Nit55

83
Correction.. Nil Addition.. Nil Insertion.. Nil Overwriting.. Nil AE(P) EE(P)-I 1 Name of Work :- Providing and laying Global Category Synthetic Hockey Surface at SAG Centre, NEHU Campus, Shillong. INDEX Sl. No. Description Page No. 1 Index 1 2 PART - A 2 3 Notice Inviting Tender (CPWD-6) 3-14 4 CPWD-8 15-17 5 Schedules (A to F) 18-23 6 Form of Performance Security 24-25 7 Form of BG for earnest money 26 8 Introduction of Integrity Pact and Dispute Resolution Committee under Clause 25 in GCC 2010 issued vide O/M No DG/CON/255 dated 23.05.2011 including form of Integrity Agreement 27-37 9 PART - B 38 10 General Conditions / Additional Specifications / Model documents of CSO,CPWD 39-76 11 PART - C 77 12 Schedule of Quantities (for Civil Work) 78-83 Certified that this NIT document consists of Index on Page No 1, PART ‘A’ from Page No. 2 to 37, PART ‘B’ from page no. 38 to 76 PART ‘C’ from page no. 78 to 83. Assistant Engineer (P) Executive Engineer (P)-I Superintending Engineer (P) APPROVED Chief Engineer(NEZ) CPWD Shillong-03

Transcript of Nit55

Page 1: Nit55

Correction.. Nil Addition.. Nil Insertion.. Nil Overwriting.. Nil AE(P) EE(P)-I

1

Name of Work :- Providing and laying Global Category Synthetic Hockey Surface at SAG Centre, NEHU Campus, Shillong.

INDEX

Sl. No. Description Page No.

1 Index 1

2 PART - A 2

3 Notice Inviting Tender (CPWD-6) 3-14

4 CPWD-8 15-17

5 Schedules (A to F) 18-23

6 Form of Performance Security 24-25

7 Form of BG for earnest money 26

8 Introduction of Integrity Pact and Dispute Resolution Committee under Clause

25 in GCC 2010 issued vide O/M No DG/CON/255 dated 23.05.2011 including

form of Integrity Agreement

27-37

9 PART - B 38

10 General Conditions / Additional Specifications / Model documents of

CSO,CPWD

39-76

11 PART - C 77

12 Schedule of Quantities (for Civil Work) 78-83

Certified that this NIT document consists of Index on Page No 1, PART ‘A’ from Page No. 2 to 37, PART ‘B’ from page no. 38 to 76 PART ‘C’ from page no. 78 to 83.

Assistant Engineer (P) Executive Engineer (P)-I Superintending Engineer (P)

APPROVED

Chief Engineer(NEZ) CPWD Shillong-03

Page 2: Nit55

Correction.. Nil Addition.. Nil Insertion.. Nil Overwriting.. Nil AE(P) EE(P)-I

2

Page 3: Nit55

Correction.. Nil Addition.. Nil Insertion.. Nil Overwriting.. Nil AE(P) EE(P)-I

3

CPWD-6 FOR e-TENDERING

1. ITEM RATE TENDERS IN TWO BIDS (Technical & Financial), are invited for and on behalf of the President of India from FIH approved Synthetic Hockey Surface manufacturers (and not from their agents or distributors or dealers or suppliers or subsidiary companies or associate companies) for the work of “Providing and laying Global Category Synthetic Hockey Surface at SAG Centre, NEHU Campus, Shillong.” as per details given below:- 1.1. Location/Place and scope of the involved: The work comprises of providing and laying Global category Synthetic Hockey Surface at SAG Centre, NEHU Campus, Shillong, detailed in the table below indicating the number of Hockey pitches to be laid, estimated cost of the work and earnest money to be deposited with the tender. The scope of the work includes providing and laying sprinkler network & system, providing and laying 50mm dense bituminous concrete as wearing course and synthetic Hockey surface on existing W.B.M & 50mm thick bituminous macadam.

Location State No. of Hockey pitches

Estimated cost in Indian Rupees

Earnest Money in Indian Rupees.

(1) (2) (3) (4) (5) (6)

(i) SAG Centre, NEHU Campus, Shillong

Meghalaya 1 2,65,47,609/- 5,30,952/-

1.2 The work is Estimated to Cost Rs. 2,65,47,609 (Rupees Two Crore Sixty Five Lac

Forty Seven Thousand Six Hundred and Nine only). This estimate, however, is given

merely as a rough guide.

2. Agreement shall be drawn with the successful tenderer on prescribed Form No. CPWD 8 (or other Standard Form as mentioned) which is available as a Govt. of India Publication. Tenderer shall quote his rates as per various terms and conditions of the said form which will form part of the agreement.

3. The time allowed for carrying out the work will be 150 (one hundred Forty

days) from the date of start as defined in schedule ‘F’ or and shall be reckoned from the day the sub-base of WBM and 50mm thick bituminous macadam is made available to the contractor, or from 22nd day from the date of issue of letter of acceptance, whichever is later. 4. If the sub base up to WBM is not handed over within three months from the last date of submission of performance guarantee as specified in the letter of acceptance issued by Engineer-in-Charge, the Contractor shall be free to get his contract foreclosed but without any claim for compensation of any kind.

Page 4: Nit55

Correction.. Nil Addition.. Nil Insertion.. Nil Overwriting.. Nil AE(P) EE(P)-I

4

5 The tender document consisting of plans, specifications, the schedule of quantities of various types of items to be executed and the set of terms and conditions of the contract to be complied with and other necessary documents including Standard General Conditions of Contract Form can be seen from website www.tenderwizard.com/CPWD or www.cpwd.gov.in free of cost.

6. After submission of the bid the contractor can re-submit revised bid any

number of times but before last time and date of submission of bid as notified.

7. While submitting the revised bid, contractor can revise the rate of one or

more item(s) any number of times (he need not re-enter rate of all the items) but before last time and date of submission of bid as notified.

8. Earnest Money in the form of Treasury Challan or Demand Draft or Pay order or Banker`s Cheque or Deposit at Call Receipt or Fixed Deposit Receipt (drawn in favour of Executive Engineer, Meghalaya Central Division, CPWD, Shillong) shall be scanned and uploaded to the e-tendering website within the period of bid submission and original should be deposited in office of Executive Engineer.

A part of earnest money is acceptable in the form of bank guarantee also. In such case, 50% of earnest money or Rs. 20 lakh, whichever is less, will have to be deposited in shape prescribed above, and balance in shape of Bank Guarantee of any scheduled bank which is to be scanned and uploaded by the intending bidders. Interested contractor who wish to participate in the bid has also to make following payments in the form of Demand Draft/Pay order or Banker`s Cheque of any Scheduled Bank and to be scanned and uploaded to the e- Tendering website within the period of bid submission:

(i) Cost of Bid Document - Rs. 1,500.00 drawn in favour of Executive Engineer, Meghalaya Central Division, CPWD, Shillong

(ii) e-Tender Processing Fee - Rs. 5,515.00 (Including service Tax) drawn in favour of "ITI Limited" payable at Delhi.

Treasury Challan or Demand Draft or Pay Order or Banker`s Cheque or Deposit at Call Receipt or FDR or Bank Guarantee against EMD, Cost of Tender Document and Cost of Tender Processing Fee shall be placed in single sealed envelope superscripted as “Earnest Money, Cost of bid Document and Cost of bid Processing Fee” with name of work and due date of opening of the bid also mentioned thereon.

Other documents as specified in the press notice shall be scanned and uploaded to the e-tendering website within the period of bid submission and certified copy of each shall be deposited in a separate envelop marked as “Other Documents”.

Both the envelopes shall be placed in another envelope with due mention of Name of work, date & time of opening of bids and to be submitted in the office

Page 5: Nit55

Correction.. Nil Addition.. Nil Insertion.. Nil Overwriting.. Nil AE(P) EE(P)-I

5

of Executive Engineer including technical bid documents (as specified on para no. 13, 14 and 15 at page no. 10 and 11 on this NIT document) after last date & time of submission of bid and up to 03:30 PM on 15.11.2011. The document shall be opened at 4.00 PM on the same day.

Online technical and financial bid documents submitted by intending bidders shall be opened only of those bidders, whose Earnest Money Deposit, Cost of Tender Document and e- Tender Processing Fee and other documents placed in the envelope are found in order. The financial bid submitted shall be opened at 04:00 PM on 21.11.2011

If the tenderer so desires and authorize, the earnest money can be deposited on their behalf by their authorized Indian representative and the same as and when due for refund, can be released to such authorized representatives.

9. The basic Parameters of ‘Technical Bid’ are as under, which must be fulfilled, otherwise the Technical Bid shall be summarily rejected.

(i) The product offered must be approved by FIH for international hockey competitions

and approval should have the validity at least up to six months beyond the last date

of receipt of tender.

(ii) For location, the Technical Bid (and accordingly Financial Bid) shall be submitted by

the tenderer for only one of their FIH approved products,

(iii) Which the tenderer considers appropriate considering the climatic conditions of the

place and serviceable life of at least 7 years.

(iv) The trade name of the product offered shall be written in full and the same shall tally

exactly with what is written in the FIH approval certificate, Laboratory’s test report

and client’s certificates (if any).

(v) Only such certificates (of FIH and FIH accredited laboratory) shall be accepted which

is for the product as per it is current trade name. In case, any of these certificate is

for the product indicating it’s earlier trade name, the same shall not be accepted and

technical bid with such certificate shall be summarily rejected.

Samples of the product offered in Technical Bid shall be submitted in the manner given at

para-14 of Annexure 20 A.5.2.

10. i) The rates of all items shall be quoted in Indian Rupees (INR). ii) The payment for all items except item No 30 shall be made in Indian

Rupees only. Payment of item no 30 (Providing and the laying of synthetic

hockey surface) shall be made in US Dollars, as detailed in para 7 of Particular

specification of this document on page 62-63 11. The department will have no objection to the Contractor engaging an indigenous partner for carrying out the work of all items except synthetic Hockey surface over the sub-base for which payment can be made directly to the said partner in India Rupees, should the Contractor so desire and confirm in writing. If the bidder so desires, such authorized indigenous partner may provide his/ her documents pertaining to service tax registration, VAT registration, sales tax registration

Page 6: Nit55

Correction.. Nil Addition.. Nil Insertion.. Nil Overwriting.. Nil AE(P) EE(P)-I

6

etc wherever required in the bid document and any tax deducted at source under the agreement will be against such documents. 12. The bid submitted shall become invalid and cost of bid and e-tender processing fee shall not be refunded if : (i) The bidder is found ineligible.

(ii) Any discrepancy is noticed between the documents as uploaded at he time of submission of bid and hard copies as submitted physically in the office of opening authority. 13. The contractor whose bid is accepted will be required to furnish performance guarantee of 5% (Five Percent) of the tendered amount within the period specified in Schedule F. This guarantee shall be in the form of cash (in case guarantee amount is less than Rs. 10000/-) or Deposit at Call receipt of any scheduled bank/Banker’s cheque of any scheduled bank/Demand Draft of any scheduled bank/Pay order of any Scheduled Bank of any scheduled bank (in case guarantee amount is less than Rs. 1,00,000/-) or Government Securities or Fixed Deposit Receipts or Guarantee Bonds of any Scheduled Bank or the State Bank of India in accordance with the prescribed form. In case the contractor fails to deposit the said performance guarantee within the period as indicated in Schedule ‘F’, including the extended period if any, the Earnest Money deposited by the contractor shall be forfeited automatically without any notice to the contractor. 14. Intending bidders are advised to inspect and examine the site and its surroundings and satisfy themselves before submitting their tenders as to the nature of the ground and sub-soil (so far as is practicable), the form and nature of the site, the means of access to the site, the accommodation they may require and in general shall themselves obtain all necessary information as to risks, contingencies and other circumstances which may influence or affect their tender. A bidder shall be deemed to have full knowledge of the site whether he inspects it or not and no extra charge consequent on any misunderstanding or otherwise shall be allowed. The bidder shall be responsible for arranging and maintaining at his own cost all materials, tools & plants, water, electricity access, facilities for workers and all other services required for executing the work unless otherwise specifically provided for in the contract documents. Submission of a tender by a bidder implies that he has read this notice and all other contract documents and has made himself aware of the scope and specifications of the work to be done and of conditions and rates at which stores, tools and plant, etc. will be issued to him by the Government and local conditions and other factors having a bearing on the execution of the work. 15. The competent authority on behalf of the President of India does not bind itself to accept the lowest or any other tender and reserves to itself the authority to reject any or all the tenders received without the assignment of any reason. All

Page 7: Nit55

Correction.. Nil Addition.. Nil Insertion.. Nil Overwriting.. Nil AE(P) EE(P)-I

7

tenders in which any of the prescribed condition is not fulfilled or any condition including that of conditional rebate is put forth by the bidder shall be summarily rejected. 16. Canvassing whether directly or indirectly, in connection with tenderers is strictly prohibited and the tenders submitted by the contractors who resort to canvassing will be liable to rejection. 17. The competent authority on behalf of President of India reserves to himself the right of accepting the whole or any part of the tender and the tenderer shall be bound to perform the same at the rate quoted. 18. The contractor shall not be permitted to tender for works in the CPWD Circle (Division in case of contractors of Horticulture/Nursery category) responsible for award and execution of contracts, in which his near relative is posted a Divisional Accountant or as an officer in any capacity between the grades of Superintending Engineer and Junior Engineer (both inclusive). He shall also intimate the names of persons who are working with him in any capacity or are subsequently employed by him and who are near relatives to any gazette officer in the Central Public Works Department or in the Ministry of Urban Development. Any breach of this condition by the contractor would render him liable to be removed from the approved list of contractors of this Department. 19. No Engineer of gazette rank or other Gazetted Officer employed in Engineering or Administrative duties in an Engineering Department of the Government of India is allowed to work as a contractor for a period of one year after his retirement from Government service, without the previous permission of the Government of India in writing. This contract is liable to be cancelled if either the contractor or any of his employees is found any time to be such a person who had not obtained the permission of the Government of India as aforesaid before submission of the tender or engagement in the contractor’s service. 20. The tender for the works shall remain open for acceptance for a period of ninety (90) days from the date of opening of tenders if any tenderer withdraws his tender before the said period or issue of letter of acceptance, whichever is earlier, or makes any modifications in the terms and conditions of the tender which are not acceptable to the department, then the Government shall, without prejudice to any other right or remedy, be at liberty to forfeit 50% of the said earnest money as aforesaid. Further the tenderer shall not be allowed to participate in the re-tendering process of the work. 21. This notice inviting Tender shall form a part of the contract document. The successful tenderer/ contractor, on acceptance of his tender by the Accepting Authority shall within 15 days from the stipulated date of start of the work, sign the contract consisting of:- a) The Notice Inviting Tender, all the documents including additional conditions, specifications and drawings, if any, forming part of the tender as uploaded at the time of invitation of tender and the rates quoted online at the time of submission of bid and acceptance thereof together with any correspondence leading there to. b) Standard C.P.W.D. Form 8 (Attached with this tender document) .

Page 8: Nit55

Correction.. Nil Addition.. Nil Insertion.. Nil Overwriting.. Nil AE(P) EE(P)-I

8

22.1 The tender document has included the following three components: Part A:- CPWD-6, CPWD-8 including schedule A to F for the major component of the work, Standard General Conditions of Contract for CPWD 2010 or latest edition as applicable with all amendments/modifications up to 23.05.2011 (available as Govt. of India publication, or can be downloaded free of cost from www.cpwd.gov.in). Part B:- General / specific conditions, specifications of the work. Part C:- schedule of quantities applicable to of the work 22.2 The eligible bidders shall quote rates for all items of work. 22.3 After acceptance of the tender by competent authority, the EE in charge of the work shall issue letter of award on behalf of the President of India. After the work is awarded, the contractor will have to enter into one agreement with EE in charge of the work. 22.4 Entire work under the scope of the work shall be executed under one agreement. 22.5 The Earnest Money will become part of the security deposit of the work. 22.6 Running and final payment for the work shall be made by EE to the contractor. 23. In case any discrepancy is noticed between the documents as uploaded at the time of submission of the bid online and hard copies as submitted physically in the office of Executive Engineer, then the bid submitted shall become invalid and the Government shall, without prejudice to any other right or remedy, be at liberty to forfeit 50% of the said earnest money as aforesaid. Further the bidder shall not be allowed to participate in the re-tendering process of the work.

Executive Engineer, Meghalaya Central Division,

CPWD, Shillong

Page 9: Nit55

Correction.. Nil Addition.. Nil Insertion.. Nil Overwriting.. Nil AE(P) EE(P)-I

9

Annexure 20A.5.2

INFORMATION AND INSTRUCTIONS FOR CONTRACTORS FOR e-TENDERING FORMING PART OF NIT AND TO BE POSTED ON WEBSITE

(Applicable for inviting open tenders)

The Executive Engineer, Meghalaya Central Division, CPWD, Shillong on behalf of President of India invites online ITEM RATE TENDERS IN TWO BIDS (Technical & Financial) from FIH approved Synthetic Hockey Surface manufacturers (and not from their agents or distributors or dealers or suppliers or subsidiary companies or associate companies) for the work of:

Sl. N

o.

NIT

No.

Name of Work & Location

Estimated Cost put to Tender

Earn

est M

on

ey

Peri

od C

om

ple

tion

Date & time of Prebid conference

Last date & time of submission of Eligibility & financial bid on line

Period during which EMD, Cost of Tender Document, Etender Processing Fee and other Documents including technical bids shall be submitted

Time & date of opening of financial bids of qualified/ approved bidders.

1.

41(r

ecall-

2/E

E/M

GC

D/S

H/2

011-1

2

Providing and laying Global Category Synthetic Hockey Surface at SAG Centre, NEHU Campus, Shillong

Rs. 2,6

5,4

7,6

09.0

0

Rs. 5,3

0,9

52.0

0

15

0 d

ays

at 11:30 AM on 8/11/2011

upto 3.00 P.M. on 14/11/2011

Upto 03:30 P.M. on 15/11/2011

at 4.00 P.M. on 21/11/2011

1. The intending bidder must read the terms and conditions of CPWD-6 carefully. He should only submit his bid if he consider himself eligible and he is in possession of all the documents required.

2. Information and instructions for bidders posted on website shall form

part of bid document. 3. The bid document consisting of plans, specifications, the schedule of

quantities of various types of items to be executed and the set of terms and conditions of the contract to be complied with and other necessary documents can be seen and downloaded from website www.tenderwizard.com/CPWD or www.cpwd.gov.in free of cost.

Page 10: Nit55

Correction.. Nil Addition.. Nil Insertion.. Nil Overwriting.. Nil AE(P) EE(P)-I

10

4. But the bid can only be submitted after uploading the mandatory scanned documents such as demand draft or pay order or Banker’s cheque or Deposit at call receipt or fixed deposit receipts and bank Guarantee of any Scheduled bank towards cost of bid document and EMD in favour of respective Executive Engineer and Processing fee in favour of ITI Limited and other document as specified.

5. Those contractors not registered on the website mentioned above, are

required to get registered beforehand. If needed they can be imparted training on online bidding process as per details available on the website.

6. The intending bidder must have valid class-III digital signature to submit the bid.

7. OPENING OF TECHNICAL BID First of all Technical bid shall be opened on the date & time specified in

annexure – 20.A.5.2 of those tenderer who fulfil all the basic parameters of Technical bid as mentioned at Sl.No.13 in annexure – 20.A.5.2 and deposited the earnest money, cost of tender documents, e-tender processing fee etc., as prescribed in the same.

8 OPENING OF FINANCIAL BID 8.1 The financial bids of those tenderers whose technical bids have been found in

order shall be opened on the date and time mentioned at pg-9 Annexure 20A 5.2.

8.2 In the event, no rate has been quoted for any item(s), leaving space in figure(s), words(s) and amount blank, it will be presumed that the contractor has included the cost of this/these item(s) in other items. Rates for such item (s) shall accordingly be considered as Zero and no payment shall be made for the works to be done by the contractor as per item/these items.

9 On opening date, the contractor can login and see the bid opening process. After opening of bids he will receive the competitor bid sheets.

10 Contractor can upload documents in the form of JPG format and PDF format.

11 Contractor must ensure to quote rate of each item. The column meant for quoting rate in figures appears in pink colour and the moment rate is entered, it turns sky blue. In addition to this, while selecting any of the cells a warning appears that if any cell is left blank, the same shall be treated as “0”. Therefore, if any cell is left blank and no rate is quoted by the bidder, rate of such item shall be treated as “0” (Zero).

12 When tenders are invited in two stage system and if it is desired to submit revised financial bid then it shall be mandatory to submit revised financial bid, if not submitted then the tender submitted earlier shall become invalid.

13 Contractors who fulfil the following requirements shall be eligible to apply. (Joint ventures are not accepted)

i) The product offered must be approved by FIH for international hockey competetions and approval should have the validity at least upto six months beyond the last date of receipt of tender.

ii) For SAG Centre, NEHU Campus, Shillong location, the technical bid and accordingly Financial bid shall be submitted by the tenderer for only one of their FIH approved products, which the tenderer considers appropriate considering the climatic conditions of the place and serviceable life of at least 7 years.

Page 11: Nit55

Correction.. Nil Addition.. Nil Insertion.. Nil Overwriting.. Nil AE(P) EE(P)-I

11

iii) The trade name of the product offered shall be written in full and the same shall tally exactly with what is written in FIH approval certificate, laboratory’s test report and client’s certificate (if any).

iv) Only such certificates (of FIH and FIH accredited laboratory) shall be accepted which is for the product as per it is current trade name. In case any of these certificate is for the product indicating it’s earlier trade name, the same shall not be accepted and technical bid with such certificate shall be summarily rejected.

v) The successful bidder has to get registered with Meghalaya sales tax /VAT, if the same is not available and submit a copy of the same along with the Performance Guarantee.

14 Sample of the product offered in technical bid shall be submitted in on other envelop marked as “SAMPLE” and placed in the main envelop to be submitted to the executive engineer along with other documents.

15 Copy of certificates as mentioned at Sl. No. 13 above shall be scanned and uploaded to the e-tendering website within the period of tender submission and certified copy of each shall be deposited in a separate envelope marked as “ Eligibility Document”.

Both the envelope shall be placed in another envelope with due mention of Name of work, date & time of opening of tenders and to be submitted in the office of the Executive Engineer during the period mentioned above.

Another Envelope with Technical bid Part-II written on top of the envelope

shall contain requisite number of samples of the product offered and quoted for in the size of (300mm x 300mm) each with an inextricable sticker on their back with the full trade name of product and name of the firm written thereon and duly signed by their authorize signatory. The numbers of samples for which the product as offered and quoted for shall be three for which the particular product has been offered.

Online tender documents submitted by intending bidders shall be opened only of those bidders, whose Earnest Money Deposit, Cost of Tender Document and e-Tender Processing Fee and other documents placed in the envelope are found in order.

16 Trade name of the product for which rate has been quoted for item No.30 shall also be written in full in Col.5 of the Schedule of Quantities and it shall be ensured that the same is in consonance with the offer made as per technical bid document, otherwise the financial bid may be rejected. “ However, if the tenderer has offer only one product for the location, it is not mandatory to write the trade name of the product in column No. 5 against item No.30 of the schedule of quantities”.

17 The technical bid shall be opened first on due date and time as mentioned in annexure 20 A 5.2. The time and date of opening of financial bid of contractors qualifying the technical bid shall be communicated to them at a later date.

18 Pre tender Conference shall be held in the chamber of Chief Engineer, NEZ Shillong on 08.11.2011 at 11:30 AM to clear the doubt of intending tenderers, if any.

Page 12: Nit55

Correction.. Nil Addition.. Nil Insertion.. Nil Overwriting.. Nil AE(P) EE(P)-I

12

List of Documents to be scanned and uploaded within the period of bid submission: a. Treasury Challan/ Demand Draft/Pay order or Banker`s Cheque /Deposit at

Call Receipt/FDR/Bank Guarantee of any Scheduled Bank against EMD. b. Demand Draft/Pay order or Banker`s Cheque of any Scheduled Bank

towards cost of bid Document. c. Demand Draft/Pay order or Banker`s Cheque of any Scheduled Bank

towards cost of Processing Fee. d. Signed copy of undertaking for signing of integrity pact as available in page No.30 of the tender document by the intending bidders.

e. The product approval certificate from FIH, indicating its validity period. f. The trade name of the product offered in full and the same shall tally exactly with what is written in FIH approval certificate, laboratory’s test report and client’s certificate (if any).

g. Letter of submittal containing the following details:-

• Name & Full address of the tenderer.

• Telephone, e-mail & fax No. of the tenderer.

• Name, address, contact No. (Tel, e-mail, fax) of the person who holds power

of attorney if any.

• Name, address, contact No. (Tel, e-mail, fax) of their Indian representative, if

any.

• Original or attested photo copy of power of attorney, if any.

• Compliance to Appendix-II of page no 14 shall be submitted in the form of

laboratory test reports and if the test report doesn’t mention any of the

parameters listed in appendix-II, the compliance to that extent shall be

submitted in the form of a letter that ‘these parameters will be achieved with

this product’ duly signed by the manufacturer or authorised representative

• The trade name of the product, including the details of ingredients which will have to be brought to site for construction of cast-in-situ shock pad, if the synthetic surface offered is to be laid over cast-in-situ pad at SAG Centre, NEHU Campus, Shillong, Meghalaya, in the tabulated form as given below:-

Sl.No Trade name of the product

Details of ingredients and their quantity required for construction of cast-in-situ shock pad and Global Category

Synthetic Hockey Surface

1. j. The original or self attested photo copy of FIH’s approval certificate for the

product offered, indicating the validity period respectively thereof. k. The original or self attested photo copy of the latest Test Report from FIH

accredited test laboratory for the product offered, containing test values vis-a- vis the performance standards as laid down for Global Category Synthetic Hockey Surfaces.

L. English version of the documents, which are not in English, duly authenticated by the authority who had issued the originals,

Page 13: Nit55

Correction.. Nil Addition.. Nil Insertion.. Nil Overwriting.. Nil AE(P) EE(P)-I

13

NOTE :- i) Self attestation means attestation by the authorised signatory of the manufacturer/ FIH approved manufacturer himself .

ii) Wherever the authorised signatory signs the tender documents/ any documents being attached signature shall be on behalf of approved manufacturer and shall use the letter head/ stamp of the approved manufacturer only. As otherwise the tender shall be liable to be rejected.

APPENDIX – I

LIST OF EXECUTIVE ENGINEER (ENGINEER-IN-CHARGE)

Sl.No

LOCATION OF THE WORK

NAME OF THE DIVISION

POSTAL ADDRESS

FAX NO. E-MAIL

1. SAG Centre, NEHU Campus, Shillong

Meghalaya Central Division

Cleve’s Colony,

Dhankheti, Shillong 793003

+913642223533

[email protected]

Page 14: Nit55

Correction.. Nil Addition.. Nil Insertion.. Nil Overwriting.. Nil AE(P) EE(P)-I

14

APPENDIX – II

PERFORMANCE STANDARDS FOR GLOBAL FIH COMPETITIONS Sl. No

Parameters Performance Standards for Global FIH competitions

1. Trade Name of the product

Should be on FIH approved list

2. Surface (unfilled/filled) Unfilled

3. Predictable playability Yes 4. Ball rebound(vertical Average 100mm-250mm. Field test maximum

deviation from Average:20% 5. Ball roll 9m-15m(+10% of average) maximum deviation

3 degrees 6. Underfoot friction Co-efficient of friction 0.6 – 1.0 (+ 0.1 from

average) 7. Ball to surface friction Static 0.50 minimum, Dynamic 0.35 minimum 8. Impact Response 40-65 per cent (+5 percent deviation) 9. Pile/Pad deformation Not less than 40 percent

10. Colour Defined range of ‘Green” plus uniformity 11. Gloss Max. 15 Percent when wet. 12 Pitch porosity To allow vertical drainage of water at a rate

greater than equivalent of 150mm per hr.

Page 15: Nit55

Correction.. Nil Addition.. Nil Insertion.. Nil Overwriting.. Nil AE(P) EE(P)-I

15

CPWD-8

GOVERNMENT OF INDIA

CENTRAL PUBLIC WORKS DEPARTMENT

STATE Meghalaya CIRCLE : SE(P)

BRANCH B & R DIVISION : MgCD

ZONE NEZ SUB-DIVN. : SCSD-I

Item Rate Tender & Contract for Works

Tender for the work of: - Providing and laying Global Category Synthetic Hockey Surface at SAG Centre, NEHU Campus, Shillong. (i) To be uploaded on line by 15:00 hours on 14.11.2011 on web site tenderwizard.com/cpwd to Executive Engineer, MgCD, CPWD, Shillong. (ii) Last date and time of submission of copy of registration certificate, tender cost, Earnest Money Deposit, Tender processing fee and Technical Bids (In physical form) in the office of the Executive Engineer, Meghalaya Central Division,CPWD, Meghalaya by 15.30 hours on dated 15.11.2011 (iii) Eligibility Bids to be opened in presence of bidders who may be present at 16:00 hours on dated 15.11.2011 in the office of Executive Engineer, Meghalaya Central Division, CPWD, Shillong.

(iv) Financial Bids to be opened in presence of qualified/approved bidders who may be present at 16:00 hours on dated 21.11.2011 in the office of Executive Engineer, Meghalaya Central Division, CPWD, Shillong.

Designation: Executive Engineer, Meghalaya Central Division, CPWD, Shillong.

Page 16: Nit55

Correction.. Nil Addition.. Nil Insertion.. Nil Overwriting.. Nil AE(P) EE(P)-I

16

TENDER

l/We have read and examined the notice inviting tender, schedule, A, B, C, D, E & F

Specifications applicable, Drawings & Designs, General Rules and Directions, Conditions of contract, clauses of contract, Special conditions, Schedule of Rate & other documents and Rules referred to in the conditions of contract and all other contents in the tender document for the work.

I / We hereby tender for the execution of the work specified for the President of India within the time specified in Schedule ‘F’ viz., schedule of quantities and in accordance in all respects with the specifications, designs, drawings and instructions in writing referred to in Rule-1 of General Rules and Directions and in Clause-11 of the Conditions of contract and

with such materials as are provided for, by, and in respects in accordance with, such conditions so far as applicable.

I/We agree to keep the tender open for ninety (90) days from the date of opening of financial bid and not to make any modifications in its terms and conditions. A sum of Rs. 530952.00 is hereby forwarded in the form of Receipt Treasury Challan/Deposit at call Receipt of a Scheduled Bank / Fixed deposit receipt of a Scheduled Bank/Demand Draft of a Scheduled Bank / bank guarantee issued by a scheduled bank as Earnest Money. If I/We fail to furnish the prescribed performance guarantee within

prescribed period, I/We agree that the said President of India or his successors in office shall without prejudice to any other right or remedy, be at liberty to forfeit the said earnest money absolutely. Further, if I/We fail to commence work as specified, I/We agree that President of India or his successors in office shall without prejudice to any other right or remedy available in law, be at liberty to forfeit the said earnest money and the performance guarantee absolutely, otherwise the said earnest money shall be retained by him towards security deposit to execute all the works referred to in the tender documents upon the

terms and conditions contained or referred to therein and to carry out such deviations as may be ordered, up to maximum of the percentage mentioned in Schedule ‘F’ and those in excess of that limit at the rates to be determined in accordance with the provision contained in Clause 12.2 and 12.3 of the tender form. Further, I/We agree that in case of forfeiture of earnest money or both Earnest Money & Performance Guarantee as aforesaid, I/We shall be debarred for participation in the re-tendering process of the work. 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

notice of department, then I shall be debarred for tendering in CPWD in future for ever. Also, if such a violation comes to the notice of the department before date of start of work, the Engineer-in-Charge shall be free to forfeit the entire earnest money deposit/Performance Guarantee. I/We hereby declare that I/We shall treat the tender documents drawings and other records connected with the work as secret/confidential documents and shall not communicate information/derived there from to any person other than a person to whom I/We am/are authorized to communicate the same or use the information in any manner prejudicial to

the safety of the State.

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

Witness

Postal Address Address:

Occupation:

** To be filled by Contractor

Page 17: Nit55

Correction.. Nil Addition.. Nil Insertion.. Nil Overwriting.. Nil AE(P) EE(P)-I

17

ACCEPTANCE The above tender (as modified by you as provided in the letters mentioned hereunder) is accepted by me for and on behalf of the President of India for a sum of Rs………………………… (Rupees……………………………..……………………………………………..……………) The letters referred to below shall form part of this contract Agreement: -

*

*

*

For & on behalf of the President of India.

Signature

Dated: Designation: * To be filled in by EE

Page 18: Nit55

Correction.. Nil Addition.. Nil Insertion.. Nil Overwriting.. Nil AE(P) EE(P)-I

18

PROFORMA OF SCHEDULES SCHEDULE ‘A’

Schedule of quantities of Part C from Page No 78 to 83 SCHEDULE ‘B’

Schedule of materials to be issued to the contractor

Sl. No.

Description of item Quantity Rates in figures & words of Which the material will be Charged to the contractor

Place of issue

1. 2 3 4 5 ---------------------------------------------------Nil----------------------------------------------------

SCHEDULE ‘C’ Tools and plants to be hired to the contractor.

Sl. No.

Description

Hire charges per day

Place of issue

1. 2. 3. 4.

…………………………………………………..NIL………………………………………………… SCHEDULE ‘D’

Extra schedule for specific : General Conditions, additional Conditions and Requirements/documents documents for the work, if any, specifications, etc for the work, if any: attached herewith vide Part B from page No.38 to 76

SCHEDULE ‘E’ Reference to General : General Condition of contract Conditions of Contract 2010 with correction slips up to 23.05.2011

Name of work: - Providing and laying Global Category Synthetic Hockey Surface at SAG Centre, NEHU Campus, Shillong.

Estimated cost of work = Rs. 265,47,609.00

1) Earnest money: = Rs. 5,30,952.00

2) PerformanceGuarantee = 5 % of tendered value.

3) Security Deposit = 5 % of tendered value.

Page 19: Nit55

Correction.. Nil Addition.. Nil Insertion.. Nil Overwriting.. Nil AE(P) EE(P)-I

19

SCHEDULE ‘F’

GENERAL RULES & DIRECTIONS: Officer inviting tender Executive Engineer,

Meghalaya Central Division, CPWD, Shillong.

Maximum percentage for quantity of items See below

of work to be executed beyond which

rates are to be determined in accordance with Clauses 12.2 & 12.3

Definition:

2(v) Engineer-in-Charge Executive Engineer Meghalaya Central Division, CPWD, Shillong.

2 (viii) Accepting Authority Chief Engineer, NEZ, CPWD, Shillong. 2 (x) Percentage on cost of material and

labour to cover all overheads and 15%

profits.

2 (xi) Standard Schedule of Rates DSR 2007 with Amendments/correction slips Issued up to 25.07.2011. 2(xii) Department Central Public Works Department.

9(ii) Standard CPWD contract Form CPWD form 8 (publication 2010) as modified and corrected with Amendments issued up to 23.05.2011 Clause 1

i)Time allowed for submission of Performance Guarantee from the date of issue of letter of 15 days Acceptance.

ii) Maximum allowable extension beyond the period provided in (i) above. 7 days

Clause 2 Authority for fixing Compensation SUPERINTENDING ENGINEER (P), under clause-2 NEZ, CPWD, Shillong.

Clause 2A Whether Clause 2A shall be applicable Yes Clause 5 Number of days from the date of issue of letter of acceptance for reckoning date of start. 15 days Mile stone(s) as per table given below.

Page 20: Nit55

Correction.. Nil Addition.. Nil Insertion.. Nil Overwriting.. Nil AE(P) EE(P)-I

20

Sl. No.

Description of Mile stone(s) (Physical)

Time allowed in days (From date of start).

Amount to be withheld in case of non achievement of mile stone(s).

1. Earthwork and cement concrete including CC drain and

RCC base of water tank

30 days

2. Complete under ground water tank Complete brickwork of pump house Laying of sprinkler network

60 days

3. Pump house complete

Chain link fencing complete

Foot path along drain complete

Getting the mix design result for DBC

90 Days

4. All items except Global Synthetic Hockey Turff complete 100 Days

5. Completion of Work including laying Global Synthetic

Hockey Turff complete in all respect

150 Days

In the event of not achieving the necessary physical milestone, 1.00% of the tendered value of work will be withheld for failure in achieving each mile stone subject to a maximum amount of 5%

Time allowed for execution of work 150 days Authority to decide: (i) Extension of time EE, MgCD, CPWD, Shillong.

(ii) Rescheduling of mile stones Superintending Engineer (P), NEZ, CPWD, Shillong Clause 6, 6A Clause applicable – (6 or 6A) Clause 6A applicable Clause 7 Gross work to be done together with net payment/ Rs. 35.00 lakhs or as mutually adjustment of Advances for material collected, agreed by both parties. if any, since the last such payment for being eligible to interim payment.

Clause 10A List of testing equipment to be provided by the contractor at site lab. 1. Concrete testing hammer. 2. Slump cone with tamping rod and non-absorbent platform. 3. Glass measuring cylinder. 4. Weighing balance with required brass and iron weight. 5. Brass and metal sieve of required size for testing coarse and fine aggregate. 6. Cube moulds of 15x15x15 cm size. 7. Moisture meter. Clause 10B (ii) Whether Clause 10B (ii) shall be applicable : Yes

Clause 10 C Component of labour expressed as percentage of value of work = 25 % Clause 10 CA

Clause 10 CA Materials Covered under this clause :

Nearest materials (other than cement, reinforcement bars and structural steel) for which All India Whole Sale Price Index to be followed.

Base price of all materials covered under Clause 10CA*

Page 21: Nit55

Correction.. Nil Addition.. Nil Insertion.. Nil Overwriting.. Nil AE(P) EE(P)-I

21

1. Cement (O.P.C.) 1. NIL Rs. 5,400/- per MT

2. Reinforcement steel bars (TMT) Primary producers

2. NIL Rs. 48,100/- per MT

CLAUSE 10 CC : Not Applicable Clause 11 Specifications to be followed for execution of work :- As per model documents of CSO,

CPWD as enclosed on page 64 to page 76 and C.P.W.D. Specifications 2009 Vol. – I & II with up to date correction slips upto date and general conditions and Additional specifications as attached in PART

B & C of the NIT except for items No. 30 for which FIH requirements for Global Competition for “Providing and Synthetic Hockey Surface”

Clause 12 Deviation limit beyond which clause 12.2 & 12.3 shall apply for building work 30% (Thirty percent) Deviation limit beyond which clause 12.2 and 12.3 shall apply for foundation work 100% (one hundred percent). Clause 16 Competent Authority for deciding Superintending Engineer (P), reduced rates. NEZ, CPWD, Shillong. Clauses 18 List of mandatory machinery, tools & plants to be deployed by the contractor at site:-

1. Steel shuttering (for foundation – 200sqm, for beams 200sqm, for column 100 sqm & for slab 200sqm) 2. Steel scaffolding with adjustable flexi jack on top for 200 cum space. 3. Concrete mixture machine of full bag cement capacity. 4. Needle type vibrator (40mm) – at least 2 nos. 5. Water pump set for curing

Page 22: Nit55

Correction.. Nil Addition.. Nil Insertion.. Nil Overwriting.. Nil AE(P) EE(P)-I

22

Clause 19 Add after Para 2 of Clause 19 at Page 38 of GCC 2008.

For this purpose, as laid down in Rule 4(3) of the Building and other Construction Workers Welfare Cess Rule 1998, the contractor shall have to pay Cess @ 1% of the gross value of work done by him, which shall be recovered from each running bill including final bill of the work by the Engineer-in-charge. The amount so deducted shall be transferred to the Meghalaya Building and other Construction Workers Welfare Board or any other designated office. Clause 25 - Constitution of Dispute Redressal Committee: For total claims more than Rs. 25 lac. Chairman – Chief Engineer (EZ-I), CPWD, Kolkata Member – Superintending Engineer (TLCQA), CPWD, Kolkata. Member – Superintending Engineer (P), NEZ, CPWD, Shillong

For total claims upto Rs. 25 lac. Chairman – Superintending Engineer (TLCQA), CPWD, Kolkata. Member – Executive Engineer (P), NEZ, CPWD, Shillong Member – Executive Engineer, IIM Project Division, CPWD, Shillong Member – Executive Engineer, Meghalaya Central Division, CPWD, Shillong Clause 36(i) :-Requirement of Technical Representative(s) and recovery rate.

Rate at which recovery shall be made from the contractor in the event of not fulfilling provision of Clause 36(i)

Sl. No

Minimum Qualification of Technical representative

Discipline

Designation (Principal Technical/ Technical representative

Minimum experience

Nos.

Figures Words

1 Graduate Engineer

Civil

Principal Technical representative

A Technical expert who has experience of having executed at least one similar work successfully

1(One)

No.

Rs. 20,000/- Each Per month

Rupees Twenty thousand each per month

Page 23: Nit55

Correction.. Nil Addition.. Nil Insertion.. Nil Overwriting.. Nil AE(P) EE(P)-I

23

2. Graduate Engineer Or Diploma Engineer

Civil

Technical representative

Nil for Graduate Engineer OR 5 years for Diploma Engineer

1(One)

No.

Rs. 15,000/- Each Per month

Rupees Fifteen thousand each per month

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

Clause 42

i) a) Schedule/statement for determining DSR 2007 with up to date theoretical quantity of cement and amendments and as per bitumen on the basis of Delhi schedule additional specifications

of Rate printed by CPWD attached in the NIT. ii) Variations permissible on theoretical quantities

a) Cement For works with estimated cost put to 2% plus/minus. tender more than Rs.5 lakhs.

b) Bitumen for all works. 2.5% plus only & Nil on minus side c) Steel Reinforcement and structural steel sections for each diameter, section and 2% plus / minus. Category. d) All other materials NIL

RECOVERY RATES FOR QUANTITIES BEYOND PERMISSIBLE VARIATION

Sl. No.

Description of item

Rates in figures and words at which recovery Shall be made from the Contractor.

Excess beyond Less use beyond the Permissible Variation. Permissible variation.

1 Cement NIL Not Permitted

2 Steel Reinforcement NIL Not Permitted

3 Structural Section NIL Not Permitted

4 Bitumen issued free NIL Not Permitted

5 Bitumen issued at stipulated fixed price

NIL Not Permitted

Page 24: Nit55

Correction.. Nil Addition.. Nil Insertion.. Nil Overwriting.. Nil AE(P) EE(P)-I

24

FORM OF PERFORMANCE SECURITY (GUARANTEE)

BANK GUARANTEE BOND

1. In consideration of the President of India (hereinafter called "the Government") having offered to accept the terms and conditions of the proposed agreement between………………………………………and…...…..…………………………….. (herein after called "the said contractor(s)") for the work ……………………………………………………………………………. (herein after called "the said agreement') having agreed, to production of an irrevocable Bank Guarantee for Rs……………….. (Rupees………………………………………..only) as a security/ guarantee from the contractor(s) for compliance of his obligations in accordance with the terms and conditions in the said agreement.

We ………………………………………………(hereinafter referred to as "as

(indicate the name of Bank)

Bank") hereby undertake to pay to the Government an amount not exceeding Rs……………. (Rupees………………………………………….only) on demand by the Government.

2. We …………………………………………………………………………..do hereby (indicate the name of Bank)

undertake to pay the amounts due and payable under this Guarantee without any demure, merely on a demand from the Government stating that the amount claimed is required to meet the recoveries due or likely to be due from the said contractor (s). 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……………………………(Rupees……………………………………………only)

3. We, the said bank further undertake to pay the Government any money so demand notwithstanding any dispute or disputes raised by the contractor(s) in any suit or proceeding pending before any court or Tribunal relating thereto, our liability under this present being absolute and unequivocal. The payment so made by us under this bond shall be a valid discharge of our liability for payment thereunder and the contractor(s) shall have no claim against us for making such payment.

4. We ……………………………………………………………….further agree that (indicate the name of the Bank)

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 Government under or by virtue of the said Agreement have been fully paid and its claim satisfied or discharged or till Engineer-in-Charge on behalf of the Government certifies that the terms and conditions of the said Agreement have been fully and properly carried out by the said contractor(s) accordingly discharges this guarantee.

Page 25: Nit55

Correction.. Nil Addition.. Nil Insertion.. Nil Overwriting.. Nil AE(P) EE(P)-I

25

5. We…………………………………………………………………. further agree with (indicate the name of Bank)

the Government that the Government 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 Government against the said contractor(s) and to forebear 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 of omission on the part of the Government or any indulgence by the Government to the said contractor(s) or by any such matter or thing whatsoever which under the law relating to sureties would, but for this provision, have effect of so relieving us.

6. This guarantee will not be discharged due to the change in the constitution of the Bank or the contractor(s).

7. We ………………………………………………………………lastly undertake

(indicate the name of bank)

not to revoke this guarantee except with the previous consent of the Government in writing.

8. This guarantee shall be valid

upto………………………………………………..unless extended on demand by Government. Notwithstanding any thing mentioned above, our liability against this Guarantee is restricted to Rs. ……………………(Rupees………………………………………………………only) and unless a claim in writing is lodged with us within six months of the date of expiry or the extended date of expiry of this guarantee, all our liabilities under this guarantee, shall stand discharged.

Dated, the …………Day of…..………………. .

For………………………………………………

(indicate the name of the Bank)

Page 26: Nit55

Correction.. Nil Addition.. Nil Insertion.. Nil Overwriting.. Nil AE(P) EE(P)-I

26

Form of Earnest Money Deposit Bank Guarantee Bond

WHEREAS, contractor.................. (Name of contractor) (hereinafter called "the contractor") has submitted his tender dated ............. (date) for the construction of .............................................. (name of work) (hereinafter called "the Tender") KNOW ALL PEOPLE by these presents that we ........................................ (name of bank) having our registered office at ................................... (hereinafter called "the Bank") are bound unto ................................................... (Name and division of Executive Engineer) (hereinafter called "the Engineer-in-Charge") in the sum of Rs. ......................... (Rs. in words .................................................) for which payment well and truly to be made to the said Engineer-in-Charge the Bank binds itself, his successors and assigns by these presents. SEALED with the Common Seal of the said Bank this ................. day of ................. 20... . THE CONDITIONS of this obligation are: (1) If after tender opening the Contractor withdraws, his tender during the period of validity of tender including extended validity of tender) specified in the Form of Tender; (2) If the contractor having been notified of the acceptance of his tender by the Engineer-in-Charge: (a) fails or refuses to execute the Form of Agreement in accordance with the Instructions to contractor, if required; OR (b) fails or refuses to furnish the Performance Guarantee, in accordance with the provisions of tender document and Instructions to contractor, OR (c) fails or refuses to start the work, in accordance with the provisions of the contract and Instructions to contractor, OR (d) fails or refuses to submit fresh Bank Guarantee of an equal amount of this Bank Guarantee, against Security Deposit after award of contract. We undertake to pay to the Engineer-in-Charge up to the above amount upon receipt of his first written demand, without the Engineer-in-Charge having to substantiates his demand, provided that in his demand the Engineer-in-Charge will note that the amount claimed by his is due to him owing to the occurrence of one or any of the above conditions, specifying the occurred condition or conditions. This Guarantee will remain in force up to and including the date* ............. after the deadline for submission of tender as such deadline is stated in the Instructions to contractor or as it may be extended by the Engineer-in- Charge, notice of which extension(s) to the Bank is hereby waived. Any demand in respect of this Guarantee should reach the Bank not later than the above date. DATE ............. SIGNATURE OF THE BANK WITNESS .................. SEAL (SIGNATURE, NAME AND ADDRESS) *Date to be worked out on the basis of validity period of 6 months from last date of receipt of tender.

Page 27: Nit55

Correction.. Nil Addition.. Nil Insertion.. Nil Overwriting.. Nil AE(P) EE(P)-I

27

OFFICE MEMORANDUM

No.DGW/CON/255

ISSUED BY AUTHORITY OF DIRECTOR GENERAL OF WORKS

NIRMAN BHAWAN, NEW DELHI DATED: 23.05.2011

Subject: Introduction of Integrity Pact and Dispute Resolution Committee under Clause 25 in GCC 2010. 1. Introduction of Integrity Pact: A new provision of Integrity Pact (copy enclosed) has been introduced in the GCC 2010. At the time of submission of tender/bid, it shall be mandatory to sign the Pact by the bidder/contractor failing which the tenderer/bidder will stand disqualified from the tendering process and the bid of the bidder would be summarily rejected. 2. Following provisions of CPWD Works Manual 2010 are modified: Reference Existing Provision Modified Provision CPWD - 7/8 Schedule - F

No Provision Following new Para is added: Clause 25 - Constitution of Dispute Redressal Committee: Chairman - Member - Member -

Clause 3 (vii)

If the contractor shall obtain a contract with Government as a result of wrong tendering or other non-bonafide methods of competitive tendering.

If the contractor had secured the contract with Government as a result of wrong tendering or other non-bonafide methods of competitive tendering or commits breach of Integrity Agreement.

Clause 25(i)

If the contractor considers any work demanded of him to be outside the requirements of the contract, or disputes any drawings, record or decision given in writing by the Engineer in-Charge on any matter in connection with or arising out of the contract or carrying out of the work, to be unacceptable, he shall promptly within 15 days request the Superintending Engineer in writing for written instruction or decision. Thereupon, the Superintending Engineer shall give his written instructions or decision within a period of one month from the receipt of the contractor’s letter. If the Superintending Engineer fails to give his instructions or decision in writing within the aforesaid period or if

If the contractor considers any work demanded of him to be outside the requirements of the contract, or disputes any drawings, record or decision given in writing by the Engineer-in-Charge on any matter in connection with or arising out of the contract or carrying out of the work, to be unacceptable, he shall promptly within 15 days request the Superintending Engineer in writing for written instruction or decision. Thereupon, the Superintending Engineer shall give his written instructions or decision within a period of one month from the receipt of the contractor’s letter. If the Superintending Engineer fails to give his instructions or decision in writing within the aforesaid period or if the

Page 28: Nit55

Correction.. Nil Addition.. Nil Insertion.. Nil Overwriting.. Nil AE(P) EE(P)-I

28

the contractor is dissatisfied with the instructions or decision of the Superintending Engineer, the contractor may, within 15 days of the receipt of Superintending Engineer’s decision, appeal to the Chief Engineer who shall afford an opportunity to the contractor to be heard, if the latter so desires, and to offer evidence in support of his appeal. The Chief Engineer shall give his decision within 30 days of receipt of contractor’s appeal. If the contractor is dissatisfied with this decision, the contractor shall within a period of 30 days from receipt of the decision, give notice to the Chief Engineer for appointment of arbitrator on prescribed proforma as per Appendix XV, failing which the said decision shall be final binding and conclusive and not referable to adjudication by the arbitrator.

contractor is dissatisfied with the instructions or decision of the Superintending Engineer, the contractor may, within 15 days of the receipt of Superintending Engineer’s decision, appeal to the Chief Engineer who shall afford an opportunity to the contractor to be heard, if the latter so desires, and to offer evidence in support of his appeal. The Chief Engineer shall give his decision within 30 days of receipt of contractor’s appeal. If the contractor is dissatisfied with the decision of the Chief Engineer, the contractor may within 30 days from the receipt of the Chief Engineer decision, appeal before the Dispute Redressal Committee (DRC) along with a list of disputes with amounts claimed in respect of each such dispute and giving reference to the rejection of his disputes by the Chief Engineer. The Dispute Redressal Committee (DRC) shall give his decision within a period of 90 days from the receipt of Contractor’s appeal. The constitution of Dispute Redressal Committee (DRC) shall be as indicated in Schedule ‘F’. If the Dispute Redressal Committee (DRC) fails to give his decision within the aforesaid period or any party is dissatisfied with the decision of Dispute Redressal Committee (DRC), then either party may within a period of 30 days from the receipt of the decision of Dispute Redressal Committee (DRC), give notice to the Chief Engineer for appointment of arbitrator on prescribed proforma as per Appendix XV, failing which the said decision shall be final binding and conclusive and not referable to adjudication by the arbitrator. It is a term of contract that each party invoking arbitration must exhaust the aforesaid mechanism of settlement of claims/ disputes prior to invoking arbitration.

---Sd---

Superintending Engineer (C&M)

Page 29: Nit55

Correction.. Nil Addition.. Nil Insertion.. Nil Overwriting.. Nil AE(P) EE(P)-I

29

To, Intending Bidders, ……………………….., ………………………..

Sub: NIT No. …………………………………. for the work ……………................... Dear Sir,

It is here by declared that CPWD is committed to follow the principle of transparency, equity and competitiveness in public procurement.

The subject Notice Inviting Tender (NIT) is an invitation to offer made on the condition that the Bidder will sign the integrity Agreement, which is an integral part of tender/bid documents, failing which the tenderer/bidder will stand disqualified from the tendering process and the bid of the bidder would be summarily rejected.

This declaration shall form part and parcel of the Integrity Agreement and signing of

the same shall be deemed as acceptance and signing of the Integrity Agreement on behalf of the CPWD.

Yours faithfully

Executive Engineer To,

Page 30: Nit55

Correction.. Nil Addition.. Nil Insertion.. Nil Overwriting.. Nil AE(P) EE(P)-I

30

Executive Engineer, ……………………….., ………………………..

Sub: Submission of Tender for the work of ………………………....…………….... Dear Sir,

I/We acknowledge that CPWD is committed to follow the principles thereof as enumerated in the Integrity Agreement enclosed with the tender/bid document.

I/We agree that the Notice Inviting Tender (NIT) is an invitation to offer made on the

condition that I/We will sign the enclosed integrity Agreement, which is an integral part of tender documents, failing which I/We will stand disqualified from the tendering process. I/We acknowledge that THE MAKING OF THE BID SHALL BE REGARDED AS AN UNCONDITIONAL AND ABSOLUTE ACCEPTANCE of this condition of the NIT.

I/We confirm acceptance and compliance with the Integrity Agreement in letter and

spirit and further agree that execution of the said Integrity Agreement shall be separate and distinct from the main contract, which will come into existence when tender/bid is finally accepted by CPWD. I/We acknowledge and accept the duration of the Integrity Agreement, which shall be in the line with Article 1 of the enclosed Integrity Agreement.

I/We acknowledge that in the event of my/our failure to sign and accept the Integrity

Agreement, while submitting the tender/bid, CPWD shall have unqualified, absolute and unfettered right to disqualify the tenderer/bidder and reject the tender/bid is accordance with terms and conditions of the tender/bid.

Yours faithfully (Duly authorized signatory of the Bidder)

Page 31: Nit55

Correction.. Nil Addition.. Nil Insertion.. Nil Overwriting.. Nil AE(P) EE(P)-I

31

To be signed by the bidder and same signatory competent / authorised to sign the relevant contract on behalf of CPWD.

INTEGRITY AGREEMENT

This Integrity Agreement is made at ............... on this ........... day of ..................20......

BETWEEN

President of India represented through Executive Engineer,.................................,……………. (Name of Division)

CPWD, ............................................................................................,(Hereinafter referred as the (Address of Division)

‘Principal/Owner’, which expression shall unless repugnant to the meaning or context hereof include its successors and permitted assigns)

AND ...................................................................................................................................................... (Name and Address of the Individual/firm/Company)

through ........................................................................................ (Hereinafter referred to as the (Details of duly authorized signatory)

“Bidder/Contractor” and which expression shall unless repugnant to the meaning or context hereof include its successors and permitted assigns) Preamble WHEREAS the Principal / Owner has floated the Tender (NIT No. ...............................................) (hereinafter referred to as “Tender/Bid”) and intends to award, under laid down organizational procedure, contract for ................................................................................................................................ (Name of work)

hereinafter referred to as the “Contract”. AND WHEREAS the Principal/Owner values full compliance with all relevant laws of the land, rules, regulations, economic use of resources and of fairness/transparency in its relation with its Bidder(s) and Contractor(s). AND WHEREAS to meet the purpose aforesaid both the parties have agreed to enter into this Integrity Agreement (hereinafter referred to as “Integrity Pact” or “Pact”), the terms and conditions of which shall also be read as integral part and parcel of the Tender/Bid documents and Contract between the parties.

Page 32: Nit55

Correction.. Nil Addition.. Nil Insertion.. Nil Overwriting.. Nil AE(P) EE(P)-I

32

NOW, THEREFORE, in consideration of mutual covenants contained in this Pact, the parties hereby agree as follows and this Pact witnesses as under: Article 1: Commitment of the Principal/Owner 1) The Principal/Owner commits itself to take all measures necessary to prevent

corruption and to observe the following principles:

(a) No employee of the Principal/Owner, personally or through any of his/her family members, will in connection with the Tender, or the execution of the 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/Owner will, during the Tender process, treat all Bidder(s) with equity and reason. The Principal/Owner 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/Owner shall endeavour to exclude from the Tender process any person, whose conduct in the past has been of biased nature.

2) If the Principal/Owner obtains information on the conduct of any of its

employees which is a criminal offence under the Indian Penal code (IPC)/Prevention of Corruption Act, 1988 (PC Act) or is in violation of the principles herein mentioned or if there be a substantive suspicion in this regard, the Principal/Owner will inform the Chief Vigilance Officer and in addition can also initiate disciplinary actions as per its internal laid down policies and procedures.

Article 2: Commitment of the Bidder(s)/Contractor(s) 1) It is required that each Bidder/Contractor (including their respective officers,

employees and agents) adhere to the highest ethical standards, and report to the Government / Department all suspected acts of fraud or corruption or Coercion or Collusion of which it has knowledge or becomes aware, during the tendering process and throughout the negotiation or award of a contract.

2) The Bidder(s)/Contractor(s) commits 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:

Page 33: Nit55

Correction.. Nil Addition.. Nil Insertion.. Nil Overwriting.. Nil AE(P) EE(P)-I

33

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/Owner’s employees involved in the Tender process or execution of the Contract or 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.

b) The Bidder(s)/Contractor(s) will not enter with other Bidder(s) 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 cartelize 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)/Contract(s) will not use improperly, (for the purpose of competition or personal gain), or pass on to others, any information or documents provided by the Principal/Owner 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 names

and addresses of agents/representatives in India, if any. Similarly Bidder(s)/ Contractor(s) of Indian Nationality shall disclose names and addresses of foreign agents/representatives, if any. Either the Indian agent on behalf of the foreign principal or the foreign principal directly could bid in a tender but not both. Further, in cases where an agent participate in a tender on behalf of one manufacturer, he shall not be allowed to quote on behalf of another manufacturer along with the first manufacturer in a subsequent/parallel tender for the same item.

d) The Bidder(s)/Contractor(s) will, when presenting his bid, disclose (with

each tender as per proforma enclosed) 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.

3) The Bidder(s)/Contractor(s) will not instigate third persons to commit

offences outlined above or be an accessory to such offences. 4) The Bidder(s)/Contractor(s) will not, directly or through any other

person or firm indulge in fraudulent practice means a willful misrepresentation or omission of facts or submission of fake/forged documents in order to induce public official to act in reliance thereof, with the purpose of obtaining unjust advantage by or causing damage to justified interest of others and/or to

Page 34: Nit55

Correction.. Nil Addition.. Nil Insertion.. Nil Overwriting.. Nil AE(P) EE(P)-I

34

influence the procurement process to the detriment of the Government interests.

5) The Bidder(s)/Contractor(s) will not, directly or through any other person or firm use Coercive Practices (means the act of obtaining something, compelling an action or influencing a decision through intimidation, threat or the use of force directly or indirectly, where potential or actual injury may befall upon a person, his/ her reputation or property to influence their participation in the tendering process).

Article 3: Consequences of Breach Without prejudice to any rights that may be available to the Principal/Owner under law or the Contract or its established policies and laid down procedures, the Principal/Owner shall have the following rights in case of breach of this Integrity Pact by the Bidder(s)/Contractor(s) and the Bidder/ Contractor accepts and undertakes to respect and uphold the Principal/Owner’s absolute right:

1) If the Bidder(s)/Contractor(s), either before award or during execution of Contract has committed a transgression through a violation of Article 2 above or in any other form, such as to put his reliability or credibility in question, the Principal/ Owner after giving 14 days notice to the contractor shall have powers to disqualify the Bidder(s)/Contractor(s) from the Tender process or terminate/determine the Contract, if already executed or exclude the Bidder/Contractor from future contract award processes. The imposition and duration of the exclusion will be determined by the severity of transgression and determined by the Principal/Owner. Such exclusion may be forever or for a limited period as decided by the Principal/Owner.

2) Forfeiture of EMD/Performance Guarantee/Security Deposit: If the

Principal/Owner has disqualified the Bidder(s) from the Tender process prior to the award of the Contract or terminated/determined the Contract or has accrued the right to terminate/determine the Contract according to Article 3(1), the Principal/Owner apart from exercising any legal rights that may have accrued to the Principal/Owner, may in its considered opinion forfeit the entire amount of Earnest Money Deposit, Performance Guarantee and Security Deposit of the Bidder/Contractor.

3) Criminal Liability: If the Principal/Owner obtains knowledge of

conduct of a Bidder or Contractor, or of an employee or a representative or an associate of a Bidder or Contractor which constitutes corruption within the meaning of Indian Penal code (IPC)/Prevention of Corruption Act, or if the Principal/Owner has substantive suspicion in this regard, the

Page 35: Nit55

Correction.. Nil Addition.. Nil Insertion.. Nil Overwriting.. Nil AE(P) EE(P)-I

35

Principal/Owner will inform the same to law enforcing agencies for further investigation.

Article 4: Previous Transgression

1) The Bidder declares that no previous transgressions occurred in the last 5 years with any other Company in any country confirming to the anticorruption approach or with Central Government or State Government or any other Central/State Public Sector Enterprises in India that could justify his exclusion from the Tender process.

2) If the Bidder makes incorrect statement on this subject, he can be

disqualified from the Tender process or action can be taken for banning of business dealings/ holiday listing of the Bidder/Contractor as deemed fit by the Principal/ Owner.

3) If the Bidder/Contractor can prove that he has resorted / recouped the

damage caused by him and has installed a suitable corruption prevention system, the Principal/Owner may, at its own discretion, revoke the exclusion prematurely.

Article 5: Equal Treatment of all Bidders/Contractors/Subcontractors

1) The Bidder(s)/Contractor(s) undertake(s) to demand from all subcontractors a commitment in conformity with this Integrity Pact. The Bidder/Contractor shall be responsible for any violation(s) of the principles laid down in this agreement/Pact by any of its Subcontractors/sub-vendors.

2) The Principal/Owner will enter into Pacts on identical terms as this one

with all Bidders and Contractors. 3) The Principal/Owner will disqualify Bidders, who do not submit, the duly

signed Pact between the Principal/Owner and the bidder, along with the Tender or violate its provisions at any stage of the Tender process, from the Tender process.

Page 36: Nit55

Correction.. Nil Addition.. Nil Insertion.. Nil Overwriting.. Nil AE(P) EE(P)-I

36

Article 6- Duration of the Pact This Pact begins when both the parties have legally signed it. It expires for the Contractor/Vendor 12 months after the completion of work under the contract or till the continuation of defect liability period, whichever is more and for all other bidders, till the Contract has been awarded. If any claim is made/lodged during the time, the same shall be binding and continue to be valid despite the lapse of this Pacts as specified above, unless it is discharged/determined by the Competent Authority, CPWD. Article 7- Other Provisions

1) This Pact is subject to Indian Law, place of performance and jurisdiction is the Head quarters of the Division of the Principal/Owner, who has floated the Tender.

2) Changes and supplements need to be made in writing. Side

agreements have not been made. 3) If the Contractor is a partnership or a consortium, this Pact must be

signed by all he partners or by one or more partner holding power of attorney signed by all partners and consortium members. In case of a Company, the Pact must be signed by a representative duly authorized by board resolution.

4) Should one or several provisions of this Pact turn out to be invalid; the

remainder of this Pact remains valid. In this case, the parties will strive to come to an agreement to their original intensions.

5) It is agreed term and condition that any dispute or difference arising

between the parties with regard to the terms of this Integrity Agreement / Pact, any action taken by the Owner/Principal in accordance with this Integrity Agreement/ Pact or interpretation thereof shall not be subject to arbitration.

Article 8- LEGAL AND PRIOR RIGHTS All rights and remedies of the parties hereto shall be in addition to all the other legal rights and remedies belonging to such parties under the Contract and/or law and the same shall be deemed to be cumulative and not alternative to such legal rights and remedies aforesaid. For the sake of brevity, both the Parties agree that this Integrity Pact will have precedence over the Tender/ Contact documents with regard any of the provisions covered under this Integrity Pact.

Page 37: Nit55

Correction.. Nil Addition.. Nil Insertion.. Nil Overwriting.. Nil AE(P) EE(P)-I

37

IN WITNESS WHEREOF the parties have signed and executed this Integrity Pact at the place and date first above mentioned in the presence of following witnesses: ............................................................... (For and on behalf of Principal/Owner) ................................................................. (For and on behalf of Bidder/Contractor) WITNESSES:

1. .............................................. (signature, name and address)

2. ...............................................

(signature, name and address) Place: Dated :

Page 38: Nit55

Correction.. Nil Addition.. Nil Insertion.. Nil Overwriting.. Nil AE(P) EE(P)-I

38

Page 39: Nit55

Correction.. Nil Addition.. Nil Insertion.. Nil Overwriting.. Nil AE(P) EE(P)-I

39

GENERAL CONDITIONS

1. Unless otherwise provided in the Schedule of quantities the rates tendered by

the contractor shall be all inclusive and shall apply to all heights, lifts, leads and depths of the building and nothing extra shall be payable to him on this account. Payment for centring, shuttering, however if required to be done for floor to floor heights greater than 3.5 m. shall be admissible at rates arrived at in accordance with clause-12 of the agreement if not already specified.

2. The contractor shall make his own arrangements for obtaining electrical service connection if required and make necessary payments directly to the department concerned.

3. Other agencies doing works related with this project will also simultaneously execute the works and the contractor shall afford necessary facilities for the same. The contractor shall leave such necessary holes, openings etc. for laying/burying in the work pipes, cables, conduits, clamps, boxes and hooks for fan clamps etc. as may be required for other agencies. Conduits for electrical wiring/cables will be laid in a way that they leave enough space for concreting and do not adversely affect the structural members. Nothing extra over the agreement rates shall be paid for the same.

4. Some restrictions may be imposed by the client department on the working and for movement of labour, materials etc. the contractor shall be bound to follow all such restriction/ instructions and nothing extra shall be payable on this account.

5. (a) The building work will be carried out in the manner complying in all respects with the requirements of relevant by laws of the local body under the jurisdiction of which the work is to be executed or as directed by the Engineer-in-Charge and nothing extra will be paid on this account. (b) Water tanks, taps, sanitary, water supply and drainage pipes, fittings and accessories should conform to bye-laws and specifications of the Municipal Body/ Corporation where C.P.W.D. specifications are not available. The contractor should engage licensed plumbers for the work and get the materials (fixtures/fittings) tested by the Municipal Body/ Corporation Authorities wherever required at his own cost. (c) The contractor shall comply with proper and legal orders and directions of the local or public authority or municipality and abide by their rules and regulations and pay all fees and charges which he may be liable.

6. The contractor shall give a performance test of the entire installation(s) as per standing specifications before the work is finally accepted and nothing extra whatsoever shall be payable to the contractor for the test.

7. Any cement slurry added over base surface (or) for continuation of concreting for better bond is deemed to have been in built in the items and nothing extra shall be payable (or) extra cement considered in consumption on this account.

8. Testing of materials (except synthetic hockey surface): (a) Samples of various materials required for testing shall be provided free of

charge by the contractor. Testing charges, if any, shall be borne by the department. However in case samples fail in testing, the testing charges if any shall be borne by the contractor. All other expenditure required to be incurred for taking the samples; conveyance, packing etc. shall be borne by the contractor himself.

Page 40: Nit55

Correction.. Nil Addition.. Nil Insertion.. Nil Overwriting.. Nil AE(P) EE(P)-I

40

9. The structural and architectural drawings shall at all times be properly co-related before executing any work. However, in case of any discrepancy in the item given in the schedule of quantities appended with the tender and Architectural drawings relating to the relevant item, the former shall prevail unless and otherwise given in writing by the Engineer-in-charge.

10. The contractor shall bear all incidental charges for cartage, storage and safe custody of materials issued by department or procured by the contractor and nothing extra shall be payable to the contractor on their accounts.

11. The full nomenclature of items shall be adopted in preparing abstract of final bill in the measurement book and also in the bill form for final bill.

12. The tenderer shall abide by the rules and regulations under relevant State VAT, as amended from time to time and deductions shall be made from the gross value of the work done from all bills as per the provisions of above stated Acts. Nothing extra on account of this deduction shall be paid.

13. CONDITIONS FOR CEMENT.

13.1. The contractor shall procure 43 grade Ordinary Portland Cement (conforming

to IS: 8112), as required in the work, from reputed manufacturers of cement such as A.C.C., L & T. J.P.Rewa, Birla Jute, Century, Ambuja, Vikram, Shree cement, MCCL, Topcem, Valley Strong, Taj and Cement Corporation of India, etc, as approved by Ministry of Industry, Government of India, and holding licence to use ISI certification mark for their product whose name shall be got approved from Engineer-in-Charge. Supply of cement shall be taken in 50 Kg bags bearing manufacturer’s name and ISI marking. Samples of cement arranged by the contractor shall be taken by the Engineer-in-Charge and got tested in accordance with provisions of relevant BIS Codes. In case test results indicate that the cement arranged by the contractor does not conform to the relevant BIS codes, the same shall stand rejected and shall be removed from the site by the contractor at his own cost within a week’s time of written order from the Engineer-in-Charge to do so.

13.2. The cement shall be brought at site to bulk supply of approximately 100 tonnes or as decided by the Engineer-in-Charge

13.3. The cement godown of the capacity to store a minimum of 2000 bags of cement shall be constructed by the contractor at site of work for which no extra payment shall be made Double lock provision shall be made to the door of the cement godown. The keys of one lock shall remain with the Engineer-in-Charge or his authorized representative and the key of the other lock shall remain with the contractor. The contractor shall be responsible for the watch & ward and safety of the cement godown. The contractor shall facilitate for the inspection of the cement godown by the Engineer-in-Charge at any time.

13.4. The contractor shall supply free of charge the cement required for testing, the cost of tests shall be borne by the contractor / Department in the manner indicated below. (i) By the contractor, if the results show that the cement does not conform

to relevant BIS codes. (ii) By the Department, if the results show that the cement conforms to

relevant BIS codes. 13.5 The actual issue and consumption of cement on work shall be required and

proper accounts maintained as provided in clause 10 of the contract. The

Page 41: Nit55

Correction.. Nil Addition.. Nil Insertion.. Nil Overwriting.. Nil AE(P) EE(P)-I

41

theoretical consumption of cement shall be worked out as per procedure prescribed in clause 42 of the contract or as per other condition/ specification of the tender documents if other wise applicable.

Cement brought to site and cement remaining unused after completion of work shall not be removed from site without written permission of the Engineer-in-Charge.

14. CONDITIONS FOR STEEL

14.1. The contractor shall procure TMT bars from primary producers such as SAIL

or TISCO or RINL as approved by Ministry of Steel confirming to the requirements of Fe 500D grade of IS:1786:2008. The TMT bars procured from primary producers shall conform to manufacture’s specifications. In case of non-availability of steel from primary producers, and in exigencies of the work the Chief Engineer (NEZ), CPWD, Shillong, may permit use of TMT reinforcement bars procured from secondary producers, Subject to the following conditions.

(a) The secondary producers must have valid BIS licence to produce HSD bars conforming to IS: 1786 : 2008. In addition to BIS licence, the secondary producer must have valid licence from either of the firms Tempcore, Thermex, Evcon, Turbo & Turbo Quench to produce TMT Bars.

(b) The TMT bars procured from secondary producers shall conform to the specifications as laid by Tempcore, Thermex, Evcon, Turbo & Turbo Quench as the case may be.

(c) TMT bars procured either from secondary producers shall meet the requirement of Fe- 500D grade of steel as contained in IS:1786:2008.

(d) The base price of TMT reinforcement bars as stipulated under schedule ‘F’ shall be reduced by Rs. 5400.00 (Rupees Five Thousand Four Hundred only) per MT.

(e) The rate of TMT reinforcement bars quoted by the contractor in the tender shall be reduced by Rs. 6.27 (Rupees Six and Twenty Seven paisa) per kg which includes Contractor’s Profit and Over Head.

14.2. The contractor shall obtain & furnish test certificate to the Engineer-in-Charge in respect of all supplies of steel brought by him to the site of work.

14.3. Samples shall also be taken and got tested by the Engineer-in-Charge as per the provisions in this regard in relevant BIS codes. In case the test results indicate that the steel arranged by the contractor does not conform to the specifications as defined under Para 14.1 above, the same shall be rejected, and it shall be removed from the site of work by the contractor at his cost within a week time or written orders from the Engineer-in-Charge to do so.

14.4. The steel reinforcement shall be brought to the site in bulk supply of 10

tonnes or more as decided by Engineer-in-Charge. 14.5. Steel reinforcement (TMT bars) shall be stored by the contractor at site of

work in such a way as to prevent distortion and corrosion and nothing extra shall be paid on this account. Bar of different sizes and length shall be store separately to facilitate easy counting and checking.

Page 42: Nit55

Correction.. Nil Addition.. Nil Insertion.. Nil Overwriting.. Nil AE(P) EE(P)-I

42

14.6. For checking nominal mass, tensile strength, bend test, re-bend test etc. specimen of sufficient length shall be cut from each size of the bar at random at frequency not less than that specified below:-

Size of bar For consignment below 100 tonnes

For consignment over 100 tonnes

Under 10 mm dia bars

One sample for each 25 Tonnes or part thereof

One sample for each 40 Tonnes or part thereof

10mm to 16 mm dia bars

One sample for each 35 Tonnes or part thereof

One sample for each 45 Tonnes or part thereof

Over 16 mm dia bars

One sample for each 45 Tonnes or part thereof

One sample for each 50 Tonnes or part thereof

14.7. The contractor shall supply free of charge the steel required for testing. The

cost of tests shall be borne by the contractor/Department in the manner indicated below. (i) By the contractor, if the results show that the steel does not conform to

relevant BIS codes/ specification stipulated for TMT as per CPWD Specification 2009 with correction slips upto 25.07.2011.

(ii) By the Department, if the results show that the steel conforms to relevant BIS Codes/ Specification stipulated to TMT as per CPWD Specification 2009 with correction slips upto 25.07.2011.

14.8 The actual issue and consumption of steel on work shall be regulated and

proper accounts maintained as provided in clause 10 of the contract. The theoretical consumption of steel shall be worked out as per procedure prescribed in clause 42 of the contract and shall be governed by condition laid therein.

14.9 Steel brought to site and steel remaining unused shall not be removed from site without the written permission of the Engineer-in-Charge.

15. OTHER CONDITIONS:

15.1 The contractor will have to work according to the programme of the work,

decided by the Engineer-in-Charge. The contractor for shall also construct a sample unit complete in all respect within time specified by the Engineer-in- charge and this sample unit shall be got approved from the Engineer-in-charge before mass construction is taken up. No extra claim what so ever beyond the payments due at agreement rates will be entertained from the Contractor on this account.

15.2 The contractor shall take instructions from the Engineer-in-Charge for stacking of materials in any place. No excavated earth or building material shall be stacked on areas where other buildings, roads, services of compound walls are to be constructed.

15.3 If as per municipal rules the huts for labour are not to be erected at the site of work by the contractors, the contractors are required to provide such accommodation as is acceptable to local bodies and nothing extra shall be paid on this account.

Page 43: Nit55

Correction.. Nil Addition.. Nil Insertion.. Nil Overwriting.. Nil AE(P) EE(P)-I

43

15.4 Cement bags shall be stored in separate godowns to be constructed by contractor at his own cost as per sketch which is only indicative and actual size will depend on the site requirements as per CPWD Specification 2009 (Vol. I) with correction slips upto 25.07.2011 and R.C.C. work in pursuance (IS: 456-2000) with weather proof roof and walls. Each godown shall be provided with a single door with two locks. The keys of one lock shall remain with CPWD Engineer-in-Charge of work and that of the other lock with the authorised agent of the contractor at the site of work so that the cement is removed from the godown according to the daily requirement with the knowledge of both the parties and proper account maintained in standard proforma.

15.5 The contractor shall be fully responsible for the safe custody of the materials even if the materials are under double lock system.

15.6 Contractor shall bear all incidental charges for cartage, storage and safe custody of materials and shall construct suitable godowns, yards at the site of work for storing all other materials so as to be safe against damage by sun, rain, damages, fire, theft etc. at his own cost and also employ necessary watch and ward establishment for the purpose at his cost.

15.7 All materials shall be got checked by the Junior Engineer-in-Charge of the works on receipt of the same at site before use.

15.8 Royalty at the prevalent rates shall have to be paid by the contractor on all the boulders, metals, shingle, sand and bajri etc. collected by him for the execution of the work, direct to the Revenue Authority or authorised agent of the State Government concerned or Central Government.

15.9 For all kind of RCC works only O.P.C. grade 43 shall be used. 15.10 Except otherwise mentioned, in the nomenclature of items, the rates for

each item shall deemed to include for all leads and lifts and for working in or under water and/ or foul conditions and/ or for bailing out water wherever required for which nothing extra shall be paid.

15.11 Drilling holes to secure fastener/ screws in walls and chase cutting in the walls wherever necessary shall be done by mechanical means i.e. by hammer drill machine & the chase cutting machine respectively for which nothing extra will be paid to the contractor.

15.12 The Contractor shall prepare and supply three sets of the completion drawings of all the external and internal plumbing, water supply, sanitary, drainage, electrical and other specialized works including all other services and completion plan of the building on completion of the services, to the Engineer-in-charge. One soft copy or hard copy of the relevant Architectural drawing for enabling the contractor to prepare the completion drawings shall be made available by the Engineer-in-Charge.

15.13 Before placing the reinforcement bars in position, contractor shall submit the bar bending schedule indicating the shape of bar, type/ designation of bar, number of bars, the diameter bars, quantity of reinforcement etc., as per structural drawing for approval by the Engineer-in-Charge in writing. After the approval of the bar bending schedule by the Engineer-in-Charge, the reinforcement shall be placed in position and thereafter it shall be measured in the measurement book and got test checked of its accuracy before embedding or before placing it beyond the reach of measurement, from the Engineer-in-Charge or his authorized representative. Similar action shall also be taken for all other hidden items. It will be the responsibility of the contractor to bring out to the notice of the Engineer-in-Charge the deviations, if any giving the details

Page 44: Nit55

Correction.. Nil Addition.. Nil Insertion.. Nil Overwriting.. Nil AE(P) EE(P)-I

44

of the measurements with locations for approval of the competent authority immediately after it is detected or foreseen.

15.14 All PVC pipes and PVC fittings to be provided shall be able to sustain 6 kg/sq cm internal hydraulic pressure.

15.15 Brand and trade name of the paint to be used in the work shall be got approved in writing from the Engineer-in-Charge before application of the samples of different shades. After the written approval of the Engineer-in-Charge about brand, trade name, sample and shades of the paints the contractor shall make bulk procurement of the paint. Before start of the item of painting, the original purchase vouchers, delivery challan of purchase of full quantity of paint materials shall have to be produced by the contractor to the Engineer-in-Charge. The contractor shall bring full quantity of required painting material at site and get it inspected from the Engineer-in-Charge before start of the item of painting.

15.16 Cutting of centrifugal cast (spun) iron pipes wherever required shall be done by electric machine. Pipes of different lengths as required having sockets will be brought to site. No collar will be permitted to be used in the work. If at any place collar is found used, no payment of the pipes connecting that collar and the sanitary fittings thereon shall be made in any case.

15.17 GI tank nipples of appropriate size shall be used as per written approval of the Engineer-in-Charge for making connection of pipes with the PVC water storage tanks.

15.18 Element of reinforcement as per standard design is included in the item of brick masonry manholes. Therefore, the reinforcement used in the manholes shall not be separately measured for payment under the item of reinforcement.

16.0 TESTING OF MATERIAL (a) The contractor shall procure all the materials in advance so that there is

sufficient time for testing and approving of the material and clearance of the same before use in work.

(b) In case of concrete and reinforced concrete work, the contractor shall be required to make arrangement for carrying out compression strength tests at his own cost. He shall render all assistance for the preparation of cubes, safe custody of the same proper curing and carriage upto the laboratory where the test is to be performed. The cube tests can be performed at any laboratory approved by the Engineer-in-Charge.

(c) Time allowed for execution of the work provided in clause 5 of Schedule ‘F’ is inclusive of the time required for any kind of testing of materials and preparation of Design mix of cement concrete for all R.C.C. work, time required for initial load testing / routine load testing of piles and time required for testing of weld etc.

Page 45: Nit55

Correction.. Nil Addition.. Nil Insertion.. Nil Overwriting.. Nil AE(P) EE(P)-I

45

ADDITIONAL SPECIFICATIONS

1.0 GENERAL

1.1 The work shall be executed and measured as per metric dimensions given in the Schedule of quantities, drawings etc. (F.P.S. units wherever indicated are for guidance only).

1.2 The following modifications in the above specifications and some additional specifications shall however apply: i) All stone aggregate and stone ballast shall be of hard stone variety

to be obtained from approved quarries or any other source to be got approved by the Engineer-in-Charge.

ii) Sand to be used for cement concrete work, mortar for masonry and plaster work shall be of standard quality. Sand shall be obtained from approved source or any other source to be got approved from the Engineer-in-Charge and screened as required. The same shall consist of hard siliceous material. It shall be clean sand.

1.3 Wherever any reference to any Indian Standard Specification occurs in the documents relating to this contract the same shall be inclusive of all amendments issued their to revision thereof if, any, up to the 25.07.2011.

2 Unless otherwise specified in the schedule of quantities the rates for all items of the work shall be considered as inclusive of pumping out or bailing out water if required for which no extra payment will be made. This will include water encountered from any source, such as rains, floods, and sub-soil water level being high due to any other cause whatsoever.

3 Brick Work.

3.1 Bricks shall be obtained from kilns approved by the Engineer-in-Charge and

shall be of nominal size 22.9 cm x11.4cm.x7.00cm mentioned in CPWD specification 2009 Vol. I with correction slips up to 25.07.2011.

3.2 In the item of Providing and placing 2 Nos. 6mm dia MS bars at every third course of half brick masonry work, if the contractor uses 8mm dia. TMT bars in place of 6mm dia MS bars, nothing extra shall be paid on this account and TMT bars will not be measured separately under the item of reinforcement.

4.0 R.C.C. Work.

4.1. Mix design.

A. The Contractor shall design mixes for each class of concrete meeting

the requirements as specified as per clause 5.8.4.1 of CPWD specifications 2009 Vol. I with Correction slips up to 25.07.2011.

B. One month in advance to commencement of concreting work, the contractor shall submit proposal of mix designs and test results from approved laboratory as mentioned in Para 4.3.5 below thereof as a report for the approval of the Engineer-in-Charge.

C. The R.C.C. work shall be done with Design Mix Concrete unless specified. In the nomenclature of items, wherever letter M has been indicated, the same shall imply for the Design Mix Concrete. For the

Page 46: Nit55

Correction.. Nil Addition.. Nil Insertion.. Nil Overwriting.. Nil AE(P) EE(P)-I

46

nominal mix in RCC, CPWD specifications shall be followed. The Design Mix Concrete will be designated based on the principles given in IS: 456, 10262 & SP 23. The contractor shall design mixes for each class of concrete indicating the concrete ingredients and proportions that will result in concrete mix meeting requirements specified. In case of use of admixture and or white cement, the mix shall be designed with these ingredients as well. The specification mentioned herein below shall be followed for Design Mix Concrete.

4.2 Ingredients:-

Coarse Aggregate:- As per CPWD specifications 2009 Vol. I with correction slips upto 25.07.2011. The maximum size of stone aggregates shall be 20mm nominal.

Fine Aggregate:- As per CPWD specifications. Water :- It shall conform to requirements laid down in IS:456-

2000 and CPWD specifications.

Cement:- It shall be of OPC 43 grade and shall conform to IS :8112.

Admixtures :- Wherever required, admixtures of approved quality shall be

mixed with concrete to achieve the desired workability within specified water cement ratio. The admixtures shall conform to IS: 9103. The chloride content in the admixture shall satisfy the requirement of BIS: 5075. The total amount of chlorides in the admixture mixed concrete shall also satisfy the requirements of IS: 456:2000. The contractor shall not be paid anything extra for admixture required for achieving desired workability without any change in specified water cement ratio for RCC/CC work.

4.3 Grade of Concrete: - The characteristic compressive strength of all grades of Concrete manufactured/ produced shall be as per CPWD Specifications 2009 Vol. I.

4.3.1 The mix will be designed for minimum workability as specified in Para 7 of IS: 456: 2000.

4.3.2 For all grade of concrete manufactured/produced, the Minimum cement contents in the concrete shall be 310 kg/cum of concrete. Also irrespective of grade of concrete the maximum cement content shall not be more than 500 kg/cum of concrete. These limitations shall apply for all type of concrete of all strength.

4.3.3 Actual cement content in each grade of concrete for various design conditions of variables shall be established by design mixes with in the limit specified in Para 4.3.2 above.

4.3.4 If the cement content of concrete grade is mentioned in the items of schedule of quantity then, the rates quoted by the contractors for the items of RCC shall be based on the cement contents indicated in the item. On the basis of mix design and trial mixes etc, if the cement content approved by the engineer-in-charge is different than what is mentioned in nomenclature of items, variations in rates/price shall be applicable in accordance with Para 4.10 of this tender.

Page 47: Nit55

Correction.. Nil Addition.. Nil Insertion.. Nil Overwriting.. Nil AE(P) EE(P)-I

47

4.3.5 The concrete mix design shall be done without using admixture by the contractor at his own cost through one of the following laboratories/Test houses:

(i) I.I.T., Guwahati. (ii) NIT, Sichar. (iii) Any Lab of repute as decided by SE.

The various ingredients for mix design/laboratory tests shall be sent to the lab/test houses through the Engineer-in-charge immediately after award of work and the samples of such aggregates sent shall be preserved at site by the department. The admixture if used by contractor shall be at his own cost without any extra payment.

4.3.6 The contractor shall submit the mix design report along with details of trial mixes from any of above approved laboratories for approval of Engineer-in-charge within 30 days from the date of issue of letter of acceptance of the tender. No concreting shall be done until the mix design is approved.

4.3.7 In case of change of source or characteristic properties of the ingredients used in the concrete mix during the work, a revised laboratory mix design report conducted at laboratory established at site shall be submitted by the contractor as per the direction of the Engineer-in-charge.

4.4 APPROVAL OF DESIGN MIX :- The mix design for a specified grade of concrete shall be done for a target mean compressive strength Tck = Fck + 1.65s Where Fck = Characteristic compressive strength at 28 days. S= Standard deviation which depends on degree of quality control. The degree of quality control for this work is “good” for which the standard deviation (s) obtained for different grades of concrete shall be as follows:-

GRADE OF CONCRETE FOR GOOD CONTROL OF QUALITY

M-15 3.5 M-20 4.6 M-25 5.3 M-30 6.0 M-35 6.3

Out of the six specimen of each set, three shall be tested at seven days and remaining three at 28 days. The preliminary tests at seven days are intended only to indicate the strength to be attained at 28 days.

4.4.1 All cost of mix designing and testing connected therewith including charges payable to the laboratory shall be borne by the Contractor.

4.5 BATCHING, MIXING, TRANSPORTATION, PLACING & COMPACTION :- The concrete shall be sourced from ready mix concrete plants or from on site/ off site batching and mixing plant conforming to IS: 4925 or suitable weigh batching system as approved by Engineer in charge. It shall have the facilities of presenting the quality to be weighed with the suitable out off system when the same is achieved. All other operation in concreting work like Mixing, Slump, Laying/ placing of concrete, compaction, curing etc. not mentioned in this particular specification for design mix of Concrete shall be as per the IS: 456- 2000 and Additional / special condition forming part of this tender document.

Page 48: Nit55

Correction.. Nil Addition.. Nil Insertion.. Nil Overwriting.. Nil AE(P) EE(P)-I

48

4.6 PREPERATION OF MIXES AS PER APPROVED DESIGN MIX AND CONDUCTING CONFORMITY TEST AT FIELD LAB :- The contractor shall make the cubes of trial mixes as per approved Mix design at site laboratory for all grades, in presence of Engineer in charge using sample of approved materials proposed to be used in the work, prior to commencement of concreting and get them tested in his presence to the entire satisfaction for 7 days & 28 days. Test cubes shall be taken from trial mixes as follows: For each mix, a set of six cubes shall be made from each of the three consecutive batches. Three cubes from each set of six shall be tested at age of 28 days. The cubes shall be made, cured, transported and tested strictly in accordance with specifications. The average strength of nine cubes at age of 28 days shall exceed the specified target mean strength for which design mix has been approved, the evaluation of test results will be done as per IS: 456-2000.

4.6.1 WORK STREGTH TEST:- TEST SPECIMEN Work strength test shall be conducted in accordance with IS: 516 on random sampling. Each test shall be conducted on six specimens, three of which shall be tested at 7 days and remaining three at 28 days. Additional samples shall be prepared as per the direction of Engineer in charge for testing cured by accelerated method as described in IS: 9103. TEST RESULT OF SAMPLE The test result of the sample shall be the average of the strength of three specimens. The individual variation shall not be more than +15 percentage of the average. If more, the test results of the sample are invalid. At least 10 % of the total test shall be done at the laboratory as directed by the Engineer-in-Charge, remaining tests will be done in the laboratory established at site by the contractor.

4.7. STANDARD OF ACCEPTANCE Standard of acceptance shall be same as specified in Revised CPWD Specifications

2009 Vol. I with correction slips up to 25.07.2011 in pursuance to IS 456:2000. 4.7.1. In order to keep the floor finish as per architectural drawings and to provide required

thickness of the flooring as per specifications, the level of top surface of RCC shall be

accordingly adjusted at the time of its centering, shuttering and casting for which nothing extra shall be paid to the Contractor.

4.8 Measurement- As per CPWD Specifications. 4.9. Tolerances- - As per CPWD Specifications. 4.10 Rate:- The rates quoted by the contractor for various items of reinforced

cement concrete etc. shall be based on the cement content for the mixes specified in items of schedule of quantities, The contractor should take into the account the said Cement content for the mixes mentioned in items while quoting his rates. At the time of trial mixes to be designed by the contractor and approved by the Engineer-in-Charge, after the award of the work, if the cement content per cubic meter of concrete is different from the cement content as specified in items of schedule of quantities, the rates shall be adjusted on the basis of more/less use of cement as compared to the cement content per cubic meter mentioned in the item. The said adjustment in the rates shall be worked out as under.

In case the approved cement content (coefficient) in various grades of concrete mixes is less as compared to cement contents mentioned in the schedule of quantities, the less cement so used shall be adjusted at base rate of cement plus

Page 49: Nit55

Correction.. Nil Addition.. Nil Insertion.. Nil Overwriting.. Nil AE(P) EE(P)-I

49

1.0 percent towards water charges plus 15 % percent towards profit and overhead as per standard CPWD practices. The base rate of ordinary Portland cement for this purpose shall be taken as Rs. 5400/- per tonne at site. In case where approved cement content of various grades of concrete mixes is more as compared to cement content mentioned in the item of schedule of quantity, nothing shall be paid to the contractor.

4.10.1 The rate includes the cost of materials and labour involved in all the Operations described above except for the cost of centering, shuttering and Reinforcement which will be paid for separately.

4.10.2 In case of actual average compressive strength being less than the specified strength, which shall be governed by the Para “Standard of acceptance” as above, the rate payable shall be worked out accordingly on prorate basis.

4.10.3 In case of rejection of concrete on account of unacceptable compressive strength, governed by the Para “Standard of Acceptance” as above, the work for which samples have failed shall be redone at the cost of contractors. However, the Engineer- in- Charge may order for additional tests (like cutting cores, ultrasonic pulse velocity test, load test on structure, or on part of structure, etc.) to be carried out at the cost of contractor to ascertain if the portion of the structure wherein concrete represented by the sample has been used, can be retained on the basis of results of individual or combination of these tests. The contractor shall take remedial measures necessary to retain the structure as approved by the Engineer in charge without any extra cost. However, for payment, the basis of rate payable to the contractor shall be governed by the 28 days cube test results and reduced rates shall be regulated in accordance as per provision in CPWD specifications and conditions cited in this tender document.

4.11 QUALITY CONTROL OF READY MIXED CONCRETE:-

Quality control of ready mixed concrete will be divided into three convenient areas: Forward control, immediate control, Retrospective control.

FORWARD CONTROL Forward control and consequent corrective action are essential aspects of quality

control. It includes:- (i) Control of Purchased Material Quality

It shall be assured that all the materials purchased and used in the production of concrete conform to the stipulation of the relevant agreed standards with the material supplier and the requirements of the product mix design and quality control procedures. This can be accomplished by visual checks, sampling and testing, certification from material supplier and information/ data from material supplier.

(ii) Control of Material Storage Adequate and effective storage arrangement shall be provided for prevention of contamination, reliable transfer and food systems, drainage of aggregates, prevention of freezing or excessive solar heating of aggregate etc.

(iii) Record of Mix Design and Mix Design Modification Record of mix design and mix design modification will be readily available in computer for inspection of Engineer-in-charge any time.

(iv) Transfer and Weighing Equipment RMC producer shall ensure that a documented calibration procedure is in place. Proper calibration records shall be made indicating date of next calibration due, corrective action taken, if required.

Page 50: Nit55

Correction.. Nil Addition.. Nil Insertion.. Nil Overwriting.. Nil AE(P) EE(P)-I

50

RMC producer shall also maintain a daily production record including details of customers to whom RMC was supplied including details of mixes supplied. Record shall also be maintained of what materials were used for that days production including water and admixture. The accuracy of measuring equipment shall be within + 2% of quantity of cement, + 3% of quantity of aggregate, admixture and water being measured.

(v) Maintenance of Plant, Truck Mixers and Pumps Maintenance of Plant, Truck Mixers and Pumps should be well mentioned so as to not hamper any operation of production, transportation and placement. Intermediate Control Intermediate control is concerned with instant action to control the quality of Concrete being produced or that of deliveries. It will cover:-

(i) Weighing (correct reading of batch data and accurate weighing). For each load, written, printed or graphical records shall be made of the weights of the materials batched, the estimated slumps, the total amount of water added to the load, the delivery tickets number for that load and the time of loading the concrete into the truck.

(ii) Visual observation of concrete during production and delivery or during sampling and testing of fresh concrete (assessment of uniformity, cohesion, workability, adjustment to water content). The workability of the concrete shall be controlled on a continuous basis during production and any necessary corrective action taken.

(iii) Use of equipment at the plant designed to measure moisture content of aggregates, particularly fine aggregates or the workability of the concrete.

(iv) Making corresponding adjustments at the plant automatically or manually to batched quantities to allow for observed, measured or reported changes in materials in concrete quantities.

(v) Concrete mixes shall be randomly sampled and tested for workability and where appropriate plastic density, temperature and air content. Corrective action shall be taken where significant variation is noticed.

Retrospective Control Retrospective control covers:

(i) Sampling of concrete, testing, monitoring of results. (ii) Any property of materials or concrete such as aggregate grading, slump,

air content, but it is particularly associated with 28 day cube strength because of its very nature as it cannot be measured ahead of or at the time of manufacture.

(iii) Weighbridge checks of laden and unladen vehicle weights. (iv) Stock control of materials. (v) Diagnosis and correction of faults identified from complaints.

Control of designed and the prescribed mixes: a quality control system shall be operated to control the strength of designed mixes to the required levels. The system shall include continuous analysis of result from cube tests to compare actual with the target values together the procedures for modifying mix proportions to correct for observed differences. For prescribed mixes periodic and systematic checks shall be made to ensure that the cementations materials contents of prescribed mixes comply with their mix proportion

Page 51: Nit55

Correction.. Nil Addition.. Nil Insertion.. Nil Overwriting.. Nil AE(P) EE(P)-I

51

4.12 FORM WORK In provision of CPWD specification 2009 Vol. I with correction slips upto 25.07.2011 and R.C.C. work (in pursuance to I.S. 456-2000) in respect of form work it is provided that basically only steel shuttering shall be adopted in general. However, a combination of steel and shuttering ply conforming to I.S: 848-1974 and I.S: 5539 may be allowed by the Engineer-in-Charge in consideration of the special request of the contractor to maintain quality and speed of the work. In such cases the use of shuttering ply shall be permitted only for circular columns, beam sides and bottom and in other locations wherever it is felt necessary on account of difficulty in using steel shuttering in such locations. But in other areas like slab, rectangular/square columns etc. steel shuttering shall be invariably used. However, no extra payment or deduction will be admissible or made for use of shuttering ply.

4.12.1 To maintain the quality and speed the contractors have to arrange and bring the following minimum quantities steel centering shuttering with necessary steel vertical props, horizontal and diagonal bracings before execution of the following items of work. i. Foundation and footings. = 150 sqm. ii. Beams. = 150 sqm. iii. Columns. = 50 sqm. iv. Slab . = 50 sqm. v. Steel props = 50 cum space. The aforesaid quantities of shuttering materials should be kept at site for execution of the columns, floors and beams at different levels.

4.13. MATERIAL: 4.13.1. Inspection of materials or works: All materials brought to the site by

the contractor for use in the work, as well as fabricated components shall be subject to inspection and approval by Engineer-in-Charge. The contractor shall be required as directed by the Engineer-in-Charge, to get necessary tests carried out on materials components at his own cost from the laboratories/test houses, approved by the Engineer-in-Charge.

4.13.2. Manufacturer’s Test Certificate: The contractor shall, if required by the Engineer-in-Charge, produce manufacturer’s test certificates for any material or particular batch of materials supplied by him. The tests carried out shall be as per relevant specifications/ Indian Standard Code.

5.0 Wood Work The samples of species of timber to be used shall be deposited by the

contractor with the Executive Engineer before commencement of the work. The contractor shall produce cash vouchers and certificate from standard kiln seasoning chemically pressure treatment plant operators about the timber section to be used on the work having been kiln seasoned chemically pressure treated by them, failing which it would not be to accept as kiln seasoned & chemically pressure treated.

5.1 Factory made shutter, as specified shall be obtained from factories approved by the Chief Engineer and shall conform to IS: 2202 (Part-I) 1977. The contractor

Page 52: Nit55

Correction.. Nil Addition.. Nil Insertion.. Nil Overwriting.. Nil AE(P) EE(P)-I

52

shall inform well in advance to the Engineer-in-Charge the names and address of the factory where from the contractor intends to get the shutters manufactured. The contractor will place order for manufacture of shutters only after written approval of the Engineer-in-Charge in this regard is given. The contractor is bound to abide by the decision of the Engineer-in-Charge and recommend a name of another factory from the approved list in case the factory already proposed by the contractor is not found competent to manufacture quality shutters. Shutters will, however, be accepted only, if this meet the specified tests. The contractor will also arrange stage-wise inspection of the shutters at factory by the Engineer-in-Charge or his authorized representative. Contractor will have no claim if the shutters brought at site are rejected by Engineer-in-charge in full lot due to bad workmanship/quality. Such shutters will not be measured and paid and the contractor shall remove the same from the site of work within 7 days after the written instructions in this regard are issued by Engineer-in-charge or his authorized representative.

5.2 Original purchase vouchers and delivery challan from the factory in support of having purchase the factory made door shutters from the approved factory, shall have to be produced to the Engineer-in-Charge for verification.

6.0. STEEL WORK:

6.1 The steel doors, windows, ventilators and composite units shall be got

fabricated in Work shop approved by the Chief Engineer concerned.

6.2 The M.S. plate clamps 15x6mm thick for holding arrangements are to be provided and added as per site conditions. The rate is inclusive of the cost of such clamps.

6.3 All welded steel work shall be tested for quality of weld as laid down in IS: 822:1970 before actual erection, unless otherwise specified in the nomenclature of the item.

6.4 In the MS Tee/angle iron frames for doors, four numbers MS butt hinges for each door shutters and one no. 50mm MS hinge for wooden cleat wherever necessary, the cost of which are deemed to include in the rate of the item, shall have to be provided.

7.0. WATER SUPPLY SANITARY INSTALLATION

7.1 S.C.I pipe and G.I pipe wherever necessary shall be fixed to RCC columns, beams etc. with rawl plugs and nothing extra shall be paid for this.

7.2 The contractor shall be responsible of the protection of the sanitary and water supply fittings and other fittings and fixtures against pilferages and breakage during the period of installation and thereafter until the building is handed over.

7.3 Sunken Flooring: The rate of items of flooring is inclusive of providing sunk flooring in W.C, bathrooms, kitchen etc. and nothing extra on this account is admissible.

Page 53: Nit55

Correction.. Nil Addition.. Nil Insertion.. Nil Overwriting.. Nil AE(P) EE(P)-I

53

8.0 VARIATION IN CONSUMPTION OF MATERIALS: The variation in consumption of material shall be governed as per CPWD specification 2009 Vol. I & II and clauses of the contract to the extent applicable. The following specific clauses shall govern the variation in consumption of pig lead.

9.0 VARIATION IN CONSUMPTION OF PIG LEAD

9.1 The pig lead for caulking of joints of SCI pipes shall be issued as per theoretical consumption for SCI pipes of size 100mm, 75mm, 50mm at 0.98kg, 0.88kg, and 0.77 kg. per joint respectively. Over and above the theoretical quantities of lead as worked out, variation of 5% shall be allowed for wastage etc. Any difference between the actual consumption of pig lead and theoretical consumption worked out on the above basis i/c the authorised variation shall be recovered at rates in schedule ‘B’ plus 10% in case material issued by department. Where the pig lead is arranged by the contractor, in case variation is on higher side 5% will be allowed. In case the variation is on lower side, the quantity of pig lead used less shall be recovered from the contractor at market rate to be determined by Engineer-in-Charge whose decision in the matter will be final.

9.2 The theoretical quantity of cement to be utilised in item of concrete involving use of single aggregate and mixed by volume batching shall be computed on the basis of the co-efficient for cement to be used in different items of the work provided in DSR 2007 with correction slips up to 25.07.2011 reducing each of the co-efficient by 5%. However, where the concrete is mixed by weight batching no such reduction shall be made from theoretical co-efficient given in DSR 2007 with correction slips upto 25.07.2011 for concrete with crushed stone aggregate.

10. INTEGRAL WATER PROOF FINISHING:

10.1. The contractor must associate himself with the specialised firm to be approved by the Engineer-in-Charge in writing, for integral cement based water proofing treatment for sunken floors and on roofs. 10 years guarantee in prescribed Performa at Annexure-“A” shall be given by the contractor. In addition, 10% (ten percent) of the cost of these items would be retained as guarantee money to watch the performance of the work done. However half of this amount retained would be released after five years, if the performance of the work done is found to be satisfactory. If any defect is noticed during the guarantee period, it should be rectified by the contractor within seven days and if not attended to, the same will be got done by the Engineer-In-Charge through another agency at the risk and cost of the contractor. The retained guarantee money could be released to the contractor, if he submits FDR of equal amount having maturity period not less than guarantee period. Before execution of the items of integral water proofing treatment/finishing work, the contractor must submit the following details and get the same approved by the Engineer-in-charge.

a) The name of the specialised firm b) The trade names of the product which could be used.; c) List of works where this treatment has been used. d) Quantity of chlorides and sulphides used in the product.

Page 54: Nit55

Correction.. Nil Addition.. Nil Insertion.. Nil Overwriting.. Nil AE(P) EE(P)-I

54

11.0. MARBLE STONE SLAB WORK

11.1 In the event of non availability of 18mm thick marble stone for flooring, 16mm thick marble stone can be permitted. In that event, 22mm thick base cement mortar shall have to be provided in place of 20mm thick base cement mortar for which nothing extra shall be paid. However deduction for the less thickness of marble stone slab shall be made.

11.2 Flooring work is to be executed as per flooring pattern shown in Arch. Drawings and as per direction of Engineer-in-Charge for which nothing extra will be paid.

11.3 The size of tiles/marble stone/Granite stone in dado/skirting is to be provided as shown in Architectural drawings.

11.4 Raj Nagar plain marble of strips of width upto75 mm in required pattern shall be provided in the Kota stone flooring as per direction and approval of Engineer-in –charge for which nothing extra shall be paid.

11.5 Udaipur green marble of strips of width upto 75 mm in required pattern shall be provided in the marble stone flooring as per direction and approval of Engineer-in –charge for which nothing extra shall be paid.

11.6 Mirror finish/ granite finish rubbing of the Kota stone flooring shall be done only in those locations for which the Engineer-In-Charge shall give prior direction in writing. No payment shall be made for execution of this item in areas for which written direction is not given by the Engineer-in-Charge.

11.7 For providing granite stone in counters, window sills, kitchen platforms and other similar locations, the rate shall deemed to include semi circular mirror finished and mirror polished pre-moulding of the free/ exposed edges which shall have to be done and nothing extra shall be paid on this account. Further for granite stone up to 2 metre, for treads of steps and risers, kitchen counters, window sills and any other locations wherever decided by the Engineer-in-Charge, single stone shall be used for which nothing extra shall be paid.

11.8 The colour and shade of the granite and granite tiles shall be decided by the Engineer-in –Charge.

12.0. Additional conditions for 1st quality ceramic glazed tiles.

12.1 The 1st quality ceramic glazed wall tiles shall be provided and fixed as per

the relevant item appearing in the schedule and shall have a minimum thickness of 5 mm.

12.2 The 1st quality ceramic glazed floor tiles shall be provided and fixed as per the relevant item appearing in the schedule and shall have a minimum thickness of 9 mm.

Page 55: Nit55

Correction.. Nil Addition.. Nil Insertion.. Nil Overwriting.. Nil AE(P) EE(P)-I

55

ANNEXURE – B

E.5 LIST OF MATERIALS OF APPROVED MAKE

The materials of first/standard quality from the following approved makes are to be used. In case it is established that the brands specified below ate not available in the market, contractor shall submit alternative proposal for the approval of Engineer-in-Charge.

E.5.A. General Materials.

Sl.No Description Brand Name /

Manufacture

1. Ordinary Portland cement A.C.C., L & T, J.P. Rewa, Vikram, Shree Cement, Ambuja, Birla Jute, Cement Corporation of India, MCCL, TOPCEM, Century, Valley Strong, Taj

2. Steel Reinforcement (TMT bars) : a) Primary Producers :- SAIL, TISCO, RINL

b) Secondary Producers Biscon, Kamdhenu, Tiger, Sajji, Satyam,

(Subject to general condition No. 14 & Megha Shakti Mahalaxmi Vinimay Pvt Ltd sub condition thereof) 3 CGI Sheet Tata Shakti, Jindal 4 Synthetic Enamel Paint ]……………… Berger, Shalimar, Asian Paints, Jenson & Nicholson. 5. Oil Bound Distemper ] --------------------Berger, Shalimar, Asian Paints, Jenson & Nicholson 6. Water Proofing Cement paint] --------------- Berger, Shalimar, Asian Paints, Jenson & Nicholson 7. Mortice Latch Godrej, Harrison or Equivalent. 8. White Cement Birla white, J.K. white or Equivalent. 9. Ceramic Tiles Regency, Spartek, Somani, Kajaria, Orient, Johnson, Bell 10. Primers/Paints Nerolac, Asian, Berger (i/c water proofing cement paint) etc. Jenson and Nicholson, Kellick Nixon/ snowcem, Durocem. 11. Lime Satna, Dehradun 12. Putty Shalimar or equivalent

Page 56: Nit55

Correction.. Nil Addition.. Nil Insertion.. Nil Overwriting.. Nil AE(P) EE(P)-I

56

13. Steel window M/s Multiwyn Industrial Corporation, Kolkata

14. Aluminium sections Hindalco, Jindal, Indian Aluminium Co. (Anodising by approved Anodiser) 15. Water proofing compound CICO, FOSROC and PIDILITE 16. Friction Hinges (Stainless steel) Earl Bihari or equivalent 17. Flush and panelled Door Shutters Joinery Wood 18. PVC Door frame and Shutters Rajshree/ Polyline E.5.B Sanitary fixtures and Faucets 1. Vitreous China Sanitary Ware a) Parry ware

b) Hindustan sanitary ware

c) Neycer

2. C.P. Brass Faucets, Wastes, Traps etc. a) Jaquar b) Aqua plus c) GEM

3. C.P. flush valves for W.C.s a) GEM

b) Jaquar c) Orient

4. C.P. Angle Valves (ball Valve Type) a) ITAP, Italy b) Bugatti, Italy.

5. C.P. Bathroom Accessories a) GEM

b) Jaquar c) ESS ESS

6. C.P. Wastes, Spreaders, Urinal Flush pipe a) Lotus

b) Orient c) ESS ESS

7. Infrared Sensor operated Faucets a) Utech

b) AOS-Robo c) Lopal d) Encon

8. Stainless Steel Sink a) Kingston-cobra b) Jayna c) Neelkant d)

9. Bevelled edge mirror a) Atul, Jolly or Modiguard

Page 57: Nit55

Correction.. Nil Addition.. Nil Insertion.. Nil Overwriting.. Nil AE(P) EE(P)-I

57

E.5.C Pipes and Fittings 1. Centrifugally Cast (Spun) Iron Soil, Waste a) Jayaswal Neco (Nagpur) & Vent pipes and fittings b) HEPCO 2. UPVC Soil, Waste and Vent pipes and a) Supreme Fittings b) Prince c) Finolex 3. G.I. Pipes a) Tata

b) Jindal (Hissar)

4. G.I. Fittings a) “R” Brand b) Unik Brand c) Zoloto

5. C.I. Class LA Pipes a) Electro Steel, Kesoram

6. Stoneware pipes a) ISI marked of approved Quality b) Bhaskar Anand

7. R.C.C. Pipes a) ISI marked of approved

Quality. E.5.D Insulation 1. Synthetic Polymeric Rubber Compound a) Vidoflex

b) Superlon c) Armstrong

E.5.E. Valves 1. Valves, Float Valves a) Zoloto 2. Ball Valves a) RB, Italy 1. ITAP, Italy 2. CIM, Italy E.5.F. Manhole Covers, Gratings etc. 1. Steel Fibre Reinforced Concrete Manhole a) K.K. manholes Covers and Grating b) Pragati Concrete 2. C.I. Manhole Covers a) RIF

b) Kajeco c) Neco

Note: The contractor shall provide the materials as per the Make or Brand

indicated above. When two or more alternative brands have been mentioned, the brand to be finally used shall be as decided by the Engineer-in-Charge. The contractor shall obtain the approval of CE, NEZ for the alterative brands, before the actual execution of items.

E.5.G:-All other items shall be of ISI marked/as per approved sample kept at site of

work.

Page 58: Nit55

Correction.. Nil Addition.. Nil Insertion.. Nil Overwriting.. Nil AE(P) EE(P)-I

58

SPECIAL CONDITION

GENERAL

1.1 If the Head Quarters of the Contractor is outside India, he will be permitted to avail of the

services of an Indian/ local representative for efficient liaison and coordination work. Such

representative shall be authorized to act on behalf of the Contractor and shall be available to

receive instruction even at short notice. Any notice under the contract shall be deemed to have

been served on the contractor if served upon such representative or sent by registered letter at

his address in India. Such representative shall not be changed without the prior approval of

the Engineer-in-charge.

1.2 The Department shall provide necessary assistance if required for obtaining import license for

the equipment to be temporarily imported and which will be taken back to the country of origin

after completion of work.

1.3 If the extra space is available at site, the Department shall allow the Contractor to utilize the

same free of cost for construction of temporary site office and for storage of materials and

equipments, other than for hot mix plant. The contractor shall however erect such temporary

structure at his own cost and shall remove the same and clear the site as soon as the work is

completed.

1.4. “ FIH Specifications” or “ FIH Requirements” or “ FIH Performance standards” wherever

appearing in the document would meant the relevant provisions as laid down in the latest

edition of the “HAND BOOK OF PERFORMANCE REQUIREMENTS FOR

SYNTHETIC HOCKEY PITCHES – OUT DOOR” published by INTERNATIONAL

HOCKEY FEDERATION.

1.5 “CPWD Specification” wherever appearing in this document would mean “CPWD

Specification – 2009 Vol. I & II, with correction slips issued upto 25.07.2011.

1.6 “ GCC-2010” as referred to in this document also contains CPWD Form-8 is a Govt. of India

Publication and is available in the market.

1.7 The order of preference as mentioned in condition No. 8.1 at Page 10 of ‘GCC-2010’ shall be

read as under:-

(i) Descriptions of Schedule of Quantities.

(ii) Special Conditions and particular Specifications

(iii) FIH Specification for Synthetic Hockey Surface.

(iv) CPWD Specification for other works

(v) Indian standard Specifications of BIS updated upto the last of receipt of tender.

(vi) Sound Engineer Practice.

1.8 No payment shall be made to the Contractor for any damage caused by rain, snowfall, flood,

earthquake or any other natural causes whatsoever during the execution of works. The

damages to the work will be made good by the contractor at his own cost and no claim on this

account shall be entertained.

1.9 Unless otherwise specified in the schedule of quantities, the rates for all items shall be

considered as inclusive of pumping/bailing out water, if necessary, for which no extra

payment shall be made. These conditions shall be considered to include water from any

source such as rain, floods, surface and sub-soil water etc. and shall apply to execution in any

season.

Page 59: Nit55

Correction.. Nil Addition.. Nil Insertion.. Nil Overwriting.. Nil AE(P) EE(P)-I

59

1.10 The Contractor shall be responsible for the watch and ward and safety of Synthetic Hockey

Surface provided and laid by him against pilferage during the period of supply/laying and

thereafter till the completed work is physically handed over to the department. No extra

payment shall be made on this account.

2.0 FINANCIAL 2.1 Taxes and levies referred to in clause 38 ‘GCC-2010’ shall also include taxes and levies

which the contractor may have to pay in the place of origin and/or in voyage, except Custom

duty, for importing Synthetic Hockey Surface in to India

2.2 Custom duty, for importing Synthetic Hockey Surface into India shall be dealt as under:-

(a) The Synthetic Hockey Surface and T & P to be imported for bonafide use in the work in

question is exempted from Custom Duty. The Engineer-in-charge shall accordingly arrange

exemption certificate from the concerned Department on the basis of dispatch documents,

which the contractor shall be required to submit to him at the earliest possible.

(b) In case there is delay on the part of the contractor in furnishing dispatch documents to the

Engineer-in-charge resulting in any kind of financial liability, the same shall be borne by the

contractor.

(c) If for any reason, Custom Duty is not exempted, the same shall be paid by the Department,

but only for the synthetic hockey surface actually required for the work. The Custom Duty on

import of T & P, machinery or any other equipment, if payable, shall be borne by the

contractor himself.

(d) If the material or the finished work are not found acceptable, the contractor shall not be

granted custom duty exemption for the replacement material required for re-executing the

work as per contract.

2.3 The rate quoted for item No.30 (Providing and Laying Synthetic Hockey Surface) shall also

be inclusive of expenditure on the requisite quality assurance tests to be carried out on the

material and on the finished work by FIH accredited laboratory, i.e expenditure relating to

cost/ preparation of samples, their packing, sealing and carriage to the FIH accredited

laboratory, testing charges to be paid to the laboratory as also cost of traveling, boarding and

lodging of the Officials of the FIH accredited laboratory who will visit the work for carrying

out the field tests on the finished work, that is, after the Synthetic Hockey Surface has laid on

the ground.

2.4 The rate for item No. 24 (DBC) shall be quoted taking into account the following:-

(i) The rate quoted for item No. 24 Providing and Laying Dense Bituminous Concrete) shall be

considered based on bitumen content in the mix at the rate of 6.0% by weight of total mix as

specified in the item. If the recommended bitumen content as per job mix formula is less than

6.0% recovery shall be made for the difference in quantity at the rate of Rs. 65,000/- (Rupees

sixty five thousand only) per MT. However no extra payment shall be made if the percentage

bitumen content as per job mix formula is more than 6%.

(ii) The bitumen content in bituminous mix shall be checked by conducting the bitumen

extraction test as per CPWD Specifications and as per frequency prescribed therein. On the

completion of work, the actual consumption of bitumen shall be worked out based on the

approved job mix formula. The consumption (based on extraction tests), if found less than the

theoretical one but within acceptable limits recovery shall be made from contractor @ Rs.

65,000/- (Rupees sixty five thousand only) per MT for less use of bitumen. However nothing

extra shall be paid if actual consumption so worked out in higher than the consumption

worked out according to the percentage bitumen content specified in the item or percentage

bitumen content recommended in job-mix formula. This without prejudice to any action taken

against the contractor under relevant clauses of the agreement.

Page 60: Nit55

Correction.. Nil Addition.. Nil Insertion.. Nil Overwriting.. Nil AE(P) EE(P)-I

60

(i) The required compaction, density, surface accuracy and pitch slope & profile can be

achieved even by laying the entire 50mm thick DBC in one layer. However, if the contractor

feels that it would be desirable or necessary to lay the DBC in two layers of equal or unequal

thickness to achieve the required surface accuracy and pitch slope/profile, he would be free to

do so but no extra payment shall be made for two operations of laying and rolling or for tack

coat to be applied over the first layer of DBC. (Tack coat over the first layer of DBC would

not be required if the 2nd layer is laid within 2 days of the first layer).

2.5 2% Income Tax plus surcharge as applicable shall be deducted from the contractor’s bill on

the gross amount of work done. A certificate to this effect shall be given to the contractor.

3.0 PERFORMANCE WARRANTY OF THE WORK

3.1 The contractor shall certify that no sub-standard materials have used in the work and shall

provide written warranty to the effect the Synthetic Hockey Surfaces fully comply with all the

requirement of FIH both in terms of quality of material and its laying, jointing, and fixing.

The warranty shall be to replace at his own cost any part or whole or said surfaces if found

defective or contrary to FIH Specifications during seven years from the date of completion of

the work as recorded by the Engineer-in-charge.

3.2 The Contractor shall undertake that all remedial work or repairs or replacement necessary

under the terms of warranty shall be carried out promptly on notification in writing by the

Engineer-in-charge in this regard and repairs or replacement will be carried out with the

materials identical to the original surface and set times as may be agreed with the Engineer-

in-charge so that the programme of sports activities is not affected.

3.3 In case of the contractor fails to carry out the said repairs/rectifications/replacement within

the specified time, the Department shall get the repairs/rectifications/replacement as

considered necessary, done at the risk and cost of the contractor by encashing the bank

guarantee. In case any additional expenditure is incurred by the department on this account,

the same shall be borne by the contractor.

3.4 The contractor shall also undertake to discharge all other requisite obligations as per this

contract at his own cost.

3.5 The Contractor shall appoint an Agent in India who shall be a co-obligate for all purposes, till

the expiry of the performance warranty.

3.6 The text of performance Warranty shall be as prescribed by the Engineer-in-charge.

4.0 JURISDICTION OF COURT AND APPLICABLE LAW This contract shall be governed by Indian Law only. Accordingly, if any dispute is not

resolved through Clause 25 of CPWD Form-8 (2010-publication), the same shall be subject to

jurisdiction of the appropriate Indian Court of Law.

5.0 CONTRACTOR TO INDEMNIFY THE DEPARTMENT AGAINST PATENT

RIGHTS

The contractor shall fully indemnify and keep indemnify the department against any action

claim or proceedings relating to infringement or use of any patent design and shall pay any

royalties, if any payable, in respect of any article or part thereof included in the contract. In

the events of any claims made or action brought against the Department in respect of any such

matters as aforesaid, the contractor shall be notified thereof and he shall, at his own expense,

settle such disputes or conduct any litigation that may arise there from; provided that he shall

not be liable to indemnify the department, if the infringement of patent design result of an

order passed by the Engineer-in-charge.

Page 61: Nit55

Correction.. Nil Addition.. Nil Insertion.. Nil Overwriting.. Nil AE(P) EE(P)-I

61

PARTICULAR SPECIFICATIONS

1.0 BITUMINOUS WORK 1.1 The sub-base up to the stage of Bituminous Macadam concrete above WBM layer

with approximately zero pitch slopes and 0.6 percent pitch profile shall be made

available by the department. Structural stability of the sub-base up to the said stage

therefore, shall be responsibility of the department.

1.2 The scope of Bituminous work as per this tender comprises of laying approximately

50mm thick (average) Dense Bituminous Concrete after applying a tack coat as

wearing course over the existing sub-base to requisite pitch slope and profile as

specified by FIH for global FIH competitions.

1.3 The contractor shall have no claim if the pitch slope and pitch of the existing sub-base

are higher or lower than what has been indicated in Para 1.1 above and the Dense

Bituminous Concrete will be laid in such a manner that the average thickness thereof

is 50mm approx. and finished surface has the requisite pitch slope and profile.

However, it extra quantity of DBC is required to be laid to achieve the minimum

thickness as decided by the Engineer-in-charge as well as the desired pitch slope and

pitch profile the contractor shall be entitled to payment for the actual quantity of DBC

as laid.

1.4 The paver finisher with which the work shall be executed shall have such devices as

are necessary to achieve the required levels, slope and profile and surface accuracy of

the compacted/finished work. The department shall, however, have no objection, if

the contractor employs any additional equipment or devices at his own cost to ensure

that the finished work fulfils all the prescribed parameters including surface accuracy,

pitch slope and pitch profile.

1.5 The contractor shall be free to use straight run bitumen of 60/70 grade in place of

80/100 grade if specified in the item, but no extra payment shall be made on this

account and in such an eventuality, job mix formula shall be got designed with 60/70

grade bitumen.

2.0 PROVIDING AND LAYING SYNTHETIC HOCKEY SURFACE 2.1 The work shall be carried out as per FIH requirements Global FIH competitions.

2.2 The turf shall be securely fixed to the RCC drain constructed along the periphery of

the pitch.

2.3 The contractor shall not emboss the name of the product or company on the turf.

2.4 The left over cut pieces of the synthetic hockey surface shall be handed over to the

Engineer-in-charge for future reference.

3.0 QUALITY ASSURANCE FOR BITUMINOUS WORK 3.1 The work of Bituminous macadam and Dense Bituminous Concrete shall be done as

per job mix formula to be got designed from laboratory as approved by the Engineer-

in-charge. All expenditure involved in providing and sending the samples to the

laboratory and laboratory charges for job-mix formula shall be borne by the

contractor.

3.2 Various laboratory and field tests shall be carried out as per CPWD Specifications.

3.3 The contractor shall start the laying of synthetic hockey surface only after it is

certified by the Engineer-in-charge that the work of Dense Bituminous Concrete has

been completed satisfactorily.

4.0 QUALITY ASSURANCE FOR SYNTHETIC HOCKEY SURFACE 4.1 Material as well as the finished work shall be got tested from any of the FIH

accredited laboratories.

Page 62: Nit55

Correction.. Nil Addition.. Nil Insertion.. Nil Overwriting.. Nil AE(P) EE(P)-I

62

4.2 For the purpose of testing of materials, two representative samples of size 1.25 x 1.25

metre (one stitched/Glued and one un-stitched/un-Glued) of Synthetic Hockey

Surfaces shall be taken from each field.

4.3 In case of Synthetic Hockey Surface to be laid comprises of cast-in-situ shock pad,

the contractor shall prepare control samples of the same size as mentioned above(one

stitched/Glued and one un-stitched/un-Glued). The samples shall be cast outside the

Hockey pitch using the same material and techniques.

4.4 Samples shall be taken/made as per the direction of the Engineer-in-charge in

presence of the authorized representative of the contractors. Samples shall be signed

and sealed by both the parties.

4.5 The samples shall be sent for testing to one of the FIH accredited laboratories as

decided by the Engineer-in-charge.

4.6 Field test for finished work shall be similarly got conducted by any of the FIH

accredited laboratories as decided by the Engineer-in-charge.

4.7 The test reports of the samples of material as well as of the field tests in original shall

be arranged to be sent by the FIH accredited laboratory directly to the Engineer-in-

charge.

4.8 The work shall be declared as completed satisfactorily only after satisfactory test

Reports are received from FIH accredited laboratories both for the material and for

the finished work.

5.0 MODE OF MEASUREMENTS 5.1 The measurements of work done under item no. 23 (tack coat) and item no. 24 (Dense

Bituminous Concrete) shall be governed by the provisions of CPWD Specifications.

There will, however, be no separate measurements or computation of quantity in

respect of item no. 24 (DBC) if the same is laid in two layers. Only final quantity

shall be computed on the basis of initial levels of the existing sub-base and final levels

of the finished work.

5.2 In case of item no. 30 (Providing and the laying of synthetic hockey surface), the

measurement shall be taken of the plan area of the surface laid up to the inside edge of

the drain wall to which the turf shall be securely fixed. The length and breadth of the

surface laid shall be measured to the nearest centimeter and the area shall be

calculated in sq. meter correct to the second place of the decimal (The strip of the turf

taken inside the drain for fixing the same to the drain wall shall not qualify for

payment).

6.0 PAYMENT FOR BITUMINOUS WORK 6.1 The payment for all items of tender except item no. 30 shall be made only in Indian

Rupees (INR) and this payment, if so desired and authorized by the contractor can be

made directly to their indigenous partner and in the latter’s name.

6.2 Neither any secured advance nor any interim/running account bill shall be paid in

respect of all items except item no. 30. The payment shall be released for these items

only after the same have been completed in all respects and the finished surface of

DBC is certified by the Engineer-in-Charge as ready for laying of synthetic hockey

surface.

7.0 PAYMENT FOR PROVIDING AND LAYING SYNTHETIC HOCKEY

SURFACE. 7.1 Payment for item no. 30 (Providing and the laying of synthetic hockey surface) shall

be made in US Dollars.

Page 63: Nit55

Correction.. Nil Addition.. Nil Insertion.. Nil Overwriting.. Nil AE(P) EE(P)-I

63

7.2 For the purpose of US Dollars, the Engineer-in-charge shall, immediately after the

acceptance of the tender, write to their bank, for opening an irrevocable Letter of

Credit initially for the period of 6 months (To be extended further, if required) in

favour of the contractor for an amount equal to the tendered amount of this item in US

Dollars (say “X”). This amount shall be utilized for release of payments to the

contractor in installments as indicated below:-

(i) 40% of “X” shall be released to the contractor after the dispatch of Synthetic Hockey

Surface materials on submission of valid dispatch document comprising of bills for

lading including quality and quantity survey certificate, transit insurance and

irrevocable bank guarantee of the same amount. Further 25% of “X” shall be released

to the contractor after the dispatch of Synthetic Hockey Surface materials reaches the

site and contractor presents an irrevocable bank guarantee of the same amount along

with insurance certified against theft and fire (Insurance shall be valid for at least one

year) and the Engineer-in-charge issues the certificate that the materials have actually

arrived at the site and are in good condition. The above mentioned two bank

guarantee shall also be acceptable for respective equivalent amount in Indian Rupees

calculated @ Rs 48.00 per US Dollar irrespective of Foreign exchange rate prevailing

around that time.

(ii) Another 20 % of “X” shall be released to the contractor after the dispatch of Synthetic

Hockey Surface is complete, the Engineer-in-charge issues the certificate to this effect

and contractor presents an irrevocable bank guarantee of the same amount or for an

equivalent amount in Indian Rupees calculated at same exchange rate as mentioned at

sub-para (i) above.

(iii) The bank guarantee-required to be submitted as per sub-Para (i) & (ii) above shall be

valid initially for 30 weeks subject to extension if so felt necessary by the Engineer-

in-charge to cover the period of releasing the balance payment as mentioned in Para

(iv) below.

(iv) Balance payment shall be released after receipt of satisfactory test report from FIH

accredited test laboratory, both in respect of the material and finished work, and after

liabilities of the contractor on account of other terms and conditions of the contract, if

any, have been finalized, whichever is later, provided the contractor furnished a

performance warranty supported by an irrevocable bank guarantee for an amount

equal to 5 % of the amount of work done as per this item or for an equivalent amount

in Indian Rupees calculated at same exchange rate as mentioned at sub-para (i) above,

with the validity period for 7 years to be reckoned from the date on which the work is

declared as completed satisfactorily.

(v) “The three bank guarantee as mentioned at sub-Para (i) & (ii) above shall be released

after receipt of satisfactory test report from FIH accredited test laboratory, both in

respect of the material and finished work”.

(vi) All the bank guarantees referred to at sub-Para (i), (ii) & (iv) above shall be issued by

any of the Schedule Banks or State Bank of India and shall be in favour of the

Engineer-in-charge and as per prescribed proforma.

Page 64: Nit55

Correction.. Nil Addition.. Nil Insertion.. Nil Overwriting.. Nil AE(P) EE(P)-I

64

Requirements for the work as specified by CSO, CPWD

Page 65: Nit55

Correction.. Nil Addition.. Nil Insertion.. Nil Overwriting.. Nil AE(P) EE(P)-I

65

Page 66: Nit55

Correction.. Nil Addition.. Nil Insertion.. Nil Overwriting.. Nil AE(P) EE(P)-I

66

Page 67: Nit55

Correction.. Nil Addition.. Nil Insertion.. Nil Overwriting.. Nil AE(P) EE(P)-I

67

Page 68: Nit55

Correction.. Nil Addition.. Nil Insertion.. Nil Overwriting.. Nil AE(P) EE(P)-I

68

Page 69: Nit55

Correction.. Nil Addition.. Nil Insertion.. Nil Overwriting.. Nil AE(P) EE(P)-I

69

Page 70: Nit55

Correction.. Nil Addition.. Nil Insertion.. Nil Overwriting.. Nil AE(P) EE(P)-I

70

Page 71: Nit55

Correction.. Nil Addition.. Nil Insertion.. Nil Overwriting.. Nil AE(P) EE(P)-I

71

Page 72: Nit55

Correction.. Nil Addition.. Nil Insertion.. Nil Overwriting.. Nil AE(P) EE(P)-I

72

Page 73: Nit55

Correction.. Nil Addition.. Nil Insertion.. Nil Overwriting.. Nil AE(P) EE(P)-I

73

Page 74: Nit55

Correction.. Nil Addition.. Nil Insertion.. Nil Overwriting.. Nil AE(P) EE(P)-I

74

Page 75: Nit55

Correction.. Nil Addition.. Nil Insertion.. Nil Overwriting.. Nil AE(P) EE(P)-I

75

Page 76: Nit55

Correction.. Nil Addition.. Nil Insertion.. Nil Overwriting.. Nil AE(P) EE(P)-I

76

Page 77: Nit55

Correction.. Nil Addition.. Nil Insertion.. Nil Overwriting.. Nil AE(P) EE(P)-I

77

Page 78: Nit55

Correction.. Nil Addition.. Nil Insertion.. Nil Overwriting.. Nil AE(P) EE(P)-I

78

SCHEDULE OF QUANTITIES (CIVIL)

ItemNo Description Unit Quantity

1 Earth work in excavation by mechanical means (Hydraulic

excavator) / manual means in foundation trenches or drains (not

exceeding 1.5m in width or 10 sqm on plan) including dressing of

sides and ramming of bottoms, lift up to 1.5m, including getting out

the excavated soil and disposal of surplus excavated soil as directed,

within a lead of 50 m.

1.1 All kinds of soil. cum 108

2 Filling available excavated earth (excluding rock) in trenches, plinth,

sides of foundations etc. in layers not exceeding 20cm in depth,

consolidating each deposited layer by ramming and watering, lead

up to 50 m and lift up to 1.5 m.

cum 100

3 Providing and laying in position cement concrete of specified grade

excluding the cost of centering and shuttering - All work up to plinth

level:

3.1 1:1 1/2:3 (1 cement : 1 1/2 coarse sand : 3 graded stone aggregate

20mm nominal size).

cum 12

3.2 1:2:4 (1 cement : 2 coarse sand : 4 graded stone aggregate 20mm

nominal size)

cum 105

3.3 1:3:6 (1 cement : 3 coarse sand : 6 graded stone aggregate 20mm

nominal size).

cum 66

3.4 1:5:10 (1 cement : 5 coarse sand : 10 graded stone aggregate 40mm

nominal size)

cum 88

4 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 :

4.1 1:1.5:3 (1 cement : 1.5 coarse sand : 3 graded stone aggregate

20mm nominal size)

cum 52

5 Centering and shuttering including strutting, propping etc. and

removal of form for:

5.1 Foundations, footings, bases of columns, etc. for mass concrete. sqm 653

5.2 Walls (any thickness) including attached pilasters, butteresses,

plinth and string courses etc.

sqm 30

5.3 Suspended floors, roofs, landings, balconies and access platform. sqm 16

5.4 Lintels, beams, plinth beams, girders, bressumers and cantilevers. sqm 4

6 Reinforcement for R.C.C. work including straightening, cutting,

bending, placing in position and binding all complete. All work upto

plinth level

6.1 Thermo-Mechanically Treated bars. kilogram 4840

7 Brick work with F.P.S. bricks of class designation 75 in foundation

and plinth in:

7.1 Cement mortar 1:6 (1 cement : 6 coarse sand) cum 200

8 Brick work with F.P.S. bricks of class designation 75 in

superstructure above plinth level up to floor V level in all shapes and

sizes in :

8.1 Cement mortar 1:6 (1 cement : 6 coarse sand) cum 5.1

Page 79: Nit55

Correction.. Nil Addition.. Nil Insertion.. Nil Overwriting.. Nil AE(P) EE(P)-I

79

9 Providing and fixing 1mm thick M.S. sheet door with frame of

40x40x6mm angle iron and 3mm M.S. gusset plates at the junctions

and corners, all necessary fittings complete, including applying a

priming coat of approved steel primer.

9.1 Using M.S. angels 40x40x6mm for diagonal braces. sqm 2.2

10 Providing and fixing T-iron frames for doors, windows and

ventilators of mild steel Tee-sections, joints mitred and welded with

15x3mm lugs 10cm long embedded in cement concrete blocks

15x10x10cm of 1:3:6 (1 cement : 3 coarse sand : 6 graded stone

aggregate 20mm nominal size) or with wooden plugs and screws or

rawl plugs and screws or with dash fastener or with fixing clips or

with bolts and nuts as required including fixing of necessary butt

hinges and screws and applying a priming coat of approved steel

primer.

kg 25

11 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.

11.1 In gratings, frames, guard bar, ladder, railings, brackets, gates and

similar works.

kg 22000

12 Providing and fixing hand rail of approved size by welding etc. to

steel ladder railing, balcony railing and stair case railing including

applying a priming coat of approved steel primer.

12.1 M.S. tube. kg 395

13 52mm thick cement concrete flooring with concrete hardener

topping under layer 40mm thick cement concrete 1:2:4 (1 cement :

2 coarse sand : 4 graded stone aggregate 20mm nominal size) and

top layer 12mm thick cement hardener consisting of mix 1:2 (1

cement hardener mix : 2 graded stone aggregate 6mm nominal size)

by volume. Hardening compound is mixed @ 2 litre per 50kg of

cement or as per manufacturers specifications. This includes cost of

cement slurry, but excluding the cost of nosing of steps etc.

complete.

sqm 4

14 Cement plaster skirting (up to 30cm height) with cement mortar 1:3

(1 cement : 3 coarse sand) finished with a floating coat of neat

cement.

14.1 18mm thick. sqm 1

15 Providing and fixing 1st quality ceramic glazed wall tiles conforming

to IS : 15622 (thickness to be specified by the manufacturer) of

approved make in all colours, shades except burgundy, bottle green,

black of any size as approved by Engineer-in-Charge in skirting,

risers of steps and dados over 12mm thick bed of cement Mortar

1:3 (1 cement : 3 coarse sand) and jointing with grey cement slurry

@ 3.3kg per sqm including pointing in white cement mixed with

pigment of matching shade complete.

sqm 15

Page 80: Nit55

Correction.. Nil Addition.. Nil Insertion.. Nil Overwriting.. Nil AE(P) EE(P)-I

80

16 Providing and laying Ceramic glazed floor tiles 300x300mm

(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 20mm thick cement

Mortar 1:4 (1 cement : 4 Coarse sand) including pointing the joints

with white cement and matching pigment etc., complete.

sqm 7

17 12mm cement plaster of mix:

17.1 1:6 (1 cement : 6 fine sand) sqm 200

18 15mm cement plaster on the rough side of single or half brick wall

of mix:

18.1 1:6 (1 cement : 6 fine sand) sqm 200

19 6mm cement plaster of mix:

19.1 1:3 (1 cement : 3 fine sand) sqm 400

20 Distempering with 1st quality acrylic washable distemper (ready

mixed) of approved manufacturer and of required shade and colour

complete as per manufacturer's specification.

20.1 Two or more coats on new work. sqm 41

21 Finishing walls with Premium Acrylic Smooth exterior paint with

Silicone additives of required shade

21.1 New work (Two or more coats applied @ 1.43 ltr/10 sqm over and

including base coat of water proofing cement paint applied @ 2.20

kg/10 sqm).

sqm 25

22 Painting with synthetic enamel paint of approved brand and

manufacture to give an even shade:

22.1 Two or more coats on new work sqm 600

23 Providing and applying tack coat using hot straight run bitumen of

grade 80/100 including heating the bitumen, spraying the bitumen

with mechanically operated spray unit fitted on bitumen boiler,

cleaning and preparing the existing road surface as per

specifications:

23.1 On bituminous surface @ 0.50 Kg / sqm. sqm 6400

24 Providing and laying Dense Bituminous concrete on prepared

surface with specified graded stone aggregate for wearing course

including loading of aggregate with F.E. loader, and hot mixing of

bitumen with filler and stone aggregate in hot mix plant

,transporting the mixed material by tippers to paver and laying the

mixed material with mechanical paver finisher fitted with electronic

sensing device to the required level and grade and rolling with road

rollers, as per MORTH specification, to achieve the desired density

and compaction but excluding cost of primer / tack coat.

24.1 40mm/50mm compacted thickness with bitumen of grade 60 / 70 @

5.5% and lime @ 3% (percentage by weight of total mix).

cum 320

25 Providing and fixing G.I. chain link fabric fencing of required width in

mesh size 50x50mm including strengthening with 2mm dia wire or

nuts, bolts and washers as required complete as per the direction of

Engineer-in-charge.

25.1 Made of G.I. wire of dia. 4mm. PVC coated to achieve outer dia. not

less than 5mm in required colour and shade.

sqm 520

Page 81: Nit55

Correction.. Nil Addition.. Nil Insertion.. Nil Overwriting.. Nil AE(P) EE(P)-I

81

26 Providing and fixing G.I. pipes complete with G.I. fittings including

trenching and refilling etc.

26.1 50mm dia. nominal bore metre 6

27 Providing and laying 140 mm dia HDPE pipe confirming to IS code

with pressure rating 10 Kg/sq cm including jointing, connection etc

complete as per the direction of engineer incharge.

metre 395

28 Making connection of G.I. distribution branch with G.I. main of

following sizes by providing and fixing tee, including cutting and

threading the pipe etc. complete:

28.1 50 to 80mm nominal bore each 8

29 Providing and fixing gun metal gate valve with C.I. wheel of

approved quality (screwed end) :

29.1 50mm nominal bore each 8

30 Providing and laying Global category synthetic Hockey surface in 1

hockey field including marking on the surface, all complete as per

requirement/manufacturer specifications laid down by FIH and as

per direction of Engineer in charge

sqm 6400

31 Sprinkler System

31.1

Gravel packing for pop up sprinklers installation of a gravel packing

for stabilizing and draining of the pop up sprinklers. Drainage system

has to be executed as per the direction of engineer incharge at site .

Material : Coarse gravel with layer thickness approximately 20cm cum 6

31.2

Supplying and laying control cable from Controller to the Valves

control cable Cross section 2x2.5 sq. mm NYY-O with double

insulation, for underground Installation according to the rules and

regulations of the local energy supply commission. Cable

connections to be made with water tight splicing kits. cable is

installed along the main-line from the digital controller to each

sprinkler, executed as per the direction of engineer incharge Metre 500

31.3

Making Connection from supply pipe dia 160mm to the ring pipe dia 110 mm connection of ring pipe with dia 110mm with clamp fitting made of plastic as per DIN 8076 consisting of: 1No. clamp T-connector with female thread. Type 110x4"x110, 1 No. fusion fitting male threaded 160x4" Nos. 1

31.4

Making connection for Sprinkler DN 65 acc Installion layout No. 9 to

the PE - pipe DN 100 for the Sprinkler at the edge of the field.

Connection with clamp fitting made of plastic as per DIN 8076

Consisting of: 1 No. clamp T-connector with female thread, type

110x4"x110, 1No. Red - nipple No. 241 hot dip galvanized 4"x3", 2

No. Red - nipple No. 241 hot dip galvanized 3"x2-1/2", 3 No. Elbow

no.3 - 2-1/2" MTxMT, 2 No. Elbow clamp connection 75x2-1/2" FT,

1m pipe PE/HD 75 PN 12.5. Nos. 6

Page 82: Nit55

Correction.. Nil Addition.. Nil Insertion.. Nil Overwriting.. Nil AE(P) EE(P)-I

82

31.5

Supply and installation full and part circle pop-up sprinkler VP2 or

equivalent pop -up sprinkler with 2 nozzles. Cover and protection

ring are made of green coloured plastic. Housing is made of hot

dipped galvanized steel Flange and guide housing is made of high

quality plastic. Sprinkler with encapsulated piston drive. 23"

trajectory angle Sector infineately adjustable from 30' to 360'

manual without tools. water consumption : 38m3/hour Operating

pressure :8 bar, Casting range :42 m, types: VP2 with 18mm dia.

Supplying and installation at the edge of the field. According the

corresponding BA-drawing. Swing joint assembled with PE- fittings.

According the installation drawing. Installation with gravel package,

to ensure that no water remains inside the sprinkler housing.

Nos. 6

31.6

Valve box VBJ 350x500 valve box with extention if necessary.

Measurement (L.W) 50x35 cm. Depth depending on local

conditions, complete with a lockable lid, to be installed at the

required depth and flush on the gravel packing at the above listed

positions, including all necessary pipe and cable passages, small and

securing parts as well as earthig up to facilitate moving procedures.

Installation over all solenoid valves and water take off points. Type:

VBJ 350x500 Nos. 8

31.7

Supplying and installation Controller perrot or equvalent Water

Control Digital Controller, no. of stations variable by output modules

from 2 to 12. Automatic and manually operation for programs and

single stations. 3 programs with 4 start times each. 7 day, weekly

schedule with automatic repeat 0 to 99 minute run time per station

. 0 to 99 sec. break time between the stations, 24VAC permanent

output. Output for master -valve and rain sensor. Short circuit

protected by multifuse. power supply with 240V/50Hz.300 mA

output current max. Cable entrance with plugs and strain relief

clamps. Housing for wallmounting,IP54 protection LCD display with

self explaining program symbols. Indication of time, weekday,

runtime per station per program alternating. Type : Water Control

6AC, supply and installation in a room, protected from atmospheric

conditions Nos. 1

31.8

Key Switch for External Programme start KEY switch type: Jung

833.18W, WG800 IP44 contact, with profile cylinder. Supply and

installation of key switch connection of key switch to the controller

with a 2 wire cable. By key switch if is possible to start a preset

irrigation program at the controller. Nos. 1

31.9

Supply and fixing Plastic Box for installation of controller.

- For installation of water Control to protect of vandalism.

-Box must be lockable

-Size of box H=1100mm, W=760mm, D=320mm

-Bow equipped with mounting plate.

-for example type :611; Manufacturer: Gohre

- supply and installation at a suitable place outside the field Nos. 1

Page 83: Nit55

Correction.. Nil Addition.. Nil Insertion.. Nil Overwriting.. Nil AE(P) EE(P)-I

83

31.10

Supply and fixing solenoid valve MVR AC 3" solenoid valve with

housing made of painted cast iron.

Normally closed Manually on/ off special prepared filter for control

water , max. pressure12.5 bar KV- value: 75m3/ hour voltage 24 VAC

inrush current 0.13 A, connection size 3" Feet, Type : MVR-AC 3",

Supply and installation including all connections. Connection to the

ring pipe from previous position to be installed with a PE-pipe loop,

bend up to approximate 0.15m below the top of the valve box lid. Nos. 6

31.11

Vertical Pump Station supplying, installing and committing fully

automatic pump station with vertically arranged rotary pump, build

on a Niro-pedestal. Completely installed with required suction and

pressure. Pipe connections 18 litre Membrane tank with pressure

switch. Unit is completely wired and adjusted for operation capacity

of the pump :2x38m3/h = 76m3/h with electric motor of min 50 H.P

of approved make delivery head : 90 M. Supply and installation into

the pump house over. The specification and manufacturer shall be

approved by the Engineer-in-charge. Nos. 1

31.12

Electrical Control Cabinet. Electrical Control Cabinet must be

equipped with switch for Auto/ on/ off- operation. LED or lamp with

indication of operation mode. Water shortage device. Control

cabinet in IP 54. Closer contract for external pump start. Control

system completely wired and prepared for installation. Nos. 1

31.13

Suction pipe. Supplying and installation of suction pipe DN 200 into

the suction pit with spring loaded foot valve. Nos. 1

31.14

Pressure pipe. Supplying and installation of distribution gauge to the

main pipe DN150, including pressure gauge (0-16 bar) and flanged

non return valve. Nos. 1

31.15

Flanged Gate Valve DN150. Flanged gate valve with installation

device for the installation in the supply pipe. Supply and installation

in the supply pipe. Supply and installation-ready to use- as follows:

Beta Valve DIN 3352-DN 150 including connections. Flanged socket

adaptor with threaded connections. Street top, carrier plate,

stablizer plate, valve linkage unit. Nos. 1

31.16

Drain Assemblies for Main pipes. Drain assemblies for main pipe

lines (DN 65-110) including coverage with a valve box as well as all

fittings, earth and additional work. Nos. 1

31.17

providing and laying water supply HDPE pipe dia 160 mm class PE

100 grade 12.5 kg/sq cm 14.6mm wall thickness as per IS 4984 -

1995. providing and laying from the pump station or water

connecting point to the ring pipe. Material to be of PE hard as per

outer dia 160 mm i/c all pipe fittings. made of plastic as per DIN

8076. meters 50

31.18

providing and laying water supply HDPE pipe dia 110 mm class PE

100 grade 12.5 kg/sq cm 10 mm wall thickness as per IS 4984 - 1995

pipe installed along the edge of the sport ground according BP-

11184. Material to be of PE hard as per outer dia 110 mm i/c all

pipe fittings made of plastic as per DIN 8076. meters 350