying vitrified floor tiles in different sizes (thickness to be specified by
the manufacturer) with water absorption less than 0.08% and conforming to IS:
15622, of approved make, in all colours and shades, laid on 20mm thick cement
mortar 1:4 (1 cement : 4 coarse sand), jointing with grey cement slurry @ 3.3kg/sqm
including grouting the joints with white cement and matching pigments etc., complete. -
11.41.1 Size of Tile 500x500 mm Sqm 530.00 988.45 523878.50
38 12.21 Providing gola 75x75 mm in cement concrete 1:2:4 (1 cement : 2 coarse sand : 4
stone aggregate 10 mm and down gauge), including finishing with cement mortar 1:3
(1 cement : 3 fine sand) as per standard design : -
12.21.1 In 75x75 mm deep chase metre 139.00 153.00 21267.00
39 12.22 Making khurras 45x45 cm with average minimum thickness of 5 cm cement concrete
1:2:4 (1 cement : 2 coarse sand : 4 graded stone aggregate of 20 mm nominal size)
over P.V.C. sheet 1 m x1 m x 400micron, finished with 12 mm cement plaster 1:3 (1
cement : 3 coarse sand) and a coat of neat cement, rounding the edges and making
and finishing the outlet complete. each 10.00 187.60 1876.00
40 12.41 Providing and fixing on wall face unplasticised Rigid PVC rain water pipes conforming
to IS : 13592 Type A, including jointing with seal ring conforming to IS : 5382, leaving
10 mm gap for thermal expansion, (i) Single socketed pipes. -
12.41.2 110 mm diametre metre 166.00 236.35 39234.10
41 12.42 Providing and fixing on wall face unplasticised - PVC moulded fittings/accessories for
unplasticised Rigid PVC rain water pipes conforming to IS : 13592 Type A, including
jointing with seal ring conforming to IS : 5382, leaving 10 mm gap for thermal
expansion. -
12.42.5 Bend 87.5° -
12.42.5.2 110 mm bend Each 20.00 113.10 2262.00
Signature of Tenderer 15 Signature of Accepting Authority
S.No. DSR'16
Item No.Description of Item
Unit Quantity Rate (Rs.) Amount (Rs.)
42 12.45 Providing and fixing false ceiling at all height including providing and fixing of frame
work made of special sections, power pressed from M.S. sheets and galvanized with
zinc coating of 120 gms/sqm (both side inclusive) as per IS : 277 and consisting of
angle cleats of size 25 mm wide x 1.6 mm thick with flanges of 27 mm and 37mm, at
1200 mm centre to centre, one flange fixed to the ceiling with dash fastener 12.5 mm
dia x 50mm long with 6mm dia bolts, other flange of cleat fixed to the angle hangers
of 25x10x0.50 mm of required length with nuts & bolts of required size and other end
of angle hanger fixed with intermediate G.I. channels 45x15x0.9 mm running at the
spacing of 1200 mm centre to centre, to which the ceiling section 0.5 mm thick
bottom wedge of 80 mm with tapered flanges of 26 mm each having lips of 10.5 mm,
at 450 mm centre to centre, shall be fixed in a direction perpendicular to G.I.
intermediate channel with connecting clips made out of 2.64 mm dia x 230 mm long
G.I. wire at every junction, including fixing perimetre channels 0.5 mm thick 27 mm
high having flanges of 20 mm and 30 mm long, the perimetre of ceiling fixed to
wall/partition with the help of rawl plugs at 450 mm centre, with 25mm long dry wall
screws @ 230 mm interval, including fixing of gypsum board to ceiling section and
perimetre channel with the help of dry wall screws of size 3.5 x 25 mm at 230 mm
c/c, including jointing and finishing to a flush finish of tapered and square edges of
the board with recommended jointing compound , jointing tapes , finishing with
jointing compound in 3 layers covering upto 150 mm on both sides of joint and two
coats of primer suitable for board, all as per manufacturer's specification and also
including the cost of making openings for light fittings, grills, diffusers, cutouts made
with frame of perimetre channels suitably fixed, all complete as per drawings,
specification and direction of the Engineer in Charge but excluding the cost of
painting with :
-
12.45.4 Fully Perforated Gypsum Plaster Board of size 1200 x 2400x12.5 mm having approx.
15% perforated area with perforation size and pattern as approved by the Engineerin-
charge and as per manufacturer's specification, with all 4 side tapered and backed by
acoustical tissue with NRC value not less than 0.60 Sqm 463.00 1,135.50 525736.50
43 13.1 12 mm cement plaster of mix : -
13.1.1 1:4 (1 Cement : 4 fine sand) Sqm 34.00 172.95 5880.30
13.1.2 1:6 (1 Cement : 6 fine sand) Sqm 6348.00 160.35 1017901.80
44 13.2 15 mm cement plaster on the rough side of single or half brick wall of mix : -
13.2.2 1:6 (1 cement: 6 fine sand) Sqm 7963.00 185.20 1474747.60
45 13.16 6 mm cement plaster of mix : -
13.16.1 1:3 (1 cement : 3 fine sand) Sqm 786.00 143.80 113026.80
Signature of Tenderer 16 Signature of Accepting Authority
S.No. DSR'16
Item No.Description of Item
Unit Quantity Rate (Rs.) Amount (Rs.)
46 13.26 Providing and applying plaster of paris putty of 2 mm thickness over plastered
surface to prepare the surface even and smooth complete. Sqm 2585.00 118.70 306839.50
47 13.33 Pointing on stone work with cement mortar 1:3 (1 cement : 3 fine sand) : -
13.33.1 Flush/ Ruled pointing Sqm 37.00 168.45 6232.65
48 13.41.1 Distempering with oil bound washable distemper of approved brand and manufacture
to give an even shade : New work (two or more coats) over and including water
thinnable priming coat with cement primer Sqm 1417.00 93.70 132772.90
49 13.42 Distempering with 1st quality acrylic distemper (ready mixed) of approved
manufacturer, of required shade and colour complete, as per manufacturer's
specification. -
13.42.1 Two or more coats on new work Sqm 2976.00 53.15 158174.40
50 13.43 Applying one coat of water thinnable cement primer of approved brand and
manufacture on wall surface -
13.43.1 Water thinnable cement primer Sqm 1399.00 36.95 51693.05
51 13.44 Finishing walls with water proofing cement paint of required shade : -
13.44.1 New work (Two or more coats applied @ 3.84 kg/10 sqm) Sqm 9318.00 58.80 547898.40
52 13.45.1 Finishing walls with textured exterior paint of required shade : New work (Two or
more coats applied @ 3.28 ltr/10 sqm) over and including priming coat of exterior
primer applied @ 2.20kg/10 sqm Sqm 564.00 150.65 84966.60
53 13.46 Finishing walls with Acrylic Smooth exterior paint of required shade : -
13.46.1 New work (Two or more coat applied @ 1.67 ltr/10 sqm over and including priming
coat of exterior primer applied @ 2.20 kg/10 sqm) Sqm 2214.00 96.05 212654.70
54 13.50 Applying priming coat: -
13.50.1 With ready mixed pink or Grey primer of approved brand and manufacture on wood
work (hard and soft wood) Sqm 56.00 34.95 1957.20
55 13.53.1 Painting on G.S. sheet with synthetic enamel paint of approved brand and
manufacture of required colour to give an even shade : new work (two or more coats)
including a coat of approved steel primer but excluding a coat of mordant solution. Sqm 216.00 84.00 18144.00
56 13.58 Providing and applying two coats of fire retardant paint on cleaned wood / ply surface
@ 3.5 sqm per litre per coat including preparation of base surface as per
recommendations of manufacturer to make the surface fire retardant. Sqm 57.00 232.55 13255.35
57 13.62 Painting with synthetic enamel paint of approved brand and manufacture of required
colour to give an even shade : -
13.62.1 Two or more coats on new work over an under coat of suitable shade with ordinary
paint of approved brand and manufacture Sqm 377.00 112.30 42337.10
Signature of Tenderer 17 Signature of Accepting Authority
S.No. DSR'16
Item No.Description of Item
Unit Quantity Rate (Rs.) Amount (Rs.)
58 14.12 Providing and fixing 16 mm M.S. Fan clamps of standard shape and size in existing
R.C.C. slab, including cutting chase, anchoring clamp to reinforcement bar, including
cleaning, refilling, making good the chase with matching concrete, plastering and
painting the exposed portion of the clamps complete.
Each 4.00 259.50 1038.00
59 16.2 Extra for compaction of earth work in embankment under optimum moisture
conditions to give at least 95% of the maximum dry density (proctor density). Cum 118719.00 10.70 1270293.30
60 16.18 Fencing with angle iron post placed at required distance embedded in cement
concrete blocks, every 15th post, last but one end post and corner post shall be
strutted on both sides and end post on one side only and provided with horizontal
lines and two diagonals interwoven with horizontal wires, of barbed wire weighing
9.38 kg per 100 m (minimum), between the two posts fitted and fixed with G.I.
staples, turn buckles etc. complete. (Cost of posts, struts, earth work and concrete
work to be paid for separately). Payment to be made per metre cost of total length of
barbed wire used. -
16.18.1 With G.I. barbed wire Metre 1903.00 12.65 24072.95
61 16.53 Providing and fixing concertina coil fencing with punched tape concertina coil 600 mm
dia 10 metre openable length ( total length 90 m), having 50 nos rounds per 6 metre
length, upto 3 m height of wall with existing angle iron 'Y' shaped placed 2.4 m or
3.00 m apart and with 9 horizontal R.B.T. reinforced barbed wire, stud tied with G.I.
staples and G.I. clips to retain horizontal, including necessary bolts or G.I. barbed
wire tied to angle iron, all complete as per direction of Engineer-in-charge, with
reinforced barbed tape(R.B.T.) / Spring core (2.5mm thick) wire of high tensile
strength of 165 kg/ sq.mm with tape (0.52 mm thick) and weight 43.478 gm/ metre
(cost of M.S. angle, C.C. blocks shall be paid separately)Metre 1400.00 255.00 357000.00
62 16.70 Providing and fixing G.I. chain link fabric fencing of required width in mesh size 50x50
mm including strengthening with 2 mm dia wire or nuts, bolts and washers as
required complete as per the direction of Engineer-in-charge. -
16.70.1 Made of G.I. wire of dia 4 mm Sqm 3,870.00 561.70 2173779.00
63 16.78 Construction of granular sub-base by providing close graded Material conforming to
specifications, mixing in a mechanical mix plant at OMC, carriage of mixed material
by tippers to work site, for all leads & lifts, spreading in uniform layers of specified - 0.00
16.78.1 With material conforming to Grade-III (size range 26.5
mm to 0.075 mm ) having CBR Value-20 cum 10,247.00 1,931.45 19791568.15
Signature of Tenderer 18 Signature of Accepting Authority
S.No. DSR'16
Item No.Description of Item
Unit Quantity Rate (Rs.) Amount (Rs.)
64 16.79 Providing, laying, spreading and compacting graded stone aggregate (size range 53
mm to 0.075 mm ) to wet mix macadam (WMM) specification including premixing the
material with water at OMC in for all leads & lifts, laying in uniform layers with
mechanical paverfinisher in sub- base / base course on well prepared surface and
compacting with vibratory roller of 8 to 10 tonne capacity to achievethe desired
density, complete as per specifications and directions of Engineer-in-Charge.
Cum 750.00 2,132.25 1599187.50
65 17.3 Providing and fixing white vitreous china pedestal type water closet (European type)
with seat and lid, 10 litre low level white vitreous china flushing cistern & C.P. flush
bend with fittings & C.I. brackets, 40 mm flush bend, overflow arrangement with
specials of standard make and mosquito proof coupling of approved municipal design
complete, including painting of fittings and brackets, -
17.3.1 W.C. pan with ISI marked white solid plastic seat and lid Each 17.00 4,593.75 78093.75
66 17.4 Providing and fixing white vitreous china flat back or wall corner type lipped front
urinal basin of 430x260x350 mm and 340x410x265 mm sizes respectively with
automatic flushing cistern with standard flush pipe and C.P. brass spreaders with
brass unions and G.I clamps complete, including painting of fittings and brackets,
cutting and making good the walls and floors wherever required : -
(a) 17.4.2 Range of two urinal basins with 5 litre white P.V.C. automatic flushing cistern Each 2.00 5,373.40 10746.80
(b) 17.4.3 Range of three urinal basins with 10litre white P.V.C.automatic flushing cistern
Each 6.00 7,403.35 44420.10
67 17.7 Providing and fixing wash basin with C.I. brackets, 15 mm C.P. Brass pillar taps, 32
mm C.P. brass waste of standard pattern, including painting of fittings and brackets,
cutting and making good the walls wherever require: -
(a) 17.7.1 White Vitreous China Wash basin size 630x450 mm with a pair of 15 mm C.P. brass
pillar taps Each 8.00 2,298.55 18388.40
(b) 17.7.2 White Vitreous China Wash basin size 630x450 mm with a single 15 mm C.P. brass
pillar tap Each 5.00 2,020.60 10103.00
68 17.10 Providing and fixing Stainless Steel A ISi 304 (18/8) kitchen sink as per IS: 13983
with C.I. brackets and stainless steel plug 40 mm, including painting of fittings and
brackets, cutting and making good the walls wherever required : -
17.10.1 Kitchen sink with drain board -
17.10.1.4 510x1040 mm bowl depth 178 mm Each 2.00 3,714.25 7428.50
69 17.16A Providing and fixing 8 mm dia C.P. / S.S. Jet with flexible tube upto 1 metre long with
S.S. triangular plate to Eureopean type W.C. of quality and make as approved by
Engineer - in - charge. Each 17.00 254.80 4331.60
70 17.29 Providing and fixing 100 mm sand cast Iron grating for gully trap. Each 7.00 29.25 204.75
Signature of Tenderer 19 Signature of Accepting Authority
S.No. DSR'16
Item No.Description of Item
Unit Quantity Rate (Rs.) Amount (Rs.)
71 17.32 Providing and fixing mirror of superior glass (of approved quality) and of required
shape and size with plastic moulded frame of approved make and shade with 6 mm
thick hard board backing : -
17.32.2 Rectangular shape 1500x450 mm Each 2.00 752.80 1505.60
17.32.4 Rectangular shape 1500x450 mm Each 4.00 1,323.10 5292.40
72 17.34 Providing and fixing toilet paper holder : -
17.34.1 C.P. Brass Each 14.00 385.35 5394.90
73 17.35 Providing and fixing soil, waste and vent pipes : -
17.35.1.2 Centrifugally cast (spun) iron socket & spigot (S&S) pipe as per IS: 3989 Metre 4.00 921.65 3686.60
74 17.60 Providing and fixing trap of self cleansing design with screwed down or hinged grating
with or without vent arm complete, including cost of cutting and making good the
walls and floors : -
17.60.1 100 mm inlet and 100 mm outlet -
17.60.1.3 Hubless centrifugally cast (spun) iron epoxy coated inside & outside as per IS:15905
Each 10.00 677.60 6776.00
75 17.70 Providing and fixing PTMT Bottle Trap for Wash basin and sink. -
17.70.1 Bottle trap 31mm single piece moulded with height of 270 mm, effective length of tail
pipe 260 mm from the centre of the waste coupling, 77 mm breadth with 25 mm
minimum water seal, weighing not less than 260 gms Each 14.00 293.95 4115.30
76 17.73 Providing and fixing PTMT towel rail complete with brackets fixed to wooden cleats
with CP brass screws with concealed fittings arrangement of approved quality and
colour. -
17.73.1 450 mm long towel rail with total length of 495 mm, 78 mm wide and effective height
of 88 mm, weighing not less than 170 gms Each 12.00 390.20 4682.40
77 18.7.2 Providing and fixing Chlorinated Polyvinyl Chloride (CPVC) pipes, having thermal
stability for hot & cold water supply, including all CPVC plain & brass threaded fittings,
including fixing the pipe with clamps at 1.00 m spacing. This includes jointing of pipes
& fittings with one step CPVC solvent cement and testing of joints complete as per
direction of Engineer in Charge. Metre 20.00 179.95 3599.00
78 18.8 Providing and fixing Chlorinated Polyvinyl Chloride (CPVC) pipes, having thermal
stability for hot & cold water supply, including all CPVC plain & brass threaded fittings,
i/c fixing the pipe with clamps at 1.00 m spacing. This includes jointing of pipes &
fittings with one step CPVC solvent cement and the cost of cutting chases and
making good the same including testing of joints complete as per direction of
Engineer in Charge. Concealed work, including cutting chases and making good the
walls etc. -
(a) 18.8.1 15 mm nominal outer dia Pipes Metre 115.00 246.20 28313.00
(b) 18.8.2 20 mm nominal outer dia Pipes Metre 115.00 284.85 32757.75
Signature of Tenderer 20 Signature of Accepting Authority
S.No. DSR'16
Item No.Description of Item
Unit Quantity Rate (Rs.) Amount (Rs.)
79 18.9 Providing and fixing Chlorinated Polyvinyl Chloride (CPVC) pipes, having thermal
stability for hot & cold water supply including all CPVC plain & brass threaded fittings
This includes jointing of pipes & fittings with one step CPVC solvent cement,
trenching, refilling & testing of joints complete as per direction of Engineer in Charge.
External work -
(a) 18.9.3 25 mm nominal outer dia Pipes Metre 60.00 191.65 11499.00
(b) 18.9.5 40 mm nominal outer dia Pipes Metre 60.00 321.15 19269.00
(c) 18.9.8 75 mm nominal outer dia Pipes Metre 100.00 1,201.05 120105.00
(d) 18.9.10 150 mm nominal inner dia Pipes Metre 25.00 2,408.75 60218.75
80 18.15 Providing and fixing brass bib cock of approved quality : -
18.15.2 20 mm nominal bore Each 16.00 280.40 4486.40
81 18.16 Providing and fixing brass stop cock of approved quality : -
18.16.2 20 mm nominal bore Each 30.00 280.40 8412.00
82 18.17 Providing and fixing gun metal gate valve with C.I. wheel of approved quality
(screwed end) : -
(a) 18.17.1A 20 mm nominal bore Each 8.00 396.55 3172.40
(b) 18.17.3 40 mm nominal bore Each 8.00 584.70 4677.60
83 18.18 Providing and fixing ball valve (brass) of approved quality, High or low pressure, with
plastic floats complete : -
18.18.3 25 mm nominal bore Each 6.00 331.95 1991.70
84 18.48A Providing and placing on terrace (at all floor levels) polyethylene water storage tank,
IS : 12701 marked, with cover and suitable locking arrangement and making
necessary holes for inlet, outlet and overflow pipes but without fittings and the base
support for tank.
Per
Litres 3000.00 7.25 21750.00
85 18.53 Providing and fixing C.P. brass angle valve for basin mixer and geyser points of
approved quality conforming to IS:8931 -
18.53.1 15mm nominal bore Each 40.00 475.70 19028.00
86 18.76 Cutting holes up to 30x30 cm in walls including making good the same: -
18.76.1 With common burnt clay F.P.S. (non modular) bricks Each 70.00 219.20 15344.00
87 18.77 Cutting holes up to 15x15 cm in R.C.C. floors and roofs for passing drain pipe etc.
and repairing the hole after insertion of drain pipe etc. with cement concrete 1:2:4 (1
cement : 2 coarse sand : 4 graded stone aggregate 20 mm nominal size), including
finishing complete so as to make it leak proof. Each 45.00 209.25 9416.25
88 19.1 Providing, laying and jointing glazed stoneware pipes class SP-1 with stiff mixture of
cement mortar in the proportion of 1:1 (1 cement : 1 fine sand) including testing of
joints etc. complete : -
19.1.1 100mm dia Metre 150.00 216.25 32437.50
Signature of Tenderer 21 Signature of Accepting Authority
S.No. DSR'16
Item No.Description of Item
Unit Quantity Rate (Rs.) Amount (Rs.)
89 19.4 Providing and fixing square-mouth S.W. gully trap class SP-1 complete with C.I.
grating brick masonry chamber with water tight C.I. cover with frame of 300 x300 mm
size (inside) the weight of cover to be not less than 4.50 kg and frame to be not less
than 2.70 kg as per standard design: -
19.4.1 100x100 mm size P type -
19.4.1.1 With common burnt clay F.P.S. (non modular) bricks of class designation 7.5 Each 15.00 1,602.40 24036.00
90 19.6 Providing and laying non-pressure NP2 class (light duty) R.C.C. pipes with collars
jointed with stiff mixture of cement mortar in the proportion of 1:2 (1 cement : 2 fine
sand) including testing of joints etc. complete : -
(a) 19.6.7 600 mm dia. R.C.C. Pipe Metre 70.00 1,397.10 97797.00
(b) 19.6.10 900 mm dia. R.C.C. pipe Metre 20.00 1,988.95 39779.00
91 19.9 Constructing brick masonry circular type manhole 0.91 m internal dia at bottom and
0.56m dia at top in cement mortar 1:4 (1 cement : 4 coarse sand), inside cement
plaster 12 mm thick with cement mortar 1:3 (1 cement : 3 coarse sand) finished with
a floating coat of neat cement, foundation concrete 1:3:6 mix (1 cement : 3 coarse
sand : 6 graded stone aggregate 40 mm nominal size), and making necessary
channel 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, all
complete as per standard design : -
19.9.1 0.91 m deep with SFRC cover and frame (heavy duty, HD-20 grade designation) 560
mm internal diametre conforming to I.S. 12592, total weight of cover and frame to be
not less than 182 kg., fixed in cement concrete 1:2:4 (1 cement : 2 coarse sand : 4
graded stone aggregate 20 mm nominal size) including centering, shuttering all
complete. (Excavation, foot rests and 12mm thick cement plaster at the external
surface shall be paid for separately) : -
19.9.1.1 With common burnt clay F.P.S. (non modular) bricks of class designation 7.5 Each 2.00 8,683.75 17367.50
92 19.15 Providing M.S. foot rests including fixing in manholes with 20x20x10 cm cement
concrete blocks 1:3:6 (1 cement : 3 coarse sand : 6 graded stone aggregate 20 mm
nominal size) as per standard design : -
19.15.2 With 20 mm diameter round bar Each 10.00 240.25 2402.50
93 19.19 Providing and fixing in position pre-cast R.C.C. manhole cover and
frame of required shape and approved quality -
19.19.2 M D - 10 -
19.19.2.2 Circular shape 500 mm internal diameter Each 15.00 908.35 13625.25
Signature of Tenderer 22 Signature of Accepting Authority
S.No. DSR'16
Item No.Description of Item
Unit Quantity Rate (Rs.) Amount (Rs.)
94 19.30 Constructing brick masonry chamber for underground C.I. inspection chamber and
bends with bricks in cement mortar 1:4 (1 cement : 4 coarse sand) C.I. cover with
frame (light duty) 455x610 mm internal dimensions, total weight of cover with frame
to be not less than 38 kg (weight of cover 23 kg and weight of frame 15 kg), R.C.C.
top slab with 1:2:4 mix (1 cement : 2 coarse sand : 4 graded stone aggregate 20 mm
nominal size), foundation concrete 1:5:10 (1 cement : 5 coarse sand (Zone III) : 10
graded stone aggregate 40 mm nominal size), inside plastering 12 mm thick with
cement mortar 1:3 (1 cement : 3 coarse sand), finished smooth with a floating coat of
neat cement on walls and bed concrete etc. complete as per standard design: -
(a) 19.30.1 Inside dimensions 455x610 mm and 45 cm deep for single pipe line : -
19.30.1.1 With common burnt clay F.P.S. (non modular) bricks of class designation 7.5 Each 4.00 4,777.35 19109.40
(b) 19.30.2 Inside dimensions 500x700 mm and 45 cm deep for pipe line with one or two inlets : -
19.30.2.1 With common burnt clay F.P.S. (non modular) bricks of class designation 7.5 Each 1.00 5,466.70 5466.70
(c) 19.30.3 Inside dimensions 600x 850 mm and 45 cm deep for pipeline with three or more
inlets : -
19.30.3.1 With common burnt clay F.P.S. (non modular) bricks of class designation 7.5 Each 1.00 6,350.45 6350.45
95 20.2 Boring, providing and installation bored cast-in-situ reinforced cement concrete piles
of grade M-25 of specified diameter and length below the pile cap, to carry a safe
working load not less than specified, excluding the cost of steel reinforcement but
including the cost of boring with bentonite solution and temporary casing of
appropriate length for setting out and removal of same and the length of the pile to be
embedded in the pile cap etc. by percussion drilling using Direct mud circulation
(DMC) or Bailer and chisel technique by tripod and mechanical Winch Machine all
complete, including removal of excavated earth with all its lifts and leads (length of
pile for payment shall be measured up to bottom of pile cap).Note: Truck Mounted
rotary/TMR/Tubewell boring machine shall not be used. -
20.2.1 450mm dia piles Metre 14,838.00 1,496.45 22204325.10
20.2.3 600mm dia piles Metre 5190.00 2,391.45 12411625.50
Signature of Tenderer 23 Signature of Accepting Authority
S.No. DSR'16
Item No.Description of Item
Unit Quantity Rate (Rs.) Amount (Rs.)
96 20.6.2 Vertical load testing of piles in accordance with IS 2911 (Part IV) including installation
of loading platform by Kentledge/Anchor piles method and preparation of pile head or
construction of test cap and dismantling of test cap after test etc. complete as per
specification & the direction of Engineer in-charge.
Note: 1. Initial and Routine Load Test shall not be carried out by Dynamic method of
testing.
Note: 2. Testing agency shall submitt the design of loading platform for the approval
of Engineer-in-charge.
Single pile above 50 tonne and upto 100 tonne Safe capacity -
a) 20.6.2.1 Initial test (Test Load 2.5 times the Safe capacity) Per test 9.00 46,808.45 421276.05
b) 20.6.2.2 Routine test (Test Load 1.5 times the Safe capacity) Per test 9.00 26,714.50 240430.50
97 20.9/Pg
No.370
Integrity testing of Pile using Low Strain/ Sonic Integrity Test/ Sonic Echo Test
method in accordance with IS 14893 including surface preparation of pile top by
removing soil, mud, dust & chipping lean concrete lumps etc. and use of
computerised equipment and high skill trained personal for conducting the test &
submission of results, all complete as per direction of Engineer-in-charge.
Note :- The inclusion of the above item in the schedule of work shall be judiciously
decided by the technical sanctioning authority, keeping in view the quality control,
type of soil strata & importance of the project.Per test 765.00 750.95 574476.75
98 21.1 Providing and fixing aluminium work for doors, windows, ventilators and partitions
with extruded built up standard tubular sections/ appropriate Z sections and other
sections of approved make conforming to IS: 733 and IS: 1285, fixing with dash
fasteners of required dia and size, including necessary filling up the gaps at junctions,
i.e. at top, bottom and sides with required EPDM rubber/ neoprene gasket etc.
Aluminium sections shall be smooth, rust free, straight, mitred and jointed
mechanically wherever required including cleat angle, Aluminium snap beading for
glazing / paneling, C.P. brass / stainless steel screws, all complete as per
architectural drawings and the directions of Engineer-in-charge. (Glazing, paneling
and dash fasteners to be paid for separately) : -
21.1.1 For fixed portion -
21.1.1.1 Anodised aluminium (anodised transparent or dyed to required shade according to
IS: 1868, Minimum anodic coating of grade AC 15) kg 5,001.00 355.20 1776355.20
Signature of Tenderer 24 Signature of Accepting Authority
S.No. DSR'16
Item No.Description of Item
Unit Quantity Rate (Rs.) Amount (Rs.)
99 21.3 Providing and fixing glazing in aluminium door, window, ventilator shutters and
partitions etc. with EPDM rubber / neoprene gasket etc. complete as per the
architectural drawings and the directions of Engineer-in-charge . (Cost of aluminium
snap beading shall be paid in basic item): -
(a) 21.3.1 With float glass panes of 4.0 mm thickness Sqm 62.00 741.50 45973.00
(b) 21.3.2 With float glass panes of 5.5 mm thickness Sqm 52.00 1,003.95 52205.40
100 21.10 Providing and fixing double glazed hermetically sealed glazing in aluminium windows,
ventilators and partition etc. with 6 mm thick clear float glass both side, having 12 mm
air gap, including providing EPDM gasket, perforated aluminium spacers, desiccants,
sealant (Both primary and secondary sealant) etc. as per specifications, drawings
and direction of Engineer-in-charge complete.
Sqm 16.00 3,176.20 50819.20
101 22.5 Providing and laying water proofing treatment in sunken portion of WCs, bathroom
etc., by applying cement slurry mixed with water proofing cement compound
consisting of applying :
(a) First layer of slurry of cement @ 0.488 kg/sqm mixed with water proofing cement
compound @ 0.253 kg/ sqm. This layer will be allowed to air cure for 4 hours.
(b) Second layer of slurry of cement @ 0.242 kg/sqm mixed with water proofing
cement compound @ 0.126 kg/sqm. This layer will be allowed to air cure for 4 hours
followed with water curing for 48 hours. The rate includes preparation of surface,
treatment and sealing of all joints, corners, junctions of pipes and masonry with
polymer mixed slurry.
Sqm 26.00 298.30 7755.80
Signature of Tenderer 25 Signature of Accepting Authority
S.No. DSR'16
Item No.Description of Item
Unit Quantity Rate (Rs.) Amount (Rs.)
102 22.7 Providing and laying integral cement based water proofing treatment including
preparation of surface as required for treatment of roofs, balconies, terraces etc
consisting of following operations:
(a) Applying a slurry coat of neat cement using 2.75 kg/sqm of cement admixed with
water proofing compound conforming to IS. 2645 and approved by Engineer-in-
charge over the RCC slab including adjoining walls upto 300 mm height including
cleaning the surface before treatment.
(b) Laying brick bats with mortar using broken bricks/brick bats 25 mm to 115 mm
size with 50% of cement mortar 1:5 (1 cement : 5 coarse sand) admixed with water
proofing compound conforming to IS : 2645 and approved by Engineer-in-charge
over 20 mm thick layer of cement mortar of mix 1:5 (1 cement :5 coarse sand)
admixed with water proofing compound conforming to IS : 2645 and approved by
Engineer-in-charge to required slope and treating similarly the adjoining walls upto
300 mm height including rounding of junctions of walls and slabs.
-
(c) After two days of proper curing applying a second coat of cement slurry using 2.75
kg/ sqm of cement admixed with water proofing compound conforming to IS : 2645
and approved by Engineerin- charge.
(d) Finishing the surface with 20 mm thick jointless cement mortar of mix 1:4 (1
cement :4 coarse sand) admixed with water proofing compound conforming to IS :
2645 and approved by Engineerin-
charge including laying glass fibre cloth of approved quality in top layer of plaster and
finally finishing the surface with trowel with neat cement slurry and making pattern of
300x300 mm square 3 mm deep.
(e) The whole terrace so finished shall be flooded with water for a minimum period of
two weeks for curing and for final test. All above operations to be done in order and
as directed and specified by the Engineer-in-Charge: -
22.7.1 With average thickness of 120mm and minimum thickness at khurra as 65 mm.
Sqm 446.00 1,034.65 461453.90
Signature of Tenderer 26 Signature of Accepting Authority
S.No. DSR'16
Item No.Description of Item
Unit Quantity Rate (Rs.) Amount (Rs.)
103 22.23 Providing and applying integral crystalline slurry of hydrophilic in nature for
waterproofing treatment to the RCC structures like retaining walls of the basement,
water tanks, roof slabs, podiums, reservior, sewage & water treatment plant, tunnels/
subway and bridge deck etc., prepared by mixing in the ratio of 5 : 2 (5 parts integral
crystalline slurry : 2 parts water) for vertical surfaces and 3 : 1 (3 parts integral
crystalline slurry : 1 part water) for horizontal surfaces and applying the same from
negative (internal) side with the help of synthetic fiber brush. The material shall meet
the requirements as specified in ACI- 212-3R-2010 i.e by reducing permeability of
concrete by more than 90% compared with control concrete as per DIN 1048 and
resistant to 16 bar hydrostatic pressure on negative side. The crystalline slurry shall
be capable of self-healing of cracks up to a width of 0.50mm. The work shall be
carried out all complete as per specification and the direction of the engineer-in-
charge. The product performance shall carry guaranteed for 10 years against any
leakage. -
(a) 22.23.1 For vertical surface two coats @0.70 kg per sqm per coat Sqm 216.00 468.10 101109.60
(b) 22.23.2 For horizontal surface one coat @1.10 kg per sqm. Sqm 210.00 362.35 76093.50
104 23.1 Boring/drilling bore well of required dia for casing/ strainer pipe, by suitable method
prescribed in IS: 2800 (part I), including collecting samples from different strata,
preparing and submitting strata chart/ bore log, including hire & running charges of all
equipments, tools, plants & machineries required for the job, all complete as per
direction of Engineer-in-charge, upto 90 metre depth below ground level. -
(a) 23.1.1 All types of soil -
23.1.1.1 300 mm dia Metre 70.00 370.70 25949.00
(b) 23.1.2 Rocky strata including Boulders -
23.1.2.1 300 mm dia Metre 20.00 855.10 17102.00
105 23.3 Supplying, assembling, lowering and fixing in vertical position in bore well,
unplasticized PVC medium well casing (CM) pipe of required dia, conforming to IS:
12818, including required hire and labour charges, fittings & accessories etc. all
complete, for all depths, as per direction of Engineer -in-charge. -
23.3.3 200mm nominal size dia Metre 270.00 610.65 164875.50
106 23.4 Supplying, assembling, lowering and fixing in vertical position in bore well
unplasticized PVC medium well screen (RMS) pipes with ribs, conforming to IS:
12818, including hire & labour charges, fittings & accessories etc. all complete, for all
depths, as per direction of Engineer-in-charge. -
23.4.3 200 mm nominal size dia Metre 120.00 821.15 98538.00
Signature of Tenderer 27 Signature of Accepting Authority
S.No. DSR'16
Item No.Description of Item
Unit Quantity Rate (Rs.) Amount (Rs.)
107 23.5 Supplying, filling, spreading & leveling stone boulders of size range 5 cm to 20 cm, in
recharge pit, in the required thickness, for all leads & lifts, all complete as per
direction of Engineer-in-charge. Cum 11.00 921.90 10140.90
108 23.6 Supplying, filling, spreading & leveling gravels of size range 5 mm to 10 mm, in the
recharge pit, over the existing layer of boulders, in required thickness, for all leads &
lifts, all complete as per direction of Engineer-in-charge. Cum 22.00 1,038.05 22837.10
109 23.7 Supplying, filling, spreading & leveling coarse sand of size range 1.5 mm to 2 mm in
recharge pit, in required thickness over gravel layer, for all leads & lifts, all complete
as per direction of Engineer -incharge. Cum 15.00 1,038.05 15570.75
110 23.9 Providing and fixing factory made precast RCC perforated drain covers, having
concrete of strength not less than M-25, of size 1000 x 450x50mm, reinforced with 8
mm dia four nos longitudinal & 9 nos cross sectional T.M.T. hoop bars, including
providing 50 mm dia perforations @ 100 to 125 mm c/c, including providing edge
binding with M.S. flats of size 50 mm x 1.6 mm complete, all as per direction of
Engineerin-charge. Each 4.00 959.35 3837.40
111 23.12 Development of tube well in accordance with IS : 2800 (part I) and IS:11189, to
establish maximum rate of usable water yield without sand content (beyond
permissible limit), with required capacity air compressor, running the compressor for
required time till well is fully developed, measuring yield of well by "V" notch method
or any other approved method, measuring static level & draw down etc. by step draw
down method, collecting water samples & getting tested in approved laboratory, i/c
disinfection of tubewell, all complete, including hire & labour charges of air
compressor, tools & accessories etc., all as per requirement and direction of
Engineer-in-charge. Hours 48.00 542.20 26025.60
112 23.13 Providing and fixing suitable size threaded mild steel cap or spot welded plate to the
top of bore well housing/ casing pipe, removable as per requirement, all complete for
borewell of: -
23.13.3 200 mm dia Each 1.00 231.75 231.75
113 23.14 Providing and fixing M.S. clamp of required dia to the top of casing/housing pipe of
tubewell as per IS: 2800 (part I), including necessary bolts & nuts of required size
complete. -
23.14.3 200 mm clamp Each 1.00 1,154.45 1154.45
114 23.15 Providing and fixing Bail plug/ Bottom plug of required dia to the bottom of pipe
assembly of tubewell as per IS:2800 (part I). -
23.15.3 200 mm dia Each 3.00 253.95 761.85
Signature of Tenderer 28 Signature of Accepting Authority
S.No. DSR'16
Item No.Description of Item
Unit Quantity Rate (Rs.) Amount (Rs.)
115 25.1 Providing and supplying aluminium extruded tubular and other aluminium sections as
per the architectural drawings and approved shop drawings , the aluminium quality as
per grade 6063 T5 or T6 as per BS 1474,including super durable powder coating of
60-80 microns conforming to AAMA 2604 of required colour and shade as approved
by the Engineer-in-Charge. (The item includes cost of material such as cleats,
sleeves, screws etc. necessary for fabrication of extruded aluminium frame work.
Nothing extra shall be paid on this account).Kg 1638.00 338.25 554053.50
116 25.3 Providing, assembling and supplying vision glass panels (IGUs) comprising of
hermetically-sealed 6-12- 6 mm insulated glass (double glazed) vision panel units of
size and shape as required and specified, comprising of an outer heat strengthened
float glass 6mm thick, of approved colour and shade with reflective soft coating on
surface # 2 of approved colour and shade, an inner Heat strengthned clear float glass
6mm thick, spacer tube 12mm wide, dessicants, including primary seal and
secondary seal (structural silicone sealant) etc. all complete for the required
performances, as per the Architectural drawings, as per the approved shop drawings,
as specified and as directed by the Engineer-in-Charge. The IGUs shall be
assembled in the factory/ workshop of the glass processor.“(Payment for fixing of
IGU Panels in the curtain glazing is included in cost of item No.26.2)“For payment,
only the actual area of glass on face # 1 of the glass panels (excluding the areas of
the grooves and weather silicone sealant) provided and fixed in position, shall be
measured in sqm.“ (i) Coloured tinted float glass 6mm thick substrate with reflective
soft coating on face # 2, + 12mm Airgap + 6mm Heat Strengthened clear Glass of
approved make having properties as visible Light transmittance (VLT) of 25 to 35 %,
Light reflection internal 10 to 15%, light reflection external 10 to 20 %, shading
coefficient (0.25- 0.28) and U value of 3.0 to 3.3 W/m2 degree K etc. The properties
of performance glass shall be decided by technical sanctioning authority as per the
site requirement.
Sqm 252.00 3,730.70 940136.40
Signature of Tenderer 29 Signature of Accepting Authority
S.No. DSR'16
Item No.Description of Item
Unit Quantity Rate (Rs.) Amount (Rs.)
117 25.7 Designing, fabricating, testing, installing and fixing in position Curtain Wall with
Aluminium Composite Panel Cladding, with open grooves for linear as well as
curvilinear portions of the building , for all heights and all levels etc. including:
(a) Structural analysis & design and preparation of shop drawings for pressure
equalisation or rain screen principle as required, proper drainage of water to make it
watertight including checking of all the structural and functional design.
(b) Providing, fabricating and supplying and fixing panels of aluminium composite
panel cladding in pan shape in metallic colour of approved shades made out of 4mm
thick aluminium composite panel material consisting of 3mm thick FR grade mineral
core sandwiched between two Aluminium sheets (each 0.5mm thick). The aluminium
composite panel cladding sheet shall be coil coated, with Kynar 500 based PVDF /
Lumiflon based fluoropolymer resin coating of approved colour and shade on face # 1
and polymer (Service) coating on face # 2 as specified using stainless steel screws,
nuts, bolts, washers, cleats, weather silicone sealant, backer rods etc.
(c) The fastening brackets of Aluminium alloy 6005 T5 / MS with Hot Dip Galvanised
with serrations and serrated washers to arrest the wind load movement, fasteners,
SS 316 Pins and anchor bolts of approved make in SS 316, Nylon separators to
prevent bi-metallic contacts all complete required to perform as per specification and
drawing The item includes cost of all material & labour component, the cost of all
mock ups at site, cost of all samples of the individual components for testing in an
approved laboratory, field tests on the assembled working curtain wall with aluminium
composite panel cladding, cleaning and protection of the curtain wall with aluminium
composite panel cladding till the handing over of the building for occupation. Base
frame work for ACP cladding is payable under the relevant aluminium items The
Contractor shall provide curtain wall with aluminium composite panel cladding, having
all the performance characteristics all complete , as per the Architectural drawings,
as per item description, as specified, as per the approved shop drawings and as
directed by the Engineer-in-Charge. However, for the purpose of payment, only the
actual area on the external face of the curtain wall with Aluminum Composite Panel
Cladding (including width of groove) shall be measured in sqm. up to two decimal
places."Sqm 250.00 3,405.90 851475.00
118 26.31 Providing, mixing and applying bonding coat of approved adhesive on chipped portion
of RCC as per specifications and direction of Engineer-In-charge complete in all
respect. -
26.31.2 Epoxy bonding adhesive having coverage 2.20 sqm/kg of approved make Sqm 168.00 314.95 52911.60
Total 226962159.40
Signature of Tenderer 30 Signature of Accepting Authority
S.No. Description of W orkAmount as per
CPW D DSR 2016
In figures In W ords In figures In W ords
1
All items of all chapters of CPWD
DSR 2016 226962159.40
Grand Total of Schedule 'A' to
be carried out in the Summary
Sheet (DSR-2016)
In W ords : (Rupees …………………………………………...……………………………………………………………………………….only)
BILL OF QUANTITY
Name of work :- Earthwork (Cutting/Filling), Construction of CC Block Pavement, Approach Road, P-W ay Track W ork, Boundary W all, Pre-Engineered
W arehouses, Admin. Bldg., Canteen,Crew rest room,W orker shed, General toilet block,Sub-station and other Allied works for development of MMLP at
PARADIP Odisha.
Schedule - "A" Civil W orks (Items based on CPW D/DSR 2016)
% above/below/at par CPW D DSR 2016Amount
(in Rs.)
Signature of Tenderer 31 Signature of Accepting Authority
Sl.
No. Item No. Item Description
Unit Quantity Rate (Rs.) Amount (Rs.)
1 NS - 01 Designing, Fabricating, Supplying & Erecting the superstructure of warehouses (with 6.5 Mts clear height at knee) as
per tender drawing and technical specification. The work shall be executed with supply, erection & commisioning of MS
rigid frames for columns, beams, rafters, ties, bracings, purlins, grits, struts, sag rods, nut, bolts, washers etc., cold
formed SMP galvalume steel sections, roofing with 0.5mm galvalume sheets and wall cladding above 2.0 mts height with
0.5 mm SMP Galvalume sheets, wind bracing for roof and wall with Rods, Structure, Eaves, gutter and down spouts as
required, Lexan embossed clear Polycarbonate sheets of 2mm thick for sky light panels (1mx3m size) as per drg, side
wall cladding and gable end cladding as per technical specifications including supply and fixing in foundation of all
specials such as foundation bolts, base plates. All the steel work shall be painted with two coats of approved qualityzinc
chromate primer & two coats of synthetic enamel paints. Necessary holes for fixing of electrical conduits and or
suspending of lumanaires shall be including in this scope.
-
The entire workshall be as per specifications and scope as detailed in this tender. The contractor shall submit detailed
design and drawings for comnplete warehouse including designs of RCC in foundations, padestal and plinth beam for
loads coming in columns for approval of Engineer incharge. Any modifications suggested byEngioneer incharge shall
be carried out for which no separate payment will be made. The rate shall include cost of PEB structure, wall cladding,
roofing galvalume sheets, polycarbonate sheetings and required size and number of turbo fans, hand and electricaly
operated heavyduty rolling shutters with motor as per specifications and drawings. ve provision of mechanical device for
manual operation. -
The rate shall include cost of motor of adequate capacity, reduction gear & starter in both direction (up & down) complete
in all respect for functioning of rolling shutters. It shall also have provision of mechanical device for manual operation.
-
1) Warehouse No. I (Size 100 m x 25m) with 2.85m continuous catilever canopy on both sides of entire length of
warehouse above rolling shutters. Sqm 2500.00 6055.42 15138550.00
2) Warehouse No. II (Size 100 m x 25m) with 2.85m continuous catilever canopy on both sides of entire length of
warehouse above rolling shutters. 2500.00 6055.42 15138550.00
Bill of Quantity
Name of work :- Earthwork (Cutting/Filling), Construction of CC Block Pavement, Approach Road, P-W ay Track W ork, Boundary W all, Pre-Engineered W arehouses, Admin. Bldg., Canteen,Crew rest
room,W orker shed, General toilet block,SUb-station and other Allied works for development of MMLP at PARADIP Odisha.
Schedule -"B" Non- Schedule Items
Signature of Tenderer 32 Signature of Accepting Authority
Sl.
No. Item No. Item Description
Unit Quantity Rate (Rs.) Amount (Rs.)
Note :- - -
1) Detailed drawings shall be approved by IRCON ISL/CONCOR before starting of execution. - -
2) Side cladding and gable cladding should overlap on masonry wall by 45cm - -
3) Logo of CONCOR shall be painted on both ends of Warehouse as approved by Consultant / CONCOR. - -
4) Providing 2 nos heavy duty rubber stopper of size 200x500x100mm in cluding fixing arrangement in front of each rolling
shutter along platform side. - -
5) Providing and fixing of heavy duty rolling shutters as per specification of DSR 2016 item no. 10.6.1 (10 nos of size
4mx4m) - -
6) Rate is inclusive of providing and fixing of cable trays at suitable height & along the warehouse - -
7) Providing and fixing of heavy duty exhaust fan 24" with louvers at suitable heights in alternateway. - -
8) Providing and fixing gutter and rainwater pipe (100 mm dia.) - -
9) Turbo ventilation rotator 610mm dia - -
10) Providing and fixing heavy duty exhaust fan 600mm at suitable heights at alternate ways on both sides - -
Payment Schedule : Stage - I : - -
70% of the item rate shall be paid against receipt of the complete fabricated material including roofing wall cladding etc
at the site after certification by Engineer-in-Charge. - -
Stage - II : - -
15% of item rate shall be paid aftyer assembling and erection of prefabricated frames and the certification of the same
by Engineer-in-Charge. - -
Stage - III : - -
Balance 15% shall be paid after completion of the entire work including roofing cladding ventilation system and other
miscellaneous items certification of the same by Engineer-incharge. - -
2 NS - 02 Providing and fixing channels for preparing panels of required size and then dewatering of the concrete with vaccum
machine, finishing with mechanical disc and final finishing with mechanical Trowel with tremixmachine. (Thickness of
flooring 75 to 150 mm. concrete & steel to be paid separately as per relevant items) Floor area to be measured.
Sqm 5000.00 157.03 785150.00
3 NS - 03 Providing and spreading non metallic floor hardener as per BS 1047 : BS 3900 part F-4 BS CP 204 minimum @ 2.5 Kg /
Sqm in floor concrete (As per manufacturers specification). Sqm 5000.00 123.38 616900.00
4 NS - 04 Cutting of groove 6 x 20 mm size in the finished floor and filling with Sealing (Shalitex or Equivalent) compound complete.
RMT 500.00 123.38 61690.00
5 NS-05 Providing and Fabricating Full height 77mm thick double skin partlyglazed wooden partition made from seasoned white
beech wood / chill wood/ Salwood.The skeleton made from 50 x50mm square section of white beech wood/ chill wood/ Sal
wood at 600 x 600 mm centre to centre. The toppings & heading patti of partitions will be of 2nd class Teakwood.The
partition to be double skinned of 6 mm commercial plywood (ISI make) & finished with 1 mm thick laminate (ISI make) of
matching shade on plywood surfaces on both sides with 10 mm thick float glass partly frosted of approvedmake as per
drawings. - -
Signature of Tenderer 33 Signature of Accepting Authority
Sl.
No. Item No. Item Description
Unit Quantity Rate (Rs.) Amount (Rs.)
The partition to be finished with laquer polishing & fixed to ground with anchor fastener as directed. The partlyglazed
door & its frame shall be provided of 2nd class teakwood attached to the partition with 10 mm thick partly frosted glass as
per drawing. The door to be provided with locking arrangement ,handles, Door closers, Hinges, etc complete as per
drawings & directions of the Engineer in charge. Necessarycutouts for electrical conduits, sockets and switches to be
made for which no extra payment will be made.
SQM 550.00 3,898.56 2144208.00
STORAGE UNIT/ FILING CABINET - -
6 NS-06 Providing and fabricating storage cabinets with 19mm block board (ISI make) on top, sides,back, shutters & shelves with
1mm thk laminateon exposed surfaces. The depth of storage to be 400 mm. The openable shutters to be fixed with brass
hinges, cupboard locks ( Godrej or Equivalent approved make) & Stainless Steel handles. All exposed edges of
Blockboard to be finished with 2nd class Teakwood beading of dulypolished, complete as per drawings & directions of the
Engineer in charge. All hidden (unexposed) surfaces to be finshed with french polish.
SQM 100.00 6,701.08 670108.00
TABLES - -
7 NS-07 Providing and fabricating tables with 19mm thickblockboard with 1mm thik laminate finish at the top, front and sides. The
tables shall have lockable drawers with 12mm thicksides & 6mm thickbottom and the side unit size 3'x1-9' shall have one
keyboard drawer and a cupboard unit and also a shelf below to house CPU/UPS etc. - -
The edges shall be finished with laquer polished 2nd class Teak wood beading. All hidden (Unexposed) Surfaces to be
finished with French polish. All necessary Locks (Godrej or Equivalent make), Telescopic channels, Hinges, Stainless
Steel Handles, etc complete to be provided as per drawings & Directions of the Engineer in Charge. - -
- -
a) CM's TABLE Size: 7'0" x 3'0" x 2'6" with a cupboard unit of width 1'6" widrh at one side No. 2.00 28,219.79 56439.58
- -
b) CONFERENCE TABLE Size: 12'0" x 4'0" x 2'6" No. 1.00 68160.71 68160.71
c) OFFICERS TABLE (with side unit) Size: 5'6" x 2'0" x 2'6" with a cupboard unit of width 1'6" width at one side
No. 8.00 20712.42 165699.36
Signature of Tenderer 34 Signature of Accepting Authority
Sl.
No. Item No. Item Description
Unit Quantity Rate (Rs.) Amount (Rs.)
d) STAFF/ RUNNING WORK STATION Width 2'0", ht 2'6" with a drawer cupboard unit in every 4'0" section
rmt 125.00 8224.05 1028006.25
e) OFFICERS TABLE (CLASS-I) Size:6'0" x 2'6" x 2'6" with a cupboard unit of width 1'6" at one side
No. 2.00 21930.81 43861.62
8 NS-08 Providing and fixing Writing Magnetic Board in ceramin steel with attached pull down screen of Alkon or equivalentmake
with a set of markers and dusters complete as per drawings and directions
sqm 3.00 2412.39 7237.17
9 NS-09 Providing and fixing Vertical blinds to windows of imported make and approved colour and shade( Vista make/ equivalent
with approved fabric) complete as per drawing and directions of Engineer in charges
sqm 105.00 1096.54 115136.70
SOFA - -
10 NS-10 Size 2'6" x 1'10" x 2'6" with armrest, 4" foam seat, 2" foam back, covered with pp., upholestry cloth on wooden framework
made from 4" x 1.5" 2nd class teak wood finished with melaminepolish as directed by the Engineer in charge (Model
Number "Master" of Delite Hi-Tech brand or Equivalent model of Godrej/ Featherlite makeSeat 3.00 38335.00 115005.00
11 NS-11 CHAIRS - -
a) Chief Manager chair (Model DC-601 of Delite Hi-Tech brand or Equivalent model of Godrej/ Featherlite makeNo. 2.00 12250.00 24500.00
b) Officer Cabin Chairs ,conference room chairs ( model DC-602 of of Delite Hi-Tech brand or Equivalent model of Godrej/
Featherlite make) No. 20.00 10500.00 210000.00
c) For Cabin visitors/staff chair( model DC-603 of Delite Hi-Tech brand or Equivalent model of Godrej/ Featherlite make)No. 25.00 5950.00 148750.00
d) Metal Perforated chairs for Waiting Area( model DMS-WS of Delite Hi-Tech brand or Equivalent model of Godrej/
Featherlite make) - -
3 Seats Multiseater No. 8.00 14500.00 116000.00
12 NS-12 Providing center coffe table of 30' dia, SS legs with 8mm clear/ Tinted glass on top as per drawing with 3 chairs (model
DVC 9003 of of Delite Hi-Tech brand or Equivalent model of Godrej/ Featherlite make)
Each 2.00 17000.00 34000.00
13 NS-13 Supplying and filling moorum, gravel or mixture of these approved byEngineer In charge as per MORTH specification
for embankment and subgrade construction of circularting area in the excavated area or otherwise and to the desired
level grade below upto and above natural ground level as per drawing and direction of engineer in charge including
spreading , watering and compacting in layers with 8-10 T vibratory roller as per MORTH specifications clause 305 with
all leads and lifts and four days soaked CBR of soil being not less than 8% (when compacted to 98% of dry densityat
OMC with heavy compaction as per IS:2720) on which granular sub base will be laid with all contractors transport,labour,
Tools, plants including dressing to top and side slopes to required profile.
Cum 111826.00 686.73 76794268.98
ROAD/ CC block Pavement - -
14 NS-14 Manufacturing,supplyand laying precast concrete heavydutyCC blockof grade M-50 and size (200mmX100mmX100mm
thick) including providing 50 to 80mm thickbedding layer of sand, joint filling with fine sand and compacting with heavy
duty vibrator roller etc., as per specification. The rate includes cost of high strength of OPC cement as per IS 8112 - 1989
and laying sand for bedding layer as well as joint filling. The rate shall also include all lead, lift, material, machine tool
and plants, testing , labour etc. complete in all respect as directed by Egineer-In-Incharge.
Sqm 34155.00 952.69 32539126.95
Signature of Tenderer 35 Signature of Accepting Authority
Sl.
No. Item No. Item Description
Unit Quantity Rate (Rs.) Amount (Rs.)
Note: 60% payment shall be released on the supplyof blocks duly tested, stacked at site as per the direction of Engineer -
In - Charge subject to submission of indemnity bond and comprehensive Insurance by the contractor. - -
15 NS 15 Supplying and erecting submersible pump set (CI body, bronze impellor, SS Shaft, mechanical seal, 3 phase water colled
motor, KSB/GE make or any other equivalent make) for 150mm/ 200mm dia Borewell of required HP, 415 V 50 cycles A.C.
suitable for 60 to 170 LPM discharge at 113 to 66 M head (max. efficiencyat 92 M Head and 125 LPM) & delivery pipe of
ecessary dia with a H clamp etc. complete as requiredeach 1.00 109,136.92 109136.92
16 NS 16 Supply and fixing 65 mm GI heavy grade pipe IS 1239 complete with the coupling, fittings and accessories from pump
outlet upto the water tank, supplycomplete with the supports clamping excavation, brick pedestal etc. As required and the
bituminopus painting or synthetic paint complete for underground/ over ground piping work.
metre 100.00 779.55 77955.00
17 NS 17 Sampling, testing and submitting reports for water sample collected from tube well by reputed laboratoryas per IS 10500-
91 for physio chemical and bacteriological analysis each 1.00 7,795.49 7795.49
18 NS 18 Supplying and errecting of fully automatic star/ delta starter for 10 to 12.5 HP for 3 phase squiral cage motor totally
enclosed with overload and NO volt relay complete erected on angle iron frame (similar L & T make MK-1 FASD model)
each 1.00 3,897.75 3897.75
19 NS 19 Supplying errectinbg flat cable flexible 3 core 4 sqmm PVC sheated submersible type copper cable suitably clamped at
fixed intervals with column pipe assebly complete metre 120.00 311.82 37418.40
20 NS 20 Installation of 90 degree vnotch including provision of tankand all accessories etc and taking measurement of discharge
at regular intervals to access the water yield during development for satisfactory results and as directed by the Engineer-
in-charge each 1.00 19,488.74 19488.74
21 NS 21 Supplying and filling of local sand (including royalty) bymechanical transport up to a lead of 5km, also including ramming
and watering of the sand in layers not exceeding 20cm in trenches, plinth, sides of foundation etc. Complete. (Sand for
filling is provided by Port trust from nearby location for which we have to pay royalty @ 50 per Cu.M.)
cum 118719.00 169.33 20102688.27
Total of Schedule - B 166379728.89
Signature of Tenderer 36 Signature of Accepting Authority
S.No. Description of W orkAmount as per
CPW D DSR 2016
In figures In W ords In figures In W ords
1
Total of Non Schedule Item
Schedule-B 166379728.89
Grand Total of Schedule-B to
be carried out in the Summary
Sheet
In W ords : (Rupees …………………………………………...……………………………………………………………………………….only)
BILL OF QUANTITY
Name of work :- Earthwork (Cutting/Filling), Construction of CC Block Pavement, Approach Road, P-W ay Track W ork, Boundary W all, Pre-Engineered
W arehouses, Admin. Bldg., Canteen,Crew rest room,W orker shed, General toilet block,Sub-station and other Allied works for development of MMLP at
PARADIP Odisha.
Schedule -"B" Non- Schedule Items
% above/below/at par of Non Schedule
Items
Amount
(in Rs.)
Signature of Tenderer 37 Signature of Accepting Authority
BILL OF QUANTITY
Schedule - "C" P-Way Works (Non Schedule Items)
SL . NS Item Description of Item Unit Quantity Rate (Rs.) Amount in Rs.
1 NS-01 Supply of blanketing material of fineness as per RDSO Specification GE:G-
1 para no.4.3.4& 4.3.5 spreading the same on embankment in layers not
exceeding 30 cm each including watering to achieve the required density of
98% MDD under optimum moisture content with contractor's vibrating roller
as directed by Engineer - in chargewith all lead , lift, loading, unloading,
royalty , taxes, duties, tools and plants, labour and matreial required
dressing of bank to final dimension as required to achieve the required
thickness. CUM 15500 1373.62 21291110.00
2 NS-02 Supplying including transporting , loading, unloading,handling and stacking
in position 60 kg Prime Quality Rails (Class A) as per IRS T-12/2009 and
as per latest correction slip issued by RDSO free from manufacturing and
metallurgical defects of 13 m long ( for linking track only)
MT 492 74418.51 36613906.92
3 NS-03 Supplying, leading, loading & unloading and stacking of 60 kg
presstressed monoblock concrete sleepers (Category -I) as per RDSO
drawing No. T-2496 (psc-14) and IRS Specification T-39 1985 (with latest
alterration/amendments, if any) Nos 5735 2693.54 15447451.90
4 NS-04 Supplying, Leading, loading, unloading and stacking at site of fastenings for
60 Kg PSC sleeper as per specifications procured from firms approved by
RDSO for manufactures of this item duly inspected & approved by
inspecting authority(The rate includes cost of all materials)
a Supplying Grooved rubber pads as per RDSO Drg No. T-3711(or as per
latest RDSO’s approved drawings).Each 11470 25.40 291338.00
b Suppling of Elastic Rail / pandrol Clips as per Drg No RDSO/ T-3701 (or
as per latest RDSO’s approved drawings). Each 22940 69.27 1589053.80
c Supplying, leading, loading, unloading and stacking of GFN Liners as per
latest RDSO drawing or as directed by the engineer in charge a) for 60 Kg
as per RDSO drawing no. 3706 (White) Nos 22940 10.07 231005.80
Name of work :- Earthwork (Cutting/Filling), Construction of CC Block Pavement, Approach Road, P-Way Track Work, Boundary Wall, Pre-
Engineered Warehouses, Admin. Bldg., Canteen,Crew rest room,Worker shed, General toilet block,Sub-station and other Allied works for
development of MMLP at PARADIP Odisha.
Signature of Tenderer 38 Signature of Accepting Authority
SL . NS Item Description of Item Unit Quantity Rate (Rs.) Amount in Rs.
5 NS-06 Supply of BG 1 in 8.5 turnout, Fan shape design to RDSO drg no T-4865
made from 60 kg 90 UTS, T-12(1st quality) rails, 6400mm curved switch to
RDSO drg no T-4966 and CMS crossing to RDSO drg no T-4967 suitable
for track circuiting including all fittings and PSC sleepers to RDSO drg. no
RT-4512-2 nos, RT-4793 to 4844 (one each), approach sleepers T-4786 to
4790(one each), exit sleepers T 5471 to 5474-2 each, complete with all
materials including 60 kg 1st quality lead rails, fish plates and fish bolts etc.
and all fittings suitable for PSC sleepers suitable for motor point, check rails
etc including all lead and lift along with stacking in MMLH/Ahemedgarh
area as directed by the engineer as a complete job. All fittings for points
and crossings etc. including gauge tie plates for switch and crossing and
stretcher bars et., shall be insulated to suit track circuiting of the turn out.
SET 8 1481920.69 11855365.52
6 NS-07 Supplying & stacking of Fish plate 1 mtr long for 60 Kg Rail (Drg No. T-
5916) with its bolts nad nuts (T-1899) of size 25mm x 140mm (as per latest
RDSO Approved drawing) and as per specification procured from firms
approved by RDSO for manufactures of this item duly inspected & certified
by aproved inspecting authority incuding transportation to site of work with
contractors labour, tools, transport, fuel and loading, unloading etc.Pair 155 5020.90 778239.50
7 NS-08 Supplying, leading, loading, unloading and stacking of Glued Joints
(excluding Rail) as per latest RDSO drawing or as directed by the engineer
in charge Glued Joints - 60 Kg for loops/ Main lines & take off point as per
RDSO drawing no. 5843 sets 6 19139.09 114834.54
NS-08A Insertion of glued joints (insertion two number joint rails and offering for
welding complete as per direction of engineering/incharge at site.sets 6 637.69 3826.14
8 NS-09 Supplying and stacking of machine crushed 65 mm size Track Ballast
conforming to RDSO Specifications of Track Ballast, June 2004 with latest
amendments. Stacking of ballast to be done along the alignment on
cess/toe of the embankment/inside cutting as directed by the Engineer,
including all types of transportation up to the site including all leads, lifts
crossing of tracks and any other obstructions. The rate includes leveling of
the stacking space properly and all taxes, levies, duties, octroi, royalty, etc.
including all material and labour. No deduction will be made on stack
measurement for shrinkage. Cum 10570 1631.69 17246963.30
Signature of Tenderer 39 Signature of Accepting Authority
SL . NS Item Description of Item Unit Quantity Rate (Rs.) Amount in Rs.
9 NS-10 Manual through packing of newly laid tracks including level crossings, on
straight curve to a good geometry to conform to specified alignment & level
and other track parameters including squaring of sleepers, slewing of tracks
to correct alignment, gauging, tightening of fittings, fixing them in correct
position, lifting of track if required to obtain the required longitudinal/cross
levels and designed ballast cushion, packing below the sleepers & boxing
to approved ballast profile with all tools & labours as a complete job. As the
through packing is to be done on PSC sleepers track, all care be exercised
to ensure that the sleepers are not damaged during packing. If the sleepers
are damaged in the process of through packing the contractor will have to
replace them at his own cost.a) First round of through packing
Track
Mtr 5210 38.89 202616.90
b) Second through packing providing full ballast cushion and proper ballast
profile.Track
Mtr 7560 32.75 247590.00
c) Third and final through packing providing full ballast cushion and final
ballast profile.Track
Mtr 7560 26.61 201171.60
10 NS-11 Laying and linking of Permanent way (BG) on straight / curve over
ballasted bed with 60 Kgs. rails welded in to 3 rail panels/ fishplated track
on straights/curves on 60 kg PSC sleepers with elastic fastenings to
correct track parameters as per specification, complete including kutcha
packing. Rails 60 kg for plain track (straight & curve) will be supplied under
supply items by the contractor from stack yard in the MMLH area. The
contractor shall have to handle, lead and lay them at site as per
specification. PSC Sleepers for straight/curve track and fittings shall be
lead by him to site. The payment for Alumino Thermic Welding with Short
Pre Heating Process of rail joints including finishing and testing of welded
rail joints not included in this item and shall be paid separately. On fish
plated rail joints J clips to RDSO drg No. T- 4158 will have to be used. Track
Mtr 3760 508.01 1910117.60
Note:- 90% payment shall be made on the basis of completion of work
certified by Engineer. Rest 10% shall be released after trial of Rolling stock,
Commissioning and rectifying the defects noticed during/ after trial run/
rolling
Signature of Tenderer 40 Signature of Accepting Authority
SL . NS Item Description of Item Unit Quantity Rate (Rs.) Amount in Rs.
11 NS-14 Manual through packing of newly laid 1 in 8.5 turnouts / points and
crossings to bring them to a good geometry to conform to specified line,
level and parameters including designed layout of sleepers, slewing of
track to correct alignment, gauging, tightening of fittings, fixing them in
correct position, lifting of track as necessary to obtain the required
longitudinal/cross levels and designed ballast cushion, packing below the
sleepers & boxing to approved Ballast profile with all tools & labours as a
complete job. As the through packing is to be done on PSC sleeper track all
care be exercised to ensure that the sleepers are not damaged during
packing. If the sleepers are damaged in the process of through packing the
contractor will have to replace them at his cost.
a) First round of through packing SET 8 3671.77 29374.16
b) Second through packing providing full ballast cushion and proper ballast
profile.SET 8 3059.17 24473.36
c) Third and final through packing providing full ballast cushion and final
ballast profile. SET 8 1835.89 14687.12
Note (For Item NS 14 ): For the purpose of payment, the turnout set will be
considered from stock rail joint (Sleeper No.1) as marked on turnout
drawing up the last through sleeper of the turnout covering both tracks of
the turnout. 12 NS-15 Handling, assembling, linking and laying of BG 1 in 8.5 Turnout with curved
switch & CMS crossing on PSC sleepers (with 60 kg rails) as per RDSO
Drg. on already prepared ballast bed including spreading and placing
sleepers at correct spacing and orientation, cutting of rails as required,
drilling & chamfering of holes, putting rails on sleepers to correct gauge,
alignment, longitudinal and cross levels, correctly fastening all fittings &
stretcher bars, temporary jointing including one katcha packing. The item
also includes leading of Rails/Switches/x-ing, fittings etc with contractor's
tools, labour complete job. SET 8 165840.54 1326724.32
13 NS-16 Painting of rails after scraping & cleaning with ready mixed anticorrosive
paint of approved make and brand.
Two Coats Track
Mtr 5720 32.76 187387.20
14 NS-17 Manufacturing, Supplying, fixing precast RCC fouling mark as per Railway
specification in 1:2:4 CC and required nominal reinforcement at the location
given by site in charge duly painted with contractor's labour material
complete. The fouling mark shall be painted with the letter F/M engraved on
both faces perpendicular to track which will be painted with black enamel
paint. Each 12 5080.03 60960.36
Signature of Tenderer 41 Signature of Accepting Authority
SL . NS Item Description of Item Unit Quantity Rate (Rs.) Amount in Rs.
15 NS-18 Supply & fixing of rail joint with Alumino Thermic Welding with Short Pre
Heating Process of rail joints of 60 Kgs/90 UTS/T-12 rails on cess or in situ
as per the requirement to make 3 rail SWP (Short Welded Panel) or
welding of 60 kg rail joints at other locations as directed by Engineer-in-
charge including the cost of all labour and material, tools, fuel,
prefabricated moulds, handling of rails, cropping of rail ends, providing
specified gaps at rail joints, finishing of welded joints as per specifications,
USFD testing and all other testings as per Specifications and as laid down
in RDSO Manual for Fusion welding of Rails by the Alumino, Thermic
Process 2006’ with upto date correction slips (subject to modifications as
provided for in Technical Specification) as a complete job as per RDSO
specification no. T-19/2012 Each 640 4241.92 2714828.80
16 NS-19 Supplying and & fixing check rail of 52/60 KG with rails sleepers fittings
fish plates and all other materials such as distance block with bolts and
nuts /( washers etc.) including cutting of rails to required length, drilling
bolts , providing flair to ends , foot cutting , notching as per requirement ,
painting two coats of anti corrosive paint to running rail and check rails
except top head of rails with contractor's labour, tools and plats etc.
complete. Rails sleepers , fish plates and required material shall be
supplied by contractor. (Only Cost of main running rails with it's fitting shall
be paid separately and all other items including check rails sleepers and
fittings are included in the rate of this item.Track
Mtr 280 14654.65 4103302.00
17 NS-20 Removing /dismantling of existing BG track of 60Kg/52Kg or any section of
rails with fitting and fastening. the rate should be inclusive of cutting of rails,
fish plates, bolts and nuts if necessary for dismantling of track. Released
material should be segregated and are to be separately i.e. rails, sleepers
fastenings etc. by the side of the track or within MMLP yard as per direction
of Engineer-in-charge. The rate includes all T&P, labour, lead, loading,
unloading, lift, handling, rehandling, crossing the track/nala, all taxes etc.
Nothing extra will be paid whatsoever case may be.
PER
Track
Meter 100 335.00 33500.00
Signature of Tenderer 42 Signature of Accepting Authority
SL . NS Item Description of Item Unit Quantity Rate (Rs.) Amount in Rs.
18 NS-22 Supply fabrication of Switch Expansion Joint (SEJ) inclusive of fittings as
per RDSO drawing or as directed by Engineer-in-charge - 60 kg for loop
line/Main Line (including fittings) as per RDSO drawing no. T/6902 Sets 6 159464.09 956784.54
19 NS-23 Manufacturing, Supplying of 1 in 8-1/2 deraling switch(trap point) as per
RDSO drawing no:-T/6068 for 60kg rail section on monoblock prestressed
concrete sleeper(22no's) and all fittings required as per IR drawing and
specifications with up to date correction slip all fittings listed on the drawing
for both running Rails with all contractors material, labour, tools and plants
at site etc. complete including providing spring lever arrangement.
Set 2 378817.00 757634.00
20 NS-24 Laying and linking of 1 in 8-1/2 deraling switch (trap point) as per RDSO
drawing 60kg rail section on monoblock prestressed concrete
sleeper(22no's) and all fittings required as per IR drawing and
specifications with up to date correction slip including all fittings listed on
the drawing including both running Rails with all contractors material,
labour, tools and plants at site of work within standard laid down Railway
tolerances with initial packing and 3 rounds of through packing to make it fit
for 20kmph speed etc. complete including providing spring lever
arrangement. Set 2 32850.59 65701.18
21 NS-25 Construction of Earth packed Buffer Stop as per drawing no. 372-DE 08
and as directed by Engineer-in-charge with labour, materials, all tools and
plants, loading , unloading, leading etc. complete. Earth to be taken from
the available earth within the plant. Set 5 56838.80 284194.00
Total of Schedule C 118584142.56
Signature of Tenderer 43 Signature of Accepting Authority
S.No. Description of Work
Amount as per
CPWD DSR
2016
In figures In Words In figures In Words
1
Total of Non Schedule
Item Schedule-C 118584142.56
Grand Total of Schedule-
C to be carried out in
the Summary Sheet
In Words : (Rupees …………………………………………...……………………………………………………………………………….only)
BILL OF QUANTITY
Name of work :- Earthwork (Cutting/Filling), Construction of CC Block Pavement, Approach Road, P-Way Track Work, Boundary
Wall, Pre-Engineered Warehouses, Admin. Bldg., Canteen,Crew rest room,Worker shed, General toilet block,Sub-station and
other Allied works for development of MMLP at PARADIP Odisha.
Schedule - "C" P-Way Works (Non Schedule Items)
% above/below/at par of Non
Schedule Items
Amount
(in Rs.)
Signature of Tenderer 44 Signature of Accepting Authority
BILL OF QUANTITY
WIRING
1 1.10 Wiring for light point/fan point/exhaust fan point/call bell point with 1.5 sq.mm FRLS
PVC insulated copper conductor single core cable in surface /recessed medium
class PVC conduit, with modular switch, modular plate, suitable GI Box and
earthing the point with 1.5 sq.mm FRLS PVC insulated copper conductor single
core cable etc. as required. Point 362.00 757.00 274034.00
(i) 1.10.3 Group C2 1.11 Wiring for twin control light point with 1.5 sq.mm FRLS PVC insulated copper
conductor single core cable in surface / recessed medium class PVC conduit, 2
way modular switch, modular plate, suitable GI box and earthing the point with 1.5
sq.mm FRLS PVC insulated copper conductor single core cable etc. as required.Point 6.00 809.00 4854.00
3 1.14 Wiring for circuit /submain wiring alongwith earth wire with the following sizes of
FRLS PVC insulated copper conductor, single core cable in surface /reccessed
medium class PVC conduit as required .(i) 1.14.1 2 x 1.5 sq.mm + 1 x 1.5 Sq.mm Earth wire Metre 1640.00 112.00 183680.00
(ii) 1.14.2 2 x 2.5 sq.mm + 1 x 2.5 Sq.mm Earth wire Metre 810.00 137.00 110970.00
(iii) 1.14.3 2 x 4 sq.mm + 1 x 4 Sq.mm Earth wire Metre 485.00 168.00 81480.00
(iv) 1.14.8 4 x 4 Sq. mm + 2 x 4 Sq. mm Earth Wire Metre 60.00 281.00 16860.00
(v) 1.14.9 4 x 6 Sq. mm + 2 x 6 Sq. mm Earth Wire Metre 60.00 395.00 23700.00
4 1.18 Supplying and drawing following pair, 0.5 mm dia FRLS PVC insulated annealed
copper conductor, unarmoured telephone cable in the existing surface/ recessed
steel/ PVC conduit as required.(i) 1.18.2 2 Pair Metre 210.00 19.00 3990.00
5 1.19 Supplying and drawing co-axial TV cable RG-6 grade, 0.7 mm solid copper
conductor PE insulated, shielded with fine tinned copper braid and protected with
PVC sheath in the existing surface/ recessed steel/ PVC conduit as required.Metre 200.00 29.00 5800.00
Section-1
Name of work :- Earthwork (Cutting/Filling), Construction of CC Block Pavement, Approach Road, P-Way Track Work, Boundary Wall, Pre-Engineered
Warehouses, Admin. Bldg., Canteen,Crew rest room,Worker shed, General toilet block,Sub-station and other Allied works for development of MMLP at
PARADIP Odisha.
Schedule 'D' (Items Based on DSR 2016-ELECTRICAL)
Sl.
No.
DSR -
2016 Description of Item Unit Quantity Rate (In Rs.) Amount (in Rs)
Signature of Tenderer 45 Signature of Accepting Authority
Sl.
No.
DSR -
2016 Description of Item Unit Quantity Rate (In Rs.) Amount (in Rs)
6 1.21 Supplying and fixing of following sizes of medium class PVC conduit along with
accessories in surface/ recess including cutting the wall and making good the
same in case of recessed conduit as required.(i) 1.21.1 20 mm Metre 295.00 57.00 16815.00
(ii) 1.21.2 25 mm Metre 630.00 69.00 43470.00
7 1.24 Supplying and fixing following modular switch/ socket on the existing modular plate
& switch box including connections but excluding modular plate etc. as required.
(i) 1.24.1 5/6 amps switch Each 315.00 84.00 26460.00
(ii) 1.24.3 15/16 amps switch Each 53.00 114.00 6042.00
(iii) 1.24.4 3 pin 5/6 amp socket outlet Each 125.00 81.00 10125.00
(iv) 1.24.5 6 pin 15/16 amp socket outlet Each 53.00 153.00 8109.00
(v) 1.24.6 Telephone Socket Outlet Each 46.00 96.00 4416.00
(vi) 1.24.7 TV Antenna Socket Outlet Each 35.00 97.00 3395.00
(viI) 1.24.8 Bell Push Switch Each 41.00 114.00 4674.00
8 1.25 Supplying and fixing stepped type electronic fan regulator on the existing modular
plate switch box including connections but excluding modular plate etc. as required.Each 53.00 288.00 15264.00
9 1.26 Supplying and fixing modular blanking plate on the existing modular plate and
switch box excluding modular plate as required. Each 55.00 24.00 1320.00
10 1.27 Supplying and Fixing following size/modules, GI box along with modular base &
cover Plate for Modular switches in recess etc. as required.
(i) 1.27.1 1 or 2 Module (75 mm x75mm) Each 26.00 175.00 4550.00
(ii) 1.27.2 3 Module (100 mm x 75 mm) Each 26.00 185.00 4810.00
(iii) 1.27.3 4 Module (125 mm x 75 mm) Each 18.00 205.00 3690.00
(iv) 1.27.4 6 Module (200 mm x 75 mm) Each 54.00 258.00 13932.00
(v) 1.27.5 8 Module (125 mm x 125 mm) Each 43.00 297.00 12771.00
11 1.31 Supplying and Fixing suitable size G.I. box with modular Plate and cover in front
on surface or in recess, including providing and fixing 3 pin 5/6 amps, modular
socket outlet and 5/6 amps modular switch, connections etc. as required (For Light
plugs to be used in Non residential buildings). Each 64.00 313.00 20032.00
12 1.32 Supplying and Fixing suitable size G.I. box with modular Plate and cover in front on
surface or in recess, including providing and fixing 6 pin 5/6 &15/16 amps. Modular
socket outlet and 15/16 amps modular switch, connections etc. as required.Each 34.00 406.00 13804.00
Signature of Tenderer 46 Signature of Accepting Authority
Sl.
No.
DSR -
2016 Description of Item Unit Quantity Rate (In Rs.) Amount (in Rs)
13 1.33 Supplying and fixing 3 pin, 5 amp ceiling rose on the existing junction box/wooden
block including connections etc. as required. Each 141.00 46.00 6486.00
14 1.38 Supplying and fixing call bell/ buzzer suitable for single phase, 230 Volts, complete
as required. Each 15.00 61.00 915.00
15 1.41 Installation, testing and commissioning of pre-wired, fluoroscent fitting/
compact fluoroscent fitting of all types, complete with all accessories and tubes etc.
directly on ceiling/ wall, including connection with 1.5 sq. mm FRLS PVC insulated,
copper conductor, single core cable and earthing etc. as required.Each 63.00 100.00 6300.00
16 1.51 Extra for fixing the louvers/shutters complete with frame for a exhaust fan of all
sizes. Each 3.00 99.00 297.00
17 1.53 Supplying and drawing of UTP 4 pair CAT 6 LAN cable in the existing surface/
recessed, steel/ PVC conduit as required.
(i) 1.53.1 1 run of cable Metre 30.00 34.00 1020.00
(ii) 1.53.2 2 run of cable Metre 2.00 59.00 118.00
(iii) 1.53.3 3 run of cable Metre 7.00 84.00 588.00
18 1.56 Supplying and fixing suitable size GI box with modular plate and cover in front on
surface or in recess, including providng and fixing 2 Nos. 3 pin 5/6 A modular
socket outlet and 2 Nos. 5/ 6 A modular switch, connections etc. as required. (For
light plugs to be used in non residential buildings). Each 54.00 504.00 27216.00
19 1.58 Supplying and fixing PVC batten/ angle holder including connections etc. as
required. Each 16.00 62.00 992.00
Distribution Boards20 2.3 Supplying and fixing following way, single pole and neutral, sheet steel, MCB
distribution board, 240 V, on surface/ recess, complete with tinned copper bus bar,
neutral bus bar, earth bar, din bar, interconnections, powder painted including
earthing etc. as required. (But without MCB/RCCB/Isolator)
(i) 2.3.3 12 way, Double door Each 4.00 1151.00 4604.00
21 2.5 Supplying and fixing of following ways surface/ recess mounting, vertical type, 415
V, TPN MCB distribution board of sheet steel, dust protected, duly powder painted,
inclusive of 200 A, tinned copper bus bar, common neutral link, earth bar, din bar
for mounting MCBs (but without MCBs and incomer) as required. (Note : Vertical
type MCB TPDB is normally used where 3 phase outlets are required.)
(i) 2.5.1 4 way (4 + 12), Double door Each 4.00 4502.00 18008.00
(ii) 2.5.2 8 way (4 + 24), Double door Each 1.00 5664.00 5664.00
Section-2
Signature of Tenderer 47 Signature of Accepting Authority
Sl.
No.
DSR -
2016 Description of Item Unit Quantity Rate (In Rs.) Amount (in Rs)
22 2.10 Supplying and fixing 5 amps to 32 Amps rating 240/415 Volts, 'C' Curve, miniature
circuit breaker suitable for inductive load of following poles in the existing MCB DB
complete with connections, testing & commisioning etc. as required.
(i) 2.10.1 Single Pole Each 108.00 173.00 18684.00
23 2.11 Supplying and fixing single pole blanking plate in the existing MCB DB complete
etc. as required. Each 12.00 7.00 84.00
24 2.14 Supplying and fixing following rating, double pole, (single phase & neutral), 240
V, Residual Current Circuit Breaker (RCCB) having a sensitivity current 30 mA in
the existing MCB DB complete with connections, testing & commissioning etc. as
required.(i) 2.14.1 25 amps Each 8.00 1650.00 13200.00
25 2.15 Supplying and fixing following rating, four pole (three phase & neutral), 415
volts, Residual Current Circuit Breaker (RCCB) having a sensitivity current 30
mA in the existing MCB DB complete with connections, testing & commissioning
etc. as required.(i) 2.15.3 63 amps Each 2.00 2302.00 4604.00
Cable Trays -26 4.1 Supplying and installing following size of perforated painted with powder coating
M.S.cable trays with perforation not more than 17.5% in convenient sections, joined
with connectors, suspended from the ceiling with M.S. suspenders including bolts
and nuts, painting suspenders etc. as required.
(i) 4.1.4 300 mm width x 50 mm depth x 1.6 mm thickness Metre 400.00 526.00 210400.00
27 4.2 Supplying and installing following size of perforated painted with powder coating
M.S.cable trays bends with perforation not more than 17.5%, joined with
connectors, suspended from the ceiling with M.S. suspenders including bolts and
nuts, painting suspenders etc. as required.(i) 4.2.4 300 mm width x 50 mm depth x 1.6 mm thickness Each 4.00 1023.00 4092.00
28 4.3 Supplying and installing following size of perforated painted with powder coating
M.S.cable trays Tee with perforation not more than 17.5%, joined with connectors,
suspended from the ceiling with M.S. suspenders including bolts and nuts, painting
suspenders etc. as required.
(i) 4.3.4 300 mm width x 50 mm depth x 1.6 mm thickness Each 40.00 1186.00 47440.00
Section-3
Signature of Tenderer 48 Signature of Accepting Authority
Sl.
No.
DSR -
2016 Description of Item Unit Quantity Rate (In Rs.) Amount (in Rs)
Earthing29 5.2 Earthing with G.I. earth pipe 4.5 mtr long, 40 mm dia, including accessories, and
providing masonary enclosure with cover plate having locking arrangement and
watering pipe etc. with charcoal/coke and salt as required.Each 33.00 3672.00 121176.00
30 5.4 Earthing with G.I. earth plate 600 mm X 600 mm X 6 mm thick including
accessories, and providing masonary enclosure with cover plate having locking
arrangement and watering pipe of 2.7 metre long etc. with charcoal/coke and salt
as required. Set 10.00 4327.00 43270.00
31 5.6 Earthing with copper earth plate 600 mm X 600 mm X 3 mm thick including
accessories, and providing masonry enclosure with cover plate having locking
arrangement and watering pipe of 2.7 metre long etc. with charcoal/coke and salt
as required. Set 4.00 8289.00 33156.00
32 5.8 Supplying and laying 25 mm X 5 mm copper strip at 0.50 metre below ground as
strip earth electrode, including connection/terminating with nut, bolt, spring, washer
etc. as required. (Jointing shall be done by overlapping and with 2 sets of brass nut
bolt & spring washer spaced at 50mm) Mtr 20.00 595.00 11900.00
33 5.9 Supplying and laying 25 mm X 5 mm G.I. strip at 0.50 metre below ground as strip
earth electrode, including connection/terminating with G.I. nut, bolt, spring, washer
etc. as required. (Jointing shall be done by overlapping and with 2 sets of G.I. nut
bolt & spring washer spaced at 50mm) Metre 200.00 85.00 17000.00
34 5.16 Providing and fixing 6 SWG dia GI wire on surface or in recess for loop earthing as
required. Metre 100.00 37.00 3700.00
LT Cable Laying35 7.1 Laying of One number PVC insulated and PVC sheathed / XLPE power cable of
1.1 KV grade of following size direct in ground including excavation, sand
cushioning, protective covering and refilling the trench etc as required.
(i) 7.1.1 Upto 35 sq.mm Metre 350.00 206.00 72100.00
(iv) 7.1.4 Above 185 sq mm and Upto 400 sq.mm Metre 100.00 248.00 24800.00
36 7.5 Laying of One number PVC insulated and PVC sheathed /XLPE power cable of 1.1
KV grade of following size in the existing RCC/HUME / METAL pipe as required.
(i) 7.5.1 up to 35 sq mm Metre 280.00 18.00 5040.00
(iv) 7.5.4 Above 185 sq mm and Upto 400 sq.mm Metre 80.00 65.00 5200.00
Section-4
Section-5
Signature of Tenderer 49 Signature of Accepting Authority
Sl.
No.
DSR -
2016 Description of Item Unit Quantity Rate (In Rs.) Amount (in Rs)
37 7.6 Laying of one number PVC insulated and PVC sheathed /XLPE power cable of 1.1
KV grade of following size in the existing Masonary open duct as required.
(i) 7.6.1 up to 35 sq mm Metre 70.00 14.00 980.00
(iv) 7.6.4 Above 185 sq mm and Upto 400 sq.mm Metre 20.00 56.00 1120.00
38 7.10 Supplying and fixing cable route marker with 10 cm X 10 cm X 5 mm thick G.I.
plate with inscription there on, bolted /welded to 35 mm X 35 mm X 6 mm angle
iron, 60 cm long and fixing the same in ground as required. Each 20.00 269.00 5380.00
Cable end Terminations39 9.1 Supplying and making end termination with brass compression gland and
alluminium lugs for following size of PVC insulated and PVC sheathed/ XLPE
aluminium conductor cable of 1.1 KV grade as required.
(i) 9.1.20 3.5 X 25 Sq. mm (28 mm) Each 30.00 257.00 7710.00
(iv) 9.1.29 3.5 X 240 Sq. mm (62 mm) Each 12.00 989.00 11868.00
Miscellenous Civil Items40 14.13 Providing, laying and fixing following dia G.I.pipe (medium class) in ground
complete with G.I.fittings including trenching (75 cm deep) and refilling etc as
required.
(i) 14.13.1 50 mm dia Mtr 30.00 388.00 11640.00
(ii) 14.13.3 100 mm dia Mtr 12.00 828.00 9936.00
(iii) 14.13.4 150 mm dia Mtr 6.00 1265.00 7590.00
41 14.14 Providing, laying and fixing following dia RCC pipe NP2 class (light duty) in ground
complete with RCC collars, joining with cement mortar 1:2 (1 cement : 2 fine sand)
including trenching (75 cm deep) and refilling etc as required.
14.14.2 150mm dia Mtr 54.00 405.00 21870.00
Total of Schedule D 1705195.00
Section-6
Section-8
Signature of Tenderer 50 Signature of Accepting Authority
S.No. Description of W orkAmount as per
CPW D DSR 2016
In figures In W ords In figures In W ords
1
All items of all chapters of DSR
2016 Electrical 1705195.00
Grand Total of Schedule 'D' to
be carried out in the Summary
Sheet (DSR-2016)
In W ords : (Rupees …………………………………………...……………………………………………………………………………….only)
BILL OF QUANTITY
Name of work :- Earthwork (Cutting/Filling), Construction of CC Block Pavement, Approach Road, P-W ay Track W ork, Boundary W all, Pre-Engineered
W arehouses, Admin. Bldg., Canteen,Crew rest room,W orker shed, General toilet block,Sub-station and other Allied works for development of MMLP at
PARADIP Odisha.
Schedule 'D' (Items Based on DSR 2016-ELECTRICAL)
% above/below/at par CPW D DSR 2016Amount
(in Rs.)
Signature of Tenderer 51 Signature of Accepting Authority
Sl. No.NS Item
No.Description of Item
Unit Quantity Rate (in Rs.)
Amount
(in Rs.)
Light Fittings & Fans
1 NS-1 Supply of recess mounted LED 600x600 mm fixtures Max. 36 W having
min. 3000 system lumens with approved Make and LM80 complied LED
and as per LM79 standard, in 6500k CCT LED Driver, shall be 2 kV Surge
protected CCCV with voltage range of 150-270 VAC. Fixture shall be white
powder coated housing with full HEAT diffuser of PMMA.(Wipro Cat. No.
CRCO23R036HP65) or equivalent approved make.
No. 219.00 3124.28 684217.32
2 NS-2 Supply of recess mounted LED Downlighter Max. 27 W having min. 2700
system lumens with approved Make of LM80 complied LED and as per
LM79 standard in 5700k CCT. LED Driver, shall be 2 kV Surge protected
CCCV driver with voltage range of 150-270 VAC. Downlighter housing shall
be die-cast aluminium only with white powder coating.(Wipro Cat. No.
CRDL11R033HP57) or equivalent approved make.No. 24.00 4454.46 106907.04
3 NS-3 Supply of recess mounted LED Downlighter with Max. 18 W having min.
1800 system lumens with approved Make of LM80 complied LED and as
per LM79 standard LEDs in 5700k CCT. LED Driver, shall be 2 kV Surge
protected CCCV driver with voltage range of 150-270 VAC. Downlighter
housing shall be die-cast aluminium only with white powder coating. (Wipro
Cat. No. CRDL11R023HP57) or equivalent approved make.
No. 30.00 1200.24 36007.2
4 NS-4 Supply of wall mounted 10W LED Mirror Light Fixture. (Wipro Cat. No.
D531065) or equivalent approved make. No. 12.00 335.67 4,028.04
5 NS-5 Supply of Surface mounted 20/18W LED Batten. (Wipro Cat. No. LL20-221-
XXX-60-NE) or equivalent approved make. No. 57.00 574.71 32,758.47
BILL OF QUANTITY
Name of work :- Earthwork (Cutting/Filling), Construction of CC Block Pavement, Approach Road, P-Way Track Work, Boundary Wall, Pre-
Engineered Warehouses, Admin. Bldg., Canteen,Crew rest room,Worker shed, General toilet block,Sub-station and other Allied works for
development of MMLP at PARADIP Odisha.
Schedule ' E' (Non Schedule Electrical Items)
Section - 1
Sginature of Tenderer 52 Signature of Accepting Authority
Sl. No.NS Item
No.Description of Item
Unit Quantity Rate (in Rs.)
Amount
(in Rs.)
6 NS-6 Supply, installation, testing & commissioning of 90 W LED Highbay with
COB with LED of approved make, diecast aluminium housing, integral
driver and all necessary accesories similar to Wipro Cat No. LH05-751-XXX-
50-XX or equivalent approved make. No. 66.00 8141.79 537358.14
7 NS-7 Supplying, installation, testing & commissioning of 240V, 1 phase Ceiling
Fans of approved make complete with suitable length down rod as
required. -
NS-7.1 1200 mm sweep No. 71.00 1385.98 98404.58
1 NS-8 Supply and fixing of haxagonal fan box with haxagonal sides of approx.
80mm in length fabricated from 14 SWG MS sheet incorporating with 10
mm dia MS round bar duly bent for supporting fan hanger pinted with red
oxide and screwing arrangement with wiring cnduit laid in the RCC roof
before concreting alongwith supply of all materials labour T&P etc. for
proper completion of work. No. 71.00 416.46 29,568.66
9 NS-9 Supplying, Installation, testing & Commissioning of 240V, 1 phase Exhaust
fans suitable for 220 / 240 volts, 50 Hz AC of 900 rpm complete with
shutter etc. as required. -
NS-9.1 300 mm Sweep No. 21.00 1571.72 33006.12
10 NS-10 Supplying, Installation, testing & Commissioning of 240V, 1 phase Exhaust
fans with 1.5 Sq.mm insulated copper conductor wires for connections
complete as required. -
NS-10.1 450 mm SweepNo. 6.00 3659.85 21959.1
11 NS-11 Supplying & Installation of Wall mounted Fan 16" (make:
Usha/Crompton/Remi/Polar) Each 32.00 1331.84 42618.88
12 NS-12 Supply & laying of 80mm x 40mm x 1.6mm thick aluminum section for floor
raceways for laying of power, data, telephone wire/cables. The raceways
shall be clamped with aluminum /GI patti and screwed to the floor.
Metre 200.00 398.30 79,660.00
13 NS-13 Supply & fixing of 250mm x 250mm x 50mm GI Floor Junction Box with
16SWG GI plate to be screwed to the floor comers of junction box. The
junction box shall be screwed fitted to the floor. Each 30.00 544.73 16341.9
14 NS-14 Supplying installing testing commissioning of 1.5 Tr. Copper , 5 star Split
AC including stabilizer, drain pipe , mounting stand ,standard length of
refrigrent copper pipe (4 Metre) etc. complete as required ( Carrier, Daikin,
Hitachi)each 43.00 80830 3475690
Sginature of Tenderer 53 Signature of Accepting Authority
Sl. No.NS Item
No.Description of Item
Unit Quantity Rate (in Rs.)
Amount
(in Rs.)
Telephone / DATA Wiring / Plug socket fixing -
15 NS-15 Supplying and fixing RJ-45, modular type computer socket outlet alongwith
modular plates and hot dip galvanised box in recessed/surface steel conduit
etc. as required. (for computer nodes) No. 54.00 230.72 12458.88
16 NS-16 Supplying and drawing 20 pairs 0.6 sq mm FRLS PVC insulated copper
conductor unarmoured telephone cable in the existing/ recessed steel/PVC
conduit as required. Mtr. 100.00 73.30 7330.00
17 NS-17 Supply and fixing of 20 pairs Telephone Tag Box (Crone connecter type)
duly housed in a MS enclosure etc. as required. No. 2.00 112.44 224.88
External Electrical Works -
18 NS-18 11 KV, HT VCB, 630 Amp, Three Way Panel-Indoor Type. -
Supply, Installation,Testing and Commissioning of indoor type floor
mounted metal clad IP 4X 11 KV, expandable type VCB panel totally
enclosed and fully interlocked, horizontal draw-out, horizontal isolation type
breaker as per IS : 13118 as amended up to date and additional
specification having capacities as mentioned below, single break, trip free
mechanism, motorised charged and auto closing breaker suitable for use
on 11 KV, 3 PHASE, 50 Hz, AC supply with short circuit fault level of 350
MVA, complete with self contained fully interlocked rack in and rack out
mechanism air insulated but encapsulated Aluminum alloy bus bars of
suitable fault level GI earth bar breaker featured with mechanical ON/OFF
indicator with hand trip device, spring release coil, shunt trip coil, control
voltage of 24 DC, TNC, LED type indicating lamps for phase and trip
condition and auxiliary switch of 6 NC + 6 NO and equipped with following
switch gears and accessories. Set 1.00 484060.71 484060.71
The panel should be suitable for connection for up to 3x 300 sq mm XLPE
11 KV cable( cable tray from bottom) end terminations with heat shrinkable
jointing materials etc as required. (The cost of end terminations is not
Included in this item). -
Power pack ( one working and one standby) with 220 V,AC input and 24
V,DC continuous output suitable for indicating lights and closing/ tripping /
indication of 3 Nos HT panel boards with 2 Nos, 12 volts each maintenance
free batteries of suitable AH each, charginng unit,capacitor bank, for
emergency delivering to trip system complete with suitable capacity of
AmMetre and VoltMetre i/e connections with 2.5 sq mm FRLS insulated
copper conductor cable etc including DCDB consisting of 8 Nos 32 Amp
DC MCB,s for DC supply distribution to panel as required.-
Scetion - 2
Scetion - 3
Sginature of Tenderer 54 Signature of Accepting Authority
Sl. No.NS Item
No.Description of Item
Unit Quantity Rate (in Rs.)
Amount
(in Rs.)
Incoming - 1 No. 630 AMP. VCB with followings- -
(a) 1 set (3 Nos) 11KV /110 / volts drawout type PT class 0.5 accutacy and
100 VA burden, with 1 No Volt Metre (0-15 KV), analogue type selector
switch for VoltMetre and protection fuses/MCB for HT Metreing. -
(b) 3 nos dual core dual ratio CTs of ratio 100/50/5A of 15 VA burden and
accuracy class -0.5 for Metreing and class 5p 10 for protection. -
(c) 1 No- ( 0-100 A) AmMetre , analog type with selector switches. -
(d) Master trip relay. -
(e) Trip circuit supervision relay. -
(f) Microprocessor based numerical relay with IDMT setting for O/L, E/F and
S/C protection. -
(g) Restricted earth fault raelay. -
(h) Over and Under Voltage relay. -
(i) Timer and TNC switch. -
Out goings-2 Nos-630 A, VCB with followings in each breaker. -
(a) 2 nos dual core dual ratio CTs of ratio 100/50/5A of 15 VA burden and
accuracy class -0.5 for Metreing and class 5p 10 for protection. -
(b) 2 No- ( 0-100 A) AmMetre , analog type with selector switches for
AmMetres. -
(c) Microprocessor based numerical relay with IDMT setting for O/L, E/F and
S/C protection. -
(d) Master trip relay. -
(e) Trip circuit supervision relay. -
-
19 NS-19 Main Power Panel -
Supply of LT Main Power Panel fabricated out of 14 SWG sheet steel
metal floor mounting type with all normal practice like derusting, degreasing,
phosphating, powder coated to the approved make as per specification,
comprising of the following:- each 1.00 1367260.58 1367260.58
Transformer Incomer 1 & 2 -
i) 800A, 4P electrically operated drawout type (EDO) ACB with
microprocessor based release having overcurrent, short circuit and earth
fault protection - 2 Nos. -
Metering for each Transformer Incomer -
Digital VAF Metre with required set of CT's. -
3 numbers Phase indicating lamps suitable for 230 V AC fittings with back
up hrc fuse/MCB. -
Sginature of Tenderer 55 Signature of Accepting Authority
Sl. No.NS Item
No.Description of Item
Unit Quantity Rate (in Rs.)
Amount
(in Rs.)
2 Nos. indicating lamp on each incomer feeder for indicating the status of
feeder with back up hrc fuse/MCB. -
1 No. T-N-C breaker control switch . (Trip/Neutral/Close) -
Protection for each Transformer Incomer -
Under voltage and over voltage relay -
CT's for APFCR relay -
DG Incomer 1 -
i) 800A 4P electrically operated drawout type (EDO) ACB with
microprocessor based release having overcurrent, short circuit and earth
fault protection - 1 Nos. -
Metering for each DG Incomer -
Digital VAF Metre with required set of CT's. -
3 numbers Phase indicating lamps suitable for 230 V AC fittings with back
up hrc fuse/MCB. -
Control bus fitting with fuses. -
Hooter -
Battery charger with DC AmMetre & VoltMetre -
Indicating Lamps for each DG Incomer -
Set 'ON' -
Load on DG Set -
Load on main supply -
DC control supply healthy -
Protection for each DG Incomer -
Under voltage and over voltage relay -
AMF Control Logic with all accessories -
Bus coupler -
ii) 800A 4P electrically operated drawout type (EDO) ACB without release -
2 Nos. -
Note:- i) The Bus coupler shall be electrically interlocked with all incoming
breaker in such a way that at any time two supplies should not get mixed
up. -
ii) All necessary item should be considered for AMF and auto change over
system -
iii.1000 A Aluminium Bus bars - 3 Nos. -
Out-going -
i) 400 A 3P+NL MCCB Thermal Magnetic release with 35KA Breaking
capacity - 4 Nos -
Sginature of Tenderer 56 Signature of Accepting Authority
Sl. No.NS Item
No.Description of Item
Unit Quantity Rate (in Rs.)
Amount
(in Rs.)
ii) 250 A 3P+NL MCCB Thermal Magnetic release with 25KA Breaking
capacity - 4Nos -
iii) 200 A 3P+NL MCCB Thermal Magnetic release with 25KA Breaking
capacity - 4Nos -
iv) 100 A 3P+NL MCCB Thermal Magnetic release with 25KA Breaking
capacity - 4Nos -
CHAIN LINK FENCING -
20 NS-20 Providing chain link fencing 50mm size of 8 guage properly stretched
between rectangular poles and fixed with suitable bolts & nuts, the free
ends shall be welded to the pole and block pipe at top and bottom as
required incluidng cost of all materials, labour, lead and lifts and as per the
directions of the Engineer-in-charge of work including two coats of approved
quality paint over one coat of shop paint Sqm 80.00 404.82 32385.60
21 NS-21 Supplying and fixing M.S. Rectangular poles made out of 2 equal angles of
65x65x6 mm welded together and fixed in C (1:2:4) with 2 Nos.16mm dia
M.S. hold fast rods each of length 25 cms. Including clst of all materials
cutting, bending scaffolding wherever necessary, nicely finishing the welded
joints with all lead lifts and as per the directions of the Engineer-in-charge of
the work and including providing 2 coats of approved quality paint over one
coat of shop painting (excluding cost of earthwork and concrete)
mtr 58.00 1011.04 58640.32
22 NS-22 Providing and fixing M.S. Block pipe of 38 mm dia, of heavy guage of 14
including removing the bends, cutting the pipe, and fixing pipe in between
the two verticle poles (M.S. rectangular poles) and spot welding the chain
link with M.S. block pipe including cost of all materials wastage in cutting,
and scaffolding wherever necessary with all lead and lift as directed by the
Engineer-in-charge of work etc., complete including two coats of approved
quality paint over one coat of shop paintmtr 92.00 227.84 20961.28
23 NS-23 125 KVAR Automatic Capacitor Panel -
Supplying installing testing commissioning of automatic power factor
correction capacitor panel fabricated out of 14SWG sheet steel metal
withpowder coated (siemons grey) comprising of the following Set 1.00 159662.57 159662.57
Incoming -
I) 250A 3P+NL MCCB Thermal Magnetic release with 35KA Breaking
capacity - 1No -
ii) 300 A Al.Busbar - 1set -
iii) RYB phase indicating lamps -
Sginature of Tenderer 57 Signature of Accepting Authority
Sl. No.NS Item
No.Description of Item
Unit Quantity Rate (in Rs.)
Amount
(in Rs.)
iv) Digital VAF Metre with required set of CT's. -
Complete with Automatic power factor correction relay of 6 stages inclusive
of Timer, Harmonic reactorors, auxillary relays, Auto / Manual selector
switches and control wiring. -
Outgoing -
25KVAR capacitor bank consisting of 63 A 3P MCCB and 25 KVAR
Capacitor duty TP contactors , with ON / OFF Push buttons & ON indication
lamps complete - 5 set -
24 NS-24 Admin Block Panel -
Design, fabrication, assembling, wiring, supply, installation, testing and
commissioning of following Panels, fabricated out of 2mm thick for load
bearing and 1.6 mm for partitions CRCA sheet steel in cubicle
compartmentised modular construction complete with supporting rigid
structure, interconnections with heat shrinkable colour coded, identification
on all breakers MCCB to indicate the area they serve. Degree of protection
IP 42, earthing hinged doors with 2.5 sqmm tinned braded copper wire, free
standing floor mounted with removable Gland Plates on top & bottom of the
panel. Panels shall be treated with all anticorrosive process before powder
coating as per specifications and final approved shade. Panels shall be
suitable for 415v,3 Phase, 4 Wire, 50 HZ Supply system.
Set 1.00 322677.37 322677.37
400 A FP MCCB, 50 KA microprocessor based as Incomer -
Metreing:- Multi purpose digitol Metre suitable for measuring Ampere,
Voltage (Phase to Phase and Neutral to Phase) with selector provision. -
Phase Indication Lamp -
Bus Bar: 800A TPN aluminium bus bar of suitable length with colour
coded sleeves. -
Outgoings: -
250 Amps, FP, MCCB (35 KA) - 2 nos. -
125 Amps, FP, MCCB (35 KA) - 8 nos. -
100 Amps/63 Amps, FP, MCCB (35 KA) - 7 nos. -
25 NS-25 Supplying and installing testing commissioning of Panel (Admin Building)
Set 1.00 32918.87 32918.87
Incoming: -
63 A TPN MCCB (35 KA) - 1 No. -
Metreing -
(0-500V) Digital VoltMetre with control MCB & selector switch - 1 No. -
Sginature of Tenderer 58 Signature of Accepting Authority
Sl. No.NS Item
No.Description of Item
Unit Quantity Rate (in Rs.)
Amount
(in Rs.)
(0-63A) Digital AmMetre with Selector Switch - 1 No. -
Set of Phase Indication Lamps (LED type) with 2A SP MCB - 1 No. -
Bus Bar: -
100A,TPN Aluminium Bus bar of suitable length with colour coded sleeves.
-
Outgoings -
40A TPN MCB (10 KA) - 2 Nos. -
25A DP MCB (10 KA) - 4 Nos. -
26 NS-26 500KVA, 11KV/ 433V Oil Filled Transformer -
Design, manufacture, testing at works, supply, installation, testing and
commissioning at site 11 KV/433V, 3 phase, 50 Hz, delta/star connected,
indoor type transformers, oil immersed ONAN cooled, complete with all
fittings such as oil conservator, silica gel breather, thermoMetre, explosion
vent, OFF LOAD tap changer for +5% & -5% tappings in step of 2.5 %
bidirec-tional roller, cable end box on HV side suitable of 3C x185 sq. mm.
XLPE cable of 11 KV grade and 2 nos. 3-1/2 core 400 sq mm on LV side
complete with all accessaries, diagram & rating plate, oil temperature
indicator, winding temperature indicator, MOLG indicator and buccholtz
relay with wiring upto marshalling box, lifting lugs, first filling of oil, weather
proof HT cable box, bushings disconnecting chamber minimum 8 mm
thick non magnetic gland plate etc. complete as per specification
including 10% extra oil in non returnable drum for topping up as required.
The Transformer should be conforming to IS-1180, complete with all
accessories as required. Each 2.00 698769.12 1397538.24
The transformer shall be subject to all tests specified in the specifications
and test certificates shall be produced). Structural foundation in cement
concrete with supply all civil items, T&P, labour to complete the work as
required as per manufacturers recommendations shall be included in the
cost. -
Sginature of Tenderer 59 Signature of Accepting Authority
Sl. No.NS Item
No.Description of Item
Unit Quantity Rate (in Rs.)
Amount
(in Rs.)
27 NS 27 Supply,installation,testing & commissioning of 320KVA capacity water
cooled DG set with suitable capacity Cummins make engine Model No
NTA -855-G2-I/Kirloskar make engine model no.6K12TA -1 directly
coupled with alternator for 415 volt, 3 phase, 50 HZ, 4 wire, generation
system complete with accessories, fuel oil tank . as required and sound
proof acoustic enclosure for the D.G. set,including Supply,fixing of
antivibration pads suitable for 320KVA DG set, Provision of control cable
from engine to control panel to engine,Provision of copper pipe steel
braided fuel pipe line of suitable size from fuel tank to engine each 1.00 2645131.18 2645131.18
and over flow pipe engine to fuel tank complete gate valve and fitting leader
make etc.Supply, installation of starting batteries AH rating as
recommended by manufacturer complete as required at site complete with
stand Residential cylinder suitable for engine exhaust pipe line complete
with Flange,Bend,flexible pipe.all as required . (DG set shall be as per latest
CPCB Norms II). -
28 NS-28 Street Light Feeder Pillar Box -
Supply, Installation, Testing and Commissioning of out door type, Street
Light Feeder Pillar Box totally enclosed, compartmentalized, cubical, dust,
vermin proof, fabricated out of 2mm thick powder coated sheet steel,
internally strengthened with angle iron frame work with following incoming
and outgoing feeders including supplying and mounting including making
connections / interconnections with lugs / glands crimping, complete as
required. No 3.00 70533.00 211599.00
Incoming -
100 A TPN MCCB(25KA) -1 No. -
100 A, TP Contactor -1 No. -
0 - 500V Digital VoltMetre (Type 96 Sqmm) - 1 No -
0 -100A Digital AmMetre (Type 96 Sqmm)- 1 No -
R,Y,B Phase indication lamps (LED Type ) - 1 Set -
Time Switch with daily dial suitable for operation on 230V single phase
50Hz AC supply -1No. -
Auto Manual Selector Switch - 1 No. -
Bus Bars -
TPN Aluminium bus bar of 100 A - 1 Set -
Outgoings -
20 A TPN MCB - 8 Nos -
Sginature of Tenderer 60 Signature of Accepting Authority
Sl. No.NS Item
No.Description of Item
Unit Quantity Rate (in Rs.)
Amount
(in Rs.)
29 NS-29 High Mast of 30M Height -
Supply, installation, testing and commissioning of heavy duty 30 Mtr
(polygonal GI) 3 sections High Mast on existing foundation with lantern
carriage suitable for 9 nos, 1 x 200W of flood light fittings, gear box, control
panel, flexible copper multi core cable of 4.0 sq mm size etc all as per
specification including luminaries adjusting arrangement, proper aiming and
providing & installing lighting arrestor and 1 No double dome aviation
obstruction light fittings with LED lamp as required including integral power
tool for automatic raising and lowering of lantern carriage. Electrical
connections from bottom (control panel) to top shall be made by special
trailing cable minimum 2 Nos 5 core 4 sq mm copper. The system shall
have inbuilt facilities for testing the luminaries while in lower position. Mast
shall be fitted with lighting finial. Erection and commissioning of above
equipments will be with the help of modern engineering practice including
integral 3 phase/ single phase non reversible power tool for electrical
operation of raising and lowering of lantren carriage with its supporting
stand fixing chain and torque limiter etc including winch gear box for
simultaneous and reversible operation of driven winch / integral type
arrangement with mast. Set 6.00 272226.82 1633360.92
30 NS 30 Design casting of open raft type shallow RCC foundation suitable for safe
soil bearing capacity of 10 T/Sq. mtr at 2 mtr depth. Supplying and fixing of
foundation bolts manufactured from special steel along with nuts, washer,
suitable size of anchor plates and tamplates etc as per high mast
manufacturer approved drawing. Each 6.00 64474.78 386848.68
31 Ns 31 High Mast Control Panel -
Supply, installalling, testing and commissioning of control panel houising
timer contactor, MCB circuits etc for 18 Nos luminaries as per specification
given below fabricated out of 14 SWG sheet steel out door installation with
canopy double door etc as required.Set 6.00 32237.38 193424.28
(a) 63 Amp, TPN, MCB as incomer with phase indication 2 Nos -
(b) 2 nos. TP 32 Amps Contactor, L&T make, 2 nos ON/OFF indication circuits,
2 nos Start/ stop Buttons, 2 nos Auto/ Manual Selector Switch, 2 nos
Control MCB, Auxiliary contactor and Photo Cells 2 nos. -
(c) Control for power tools of high mast 25 Amp, TP MCB 10 KA, 25 amps TP
contactor L& T make with NO +2 NC auxiliary contactor, over load relay
with single phase preventor protection ON/OFF indication circuit 2 nos and
2 nos forward/reverse switch 1 no etc as required. -
Sginature of Tenderer 61 Signature of Accepting Authority
Sl. No.NS Item
No.Description of Item
Unit Quantity Rate (in Rs.)
Amount
(in Rs.)
32 NS-32 Street Light Poles (Octagonal) -
Supply Installation testing & commissioning of galvanised street light poles
suitable for mounting 1 no street light fitting, with foundation bolts etc. on
existing concrete foundation. The height of octagonal pole shall be 8 Metre
from ground level with 70 mm top dia, 130 mm base dia and base plate with
following bracket (1.5m long). Foundation bolts suitable brackets for fixing
luminaries and junction box etc. as per direction of engineer-in-charge.
No -
a) Single Arm Bracket No. 45.00 8602.29 387103.05
b) Double Arm Bracket No. 15.00 9380.47 140707.05
33 NS-33 Foundation for Street Light Poles -
Providing suitable concrete foundation for G.I / street light poles as per
direction of engineer in charge No. 60.00 1943.85 116631.00
Light Fittings for High Mast & Street Light Poles and Cables -
34 NS-34 Supply installation, Testing and Comissioning of 350W LED Cat No.
BARFEG 350W LED Series light Luminaire made of pressure diecast
aluminium body with powder coated, having toughned glass cover input
voltage range of 110 to 270 Volts AC, power factor >0.95, high power LED's
having efficiency >100 lumines/watt and junction temperature-10 to 50
degree centegrade of IP 66 with optics, total hormonic destortion less than
15% at 110 Volts AC, driver efficiency>90% etc, complete with 5 years
warranty.a) Luminaire make: Philips/Osram/GE/VIN/ Crompton/Bajaj. b)
LED make: Philips Lumileds/CREE/ Nichia/OSram/Samsung.
No. 72.00 41836.71 3012243.12
35 NS-35 Supply , installation, testing and commissioning of 90 W LED Street Light
fitting for poles, type - Wipro LR10-911-XXX-57-XX or equivalent approved
make. No. 75.00 11290.51 846788.25
36 NS-36 Supplying, installing, testing, commissionig of 50W LED Flood Light with
IP65 protection on existing bracket including connection etc. complete as
required of Crompton or equivalent make. No. 4.00 4975.71 19902.84
37 NS-37 HT Cables -
HT Cable GROUP A: Supplying and laying of high tension Dry Core 3 core
under ground XLPE (E) cable having stranded comapact circular aluminium
conductor, screened insulated, insulation screened with extruded
semiconduting compound in combination with copper tape, core laid up
inner sheate of PVC tape GI flat strip armoured and overall PVC sheathed
confirm to IS 7098/11/85 with latest amendments. -
Sginature of Tenderer 62 Signature of Accepting Authority
Sl. No.NS Item
No.Description of Item
Unit Quantity Rate (in Rs.)
Amount
(in Rs.)
3c x 120 sqmm Mtr. 200.00 1115.01 223002.00
38 NS-38 LT Cables -
Supplying, testing & commissioning for following size of XLPE insulated and
PVC sheathered armoured aluminum conductor cable of 1.1 KV grade as
required. -
(i) 3.5 Core 25 Sq.mm Mtr. 1,500.00 84.89 127335.00
(ii) 3.5 Core 50 Sq.mm Mtr. 2,500.00 163.50 408750.00
(iii) 3.5 Core 120 Sq.mm Mtr. 150.00 349.78 52467.00
(iv) 3.5 Core 185 Sq.mm Mtr. 405.00 505.41 204691.05
(v) 3.5 Core 240 Sq.mm Mtr. 140.00 641.40 89796.00
(vi) 3.5 Core 300 Sq.mm Mtr. 300.00 777.38 233214.00
(vii) 4 Core 16 Sq.mm Mtr. 2,740.00 101.40 277836.00
Substation Safety Equipments -
39 NS-39 Supply and erection of the following safety equipment -
(i) First Aid Box Each 1.00 646.12 646.12
(ii) Shock Treatment Charts (in English, Hindi) with Frame Each 2.00 161.13 322.26
(iii) Rubber Mats, 1/2' thick, 900mm width and 2000mm long Each 6.00 1291.44 7748.64
(iv) 11KV Tested Shock proof hand gloves Each 2.00 161.13 322.26
(v) Fire buckets with stand (set of 2 buckets) Each 4.00 258.60 1034.40
40 NS-40 Providing and fixing Carbon dioxide fire extinguishers consisting of welded
M.S cylindrical body, squeeze lever discharge valve fitted with internal
discharge tube, 30 cm long high pressure discharge hose, discharge
nozzle, suspension bracket, conforming to IS: 934 finished externally with
red enamel paint and fixed to wall with brackets with rawl plug/dash
fasteners complete with internal charge. (CCOE Nagpur Approved
Cylinders) -
a) Capacity 4.5 Kg. ISI Marked IS: 2878 Each 12.00 5580.80 66969.60
b) Capacity 9.0 Kg. ISI Marked IS: 2878 Each 4.00 7972.69 31890.76
41 NS-41 Providing and fixing mechanical Foam type fire extinguisher 9 lit. capacity
type ISI marked with all accessiories complete etc. as required.
Each 2.00 1462.01 2924.02
42 NS-42 Providing and fixing Dry ABC Powder extinguishers bearing IS: 2171
marking, fixing to wall including brackets ettc. As required at site. -
(i) 5 Kg Capacity Each 30.00 1594.85 47845.50
(ii) 10 Kg Capacity Each 3.00 2,989.99 8969.97
Scetion - 3
Sginature of Tenderer 63 Signature of Accepting Authority
Sl. No.NS Item
No.Description of Item
Unit Quantity Rate (in Rs.)
Amount
(in Rs.)
43 NS-43 Approval / Liasioning work with statutory Authorities-
Charges for Liasioning with state electricity board for getting approval,
clearances for load sanction / load augmentation & obtaining connection
etc. complete for energizing the installation with state electricity board
power as required. The charges shall broadly include but not limited to the
following. LS 1.00 33220.71 33220.71
Load Application, load sanction / load augmention, drawing/scheme
approval by CEIG/ any statutory bodies, inspection and approval of
installation by CEIG / any other statutory body, demand notice & estimate,
service connection order, permanent connnection & energization..
Total of Schedule E 20507369.41
Sginature of Tenderer 64 Signature of Accepting Authority
S.No. Description of W orkAmount as per
CPW D DSR 2016
In figures In W ords In figures In W ords
1
Total of Non Schedule Item
Schedule-E 20507369.41
Grand Total of Schedule-E to
be carried out in the Summary
Sheet
In W ords : (Rupees …………………………………………...……………………………………………………………………………….only)
BILL OF QUANTITY
Name of work :- Earthwork (Cutting/Filling), Construction of CC Block Pavement, Approach Road, P-W ay Track W ork, Boundary W all, Pre-Engineered
W arehouses, Admin. Bldg., Canteen,Crew rest room,W orker shed, General toilet block,Sub-station and other Allied works for development of MMLP at
PARADIP Odisha.
Schedule ' E' (Non Schedule Electrical Items)
% above/below/at par of Non Schedule
Items
Amount
(in Rs.)
Signature of Tenderer 65 Signature of Accepting Authority
Sl.
No
Item
Code Description Unit QTY Rate Amount (in Rs.)
Engineering Activities
1 NS01 Obtaining NOC and Fire licence from local fire authorities and Industries
authority upon the client request and all other liasioning activities etc
complete in all respects Job 1 181699.95 181699.95
2 NS02 Supplying, Installation, Testing and Commissioning of electric driven main
fire pump suitable for auto operation and consisting of following complete
in all respect as required. each 1 367288.56 367288.56
a Horizontal split casting type,centrifugal, multistage pump of cast iron body
and bronze impeller with stainless steel shaft, mechanical seal to ensure a
minimum pressure of 3.5 KG/Sq..cm at highest and farthest outlet at
specified flow of 2280 LPM at 80 Mtrs. head confirming to IS1520-1980
-
b 75 HP Squirrel cage inductiion motor TEFC, Synchronous speed 1500
RPM (with permissible slip) suitable for operation on 415 volts, 3 phase
60Hz, AC, supply with IP 55 protection for enclosure, horizontal foot
mounted type with Class-F insulation, confirming to IS-325-1978 -
c Common base frame fabricated out of MS Channel of suitable size flexible
coupling, coupling guard, foundation bolts & Pressure Gauge with Valve
etc.Suitable cement concrete foundation duly plastered with anti vibration
pads etc. complete as per detailed specifications. -
BILL OF QUANTITY
Name of work :- Earthwork (Cutting/Filling), Construction of CC Block Pavement, Approach Road, P-Way Track Work, Boundary Wall, Pre-Engineered
Warehouses, Admin. Bldg., Canteen,Crew rest room,Worker shed, General toilet block,Sub-station and other Allied works for development of MMLP at
PARADIP Odisha.
Schedule "F" Fire Fighting
Signature of Tenderer 66 Signature of Accepting Authority
Sl.
No
Item
Code Description Unit QTY Rate Amount (in Rs.)
3 NS03 Supplying, Installation, Testing and Commissioning of Diesel Engine
driven main fire pump suitable for auto operation and consisting of
following: Complete in all respect as required. each 1 503601.84 503601.84
a) Horizontal split casing type, centrifugal, multistage,pump of cast iron body
and bronze impeller with stainless steel shaft mechanical, seal to ensure a
minimum pressure of 3.5 Kg/Sq. Cm at highest and farthest outlet at
specified flow of 2280 LPM at 80 Mtrs. head confirming to IS1520-1980 -
b) 75 HP 1500 RPM 4 Stroke, Water cooled starting type diesel Engine with
Heat Exchanger confirming to relevant BIS & IS Standards, complete with
all required accessories/system fuel oil filter lubricant oil pump with filter,2
Nos. starting batteries of 180 AH capacity each with suitable angle iron
stand engine starting panel having all the controls meters guages, techno
meter, hour meter starting switch with keys for manual starting auto
starting mechanism, 24 volt electric starting equipment, Diesel Tank for 8
hours continour running for diesle engine having minimum capacity of 200
ltrs. (Tank made out of 3 mm thick M.S. Sheet with filling cap, drain cock
diesel indicator duly mounted on M.S. angle) Exhaust pipe of minimum 30
mtr. length duly insulated with 50 mm thick glass wool with 1.0mm thick
aluminium sheet cladding, exhaust residentialsilencer,stop solenoid for
auto stopping the event of fault with audio indications painted with post
office red colour etc. as required. -
c) Common base frame fabricated out of MS channel of suitable size flexible
coupling, coupling guard foundation bolts & pressure gauge with valve
etc. Suitable cement concrete foundation duly plastered with anti vibration
pads etc complete as per detailed specification. -
4 NS04 Supplying, Installation, Testing and Commissioning of electric driven
pressurisation pump (Jockey Pump) suitable for auto operation and
consisting of following complete in all respect as required. Each 1 71943.12 71,943.12
a) Horizontal type, centrifugal & suction type, pump of cast iron body and
bronze impeller with stainless steel shaft, mechanical seal, gland packing
and flow of 200 LPM at 80 mtrs. Head confirming to IS1520-1980 -
b) 15 HP SQ cage induction motor TEFC type 2900 RPM, suitable for
operation on 415 volts, 3 phase 50Hz. AC supply with IP 55 class of
protection for enclosure, horizontal foot mounted type with Class-'F'
insulation, confirming to IS-325-1978. -
Signature of Tenderer 67 Signature of Accepting Authority
Sl.
No
Item
Code Description Unit QTY Rate Amount (in Rs.)
c) Common base frame fabricated out of MS Channel of suitable size flexible
coupling, coupling guard, foundation bolts & Pressure Gauge with Valve
etc. Suitable cement concrete foundation duly plastered with anti vibration
pads etc complete as per detailed specifications. -
5 NS05 Supply, erection, testing and commissioning of MS ERW as per IS:1239
(Heavy grade for pipes) upto dia 150 NB and as per IS:3589 for pipes
above 150 NB, for above ground pipes including fittings like flanges,
reducers, tees, elbows, bolt & nuts supports, anchor fasteners clamps and
thread rods(8 & 10mm) two coats of enamel paint over one coat of Zinc
chromate primer of approved brand and manufacture, etc to complete the
work as per the specifications. -
a 300 NB, Heavy class Mtrs 25 4200.54 105013.50
b 250 NB, Heavy class Mtrs 25 3746.29 93657.25
c 200 NB, Heavy class Mtrs 300 2781.64 834492.00
d 150 NB, Heavy class Mtrs 450 2509.09 1129090.50
e 100 NB, Heavy class Mtrs 250 2170.71 542677.50
f 80 NB, Heavy class Mtrs 100 1791.48 179148.00
g 50 NB, Heavy class Mtrs 250 1133.07 283267.50
h 40 NB, Heavy class Mtrs 200 1011.59 202318.00
i 32 NB, Heavy class Mtrs 400 768.66 307464.00
j 25 NB, Heavy class Mtrs 550 387.13 212921.50
6 NS06 Supply erection,testing and commissioning of MS ERW as per
IS:1239(C"Heavy)Under ground pipe yard, resers,stand post etc including
fittings like reduces elbows, flanges, gaskets,bolts & nut & one coat of anti
corrosive / anti leak paint before wrap coat to the work ,etc as per the
specifications. - -
a 200NB Mtrs 150 3087.88 463182.00
b 80NB Mtrs 100 1518.93 151893.00
7 NS07 Supplying, fixing, testing, and commissioning of Cast iron body Sluice
valve,of PN 1.6 pressure rating complete with matching flanges ANSI
class #150 and gaskets, with bolts & nuts to complete the work.(non-rising
spindle type) as per the specification. - -
80NB Nos 4 1725.13 6900.52
Signature of Tenderer 68 Signature of Accepting Authority
Sl.
No
Item
Code Description Unit QTY Rate Amount (in Rs.)
8 NS08 Supplying, fixing, testing, and commissioning of Cast iron body gate
valve,of PN 1.6 pressure rating complete with matching flanges ANSI
class #150 and gaskets, with bolts & nuts to complete the work.(non-rising
spindle type) as per the specification. - -
Gate valve - -
a 50NB Nos 4 4848.73 19394.92
b 25NB Nos 3 2662.72 7988.16
9 NS09 Supplying, fixing, testing, and commissioning of Cast iron body check
valve,of PN 1.6 pressure rating complete with matching flanges ANSI
class #150 and gaskets, with bolts & nuts to complete the work.(non-rising
spindle type) . - -
check valve - -
a 250 NB, Nos 2 24498.88 48997.76
b 80 NB, Nos 4 1611.83 6447.32
CONTROL PANELS - -
10 NS10 Supply, erection,testing and commissioning of Sheet steel fabricated
cubicle type,wall / door mounted fire panel comrising of all acceccories like
relays,timers,hooters,contractors, indication lamps,annunciators,etc, for
auto / manual operation of diesel engine driven fire pump as per the
specifications. Nos 1 24754.08 24754.08
11 NS11 Supply, erection,testing and commissioning of Sheet steel fabricated
cubicle type,wall / door mounted fire panel comrising of all acceccories like
DOL starter, disconnect switches, power contactors, relays, timers, etc. for
auto/mannual start -up of 2 nos. electric mai pump and i no. jockey pump
ansd all other necessary accessories etc to complete the work as per the
specifications. Nos 1 213038.11 213038.11
INSTRUMENTATION & CABLING - -
12 NS12 Supply, fixing, testing and commissioning of Dial type presure guage with
6"dial and arrange of 0-16 kg/sq.cm. together with siphon and pet cock
with necessory valves and etc complete the work as per the specifications.Nos 10 1566.91 15669.10
13 NS13 Supply, fixing, testing and commissioning of pressure Switch with Guage
cock, No, NC + correct to suitable the work as per the specifications.Nos 3 2123.23 6369.69
Signature of Tenderer 69 Signature of Accepting Authority
Sl.
No
Item
Code Description Unit QTY Rate Amount (in Rs.)
14 NS14 Supply, fixing, testing and commissioning of power /wiring together with
earthing between the fire panels and the electric motors, battery pack and
control wiring between field instruments like pressure switch ,etc to the fire
panels as per the specification. 0.00 -
a Supply,laying, testing and commissioning of 3 c x 6 sq.mm.Al.Armoured
Cable -Jockey Pump as per the specification. Mtrs 30 465.48 13964.40
b Supply,laying, testing and commissioning of 3.5 c x 300 sq.m
sq.mm.Al.Armoured Cable - main motor Pump as per the specification.Mtrs 60 936.57 56194.20
c Supply,laying, testing and commissioning of 2 c x 1.5 sq mm Cu.Armoured
Cable FRLS as per the specifications. Mtrs 150 93.09 13963.50
15 NS15 Simply,erection, testing and commissioning of Test array arrangement for
pump house pumpsets with MS Piping and necessary valves, supports,
ports to fixing the gusge and pressure switch etc to complete the work as
per the specification. set 1 15158.68 15158.68
16 NS16 Suppying,fixing and commissioning of Cast iron body foot valve strainer
ball type,of 1.6 pressure rating complete with matching flanges ANSI class
# 150,gasket as per the specifications with bolts & nuts etc to complete
the work.(non - rising spindle type) - -
For valve with strainer ball type - -
a 150mm Nominal Boreeach 2 12139.38 24278.76
b 100mm Nominal Boreeach 2 7804.01 15608.02
YARD PIPING - -
17 NS17 Suppying,fixing and commissioning of anticorrosive treatment with 4 mm
thick including one coat of primer paint of pypekote material of IWL india
india ltd.Etc to complete the work as per the specifications. Sq mt 500 501.21 250605.00
HYDRANT ACCESSORIES - -
18 NS18 Suppying,fixing and commissioning of SS fire hydrant valve 75mm inlet
and 63mm female instantaneous single outlet and complete with PVC Cap
& chain as per IS:5290.Type A ISI Mkd as per the specifications.Nos 15 1668.98 25034.70
Signature of Tenderer 70 Signature of Accepting Authority
Sl.
No
Item
Code Description Unit QTY Rate Amount (in Rs.)
19 NS19 Supplying, fixing,testing and commissioning of RRL Hoses of 63mm dia
15m long as per IS636 .Type 'A' with GM coupling bearing with ISI
mark…Etc to complete to the work as per the specifications. Nos 30 6063.98 181919.40
20 NS20 Supplying, fixing,testing and commissioning of SS branches pipes 63mm
dia male instantaneous inlet and male threaded outlet to complete with
hexagonal base bore nozzle as par IS 903 with ISI mark as per the
specifications. Nos 15 2106.40 31596.00
21 NS21 Supplying, fixing, testing and commissioning of MS double door hose box
250x600x750mm accomodate 2 nos 15mtrs length hose and a Branch
pipe ,Glass fronted cabinet including all acessories like breaking hammer
with visible 4mm thick glas etc to complete to the work as per the
specifications. Nos 15 2781.64 41724.60
22 NS22 Supply,Erection,testing and commissioning of hose reel assembly with
swinging and rolling arrangement together with 19mm dai x 30.0mtrs long
hoe and 6.25mm nozzel 25 mm NB ball valve at tap off (shut of nozzel) etc
as per IS:884 as per the specifications. Nos 5 6943.90 34719.50
23 NS23 Supply,Erection,testing and commissioning of Fire Brigade inlet (4 way)
including like flanges ,gaskets,nut etc to complete to the work as per the
specifications. Nos 2 8482.73 16965.46
SPRINKLAR SYSTEM - -
24 NS24 Supply,Erection,testing and commissioning of stacking / spare as directed
by engineering incharge approved make 20mm brass sprinklar bulbs
pendant type, quick response, K-1 designed to operate at 79 deg C etc,
complete as per the specifications. Nos 300 354.21 106263.00
25 NS25 Supply,Erection,testing and commissioning of ball valve to pipe work with
necessory fixing materials for drain connections etc, to complete the wprk
as per the specifications. - -
a 50NB Nos 7 2373.33 16613.31
26 NS26 Supply,Erection,testing and commissioning of water flow switch 200NB
with NO ,NC + ontract to suitable function with panel.Etc to complete the
work as per the specifications. Nos 2 9367.76 18735.52
27 NS27 Supply,Erection,testing and commissioning of FM approved hydtaluic
operated sprinkler alarm valve 200NB including all acessories and
necessary fitting etc to complete the work Nos 2 56041.17 112082.34
28 NS28 Supply,Erection,testing and commissioning of GM 25mm dia AIR
RELEASE VALVE with necessory Unions etc to complete the work as per
the specifications. Nos 7 2072.20 14505.40
Signature of Tenderer 71 Signature of Accepting Authority
Sl.
No
Item
Code Description Unit QTY Rate Amount (in Rs.)
FIRE ALARM & DETECTION SYSTEM - -
29 NS29 Supply, instalaa40tion and commissioning of Micro - processor controlled
main fire alarm control panel with addressable single loop cards
,PC/Printer face and Suitable 7AH ,24A volts,Battery Back up and 2x40
characters Alfa Numeric LED display and necessory Front panel ,control
keys and expandable up to 8-loops capacity as per specifications etc to
complete the work as per the specifications. Nos 2 177718.91 355437.82
30 NS30 Supply, installation, testing & commissioning of Beam detector confirmimg
to th standards and make as specified in the technical specifications.Nos 5 29143.45 145717.25
31 NS31 Supply, installation, testing & commissioning of addressable manual call
point etc to complete the work as per the specifications. Nos 12 2980.70 35768.4
32 NS32 Supply, installation, testing & commissioning of addressable sounder
….etc to complete the work as per the specifications.. Nos 4 4570.57 18282.28
33 NS33 Supply, installation, testing & commissioning of input / output
modules…….etc to complete the work as per the specifications. Nos 6 4167.36 25004.16
SUPPLY AND LAYING OF CABLING WORK -
34 NS34 Wiring using 2C x 1.5 sqmm copper conductor PVC insulated armoured
and overall PVC sheathed cable, laid on wall / ceiling using GI clamps and
spacers as per the route decided at site, by looping all detectors as
required including final termination on fire panel. mtrs 700 94.52 66164.00
Fire detection system for ADMN Block. -
35 NS35 Supplying & Installation of micoprosessor based Fire Alarm panel having
all built in modules with auto battery charger & including necessary sealed
maintainance free batteries etc all complete ( 4 Zone ).each 2 21004.00 42008.00
36 NS36 Supplying & Installation of Optical type, LED, self diagonistic smoke
detector with base each 60 1365.26 81915.60
37 NS37 Supplying & Installation of heat detector , rate of rise cum fixed temp typeeach 2 1365.26 2730.52
38 NS38 Supplying & Installation of glass break Manual Call point with chrome
plated hammer and chain ,flush mounted each 4 1050.20 4200.80
39 NS39 Supplying & Installation of Peizo sounder mounted on wall / Ceiling each 4 1050.20 4200.80
40 NS40 Supplying & Installation of response indicator each 10 315.06 3150.60
Total of Schedule F 7753729.90
Signature of Tenderer 72 Signature of Accepting Authority
S.No. Description of W orkAmount as per
CPW D DSR 2016
In figures In W ords In figures In W ords
1
Total of Non Schedule Item
Schedule-F 7753729.90
Grand Total of Schedule-F to
be carried out in the Summary
Sheet
In W ords : (Rupees …………………………………………...……………………………………………………………………………….only)
BILL OF QUANTITY
Name of work :- Earthwork (Cutting/Filling), Construction of CC Block Pavement, Approach Road, P-W ay Track W ork, Boundary W all, Pre-Engineered
W arehouses, Admin. Bldg., Canteen,Crew rest room,W orker shed, General toilet block,Sub-station and other Allied works for development of MMLP at
PARADIP Odisha.
Schedule "F" Fire Fighting
% above/below/at par of Non Schedule
Items
Amount
(in Rs.)
Signature of Tenderer 73 Signature of Accepting Authority
Sl.
No.
DSR Item /
Pg no.DESCRPTION UNIT QTY. RATE AMOUNT (in Rs.)
1 2.1/Pg No
87
Trenching in ordinary soil up to a depth of 60 cm including removal and stacking of
serviceable materials and then disposing of surplus soil, by spreading and neatly
leveling within a lead of 50 m and making up the trenched area to proper levels by
filling with earth or earth mixed with sludge or / and manure before and after flooding
trench with water (excluding cost of imported earth, sludge or manure).Cum 1,701.00 45.85 77990.85
2 2.3/Pg No
87
Supplying and stacking of Sludge at site including royalty and carriage upto 5 km
complete (earth measured in stacks will be reduced by 8% for payment). Cum 919.00 235.55 216470.45
3 2.4.3/Pg No
87
Supplying and stacking of Sludge at site including royalty and carriage upto 5 km
complete (earth measured in stacks will be reduced by 8% for payment).Screened
through sieve of I.S. designation 4.75 mm Cum 851.00 209.15 177986.65
4 2.8/Pg No
87
Spreading of sludge, dump manure and/or good earth in required thickness as per
direction of officer-in-charge (cost of sludge, dump manure and/ or good earth to be
paid separately). Cum 1,701.00 30.95 52645.95
5 2.9/Pg No
87
Mixing earth and sludge or manure in the required proportion specified or directed by
the Officer-in-charge (2:1) Cum 919.00 21.35 19620.65
6 2.10/Pg No
87
Grassing with selection No. 1 grass including watering and maintenance of the lawn
for 60 days or more till the grass forms a thick lawn, free from weeds and fit for
mowing including supplying good earth, if needed (the grass and earth shall be paid
for separately).2.10.1/Pg
No 87
In rows 5cms apart in both directions
Embankment length considered 1000m and avg ht 5m Sqm 17,594.00 10.40 182977.6
7 2.14.3/Pg
No 89
Digging holes in ordinary soil and refilling the same with the excavated earth mixed
with manure or sludge in the ratio of 2:1 by volume (2 parts of stacked volume of
earth after reduction by 20% : 1 part of stacked volume of manure after reduction by
8%) flooding with water, dressing including removal of rubbish and surplus earth, if
any, with all leads and lifts (cost of manure, sludge or extra good earth if needed to
be paid for separately) :Holes 60 cm dia, and 60 cm deep
On 12 mts Side Each 128.00 31.15 3987.2
Schedule 'G' Horticulture works ( DSR 2016-Items)
BILL OF QUANTITY
Name of work :- Earthwork (Cutting/Filling), Construction of CC Block Pavement, Approach Road, P-Way Track Work, Boundary Wall, Pre-Engineered
Warehouses, Admin. Bldg., Canteen,Crew rest room,Worker shed, General toilet block,Sub-station and other Allied works for development of MMLP at
PARADIP Odisha.
Signature of Tenderer 74 Signature of Accepting Authority
Sl.
No.
DSR Item /
Pg no.DESCRPTION UNIT QTY. RATE AMOUNT (in Rs.)
8 2.40.6/Pg
No 245
Complete maintenance of the entire garden features having as per yard stick in the
garden area i.e. lawn trees, shrubs, hedge, flower beds, foliages, creepers etc.
including hoeing,weeding pruning replacement of plants, gap filling, watering, mowing
of lawn, grass cutting by lawn mover and brush cutter , removal of garden waste,
applying insecticide, pesticide & fertilizers(whenever required) top dressing of lawn
with good earth and menure and maintenance of other garden related works as
directed by office-in-charge (Cost of Good Earth, Manure, Fertilizer, Insecticide ,
Pesticide will be provided by the Department & lawn mover and brush cutter with fuel
, other T & P material/articles shall be provided by the contractor.)
Open spaces(as per yard stick 1Mali =3.00Acre)
Area -1 Sqm 136,080.00 0.95 129276
9 2.57.1/253 Plantation of Trees, Shrubs, and Hedge at site i/c watering and removal of
unserveiceable material’s as per direction of officer in charge (excluding cast of plant
& water)Trees Each 100.00 4.25 425
10 3.1/Pg No
113
Providing and displaying of Aglaonema Silver Queen plant,having 30 cm to 45 cm. ht.
with 12 to 15 leaves, multi suckers, fresh and healthy leaves, well developed in 25 cm
dia Earthen pot / Plastic pot & as per direction of the officer-in-charge.
Alteranative along the row Each 64.00 61.50 3936
11 4.87/Pg No
315
Providing and Displaying plants Budded Rose (H.T. variety) 3 to 4 healthy branch 30
cm and above ht. well developed with one and above flower plant in 20 cm Earthen
Pot, as per direction of the officer-in-charge. Each 100.00 30.75 3075
12 7.5/Pg No
344
Supply and stacking of Azadirachta indica ( Neem ) plant of height 120- 130cm in big
polybag of size 25 cm as per direction of the officer-in-charge. Each 100.00 60.00 6000
13 7.76/Pg No
358
Supply and stacking of Polyalthia pendula (Ashok Pendula)plant of height 150-165
cm. in earthen pots of size 25 cm as per direction of the officer-incharge. Each 40.00 80.00 3200
Total of Schedule G 877591.35
.
Signature of Tenderer 75 Signature of Accepting Authority
S.No. Description of W orkAmount as per
CPW D DSR 2016
In figures In W ords In figures In W ords
1
All items of all chapters of DSR
2016 Electrical 877591.35
Grand Total of Schedule 'G' to
be carried out in the Summary
Sheet (DSR-2016)
In W ords : (Rupees …………………………………………...……………………………………………………………………………….only)
BILL OF QUANTITY
Name of work :- Earthwork (Cutting/Filling), Construction of CC Block Pavement, Approach Road, P-W ay Track W ork, Boundary W all, Pre-Engineered
W arehouses, Admin. Bldg., Canteen,Crew rest room,W orker shed, General toilet block,Sub-station and other Allied works for development of MMLP at
PARADIP Odisha.
Schedule 'G' Horticulture works ( DSR 2016-Items)
% above/below/at par CPW D DSR 2016Amount
(in Rs.)
Signature of Tenderer 76 Signature of Accepting Authority
Signature of Tenderer 77 Signature of Accepting Authority
SECTION - IV
SUMMARY SHEET
Signature of Tenderer 78 Signature of Accepting Authority
SUMMARY SHEET
Name of Work: Earthwork, Construction of CC Block Pavement, Approach Road, Culvert, P-
Way Track Work, Boundary Wall, Pre-Engineered Warehouses, Admin. Bldg. and other Allied
works for development of MMLP at Paradip, Odisha
Total of Schedule A (DSR 2016 Civil Items)
= Rs. ……………………………
Total of Schedule B (Non-Schedule Civil Items) = Rs. ……………………………
Total of Schedule C (Non Schedule Items Track
Work)
= Rs. ……………………………
Total of Schedule D (DSR 2016 Electrical Items) = Rs. ……………………………
Total of Schedule E (Non-Schedule Electrical
Items)
= Rs. ……………………………
Total of Schedule F (Non Schedule Fire Fighting
Items)
= Rs. ……………………………
Total of Schedule G (DSR 2016 Landscaping &
Horticulture Items)
= Rs. ……………………………
Total
= Rs. ……………………………
Rebate if any @ = ……………………………
Reasons of rebate, if any = Rs. ……………………………
Net cost ( in figures) = Rs. ……………………………
(in words) = (…………………………………
………………………………….)
Detail of EMD
=
Amount
= Rs.
E-Payment No.
=
Date
=
Name of Bank
=