tender doc

165
DELHI STATE INDUSTRIAL & INFRASTRUCTURE DEV. CORPN OFFICE OF THE CHIEF PROJECT MANAGER (CD-XI) WAZIRPUR INDUSTRIAL AREA, TECHNICAL CENTRE BUILDING, DELHI-110052. NIT No. 04/CD-XI/DSIIDC/2011-2012 1. Name of Department : Delhi State Indl. & Infr. Dev. Corpn. 2. Tender Submission mode : On-line (e-tendering) 3. Name of Work : Construction of Low Cost Housing for Urban Poor/Slum Rehabilitation at Bawana – III (Pooth Khurd) Delhi comprising of 4560 EWS Houses in (G + 4) Phase II.(Site at Tikri Kalan, Delhi) 4. Estimated cost : Part A (i) Civil work : Rs. 1,10,10,64,630/- Part B (ii) Electrical work : Rs. 5,24,92,941/- Part C (iii) Development work : Rs. 8,71,92,242/- Total : Rs. 1,24,07,49,813/- 5. Earnest Money : Rs. 1,34,07,500/- 6. Time Allowed : Eighteen Months 7. Contact Person : Chief Project Manager, (CD)-XI, DSIIDC 8. Release of Tender through : 22.11.2011 E-procurement website 9. Date of prebid meeting : 07.12.2011 at 12.30 P.M. 10. Last date & time for Download : 14.12.2011 at 3.00 P.M. of tenders & Bid submission 11. Date & time of opening : 14.12.2011 at 3.30 P.M. Of Part I (Technical Bid) 12. Date & Time of Opening Financial : to be informed later on Certified that this NIT contains page no. 01 to 206 Only (Er. S. K. Sharma) (Er. A.K. Mishra) (Er. Mukesh Mann) (Er. P.K. Mitra) (P.K. Gupta) SPM (CD-XI) CPM (CD-XI) SPM (ED-III) CPM (ED-III) DAM (H) (Er. D. K. Sharma) (Er. H.C. Puri) (Er. G.S. Kohli) (Er. M. C. Yadav) SPM (P) Sr. P. D. (H) CPM (P) P. D. (P) NIT Approved (Er. Rajiv Makkar) Director (Works) 1

Upload: ankur-anil

Post on 05-Sep-2014

165 views

Category:

Documents


2 download

TRANSCRIPT

Page 1: Tender Doc

DELHI STATE INDUSTRIAL & INFRASTRUCTURE DEV. CORPN

OFFICE OF THE CHIEF PROJECT MANAGER (CD-XI) WAZIRPUR INDUSTRIAL AREA, TECHNICAL CENTRE BUILDING , DELHI-110052.

NIT No. 04/CD-XI/DSIIDC/2011-2012

1. Name of Department : Delhi State Indl. & Infr . Dev. Corpn. 2. Tender Submission mode : On-line (e-tendering)

3. Name of Work : Construction of Low Cost Housing for Urban Poor/Slum Rehabilitation at Bawana – III (Pooth Khurd) Delhi comprising of 4560 EWS Houses in (G + 4) Phase II.(Site at Tikri Kalan, Delhi)

4. Estimated cost : Part A (i) Civil work : Rs. 1,10,10,64,630/-

Part B (ii) Electrical work : Rs. 5,24,92,941/- Part C (iii) Development work : Rs. 8,71,92,242/- Total : Rs. 1,24,07,49,813/- 5. Earnest Money : Rs. 1,34,07,500/-

6. Time Allowed : Eighteen Months

7. Contact Person : Chief Project Manager, (CD)- XI, DSIIDC 8. Release of Tender through : 22.11.2011

E-procurement website

9. Date of prebid meeting : 07.12.2011 at 12.30 P.M.

10. Last date & time for Download : 14.12.2011 at 3.00 P.M.

of tenders & Bid submission

11. Date & time of opening : 14.12.2011 at 3.30 P.M. Of Part I (Technical Bid) 12. Date & Time of Opening Financial : to be info rmed later on

Certified that this NIT contains page no. 01 to 206 Only

(Er. S. K. Sharma) (Er. A.K. Mishra) (Er. Mukesh Mann) (Er. P.K. Mitra) (P.K. Gupta) SPM (CD-XI) CPM (CD-XI) SPM (ED-III) CPM (ED-III) DAM (H)

(Er. D. K. Sharma) (Er. H.C. Puri) (Er. G.S. Kohli) (Er. M. C. Yadav)

SPM (P) Sr. P. D. (H) CPM (P) P. D. (P)

NIT Approved

(Er. Rajiv Makkar) Director (Works)

1

Page 2: Tender Doc

2

Index

S.No. Description Page No.

1 Notice 3

2 NIT(DSIIDC- 6) 4-14

3 Evaluation & Supporting Forms 15-24

4 Percentage rate tender & contract for work (7 & 12) 25

5 Tender forwarding letter 26

6 Acceptance 27

7 Schedule ‘A’ to ‘F’ 28-34

8 Recovery Rates for Quantities 35

9 Site Information 36

10 Special conditions 37-45

11 Special Conditions for cement, steel & Bitumen 46-49

12 Bank Guarantee Bond for performance 50-51

13 Confirmation 52

14 List of Laboratories 53

15 Bank Guarantee Bond for EMD, Guarantee Bond performa 54-58

16 List of Laboratory Equipment 59-60

17 Mode of payment 61-63

18 Specifications for Alternate Technology

Specifications & Conditions

64-67

19 Specification for Building work 68-74

20 List of Approved Material 75

21 Abbreviation used 76-77

22 Amendment to 10A Clause 78-92

23 Schedule for reference- Civil works 93-107

24 Financial Bid :-

A Building work, Internal Sanitary & Water Supply works 108

C Schedule of Quantities for Infrastructure Development Work 109-140

25 Electrical NIT Vol-II 141-165

26 Drawings 166 – 204

27 Index of Drawings 205-206

Page 3: Tender Doc

3

DELHI STATE INDUSTRIAL & INFRASTRUCTURE DEVELOPMENT CORPORATION LTD.

OFFICE OF THE CHIEF PROJECT MANAGER, (CD)-XI WAZIRPUR INDUSTRIAL AREA, TECHNICAL CENTRE BUILDING , DELHI-110052.

Press Notice

The Chief Project Manager CD-XI Division, DSIIDC invites E-tender on behalf of MD, DSIIDC, Lump-sum rate tenders for Building work (Part A & B) and Percentage rate for Infrastructure work (Part C) for the following works. The tender documents can be downloaded from www.dsiidc.org and www.delhi.govtprocurement.com websites.

S. No.

Name of Work Estimated Cost (In Rs.)

Earnest money (In Rs.)

Construction Division

1. Date of Pre -bid meeting 2. Date of submission of

Tender 3. Date of Opening of Tender

for Technical Bid 4. Time Allowed

1.

Construction of Low Cost Housing for Urban Poor / Slum Rehabilitation at Bawana – III (Poothkhurd) Delhi. Comprising of 4560 houses in (G + 4) Phase II (site at Tikri Kalan, Delhi). NIT No. 04/CD-XI/ DSIIDC/2011-12

Part A: Rs. 1101064630/- Part B: Rs. 52492941/- Part C: Rs. 8,71,92,242/- Total : Rs.1,24,07,49,813/-

Rs. 13407500/-

Chief Project Manager, CD-XI, DSIIDC, Technical Centre Bldg. Wazirpur Industrial Area, Wazirpur, Delhi – 52

1.07.12.2011 at 12.30 A.M. at DSIIDC Business Centre 3/4, Emporia Building, Baba Kharak Singh Marg, New Delhi. 2. 14.12.2011 upto 3.00 P.M.

3. 14.12.2011 at 3.30 P.M.

4. 18 Months

Signature of Chief Project Manager, CD-XI, DSIIDC. For & on behalf of Managing Director, DSIIDC

Page 4: Tender Doc

4

DELHI STATE INDUSTRIAL & INFRASTRUCTURE DEVELOPMENT CORPORATION LTD. OFFICE OF THE CHIEF PROJECT MANAGER, (CD)-XI

WAZIRPUR INDUSTRIAL AREA, TECHNICAL CENTRE BUILDING , DELHI-110052.

NOTICE INVITING TENDER

Form-6

Lump –Sum e-Tender for Building work (Part-A & Part-B) and percentage rate e-tender for Infrastructure Development work (Part C) are invited through DSIIDC website www.delhi.govtprocurement.com / www.dsiidc.org on behalf of the Managing Director, DSIIDC, By CHIEF PROJECT MANAGER CD-XI, DSIIDC, for under mentioned work from enlisted and eligible contractors of CPWD, Department of Telecommunications, MES, Railways, DDA, NDMC, MCD, I&F Deptt. (Delhi), DJB & Delhi State PWD, Agencies /Contractors registered with Central / State Govt. Departments, Corporations, Undertakings / Development Authorities & Experienced Pvt. Reputed Contractors/Builders, individual proprietary firms, firms in partnership or LLP or limited companies etc. for following works. Joint Ventures will not be permitted. Tender documents shall be downloaded from the DSIIDC / Delhi Govt. website free of Cost. The tender for the housing works for sites located at Tikri Kalan, Delhi are being invited by Chief Project Manager (CD-XI).

S. No.

Name of Work Estimated Cost (In Rs.)

Earnest money (In Rs.)

Construction Division

1. Date of Pre-bid meeting 2. Date of submission of

Tender 3. Date of Opening of

Tender for Technical Bid 4. Time Allowed

1. Construction of Low Cost Housing for Urban Poor / Slum Rehabilitation at Bawana – III (Poothkhurd) Delhi. Comprising of 4560 houses in (G + 4) Phase II(site at Tikri Kalan, Delhi).

NIT No. 04/CD-XI/ DSIIDC/2011-12

Part A: Rs.1101064630/- Part B: Rs. 52492941/-

Part C: Rs. 87192242/-

Total : Rs.1240749813/-

Rs. 13407500/-

Chief Project Manager, CD-XI,

DSIIDC,

Technical Centre Bldg. Wazirpur Industrial Area, Wazirpur, Delhi – 52

1.07.12.2011 at 12.30 A.M. at DSIIDC Business Centre 3/4, Emporia Building, Baba Kharak Singh Marg, New Delhi. 2. 14.12.2011 upto 3.00 P.M.

3. 14.12.2011 at 3.30 P.M.

4. 18 Months

The estimated cost, however are given merely as a rough guide. The enlistment of the contractors should be valid on the last date of uploading the tender. In case the last date of uploading the tender is extended, the enlistment of contractors/ vendors should be valid on the original last date of uploading of tender. Contractors who fulfill the following criteria shall be eligible to apply. 1.1 Eligibility Criteria: 1.1.1 The tenderers should have experience of having successfully completed similar works during the last

7 years ending last day of the month previous to the one in which tenders are invited. (a) The tenderer must have completed the following work during the last Seven years ending last

day of the month previous to the one in which the tenders are invited.

Three similar completed works each of value not less than 40% of estimated cost or

Two similar completed work each of value not less than 60% of estimated cost or

Page 5: Tender Doc

5

One similar completed work of value not less than 80% of estimated cost (rounded to nearest Rs. 10 lac) in last seven years ending last day of the month previous to the one in which the tenders are invited.

And One completed work of any nature (either part (a) or a separate one) costing not less than the amount equal to 40% of the estimated cost put to tender with some Central Government Department / State Government Department / Central Autonomous Body / Central Public Sector undertaking The value of executed works shall be brought to current costing level by enhancing the actual value of work at simple rate of 7% per annum, Calculated from the date of completion to the last date of receipt of application for tender.

(b) Similar works shall mean the work of building it will also include any or all of the following work of roads, Underground reservoir, Storm water drain, Water supply, Sewerage associated with the work of building.

The intending tenderers shall submit certificate of successful completion of the works executed by them. Details of the works executed should be furnished in form “B” as per tender documents.

For private works other than government departments the completion certificates of the clients or concerned architect or Municipal authorities shall be submitted by the contractor in terms of similar works as defined in para- a & b. Same performa as given in schedule shall be applicable.

1.1.2 To become eligible for tender, the tenderer shall have to furnish three affidavits as under:-

1.1.2.1 I/We …………………….S/o…………………………………….R/o………………….. undertake and confirm that eligible similar work(s) has/have not been got executed through another contractor on back to back basis. Further that, if such a violation comes to the notice of Department, then I/we shall be debarred for tendering in DSIIDC future forever. Also, if such a violation comes to the notice of Department before the issue of letter of acceptance whichever is earlier. the Engineer- in-Charge shall be free to forfeit the entire amount of Earnest Money Deposit/Performance Guarantee.

1.1.2.2 I/We ………………………………S/o…………………………… R/o…………………………………hereby declare that:-

i)I have deposited the requisite EMD amount in the A/c ………………………………by way of cheque No. ……………………..Dt……...........at Bank dr awn in favour of DSIIDC.

ii) In case of my tender is not accepted as per ter ms & condition of NIT and for any refund is made to me, the refund may please be made to my acc ount as per details given below:-

A. Name of agency:-

B. Bank, Branch code, Place details etc:-

C. Account No:-

D. I FSC code No.

(E) UTR/RTGS No:-

DSIIDC shall not be responsible in any way for no n crediting of EMD/ amount in the account of DSIIDC by due date and time as mentioned in NIT.

1.1.2.3 I/We …………………S/o………………………..resident of ……… ………..do hereby solemnly affirm and declare as under :-

Page 6: Tender Doc

6

i)That I am sole proprietor/Partner/ authorized rep resentative of the company/LLP of M/s…………………………. at R/o………………..………….

ii) That upto date returns of VAT department have b een duly filed and no dues are pending of the VAT deptt.

iii)That this is my true and correct statement.

1.1.2.4 Necessary EMD as defined at Sl. No. 10 shal l be deposited.

1.2 Post Qualification

1.2.1 The tenderers should have had average financial turnover for last three financial years (ending 31st March of the proceeding financial year i.e. 2010-2011, audited by a Chartered Accountant) not less than 50% of the estimated cost put to tender. Year in which no turnover is shown would also be considered for working out the average. Details should be furnished in FORM “A”.

1.2.2 The tenderer should not have incurred any loss in more than two years during the last five years ending 31 March 2011, duly certified by the Chartered Accountant. Details should be furnished in FORM “A”.

1.2.3 The bidding capacity of the contractor should be equal to or more than Estimated Cost of Work . The bidding capacity shall be worked out by the following formula:

Bidding Capacity = A × N × 2-B, where

A = Maximum value of construction works executed in any one year during the last five years (2006 - 2007 to 2010 - 2011) taking into account the completed as well as works in progress.

N = Number of years prescribed for completion of work for which this post qualification tender has been invited. (N = 1.5 in this case)

B = Value of existing commitments and on going works to be completed during the period of completion of work for which this tender has been invited between (Jan. 2012. to June 2013).

Details should be furnished in FORM “A” & FORM “C”

1.2.4 The tenderer should have a Solvency equal to 40% of the estimated cost put to tender certified by his Bankers. Details should be furnished in Form of Solvency Certificate from a Scheduled Bank in form ‘A’1.

1.2.5 The tenderer should own following major construction equipment of minimum capacity given as under and as required for the proper and timely execution of the work to be supported with documentary evidence of purchase or authenticated copy of the purchase order and receipts of payments made to the equipment manufacture. Else, in case of hiring / leasing provide Memorandum of Understanding (MOU) from whom tenderer proposes to hire or produce a valid leasing agreement.

Plant & Machinery Qty. Required Max Marks for Evaluation

1. Tower Cranes 10 Nos. 2.5

2. Vibratory Tables 12 Nos. 0.5

3. Hopper mixers with weigh batchers 10 Nos. 0.5

4. Dumpers /truks/tipper/transit mixers 10 Nos. 1.5

5. Road Rollers 8 – 10 ton 4 Nos. 0.5

Page 7: Tender Doc

7

6. Vibratory Roller 8 – 10 ton 2 Nos. 0.25

7. Tandem Rollers 6 – 8 ton 2 Nos. 0.25

8. Steel shuttering 20,000 Sqm. 2.5

9. Moulds for precast elements 100 Nos. 0.75

10. Plate vibrators 12 Nos. 0.5

11. Earth compactors 4 Nos. 0.25

12. (i) Generator 100 KVA & above 1 Nos. 0.125

(ii) Generator 50 KVA 1 Nos. 0.125

13. Material handling equipments 6 Nos 1.00

14. Flyash Brick plant of sufficient capacity 2 Nos. 0.75

15. Computerised Concrete Batching Plant for R.M.C.

- 30 cum / per hour 2 Nos. 2.00

16. Excavators 6 Nos. 1.00

Total 15.00

The list given above is not exhaustive; the tenderer shall give an undertaking that he would mobilize any other equipment required for the proper completion of the works without any additional cost. Details should be furnished in FORM “F”.

1.2.6 The tenderer should have sufficient number of technical and administrative employees for the proper execution of the contract. The tenderer should submit a list of these employees stating clearly how these would be involved in this work. Details should be furnished in FORM “E-1”.

1.2.7 The tenderer’s performance for each work completed in the last 7 years and in hand should be certified by an officer not below the rank of Executive Engineer or equivalent. Details should be furnished in FORM “D”.

1.2.8 The tenderer should furnish a legal document in the form of an Affidavit in the Performa at FORM “G” guaranteeing the truth and accuracy of all statements and of all answers to questions made. The Affidavit will also authorize DSIIDC to approach anyone to verify the statements or enquire about the tenderer’s competence and general reputation.

1.2.9 The tenders of the tenderers who have been debarred from undertaking any work or is black listed by any organization / agency in India or abroad as on the date of submission of tenders shall be summarily rejected.

2.0 Technical & Financial bid shall be uploaded simultaneously with scanned copies of (1) Cheque towards EMD, UTR, RTGS No. (2) Registration / Enlistment certificate (3)work experience certificates* along with TDS.(4) registration certificate under Delhi VAT 2004 (5) An affidavit that upto date returns have been filed and agency have no dues towards VAT as mentioned 1.1.2.3 above. (6)Affidavit regarding submission of EMD & bank particulars as mentioned 1.1.2.2 above (7) Acknowledgement of latest copy of VAT return filed (8) PAN card (9)Affidavit regarding the work, not executed through another contractor on back to back basis as mentioned 1.1.2.1 above. (All the above three affidavits to be scanned on stamp paper of Rs 10/- separately for each work). (10) form A to G for bidding capacity to be uploaded (11) EPF Registration (12) No Relative affidavit (13) Under taking of employing Gazetted Officer (14) Annexure ‘A’.

Page 8: Tender Doc

8

* The tenderer shall require to produce original proof from the appropriate authority, which shall be to the satisfaction of competent authority of having satisfactorily completed similar work of magnitude specified under above column. Work executed with the private sector, be supported by TDS certificates. Note: The tenderer is required to furnish all infor mation in all the FORMS and their appurtenant formats included herein, (duly signed w ith seal) failing which the tender is liable to be rejected.

3.0 Pre – Bid Meeting

There shall be a pre-bid meeting for tenderers on 07.12.2011 at 12.30 A.M. in the Conference Room, DSIIDC, Business Centre 3/4, Emporia Building, Baba Kharak Singh Marg, New Delhi, in which any doubt of tenderers shall be clarified. Clarifications to tender document would be issued subsequently, if needed, and there after no further query shall be entertained.

3.1 --Online Financial Bid submitted by intending bidders shall be opened only of those bidders, who are short listed after evaluation & Earnest money Deposit and other documents are found as per eligibility criteria in technical Bid.

4.0 Opening & Evaluation

4.1 The following procedures for opening and evaluation of tenders will be adopted.

4.2 Technical Bid (E – tenders) will be opened at 3.30 P.M. on 14.12.2011 in the office of the Chief Project Manager, (CD-XI), Technical Centre Building, Wazirpur Industrial Area, Wazirpur, Delhi - 110052

(a) BUILDING WORKS: -

i) PART- A: On Lump sum basis for building work, internal sanitary & water supply works etc., all complete.

ii) PART- B : On Lump sum basis for Internal Electrical works etc., all complete.

(b) INFRASTRUCTURE DEVELOPMENT WORKS: -

i) PART- C : On percentage rate basis for infrastructure works like Sewerage, SW Drains, Roads and Water Supply etc. all complete.

Part – II Containing “Financial Bid” will be opened for successful bidders as explained in Para 4.3.

4.3 (i) The Technical Bid of the tenderers will then be evaluated as per procedure explained in Para 4.5 below to see whether each tender (a) meets all the Eligibility Criteria stipulated in Para 1.1 above (b) contains all the documents and certificates required to be furnished and (c) has been properly signed by the Authorized Signatory on each page and meets other requirements stipulated in these tender documents. The list of eligible tenderers will be made out based on this evaluation. The Financial bids of only those tenderers who are assessed as eligible will be opened.

(ii) Three tenders for Construction of Low Cost Housing for Urban Poor/Slum rehabilitation at Bawana –III (Pooth Khurd) Delhi. Comprising of (a) 7720 EWS houses in (G+4) Phase – III. (b) 6480 EWS houses in (G+4) Phase – I. (c) 4560 EWS houses in (G+4) Phase – II out of these three, the tender for “4560 EWS Houses in (G+4)” was not

Page 9: Tender Doc

9

opened and shifted from Pooth Khurd, Delhi to Tikri Kalan, Delhi. In the earlier NIT’s there was a condition that only one work shall be a llocated to one lowest bidder. As this tender is part of housing projects for which b ids were invited earlier i.e. Phase-I, Phase-II & Phase-III of Pooth Khurd, the successful bidders for the work of (a) 7720 EWS Houses in (G+4) Phase –III and (b) 6480 EWS hou ses in (G+4) Phase-I shall not be eligible to participate in this NIT.

4.4 Tenderers should note down that during subsequent detailed evaluation based on comparative statements, the tenderer assessed as L-1 at tender opening stage becomes L-2 or above, the said tenderer will lose in that tender. Hence, the Tenderers are advised to take special care in filling up the rates and also ensure that their tenders are strictly in accordance with the requirements under relevant para of General Rules and Directions.

4.5 EVALUATION CRITERIA FOR POST QUALIFICATION

For the purpose of post qualification, tender will be evaluated in the following manner:

4.5.1 The initial criteria prescribed in para 1.1 & 1.2 above in respect of experience of similar class of works completed, bidding capacity and financial turn over etc. will first be scrutinized and the tenderer’s eligibility for post qualification for the work will be determined.

4.5.2 The tenderers qualifying the initial criteria set out in paras 1.1 & 1.2 above only will be evaluated for following criteria by scoring method on the basis of details furnished by them.

Sl. No Attributes Maximum Marks

(a) Financial Strength (Form ‘A’) 20

(b) Experience in similar class of

works

(Form ‘B) 20

(c) Performance on works (Form ‘D’) Time overrun 20

Quality 15

35

(d) Personnel and Establishment (Form ‘E’ & ‘E-1’) 10

(e) Plant and Equipment (Form ‘F’) 15

Total 100

To become eligible for shortlisting the bidder must secure atleast fifty percent marks in each criteria and sixty percent marks in aggregate.

The department, however, reserves the right to restrict the list of post qualified tenderers to any number deemed suitable by it, if too many tenderers post qualify the criteria

4.5.3 Even though a tenderer may satisfy the above requirements, he would be liable to disqualification if he has:

(a) Made misleading or false representation or deliberately suppressed the information in the forms, statements and enclosures required in the post qualification document.

Page 10: Tender Doc

10

(b) Record of poor performance such as abandoning work, not properly completing the contract, or financial failures/weaknesses etc.

4.5.4 Only the tenderers who are found to be eligible after opening of the technical bid as mentioned in relevant para above will be informed of the date and time of opening of the Financial Bid (Part-II). The Tenderer’s name, the tender prices, the total amount of each tender, unconditional discounts if any and such other details as DSIIDC may consider appropriate will be announced. DSIIDC will then carry out the financial evaluation to determine any arithmetical mistakes and / or discrepancies in Financial Bids to determine the lowest evaluated tender as per stipulation in these tender documents.

4.5.5 Evaluation of Performance: -

Evaluation for the Performance of contractors for eligibility shall be done by NIT approving authority or a Committee constituted by him. If required, the works executed by the bidders who otherwise qualify may be got inspected by a committee or any other authority as decided by NIT approving authority.

5. Agreement shall be drawn with the successful tenderer on prescribed latest GCC form of CPWD/DSIIDC works with upto date amendments issued upto the date of issue of NIT which is available with CPM/CD-XI, Tenderer shall quote his rates as per various terms and conditions of the said form, which will form part of the agreement.

6. The time allowed for carrying out the work will be 18 Months from the date of start of work. The stipulated date of start of work shall be reckoned from the 15th day of issue of “letter of acceptance” of tender or from the first day of hand ing over of the site whichever is later.

7. The site for the work is available, however if some portion of land is not available immediately but shall be made available during progress of the work.

8. Tender documents consisting of plans, specifications, schedule of quantities of the work to be done and the set of terms and conditions of contract to be complied with by the contractor from whose tender may be accepted and other necessary documents can be seen on Web Site www.delhi.govtprocurement.com w.e.f 22.11.2011 Tender documents are available on web site www.delhi.govtprocurement.com

The tenderer shall have to scan zerox copy of the mode of Earnest Money Deposit and other relevant documents as required above and then upload the same scanned copies, in support of their eligibility, alongwith the tender at web site www.delhi.govtprocurement.com (The bidders shall be required to produce all the documents in original for verification at the office of CHIEF PROJECT MANAGER, CD- XI, DSIIDC, on 17.12.2011 to CPM (CD-XI). Failure to submit the original all relevant documents on due date will entail rejection of tender.)

9. Submission of tender through e-procurement will be stopped on (i.e upto 14.12.2011 at 15.00 hours) and only technical bid will be opened on 14. 12.2011 at 15.30 hours and result of technically qualified tenderers will be displayed o n web site www.dsiidc.org, which can be seen by all the tenderers, who participated in the process. The date of opening of the Financial bid Shall be intimated to the eligible bidders late r on.

10. The EMD in the shape of cheque /online paym ent shall be deposited in favour of DSIIDC, in the account no. CA 65098510764, IFS Code STBP 0000284 a t State Bank of Patiala, Wazirpur Industrial Area Branch ,Delhi by the due date of cl osing of bids . It shall be responsibility of bidders that the cheque /P.O. should be credited in the said account within 3 working days of closing of due date of bids, or Rs. 20.00 lacs in the shape prescribed above and balance in the shape of Bank Guarantee valid up to six months from the date of opening of tender , at the time of uploading of tender through e-tendering mode. .DSIIDC shall not any way be responsible incase the EMD in not found credited in said account as me ntioned above . No cash transaction shall be accepted.

Page 11: Tender Doc

11

11. For unsuccessful bidders only the amount which is credited into the account of DSIIDC shall be refunded.

12. The bidders who deposit out station cheque, t he additional amount of Rs.1000/- shall be deposited in addition to EMD amount. The bank parti culars showing the name of Branch, A/C no. Name of agency shall be submitted in the shape of affidavit by every bidder for making refund of EMD amount to unsuccessful bidders.

13. The financial bid shall be opened in respect o f agencies who are otherwise found eligible as per scanned documents submitted by bidders in techn ical stage and further the EMD is credited in the aforesaid account within 3 working days.

14. If any discrepancy or any short coming is fou nd at late stage or L1 agency does not turn up for verification of originals and which renders ten der of L1 agency as invalid , the 50% EMD amount shall be forfeited and the bidder shall be debarred for tendering for a period of 2 years in DSIIDC,

15. Contractor is required to fulfill the provisions of PF (under EPF Scheme) and other labour laws as applicable time to time. Contractor should be registered with the Provident Fund Commissioner and should submit copy of the registration along with the technical bid.

16.. The bidders are required for verification of documents in the office of CPM after opening of the Technical bid in official working hours. upto 17.12.2011 at 5.00 PM

17. The Contractor, whose tender 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. 10,000/-) 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 (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.

18. The description of the work is as follows

Name of Work :- Construction of Low Cost Housing for Urban Poor / Slum Rehabilitation at Bawana – III (Poothkhurd) Delhi. Comprising of 4560 houses in (G + 4) Phase II. (Site at Tikri Kalan, Delhi)

Tenderers are advised to inspect and examine the site and its surroundings and satisfy themselves before submitting their tenders as to the nature of the ground and sub-soil (So far as is practicable), the form and nature of the site, the means of access to the site, the accommodation they may requisite and in general shall themselves obtain all necessary information as to risks, contingencies and other circumstances which may influence or affect their tender. A tenderer shall be deemed to have full knowledge of the site whether he inspects it or not and no extra charges consequent on any misunderstanding or otherwise shall be allowed. The tenderer shall be responsible for arranging and maintaining at his own cost all materials, tools & plants, water, electricity, access facilities for workers and all other services required for executing the work unless otherwise specifically provided for in the contract documents. Submission of a tender by a tenderer implies that he has read this notice and all other contract documents and has made himself aware of the scope and specifications of the work to be done and of conditions and rates at which stores, tools and 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.

19. The competent authority on behalf of MD, DSIIDC does not bind himself to accept the lowest or any other tender, and reserves to himself the authority to reject any or all of the tenders received without assigning any reason. All tenders, in which any of the prescribed conditions is not fulfilled or any condition including that of conditional rebate is put forth by the tenderer, shall be summarily rejected.

Page 12: Tender Doc

12

20. Canvassing whether directly or indirectly, in connection with tenders is strictly prohibited and the tenders submitted by the contractors who resort to canvassing will be liable to rejection.

21. The competent authority on behalf of MD, DSIIDC 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.

22. The contractor shall not be permitted to tender for works in the DSIIDC, Circle (Head Quarter) (responsible for award and execution of contracts) in which his near relative is posted as Divisional Accountant or as an officer in any capacity between the grades of Project Director 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 Gazetted officer in the Delhi state Industrial & Infrastructure Development Corporation. Any breach of this condition by the contractor would render him liable to be debarred from tendering in DSIIDC. If no than undertaking should be furnished .

23. The contractor shall give a list of both Gazetted and non-gazetted DSIIDC employees related to him. If

no DSIIDC employee related than undertaking should be furnished .

24. No Engineer of gazetted rank or other gazetted officer employed in Engineering or Administrative duties in an Engineering Department of the DSIIDC 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 MD, DSIIDC in writing. This contract is liable to be cancelled if either the contractor or any of his employees is found at any time to be such a person who had not obtained the permission of the MD, DSIIDC as aforesaid before submission of the tender or engagement in the contractor’s service. If no than undertaking should be furnished .

25. The tender for the works shall remain open for acceptance for a period of 90 days from the date of opening of tenders price bid. 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 parti cipate in the re-tendering process of the work.

26. 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 special conditions, specifications and drawings, if any, forming the tender as issued at the time of invitation of tender and acceptance thereof together with any correspondence leading thereto.

b) Standard DSIIDC Form – 7 & 12.

27. In case of any difference / ambiguity between English & Hindi versions, English version shall prevail.

28. The tenderer must be registered under Delhi Value Added Tax 2004 and he shall submit a valid “No Dues Certificate” from concerned authority along with the tender or submit an affidavit that up-to-date returns have been filed and the agency has no dues towards Sales Tax/ VAT department. He shall also submit copy of latest return filed in the Sales Tax / VAT department.

29. Engineer-in-Charge shall deduct TDS and DVAT or any other Tax as per prevailing Government instructions/orders from the total payment made to contractor in pursuance of this contract. This TDS shall also be deducted on advance payment to be adjusted in future bills and on the amount of cost escalation. The TDS certificate shall be issued by the Engineer-in-Charge to the contractor within 28 days from the end of the month in which tax has been deducted

Page 13: Tender Doc

13

30. The department shall deduct LABOUR CESS @1% on the value of work done from each bill of the contractor as per prevailing Government instructions/orders.

31. In the tender document, the word “CPWD” shall be read as “DSIIDC” wherever exists.

32. The tenderer shall ensure to submit his offer only through E-tendering process.

33. If any tenderer submit false information and / or documents, his EMD shall be forfeited and he will be debarred for future tendering in DSIIDC for a period of two years.

34 For Composite Bids

34.1.1 The Executive Engineer in charge (Chief Project Manager) of the major component will call bids for the composite work. The cost of bid document and Earnest Money will be fixed with respect to the combined estimated cost put to tender for the composite bid.

34.1.2 The bid document will include following three components:

Part A:-CPWD-6, CPWD-7 & 12 including schedule A to F for the major component of the work, Standard General Conditions of Contract for CPWD 2010 or latest as amended/modified up to date.

Part B:-General / specific conditions, specifications and schedule of quantities and drawings applicable to major component of the work.

Part C: Schedule A to F for minor component of the work. (SE/EE in charge of major component shall also be competent authority under clause 2 and clause 5 as mentioned in schedule A to F for major components), special conditions, specifications and schedule of quantities applicable to minor component(s) of the work.

34.1.3 The bidders must associate himself, with agencies of the appropriate class eligible to bid for each of the minor component individually.

34.1.4 The eligible bidders shall quote rates for all items of major component as well as for all items of minor components of work.

34.1.5 After acceptance of the bid by competent authority, the EE in charge (CPM) of major component of the work shall issue letter of award on behalf of the Managing Director, DSIIDC. After the work is awarded, the main contractor will have to enter into one agreement with EE in charge of major component and has also to sign two or more copies of agreement depending upon number of EE’s in charge of minor components. One such signed set of agreement shall be handed over to EE in charge of minor component(s). EE of major component will operate part A and part C of the agreement. EE in charge of minor component(s) shall operate Part B of the agreement.

34.1.6 Entire work under the scope of composite bid including major and all minor components shall be executed under one agreement.

34.1.7 Security Deposit will be worked out separately for each component corresponding to the estimated cost of the respective component of works. The Earnest Money will become part of the security deposit of the major components of work.

34.1.8 The main contractor has to associate agency (s) for minor component(s) conforming to eligibility criteria as defined in the bid document and has to submit detail of such agency(s) to Engineer-in-charge of minor component(s) within pre scribed time. Name of the agency(s) to be associated shall be approved by Engineer-in-charge of minor component(s).

34.1.9 In case the main contractor intends to change any of the above agency/agencies during the operation of the contract, he shall obtain prior approval of Engineer-in-charge of minor component. The new agency/agencies shall also have to satisfy the laid down eligibility criteria. In case Engineer-in-charge

Page 14: Tender Doc

14

is not satisfied with the performance of any agency, he can direct the contractor to change the agency executing such items of work and this shall be binding on the contractor.

34.1.10 The main contractor has to enter into agreement with contractor(s) associated by him for execution of minor component(s). Copy of such agreement shall be submitted to EE in charge of each minor component as well as to EE in charge of major component. In case of change of associate contractor, the main contractor has to enter into agreement with the new contractor associated by him.

34.1.11 Running payment for the major component shall be made by EE of major discipline to the main contractor. Running payment for minor components shall be made by the Engineer-in-charge of the discipline of minor component directly to the main contractor.

34.1.12 Final bill of whole work shall be finalized and paid by the EE of major component. Engineer(s) in charge of minor component(s) will prepare and pass the final bill for their component of work and pass on the same to the EE of major component for including in the final bill for composite contract.

35 All information called for in the enclosed forms should be furnished against the relevant columns in the forms, if for any reasons, information is furnished on a separate sheet, this fact should be mentioned against the relevant column. Even if no information is to be provided in a column, a “nil” or “no such case” entry should be made in that column. If any particulars/query is not applicable in case of the bidders, it should be stated as “not applicable”. The bidders are cautioned that not giving complete information called for in the application forms or not giving it in clear terms or making any change in the prescribed forms or deliberately suppressing the information may result in the bid being summarily disqualified. Bids made by telegram or telex and those received late will not be entertained.

36. Method of application: -

36.1 If the bidder is an individual, the application shall be signed by him above his full type written name and current address.

36.2 If the bidder is a proprietary firm, the application shall be signed by the proprietor above his full typewritten name and the full name of his firm with its current address.

36.3 If the bidder is a firm in partnership, the application shall be signed by all the partners of the firm above their full typewritten names and current addresses, or, alternatively, by a partner holding power of attorney for the firm. In the later case a certified copy of the power of attorney should accompany the application. In both cases a certified copy of the partnership deed and current address of all the partners of the firm should accompany the application.

36.4 If the bidder is a limited company or a corporation, the application shall be signed by a duly authorized person holding power of attorney for signing the application accompanied by a copy of the power of attorney. The bidder should also furnish a copy of the Memorandum of Articles of Association duly attested by a Public Notary.

CPM/(CD)- XI Engineer-in-charge

Page 15: Tender Doc

15

Form 7 - 12

FORM “A” Financial Information

Financial Analysis - Details to be furnished duly supported by figures in Balance sheet / Profit and loss

Account for the last seven years duly certified by the Chartered Accountant as submitted by the tenderer to

the Income - Tax Department (Copies to be attached)

Turnover in Last Seven Financial Years

Turn over in Rs. Crores (T) 2004-2005

2005-2006

2006-2007

2007-2008

2008-2009

2009-2010

2010-2011

Average for last three years

T1 T2 T3 T4 T5 T6 T7 = (T5+T6+T7)/3

Turn over in Rs. Crores

Profit/Loss

Financial Position w.r.t. 1.2.3

Value of A = Max of T1 to T7

Bid Capacity Confirmation

Value of A = where N= 1.5

Value of B = (Refer Form C) Capacity (Rs. In

Crores) = (A x N x 2 - B)

II Financial arrangements for carrying out the proposed work

III The following certificates are enclosed: -

a) Solvency Certificate from Bankers of Tenderer.

(Banker's certificate in the specified format to be appended in Form "A1").

b) Copy of valid VAT Registration and copy of latest VAT returns filed with the VAT Deptt. along with our certificate that these returns have been filed with the VAT Deptt. is enclosed.

Signature of Chartered Accountant with seal (Signature of Tenderer)

Page 16: Tender Doc

16

Form of Solvency Certificate from a Scheduled Bank (A 1)

This is to certify that to the best of our knowledge and information Ms/Shri ………………….. having marginally noted address, a customer of our bank are/is respectable and can be treated as good for any engagement up to a limit of Rs ………………… (Rupees ………………..………………………………………………………………………………

………………………………………………………………………………………………………….)

This certificate is issued without any guarantee or responsibility on the Bank or any of the officers.

(Signature)

For the bank with seal

Note: In case of partnership firm, certificate to i nclude names of all partners as recorded with the Bank.

Page 17: Tender Doc

17

FORM ‘B’

DETAILS OF ALL SIMILAR WORKS COMPLETED DURING THE L AST SEVEN YEARS ENDING LAST

DAY OF THE MONTH PREVIOUS TO ONE IN WHICH TENDERS ARE INVITED

Sl No

Description for each work completed 2004-

2005 2005-2006

2006-2007

2007-2008

2008-2009

2009-2010

2010-2011

1. Name of work/project and location

2. Owner or sponsoring organization

3. Cost of work in Rs. (Completion cost)

4. Date of commencement as per agreement

5. Stipulated date of completion

6. Actual date of completion

7. Litigation/Arbitration pending/in progress with details**

8 Name and address/telephone of officer to whom reference may be made.

9 Remarks

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

Signature of Tenderer (S)

Page 18: Tender Doc

18

FROM ‘C’

Works / Projects including electrical works under e xecution or awarded upto October 2011

Sl No. Name of work / project and

location

Owner or sponsoring organization

Cost of work in crores

Date of commencement as per contract

Stipulated date of completion

1 2 3 4 5 6

Upto date Percentage progress of work

Slow progress, if any & reasons thereof

Name and address / Telephone number of

officer to whom reference may be made

Remarks (Indicate whether any show

cause notice issued or arbitration initiated

during the progress of work).

7 8 9 10

1. Certified that the above list of works is comple te and no work has been left out and that the information given is correct to my knowledge & beli ef.

Signature of Tenderer (s)

Page 19: Tender Doc

19

FORM “D”

Performance report of works referred to in form “B & C”

1. Name of work / Project & Location

2. Agreement No.

3. Estimated Cost

4. Tendered Cost

5. Date of Start

6. Date of Completion

i) Stipulated Date of Completion

ii) Actual Date of Completion

7. Amount of compensation levied for

delayed completion, if any.

8. * Levy of compensation not decided.

9. Amount of reduced rates items, if any

10. Performance Report

i) Quality work Very Good/Good/Fair/Poor

ii) Financial soundness Very Good/Good/Fair/Poor

iii) Technical proficiency Very Good/Good/Fair/Poor

iv) Resourcefulness Very Good/Good/Fair/Poor

v) General Behaviour Very Good/Good/Fair/Poor

Date:

Executive Engineer or Equivalent

*In case levy of compensation has not been decided yet, the same should be mentioned as levy of compensation not decided yet.

Signature of the Tenderer (s)

Page 20: Tender Doc

20

FORM “E”

Structure and organization

Sl No Description

1 Name and address of the Tenderer

2 Telephone No. / Telex No. / Fax No.

3 Legal Status [Attach copies of original document defining the legal Status]

The Tenderer is

(a) An Individual

(b) A proprietary firm

(c) A Firm in Partnership

(d) A Limited Company or Corporation

4

5

Particulars of registration with various Government Bodies

(Attach Attested Photo Copy)

(i)

(ii)

(iii)

Names and Title of Directors and Officers with designation to be concerned with this work

Registration Number

6 Designation of individuals authorized to act for the organization

7 Was the applicant ever required to suspend construction for a period of more than six months continuously after he commenced the construction? If so, give the name of the project and reasons thereof

8 Has the applicant or his constituent partner ever abandoned the work awarded to him incomplete? (If so, give name of the project and reasons for abandoning the work).

9 Was the applicant or his constituent partner ever debarred/ black listed for tendering in any organization at any time? If so. Give details.

10 Was the applicant or any constituent partner in case of partnership firm, ever been convicted by a court of law? If so. Give details.

11 In which field of civil engineering the applicant has got specialization and interest?

12 Any other information considered necessary but not included above.

Signature of Tenderer (s)

Page 21: Tender Doc

21

FORM "E-1"

Details of Technical and Administrative personnel t o be employed for the work

Sl. No

Designation Total number

Number Available for this work

Name Qualification Professional and details of work carried out

How these would be involved in this work

Remarks

1 2 3 4 5 6 7 8 9

1 Project Manager

2 Material / Planning Engineer (s)

3 Quality Control Engineer(s)

4 Site Engineer(s)

Others

The tenderer shall list out the details of Project Manager, Material/Planning Engineer, Quality Control and Site Engineers etc. having experience in Building & Development & Electrical works, along with their qualifications (Graduate Engineer/Diploma holder) proposed to be deployed for the project.

Signature of Tenderer(s)

Page 22: Tender Doc

22

FORM "F"

Details of construction plant & equipment likely to be used in carrying out the work

S. N

Name of equipment

Nos. Capacity or type

Age Condition Ownership Status Current location

Remarks

Presently Owned

Hire/Leased To be purchased

1 2 3 4 5 6 7 8 9 10

1 Tower Cranes

2 Vibratory Tables

3 Hopper mixers with weight batchers

4 Dumpers/truks/ tipper/transit mixers

5 Road Rollers 8-10 ton

6 Vibratory Roller 8 – 10 ton

7 Tandem Roller 6 – 8 ton

8 Steel shuttering

9 Moulds for precast elements

10 Plate vibrators

11 Earth Compactors

12 (i) Generator 100 KVA &

Page 23: Tender Doc

23

above

(Ii) Generator 50 KVA

13 Material handling equipments

14 Flyash Brick Plant of sufficient capacity

15 Computrised Concrete batching plant for R.M.C – 30 cum per hour

16 Excavators

Total

Signature of the Tenderer (s)

Page 24: Tender Doc

24

FORM “G”

AFFIDAVIT

NAME & ADDRESS OF TENDERER : ----------------

1 I, the undersigned, do hereby certify that all the statements made in the required attachments are true and correct.

2 The undersigned hereby authorize (s) and requests any bank, person, firm or corporation to furnish pertinent information deemed necessary and requested by the DSIIDC, Delhi to verify this statement or regarding my (our) competence and general reputation.

3 The undersigned understands and agrees that further Qualifying information may be requested and agrees to furnish any such information at the request of the DSIIDC, Delhi.

Signature of Authorized Signatory

With name, designation and date

Page 25: Tender Doc

25

D.S.I.I.D.C. 7 & 12

DELHI STATE INDUSTRIAL & INFRASTRUCTURE DEVELOPMENT CORPORATION LTD .

STATE : DELHI CIRCLE : Housing

BRANCH : WORKS DIVISION : C.P.M. (CD-XI)

ZONE : Housing

(A) Tender for the work: (i) Construction of Low Cost Housing for Urban Poor / Slum Rehabilitation at Bawana – III (Poothkhurd) Delhi. Comprising of 4560 houses in (G+4) Phase II.( Site at Tikri Kalan,Delhi).

(i) To be submitted by (e – tendering) upto 3.00 P. M. on 14.12.2011

(ii) E -Tenders shall be opened in presence of tend erers who may wish to be present at 3.30 P.M.

on 14.12.2011 in the office of CPM (CD-XI), DSIIDC, Technical Centre Building, Wazirpur Indi.

Area, Wazirpur, Delhi - 110052

Page 26: Tender Doc

26

TENDER / FORWARDING LETTER

I/We have read and examined the notice inviting tender, schedule of quantities specifications applicable, Drawings & Designs, General Rules and Direction, Conditions of contract, clauses of contract, Special conditions, Schedule for Building and Infrastructure works and 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 by the MD DSIIDC 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 form of DSIIDC (Form-7 & 12) and with such materials as are provided for, by and in respects in accordance with, such conditions so far as applicable.

We agree to keep the tender open for 90 (ninety) days from the date of opening of financial bid thereof and not to make any modifications in its terms and conditions.

A sum of Rs._____________ has been deposited through online payment/Bank guarantee of a scheduled bank guaranteed by the Reserve Bank of India/demand draft of scheduled bank as Earnest Money. If I/We fails to furnish the prescribed performance guarantee within prescribed period, I/We agree that the said MD DSIIDC, or his successors in office shall without prejudice to any right of remedy, be at liberty to forfeit the said earnest money absolutely. Further, if I/We fail to commence the work as specified, I/We agree that MD DSIIDC, or his successors in office shall without prejudice to any right or remedy available in law, be at liberty to forfeit the said earnest money and performance guarantee otherwise the said earnest money shall be retained by him towards security deposit of the tender form.

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.

I hereby accept all the terms and conditions of the tender.

Dated……………………… Signature of Contractor

Postal Address

Witness:

Address:

Occupation:

Page 27: Tender Doc

27

ACCEPTANCE LETTER

The above tender (as modified by you as mentioned in the letters mentioned hereunder) is accepted by me for and on behalf of the M.D., DSIIDC for a sum of Rs.______________ (Rupees______________________________________________)

The letters referred to below shall form part of this contract Agreement:-

i)

ii)

iii)

For & on behalf of the

M.D., DSIIDC

Signature ……………………………....

Dated ………………………………

Designation ………………………………

Page 28: Tender Doc

28

PROFORMA OF SCHEDULES SCHEDULE `A` BUILDING WORKS: -

Part-A Lump sum price (For Building work, Internal Sanitary & Water Supply Works, all complete) Part-B Lump Sum price (For Internal Electrification)

DEVELOPMENT WORKS:-

i) PART- C : On percentage rate basis for infrastructures works like sewerage, S.W. drains, roads and water supply etc all complete.

SCHEDULE `B` Schedule of materials to be issued to the contracto r:- Not applicable

As All Materials to be arranged by the contractor

SCHEDULE `C`

Tools and plants to be hired to the contractor S. No. Description Hire charges per d ay Place of Issue 1 2 3 4

NIL

All Tools & Plants are to be arranged by the Contractor. SCHEDULE `D`

Extra schedule for specific requirements/documents for the work, if any --------.

Not Applicable

SCHEDULE `E`

Schedule of component of Cement, Steel, and other materials Labour etc. for price escalation. Not Applicable

Page 29: Tender Doc

29

REFERENCE TO GENERAL CONDITION OF CONTRACT (DSIIDC FORM-7& 12)

Name of work: Construction of Low Cost Housing for Urban Poor / S lum

Rehabilitation at Bawana – III (Poothkhurd) Delhi. Comprising of 4560 houses in (G + 4) Phase II (Site at Tikri Kalan, Delhi)

Estimated cost of work:Rs. 1,24,07,49,813/- (Buildi ng work and Plumbing + Internal Electrical + Infrastructure Development)

Earnest Money: Rs. 1,34,07,500/-

Performance Guarantee 5% of the tendered value

Security Deposit 5% of tendered value

SCHEDULE `F`

GENERAL RULES & DIRECTIONS:

Officer Inviting Tender CPM (CD-XI)

Definitions:

Engineer-in-charge CPM (CD-XI)

Accepting Authority WORKS ADVISORY BOARD, DSIIDC .

Percentage on cost of materials

and labour to cover all overhead

and profits. 15%

Standard Schedule of Rates DSR 2007 reprint 2010 with up to date correction slips up to the date of receipt of tender.

Department D.S.I.I.D.C.

Standard CPWD/DSIIDC contract Form DSIIDC FORM 7 & 12 with upto date (date of issue of NIT) correction slip issued by DG(W) CPWD.

CLAUSE-1

i) Time allowed for submission of Performance Guarantee from the date of issue of letter of award of work. Ten days

Page 30: Tender Doc

30

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

CLAUSE-2

Authority for fixing compensation under clause 2 . Sr. Project Director/SE (DSIIDC)

CLAUSE- 2A

There is a provision of incentive for early N.A. Completion as per clause 2A of clauses of contract as contained in DSIIDC-7 contract Form, forming part of the agreement. DSIIDC/CPWD Form -7 & 12 as modified and corrected up to date corrections. Standard Schedule of Rate :- DSR 2007 (Reprint 201 0 with upto date

corrections for civil and DSR 2007for Electrical with upto date corrections)

CLAUSE-5

Time allowed for execution of work 18 months

Authority to give fair and reasonable Extension of time for completion of work. Sr. Pr oject Director/SE (DSIIDC)

CLAUSE – 6 (A)

All running and final bills for payment shall be Applicable submitted by the Contractor duly supported with the detailed measurements / levels with relevant supporting documents to be duly entered in the Measurement Books / Level Books by the contractors as per CPWD guidelines / pattern to the entire sat isfaction of the Engineer-in-charge

TABLE OF MILE STONE(S)

S.No. Financial Progress

Time allowed (from date of start)

Amount to be withheld in case of non-achievement of mile stone

1 1/8th (of the whole work) 1/4th (of the whole work) In the event of not achieving the necessary progress as assessed from the running payment. 1% of the tendered value of work will be withheld for failure to achieve each mile stone.

2. 3/8th (of the whole work) ½ (of the whole work)

3. 3/4Th (of the whole work) 3/4th (of the whole work)

4. Full Full

Page 31: Tender Doc

31

CLAUSE 7 Rs. 8 Crores or mutually agreed upon.

CLAUSE 10B Mobilisation Advance Applicable with prior approval of CMD or Functional Director.

CLAUSE 10C Applicable

CLAUSE 10CA Applicable

Material covered under this clause

Nearest material other than cement reinforcement bars & structural steel for which all India wholesale price index is to be forwarded.

Base price of all the material covered under clause 10CA

Cement Cement 5,140/- PMT

Steel Reinforcement

(i)Primary Manufacturer

(ii)Secondary Manufacturer

Steel Reinforcement

44,720/- PMT

41,720/- PMT

Structural Steel Structural Steel 44,532/- PMT

Bitumen Bitumen 36,277/- PMT

Component of Cement, Steel, Labour etc. to exercise 10C and 10CA has been taken on the basis of basic rates of DSR 2007 (updated 20 10).

Components of

Cement Steel Bitumen

(Infra)

Labour

(Bldg) (Infra) (Bldg) (Infra)

Civil Electrical Infra

Phase-II 12.78% 10.81% 22.09% 7.97 1.75% 24.06% 23.37% 25.15%

CLAUSE 10CC Not Applicable

CLAUSE-11

Specifications to be followed:-

Particular specifications for cost effective technologies for building works envisaged in this documents & CPWD specifications 2009 volume-1 to 2 with upto date correction slips till the date of receipt of tender.

Page 32: Tender Doc

32

CLAUSE-12

Deviation/variation, extent and pricing.

1. For Construction of Houses:-

(Civil & Electrical works)

(I) Number of Houses Deviation in respect of Dwelling units can be ± 30% and the contractor shall have to execute the work on the agreement’s rates only.

(ii) Any change in the quantity of any item beyond the drawings & specifications issued shall be treated as deviation in the quantity and its amount shall be added / subtracted from the lump sum quoted rates @ DSR 2007 rates ± percentage rates at which the work shall be awarded for building part.

(iii) Any item executed beyond drawings and specification shall be treated as extra item and rate derived as per Clause – 12.2

2. For Infrastructure development works:- Deviation in omission, alterations, addition to / or substitution from the Original specifications, drawings & instructions Foundations 100% Super Structure 30%

CLAUSE-16

Competent Authority for deciding

Reduced rates Sr. Project Director/SE (DSIIDC)

CLAUSE – 25 Constitution of Dispute Redressal Committee (DRC)

Chairmen : Director Works. Member 1. Project Director (Plg.) 2. Project Director-I (Unauthorized Colony)

Page 33: Tender Doc

33

PROVISION UNDER CLAUSE 36(i)

REQUIREMENT OF MINIMUM TECHNICAL REPRESENTATIVE(S) AND RECOVERY RATE

S.No Minimum Qualification of Technical

Representative

Dis

cipl

ine

Designation (Principal, Technical/ Technical representative) M

inim

um

Exp

erie

nce

Num

ber Rate at which recovery shall

be made from the contractor in the event of not fulfilling provision of clause 36(i).

Max Marks for Evaluation

Figures Words

1.

Degree Holder Civil Project Manager 15 years 1 No. Rs. 50,000/- per month

Rs. Fifty Thousand PM

1 Marks

2. *Degree Holder

Civil

Quality Control &

Site Engineer

10 years 5 Nos.

Rs. 40,000/- per month

Rs. Fourty Thousand PM

5 Marks

3. *Degree Holder

OR

Diploma Holder

Civil

Civil

Graduate Engineer

Quantity Surveyor/Surveyor

Quantity Surveyor/Surveyor

Nil

5 Years

2 Nos.

Rs. 30,000/- per month

Rs. Thirty Thousand PM

1.5 Marks

4. *Degree Holder

OR

Diploma Holder

Elect.

Elect.

For requirement of Electrical Engineering Staff refer schedule ‘F’ for electrical work.

2.5 Marks

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

Graduate Engineers.

Page 34: Tender Doc

34

CLAUSE-42

i) Schedules/statement for determining DSR - 20 07 (reprint 2010) theoretical quantity of cement & with Correction slip bitumen. issued upto the date of tendering

ii) Variations permissible on theoretical quantities

(a) Cement 2% plus/minus.

(b) Bitumen 2.5% plus only & nil on minus side.

(c) Steel reinforcement for each diameter,

2% plus/minus.

(d) All other materials Nil

Page 35: Tender Doc

35

RECOVERY IN CASE OF VARIATION BEYOND LIMITS In case the actual consumption of below mentioned m aterials is less than the permissible variation limit then panel rate recoveries at the rates given below or Market rate whichever is higher shall be made as follows :- 1. Cement Rs. 5,654/- (Rs. Five Thousand Six Hundred Fifty Four only) Per MT 2. Steel Reinforcement Rs 49,192/-(Rs. Forty N ine Thousand One Hundred Ninety Two only) Per MT 3. Structural sections Rs. 48,985/- (Rs. Forty Eig ht Thousand Nine Hundred Eighty Five only) Per MT

3. Bitumen (grade 80/100) Rs. 39,905/- (Rs. Thirty Nine Thousand Nine Hundred Five Only) Per MT

No deviation on lower side permitted at all. Signature of the Tenderer (s)

Page 36: Tender Doc

36

SITE INFORMATION

1.0 GENERAL These additional specifications shall be applicable to the Construction of Building works as well as for electrical works and Infrastructure Development Works. These specifications shall be read in conjunction with other parts of the Tender Documents including but not limited to Conditions of the Contract, Clauses of Contract. General Specifications and Special Conditions, Bill of Quantities and Drawings.

SITE INFORMATION

The site information given hereunder and provided elsewhere in these documents is given in good faith by DSIIDC but the contractor shall satisfy himself regarding all aspects of site conditions and no claim will be entertained on the plea that the information supplied by DSIIDC is erroneous or insufficient.

GENERAL CLIMATIC CONDITIONS

a) The variation in daily temperature in this region is as under:

i) During summer months, from about 24° C minimum t o 46° C ii) During winter months, from about 3°C minimum to 20°C maximum.

b) The average annual rainfall in the area is of the order of 620 mm, a good portion of which is concentrated during the months of July to September each year.

c) The range of relative humidity varies from a minimum of 60% to a maximum of 90%.

d) Seismic Zone

The works are located in Seismic Zone IV as defined in National Building Code.

GEOTECHNICAL DATA:-

a) The main road level and Natural Ground Level (NGL) have been marked on enclosed drawing. The main road level has been taken as bench mark (i.e. + 0).

b) The plinth level of Building shall be + 750 mm from main road level. c) The average NGL is about (–) 350 mm, from the road level (+ 0). Formation level is (+) 300mm. The

schedule of quantities mentioned as guidelines only are based on the averages of existing NGL’s.

d) The contractor shall get the soil investigation done for ensuring the correctness at his own cost. The above are general information of project site for information of the prospective tenderers. However, the contractors should ensure the correctness of the statement. Nothing extra shall be paid on account of any discrepancy pointed out by the contractors at later stage during the execution. Min. Sixty Five bores of fifteen meter depth is to be done for ensuring safe bearing capacity of soil.

e) The structure has been designed for net safe bearing capacity of 10.00 T/M2 at 1.5 mtr. depth from

NGL.

Page 37: Tender Doc

37

SPECIAL CONDITIONS

All works included anywhere in the Tender Documents will be carried out by the Contractor. The scope of work under this contract will include, but will not be limited to the following:

1. Complete layout including setting up Benchmarks, taking and fixing levels for all works required to be executed under the project.

2. Setting a fully equipped laboratory for quality control at site to carry out all the required field tests. List of equipment of laboratory are enclosed as per ‘Annexure D’ page. 59. A list of the outside approved material testing laboratories is enclosed at page no. 53 testing shall be done as per clause no. 10A of GCC. All testing charges shall be born by the contractor. Department will not pay any amount on account of testing.

3. Setting up of separate site office and conference r oom for DSIIDC.

The agency shall have to construct site office consisting of four rooms & one toilet having total area not less than 100 sqm for DSIIDC staff. The location plan & specification for site office shall be approved from Engineer –In-Charge in addition a conference room shall also be constructed for a sitting capacity of 30 persons. Noting extra shall be paid on his account. The maintenance of site office & conference hall shall be responsibility of the agency. The agency will have to provide the following furniture (new) for use of DSIIDC staff at site office:-

For CPM Office :-

• Executive Chair - 01 No. • Executive Table – 2.50x1.20 m – 01 No. • Visitors Chair – 6 Nos. • Big steel Almirah – 01 no. • Computer with printer, internet facility, Colour monitor with laser printer, Scanner and fax

facility.

For Sr. P.M. office & J.E.’s office :-

• Executive Chair – 04 Nos. • Visitor chair – 12 Nos. • Tables – 04 Nos. • Steel Almirah Big - 04 Nos. • Steel Almirah Small- 04 Nos. • Steel rack five tier – 04 Nos. • Steel Bench – 01 No.

Note :- In summer season AC of 1.5 tonne capacity shall be provided in running condition in each room.

4. Taking all safety measures to safe guard (for safety) against any accident for contractor’s employees, labour, general Public and supervisory staff of by providing all necessary equipments, helmets etc. at work site. The safety manual of DSIIDC and circulars issued time to time in this regard shall also have to be followed for execution of the works. The Contractor shall take all precautions by exhibiting necessary caution boards, red flags, red lights, and barriers to avoid any accident during execution of work. The Contractor shall be responsible for all damages and accidents due to negligence on his part. The contractor shall be fully responsible for barricading of the trenches, putting of sign boards with fluorescent paint lettering for day and red fluorescent flickering lights and caution boards and red lamp for the night and for employing chowkidar as well as for taking any other precautions as per traffic police authority for safety of the public and workman. If any penalty for violating the rules is

Page 38: Tender Doc

38

imposed by any department/authority, the contractor shall have to bear this at his cost. The agency will carry out regular maintenance checks of all electrical and mechanical equipment every month. The agency shall deploy skilled persons having valid license for operating the machine.

5. For this Site the Contractor shall quote lump sum rates for building works for each dwelling units.

For development works the percentage rates shall be quoted .

6. Whenever any reference to any Indian standard specifications occurs in the document relating to this contract the same shall be inclusive of all the amendments issued there to or revisions thereof, if, any up to the date of receipt of tenders.

7. The contractor shall carry out performance tests as per standard specifications before the work is

finally accepted and nothing extra whatsoever shall be payable to the Contactor for the tests.

8. The Contractor shall be responsible to arrange at his own cost all necessary T&P required for the execution of work, measurement and quality control at site.

9. The Contractor shall be deemed to have fully acquainted himself with the nature and extent of the

work and working conditions at site before submitting the tender. The work shall be executed as per programme in the form of CPM-PERT-BAR Net Work Chart to be submitted by Contractor & approved by Engineer-in-charge. If the materials, drawings, designs, etc. are not available due to any conditions the programme of Contractors shall be modified accordingly and no compensation / damages shall be payable.

Progress Monitoring: - Contractor shall submit monthly progress report indicating the financial as well as physical progress of the work till the works are completed. The work will be executed as per computer based PERT chart, to be submitted by contractor duly signed along with tenders. The contractor will be responsible for completion of job as per computer based PERT chart in line with the mile stones mentioned in the tender document

10. No payment will be made to the Contractor for damages caused by rains or other natural calamities or

riots during execution of the work and no claims on this account will be entertained.

11. The rates of all items or lump sum rates of work shall, unless clearly specified otherwise, include cost of all labour, material, tools, plants and other inputs involved in the execution of the items. The contractor shall be responsible for executing all t he items required for completing the houses in all respect to make dwelling units habitable and ready for occupation.

The quantities mentioned in the tender under the head of Building work are indicative only and the rates are to be quoted per dwelling unit on Lump sum basis. All the quantities mentioned for external development works in the schedule of quantities are approximate and can deviate as per conditions of contract.

The lump sum price quoted by the tenderer shall also include for any minor details of works and/ or constructional details which are obviously and fairly intended and which may not have been specifically referred to in the tender document and are essential for the execution and completion of the work in an workman like manner and sound construction.

12. The Contractor shall make all efforts to mechanize the construction work to the maximum possible

extent by using the latest T&P / machinery and equipment.

13. The time of completion shall be the essence of the contract and will be strictly adhered to by the Contractor. He shall provide a computer based PERT/CPM/BAR chart showing all the activities and events for timely completion of the project including Human Resource Management & Material Management etc.

14. The Contractor shall provide at his own cost all the instruments including surveying instruments etc.

required for the purpose of measuring and checking at the site of work.

15. The various items of the work shall be taken up simultaneously wherever possible to speed up the work. Nothing extra shall be paid on this account.

Page 39: Tender Doc

39

16. The Contractor shall make arrangement for sufficient quantity of all the materials required for

construction work conforming to required / related specifications for which the prior approval of the source from the Engineer-in-charge is required.

17. The contractor will coordinate and cooperate with other Contractors working in the area.

18. It will be duty of the Contractor to bring to the notice of the Engineer-in-charge about

discrepancies/variations in the drawings given to him and actual site conditions. The Contractor will incorporate such modifications in the drawings as suggested by the Engineer-in-charge and submit the same for approval of the Engineer-in-charge. The work will be carried out based on such revised approved drawings. The revised approved drawings will be deemed to be part of the Contract and nothing extra shall be paid on this account.

19. The Engineer-in-Charge will have the liberty to change location, size and other parameters if so

considered necessary as per site conditions or based on technical considerations. Any such additions, deletions or substitution by the Engineer-in-charge communicated to the Contractor will form part of contract.

20. The Contractor shall be responsible for making all layouts, and taking levels. The levels will have to

be got authenticated from Engineer-in-charge or his authorized representative. All instruments and manpower required for accurate layout of works and leveling shall be arranged by the Contractor at his own cost at site. Execution of works initially and in subsequent layers shall start only after the layout and levels taken by the Contractor are approved by the Engineer-in-charge.

21. The contractor shall arrange water for construction works (water shall be fit for construction use) and

also drinking water for labours employed by him at his own cost. Also electricity required for execution of work shall be arranged by the contractor at his own cost. The contractor has to produce the test certificate for the suitability of water for above uses.

22. I) The contractor can establish / setup flyash bricks manufacturing plant / precast yard at site or in the

near vicinity as per availability of site provided by the Deptt. free of cost. The site shall be vacated by the contractor and left neat & clean after completion of work.

II) To achieve the desired strength & shape of flyash bricks, the contractor will have to mix minimum cement @ 5% in its composition.

23. The Contractor shall have to arrange as many number of moulds, pallets, vibrating tables, cranes

sprinklers and other necessary plant and equipment for the precast elements so as to ensure that precast elements are ready to erect and place in position as per time schedule in order to complete the project in prescribed time limit.

24. The casting yard/ fly ash bricks plant / RMC plant set up at the land allotted by DSIIDC shall

exclusively used for this project only. Any spare capacity of these plants cannot be used to produce the required items for any other sites.

25. Condition for RCC and design mix work:-

25.1(a) The Contractor can install his own batch mix plant OR arrange Ready Mix Concrete (RMC)

from the approved manufactures approved by Engineer-in-charge as per the requirement of concrete per day for precasting and other RCC works as per clause 25.2.

(b) The cement concrete mix design shall be got done by the contractor through approved organization / testing labs. The necessary charges of material, transportation and fees of design mix shall be borne by the contractor.

(c) The maximum water cement ratio and minimum cement content of various Grade concrete

mix shall be as under

Page 40: Tender Doc

40

Grade of Concrete Mix.

Maximum W/C Ratio

Minimum Cement Content (in Kg.)

M-25 0.50 Minimum cement contents shall be 380 Kg./ Cum.

The workability of concrete shall be as per specification in para 7.0 of IS 456-2000 for all graded of concrete depending on the placing conditions / members.

(d) Approved plasticizers/Super plasticizers / Admixtures confirming to IS 9103 can be used for improving workability and their performance and shall be monitored as per clause – 5.5 of IS 456-2000 and clause – 4.1.2 of CPWD Specifications.

(e) No extra payment shall be paid for using plasticizers.

(f) Fully computerized batching plant shall be installed by the contractor at site for preparation of

design mix concrete.

(g) Concrete mix shall not be handled twice at the site of work. Either concrete shall be pumped or sent through chute. For placement of concrete at various levels, Tower Crane of appropriate size capacity or concrete pump shall necessarily be deployed by the contractor. However, mechanical hoist can be used by the contractor for other material.

(h) Nothing extra shall be payable to contractor if cement used in design mix is more than

380Kg/cum.

(i) Design mix concrete shall be used in the work for all structural members. The design mix concrete shall be as per revised CPWD Specification 2009.

25.2 RMC (CONTRACTOR AT HIS DISCRETION MAY USE RMC) IN C ASE HE CHOOSES RMC

FOLLOWING CONDITIONS WILL APPLY :-

(i) Ready mix concrete as per approved design mix approved from the agencies marked at “25.2(iii)” shall be arranged by the contractor from ACC, Unitech, Birla, Vikram and L&T plant or as approved by Director (Works). RMC producing plant should be within 50km distance from the work site and no extra payment will be made on A/c of lead.

(ii) For procurement of ready mix concrete from RMC Plants, the contractor shall, within 15 days

of award of the work, submit a list of at least three RMC Plant Companies of repute along with details of such plants, including details of transit mixer & pumps etc. to be deployed indicating name of owner / company, its location, capacity, technical establishment, past experience and text of MOU proposed to be entered between purchaser (the contractor) and supplier (RMC Plants) to the Engineer-in-charge who shall give approval in writing (subject of drawl of MOU). The contractor shall draw the MOU with approved RMC Plant Owner / Company and submit to Engineer-in-charge within a week of such approval. The contractor will not be allowed to purchase ready mixed concrete without completion of above stated formalities for use in this project.

(iii) The concrete mix design with or without admixture will be carried out by the contractor

through one of the following laboratory/test house and no payment will be made to the contractor on A/c of fee to be paid to the agencies.

a) IIT Delhi b) National Council of Cement and Building Materials Ballabhgarh. c) CRRI Delhi d) Delhi Technological University, Delhi

(iv) In the event of all the four laboratories mentioned above being unable to carry out the

requisite design/testing the contractor shall have to get the same done from any other laboratory with prior approval of the competent authority.

(v) Notwithstanding the approval granted by Engineer-in-charge in aforesaid manner, the

contractor shall be fully responsible for quality of concrete including input concrete, transportation and placement etc.

Page 41: Tender Doc

41

(vi) The Engineer-in-charge will reserve right to inspect any such stage, and reject the concrete if

he is not satisfied about quality of product. The contractor should therefore, draw MOU / Agreement with RMC Owner / Company very carefully keeping all terms and conditions / specifications forming a part of this tender document.

(vii) All required relevant records of RMC shall be made available to the Engineer-in-charge or his

authorised representative. Engineer-in-charge shall, as required, specify guidelines and additional procedure for quality control and other parameters in respect of material and production and transportation of concrete mix, which shall be binding on the contractor and the RMC Plant.

(viii) 43 grade OPC (Conforming to IS-8112) of brand / make / source as approved by Engineer-in-

charge shall only be used for production of concrete.

26. The contractor will be responsible for obtaining "Contractor All Risk Policy" towards entire cost of the work and will obtain workmen compensation policy at his own cost. The policy should cover entire tenure of contract inclusive of extended period, if any.

27. (a) The work is being executed as part of GOI scheme of BSUP under JNNURM. As mentioned in the scheme the work shall be inspected by

(i) TPIM agency appointed by GNCTD.

(ii) TPIM agency appointed by GOI.

(b) The work will also be periodically inspected by M/s Shri Ram Institute or any other TPIM agency appointed by DSIIDC to carry out the work of inspection in its behalf.

28. The work may be inspected by QMS Division of DSIIDC besides Central Vigilance Commission. Any deductions/compensation proposed by TPIM/TPQC/CVC/QMS or any agency approved by DSIIDC in regard to defective work or work not confirming to specification, loss of time, amount shall be deducted from their bills or by sale of their properties at site.

29. The department will be responsible only to the contractor and his authorized representative and none else, with whom Contractor may be in liaison or associated in any manner.

30. Any excavated material of the site shall not be disposed off prior to the written permission of the Engineer-in-Charge. The material should be disposed at the place authorized by Engineer-in-Charge. No extra shall be payable on this account.

31. Running Account Bill.

Generally the payment will be made only when the gross amount of work done since previous bill is more than Rs. 8 Crores. However, in special case the Engineer-in-charge can release the payment for the value of the work done since previous bill is less than Rs. 8 Crores.

32. Payment

This Housing Project under JNNURM Scheme is funded by Go vernment of India & Delhi State. There may be delay in making regular payment and th erefore contractor has to make his own arrangements for planning the funds flow through it s own resources during execution of the work. Corporation will make all efforts to release the payments as per Clause 7 of G.C.C. However, claim of interest shall not be entertained for delay in payment.

33. The contractor shall also make necessary arrangements at his own cost diesel generator sets required for the work, so that the same can be used by him during failure/non-availability of electricity. Necessary permission etc. if required shall be taken by him form the concerned authorities.

34. The contractor shall assist for connections of vertical stacks of water pipe lines laid by him with the water pipe lines laid in external areas of blocks. Nothing extra shall be paid on this account.

Page 42: Tender Doc

42

35. The contractor shall construct the labour hutments in a systematic way. Complete plan shall be submitted by him showing the details like disposal of solid waste, sewerage and water supply facilities. The hutments shall be removed immediately after the completion of work. There should be no encroachments on the berms and carriage way of the roads.

36. No T&P / materials shall be stacked on the adjoining roads. The contractor, at his own cost, shall cordon off the site of work from adjoining areas so as to avoid spreading/spillage of the construction material/dust/dirt in the adjoining area. No obstruction shall be caused to the pedestrian/vehicular traffic, during the execution of work.

37. All arrangement for required power, electricity & water (i/c potable) is to be done by contractor. The payment for electric connection and consumption is to be borne by the contractor.

38. 1% of the amount of Running & final bills of the contractor shall be deducted from each bill on account of Labour Welfare Cess to be deposited with the Govt. as per “Building & other Construction Workers Welfare Cess Act-1996” and to be got registered with labour department of Delhi Government.

39. Rejected pre-cast components shall be dismantled and in no case it shall be used in construction.

40. In the Building Works, for internal filling under plinth with flyash (pondash) shall be allowed where the filling is more than 600mm. Wherever flyash (Pondash) is used for filling, the top layer of 600mm shall be earth fill. No extra cost difference shall be paid for filling with flyash (Pondash) in lieu of earth.

41. (a) The flyash bricks shall be as per IS: 12894:2002 (Pulverized fuel ash lime bricks – specifications with additional cement @ 5% shall be used shall making these flyash bricks.

42. The site is although a barren land, with some vegetation for which no extra payment shall be made for any clearance of vegetation/wild growth. No trees shall be uprooted without the permission of the engineer-in-charge.

43. Although the location of blocks have been shown in the layout plan. There may be readjustment of the layout of blocks due to site conditions or otherwise. No claim for any such alteration shall be allowed.

44. During the detailed layout, there may be some changes in location/positioning of blocks/buildings for which no price adjustment will be made.

45. The costly parts such as brass spindles etc. shall be removed by the contractor from the valves and kept in his safe custody and refixed before handing over the line to the department. No payment for removing and refixing of the spindles will be entertained.

46. a) If certain details are missing and the details indicated elsewhere in the drawings which are similar or nearby to the missed out items of works shall be executed without any extra cost. In the absence of any other similar and nearby details, the minimum essential requirement for the completion of work from the structural and utility point of view shall be deemed to be included in the quoted lump sum price.

b) In case of difference of opinion between the contractor and the DSIIDC as to whether or not a certain item of work is minor, extra or constructional details include in the lump sum amount quoted or not, the decision of the Chief Engineer shall be final, conclusive and binding on the bidder.

c) In case of any missing dimension, the Engineer-in-Charge shall decide the same considering the intent of the detail/drawing. In case of any difference between dimensions arrived by adding the details and over all dimension, overall dimension shall be followed. The lump sum amount quoted shall include such eventualities.

47. The lump sum price quoted by the tenderer shall also include for painting & writing of BLOCK / FLAT number with black paint over 15mm thick circular plastered surface of size 300mm dia for BLOCK No. and 250 mm dia for FLAT No. on plastered surface as per direction of Engineer-in-charge. the tenderer shall also include price of providing of necessary locks for each flats.

48. The bidder (s)/ contractor (s) will not, directly or through any other person or firm, offer, promise of give to any of the Principle’s employees in the tender process or the execution of the contractor or to

Page 43: Tender Doc

43

any third person any material of other benefit which he/she is not legally entitled to, in order to obtained in exchange any advantage of any kind whatsoever during the tender process or during the execution of the contract.

49. The agency shall engrave one logo of JNNURM of one meter height in cement plaster (1:4) 1 cement : 4 fine sand on each block of houses as per design given by Engineer – in- charge. Nothing extra shall be paid on this account.

50. The agency has to complete the sample house in all respect (i.e. including all fittings and fixtures) with in first four months of the date of start of the work.

51. The contractor must get acquainted with the proposed site for the work and the work area shall be the area shown in the site plan of the scheme attached with tender documents. The contractor should study the specifications, drawings, schedule of quantities and conditions, carefully before tendering.

52. Any discrepancies and omissions can be sorted out through mutual consultation as far as possible but decision of Engineer-in-Charge shall be final and binding to on all such items.

53. The material brought at site to be used in the work like Cement, Mild Steel & TMT steel bars, pig lead, bitumen, paint, primer, cement paint etc. will be kept in joint custody of department and the contractor. The record of its consumption would be signed by the contractor and the Junior Engineer or any other official of DSIIDC and contractor shall maintain these records.

54. Sample of building material, door & window fitting, sanitary wares and other article required for completion of work shall be got approved from Engineer-in-Charge before their use in work. Preference shall be given to those articles which bear I.S.I. certification mark. In case article bearing ISI certification mark are not available, the quality of the sample brought by contractor shall be judged by the standard laid down in the relevant ISI specification. All materials and articles brought by the contractor to the site for its use shall confirm to sample approved which shall be preserved till the completion of work.

55. The contractor shall make his own arrangement for temporary electrical connection if required and make necessary payment for the same direct to NDPL/BSES.

56. For all precast concrete work an unyielding platform with smooth finished surface shall be made. The members shall have to be cast in approved rigid moulds. Use of bricks, loose planks and battens and similar non-rigid sides of moulds shall not be permitted. Vibrators must be used for compaction of concrete. All faces of the members must come out smooth. Curing shall either be under water or by covering with wet gunny bags for minimum 14 days.

57. The hinges of door shutter shall be fully welded & Screwed to frames as per requirements. Nothing extra shall be paid for this work or for providing wooden padding for fixing the fittings to shutters to suit the frame or shutters.

58. SFRC Covers for manholes etc. shall have year of manufacture as engraved along with mark of D.S.I.I.D.C.

59. The contractor shall employ licensed plumber for water supply and sewerage work.

60. The contractor shall be responsible for all protection of sanitary, water supply, electrical fittings & fixture against pilferage breakage during period of installation until the completion of work and handed over to the DSIIDC.

61. Bricks:-

Page 44: Tender Doc

44

The contractor will make his own arrangement for the entire quantity of bricks required for the work, quality of bricks shall be judged as per applicable specifications. The flyash bricks shall be machine moulded. The bricks of strength less than 100 kg/sq.cm shall not be allowed for any work.

62. In sunken portions of kitchen/ WC / bath spouts of 32mm dia of high grade PVC shall also be provided as per direction of Engineer-in-Charge. No extra shall be paid on this account.

63. Due care shall be taken by the contractor to ensure the execution of brick masonry walls in plumbs. For this purpose the contractor shall be required to provide Rigid M.S. pipe scaffolding from outside the building.

64. The water shall be tested quarterly with regard to its suitability for use in Construction works. No payment shall be made for any additive to make the water suitable for construction.

65. For the “Building Works” schedule of quantities are appended to the tender which are for the guidance only. Quantity shall be executed as per drawings approved for execution.

66. The water supply to kitchen shall be made through dual water supply system direct as well as through overhead tank. The supply to Bathrooms shall be made through common overhead tanks only. The supply to W.C. shall be dual supply through overhead tanks.

67. The contract shall include free maintenance of the dwelling units in terms of leakages, cracks, spalling etc. for a period of 12 Months after completion of the project .

68. Service tax is not applicable on these housing projects under JNNURM schemes as per notification No. 28/2010 service tax dt. 22nd June 2010 circulated by Ministry of Finance, GOI.

69. Contractor will submit a Guarantee on non judicial stamp paper of Rs. 100/- in the form (as per Annexure-C attached) against guarantee for water proofing of the portions of the structure including terraces or wherever water proofing treatment has been provided by the contractor for a period of five years after the completion of referred project.

70. (i) Permission from the authorities for carriage of earth from Bawana to Tikri Kalan site shall be obtained by the agencies. Nothing extra on this A/c shall be paid.

(ii) No payment will be made to the contractor for damage cause & by rain or other natural calamities or riots during execution of the work & no claim on this account will be entertained.

(iii) The rates quoted by agencies shall be inclusive of all labour mentioned & other inputs involved in the execution of the tan or otherwise unless clearly specified,

71. The Contractor shall make all efforts to mechanize the construction work to maximum possible extent by using T & P/ machines and equipment etc. he shall use steel scaffolding & shuttering, whenever it is not possible the other type of shuttering used shall be proper size & shape, similarly scaffolding other than steel shall be as per site requirement & prior approval of Engineer-in-charge shall have to be obtained in writing.

72. Various items of the work shall taken up simultaneously wherever possible to speed upto the work nothing extra shall be on this account.

73. The contractor should makes necessary arrangement for round the clock working including working an holidays, Sundays accept national holidays the planning should be done accordingly & shall make arrangement for sufficient quantity of all the material required for construction of work conforming to required and related specification.

74. Payment of 1% cess to the labour department as per building and other construction workers, welfare cess act 1996 shall be borne by the contractor/agency.

75. The agency shall be fully responsible for safety of labour, working staff, & any one at site etc. Proper safety equipment like for helmets, safety belt, gumboots, barricading etc. as per requirement of site

Page 45: Tender Doc

45

shall be provided by the agency & agency shall be fully responsible for any accident & consequent claims etc. & DSIIDC shall not be responsible any more.

The contractor will get the machinery tested and preventive maintenance every quarterly or as prescribed by the manufacturer to ensure the safety at site

76. The contractor shall comply with proper and legal orders & directions of the local or public authority or municipal etc. and abide by their rules & regulations and pay all fees & charges which may be liable at his own cost.

77. The contractor shall give a satisfactory performance test of installation individually and as a whole to ensure their proper functioning before the work in finally declared of completed and accepted.

78. Any structural detailing requirements even if not shown in drawings shall be provided by the executing agency for which nothing extra shall be paid.

79. Cement plaster of internal walls shall also include plaster of cast – in - situ beams exposed bottom & sides.

80. Wherever expansion joint is required, the items shall be payable while the cost of items not executed (e.g. plaster of end wall, paint etc.) shall be deducted.

81. The agency shall have to provided cement slurry coating on the reinforcement bars as soon as they are brought at site of work and shall be stacked on bricks or timber platform above 30-40 centimeter from G.L. Nothing extra shall be paid on this A/c.

82. The water table as per soil report is 6.00 metre below NGL. The water table is likely to rise during rainy season but nothing extra shall be paid for the work under subsoil water.

83. One inspection vehicle with driver will be provided by the contractor which shall be stationed at site for official use related to the subject work free of cost including cost of P.O.L. and maintenance of vehicle.

84. Recording of hindrance in the hindrance register on part of contractor – It is mandatory on part of contractor to record the hindrance in the hindrance register & it is to be produced in division office at the time of running account bill.

85. Provision of DRC – As per CPWD OM No. DG/CON/255 dt. 23.05.2011 and DG/CON/255A dt. 10.08.2011

86. Site Test Registers & MAS Registers to be maintaine d by contractor – All test registers and material at site registers shall be maintained by the contractor which shall be reviewed by the officers of DSIIDC at regular intervals.

87. Water bar confirming to IS:12200 shall be provided as per direction of Engineer-in-charge on every construction joint in under ground reservoir. Nothing extra shall be paid in this account.

88. Nothing extra will be payable on account of bailing out of subsoil water, if emerges during excavation.

89. The Contractor is liable for registration of the construction workers under Delhi Building and other construction workers (Regulation of Employment and Conditions of Service) Act, 1996 and the rules framed there under with the Delhi Building and other Construction Worker Welfare Board.

Page 46: Tender Doc

46

SPECIAL CONDITION FOR CEMENT

1) The contractor shall procure 43 grade (conforming to IS 8112) ordinary Portland cement, as required in the work, from reputed manufacturers of cement having a production capacity not less than one million tonnes or more per annum, such as ACC, UltraTech, J.P.Rewa, Vikram, Shri Cement, Birla Jute & Cement Corporation of India etc., as approved by the Ministry of Industry, Government of India, and holding license to use ISI certification mark for their product. The tenderers may also submit a list of names of cement manufacturers which they propose to use in the work. The tender accepting authority reserves right to accept or reject name(s) of cement manufacturer(s) which the tenderer proposes to use in the work. No change in the tendered rates will be accepted if the tender accepting authority does not accept the list of cement manufacturers, given by the tenderer, fully or partially.

The 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 the test results indicate that the cement arranged by the contractor does not conform to the relevant BIS codes, the same shall stand rejected, and it 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.

(2) The cement shall be brought at site in bulk supply of approximately 50 tonnes or as decided by the Engineer- in- charge. 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.

(3) 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 keys of the other lock shall remain with the contractor. The contractor shall be responsible for the watch and ward and safety of the cement godown. The contractor shall facilitate the inspection of the cement godown by the Engineer-in-Charge at any time.

(4) The cement shall be got tested by the Engineer-in-charge and shall be used on the work only after satisfactory test results have been received. The contractor shall supply free of charge the cement required for testing including its transportation cost to testing laboratories. The cost of tests shall be borne by the contractor.

(5) The actual issue and consumption of cement on work shall be regulated and proper accounts maintained as provided in clause 10 of the contract. The theoretical consumption of cement shall be worked out as per procedure prescribed in clause 42 of the contract and shall be governed by conditions laid therein. In case the cement consumption is less than theoretical consumption including permissible variation, recovery at the rate so prescribed shall be made. In case of excess consumption no adjustment need to made.

(6) The cement brought to the site and the cement remaining unused after completion of the work shall not be removed from site without the written permission of the Engineer-in-charge.

(7) The damaged cement shall be removed from the site immediately by the contractor on receipt of a notice in w riting from the Engineer-in-charge. If he does not do so within 3 days of receipt of such notice, the Engineer-in-charge shall get it removed at the cost of the contractor. Chief Engineers may change the brand of Cement depending upon availability in local market, if needed. Instructions in this respect can be issued by them at regular intervals. The name of manufacturers should be finalized after taking into consideration the suggestions of contractors during pre bid meeting, if any.

Similar conditions for cement of other types like slag cement etc. may be incorporated wherever required by the NIT approving authority by providing for relevant BIS Codes, suitable brands of cement and technical circulars issued by the department.

Page 47: Tender Doc

47

SPECIAL CONDITIONS – STEEL

(1) The contractor shall procure TMT bars of Fe500D/ Fe500/Fe550 grade (the grade to be procured is to be specified) from primary producers such as SAIL or TISCO or RINL as approved by Ministry of Steel. In case of non-availability of steel from primary producers the NIT approving authority may permit use of TMT reinforcement bars procure from Secondary producers. In such cases following conditions are to be stipulated in the NIT by NIT approving authority: -

(a) The grade of steel such as Fe500D/ Fe500/Fe550 grade or other grade to be procure is to be specified as per BIS 1786-2008.

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

( c) The TMT bars procured from primary producers shall conform to manufactures specifications.

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

(e) TMT bars procured either from primary producers or secondary producers, the specifications shall meet the provisions of IS 1786:2008 pertaining to Fe 500 or 500 D or Fe 550D grade of steel as specified in the tender .

(2) The contractor shall have to obtain and furnish test certificates to the Engineer-in-charge in respect of all supplies of steel brought by him to the site of work.

(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 (1) (d) & (1) (e) above, the same shall stand rejected, and it shall be removed from the site of work by the contractor at his cost within a week time of written orders from the Engineer-in-charge to do so.

(4) The steel reinforcement bars shall be brought to the site in bulk supply of 10 tonnes or more, or as decided by the Engineer-in-charge.

(5) The steel reinforcement bars shall be stored by the contractor at site of work in such a way as to prevent their distortion and corrosion, and nothing extra shall be paid on this account. Bars of different sizes and lengths shall be stored separately to facilitate easy counting and checking.

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

(7) All ductility requirement as per IS Code 4326, 1893, SP34 should be followed

Size of bars For consignment Below 100 tonnes

For Consignment Over 100 tonnes.

Under 10mm dia bars. One sample for each 25 tonnes or part thereof

Sample for 40 tonnes or part thereof.

10mm to 16mm dia bars One sample for each 35 tonnes or part thereof.

Sample for 45 tonnes or part thereof

Over 16 mm dia bars One sample for each 45 tonnes or part thereof

Sample for 50 tonnes or Part thereof.

Page 48: Tender Doc

48

(8) The contractor shall supply free of charge the steel required for testing including its transportation to testing laboratories. The cost of tests shall be borne by the contractor

(9) 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 conditions laid therein. In case the consumption is less than theoretical consumption including permissible variations recovery at the rate so prescribed shall be made. In case of excess consumption no adjustment need to be made.

(10) The steel brought to site and the steel remaining unused shall not be removed from site without the written permission of the Engineer-in-charge.

(11) In case contractor is permitted to use TMT reinforcement bars procured from secondary producers then:

(i) The base price of TMT reinforcement bars as stipulated under schedule ‘F’ shall be reduce by Rs. 3,000/- per MT.

(ii) The rate of providing & laying TMT reinforcement bars as quoted by the contractor in the tender shall also be reduced by Rs. 3.45 (Rs. Three and paisa Forty Five only) Per Kg. (The rate of reduction shall be same as 11.1 above converted to per Kg. plus contractor’s profit and overheads as applicable) (currently 15%)

(12) Reinforcement steel shall be of following grade with respect to dia metre.

(i) 6mm dia mild steel as per IS:432 (Part 1)

(ii) 8 and 10mm dia TMT shall be Fe-500.

(iii) 12mm and above dia shall be Fe-500D.

(iv) 550D can be used for which nothing extra will be paid.

(13) The contractor may use 6mm dia mild steel bars from primary/secondary manufacturers. No deduction shall be made on this account.

Page 49: Tender Doc

49

SPECIAL CONDITIONS FOR BITUMEN

The following special conditions will be applicable for the procurement and use of the bitumen.

Conditions for Bitumen

1. The Contractor shall procure Bitumen 60 / 70 grade (Department will not supply any material for the project) in conformity with IS – 73, IRC: SP: 53 – 1999 or other relevant code, from reputed manufacturers of bitumen / distributors such as Bharat Petroleum / India Oil / Hindustan Petroleum whose name shall be got approved from the Engineer-in-Charges. Supply of bitumen shall be taken in drums or in bulk bearing manufacture’s name and ISI marking from the approved suppliers. Samples of bitumen arranged by the Contractor shall be taken by the Engineer-in-Charge and got tested in accordance with provisions of relevant IS-73 code. In case, test results indicate that the bitumen arranged by the Contractor does not conform to the case, the same shall stand rejected and shall be removed from the site by the Contractor at his own cost within a week’s time or written instructions from the Engineer-in-Charge to do so.

2. The Contractor will furnish detailed planned schedule of the delivery of bitumen in advance.

3. The contractor should furnish proof of purchase of Bitumen of specified Quality from refinery of IOC / Bharat Petroleum / Hindustan Petroleum, to the satisfaction of Engineer-in-Charge. The Contractor shall submit the following documents as proof purchase referred herein with every running bill:

(a) Test Report of Refinery

(b) Original Invoice of bitumen supplied by the refinery for each tanker/truck

(c) Transporters receipt who has transported the bitumen from refinery to plant or site of work.

(d) Gate-pass of the refinery.

No running payment shall be released without submi ssion of the above document.

4. The contractor shall obtain a complete reconciliation statement of the bitumen supplied for the project from the refinery on completion of 50%, 75% and 100% supply of bitumen. A certificate from the refinery from where bitumen is supplied for the project indicating that “the refinery has supplied _________ qty. of bitumen by ________ invoices ________ dated _________ tanker No. _________ to M/s __________ against the work of __________.

This certificate shall required to be attached with the running bill succeeding to the bill in which stipulated % of quantity as mentioned above will be completed. Running Bill payment after the stage for submission of such consolidated statement will not be made without production of such consolidated statement from refinery.

5. The bitumen shall be stored by the Contractor at site of work or plant in such a way as to prevent damage and nothing extra shall be paid on this account. The contractor shall be responsible for watch and ward and ward and safety of the bitumen stored. The Contractor shall facilitate the inspection of bitumen stored at site by the Engineer-in-Charge at any time.

6. The Contractor shall supply from the stores the bitumen required for testing. The cost of such tests inclusive of carriage and transportation shall be borne by the Contractor.

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

8. The theoretical quantity and actual quantity of Bitumen used shall be compared with CPWD specification with upto date correction slips.

Page 50: Tender Doc

50

FORM OF BANK GUARANTEE BOND

(PERFORMANCE GUARANTEE)

In consideration of the Managing Director of DSIIDC (hereinafter called “The DSIIDC”) having offered to accept the terms and conditions of agreement between …………………. And …………………………… (hereinafter call “the said Contractor(s)” …………… for the work ………………………. (hereinafter called “the said agreement”) having agreed to production of a 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,

1. We ……………….. (hereinafter referred to as “the Bank”) hereby undertake to pay to the DSIIDC an amount not exceeding Rs. ……………….. (Rupees …………………….. only) on demand by the DSIIDC.

2. We …………………… (indicate the name of the Bank) do hereby undertake to pay the amounts

due and payable under this Guarantee without any demure, merely on a demand from the DSIIDC 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 to the DSIIDC any money so demanded notwithstanding any dispute or disputes raised by the Contractor(s) in any suit or proceeding pending before any court or tribunal related thereto, our liability under this present being absolute and unequivocal.

The payment so made by us under this bond shall have been a valid discharge or our liability for payment there-under and the Contractor(s) shall have no claim against us for making such payment.

4. We …………………..(indicate the name of the Bank) further agree that the Guarantee herein contained shall remain in full force and effect during the period that would be taken for the performance of the said agreement and that it shall continue to be enforceable till all the dues of the DSIIDC under or by virtue of the said agreement have been fully paid and its claims satisfied or discharged or till Engineer-in-Charge on behalf of the DSIIDC certified that the terms and conditions of the said agreement have been fully and properly carried out by the said Contractor(s) and accordingly discharges this Guarantee.

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

shall have the fullest liberty without our consent and without effecting 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 DSIIDC against the said Contractor(s) and to forbear or enforce any of the terms and conditions relating to the said agreement and we shall not be relieved from our liability by reason of any such variation, extension being granted to the said Contractor(s) or for any forbearance, act of omission on the part of the DSIIDC or any indulgence by the DSIIDC 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).

Page 51: Tender Doc

51

7. We ……………………………………… (indicate the name of the Bank) lastly undertake not to revoke this guarantee except with the previous consent of the Delhi State Industrial & Infrastructure Development Corporation Ltd. in writing.

8. This guarantee shall be valid up to ……………………… unless extended on demand by Delhi

State Industrial & Infrastructure Development Corporation Ltd. Notwithstanding anything mentioned above, out 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 Bank)

Page 52: Tender Doc

52

CONFIRMATION

I / We confirm that the General Specification / Special conditions and terms & conditions appended in

the documents have been fully examined and fully cognizance taken therein arriving at the unit prices and

total amount and tendered sums contained therein my/our tender.

(Signature of Tenderer with seal)

Annexure ‘A’ DECLARATION BY THE TENDER

1. I HEREBY ACCEPT ALL THE TERMS AND CONDITIONS OF THE TENDER.

2. IT IS CERTIFIED THAT WE HAVE NOT BEEN BLACK LISTED BY ANY OF THE

DEPARTMENTS REGISTRATION OF WHICH IS VALID IN DSIIDC

SIGNATURE OF TENDERER

Page 53: Tender Doc

53

APPROVED LIST OF LABORATORIES Other than Field Test s

The following Government & Non – Government Laboratories are approved for testing of samples

(A) Government Laboratories

i) NTH, Ghaziabad ii) CRRI, Delhi iii) IIT, Delhi iv) C.P.W.D. Lab, I.P. Estate, New Delhi v) R.T.C. Okhla vi) C.B.R.I. Roorkee vii) FRI, Dehradun viii) NCCBM, Ballabgarh ix) Delhi Technological University, Delhi

(B) Non Government Laboratories

i) Sri Ram Test House, Delhi ii) Sun Beam Auto Lab, Gurgaon iii) Spectro analytical Lab, Ballabhgarh / Okhla iv) Delhi Test House, G.T. Karnal Road, Azadpur, Delhi v) Bharat Test House, Azadpur, Delhi

Note: 75% tests shall be got undertaken from the Go vt. labs and rest 25% shall be from the approved Non-Govt. labs.

Page 54: Tender Doc

54

ANNEXURE “B”

To be submitted by Tenderer FORM OF EARNEST MONEY (GUARANTEE)

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.

Page 55: Tender Doc

55

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 56: Tender Doc

56

SAMPLE GUARANTEE BOND

This agreement made this ……………….. day of …………… two thousand……………… between M/s ……………… (hereinafter called the Guarantor of the one part) and the ………………….. (President of India hereinafter called the Government of the other part).

Whereas this agreement is supplementary to the contact (hereinafter called the Contract) dated …………. made between the Guarantor of the one part and Government of the other part, whereby the contractor, inter alia, undertook to render the buildings and structures in the said Contract recited, completely termite-proof / water & leak proof.

And whereas the Guarantor agreed to give a guarantee to the effect that the said structure will remain termite-proof for ten years to be reckoned from the date after the maintenance period prescribed in the contract expires.

During this period of guarantee the Guarantor shall make good all defects and for that matter, shall replace at his risk and cost such wooden members as may be damaged by termites, and in case of other defect being found he shall render the building termite-proof at his cost to the satisfaction of the Engineer-in-charge, and shall commence the work of such rectification within seven days from the date of issuing notice from the Engineer-in-charge calling upon him to rectify the defects, failing which the work shall be got done by the Department by some other Contractor at the Guarantor’s cost and risk, and in the later case the decision of the Engineer-in-charge as to the cost recoverable from the Guarantor’s shall be final & binding.

That if the Guarantor fails to execute the anti-termite treatment or commits breaches hereunder then the Guarantor will indemnify principal and his successors against all loss, damage, cost, expenses or otherwise which may be incurred by him by reason of any default on the part of the Guarantor in performance and observations of this supplemental agreement. As to the amount of loss and / or damage and / or cost incurred by the Government, the decision of the Engineer-in-charge will be final and binding on the parties.

In witness whereof these presents have been executed by the obligor ………. and by ……………….. for and on behalf of the President of India on the day, month and year first above written.

Signed, sealed and delivered by OBLIGOR in the presence of –

1.

2.

Signed for and on behalf of THE PRESIDENT OF INDIA by ………………………… in the presence of

1.

2.

Page 57: Tender Doc

57

ANNEXURE-C

GUARANTEE TO BE EXECUTED BY CONTRACTORS FOR REMOVAL OF DEFECTS AFTER COMPLETION IN RESPECT OF WATER PROOFING WORKS

The Agreement made this…………….day of Two Thousand and…………………between…………………….. ........................................................ …………son of ...................... …………… of (hereinafter called the Guarantor of the one part) and the Managing Director, DSIIDC (hereinafter called DSIIDC).

WHEREAS THIS agreement is supplementary to a contract (hereinafter called the Contract) dated and made between the GUARANTOR OF THE ONE part and the DSIIDC of the other part, whereby the Contractor, inter alia, undertook to render the buildings and structures in the said contract recited completely water and leak-proof.

AND WHEREAS GUARANTOR agreed to give a guarantee to the effect that the said structures will remain water and leak-proof for five years from the date of giving of water proofing treatment.

NOW THE GUARANTOR hereby guarantees that water proofing treatment given by him will render the structures completely leak-proof and the minimum life of such water proofing treatment shall be five years to be reckoned from the date after the maintenance period prescribed in the contract:

Provided that the' guarantor will not be responsible for leakage caused by earthquake or structural defects or misuse of roof or alteration and for such purpose:

(a) Misuse of roof shall mean any operation, which will damage with proofing treatment, like chopping of firewood and things of the same nature, which might cause damage to the roof;

(b) Alteration shall mean construction of an additional storey or a part of the roof or construction adjoining to existing roof whereby proofing treatment is removed in parts;

(c) The decision of the Engineer-in-Charge with regard to cause of leakage shall be final.

During this period of guarantee, the guarantor shall make good all defects and in case of any defect being found render the building water proof to the satisfaction of the Engineer-in-Charge at his cost and shall commence the work for such rectification within seven days from the date of issue of the notice from the Engineer-in-Charge calling upon him to rectify the defects failing which the work shall be got done by the Department by some other contractor at the GUARANTOR'S cost and risk. The decision of the Engineer-in-Charge as to the cost, payable by the Guarantor shall be final and binding.

That if Guarantor fails to execute the water proofing or commits breach there under then the Guarantor will indemnify the Principal and his successors against all loss, damage, cost, expense or otherwise which may be incurred by him by reason of any default on the part of the GUARANTOR in 'performance and observance of this supplementary agreement. As to the amount of loss and/or damage and/or cost incurred by the DSIIDC the decision of the Engineer-in-Charge will be final and binding on the parties.

WITNESS WHEREOF these present have been executed by the Obligor ................…………….………….

Page 58: Tender Doc

58

and by…………..and for and on behalf of the Managing Director, DSIIDC on the day,……… month and year first above written

SIGNED, SEALED and delivered by OBLIGOR in the presence of:

1.

2.

SIGNED FOR AND on behalf of the Managing Director, DSIIDC by ………………….. in the presence of:

1.

2.

Page 59: Tender Doc

59

ANNEXURE-D

LIST OF EQUIPMENTS REQUIRED IN SITE TESTING LABORAT ORY OF CONTRACTOR

1. Sieves : as per IS 460: 1. IS Sieve – 450mm internal dia. of sizes-10mm, 80mm, 63mm, 50mm, 40mm, 25mm, 20mm, 10mm,

6.3mm, 4.75mm complete with lid and pan. 2. IS Sieve – 200mm internal dia. (brass frame) consisting of 2.36mm, 1.18m, 504 microns, 90

microns, 75 microns with lid and pan.

2. Fine mesh 3. Thickness gauge 4. Length gauge 5. Electronic Balance 6. Weighing machine 7. Oven :- Electrically operated, thermostatically controlled upto 110°C-

Sensitivity 1°C. 8. Airtight containers 9. Open-ended steel cylinder 15 cm dia with plunger & base plate 10. Cylindrical tamping rod 11. Compressive testing machine/cube testing machine :- 100 tones compression testing

machine, electrical-cum-manually operated. 12. Funnels 13. Measuring cylinders :- Graduated measuring cylinders, 200ml capacity – 03 Nos.

broken one, if any to be replaced by the contractor at his own cost. 14. Moisture meter 15. Testing kits for testing chlorides & sulfhates 16. PH testing strips 17. Titration equipment with pipette 18. Vicat Apparatus 19. Le chatelier test apparatus 20. Vibrating machine 21. Standard weights 22. Water bath 23. Gauging trowel 24. Pocking rod 25. 150mm size cube moulds :- 26. Vernier caliper 27. Micrometer 28. Dial gauges (Minimum 5) :- 25mm travel – 0.01mm/ division least count – 02 Nos. 29. Slump cone :- Equipment for slump test – slump cone, steel plate, temping rod, steel

scale, scoop. 30. Equipment for checking field density of earth. 31. Any other equipment required for testing. 32. Dial groups for measuring deflects.

33. Survey Instrument

1. Dumpy Level with staff - 2. Theodolites 3. Total Station

33. Enamel Trays (For efflorescence test) of bricks:-

300mm x 250mm 40mm – 2 Nos.

Circular plates of 250mm dia. – 4 Nos.

Page 60: Tender Doc

60

34. 15 cm moulds for concrete cubes – adequate numbers.

i) Other instruments like steel tapes – 3m & 30m, Vernier Callipers, a good quality plumb bob, sprit level minimum 30cm long with 3 bubbles for horizontal, vertical, wire gauge (circular type) disc, foot rule, long nylon thread, magnifying glass, screw driver 30cms long, ball pin hammer 100 gms, plastic bags for taking samples etc:

a. Micrometre screw 25mm gauge. b. Rebound hammer for testing concrete dynamic penetrometer. c. Moisture meter for timber.

ii) The casting yard shall be equipped with testing of all the ingredients used in manufacturing of precast elements as per relevant IS Codes / NBC / American Standard/ Latest British Standard etc.

iii) For precast elements, the casting yard labs shall also be equipped for conducting all tests such as flexural strength, axial load test, shear test, deflection test etc. as per provision of relevant IS Codes/National Building Code. Wherever any other code such as American Standard/Latest British Standard etc. have been referred for design/construction, the testing will be governed by that standard.

Page 61: Tender Doc

61

MODE OF PAYMENT FOR BUILDING WORK (CIVIL) for 1 block of 20 D.U.

Low Cost Housing (G + 4 Storeyed) Pooth khurd , Phase-II , at Tikri, Delhi

S.No Description Individual Cumula tive

1. Construction of structure upto DPC level/ Plinth level (level 1) 13.5% 13.5%

2. Construction of structure upto floor 2 level. 7.25% 20.75%

3. Construction of Structure upto floor 3 level. 7.25% 28.00%

4. Construction of structure upto floor 4 level. 7.25% 35.25%

5 Construction of structure upto floor 5 level. 7.25% 42.50%

6. Construction of structure upto floor 6 level (Terrace level) with parapet wall.

9.00% 51.50%

7.

Construction of Brick walls

i) Ground Floor 2.10%

ii) Ist Floor 2.10%

iii) Second Floor 2.10%

iv) Third Floor 2.10%

v) Fourth Floor i/c trap door 2.10%

10.50 %

62.00%

8. Providing & fixing window frames and shutters (excluding glass panes)

i) Ground Floor 0.70%

ii) Ist Floor 0.70%

iii) Second Floor 0.70%

iv) Third Floor 0.70%

v) Forth Floor 0.70%

3.50%

65.50%

9. Providing & fixing door frames and shutters (excluding glass panes)

i) Ground Floor 1.10%

ii) Ist Floor 1.10%

iii) Second Floor 1.10%

iv) Third Floor 1.10%

v) Forth Floor 1.10%

5.50%

71.00 %

10. Providing & fixing Balcony, railing, S/C railing, Window grills (GF, FF, SF, Third Floor, Forth Floor, Fifth Floor)

1.50 % 72.50 %

Page 62: Tender Doc

62

S.No Description Individual Cumula tive

11. Internal Plaster

i) Ground Floor 0.65%

ii) 1st Floor 0.65%

iii) Second Floor 0.65%

iv) Third Floor 0.65%

v) Fourth Floor i/c parapet, if any 0.65%

3.25% 75.75%

12. External Plaster

i) Ground Floor 0.45%

ii) First Floor 0.45%

iii) Second Floor 0.45%

iv) Third Floor 0.45%

v) Fourth Floor 0.45%

2.25% 78.00%

13. Internal Flooring i/c skirting including kitchen & toilet.

i) Ground Floor 0.65%

ii) 1st Floor 0.65%

iii) Second Floor 0.65%

iv) Third Floor i/c kitchen & toilet 0.65%

v) Fourth Floor 0.65%

3.25%

81.25%

14. Providing / Fixing glazed tiles dado in kitchen & toilet and kota on kitchen working platform of all floors

1.60% 82.85%

15. Water proofing of terracing. All complete with R.W.P. fittings i/c placing of tanks.

3.25% 86.10%

16. Sanitary work for all floors. 3.50% 89.60%

17. Water Supply work for all floors. 3.25% 92.85%

18. Providing / Fixing W.C. Seats, kitchen sink and taps of all floors. 1.60% 94.45%

19. Internal finishing, white washing, painting, external Apex finishing etc. for all floors.

2.55% 97.00%

20. Providing / Fixing Door & window fittings and fixtures i/c glass panes for all floors.

1.00% 98.00%

21. Handing over of flats defect free in all respects and testing of all services to satisfaction of Engineer-in-Charge.

2% 100%

Page 63: Tender Doc

63

Note: - The work will broadly proceed as per the stages indicated above. However for work between two consecutive stages, the payment will be released for the lower stage. If some work is not executed as per the above sequence and later sequence is executed first, then the payment for that stage will be released at the discretion of the Engineer-in-Charge and his decision in this regard will be final and binding.

Page 64: Tender Doc

64

PARTICULAR SPECIFICATIONS FOR ALTERNATIVE TECHNOLOG IES FOR HOUSING:-

BUILDING WORK :- The work shall be executed with cost effective technologies for walling, roofing and other pre-cast elements. The work comprises of RCC framed structure with walls of 200 mm thick with Mechanized fly ash bricks. The foundations, columns and beams shall be cast-in-situ. The slabs shall be precast with RCC plank and joist technology. The roofing and intermediate slabs shall comprise of pre-cast RC planks 60mm thick placed on partially pre-cast RC joists. The shelves shall be in pre-cast Ferro cement elements. The sunshades shall be precast RCC.

1.0 Flyash lime Bricks (Fal G Bricks):-

1.1 Flyash lime bricks (Fal G Bricks) shall be used as per IS: 12894-2002 (Pulverized fuel ash – lime bricks specifications).

1.2 Flyash shall be used as per IS: 3812-1981 (Specifications for flyash for use as puzzolana and admixture).

1.3 In addition to specification give in IS: 12894-2002 (Pulverized fuel ash- lime bricks specifications) the contractor shall have to add minimum 5% OPC cement.

2.0 RC Plank & Joist System:- 2.1 RC plank and joist system for roofing, intermediate slabs and landings shall be used as per IS: 13990-

1994 (Specifications for precast reinforced concrete planks and joists for flooring/roofing and as per IS: 13994-1994 (Code of practice for design and construction of floor and roof with precast reinforced concrete planks and RC joist.)

2.2 R.C. planks and joists shall be casted with M – 25 cement concrete.

2.3 The stone aggregate for RC planks shall be 10 mm and nominal gauge while for RC joists shall be 20 mm & nominal gauge.

2.4 RC planks and joists shall be casted mechanically.

2.5 Any discrepancy regarding intermediate interpretation or other wise about the technology, the opinion of the Engineer-in-Charge shall be final & binding.

2.6 The tests and testing procedure for R.C. planks, joists and the assembly shall be adopted as specified by the Engineer-in-Charge.

2.7 All tests for deflection for R.C. planks & joists shall be the field test only.

3.0 Ferrocement

3.1 What is ferrocement

Ferrocement is a form of reinforced mortar in which closely spaced and evenly distributed thin wire meshes (welded or woven) are filled with rich cement-sand mortar. Ferrocement structures can be constructed in any desired shape and thickness (as thin as 2 cm) without framework. The other main advantages of ferrocement include: - High strength to weight ratio compared to reinforced concrete - High crack resistance and impermeability to water - Lightweight structures due to relatively small volume of material required - Easy in maintenance and repair - Easy provision of accessories, conduit holes, etc.

3.2 Material Specifications

3.2.1 Cement: - OPC, 43 shade

Page 65: Tender Doc

65

3.2.2 Sand: - Coarse Sand

3.2.3 Water: - Fit for construction purpose.

3.2.4 Wire-mesh :- Use hexagonal/square/rectangular (Chicken mesh)/woven mesh. Galvanized square woven mesh performs best. Dip the galvanized mesh in water for 24 hours and leave in open for another 12 hours so that the salts used during galvanizing come to the surface. Clean the residue before using the mesh.

3.2.5 Skeletal Steel : - Use mild steel or high strength deformed bars or Welded Wire Fabric

3.2.6 Binding wire :- galvanized wire of gauge 24. Even left over pieces of wire mesh can be used.

3.2.7 Admixtures/Plasticizer : - Suitable ISI mark water proofing chemicals and plasticizers can be used, as per manufacturers specifications.

Admixtures to be used in design mix shall conform to latest relevant IS code and nothing extra shall be payable on this account.

3.3 Construction Procedure

3.3.1 Mould : - Prepare a wooden mould or steel angle section mould, as per the thickness of Ferro cement elements required.

For mechanised production, moulds are available through the manufacturers. Moulds can be opened with bolt system.

3.3.2 Reinforcement Cage : - Mark the position of the reinforcing wire-mesh and skeleton steel on a temporary template. This template will aid the bending of bars for stirrups. The length required for each stirrup can be measured directly on the template.

The bars and stirrups are tied in place using the binding wire. A layer of welded mesh is provided within the mould.

Lift the reinforcement cage from the mould and coat the mould with a suitable oil (light diesel or mixture of diesel – grease will do). Thin sheets of paper spread evenly over the oiled surface of the mould will serve as a separating layer. A stretched plastic sheet (without folds or wrinkles) can also be used for this purpose. Replace the reinforcement cage on the mould.

3.3.3 Mortar Preparation : - Use clean dry surface for weighing and dry mixing of mortar ingredients.

Weigh out the required quantities of cement, sand, admixtures and keep them in separate trays.

Mechanical mixer be used for mixing. Add water slowly when preparing mortar. A suitable plasticizer be added at this stage. Care should be taken not to have an excessive workable mix resulting from use of the admixture.

Mix the mortar in batches. Do not mix the entire ingredients in a single batch. Each batch of mortar should be plastered within an hour after mixing.

3.3.4 Mortar laying : - Before commencing the plastering operation, make sure that all auxiliary fittings such as lifting hooks etc. are properly arranged and tied on to the reinforcement cage.

Take a small quantity of mortar on a towel or small wooden float. Rub it on to the cage surface till it penetrates the mesh. This operation is carried out over a small portion of the surface of the cage at a time.

Page 66: Tender Doc

66

In case the mesh layers bents and come into contact during this operation, pull up the mesh layer slightly so that the mortar gets in-between. After the mortar has been applied to a small area hammer gently with a wooden hammer to help compact the mortar.

Compaction be done preferably using a small plate vibrator.

Finish to the required thickness with a semi-smooth surface. A roof template can be used to check the plastered section.

3.3.5 Curing : - Cover the units with moist hessian or old cement bags. Water using a sprinkler hose.

After a period of 2 to 3 days lift the units gently and transport to the curing yard for final curing. Handle the units carefully during the transportation.

3.3.6 Erection : - Lift the unit and place it over one of the supports projecting the unit a little beyond support.

Lift the other end and when the whole unit is horizontal slide it carefully so that it rests on both supports.

Raise the next unit in similar fashion alongside the first unit.

Apply rich cement-sand mortar in the gap between the ends of overlapping roofing units after wetting the surfaces.

3.3.7 Mechanisation :- It is recommended to cast the ferrocements mechanically on a vibratory table.

It is recommended, especially when a large number of units are to be casted prototype test of roofing element for its ability to with stand the design load and resist crack formation.

3.4 Precautions

3.4.1 Ensure quality of materials being used.

3.4.2 Mix mortar properly and thoroughly. Do not expose freshly cast units to direct sunlight as this will result in the drying of mortar at a faster rate.

3.4.3 The casting of the units should be carried out under a sheltered area.

3.4.4 When applying the mortar ensure adequate penetration into the reinforcement cage. Carelessness can result in honeycombed, porous units that will have poor service performance.

3.4.5 More compactness means more strength and better performance. Therefore, if possible use the vibration method.

3.4.6 Take care that no portion of the wire mesh remains uncovered and all steel used is free from corrosion.

3.4.7 Always plan to provide for accessories at the casting stage itself.

Page 67: Tender Doc

67

SPECIFICATIONS & CONDITIONS

1. The contractor shall cut, leave or form holes, recesses, chases etc. in concrete, brick work, walls, ceilings, floors preferably with electrical appliances and in any other situations as required or as directed by the Engineer-in-Charge and make good, the same in cement concrete / cement / mortar and finished to match the adjoining surfaces.

2. Any hole and / or opening required to be left / made for any fittings or fixtures or pipes shall be made / left as the work proceeds, cutting the RCC works, subsequently shall not be permitted under any circumstances.

(i) All clamps, bolts, fittings / fixture etc. required to be embedded in RCC works shall be done as the work proceeds, embedding subsequently by cutting / drilling or dismantling RCC work shall not be permitted under any circumstances.

3. Specifications to be followed for execution of work shall be as under:

3.1. The entire work shall be done as per CPWD specifications 2009 with upto date correction slip upto the date of Press NIT. In case of any discrepancy refer clause of general conditions of the contract.

In the case of discrepancy in the specifications, the following order of preference shall be observed.

i) Description of Schedule of quantities

ii) Particular specification and Special condition, if any.

iii) Drawings

iv) C.P.W.D. specifications

v) Indian Standard Specifications of B.I.S.

Whenever any reference to any Indian Standard specifications occurs in the documents relating to this contract the same shall be inclusive of all amendments issued there to or revisions thereof if any, upto the date of receipt of tenders.

For items and works involving cost effective alternative technologies, the specifications and guidelines of CBRI and BMTPC shall be followed. Any ambiguity in regard to interpretation of specification for such items of alternative technologies, the decision of the Engineer-in-Charge shall be final.

4. The contractor shall conduct performance tests for the entire installations as per standards / specifications before the work is finally accepted and reasonable amount shall be withheld from the sums due to the contractor in absence of such test.

5. Welding wherever required in the work like in grill, railing, etc. shall be done in full length of the contact area.

6. S.P./W.P. Pipes for sanitary and Water Pipes for water supply if fixed in R.C.C. members like columns beams etc. it shall be fixed with scrub plugs.

7. a) Modular Completion :- The contractor to whom the work is awarded shall ensure modular completion of the units i.e. Block wise schedule of completion shall be given before start of work and shall hand over the units block wise.

b) Handing over of Flats: - The contractor shall handover the flats blockwise as per the programme of handing over given by the contractor and accepted by the Engineer-in-Charge.

8. The flyash used for Fal-G bricks shall be of Grade-I or Grade-II. In no circumstances pond ash shall

be used.

9. The precast elements (fully precast / partial precast) used for Building work include :-

i. R.C. planks ii. R.C. joists iii. Sunshade-cum-lintel iv. Shelves / platforms

Page 68: Tender Doc

68

SPECIFICATIONS FOR BUILDING WORK

(As per drawing and directions of Engineer-in-Charg e)

L.C.H. Slum Rehabilitation

S. No. Item of work Description

1.0 Foundation and Plinth

1.1 PCC in foundation :

75 mm thick C.C. 1:5:10 (1 cement: 5 coarse sand:10 graded stone aggregate 40 mm)

1.2 RCC footing as per drawing attached.

1.3 Depth of excavation 1500 mm from NGL.

1.4 NGL is down by 350 mm (approx) from main road level. (+ 0) as shown in drawing.

The formation level is +300 mm from road level and plinth level is +750 mm from road level. The quantities have been worked out by considering formation level as 650 mm from NGL.

Plinth beam 200 x 300 mm top level shall be +410 mm in M-25 concrete

Top of grade beam 230 x 300 mm at NGL. on outer periphery in M-25 concrete.

1.5 230 mm Brick work above grade beam for external periphery walls in 1: 6 cement mortar (1 cement 1: 6 coarse sand) with conventional FPS bricks of CD 75.(for confinement of filled earth)

1.6 Plinth filling

(a) Earth filling : Earth filling inside in in layers of 20 cm thick including watering and compaction.

(b) Sand filling under floor : Jamuna sand 75 mm thick

(c) Concrete under floor : 100 mm layer of CC 1:5:10 with stone aggregate (1cement :5 corse sand :10 graded stone aggregate 40 mm nominal size)

Page 69: Tender Doc

69

S. No. Item of work Description

1.7 Filling up depression /sunken portions in bath WC & Kitchen

Water proofing treatment with tapecrete / armourerete as per CPWD specifications on 12 mm bed of plaster, treatment again protected by 12 mm cement plaster 1: 3 (1 cement: 3 coarse sand) finished with a coat of neat cement.

Encasing joints of pipes and traps with CC 1:2:4 (1 cement :2 coarse sand: 4 graded stone aggregate 20 mm)

The filling shall be with CC 1:5:10 with stone aggregate (1 cement: 5 Coarse sand: 10 graded stone aggregate 40 mm nominal size) for WC, bath & kitchen sunken portions.

The filling under plinth shall be part of “Building work” as mentioned in 1.6.

The supply of earth will include transportation for lead upto 5km.

Earth shall be made available by department from DSIIDC Industrial Area of Bawana

2.0 Super Structure

2.1 RCC work Columns & Beams shall be cast in situ with M – 25. The centering and shuttering shall be such so as to achieve good quality.

3.0 Super Structure

3.1 Brick wall All external & common walls shall be 200 mm thick brick wall with modular flyash lime bricks (FAL-G Bricks) with 5% cement contents Bricks of min Compressive strength of 100 kg/cm2 in 1:6 (1 cement : 6 coarse sand)

3.2 Half Brick work All the partition walls shall be 100 mm thick brick wall with modular flyash lime bricks (FAL-G Bricks) with 5% cement contents brick of min Compressive strength of 100 kg/cm2 in 1:4 (1 cement: 4 coarse sand) with two 6 mm dia M.S. bars at after every third course.

3.3 Parapet Brick work 200mm thick with modular flyash lime bricks (FAL-G Bricks) CD – 100 in parapet (0.475m) high in 1:6 (1 cement: 6 coarse sand) as per design. 12mm thick plaster in 1:4 (1 cement: 4 coarse sand) shall be done at parapet whereas at junctions it shall be with mesh and cement plaster as mentioned herein above.

Page 70: Tender Doc

70

S. No. Item of work Description

3.4 Brick work under Kitchen platform

( for partition )

100 & 115 mm thick brick work in CM (1:4) (1 cement: 4 coarse sand) using modular flyash lime bricks (FAL - G Bricks) CD – 100 including two M.S. bars of 6 mm dia at every third course.

3.5 Cement Concrete jalli Cement concrete jalli 40 mm thick as per design for WC and both ventilation.

3.6 Verandah/Balcony/Landing

Half brick thick wall as per design with modular flyash lime bricks (FAL-G Bricks) bricks CD – 100 in 1:4 (1cement : 4 coarse sand) with two 6 mm dia MS bars after 3 courses including any steel work in MS Flats/Bars/Hollow pipe as per design and including Hand rail/coping of 75mm thick in RCC 1:2:4 with two Nos. 6mm dia bars with rings of 6mm at suitable interval.

4..0 RCC work (cast in situ /precast)

4.1 Lintel, Beam, Columns Precast RCC lintel in M – 25

4.2

Sunshades

Sunshades shall be 600 mm projected & shall be precast in M – 25 concrete.

4.3 Stair case

(a) Landing Stair case landing shall be 60mm thick in precast RC plank system with precast R.C. Joists. (except Ist landing which is cast-in-situ M-25 grade RCC)

(b) Steps Stair case waist slab cast-in-situ in M – 25. Steps will be made with FPS bricks CD-75 in CM 1 : 4 (1 cement : 4 coarse sand) nosing with M.S. Angle 25x25x3 mm to be provided in each steps

4.4

Kitchen platform

30 mm thick precast Ferrocement in 1:1.5 mix (1 cement : 1. 5 coarse sand), 500 mm wide with one layer of welded wire fabric (WWF) 12 gauge 25 x 75mm & 2 layers of chicken mesh 12.5 x 12.5 mm spacing. The platform shall be finished with Kota stone 25 mm thick having not more than one joint i.e (not more than two pieces). The nosing shall be half round.

5.0

Intermediate & Roof Slab

Precast RC planks & Joists roofing system with 60mm thick precast planks and RC precast joists as per design in M – 25 concrete. The stone aggregate shall be 10mm nominal size for RC planks & in situ concrete for haunches “Synthetic Polyester triangular fiber of length 6mm/12mm” as decided by the Engineer-in-charge shall be mixed in the precast planks as per manufacturer recommendation.

Page 71: Tender Doc

71

S. No. Item of work Description

5.1

Slab Joists

The ceiling of precast R.C. Planks & Joists shall not be plastered joists & planks shall give even appearance

5.2

Framing Beam

Framing beams shall be 200 x 300 mm size in M – 25 mix.

5.3 Form work Form work for all precast & cast in situ concrete shall be of good quality.

6.0 Doors & Window

6.1 Door & windows frames MS angle 40 x 40 x 5 mm for door and MS angle 35 x 35 x 5 mm for windows

6.2 Door Shutters One main door, one door for bed room, one door for verandah/balcony, Doors shall be 30mm thick flush door with M.S. butt hinges

6.3 Door frame & shutter for WC & bath. FRP frames and shutter one each in WC & Bath.

6.4 Window Shutters 35mm thick chemically treated mirandi wood shutters with 75x35 mm styles and 4mm thick glass.

6.5 Door fittings Oxidised MS fittings :-

One sliding door bolt 250 x 16mm for entrance door. Other doors shall have pull bolt locks.

One MS tower bolt 200x10 mm in each door

One MS tower bolt 150x10 mm in each door

Two MS handles 125 mm in each door.

1 Door stopper for each door of main door, bed room & balcony.

6.6 Window fittings

(for openable shutters)

Each window shutter shall have following fittings:-

Two MS tower bolts 100 x 10 mm

One MS handle 100 mm

One MS casement stay of 200 mm size

7.0 Steel Work

7.1 M.S. Grill for windows MS Grill for windows will be as per design @ 10 kg / sqm (MS – Flat -

Page 72: Tender Doc

72

S. No. Item of work Description

8.0 Flooring

8.1. Floor Finish Floor finish in 40mm CC 1:2:4 (1 cement: 2 coarse sand: 4 graded stone aggregate 20mm nominal size) in all rooms & staircase.

8.2 Divider Strips Glass strips 40 x 4mm.

8.3 Skirting 18 mm skirting plain cement finish 100 mm high.

9.0 Roofing

9.1 Roof Treatment Brick coba including water proof treatment complete as per CPWD specifications.

9.2 Rain Water pipes UPVC pipes 110 mm. with shoe bend below plinth level. (at +200 level approx.)

9.3 Mumty No mumty is proposed. However a MS trap door shall be provided on the last landing roof.

10.0 Finishing

10.1 Plastering on walls (internal) 12mm cement plaster 1:6 (1 cement : 6 fine sand).

10.2 Dado Toilet:- White Ceramic tiles with tiles of minimum size 200x300mm or 300x300mm, 600mm high in WC & 1200mm high in bath including a border/design of coloured tiles (excluding begundy, bottles green, black and other dark colours)

Kitchen :- with pattern in white and coloured tile of 200x300mm, or 300x300mm, 600mm high above kitchen platform.

10.3 Kitchen Platform Top 25 mm Kota stone slab with maximum one joints (in two pieces) over working shelf, including half round nosing & drip course below

10.4 White wash Three or more coats of white wash on ceiling & internal

Page 73: Tender Doc

73

S. No. Item of work Description

walls, stair hall & waist slab.

10.5 Ceiling White Wash

10.6 Primer All doors & windows (frames and shutters) shall be given a coat of primer.

10.7 Painting Two or more coats of Synthetic enamel paint for all wood & steel work to give an even shade.

10.8 External Finish 12 mm thick Cement plastering in 1:4 (1 cement: 4 coarse sand) expect on precast sunshades.

Acrylic smooth exterior paint on external plastered surface as well as on exposed columns, beams.

11.0 Internal Sanitary/Water Supply Installations

11.1 W.C. Pan One number white vitreous China, 580 mm Orissa pattern pan with PVC P or S trap with 10 liter low level PVC flushing cistern of approved quality.

11.2

Sink

Kitchen sink of 610 x 450 x 200 of stainless steel with MS. Brackets, waste & PVC waste pipe etc. complete.

11.3 Soil & Waste Pipes Single stack & dual SWR gasket stack system off 110 UPVC pipes & 80 mm UPVC internal pipes\ including all fittings as per approved plumbing design (all fittings, pipes shall be of Prince/Supreme/AKG/ Kasan or Equivalent )

11.4 Internal Chambers Brick masonry with bricks of class designation 75 (inside dimensions 90 x 80cm x 45cm) or more than 45 cm depth as per site condition with SFRC light duty cover.

11.5 Pipes between house manhole and service manhole

UPVC pipe 110 mm dia, Gully Trap as required with CC bed up to haunches.

11.6 Pipes external 16, 20, 25, 32 mm (External dia) 3 layer. PP – R

Page 74: Tender Doc

74

S. No. Item of work Description

(Polypropylene Random copolymer) as per drawing. Additional 32mm dia pipe line from overhead Fire tank upto second floor.

11.7 Pipe internal 3 layer PP – R (Polypropylene Random Copolymer) of 16 mm to 20 mm dia as per drawing / schedule

11.8 Fittings PTMT bib cocks and stop cocks – 15mm.

11.9

Over Head Tank

Polyethylene water storage common tank (confirming to IS : 12701) on terrace common for 5 or 10 flats @ (300 liters + 150 liter) for each flat. One additional tank of 5000 lit capacity on each block (40 flats) for Fire requirement. The tank shall be manufactured with FDA approved material including preparing base and holding down of tank to avoid any displacement when empty. Separate water tank shall be provided for domestic & WC flushing.

11.10

Recirculation

The water supply system is dual supply including recirculation of treated water for WC only.

11.11 Stop Cock The necessary PTMT stop cocks

Note: - Plinth protection is not part of lump sum tender for Building work.

Page 75: Tender Doc

75

Guidelines for Selection Material/Product for Civil works

1. The agency shall bring three to five samples of the each item ISI marked & as per CPWD specifications. If ISI marked material is not manufactured then it will be as per relevant IS code. If the committee is not satisfied with the samples brought by the agency, committee can ask for additional three to five samples and so on. The committee constituted by Director (W) shall approve these samples. The committee may recommend more than one brand of item to be used in the work depending on the quality and its availability.

2. Material should be procured from the approved manufacture or authorized dealer. Agency to produce

invoice / bill in support.

Page 76: Tender Doc

76

ABBREVIATIONS USED

S.NO ABBREVIATION DETAIL

1. DSIIDC Delhi State Industrial & Infrastructure Development Corporation

2. M.D. Managing Director

3. M.C.D. Municipal Corporation of Delhi

4. D.J.B Delhi Jal Board

5. D.V.B. Delhi Vidyut Board

6. Specification CPWD Specification

7. C.D.O Central Design Organisation

8. I.I.T Indian Institute of Technology, Delhi

9. W.C. Water Closet

10. G.I. Galvanised Iron

11. U.G. T/R Underground Storage Tank/Reservoir

12. CC Cement Concrete

13. BW Brick work

14. RCC pipe Reinforced Cement Concrete pipe

15. ISI Indian Standard Institute

16. M.S. Mild Steel

17. M Meter

18. Cm Centimeter

19. Mm Millimeter

20. Kg Kilogram

21. Sqm Square meter

22. A.C. Asbestos cement

23. C.P. Chromium plated

24. HDP High Density Polythylene

25. S.F.R.C Steel Fiber Reinforced Concrete

26. S.W. Stone ware

Page 77: Tender Doc

77

27. B.I.S. Bureau of Indian Standards

28. C.B.R.I Central Building Research Institute

29. B.M.T.P.C. Building Material Technologies Promotion Council

30. I/C Including

31. S/S Socketed & Spigot

32. NP2 Non Pressure Class 2

33. NP3 Non Pressure Class 3

34. C:M Cement Mortar

35. I.L. Invert Level

36. w.r.t. With Respect To

37. D.Us Dwelling Units

38. Hact. Hactare

39. BBL Building By Laws

40. ESS Electric Sub Station

41. T.M.T. Thermo Mechanically Treated

42. NDPL North Delhi Power Limited

43. Major Work Civil works related to Building & Infrastructure

44. Minor Work Electrical works

45. EE Executive Engineer/ Chief Project Manager

46. SE Superintending Engineer/ Project Director

47. JNNURM Jawaharlal Nehru National Urban Renewal Mission

48. GOI Govt. of India

49. BSUP Basic Services to the Urban Poor

50. TPIM Third Party Inspection & Monitoring

51. QMS Quality Monitoring System

Page 78: Tender Doc

78

CENTRAL PUBLIC WORKS DEPARTMENT

OFFICE MEMORANDUM No.DGW/CON/252

ISSUED BY AUTHORITY OF DIRECTOR GENERAL OF WORKS NIRMAN BHAWAN, NEW DELHI DATED: 26.04.2010

Subject: Amendment to Para 10A under General Rules and Directions of GCC 2010.

In view of modifications made under Pam 4A and insertion of new Para 4B under General Rules and Directions of GCC 2010 affected vide OM No. CON/251 dated 07.04.2010, Para 10A of General Rules and Directions of GCC 2010 is modified as under:-

Para 10A

(page 6-7)

Existing Provisions

In case o f Percentage Rate Tenders only percentage quoted shall be considered. Any tender containing item rates is liable to be rejected. Percentage quoted by the contractor in percentage rate tender shall be accurately filled in figures and words, so that there is no d iscrepancy. However if the contractor has

worked out the amount of the

tender and if any discrepancy

is found in the percentage

quoted in words and figures,

the percentage which

corresponds with the amount

worked out by the contractor

shall, unless otherwise proved,

be taken as correct. If the

amount of the tender is not

worked out by the contractor

or it does not correspond with

the percentage written either

in figures or in words, then the

p e r c e n t a g e q u o t e d b y t h e

Modified Provisions

In case of Percentage Rate Tenders only percentage quoted shall be considered. Any tender containing item rates is liable to be rejected. Percentage quoted by the contractor in percentage rate tender shall be accurately fil led in figures and words, so that there is no discrepancy.

(Remaining part deleted)

Page 79: Tender Doc

79

contractor in words shall be taken as correct. Where the percentage quoted by the contractor in figures and in words tally but the amount is not worked out correctly, the pe rc en ta g e q uo ted by t he contractor will, unless otherwise proved, be taken as correct and not the amount.

Superintending Engineer (C&M)

Issued from tile No. CSQ/CM/EE-I/37( I )/2008

Copy to: - I. All ADGs CPWD. E-in-C PWD, Delhi Govt. 2. All CEs, CPWD, PWD Delhi Govt.- They are requested to endorse a copy of this to all SEs & EEs with further

directions that they should bring this to the notice of all the concerned.

Executive Engineer

Page 80: Tender Doc

80

CENTRAL PUBLIC WORKS DEPARTMENT OFFICE MEMORANDUM

No.DG/CON/255 ISSUED BY AUTHORITY OF DIRECTOR GENERAL

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 or 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 instruction or decisions or

decision within a period of the month from the

receipt of the contractor’s letter.

If the contractor considers any work

demanded of him to be outside the

requirements of the contract, or dispute 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 within a

period of one month from the receipt of the

contractor’s letter.

Page 81: Tender Doc

81

If the Superintending Engineer fails to give his

instructions or decision in writing within the

aforesaid period or if the contractor is

dissatisfied with the instruction 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 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.

If the Superintending Engineer fails to give

his instruction or decision in writing within

the aforesaid period or if 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 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), 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.

The modified GCC 2010 including provisions of this OM is available of CPWD website.

Superintending Engineer (C & M)

Page 82: Tender Doc

82

Issued from file no. CSQ/CM/C/37(1)/2011.

Copy to :-

1. All ADGs CPWD. E-in-C PWD, Delhi Govt.

2. All CEs, CPWD, PWD Delhi Govt.- They are requested to endorse a copy of this to all SEs & EEs with

further directions that they should bring this change to the notice of all the concerned.

Executive Engineer (M)

Page 83: Tender Doc

83

To, …………………………….. …………………………….. …………………………….. 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 from 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

Page 84: Tender Doc

84

To, 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 I 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 85: Tender Doc

85

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 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 of 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 86: Tender Doc

86

NOW, THEREFORE, in consideration of mutual covenants contained in this Pact, the parties hereby agree as follows and this Pact witness 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 employees 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 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 Panel 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 acknowledge or becomes aware, during the tendering process and throughout the negotiation or award of a contract.

Page 87: Tender Doc

87

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:

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.

e) The Bidder(s)/Contractor(s) will, when presenting his bid, disclose (with each tender as per

proforma enclosed) any and all

Page 88: Tender Doc

88

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 wilful 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 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.

Page 89: Tender Doc

89

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 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.

Page 90: Tender Doc

90

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.

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 the 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.

Page 91: Tender Doc

91

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 the 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. 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 witness: ………………………………………. (For and on behalf of Principal/Owner) ……………………………………….. (For and on behalf of Bidder/ Contractor) WITNESSES:

1. ………………………………. (Signature , Name & address)

2. ……………………………… (Signature , Name & address)

Place:

Dated:

Page 92: Tender Doc

92

CENTRAL PUBLIC WORKS DEPARTMENT OFFICE MEMORANDUM

No.DG/CON/255A ISSUED BY AUTHORITY OF DIRECTOR GENERAL

NIRMAN BHAWAN, NEW DELHI DATED: 10.08.2011

Sub: - Clarification regarding introduction of Integrity Pact introduced vide OM No. CON 255 Dt.

23.05.2011.

A new provision of integrity Pact (IP) was introduced in GCC- 2010 vide OM No. CON/255 dt.

23.05.2011. In the OM it is mentioned that all the time of submission of bid, it shall be mandatory to

sign the pact by the bidder failing which the bidder will stand disqualified from the tendering process

and such bid would be summarily rejected.

Some field Units have raised their doubts regarding submission of duly signed Integrity Pact by the

bidder at the time of submission of bid. In this regard it is clarified that: -

1. Submission of duly signed Integrity Pact by the bidders is application in case of manual

tendering where e-tendering is not followed.

2. In case of manual tendering Executive Engineer should sign the first page addressed to the

intending bidder at the time of issue of tender form and before submission of the bid, each

bidder shall sign IP at respective places and submit the bid. If duly signed IP is not submitted

by the bidder, such bid shall not be considered.

3. In case of e-tendering, Integrity Pact shall be treated in the same manner as other

components of the bid document. In e-tendering, the intending bidder does not sign any

document physically and entire bid document is submitted through digital signature. Since IP

is a part of bid document no separate physical submission is required with other documents

to be submitted in the office of tender opening authority. In addition to other component of

bid document, the Integrity Pact along shall also be signed between Executive Engineer and

successful bidder after acceptance of bid.

Superintending Engineer (C&M)

Issued from file no. SCQ/CM/C/37(1)/2011.

Copy to:-

(1) All ADGs CPWD. E-in CPWD, Delhi govt.

(2) All CEs – CPWD, PWD Delhi Govt. and E&F: They are requested to endorse copy of this OM to all

SEs & EEs with further directions that they should bring it to the notice of all the concerned.

Executive Engineer (Civil)

Page 93: Tender Doc

93

Construction of Low Cost Housing for Urban Poor / S lum Rehabilitation for Poothkhurd, Phase-II at Tikri, Delhi (G+4).

SCHEDULE OF QUANTITIES FOR GUIDENCE ONLY.

40 Flats - Twin Blocks Items of work - FOR CIVIL WORKS

Abstract of Cost - Clubbed

S.No Description Qty. Unit I. EARTH WORK

1.1 Earth work in excavation by mechanical means (Hydraulic excavator) / manual means in foundation trenches or drains (not exceeding 1.5 m in width or 10 sqm on plan) including dressing of sides and ramming of bottoms, lift up to 1.5 m, including getting out the excavated soil and disposal of surplus excavated soil as directed, within a lead of 50 m. All kinds of soil 550.470 cum

1.2 Filling available excavated earth (excluding rock) in trenches, plinth, sides of foundation etc. in layers not exceeding 20 cm in depth: consolidating each deposited layer by ramming and watering, lead upto 50 m and lift upto 1.5 m 558.961 cum

1.3 Carriage of earth from Bawana Industrial Complex including loading unloading and stacking. 8.490 cum

1.4 Supplying and filling in plinth with Jamuna sand under floors including, watering, ramming consolidating and dressing complete. 16.700 cum

II. CONCRETE WORKS 2.1

(a)

Providing and laying in position cement concrete of specified grade excluding the cost of centering and shuttering - All work upto plinth level. 1:1½:3 (1 Cement: 1½ coarse sand: 3 graded stone aggregate 20 mm nominal size). 2.578 cum

(b) 1:5:10 (1cement : 5 coarse sand: 10 stone aggregate 40mm nominal size) 72.586 cum

2.2 Extra for concrete work in super structure abvoe plinth level upto floor V level 25.178 cum

Page 94: Tender Doc

94

III. R.C.C WORKS

3.1 Providing and laying in position machine batched, machine mixed and machine vibrated design mix cement concrete of specified grade for reinforced cement concrete work including pumping of concrete to site of laying but excluding the cost of centering, shuttering, finishing, and reinforcement. including Admixtures in recommended proportions as per IS 9103 to accelerated, retard setting of concrete, improve workability without impairing strenght and durability as per direction of Engineer-in-charge. M-25 grade reinforced cement concrete by using 380kg. of cement per cum of concrete. All work above plinth level up to floor V level. 374.980 cum

3.2 Extra for R.C.C./ B.M.C/ R.M.C. work above floor V level for each four floors or part thereof. 41.510 cum

3.3 Centring and shuttering including strutting, propping etc. and removal of form for : Foundations, footings, bases of columns, etc. for mass concrete. 213.520 sqm

Lintels, beams, plinth beams, girders, bressumers and cantilevers. 1318.350 sqm

Columns, Pillars, Piers, Abutments, Posts and Struts. 1487.410 sqm

Stairs, (excluding landings) except spiral-staircases. 85.590 sqm

Edges of slabs and breaks in floors and walls.

Under 20 cm wide 47.150 mtr. 3.4 Reinforcement for R.C.C. work including straightening,

cutting, bending, placing in position and binding all complete Mild steel and medium tensile steel bars 5705.050 kg.

Thermo-Mechanically Treated bars 500/500D as per design & drawing 54758.12 kg.

3.5 Providing, hoisting and fixing upto floor five level precast reinforced cement concrete in lintels, beams and bressumers including setting in cement mortar 1:3 ( 1 cement : 3 coarse sand), cost of required centering and shuttering but excluding the cost of reinforcement using M 25 design mix concrete with minimum cement 380 kg per cum of concrete. 20.329 cum

Page 95: Tender Doc

95

3.6 Providing, hoisting and fixing upto floor five level precast

reinforced cement concrete in Planks including setting in cement mortar 1:3 (1 cement : 3 coarse sand), cost of required centering, shuttering but excluding the cost of reinforecement with M 25 design mix concrete with minimum cement 380 kg per cum of concrete. 52.250 cum

IV. BRICK WORK 4.1 Brick work with F.P.S. bricks of class designation 75 in

foundation and plinth in cement mortar1:6 (1 cement : 6 coarse sand) 15.310 Cum

4.2 Brick work with F.P.S. bricks of class designation 75 in superstructure above plinth level up to floor V level in all shapes and sizes in : Cement mortar 1:6 (1 cement : 6 coarse sand) 2.760 Cum

4.3 Brick work with modular flyash lime bricks (FALG Bricks with 5% cement content) conforming to IS:12894-2002, class designation 100 average compressive strength in super structure abvoe plinth level up to floor V level in: flyash bricks in superstructure above plinth level upto floor five level in cement mortar 1:6 (1 cement :6 coarse sand) bricks should confirming to IS:12894. above plinth upto floor V level. Cement mortar 1:6 (1 Cement : 6 coarse sand) 337.190 cum

4.4 Extra for brick work in superstructure above floor V level for each four floors or part thereof by mechanical means by lifting material using mobile crane. 76.798 cum

4.5 Half brick masonry with modular (FALG Bricks with 5% cement content) in supersturcture abvoe plinth level up to floor V level. Cement mortar 1:4 (1 Cement : 4 coarse sand)

826.570

Sqm

4.6 Extra for half brick masonary in superstructure above floor V level for every four floors or part thereof by mechanical means by lifting material using mobile crane.

162.530

Sqm

4.7 Extra for providing and placing in position 2 Nos. 6mm dia. M.S. bars at every third course of half brick masonry.

826.570

Sqm

Page 96: Tender Doc

96

4.8 Providing, precast cement concrete Jali 1:2:4 (1 cement : 2

coarse sand : 4 graded stone aggregate 6mm nominal size) reinforced with 1.6 mm dia mild steel wire including centering and shuttering, roughening cleaning, fixing and finishing in cement mortar 1:3 (1 cement : 3 fine sand) etc. complete excluding plastering of the jambs, sills and soffits. (Partially in veranda/staircase landing railing) 40 mm thick 21.600 sqm

V Flooring Work

5.1 Cement concrete flooring 1:2:4( 1 cement: 2 coarse sand :4

graded stone aggregate) finished with a floating coat of neat cement including cement slurry but excluding the cost of nosing of steps etc complete 40 mm thick with 20 mm nominal size stone aggregate 1179.100 Sqm

5.2 Cement plaster skriting (upto 30 cm height) with cement mortar 1:3 (1 cement : 3 coarse sand) finished with a floating coat of neat cement. 18 mm thick 126.080 sqm

5.3 Kota stone slab flooring over 20 mm (average) thick base laid over and jointed with grey cement slurry mixed with pigment to match the shade of the slab including rubbing and polishing complete with base of 1:4 (1 cement : 4 coarse sand) : 25mm thick 66.000 sqm

5.4 Providing and fixing 1st quality white ceramic glazed wall tiles conforming to IS:15622 (thickness to be specified by the manufacture) to approved make in as approved by Engineer -in- charge in skirting, risers of steps, and dados over 12 mm thick bed of Cement Mortar 1:3 (1 cement: 3 coarse sand) and jointing with grey cement slurry @ 3.3 kg per sqm including pointing in white cement mixed with pigment of matching shade complete. 375.650 Sqm

5.5 Providing & fixing glass strips in joints of terrazo / cement concrete floors. 40 mm wide and 4 mm thick

2456.800

Metre

5.6 Extra for pre finished nosing in treads of steps of Kota 92.000 metre

Page 97: Tender Doc

97

stone/ sand stone slab (for Kitchen slab).

5.7 Providing and fixing M.S. angle 25x25x3 mm to act as nosing with lugs of M.S. bar 6mm dia 20 cm long forked at end 60cm apart (minimum three lugs to be provided) including necessary welding and applying a priming coat of approved primer on exposed surface etc. complete.

156.110

kg.

VI. FINISHING WORK

6.1 12 mm cement plaster mix :

1:6 ( 1 cement: 6 fine sand) 4333.240 sqm

6.2 12mm cement plaster finished with a floating coat of neat cement of mix:

1:4 (1 cement: 4 fine sand) 42.600 sqm

6.3 12 mm cement plaster mix : 1:4 (1 cement : 4 coarse sand) 2170.260 sqm

6.4 Extra over Item No.6.3 for height above 10m.from ground level for external plaster. 720.560 sqm

6.5 White washing with lime to give an even shade :

New Work (three or more coats) 5434.390 sqm

6.6 Applying priming coat : With ready mixed pink or grey primer of approved brand and

manufacture on wood work (hard and soft wood) 340.200 Sqm With ready mixed red oxide zinc chromate primer of

approved brand and manufacture on steel galvanised iron / steel works. 123.850 Sqm

6.7 Painting with synthetic enamel paint of approved brand and

manufacture to give an even shade : Two or more coats on new work 757.480 Sqm

6.8 Finishing walls with Acrylic Smooth exterior paint of required shade :

Page 98: Tender Doc

98

New work (Two or more coat applied @ 1.67 ltr/10 sqm over

and including base coat of water proofing cement paint applied @ 2.20 kg/ 10 sqm). 1792.850 Sqm

VII. DOOR & WINDOWS

7.1 Providing and fixing T-iron frames for doors, windows and ventilators of mild steel Tee-sections, joints mitred and welded with 15x3 mm lugs 10 cm long embedded in cement concrete blocks 15x10x10 cm of 1:3:6 (1 cement :3 coarse sand :6 graded stone aggregate 20 mm nominal size) or with wooden plugs and screws or raw plugs and screws or with dash fastener or with fixing clips or with bolts and nuts as require including fixing of necessary butt hinges and screws and applying a priming coat of approved steel primer. 3068.100 Kg.

7.2 Providing and fixing glazed shutters for doors, windows and

clerestory windows using 4 mm thick float glass panes including necessary screws.

Kiln seasoned and chemically treated Mirandi wood 35 mm thick 123.850 sqm

7.3 Providing and fixing ISI marked flush door shutters conforming to IS : 2202 (Part I) non-decorative type, core of block board construction with frame of 1st class hard wood and well matched marine ply veneering with vertical grains or cross bands and face veneers on both faces of shutters :

30 mm thick including necessary screws. 214.200 Sqm.

7.4 Providing and fixing M.S. fan clamp type I of 16 mm dia M.S. bar bent to shape with hooked ends in R.C.C. slabs during laying including painting the exposed portion of loop, all as per standard design complete.

80.000

Nos

7.5 Providing and fixing ISI marked Oxidised M.S sliding door bolts with nuts and screws etc. complete

250 x16 mm

40.000

Each

7.6

Providing and fixing ISI marked 85 mm x 42 mm oxidised M.S pull bolt lock conforming to I.S 7534 with necessary screws bolts, nut and washers etc. complete.

160.000

Each

7.7

Providing and fixing ISI marked oxidised M.S. tower bolt black finish, (Barrel type) with necessary screws, etc.

Page 99: Tender Doc

99

complete 200 x10 mm

200.000 Each

150x10mm 200.000 Each 100x10mm 240.000 Each

7.8 Providing and fixing ISI marked oxidised M.S handles conforming to IS :4992 with necessary screws etc. complete 125 mm

400.000

Each

100 mm

240.000 Each

7.9 Providing and fixing oxidised M.S. casement stays (straight peg type) with necessary screws etc. complete. 200 mm weighing not less than 120 gms

240.000 Each

7.10 Providing and fixing aluminium hanging floor door stopper ISI marked anodised (anodic coating not less than grade AC 10 as per IS : 1868) transparent or dyed to required colour and shade with necessary screws etc. complete. Single rubber stopper

120.000 Each

7.11

a)

Providing and fixing M.S. grills of required pattern in frames of windows etc. with M.S. flats, square or round bars etc. all complete. Fixed to steel windows by welding

1238.500 Kg.

7.12

Providing and fixing fibre Glass Reinforced plastic (FRP) Door Frames of cross-section 90mm x 45mm having single rebate of 32mm x 15mm to receive shutter of 30mm thickness. The laminate shall be moulded with fire resistant grade unsaturated polyester resin and chopped mat .Doorframe laminate shall be 2mm thick and shall be filled with suitable wooden block in all the three legs. The frame shall be covered with fiberglass from all sides. M.S. stay shall be provided at the bottom to steady the frame.

400.800 mtr.

7.13

Providing and fixing to existing door frames. 30 mm thick Glass Fibre Reinforced Plastic (FRP) panelled door shutter of required colour and approved brand and manufacture, made with fire - retardant grade unsaturated

126.000 sqm

Page 100: Tender Doc

100

polyester resin, moulded to 3 mm thick FRP laminate for forming hollow rails and styles, with wooden frame and suitable blocks of seasoned wood inside at required places for fixing of fittings, cast monolithically with 5mm thick FRP laminate for panels and conforming to IS: 14856 - 2000 including fixing to frames.

VIII. ROOFING WORKS

8.1 Providing and laying integral cement based waterproofing treatment including preparation of surface as required for treatment of roofs, balconies, terraces etc. consisting of following operations. Applying a slurry coat of neat cement using 2.75 kg. / sqm of cement admixed with waterproofing compound conforming to IS:2645 and approved by Engineer-in-charge over the R.C.C. slab including adjoining walls up to 300mm height including cleaning the surface before treatment. Laying brick bats with mortar using broken bricks/brick bats 25mm to 115 mm size with 50% of cement mortar 1:5 (1 cement : 5 coarse sand) admixed with waterproofing compound conforming to IS:2645 and approved by Engineer-in-charge over 20mm thick layer of cement mortar of mix 1:5 (1 cement :5 coarse sand) admixed with waterproofing compound conforming to IS:2645 and approved by Engineer-in-Charge over 20mm thick layer of cement mortar of mix 1:5 (1 cement : 5 coarse sand) admixed with water proofing compound conforming to IS : 2645 and approved by Engineer-in-charge to required slope and treating similarly the adjoining walls upto 300 mm height including rounding of junctions of walls and slabs. After two days of proper curing applying a second coat of cement slurry using 2.75 Kg/Sqm of cement admixed with waterproofing compound conforming to IS:2645 and approved by Engineer-in-charge. Finishing the surface with 20mm thick jointless cement mortar of mix 1:4 (1 cement : 4 coarse sand) admixed with waterproofing compound conforming to IS : 2645 and approved by Engineer-in-charge laying glass fibre cloth of approved quality in top layer of plaster and finally finishing the surface with trowel with neat cement slurry and making of 300x300 mm square 3mm deep. The whole terrace so finished shall be flooded with water for a minimum period of two weeks for curing and for final test. All above operations to be done in order and as directed & specified by the Engineer-in-charge. With average thickness of 120 mm and minimum thickness at Khurra as 65 mm

249.530

Sqm

8.2 Providing and laying water proofing treatment in sunken 204.960 sqm

Page 101: Tender Doc

101

portion of WCs, bathroom etc., by applying cement slurry mixed with water proofing cement compound consisting of applying : a) First layer of slurry of cement @ 0.488 kg/sqm mixed with water proofing cement compound @ 0.253 kg/sqm. This layer will be allowed to air cure for 4 hours. b) Second layer of slurry of cement @ 0.242 kg/sqm mixed with water proofing cement compound @ 0.126 kg/sqm. This layer will be allowed to air cure for 4 hours followed with water curing for 48 hours. The rate includes preparation of surface, treatment and sealing of all joints, corners, junctions of pipes and masonry with polymer mixed slurry.

8.3 Providing and fixing on wall face unplasticised-Rigid PVC rain water pipes conformining to IS :13592 Type A including jointing with seal ring conforming to IS:5382 leaving 10 mm gap for thermal expansion. Single Socketed Pipes 110 mm dia 119.600 Meter

8.4 Providing and fixing on wall face unplastic ised - PVC moulded fittings / accessories for unplasticised Rigid PVC rain water pipes conforming to IS:13592 Type A including jointing with seal ring conforming to IS:5382 leaving 10 mm gap for thermal expansion. Bend 87.5° 110 mm bend 8.000 Each

Shoe (Plain) 110 mm shoe 8.000 Each

8.5 Providing and fixing unplasticised -PVC pipe clips of approved design to unplasticised - PVC rain water pipes by means of 50x50x50mm hard wood plugs, screwed with M.S. screws of required length including cutting brick work and fixing in cement mortar 1:4 (1 cement : 4 coarse sand) and making good the wall etc. complete. 110 mm 40.000 each

8.6 Providing and fixing to the inlet mouth of rain water pipe PTMT (an Engineering thermoplastic) grating square (Slit) 150 mm square with a height of 8 mm and weighing not less than 100 gms.

8.000

Each

Page 102: Tender Doc

102

IX. MISCELLANEOUS WORK

9.1 Providing & fixing G.I spouts 40 mm dia & 250mm long 136.000 nos 9.2 Steel work welded in built up sections/framed work including

cutting, hoisting, fixing in position and applying a priming coat of approved steel primer using structural steel etc. as required. In gratings, frames, guard bar, ladder, railings, brackets, gates and similar works. 228.420 kg

9.3 Providing and fixing hand rail of approved size welding etc. to steel ladder railing, balcony railing and stair case railing including applying a priming coat of approved steel primer. M.S. tube 217.080 kg

9.4 Supplying and mixing 'Recron' fibre in precast R.C. planks 99.270 kg 9.5 Providing hoisting and fixing 30mm thick precast

ferrocement shelves in position upto floor V level. 62.700 sqm 9.6 Providing and fixing in position Trap door as per design and

drawing complete. (Drawing attached) 2.000 each

Page 103: Tender Doc

103

Construction of Low Cost Housing for Urban Poor / S lum Rehabilitation for Poothkhurd, Phase-II at Tikri, Delhi (G+4)

SCHEDULE OF QUANTITIES FOR GUIDENCE ONLY. 40 Flats - Twin Blocks

Plinth Area = 34.60 Sqm

Item of Work - FOR SANITARY WORKS Abstract of Cost - Clubbed

S. No Description Qty. Unit

X. SANITARY INSTALLA TIONS

10.1 Providing and fixing water closet squatting pan (Indian type W.C. pan) with 100mm UPVC P or S trap, 10 litres low level white P.V.C. flushing cistern with manually controlled device (handle lever) conforming to IS :7231, with all fittings and fixtures complete including cutting and making good the walls and floors wherever required. White Vitreous china Orissa pattern W.C. pan of size 580x440mm with integral type foot rests. 40.00 Each

10.2 Providing and fixing stainless steel sink with C. I. Brackets, C.P. brass chain with rubber plug, 40 mm C. P. brass waste complete, including painting the fittings and brackets, cutting and making good the walls wherever requied: of size 615 x 460 x 200 mm 40.00 Each

10.3 Providing and fixing PTMT grating of approved quality and colour. Circular type 100 mm nominal dia 80.00 Each

10.4 Providing and fixing soil, waste and vent pipes. PVC - SWR S&S pipe as per confirming to IS 13592 110 mm dia 193.08 Meter

80 mm diameter 168.32 Meter 10.5 Providing and fixing M.S. holder-bat clamps of approved design

to Sand Cast iron/cast iron (spun) pipe embedded in and including cement concrete blocks 10x10x10cm of 1:2:4 mix (1 cement :2 coarse sand :4 graded stone aggregate 20mm nominal size) including cost of cutting holes and making good the walls etc. For 100 mm dia pipe 40.00 Each

10.6 Providing and fixing bend of required degree with access Door, insertion rubber washer 3 mm thick PVC - SWR S&S 110 mm 8.00 Each

10.7 Providing and fixing plain bend of required degree. PVC - SWR S&S 110 mm 40.00 Each

Page 104: Tender Doc

104

10.8 Providing and fixing single equal plain junction of required degree with access door, insertion rubber washer 3 mm thick, bolts and nuts complete. PVC - SWR S&S 110 x 110 x 110 mm 40.00 Each

10.9 Providing and fixing terminal guard: PVC - SWR S&S 110 mm 8.00 Each

10.10 Providing and fixing trap of self cleansing design with screwed down or hinged grating with or without vent arm complete, including cost of cutting and making good the walls and floors :

PVC - S&S 110 mm inlet and 80 mm outlet 80.00 Each

10.11 Providing and fixing Deep Sealtrap of self cleansing design with screwed down or hinged grating with or without vent arm complete, including cost of cutting and making good the walls and floors : PVC - S&S 110 mm inlet and 80 mm outlet 40.00 Each

XI. WATER SUPPLY 11.1 Providing and fixing 3 layer PP-R (Poly propylene Random

copolymer) pipes SDR 7.4 U V stabilized & anti - microbial fusion welded, having thermal stability for hot & cold water supply including all PP - R plain & brass threaded polypropylene random fittings i/c fixing the pipe with clamps at 1.00 m spacing. This includes testing of joints complete as per direction of Engineer in Charge. Internal work - Exposed on wall. PN - 16 Pipe, 20 mm OD 206.40 Meter

PN - 16 Pipe, 25 mm OD 428.40 Meter PN - 16 Pipe, 32 mm OD 37.86 Meter

11.2 Providing and fixing 3 layer PP-R (Poly propylene Random copolymer) pipes SDR 7.4 U V stabilized & anti - microbial fusion welded, having thermal stability for hot & cold water supply including all PP - R plain & brass threaded polypropylene random fittings i/c fixing the pipe with clamps at 1.00 m spacing. This includes the cost of cutting chases and making good the same including testing of joints complete as per direction of Engineer in Charge. Concealed work including cutting chases and making good the wall etc. PN - 16 Pipe, 16 mm OD 281.20 Meter

11.3 Providing and fixing 3 layer PP-R (Poly propylene Random copolymer) pipes U V stabilized & anti - microbial fusion welded, having thermal stability for hot & cold water supply including all PP - R plain & brass threaded polypropylene random fittings i/c trenching, refilling and testing of joints complete as per direction of Engineer in Charge. External work PN-16 Pipe, 20mm OD (SDR - 7.4) 23.93 Meter

PN-16 Pipe, 25mm OD (SDR - 7.4) 38.04 Meter

Page 105: Tender Doc

105

11.4

a)

Providing and fixing ball valve (brass) of approved quality, High or low pressure, with plastic floats complete: 20mm nominal bore 12.00 Each

b) 25mm nominal bore 2.00 Each 11.6 Providing and placing on terrace (at all floor levels) Polyethylene

water storage tank ISI : 12701 marked with cover and suitable locking arrangement and making necessary holes for inlet, outlet and overflow pipes but without fittings and the base support for tank 23000.00 per litre

11.7 Providing and fixing PTMT bib cock of approval quality conforming to IS : 8931 15 mm nominal bore. 160.00 each

11.8 Providing and fixing PTMT stop cock of approved quality and colour. 20mm nominal bore, 89 mm long, weighing not less than 88 gms 4.00 Each

11.9 Providing and fixing gun metal gate valve with C.I. wheel of approved quality (screwed end) : 25 mm nominal bore 14.00 Each

32 mm nominal bore 2.00 Each 11.10 Providing and fixing PTMT stop cock of approved quality and

colour. 15 mm nominal bore, 86mm long. Weighing not less than 88 gms. 160.00 each

11.11 Providing and fixing gun metal non-return valve of approved quality (screwed end): 25 mm nominal bore. Horizontal 12.00 each

11.12 Providing and fixing unplasticised PVC connection pipe with PTMT Nuts collar and bush of approved quality and colour. 15 mm nominal bore with 30 cm length. 40.00 each

11.13 Excavating trenches of required width for pipes, cables, etc. including excavation for sockets, and dressing of sides, ramming of bottoms, depth upto 1.5 m including getting out the excavated soil, and then returning the soil as required, in layers not exceeding 20 cm in depth including consolidating each deposited layer by ramming, watering, etc. and disposing of surplus excavated soil as directed, within a lead of 50 m : Pipes, cables etc., exceeding 80 mm dia. but not exceeding 300 mm dia. 39.48 metre

11.14 Providing and fixing square-mouth S.W. qully trap grade 'A' complete with C.I. grating brick masonry chamber with water tight C.I. cover with frame of 300x300 mm size (inside) the weight of cover to be not less than 4.50 kg and frame to be not less than 2.70 kg as per standard design : 150 x 100 mm size P type With F.P.S. Bricks class designation 75 8.00 Each

Page 106: Tender Doc

106

11.15 Construction brick masonry manhole in cement mortar 1:4 (1cement : 4 coarse sand) R.C.C. top slab with 1:2:4 mix (1cement : 2 coarse sand : 4 graded stone aggregate 20mm nominal size), foundation concrete 1:4:8 mix (1 cement : 4 coarse sand : 8 graded stone aggregate 40mm nominal size) inside plastering 12mm thick with cement mortar 1:3 (1 cement : 3 coarse sand) finished with floating coat of neat cement and making channels in cement concrete 1:2:4 (1 cement : 2 coarse sand : 4 graded stone aggregate 20mm nominal size) finished with a floating coat of neat cement complete as per standard design :- Inside size 90x80 cm and 45 cm deep including C.I. cover with frame (light duty) 455x610 mm internal dimensions total weight of cover and frame to be not less than 38 kg (weight of cover 23 kg and weight of frame 15 kg) : With F.P.S. bricks with class designation 75. 3.00 Each

Page 107: Tender Doc

107

Construction of EWS Housing, Under JNNURM at Bawana- III (Pooth khurd), Delhi. For Slum Relocation

POOTH KHURD Phase II at TIKRI,DELHI, For (5 storied) 40 Flats

Items of work - FOR CIVIL WORKS (Additional for extra 0.15 m depth (150mm) S.No Description Qty. Unit

I. EARTH WORK 1.3 Carriage of earth from Bawana Industrial Area by mechanical

transport including loading, unloading and stacking complete 33.40 cum 1.2 Filling available excavated earth (excluding rock) in trenches,

plinth, sides of foundation etc. in layers not exceeding 20 cm in depth: consolidating each deposited layer by ramming and watering, lead upto 50 m and lift upto 1.5 m 33.40 cum

III. R.C.C WORKS 3.1 Providing and laying in position machine batched, machine

mixed and machine vibrated design mix cement concrete of specified grade for reinforced cement concrete work including pumping of concrete to site of laying but excluding the cost of centering, shuttering, finishing, and reinforcement. including Admixtures in recommended proportions as per IS 9103 to accelerated, retard setting of concrete, improve workability without impairing strenght and durability as per direction of Engineer-in-charge. M-25 grade reinforced cement concrete by using 380 kg. of cement per cum of concrete. All work up to floor V level.

1.040 cum 3.3 Centring and shuttering including strutting, propping etc. and

removal of form for : Columns, Pillars, Piers, Abutments, Posts and Struts. 13.960 sqm

3.4

(a)

Reinforcement for R.C.C. work including straightening, cutting, bending, placing in position and binding all complete Thermo-Mechanically Treated bars (500/500D as per design and drawing) 238.23 kg

IV. BRICK WORK 4.1 Brick work with F.P.S. bricks of class designation 75 in

foundation and plinth in cement mortar1:6 (1 cement : 6 coarse sand)

3.02 Cum

Page 108: Tender Doc

108

Construction of Low Cost Housing for Urban Poor/Slu m Rehabilitation at Bawana – III (Pooth Khurd) Delhi comprising of 4560 EWS Ho uses in (G + 4) Phase II,

Delhi.(Site at Tikri Kalan) PART - A

FINANCIAL BID (LUMP-SUM PRICE) (BUILDING DWELLING UNITS ONLY)

(FOR CIVIL WORKS, INTERNAL SANITARY WORKS) Sl. No. Description Qty Unit Rate Amount

1 Dwelling Units in G+4 blocks of RCC

framed structure, one dwelling unit

comprises of one living room, one

bed room, one kitchen, one w.c.,

one bath room, balcony, common

stairs. All complete as per drawings

and specifications.

(Approx. Plinth Area = 34.60 Sqm.)

4560 no. Each DU's

2 Add or deduct on account of

additional/lesser depth from NGL

to plinth level due to variations in

levels of NGL, it shall include all

items to be executed below plinth

level upto NGL as per drawings of

particular blocks. 859.40

Centimetre

Per

Centimetre

Per Block of

20 DU's

Page 109: Tender Doc

109

SH: Infrastructure Development

Internal Road, Pathways, Park work, Drainage, Sewer age, Water Supply, Under Ground Water Tank, Earthfilling & Rainwater

Harvesting, Boundary Wall, Recycled Water Supply.

SCHEDULE OF QUANTITY

S.No Description Unit QTY Rate

(Rs.) Amount

(Rs.)

1 Earth work in excavation by mechanical means (Hydraulic excavator) / manual means over areas (exceeding 30cm in depth. 1.5m in width as well as 10 sqm on plan) including disposal of excavated earth, lead upto 50m and lift upto 1.5m, disposed earth to be levelled and neatly dressed.; All kind of soil. cum 5920.56 101.85 603009.04

2 Supplying and filling in plinth with Jamuna sand under floors including, watering, ramming consolidating and dressing complete. cum 3.42 301.5 1031.13

3 Earth work in excavation by mechnical means (Hydraulic excavator)/ manual means in foundation trenches or drains (not exceeding 1.5 m in width or 10 Sqm. on plan) including dressing of sides ramming of bottoms, lift up to 1.5 m including getting out the excavated soil & disposal of surplus excavated soil as directed within a lead of 50 m: All kind of soil. cum 8102.86 103.40 837835.72

Page 110: Tender Doc

110

4 (a) Excavating trenches of required width for pipes cables etc. including excavation for sockets & dressing of sides ramming of bottoms, depth up to 1.5 m including getting out the excavated soil, & then returning the soil as required, in layers not exceeding 20 cm. in depth including consolidating each deposited layer by ramming watering etc. & disposal of surplus excavated soil as directed within a lead of 50 m: All kind of soil: Pipes cables etc. exceeding 80 mm dia. but not exceeding 300 mm dia. meter 12985.20 115.05 1493947.26

4 (b) Excavating trenches of required width for pipes cables etc. including excavation for sockets & dressing of sides ramming of bottoms, depth up to 1.5 m including getting out the excavated soil, & then returning the soil as required, in layers not exceeding 20 cm. in depth including consolidating each deposited layer by ramming watering etc. & disposal of surplus excavated soil as directed within a lead of 50 m: All kind of soil: Pipes, cables etc. exceeding 300 mm dia but not exceeding 600 mm. meter 156.40 179.65 28097.26

5 Extra for excavating trenches for pipes cables etc. in all kind of soil for depth exceeding 1.5m but not exceeding 3.00 m. (Rate is over corresponding basic item for depth upto 1.5m) Pipes cables etc. exceeding 80 mm dia but not exceeding 300 mm dia. meter 2080.20 153.02 318312.20

6 (a) Extra for excavating trenches for pipes, cables, etc, in all kinds of soil for depth exceeding 3 m in depth, but not exceeding 4.5 m. (Rate is over corresponding basic item for depth upto 1.5 metre.) Pipes, cables etc. exceeding 80 mm dia. but not exceeding 300 mm dia. meter 159.40 391.17 62352.50

Page 111: Tender Doc

111

6 (b) Extra for excavating trenches for pipes, cables, etc, in all kinds of soil for depth exceeding 3 m in depth, but not exceeding 4.5 m. (Rate is over corresponding basic item for depth upto 1.5 metre.) Pipes cables exceeding 300 mm but not exceeding 600 mm meter 156.40 610.81 95530.68

7 Filling available excavated earth (excluding rocks) in trenches, plinth, sides of foundation etc. in layers not exceeding 20 cm. in depth: consolidation each deposited layer by ramming & watering lead up to 50 m & lift up to 1.5 m cum 3808.12 45.70 174031.08

8 (a) Extra for every additional lift of 1.5m or part thereof in. All kinds of soil cum 3903.75 18.90 73780.88

8 (b) Extra for every additional lift of 3.0 to 4.50 m - All kinds of soil. cum 91.67 37.80 3465.13

9 (a) Providing and laying in position cement concrete of specified grade execluding the cost of centering and shuttering-All work up to plinth level: 1:2:4 (1cement: 2 coarse sand: 4 graded stone aggregate 20mm nominal size cum 165.44 3257.45 538912.53

9 (b) Providing and laying in position cement concrete of specified grade execluding the cost of centering and shuttering-All work up to plinth level: 1:5:10 (1 cement : 5 coarse sand 10 graded stone aggregate 40mm nominal size) cum 3913.16 2237.75 8756673.79

10 Providing and laying damp-proof course 40mm thick with cement concrete 1:2:4 (1 cement : 2 coarse sand: 4 graded stone aggregate 12.5mm nominal size). sqm 610.20 144.15 87960.33

11 Extra for providing and mixing water proofing material in cement concrete work @ 1 kg per 50kg of cement. kg. 156.76 27.45 4303.06

Page 112: Tender Doc

112

12 Providing & laying in position specified grade of reinforced cement concrete excluding the cost of centering, stuttering, finishing & reinforcement - All work upto plinth level 1:1.5:3 (1 cement: 1.5 coarse sand: 3 graded stone aggregate 20 mm nominal size) cum 310.42 3732.00 1158487.44

13 Reinforced cement concrete works in walls (any thickness), including attached pilasters, buttresses, plinth and string courses, fillets, columns, pillars, piers, abutments posts and struts, etc. upto floor five level excluding cost of centering, shuttering, finishing and reinforcement. 1:1.5:3 ( 1 cement : 1.5 coarse sand : 3 graded stone aggregate 20mm nominal size) cum 330.10 4092.35 1350884.74

14 Reinforced cement concrete work in beams, suspended floors, roofs having slope up to 15° landings, balconies, shelves, chajjas, lintels, bands, plain window sills, staircases and spiral stair cases up to floor five level excluding the cost of centering, shuttering, finishing and reinforcement with 1:11/2: 3 (1 cement : 11/2 coarse sand : 3 graded stone aggregate 20 mm nominal size). cum 185.84 4096.38 761271.26

15 (a) Centring and shuttering including strutting, propping etc. and removal form for: Foundation footing & bases for columns etc. mass concrete & precast shelves. sqm 819.13 119.25 97681.25

15 (b) Centring and shuttering including strutting, propping etc. and removal form for: Walls any thickness including attached pillasters buttresses plinth & string courses etc. sqm 1480.71 180.40 267120.08

Page 113: Tender Doc

113

15 (c) Centring and shuttering including strutting, propping etc. and removal form for: Suspended floors roofs landings & balconies & access plateform. sqm 1361.90 187.35 255151.97

15 (d) Centring and shuttering including strutting, propping etc. and removal form for: Lintel beams plinth beams girders bressumers & cantilevers. sqm 1207.05 162.65 196326.68

15 (e) Centring and shuttering including strutting, propping etc. and removal form for: Columns, Pillars, Piers, Abutments, Posts and Struts. sqm 3916.44 238.40 933679.30

15 (f) Centring and shuttering including strutting, propping etc. and removal form for: Stairs (excluding landings) except spiral stair case sqm 30.99 204.00 6321.96

15 (g) Centring and shuttering including strutting, propping etc. and removal form for: Edges of slabs and breaks in floors and walls. Centring and shuttering including strutting, propping etc. and removal form for: Under 20 cm wide meter 122.16 61.10 7463.98

16 Reinforcement for R.C.C. work including straightening, cutting bending, placing in position and binding all complete. Thermo-Mechanically Treated bars. 500/500D as per design and drawing. kg 213564.64 42.70 9119210.13

17 Providing and laying in position machine batched, machine mixed and machine vibrated design mix cement concrete of specified grade for reinforced cement concrete work including pumping of concrete to site of laying but excluding the cost of centering, shuttering, finishing and reinforcement. including Admixtures in recommended proportions as per IS 9103 to accelerate, retard setting of concrete, improve workability without impairing strength and durability as per direction of cum 948.94 3983.75 3780339.73

Page 114: Tender Doc

114

Engineer-in-charge. M-25 grade reinforced cement concrete by using 380 kg. of cement per cum of concrete. All work up to floor V level.

18 Brick work with F.P.S. bricks of class designation 75 in foundation and plinth in: Cement mortar 1:6 (1 cement : 6 coarse sand) cum 2810.04 2121.75 5962202.37

19 Brick work with F.P.S. bricks of class designation 75 in superstructure above plinth level up to floor V level in all shapes and sizes in : Cement mortar 1:6 (1 cement : 6 coarse sand) cum 186.23 2430.25 452585.46

20 Tile brick masonry with tile bricks of class designation 100 in foundation and plinth in: Cement mortar 1:6 (1 cement : 6 coarse sand) cum 112.61 3277.65 369096.17

21 Brick work with modular fly ash lime bricks (FALG Bricks) conforming to IS:12894-2002, class designation 100 average compressive strength in super structure above plinth level up to floor V level in : Cement mortar 1:6 (1 cement : 6 coarse sand)

cum 520.95 2283.30 1189485.14

Page 115: Tender Doc

115

22 Providing and fixing factory made ISI marked steel glazed doors, windows and ventilators side /top /centre hung with beading and all members such as K11 B and K12 B etc. complete of standard rolled steel sections, joints mitred and flash butt welded and sash bars tenoned and riveted 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 fixing clips or with bolts and nuts as required, including roviding and fixing of hinges, pivots, float glass panes with glazing clips and special metal sash putty of approved make and a priming coat of approved steel primer excluding the cost of other fittings except necessary hinges or pivots complete as per approved design (Sectional weight of only steel members shall be measured for payment without weight of glass & other fittings. kg 83.70 178.90 14973.93

23 Providing and fixing T-iron frames for doors, windows and ventilators of mild steel Tee-sections, joints mitred and welded with 15x3 mm lugs 10cm long embedded in cement concrete blocks 15x10x10 cm of 1:3:6 (1 cement : 3 coarse sand : 6 graded stone aggregate 20 mm 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 crews and applying a priming coat of approved steel primer. kg 99.44 51.15 5086.36

Page 116: Tender Doc

116

24 Steel work welded in built up sections/framed work including cutting hoisting, fixing in position and applying a priming coat of approved steel primer using structural steel etc. as required. In gratings, frames, guard bar, ladders, railings, brackets, gates & similar works.

kg 1762.70 51.20 90250.24 25 Dry brick on edge flooring in

required patern with bricks of class designation 75 on a bed of 12 mm mud mortar including filling joints with jamuna sand (with F.P.S. bricks) complete. sqm 15892.91 208.90 3320028.90

26 Kota stone slab flooring over 20 mm (average) thick base laid over and jointed with grey cement slurry mixed with pigment to match the shade of the slab including rubbing and polishing complete with base of cement mortar 1 : 4 (1 cement : 4 coarse sand) : 25 mm thick. sqm 997.51 694.40 692670.94

27 40mm thick fine dressed stone flooring over 20mm (average) thick base of cement mortar 1:5 (1cement : 5 coarse sand) with joints finished flush.Red sand stone sqm 380.80 309.40 117819.52

28 15 mm cement plaster on the rough side of single or half brick wall of mix : 1:6 (1 cement :6 fine sand) sqm 139.94 78.55 10992.29

29 (a) 12 mm cement plaster of mix: 1:4 (1 cement: 4 coarse sand)

sqm 10619.61 82.55 876648.81 29 (b) 12 mm cement plaster of mix: 1:6

(1 cement: 6 coarse sand)

sqm 6554.52 72.70 476513.60 30 (a) 15 mm cement plaster on rough

side of single or half brick wall of mix : 1:4 (1 cement: 4 coarse sand) sqm 97.02 96.35 9347.88

30 (b) 15 mm cement plaster on rough side of single or half brick wall of mix : 1:6 (1 cement: 6 coarse sand) sqm 3236.74 84.55 273666.37

Page 117: Tender Doc

117

31 Neat cement punning . sqm 1854.48 21.40 39685.87

32 6 mm cement plaster of mix : 1:3 (1 cement: 3 fine sand)

sqm 1244.74 62.15 77360.59 33 15 mm cement plaster 1:3 (1

cement: 3 coarse sand) finished with a floating coat of neat cement on the rough side of single or half brick wall. sqm 3508.10 128.50 450790.85

34 White washing with lime to give an even shade : New work (three or more coats) sqm 1788.72 6.75 12073.86

35 Finishing walls with water proofing cement paint of required shade : New Work (Two or more coats applied @ 3.8 kg / 10 sqm) sqm 8218.90 30.80 253142.12

36 Painting with synthetic enamel paint of approved brand and manufacture to give an even shade : Two or more coats on new work sqm 143.14 35.35 5060.00

37 Preparation and consolidation of sub grade with power road roller of 8 to 12 tonne capacity after excavating earth to an average of 22.5 cm. depth, dressing to camber and consolidating with road roller including making good the undulations etc. and re-rolling the sub grade and disposal of surplus earth lead upto 50 metres.

sqm 17951.80 33.90 608566.02 38 Rounding of junction between

wall and sand stone coping of Park boundary using cement mortar 1:3 (1 cement : 3 coarse sand) all complete as per direction of Engineer-in-charge. mtr 2720.00 11.31 30763.20

39 (a) Supplying & stacking of graded stone aggregate at site of size range : 90 m to 45 mm size stone aggregate. cum 2297.83 742.30 1705679.21

39 (b) Supplying & stacking of graded stone aggregate at site of size range : 63 mm to 45 mm size stone aggregate.

cum 2297.83 768.45 1765767.46

Page 118: Tender Doc

118

39 (c) Supplying & stacking of graded stone aggregate at site of size range : 53 mm to 22.4 mm size stone aggregate. cum 1723.37 810.55 1396877.55

39 (d) Supplying & stacking of graded stone aggregate at site of size range : Stone screening 13.2mm (Type-A) cum 1077.11 892.25 961051.40

39 (e) Supplying & stacking of graded stone aggregate at site of size range : Stone screening 11.2 mm normal size (Type B) cum 394.94 979.40 386804.24

39 (f) Supplying & stacking at site good earth.

cum 0.96 144.05 138.29 39 (g) Supplying & stacking of graded

stone aggregate at site of size range : Moorum cum 242.35 421.85 102235.35

40 Laying spreading and compacting stone aggregate of specified sizes to WBM specifications including spreading in uniform thickness, hand picking, rolling with 3 wheeled road / vibratory roller 8-10 tonne in stages to proper grade and camber, applying and brooming requisite type of screening / binding material to fill up interstices of coarse aggregate watering and compacting to the required density.

cum 4936.74 192.55 950569.29 41 Brick edging in full brick width

and half brick depth including excavation, refilling and disposal of surplus earth lead upto 50 metres. With F.P.S. bricks of class designation 75 metre 8681.68 52.35 454485.95

42 Providing and applying tack coat using hot straight run bitumen of grade 80/100 including heating the bitumen, spraying the bitument with mechanically operated spray unit fitted on bitument boiler, cleaning and preparing the existing roat surface as per specifications: On W.B.M @ 0.75 kg/sqm. sqm 17951.80 23.90 429048.02

Page 119: Tender Doc

119

43 2.5 cm thick bitumastic sheet with hot bitumen of approved quality using stone chippings (60% 12.5 mm nominal size and 40% 10 mm nominal size) @ 1.65 cum per 100 sqm and coarse sand at 1.65 cum per 100 sqm of road surface and with bitumen @ 56 kg/cum of stone chippings and @ 128 kg/cum. of sand over a tack coat with hot straight run bitumen including consolidation with road roller of 8 to 10 tonne etc. complete.(tack coat to be paid separately) : With paving Asphalt 80/100 heated and then mixed with solvent at the rate of 70 grams per kg of asphalt. sqm 17951.80 134.45 2413619.51

44 Providing and laying design mix cement concrete in roads, taxi tracks and runways having a minimum works test beam flexural strength of 30 kg. per cm2. at 28 days using not less than 340 Kg. of cement per cum of finished concrete, coarse sand and graded stone aggregate of 40mm nominal size in appropriate proportions as per specified design criteria approved by Engineer-in-charge mechanically vibrated using needle and surface vibrators including steel form work with sturdy M. S. channel sections including curing and providing and filling construction joints and dummy joints with approved joint filler and primer including rounding of the edges and filling the grooves 10x25mm deep at top for construction joints and 10mmx50mm deep at top for dummy joints with joint sealing compound (conforming to grade B of IS : 1834) including making necessary arrangements for expansion joints etc. all complete. Cum 539.63 3692.20 1992421.89

Page 120: Tender Doc

120

45 Manufacturing supplying and fixing retro reflective sign boards made up of 2mm thick aluminium sheet, face to be fully covered with high intensity encapsulated type heat activated retro reflective sheeting conforming to type - IV of ASTM-D 4956-01 in blue and silver white or other colour combination including subject matter, message (bi-lingual), symbols and borders etc. as per IRC; 67:2001, pasted on substrate by an adhesive backing which shall be activated by applying heat and pressure conforming to class -2 of ASTM-D-4956-01 and fixing the same with suitable sized aluminium alloy rivets @ 20 cm c/c to back support frame of M.S. angle iron of size 25x25x3 mm along with theft resistant measures, mounted and fixed with 2 Nos. M.S. angles of size 35x35x5 mm to a vertical post made up to M.S. Tee section ISMT 50x50x6 mm welded with base plate of size 100x100x5 mm at the bottom end and including making holes in pipes, angles flats, providing & fixing M.S.message plate of required size steel work to be painted with two or more coats of synthetic enamel paint.

of required shade and of approved brand & manufacture over priming coat of zinc chromate yellow primer (vertical MS-Tee support to be painted in black and white colours). Backside of aluminium sheet to be painted with two or more coats of epoxy paint over and including appropriate priming coat including all leads and lifts etc.complete as per drawing, specification and direction of Engineer--incharge. Manufactureing supplying Retro Reflective sign boards mandatory / Regulatory sign boards. sqm 16.25 3778.70 61403.87

Page 121: Tender Doc

121

46 (a) Providing & laying 60mm thick factory made cement concrete interlocking paver block of M-30 grade made by block making machine with strong vibratory compaction and of approved size and design / shape laid in required colour and pattern over and including 50mm thick compacted bed of course sand, filling the joints with coarse sand etc. all complete as per the direction of Engineer-in-Charge. sqm 7694.67 346.35 2665048.95

46 (b) Providing and laying grass crete (interlocking) factory made cement concrete blocks M 30 grade made by bloc making machine and of approved size and design shape over 50mm thick compacted bed of fine sand including filling of joints with fine sand all complete as per direction of Engineer-in-charge. sqm 5000.51 288.39 1442097.08

47 (a) Providing and fixing G.I pipes complete with G.I fittings including trenching and refilling etc. (External work) 50mm dia nominal bore meter 105.00 280.10 29410.50

47 (b) Providing and fixing G.I pipes complete with G.I fittings including trenching and refilling etc. (External work) 65mm dia nominal bore meter 54.00 356.15 19232.10

47 (c) Providing and fixing G.I pipes complete with G.I fittings including trenching and refilling etc. (External work) 80mm dia nominal bore meter 45.00 458.15 20616.75

48 Providing and fixing gun metal non-return valve of approved quality (screwed end) 80 mm nominal bore ( vertical) each 27.00 2390.70 64548.90

49 Providing and fixing brass ferrule with C.I. mouth cover including boring and tapping the main : 15 mm nominal bore. each 456.00 139.75 63726.00

Page 122: Tender Doc

122

50 (a) Providing & fixing CI sluice valves ( With cap ) complete with bolts nuts rubber insertion etc. (the tail pieces if required will be paid seperately) : 100mm diameter Class I. each 18.00 2468.05 44424.90

50 (b) Providing & fixing CI sluice valves ( With cap ) complete with bolts nuts rubber insertion etc. (the tail pieces if required will be paid seperately) : 150mm dia meter Class I. each 10.00 3689.10 36891.00

51 Constructing masonry Chamber 120x120x100 cm, inside with 75 class designation brick work in cement mortar 1:4 (1 cement : 4 coarse sand) for sluice valve, with C.I. surface box 100 mm. top diameter, 160 mm bottom diameter and 180 mm deep ( inside) with chained lid and RCC top slab 1:2:4 mix (1 cement :2 coarse sand : 4 graded stone aggregate 20 mm nominal size) necessary excavation foundation concrete 1:5:10 (1 cement : 5 fine sand:10 graded stone aggregate 40 mm nominal size) and inside plastering with cement mortar 1:3 (1 cement : 3 coarse sand) 12 mm thick finished with a floating coat of neat cement complete as per standard design : With F.P.S. bricks each 28.00 8528.75 238805.00

52 Constructing masonry Chamber 60x60x75 cm, inside with 75 class designation brick work in cement mortar 1:4 (1 cement : 4 coarse sand) for fire hydrants, with C.I. surface box 350x350 mm. top and 165 mm deep ( inside) with chained lid and RCC top slab 1:2:4 mix (1 cement : 2 coarse sand : 4 graded stone aggregate 20 mm nominal size) necessary excavation foundation concrete 1:5:10 (1 cement : 5 fine sand:10 graded stone aggregate 40 mm nominal size) and inside plastering with cement mortar 1:3 (1 cement : 3 coarse sand) 12 mm thick finished with a floating each 14.00 3388.65 47441.10

Page 123: Tender Doc

123

coat of neat cement complete as per standard design : With F.P.S. bricks

53 (a) Painting GI pipe & fittings with two coats of anti corroslve bituminastic paint of approved quality: 50mm diameter pipe metre 105.00 6.10 640.50

53 (b) Painting GI pipe & fittings with two coats of anti corroslve bituminastic paint of approved quality: 65 mm diameter pipe. metre 54.00 7.50 405.00

53 (c) Painting GI pipe & fittings with two coats of anti corroslve bituminastic paint of approved quality: 80 mm diameter pipe. metre 45.00 8.65 389.25

54 Providing and fixing GI union in existing G.I. pipe line, cutting and threading the pipe and making long screws including excavation, refilling the earth or cutting of wall and making good the same complete wherever required. 50 mm dia

each

31.00 335.50 10400.50 55 Providing and fixing C.I. double

acting air valve of approved quality with bolts, nuts, rubber insertions etc. complete (The tail pieces, tapers etc if required will be paid separately): 100 mm dia each 10.00 6858.75 68587.50

56 (a) Providing push-on-joints to centrifugally (Spun) Cast Iron Pipes or Ductile Iron Pipes including testing of joints and including the cost of rubber gasket: 100 mm dia pipes each 403.00 39.00 15717.00

Page 124: Tender Doc

124

56 (b) Providing push-on-joints to centrifugally (Spun) Cast Iron Pipes or Ductile Iron Pipes including testing of joints and including the cost of rubber gasket: 150mm dia pipes each 133.00 60.30 8019.90

57 (a) Providing and laying S&S Centrifugally Cast (Spun) / Ductile Iron Pipes conforming to IS : 8329 : 100mm dia Ductile iron Class K-7 pipes. metre 1730.04 703.30 1216737.13

57 (b) Providing and laying S&S Centrifugally Cast (Spun) / Ductile Iron Pipes conforming to IS : 8329 : 150 mm dia Ductile iron Class K-7 pipes

metre 539.27 1025.40 552967.46 58 (a) Disinfecting C.I. water mains by

flushing with water containing bleaching powder at 0.5 gms per litre of water and cleaning the same with fresh water, operation to be repeated three times including getting the sample of water from the disinfected main tested in the muncipal laboratory. 100mm diameter C.I. pipe

100

meter 1730.04 381.15 6594.05 58 (b) Disinfecting C.I. water mains by

flushing with water containing bleaching powder at 0.5 gms per litre of water and cleaning the same with fresh water, operation to be repeated three times including getting the sample of water from the disinfected main tested in the muncipal laboratory. 150mm diameter C.I. pipe

100 meter 539.27 580.80 3132.08

59 (a) Providing, laying non-pressure NP2 class (medium density) RCC pipe with rubber rings with stiff mxture of cement mortar in the proportion of 1:2 (1 cement :2 fine sand) including testing of joints etc. complete. 150 mm diameter R.C.C pipe meter 1897.00 202.85 384806.45

Page 125: Tender Doc

125

59 (b) Providing, laying non-pressure NP2 class (medium density) RCC pipe with rubber rings with stiff mxture of cement mortar in the proportion of 1:2 (1 cement :2 fine sand) including testing of joints etc. complete. 250 mm diameter R.C.C pipe

meter 2435.90 258.20 628949.38 59 (c) Providing, laying non-pressure

NP2 class (medium density) RCC pipe with rubber rings with stiff mxture of cement mortar in the proportion of 1:2 (1 cement :2 fine sand) including testing of joints etc. complete. 300 mm diameter R.C.C pipe meter 159.40 338.75 53996.75

59 (d) Providing, laying non-pressure NP2 class (medium density) RCC pipe with rubber rings with stiff mxture of cement mortar in the proportion of 1:2 (1 cement :2 fine sand) including testing of joints etc. complete. 450 mm diameter R.C.C pipe meter 156.40 499.55 78129.62

60 Construction brick masonary circular type manhole 0.91m internal dia at bottom and 0.56m dia at top in cement mortar 1:4 (1 cement :4 coarse sand) inside cement plaster 12 mm thick with cement mortar 1:3 (1 cement : 3 coarse sand) finished with a floating coat of neat cement, foundation concrete 1:3:6 (1cement :3 coarse sand :6 graded stone aggregate 40mm nominal size) & making necessary channel in cement concrete 1:2:4 (1 cement :2 coarse sand :4 graded stone aggregate 20 mm nominal size) finished with a floating coat of neat cement all complete as per standard design : 0.91m deep with S.F.R.C. cover and frame (heavy duty, HD-20 grade designation) 560mm internal diametre confirming to IS :12592, total weight of cover and frame to be not less than 182kg., fixed in cement concrete 1:2:4 (1 cement each 170.00 4933.50 838695.00

Page 126: Tender Doc

126

:2 coarse sand :4 graded stone aggregate 20mm nominal size) including centering shuttering all complete. (Excavation, foot rests and 12mm thick cement plaster at the external surface shall be paid for seperately) : With F.P.S. bricks class designation 75

61 Extra depths for circular type manhole 0.91m internal dia (at bottom) beyond 0.91m to 1.67m. : With F.P.S. bricks class designation 75 metre 47.55 2289.80 108879.99

Page 127: Tender Doc

127

62 Construction brick masonary circular manhole 1.22m internal dia at bottom and 0.56m dia at top in cement mortar 1:4 (1 cement :4 coarse sand ) inside cement plaster 12 mm thick with cement mortar 1:3 (1 cement : 3 coarse sand ) finished with a floating coat of neat cement, foundation concrete 1:3:6 (1cement :3 coarse sand :6 graded stone aggregate 40mm nominal size) & making necessary channel in cement concrete 1:2:4 (1 cement :2 coarse sand :4 graded stone aggregate 20 mm nominal size) finished with a floating coat of neat cement all complete as per standard design : 1.68m deep with S.F.R.C. cover and frame (heavy duty, HD-20 grade designation) 560mm internal diametre confirming to IS :12592, total weight of cover and frame to be not less than 182kg., fixed in cement concrete 1:2:4 (1 cement :2 coarse sand :4 graded stone aggregate 20mm nominal size) including centering shuttering all complete. (Excavation, foot rests and 12mm thick cement plaster at the external surface shall be paid for seperately) : With Sewer bricks conforming to IS : 4885 With F.P.S. bricks class designation 75

each 8.00 8946.25 71570.00 63 Extra depth for circular type

manhole 1.22m internal dia (at bottom) beyond 1.68 m to 2.29 m : With F.P.S. bricks class designation 75 meter 2.52 2954.75 7445.97

Page 128: Tender Doc

128

64 Constructing brickmasonry circular manhole 1.52 m internal dia at bottom and 0.56 m dia at top in cement mortar 1:4 (1 cement : 4 coarse sand) inside cement plaster 12 mm thick with cement mortar 1:3 (1 cement : 3 coarse sand) finished with a floating coat of neat cement, foundation concrete 1:3:6 (1 cement : 3 coarse sand : 6 graded stone aggregate 40 mm nominal size) and making necessary channel in cement concrete 1:2:4 (1 cement : 2 coarse sand : 4 graded stone aggregate 20 mm nominal size) finished with a floatidng cost of neat cement all complete as per standard design.2.30 m deep with SFRC Cover and frame (heavy duty HD - 20 grade designation) 560 mm internal diameter conforming to IS:12592, total weight of cover and frame to be not less than 182 kg fixed in cement concrete 1:2:4 (1 cement : 2 coarse sand : 4 graded stone aggregate 20 mm nominal size) including centering shuttering all complete. (Excavation, foot rests and 12 mm thick cement plaster at the external surface shall be paid for separately ). With F.P.S. bricks class designation 75 each 17.00 18281.60 310787.20

65 Extra depth for circuler type manhole 1.52 m internal dia (at bottom) beyond 2.30 m. With F.P.S. bricks class designation 75 meter 12.05 6956.05 83820.40

Page 129: Tender Doc

129

66 Providing orange colour safety Foot rest of minimum 6mm thick plastic encapsulated as per IS : 10910 on 12mm dia steel bar confirming to IS : 1786 having minimum cross section as 23mmx25mm and over all minimum length 263mm and width as 165mm with minimum 112mm space between protruded legs having 2mm tread on top surface by ribbing or chequering besides necessary and adequate anchoring projections on tail length on 138mm as per standard drawing and suitable to stand the bend test and chemical resistance test and as per specifications and having manufacture's permanent identification mark to be visible even after fixing, including fixing in manholes with 30 X 20X 15 cm cement concrete blocks 1:3:6 (1 cement :3 coarse sand :6 graded stone aggregate20mm nominal size) as per design. each 688.00 182.40 125491.20

67 Providing and fixing in position precast R.C.C. manhole cover and frame of required shape and approved quality. HD - 20 Circular shape 560 mm internal diameter.

each 36.00 1110.30 39970.80 68 Making connection of drain or

sewer line with existing manhole including breaking into & making good the walls, floors with cement concrete 1:2:4 mix (1 cement : 2 coarse sand : 4 graded stone aggregate 20 mm nominal size) cement plastered on both sides with cement mortar 1:3 (1 cement : 3 coarse sand) finished with a floating coat of neat cement & making necessary channels for the drain etc. complete.: For pipes 350 to 450 mm diameter. each 1.00 302.95 302.95

Page 130: Tender Doc

130

69 Constructing brick masony road gully chamber 110×50×77.5 cm with bricks of class designation 75 in cement mortar 1:4 (1 cement : 4 coarse sand) including 500×450 mm pre-cast R.C.C. horizonatal grating with frame and vertical grating complete as per standard design: With F.P.S. bricks

each 50.00 4272.30 213615.00 70 (a) Constructing brick masonry

chamber for underground C.I. inspectio9n chamber and bends with 75 class designation bricks in cement mortar 1:4 (1 cement:4 coarse sand) C.I. cover with frame (light duty) 455*610 mm internal dimensions, total weight of cover with frame to be not less than 38 kg (weight of cover 23 kg and weight of frame 15 kg) R.C.C. top slab with 1:2:4 mix (1 cement: 2 coarse sand : 4 graded stone aggregate 20 mm nominal size) foundation concrete 1:5:10 (1 cement : 5 fine sand : 10 graded stone aggregate 40 mm nominal size), inside plastering 12 mm thick with cement mortar 1:3 (1 cement : 3coarse sand) finished smooth with a floating coat of neat cement on walls and bed concrete etc., complete as per standard design.design. Inside dimensions 455×6100 mm and 45 cm deep for single pipe line: 19.30.1.1 With F.P.S. bricks

each 207.00 3146.40 651304.80

Page 131: Tender Doc

131

70 (b) Constructing brick masonry chamber for underground C.I. inspectio9n chamber and bends with 75 class designation bricks in cement mortar 1:4 (1 cement:4 coarse sand) C.I. cover with frame (light duty) 455*610 mm internal dimensions, total weight of cover with frame to be not less than 38 kg (weight of cover 23 kg and weight of frame 15 kg) R.C.C. top slab with 1:2:4 mix (1 cement: 2 coarse sand : 4 graded stone aggregate 20 mm nominal size) foundation concrete 1:5:10 (1 cement : 5 fine sand : 10 graded stone aggregate 40 mm nominal size), inside plastering 12 mm thick with cement mortar 1:3 (1 cement : 3coarse sand) finished smooth with a floating coat of neat cement on walls and bed concrete etc., complete as per standard design.design. Inside dimensions 600×850 mm and 45 cm deep for pipe line with three or more inlets: 19.30.3.1 With F.P.S. bricks each 276.00 4068.50 1122906.00

71 Providing R.C.C. spun vent shaft with cowl 140 mm and 200 mm internal and external dia respectively at top 300 and 450 mm internal and external dia respectively, at bottom and 9.10 m overall length, bottom 1.25 m below ground level fixed in a pit 90x90 cm x 150cm with cement concrete 1:4:8 (1 cement :4 coarse sand :8 graded stone aggregate 20 mm nominal size) 25 cm in bed and 20 cm alround with top 15 cm in cement concrete 1:2:4 (1 cement :2 coarse sand :4 graded stone aggregate 20 mm nominal size), junction of vent shaft and concrete grouted with cement mortar 1:1 (1 cement :1 fine sand) including making connection with sewer manhole with 150 mm diametre cement concrete pipe of required length each 6.00 11353.89 68123.34

Page 132: Tender Doc

132

complete as per standard design.

72 Providing and laying integral cement based treatment for water proofing on horizontal surface at all depth below ground level for under ground structures as directed by Engineer-in-Charge and consisting of : i) Ist layer of 22mm to 25mm thick approved and specified rough stone slab over a 25mm thick base of cement mortar 1:3 (1 cement : 3 coarse sand) mixed with water proofing compound conforming to IS:2645 in the recommended proportion over the leveling course (leveling course to be paid separately). Joints sealed and grouted with cement slurry mixed with water proofing compound. ii) 2nd layer of 25mm thick cement mortar 1:3 (1 cement: 3 coarse sand) mixed with water proofing compound in recommended proportions. iii) Finishing top with stone aggregate of 10mm to 12mm nominal size spreading @ 8 cudm/sqm thoroughly embedded in the 2nd layer.22.1.1 Using rough Kota stone sqm 1051.58 545.10 573216.26

Page 133: Tender Doc

133

73 (a) Providing and laying integral cement based treatment for water proofing on the vertical surface by fixing specified stone slab 22 mm to 25mm thick with cement slurry mixed with water proofing compound conforming to IS:2645 in recommended proportions with a gap of 20mm (minimum) between stone slabs and the receiving surfaces and filling the gaps with neat cement slurry mixed with water proofing compound and finishing the exterior of stone slab with cement mortar 1:3 (1 cement : 3 coarse sand) 20mm thick with neat cement punning mixed with water proofing compound in recommended proportion complete at all levels and as directed by Engineer-in-charge : 22.2.1 Using rough Kota stone sqm 1130.93 647.85 732673.00

73 (b) Providing and Placing in position suitable PVC water stops conforming to IS:12200 for construction/ expansion joints between two RCC members and fixed to the reinforcement with binding wire before pouring concrete etc. complete :22.4.2 Dumb bell with central bulb (180mm wide, 8mm thick). sqm 886.21 358.85 318016.46

74 Providing & Fixing precast RCC slab/grating 70mm thick manufactured with CC 1:1.5:3 (1cement: 1.5 coarse sand: 3g/s agg. 20mm n/s) reinforced with 96 kg/cum of RCC i/c lapping all four side with MS sheet 1.6mm thick & fixing in position complete. (Drain covers with or without holes). sqm 4341.68 875.00 3798970.00

75 (a) Providing and fixing vent pipe with anti mosquito proof coupling - 0.50 m long 65 mm dia each 9.00 593.60 5342.40

75 (b) Providing and fixing vent pipe with anti mosquito proof coupling - 0.50 m long 80 mm dia each 16.00 916.00 14656.00

Page 134: Tender Doc

134

76 a) Providing and fixing insect proof coupling to vent pipes of under ground tank 80 mm dia

each 16.00 301.99 4831.84 77 (a) Providing and fixing in position

pipe puddle flanges made of 6mm thick MS plate. 25mm dia and 500 mm long each 3.00 272.05 816.15

77 (b) Providing and fixing in position pipe puddle flanges made of 6mm thick MS plate. 50mm dia and 500 mm long each 5.00 347.92 1739.60

77 (c) Providing and fixing in position pipe puddle flanges made of 6mm thick MS plate. 65mm dia and 500 mm long each 17.00 415.46 7062.82

77 (d) Providing and fixing in position pipe puddle flanges made of 6mm thick MS plate. 80mm dia and 500 mm long each 25.00 563.52 14088.00

78 (a) Providing & fixing C.I. Butterfly valve 65 mm dia each 22.00 3130 68860.00

78 (b) Providing & fixing C.I. Butterfly valve 80 mm dia each 18.00 3862 69516.00

79 (a)

Filling available earth (excluding rock) over areas in layers not exceeding 20cm depth, consolidating each deposited layer by raming and watering and rolling with power roller of minimum 8 tonne capacity including loading, unloading and transportation from Bawana Industrial Complex. cum 43091.52 166.41 7170859.84

80 Drilling 300 mm dia borehole for all kind of soil excluding rock with a rotary rig including preservation of sampales of different strata as per the direction of Engineer-in-Charge. meter 120.00 1378.00 165360.00

81 Providing lowering and fixing in position 200 mm dia 4.85 thick M.S. blind housing pipe including painting with anti correction plumbness alignment complete as per direction of Engineer-in-charge. meter 192.00 1600.00 307200.00

Page 135: Tender Doc

135

82 Providing lowering and fixing in position 150 mm dia 4.85 thick M.S. slotted housing pipe including painting with anti corrosive pant plumbness alignment complete as per direction of Engineer-in-Charge. meter 24.00 1650.00 39600.00

83 Providing lowering and fixing 150 mm dia screwed cap with locking arrangement. each 8.00 975.00 7800.00

84 Providing laying & surrounding the bore with pea gravel of size 2 mm of 4.75 mm uniform of approved quality. cum 50.52 1508.00 76184.16

85 Providing, Filling /Packing of Boulder(40-50mm size)

cum 49.06 868.61 42614.01 86 Providing and filling Gravel of

size 5-10 mm cum 47.88 950.00 45486.00 87 Providing lowering and fixing 150

mm bail plug for as per standard design each 8.00 800.00 6400.00

88 Providing and fixing Spindle fire Hydrant with 65 mm outlet complete with bolts and nuts and rubber insertion etc each 14.00 2000.00 28000.00

89 (a) Providing and fixing 3 layer PP-R (Poly propylene Random copolymer) pipes U V stabilized & anti - microbial fusion welded, having thermal stability for hot & cold water supply including all PP - R plain & brass threaded polypropylene random fittings including trenching ,refilling & testing of joints complete as per direction of Engineer in Charge. PN - 16 Pipe, 63mm OD (SDR – 7.4)

mtr 4227.41 639.50 2703428.70

Page 136: Tender Doc

136

89 (b) Providing and fixing 3 layer PP-R (Poly propylene Random copolymer) pipes U V stabilized & anti - microbial fusion welded, having thermal stability for hot & cold water supply including all PP - R plain & brass threaded polypropylene random fittings including trenching ,refilling & testing of joints complete as per direction of Engineer in Charge. PN - 16 Pipe, 75 mm OD (SDR – 7.4)

mtr 400.00 903.70 361480.00 90 Providing and laying D.I. specials

of class K-12 suitable for push-on jointing as per IS : 9523 Up to 600 mm dia

Qtl. 17.18 10487.25 180170.96 91 Applying a coat of residual

petroleum bitumen of penetration 80/100 of approved quality using 1.7kg per square metre on damp proof course after cleaning the surface with brushes and finally with a piece of cloth lightly soaked in kerosene oil. sqm 5.94 58.60 348.08

92 52 mm thick cement concrete flooring with concrete hardener topping under layer 40 mm thick cement concrete 1:2:4 (1 cement : 2 coarse sand : 4 graded stone aggregate 20 mm nominal size) and top layer 12 mm thick cement hardener consisting of mix 1:2 (1 cement hardener mix : 2 graded stone aggregate 6 mm 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 34.20 286.55 9800.01

Page 137: Tender Doc

137

93 Cement plaster skirting (up to 30 cm height) with cement mortar 1:3 (1cement : 3 coarse sand) finished with a floating coat of neat cement. 18 mm thick.

sqm 2.40 168.50 404.40 94 Supplying and fixing rolling

shutters of approved make, made of required size M.S. laths interlocked together through their entire length and jointed together at the end by end locks mounted on specially designed pipe shaft with brackets, side guides and arrangements for inside and outside locking with push and pull operation complete including the cost of providing and fixing necessary 27.5cm long wire springs grade No.2 and M.S. top cover of required thickness for rolling shutters. 80x1.25mm M.S. laths with 1.25 mm thick top cover.

sqm 9.18 1208.45 11093.57 95 Providing and fixing ball bearing

for rolling shutters

each 2.00 356.50 713.00 96 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. Using flats 30x6mm for diagonal braces and central cross piece. sqm 5.40 1600.10 8640.54

97 Structural steel work in single section fixed with or without connecting plate including cutting, hoisting, fixing in position and applying a priming coat of approved steel primer all complete. kg 98.26 42.15 4141.66

98 Providing & laying chain and pulley set 2.00 20000 40000.00

Page 138: Tender Doc

138

99 Providing and laying integral cement based water proofing treatment including preparation of surface as required for treatment of roofs, balconies, terraces etc consisting of following operations: a) Applying a slurry coat of neat cement using 2.75 kg/sqm. of cement admixed with water proofing compound conforming to IS. 2645 and approved by Engineer-in-charge over the RCC slab including adjoining walls upto 300mm height including cleaning the surface before treatment. b) Laying brick bats with mortar using broken bricks/brick bats 25 mm to 115mm size with 50% of cement mortar 1:5 (1 cement : 5 coarse sand) admixed with water proofing compound conforming to IS : 2645 and approved by Engineer-in-charge over 20 mm thick layer of cement mortar of mix 1:5 (1 cement :5 coarse sand ) admixed with water proofing compound conforming to IS : 2645 and approved by Engineer-in-charge to required slope and treating similarly the adjoining walls upto 300 mm height including rounding of junctions of walls and slabs c) After two days of proper curing applying a second coat of cement slurry using 2.75kg/ sqm of cement admixed with water proofing compound conforming to IS :

Page 139: Tender Doc

139

2645 and approved by Engineer-in-charge. d) Finishing the surface with 20 mm thick jointless cement mortar of mix 1:4 (1 cement :4 coarse sand) admixed with water proofing compound conforming to IS : 2645 and approved by Engineer-in-charge including laying glass fibre cloth of approved quality in top layer of plaster and finally finishing the surface with trowel with neat cement slurry and making pattern of 300x300 mm square 3mm deep. e) The whole terrace so finished shall be flooded with water for a minimum period of two weeks for curing and for final test. All above operations to be done in order and as directed and specified by the Engineer-in-Charge : With average thickness of 120mm and minimum thickness at khurra as 65 mm. sqm 16.00 541.05 8656.80

100(a) Providing and fixing on wall face unplasticised - PVC moulded fittings/ accessories for unplasticised Rigid PVC rain water pipes conforming to IS : 13592 Type A including jointing with seal ring conforming to IS : 5382 leaving 10 mm gap for thermal expansion. Single tee with door 75x75x75 mm each 2.00 177.45 354.90

100 (b) Providing and fixing on wall face unplasticised - PVC moulded fittings/ accessories for unplasticised Rigid PVC rain water pipes conforming to IS : 13592 Type A including jointing with seal ring conforming to IS : 5382 leaving 10 mm gap for thermal expansion. Shoe (Plain) 75mm Shoe each 2.00 152.25 304.50

101 Providing and fixing M.S. grills of required pattern in frames of windows etc. with M.S. flats, square or round bars etc. all complete. Fixed to steel windows by welding. kg. 64.80 59.25 3839.40

Page 140: Tender Doc

140

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

sqm 10.84 222.65 2413.53 103 Providing and laying a steel

cover with frame on cutout

each 2.00 1500.00 3000.00 104 Carriage of earth by mechanical

transport including loading, unloading and stacking to site from Bawana Industrial Complex. cum 242.35 154.48 37438.23

Total = Rs. 87192241.95 …………………Percentage above /

below to be quoted by Bidder

Page 141: Tender Doc

141

NOTICE INVITING TENDER

FOR

Construction of Low Cost Housing for Urban Poor / Slum

Rehabilitation at Bawana – III (Poothkhurd) Delhi. Comprising of

4560 houses in (G + 4) Phase II.(Site at Tikri Kalan, Delhi)

VOLUME – II

(ELECTRICAL)

&

FINANCIAL - BID (Part – B)

Delhi State Industrial & Infrastructure

Development Corporation Ltd.

(A Government Undertaking)

CONSULTANTS: ADLAKHA ASSOCIATES PVT LTD

F-70, BHAGAT SINGH MKT, GOLE MKT

NEW DELHI-110001

Page 142: Tender Doc

142

Page A INDEX

Name of Work: - Construction of Low Cost Housing for Urban Poor / Slum Rehabilitation at Bawana – III

(Poothkhurd) Delhi. Comprising of 4560 houses in (G + 4) Phase II. (Site at Tikri Kalan, Delhi)

INDEX

S. No. Details Page No.

______________________________________________________________________________________

Index Page-A

1. Schedule A to F 143 to 148

2. Special conditions for electrical work 149 to 151

3. General conditions & specifications 152 to 153

4. Scope of Internal Electrical work 154 to 155

5. Guidelines for selection

Of Material /Product for IE work 156

6. Mode of Payment 157

7. Willingness Certificate 158

8. Declaration 159

9. Schedule of Quantity 160-164

9. Price bid 165

5. Drawings 166

This N.I.T contains 141 to 166 pages including NIL corrections slips.

Chief Project Manager (ED –III)

Page 143: Tender Doc

143

PROFORMA OF SCHEDULES (For Electrical Work)

SCHEDULE `A`

BUILDING WORKS: -

Lump sum price (For Internal Electrical Works, all complete)

SCHEDULE `B`

Schedule of materials to be issued to the contractor: - Not applicable

As All Materials to be arranged by the contractor

SCHEDULE `C`

Tools and plants to be hired to the contractor

S. No. Description Hire charges per day Place of Issue

1 2 3 4

NIL

All Tools & Plants are to be arranged by the Contractor.

SCHEDULE `D`

Extra schedule for specific requirements/documents for the work, if any --------.

Not Applicable

SCHEDULE `E`

Schedule of component of Cement, Steel, and other materials Labour etc. for price escalation.

--Not applicable--

Page 144: Tender Doc

144

SCHEDULE `F` (For Electrical work)

REFERENCE TO GENERAL CONDITION OF CONTRACT (DSIIDC FORM-7/12)

Name of work: - Construction of Low Cost Housing for Urban Poor /

Slum Rehabilitation at Bawana – III (Pooth khurd)

Delhi. Comprising of 4560 houses in (G + 4) Phase

II. (Site at Tikri Kalan, Delhi)

Estimated cost of work: Rs. 524.93 Lacs (For Electrical Work)

Earnest Money: As per composite Tender

Performance Guarantee As per composite Tender

Security Deposit 5% of Tendered value of electrical component

GENERAL RULES & DIRECTIONS:

Officer Inviting Tender CPM (CD-XI)

Maximum percentage for quantity of items of work to be

Executed beyond which rates are to be determined

In accordance with the clause 12.2 & 12.3 see below

Definitions:-

Engineer-in-charge CPM (ED-III), for electrical component

Accepting Authority WORKS ADVISORY BOARD

Percentage on cost of materials

and labour to cover all overhead

and profits. 15%

Standard Schedule of Rates DSR 2007 (Internal Electrification)

And Market Rates

Department D.S.I.I.D.C Ltd.

Standard DSIIDC/ CPWD contract Form DSIIDC FORM 7&12 as modified &

corrected up to the date of Tender

Page 145: Tender Doc

145

CLAUSE-1

i) Time allowed for submission of

Performance Guarantee from the

date of issue of letter of

award of work. As per composite tender

ii) Maximum allowable extension

beyond the period provided in (i)

above As per composite tender

CLAUSE-2

Authority for fixing compensation

under clause 2. Sr. P. D (H) / PD

CLAUSE- 2A

There is a provision of incentive for early Not Applicable

Completion as per clause 2A of clauses of

contract as contained in DSIIDC-8 contract

Form, forming part of the agreement.

CLAUSE-5

Number of days from the date of issue of letter As per composite tender

of acceptance for reckoning date of start

Page 146: Tender Doc

146

TABLE OF MILE STONE(S)

S.No. Financial Progress

Time allowed (from date of start)Amount to be withheld in case of nonachievement of mile stone

1 1/8th (of the whole work) 1/4th (of the whole work) In the event of not achieving the necessary progress as assessed from the running payment. 1% of the tendered value of work will be withheld for failure to achieve each mile stone.

2. 3/8th (of the whole work) ½ (of the whole work)

3. 3/4Th (of the whole work) 3/4Th (of the whole work)

4. Full Full

Time allowed for execution of work 18 months

Authority to decide:-

(i) Extension of Time Sr. PD (H) /PD

(ii) Rescheduling of milestones Sr. PD(H) / PD

CLAUSE – 6 A Applicable

CLAUSE-7

Gross work to be done together with

Net Payment/adjustment of advances for 45 Lacs

Material collected, if any, since

The last such payment for being

Eligible to interim payment.

CLAUSE 10B Mobilisation Advance Not Applicable

CLAUSE 10C Applicable

CLAUSE 10CA Not Applicable

CLAUSE 10CC Not Applicable

CLAUSE-11

Specifications to be followed for

execution of work. CPWD General Specifications 2005 (Internal)

For internal I. E. work and for non schedule items

ISI specifications/Manufacturers specifications

Shall be followed

Page 147: Tender Doc

147

CLAUSE-12

1. For Construction of Houses:-

(Electrical works)

A. Number of Houses _____ Deviation in respect of Dwelling

units can be 30% and the contractor shall have

to execute the work on the agreement’s rates

only.

B. Deviation in omission, alterations, addition to /

or substitution from the Original specifications,

drawings & instructions

i) Foundations 100%

ii) Super Structure 30%

C. Deviation in Individual Items 30%

CLAUSE-16

Competent Authority for deciding

Reduced rates Sr. P.D.(H) / PD

Page 148: Tender Doc

148

PROVISION UNDER

CLAUSE 36(i)

REQUIREMENT OF MINIMUM TECHNICAL REPRESENTATIVE(S) AND RECOVERY RATE

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

CLAUSE-42

i) Schedules/statement for determining NA

Theoretical quantity of cement &

Bitumen.

ii) Variations permissible on theoretical NA

quantities

(a) Cement NA

(b) Bitumen NA

(c) Steel reinforcement and structural Steel sections for each diameter,

Section and category NA

(d) All other materials NA

S.No Minimum Qualification of Technical

Representative

Dis

cipl

ine Designation

(Principal, Technical/ Technical representative)

Min

imum

Exp

erie

nce

Num

ber Rate at which recovery shall

be made from the contractor in the event of not fulfilling provision of clause 36(i).

Figures Words

1. Degree Holder

Degree Holder

OR

Diploma Holder

Elect.

Elect.

Elect.

Technical Representative

Technical Representative

Technical Representative

5 Years

Nil

5Years

1 No

2 Nos.

Rs. 35000/- PM

Rs. 30,000/- PM

Rs. Thirty five

thousand PM

Rs. Thirty

thousand

PM.

Page 149: Tender Doc

149

SPECIAL CONDITIONS FOR ELECTRICAL WORKS

1. Main Eligible Agency (L-1) should have experience as mentioned below for execution of electrical

work

(a) The agency should have completed successfully in their own name in last 7 years ending last day of the

previous month to the one in which tenders are invited.

(i) At least three electrical works of value not less then Rs. 40% each of the estimated cost of Electrical

work contained in the Vol- II of tender.

OR

(ii) At least two electrical works of value not less than Rs. 50% each of the estimated cost of Electrical

work contained in Vol-II of tender.

OR

(iii) One electrical work of value not less than Rs. 80% of the estimated cost of Electrical work contained

in Vol-II of tender.

(At least one of the eligible work should necessarily be executed for Internal Electrical work in a Govt. Sector

agencies for multistoried buildings like offices / Schools / Court Buildings / Housing Complexes/ Hospitals etc.)

Similar work means Internal and External electrification works

(b) The agency should possess valid electrical license to undertake electrical works of this nature in Delhi.

2. If the main agency could not fulfill the above condition No.:-1, then the main agency has to associate with

electrical agency fulfilling the following criteria :-

(A) Associate electrical agency must be registered with CPWD and those on appropriate list of

Department of Telecommunications, MES, Railways, DDA, NDMC, MCD, I&F deptt. (Delhi), DJB &

State PWD as electrical contractors in appropriate class.

Only such electrical contractors who satisfy the below mentioned conditions shall be eligible to execute the

electrical work.

(B) They should have completed successfully in their own name in last 7 years ending last day of the previous

month to the one in which tenders are invited.

(i) At least three similar electrical works of value not less than Rs. 40% each of the estimated cost of

Electrical work contained in the Vol- II of tender.

OR

(ii) At least two similar electrical works of value not less than Rs. 50% each of the estimated cost of

Electrical work contained in Vol-II of tender.

OR

(iii) One similar electrical work of value not less than Rs. 80% of the estimated cost of Electrical work

contained in Vol-II of tender.

(At least one of the eligible work should necessarily be executed for Internal Electrical work in a multistoried

buildings like offices / Schools / Court Buildings / Housing Complexes/ Hospitals)

Similar work means Internal and External electrification works

Page 150: Tender Doc

150

(C) They should possess valid electrical license authorizing them to undertake electrical works of this nature in

Delhi.

(i) The main agency (L-1) shall submit name of the electrical contractor along with their credentials

before award of work along with Willingness certificate letter in the enclosed Performa from the

associated electrical agency confirming undertaking of this job duly counter signed by the main

agency. Main agency is free to nominate more than one agency (Maximum up to three). But each

nomination should be accompanied with willingness of such nominated electrical contractor

subjected to the special condition no – 1 & 2

(ii) Director (Works) shall approve the eligible electrical contractors as associates of the main agency.

(D) The following documents shall be required from associate electrical agency

(i) Copy of Registration certificate under Delhi VAT 2004. (ii) Copy of completed work experience. (iii) An undertaking that upto date returns have been filed and agency

have no dues towards VAT, with acknowledgement of latest copy of return filed with VAT Department.

(iv) Copy of PAN card (v) Copy of registration with the provident fund commissioner (vi) Copy of registration in appropriate class (vii) Copy of valid electrical license to carry out the electrical work

in Delhi.

(E). After award of work, the main agency has to enter into an agreement with the associated electrical agency by him for execution of electrical component within 15 days from the date of L.O.A. issued. Certified true copy of such agreement shall be submitted to Chief Project Manager (Electrical) as well as to Chief Project Manager

(Civil) in charge of Major component by the main agency.

(F). No change in the electrical agency shall be permitted without prior approval of the department. In case of

dispute between the two agencies, the main agency with the prior approval of department shall have to

submit further up to three names of electrical contractors qualifying as per terms stated above. The approval

of the department for such change shall be essential.

3. The work shall be carried out strictly in accordance with CPWD specifications for Electrical Works

2005 (Internal) and 1995 (External) as amended upto date and in accordance with Indian Electricity

Rules, 1956, Indian Electricity Act, 1910 as amended up to date.

4. The Contractor shall take all the precautions as per Indian Electricity Rule.

5. The Contractor shall study the drawing for the internal electrical works as guidance. However, he will

get the work plan approved from the Engineer-In-Charge before execution.

6. Material to be used shall be got approved before installations from the Engineer- In-Charge.

Page 151: Tender Doc

151

7. Any minor item not mentioned in the nomenclature / Drawing or otherwise and if necessary to be

executed in views of the Engineer-In-Charge is deemed to be included and the same shall be

provided without any extra cost.

8. The Contractor shall make good of all the excavation works to the satisfaction of the Engineer-In-

Charge.

9. The Contractor shall provide the required Test Certificates from the manufacture and shall also bear

all the expenses for material to be tested from the designated laboratories as specified in Vol – I.

Nothing shall be paid on this account.

10. (a) The work is being executed as part of GOI scheme of BSUP under JNNURM. As mentioned in the scheme the work shall be inspected by

(ii) TPIM agency appointed by GNCTD.

(ii) TPIM agency appointed by GOI.

(b) The work will also be periodically inspected by M/s Shri Ram Institute or any other TPIM agency appointed by DSIIDC to carry out the work of inspection in its behalf.

11. The work may be inspected by QMS Division of DSIIDC besides Central Vigilance Commission / any deductions/compensation proposed by TPIM/TPQC/CVC or any agency approved by DSIIDC in regard to defective work or work not confirming to specification, loss of time, amount shall be deducted from their bills or by sale of their properties at site.

12. The contractor shall make adequate arrangements for the safety of the workers to

avoid any mishappening/ accident at site. However, in case of any accident /

mishappening , the contractor shall be fully responsible & liable.

Page 152: Tender Doc

152

General Conditions and Specifications for Electrical Work.

1. The work shall be carried out strictly in accordance with CPWD specifications for Electrical Works 2005

(Internal) and 1995 (External) as amended upto date and in accordance with Indian Electricity Rules, 1956,

Indian Electricity Act, 1910 as amended upto date.

2. The work shall be carried out according to approved drawings and as per instructions of the Engineer-in-

Charge who will have the right to change the layout as per requirement at site and the contractor shall not

have any claim due to change in layout.

3. All damages done to the building during execution of Electrical work shall be the responsibility of the

contractor and the same will be made good immediately at his own cost to the satisfaction of the Engineer-in-

Charge. Any expenditure incurred by the department in this condition shall be recovered from the contractor

and decision of the Engineer-in-Charge about recovery shall be final.

4. The bad workmanship will not be accepted and all the defects shall be rectified by the contractor, if the

defects are not rectified, the same shall be got done to the entire satisfaction of Engineer-in-charge at the risk

and cost of the contractor. The schedule of electrical works is to be co-ordinated in accordance with the

building work.

5. All the debris of the electrical works should be removed and the site should be cleared by the contractor

immediately after the accruing of debris. Similarly any rejected material should be immediately cleared off

from the site by the contractor.

6. Issue of material to the contractor wherever stipulated, shall be according to the requirement at site from time

to time depending upon the progress of work.

7. Cement, sand etc. for this work is to be arranged by the contractor himself and nothing extra will be paid on

this account.

8. The contractor or his representative is bound- to sign the site order book as and when required by the

Engineer-in-Charge and to comply with the remarks therein.

9. The contractor shall make his own arrangement at his own cost for electrical general tools and plants required

for the work including arrangement of water and electricity.

10. No Central/State Sales Tax/VAT/Excise Duty etc. shall be separately paid by the department. Quoted rate

should be inclusive of all taxes and duties.

11. The entire installation shall be at the risk and responsibility of the contractor until these are tested and handed

over to the department.

12. Not withstanding the schedule of quantities, all items of interrelated works considered necessary to make the

installation complete and operative are deemed to be included shall be provided by the contractor at no extra

cost.

13. The connection, inter connection, earthing and inter earthing shall be done by the contractor wherever

required and nothing extra shall be paid on this account.

Page 153: Tender Doc

153

14. Nothing extra shall be paid for Inter connections with thimbles/wires/tapes strips etc.

15. The contractor shall submit the completion plan separately in triplicate on blue print with one set on tracing

cloth as per clause-8 of the contract within 30 days of the completion of work. In case, the contractor fails to

submit the completion plan for electrical works, he shall be liable to pay a sum equivalent to 2.5% of the value

of the work subject to ceiling of Rs.15000/-

16. Watch and ward of the material shall be the responsibility of the Contractor till they are handed over to the

department for which nothing extra shall be paid.

17. Piano type switch/sockets outlets and other accessories shall be of single make approved by the Engineer-n-

charge of Electrical work.

18. The Contractor Shall bear all the expanses for the testing of the electrical material from the designated lab, as

desired by Engineer in charge.

19. The Contractor shall abide the specification given in the Tender where the specification are not given CPWD

specification with as on date amendments shall be followed Items where CPWD specifications are not covered,

the decision of Engineer in charge shall be final and binding.

20. Taxes, cess etc. shall be deducted from each running/ final bill at the rate as applicable

21. All hardware items such as screws, thimbles, G.I. wires etc. which are essentially required for completing an

item as per specifications will be deemed to be included in the item even when the same have not been

specifically mentioned.

22. All materials such as nuts/bolts/screws/washers etc. to be used in the work shall be zinc/cadmium plated iron.

23. Any conduit which is not to be wired by the contractor shall be provided with GI fish wire for wiring by some

other agency subsequently. Nothing extra shall be paid for the same.

24. While laying conduit, suitable junction boxes shall be left for pulling the wires.

25. PVC insulated copper conductor wire used on the work shall be F.R. grade for which nothing extra shall be

paid.

26. Material to be used in the work shall be ISI marked. The makes of material have been indicated in the list of

acceptable makes. No other make will be acceptable. The material to be used in the work shall be got

approved from the Engineer-in-charge before its use at site. The Engineer-in-charge shall reserve the right to

instruct the contractor to remove the material which, in his opinion, is not as per specifications.

27. The MCBs and the MCB Distribution Board shall be of the same make.

28. The earthing shall be carried out in the presence of the Engineer-in-charge or his authorized representative.

29. All fittings/fans will be earthed with 1.5 sq.mm. dia insulated (green colour) copper Wire.

30. The defect liabilities period shall be for one year after the date of actual completion and security shall be

released only after actual completion of defect liabilities period.

Page 154: Tender Doc

154

Scope of Internal Electrical work

The internal electrification work of the residential building consists of the following items: 1. Providing recessed or open conduit & wiring. 2. Providing Piano type switch boxes & Piano type switches for controlling light points, fan points, power points. 3. Providing MCBDB inside the flat, submain pipe & wiring from main board / to MCBDB, circuit wiring

covering of light points, fan points, exhaust point, call bell point, light plug points, power plug Points. 4. Providing cubical panel box. 5. Providing fittings as and where required 6. Provision of suitable G.I. pipe for incoming Cables. INTERNAL ELECTRIFICATION INSTALLATION SHALL BE CARR IED OUT IN CONDUIT WIRING

SYSTEM AS PER SPECIFICATION GIVEN BELOW :

1. Conduit ► Surface / Recess PVC conduit (The horizontal chase (where ever

required) more than 60 cm shall not be allowed.

2. Wiring ► 2 x 1.5 sq. mm + 1 x 1.5 sq. mm(E) FR copper conductor single core cables for light plugs, Fan/Light/ Call Bell points and Circuit Wiring.

► 2 x 4.0 + 1 X 4.0 sq. mm sq. mm (E) FR copper conductor single

core cable for power plug.

► 2 x 6 sq. mm + 1X6.0 sq. mm (E) FR copper conductor single core for sub mains wiring.

3. Switch & Socket ► Switch – Piano type. Power Socket –six pin type

4. Switch Boxes ► M.S. Sheet -Galvanised

► All boxes shall be surface mounted/recess mounted.

5. Sub-distribution ► 2+4 way SPN DB Consumer Unit. For Dwelling Units

► 2 nos 40A DP Isolator in incomer for each Flats ► 4 nos MCB single poles 5 amp to 32 amps for Outgoing Circuits in

each flat. ► MCB DBs shall be installed at suitable location inside the flat.

6. Cubical type panel box ► Cubical type panel box fabricated with 2.0 mm thick CRCA sheet

suitable to accommodate double pole isolator for each flat in individual lockable compartments alongwith earth strip duly multi drilled and lockable loose wire box phosphatized and powder coated but without DP isolators complete in all respect (Containing 5 Nos. DP isolators in each box total 4 sets) in each block.

7. Fan hook/ Box ► As per requirement.

Page 155: Tender Doc

155

8. Earthing ► GI Pipe earthing for cubical panel box with salt and charcoal as per CPWD specification depending upon the site conditions and requirements.

9. Connector ► Porcelain.

10. Testing ► Entire installation to be tested in accordance to CPWD specifications for Electrical Part-I (Internal-2005).

11. Staircase & common ► One light point in each main landing which shall be controlled

from 2 nos. two way switches alongwith circuit wiring through 4 way DB containing one no DP MCB & 2 nos Blanking Plates.

12. Materials ► Material bearing ISI/BIS certification mark to be used. The contractor shall produce samples of all the material to be used

in the work for approval of the Engineer-in-Charge. 13. Fittings ► The light points where no fitting is to be provided under this contract shall be provided with extended wire for phase & neutral for at least 25 cm in length.

14. Number of points in flats

(Refer Drawing)

Items

Nos

Light points/fan points / Exhaust points

10

Bell Point

1

Light plug points

4

Power plug point

1

SP MCB (5 to 32amps)

4

40 ADP Isolater – No.

1

2 + 4 way single door MCB DB (consumer unit)

1

Page 156: Tender Doc

156

1. The agency shall bring three to five samples of the each item ISI marked & as

per CPWD specifications. If ISI marked material is not manufactured then it will

be as per relevant IS code. If the committee not satisfied with the samples

brought by the agency, committee can ask for additional three to five samples

and so on. The committee constituted by Director (W) shall approve these

samples. The committee may recommend more than one brand of item to be

used in the work depending on the quality and its availability.

2. Material should be procured from the approved manufacture or authorized

dealer. Agency to produce invoice / bill in support.

Guidelines for Selection of Material/Product for Internal Electrification work

Page 157: Tender Doc

157

MODE OF PAYMENT FOR BUILDING WORK

(INTERNAL ELECTRIFICATION)

S.No Individual Cumulative

1. Internal electrification (Walls conducting & fixing boxes for switches etc. i/c drawings of Fish Wire in conduits)

i) Ground Floor

ii) First Floor

iii) Second Floor

iv) Third Floor

v) Fourth Floor

7 %

7%

7%

7%

7%

7%

14%

21%

28%

35%

2. Cubical Isolator Boxes and Earthings Etc. 7% 42%

3. Wiring, fixing of sheets, switches& MCB’s

i) Ground Floor

ii) First Floor

iii) Second Floor

iv) Third Floor

v) Fourth Floor

10%

10%

10%

10%

10%

52%

62%

72%

82%

92%

4. Testing, commissioning and handing over 8% 100%

Note:- The work will broadly proceed as per the stages indicated above. However for work between two consecutive stages, the payment will be released for the lower stage. If some work is not executed as per the above sequence and later sequence is executed first, then the payment for that stage will be released at the discretion of the Engineer-in-Charge and his decision in this regard will be final and binding.

Page 158: Tender Doc

158

Willingness Certificate

Name of Work: - Construction of Low Cost Housing for Urban Poor / Slum Rehabilitation at Bawana – III (Poothkhurd) Delhi. Comprising of 4560 houses in (G + 4) Phase II. (Site at Tikri Kalan, Delhi)

I hereby give my willingness to work as electrical contractor for the above mentioned work.

I will execute the work as per specifications and conditions of the agreement and as per direction of

the Engineer-in-Charge for electrical works.

I will employ full time technically qualified engineers & supervisors for the works.

I will attend inspections of officers of the department as and when required.

Associated Electrical Contractor

Main Contractor

Page 159: Tender Doc

159

DECLARATION

I / We confirm that the General Conditions & Specifications and Special Conditions

appended in the Tender Documents have been fully examined and full cognization taken

therein for arriving at the item unit prices and total amount and tendered Sum contained in

my / our tender

Contractor

Page 160: Tender Doc

160

Construction of Low Cost Housing for Urban Poor / S lum Rehabilitation at Bawana – III (Poothkhurd) Delhi. Comprising of 4560 houses in (G + 4) Phase II.(Site at Tikri Kalan,

Delhi) (G+4, 5 storied) for 20 Nos Flats in Each Block

FOR INTERNAL ELECTRICAL WORKS

(For guidence only rate not to be quoted) S.No Description Unit Qty. Rate Amount

A POINT WIRING:

1.0 Wiring for light point / fan point/exhaust fan point / callbell point with 1.5 sq.mm FR PVC insulated copper conductor single core cable in surface/ recessed PVC conduit, with piano type switch, phenolic laminated sheet, suitable size M.S. box and earthing the point with 1.5 Sq. mm FR PVC insulated copper conductor single core cable etc as required. Group - A Point 220.00

2.0 Wiring for twin control light point with

1.5 sq.mm. FR PVC insulated copper conductor single core cable in surface/ recessed PVC conduit, 2 way piano type switch, phenolic laminated sheet, suitable size M.S. box and earthing the point with 1.5 Sq.mm FR PVC insulated copper conductor single core cable as earth wire as required. Nos. 10.00

3.0 Wiring for power plug with 2 x 4 sq.

mm FR PVC insulated copper conductor single core cable in surface / recessed PVC conduit alongwith 1 No. 4 sq. mm FR PVC insulated copper conductor single core cable for loop earthing as required. Metre 200.00

B SUB-MAIN & CIRCUIT WIRING:

1.0 Wiring for circuit / sub-main wiring alongwith earth wire with the following sizes of FR PVC insulated copper conductor, single core cable in surface/ recessed PVC conduit as

Page 161: Tender Doc

161

required.

a) 2 x 1.5 sq. mm + 1 x 1.5 sq. mm earth wire Metre 500.00

b) 2 x 6 sq. mm + 1 x 6 sq. mm earth wire Metre 330.00

C ERECTION OF FITTINGS AND

FANS:

1.0 Supplying and fixing metal box of 150mm x 75mm x 60mm deep (nominal size) on surface or in recess with suitable size of phenolic laminated sheet cover in front including providing and fixing 3 pin 5/6 amps socket outlet and 5/6 amps piano type switch, connection, painting etc. as required (For light plugs to be used in non residential buildings) Nos. 80.00

2.0 Supplying and fixing metal box of

180mm x 100mm x 60mm deep (nominal size) on surface or in recess with suitable size of phenolic laminated sheet cover in front including providing and fixing 6 pin 5/6 & 15/16 amps socket outlet and 15/16 amps piano type switch, connection, painting etc. as required Nos. 20.00

3.0 Supplying and fixing brass batten /

angle holder including connection etc. as required. Nos. 100.00

D MCBs:

1.0 Supplying and fixing 5 amps. to 32 amps rating 240 volts 'B' series miniature circuit breaker of following poles in the existing MCB DB complete with connections, testing and commissioning etc. as required.

a Single pole Nos. 80.00 b Single pole and neutral Nos. 1.00

Page 162: Tender Doc

162

2.0 Supplying and fixing following rating, double pole, 240 volts, isolator in the exisitng MCB DB complete with connections, testing and commissioning etc. as required.

a 40 Amps. Nos. 40.00

3.0 Supplying and fixing single pole blanking plate in the existing MCB DB complete etc. as required. Nos. 2.00

E MCB Distribution Boards:

1.0 Supplying and fixing following way, single pole and neutral, sheet steel, MCB distribution board consumer unit, 240 volts, on surface / recess, complete with tinned copper busbar, neutral busbar,earth bar, din bar, detachable gland plate, interconnections, phosphatized and powder painted including earthing etc. as required.(But without MCB / RCCB / Isolator)

a 4 way, Single door Nos. 1.00

1.0 Supplying and fixing following way, single pole and neutral, sheet steel, MCB distribution board consumer unit, 240 volts, on surface / recess, complete with tinned copper busbar, neutral busbar,earth bar, din bar, hinged front acrylic cover for the MCB knobs, detachable gland plate, interconnections, phosphatized and powder painted including earthing etc. as required.(But without MCB / RCCB / Isolator)

a 2+ 4 way, Single door Nos. 20.00 F GI PIPE

1.0 Providing and fixing G.I. Pipes complete with G.I fittings including trenching and refilling etc. (external Works).

Page 163: Tender Doc

163

a) 80 mm dia. Nominal bore. Metre 8.00 G Fittings & Fixture

1.0 Supply of energy efficient ,weather prrof IP-65 prism light suitable for ceiling mounting with poly carbonate base guard,prismatic PMMA reflector and silicon gasket suitable for 8 to 11 watt retrofit electronic CFL including 8 Watt CFL tube duly wired with B-22d lamp holder complete as required(Category reference TPBH 118-Twinkle) or equivalent make. Each 5

2.0 Supply & fixing of Hexagonal fan

box/suitable clamps/Fan Hook complete as required. Each 40

3.0 Erection of wall bracket /ceiling

fittings of all sizes and shapes containing upto two GLS lamp per fitting, complete with all accessories including connection etc. as required. Each 5

H Cubical Panel Box

1.0 Supplying and installation of cubical type panel box fabricated with 2.0 mm thick CRCA sheet suitable to accommodate double pole isolator for each flat in individual lockable compartments alongwith earth strip duly multi drilled and lockable loose wire box phosphatized and powder coated but without DP isolators complete in all respect and as per drawing approved by Engineer-in-Charge (Containing 5 Nos. DP isolators in each box total 4 sets). Sqm. 1.464

I EARTHING & LOOP EARTHING:

1.0 Earthing with G.I. Earth pipe 4.5 m long x 40 mm dia. including accessories, and providing masonary enclosure with cover plate having locking arrangement and watering pipe etc. with charcoal or coke and salt complete as required. Sets. 2.00

3.0 Supplying and laying 25mm x 5mm. GI strip at 0.50 m below ground level Metre 6.00

Page 164: Tender Doc

164

as strip earth electrode including soldering etc. as required.

4.0 Providing and fixing 25 mm x 5

mm.GI strip on surface or in recess for connections etc.as required. Metre 6.00

Page 165: Tender Doc

165

Construction of Low Cost Housing for Urban Poor/Slu m Rehabilitation at Bawana – III (Pooth Khurd) Delhi comprising of 4560 EWS Ho uses in (G + 4) Phase II,

Delhi.(Site at Tikri Kalan, Delhi) PART - B

FINANCIAL BID (LUMP-SUM PRICE) (DWELLING UNITS ONLY)

(FOR INTERNAL ELECTRICAL WORKS) Sl. No. Description Qty Unit Rate Amount

1 Dwelling Units in G+4 blocks of RCC

framed structure, one dwelling unit

comprises of one living room, one

bed room, one kitchen, one w.c.,

one bath room, balcony, common

stairs. All complete as per drawings

and specifications.

(Approx. Plinth Area = 34.60 Sqm.)

4560 Each DU's

Total

Amount

CPM(ED-III)