240
Page | 1 Manipur PWD, Form-6 2 Bid System GOVERNMENT OF MANIPUR PUBLIC WORKS DEPARTMENT NOTICE INVITING TENDER Tender No : EE/MQCD/IT-SEZ/2020-21/4 Name of Division: Monitoring & Quality Control Division, PWD, Manipur Date : 18 th August 2020 Name of Circle: Superintending Engineer - II Item rate bids in 2 bid systems are invited on behalf of Governor of Manipur, from approved and eligible contractors of Manipur PWD and those of appropriate list of C.P.W.D., BSNL, M.E.S., Railways, dealing with buildings, for the work as detailed below: Name of Work : Setting up of IT – SEZ Building I (SH: Balance Work) Location : Mantripukhri, Imphal East District, Manipur Estimated Cost put to tender: Rs. 30,28,19,253.00 Rupees Thirty Crore Twenty Eight Lakh Nineteen Thousand Two Hundred and Fifty Three only) - Rs. 15,57,31,105.00 for Civil and Allied Works And Rs.14,70,88,148.00 for Electrical and Allied Works) Amount of Earnest Money : Rs 40,28,000.00 Lakh (Rupees Forty Lakh Twenty Eight Thousand only) Amount of Tender Fee : Rs 5000.00 Period of Completion : 12 (Twelve) Months Date & Time of download of Tender Form: 0900 Hrs of 19 th Aug 2020 to 1200 Hrs of 08 th Sept 2020 Last date & Time of upload of Tender : 0900 Hrs of 19 th Aug 2020 to 1200 Hrs of 08 th Sept 2020 Date and Time of opening of Tender : 1530 Hrs of 8 th Sept 2020 (To be opened in the office of the Executive Engineer, Monitoring and Quality Control Division, PWD, Manipur. If the office happens to be closed on the day of opening of tender the same shall be opened at the same time of next working day) The enlistment of the contractor(s) should be valid on the last date of submission of bids. In case the last date of submission of bid is extended, the enlistment of contractor should be valid on the original date of submission of bids. 1. The intending bidder must have valid class-III digital signature to submit the bid 2. Contractor can upload documents in the form of JPG format or PDF format. 3. Pre Bid Conference shall be held in the chamber of the Chief Engineer (Bldg), PWD, Manipur on 27/08/2020 at 1400 Hrs to clear the doubt of intending bidders, if any. 4. The estimate is given merely as a rough guide. 5. Contractors who fulfill the following requirements shall be eligible to apply (not applicable for PWD, Manipur enlisted contractors of appropriate class), joint ventures are not accepted. a) Should have satisfactorily completed the works as mentioned below during the last seven years ending previous day of last date of submission of bids. Three similar works each costing not less than Rs 1212.00 Lakh or Two similar works each costing not less than Rs 1817.00 Lakh

Page | 1 Manipur PWD, Form-6 2 Bid System GOVERNMENT

Embed Size (px)

Citation preview

P a g e | 1

Manipur PWD, Form-6 2 Bid System

GOVERNMENT OF MANIPUR

PUBLIC WORKS DEPARTMENT NOTICE INVITING TENDER

Tender No : EE/MQCD/IT-SEZ/2020-21/4 Name of Division: Monitoring & Quality Control Division, PWD, Manipur Date : 18th August 2020 Name of Circle: Superintending Engineer - II Item rate bids in 2 bid systems are invited on behalf of Governor of Manipur, from approved and eligible

contractors of Manipur PWD and those of appropriate list of C.P.W.D., BSNL, M.E.S., Railways, dealing with

buildings, for the work as detailed below:

Name of Work : Setting up of IT – SEZ Building I (SH: Balance Work)

Location : Mantripukhri, Imphal East District, Manipur

Estimated Cost put to tender: Rs. 30,28,19,253.00 Rupees Thirty Crore Twenty Eight Lakh Nineteen Thousand

Two Hundred and Fifty Three only) - Rs. 15,57,31,105.00 for Civil and Allied Works

And Rs.14,70,88,148.00 for Electrical and Allied Works)

Amount of Earnest Money : Rs 40,28,000.00 Lakh (Rupees Forty Lakh Twenty Eight Thousand only)

Amount of Tender Fee : Rs 5000.00

Period of Completion : 12 (Twelve) Months

Date & Time of download of Tender Form: 0900 Hrs of 19th Aug 2020 to 1200 Hrs of 08th Sept 2020

Last date & Time of upload of Tender : 0900 Hrs of 19th Aug 2020 to 1200 Hrs of 08th Sept 2020

Date and Time of opening of Tender : 1530 Hrs of 8th Sept 2020

(To be opened in the office of the Executive Engineer, Monitoring and Quality Control Division, PWD, Manipur. If

the office happens to be closed on the day of opening of tender the same shall be opened at the same time of

next working day)

The enlistment of the contractor(s) should be valid on the last date of submission of bids.

In case the last date of submission of bid is extended, the enlistment of contractor should be valid on the original date of submission of bids. 1. The intending bidder must have valid class-III digital signature to submit the bid 2. Contractor can upload documents in the form of JPG format or PDF format. 3. Pre Bid Conference shall be held in the chamber of the Chief Engineer (Bldg), PWD, Manipur on

27/08/2020 at 1400 Hrs to clear the doubt of intending bidders, if any. 4. The estimate is given merely as a rough guide. 5. Contractors who fulfill the following requirements shall be eligible to apply (not applicable for PWD,

Manipur enlisted contractors of appropriate class), joint ventures are not accepted. a) Should have satisfactorily completed the works as mentioned below during the last seven years

ending previous day of last date of submission of bids. Three similar works each costing not less than Rs 1212.00 Lakh

or Two similar works each costing not less than Rs 1817.00 Lakh

P a g e | 2

or One similar work costing not less than Rs 2423.00 Lakh.

Similar work shall mean the construction work of building having the following specifications

i. RCC framed earthquake resistant building.

ii. Brickwork, plastering, steel work in built-up trusses including cutting, hoisting and fitting

in position.

iii. Finishing work such as Granite/vitrified flooring, wooden/aluminium doors and windows,

false ceiling, painting, structural glazing, railing etc.

iv. Services – Internal water supply, Sanitary Installation, External Service Connection

v. Firefighting (Hydrant), Fire alarm system, Internal Electric Installation work, Passenger

Lift

vi. SITC (Supply, Installation, Testing & Commissioning) of HVAC, CCTV, Passive

component of Data Network i/c telephone.

The value of executed works shall be brought to the current costing level by enhancing the actual value of work at simple rate of 7% per annum; calculated from the date of completion to last date of receipt of applications for bids.

To become eligible for issue of bid, the bidders shall have to furnish an affidavit as under:-

I/We undertake and confirm that eligible similar works(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 the Department, then I/we shall be debarred for bidding in MPWD in future forever. Also, if such a violation comes to the notice of Department before the date of start of work, the Engineer-in-Charge shall be free to forfeit the entire amount of Earnest Money Deposit/Performance Guarantee. (Scanned copy to be uploaded at the time of submission of bid)

(b) Should have had an average annual financial turnover of Rs. 1514.00 Lakh on construction works during the last three years ending 31st March, 2020 (Scanned copy of the Certificate from CA to be uploaded)

(c) Should not have incurred any loss (Profit after tax should be positive) in more than two years during the last five years ending 31st March, 2020.

(d) Should have a solvency of Rs. 1212.00 Lakh (Scanned copy of original solvency to be

uploaded) 6. The contractor/firm who had been earlier disqualified/blacklisted/works terminated by any

Central Government / State government Agencies because of fraudulent practice/poor/

unprofessional like performance etc. shall be barred from bidding for the work.

7. Agreement shall be drawn with the successful bidder on prescribed Form No. PWD-7/8 which

is available on website www.manipurtenders.gov.in. Bidders shall quote their rates as per various terms and conditions of the said form which will form part of the agreement. Signing of the Contract Agreement shall take place in the office of the Executive Engineer concerned.

8. The time allowed for carrying out the work will be 12 (Twelve) months from the date of start as defined

in schedule ‗F‘ or from the first day of handing over of the site, whichever is later, in accordance with the phasing, if any, indicated in the bid documents.

P a g e | 3

9. i) The site for the work is available. ii) The Architectural and structural drawings for the work is available 10. The bid document consisting of plans, specifications, the schedule of quantities of the various types of

items to be executed, and the set of terms & conditions of the contract to be complied with and other necessary documents can be seen on the website www.manipurtenders.gov.in free of cost.

11. After submission of the bid, the contractor can re-submit a revised bid any number of times, but before

last time and date of submission of bid as notified. 12. While submitting the revised bid, the contractor can revise the rate of one or more item (s) any number

of times (he need not re-enter rate of all other items) but before last time and date of submission of bid as notified.

13. Earnest money in the form of Treasury Challan or Demand Draft or Pay Order or Banker‘s Cheque or

Deposit at Call Receipt or Fixed Deposit Receipt and Tender Fee as Demand Draft of a scheduled bank drawn in favour of the Executive Engineer, Monitoring and Quality Control Division, PWD, Manipur payable at Imphal with a validity period of 180 days shall be scanned and uploaded to the e-tendering website within the period of bid submission. The original EMD should be deposited in the office of the Executive Engineer, Monitoring and Quality Control Division, PWD, Manipur within the period of bid submission.

A part of the earnest money is acceptable in the form of bank guarantee also. In such case, minimum 50% of earnest money or Rs. 20 lakh, whichever is less, shall have to be deposited in shape prescribed above, and balance may be deposited in the shape of Bank guarantee of any scheduled bank having validity of six months or more from the last date of receipt of tenders, which is to be scanned and uploaded by the intending bidders. The following documents are to be scanned and uploaded by the intending bidders within the period of bid submission.

i. Manipur PWD Form -6 (duly signed) ii. Manipur PWD Form – 7/8 (duly signed) i/c Proforma of Schedules (A to F) iii. Enlistment order of the Contractor/tenderer iv. Scanned copy of EMD v. Scanned copy of Tender Fee vi. Form of authorization of signatory in case of Firm or Company vii. Self-attested copy of PAN of the tenderer viii. Any other Documents and Undertakings as specified in the NIT ix. GST registration certificate in the State of Manipur if already obtained by the bidder.

If the bidder has not obtained GST registration in Manipur, the bidder shall scan and upload following undertaking along with other bid documents “If the work is awarded to me, I/We shall obtained GST registration certificate of the State within one month from the date of receipt of award letter or before release of any payment by PWD, whichever is earlier, failing which I/We shall be responsible for any delayed in payments which will be due towards me/us on a/c of the work executed and/or for any action taken by PWD or GST Department in this regard”.

x. Integrity pact (Annexure-A)(To be signed and stamped by the bidders and scanned copy to be uploaded with the bid)

xi. Declaration by the Tenderer (I and 2) as per the format prescribed under para 32 of Special Terms and Conditions

P a g e | 4

xii. Letter of Transmittal along with Undertaking certifying that the information given in the

eligibility bid are correct xiii. Annual Financial Statement for the last five years (in Form ‗A‘) and Certificate of

Financial Turnover from CA xiv. Bank Solvency Certificates (in Form B) xv. List of all works of similar class completed during the last seven years (in Form ‗C‘) and

Certificates of Work Experience. xvi. Performance Reports of completed works (Referred to in Form ‗C‘ above) duly

authenticated/certified by an officer not below the rank of Executive Engineer or

Equivalent (in Form ‗D‘).

xvii. Information of the bidder‘s Organization (in Form ‗E‖).

xviii. Affidavit as per provision of Clause 5 (a) of PWD, Manipur Form-6.

Note : The documents mentioned above from SL. No. XII to XVIII are not applicable for PWD, Manipur enlisted contractors.

14. Original copy of Tender Fee as Demand Draft and EMD in the form of Treasury Challan/ Demand Draft/

Pay Order or Banker‘s Cheque/ Deposit at Call Receipt/ FDR of any Scheduled Bank against EMD, shall be placed in a sealed envelope superscripted as ―Earnest Money‖ with name of work and due date of opening of the bid also mentioned thereon. Duly signed copy of the documents stated under para 13 above shall be placed in another sealed cover superscripted as ―Bid‖ with name of work and due date of opening of the bid also mentioned thereon. Both the envelopes shall be placed in a third envelope with due mention of name of work, date and time of opening of bids and to be submitted in the Office of Executive Engineer, Monitoring & Quality Control Division, PWD Manipur by 1:00 PM of 08/09/2020.

The Technical bid submitted shall be opened on 08th Sept 2020 at 3:30 PM.

15. The tenders can be uploaded by the bidders on the website upto 1200 Hrs of 08th Sept 2020. Tenders shall be opened online by the Executive Engineer, Monitoring & Quality Control Division, PWD Manipur or his authorized representatives in his Office on 08th Sept 2020 at 3:30 PM which can be participated by the bidders or their representatives. The Technical bid shall be opened first on due date and time as mentioned above. The time and date of opening of Financial Bid of contractors qualifying the technical bid shall be communicated to them at a later date.

16. Online bid documents submitted by intending bidders shall be opened only of those bidders, whose

earnest money deposit and cost of bid documents and other documents placed in the envelope are found in order.

17. In case the bidder is a company, the bid shall be signed with official seal by the Authorized signatory,

authorized by the board of Directors at a board meeting, on a Non-Judicial stamp paper of Rs. 100 value and authenticated by a public notary/oath commissioner. In case of a partnership firm, the authorized signatory shall be the Managing Director.

18. The bid submitted shall become invalid and cost of bid shall not be refunded if:

(i) The bidder is found ineligible.

P a g e | 5

(ii)The bidder does not upload all the documents as stipulated in the bid document. (iii) If any discrepancy is noticed between the documents as uploaded at the time of submission of bid

and hard copies as submitted physically in the office of tender opening authority. (iv) If a tenderer quotes nil rates against each item in item rate tender or does not quote any percentage above/below on the total amount of the tender or any section / subhead in percentage rate tender, the tender shall be treated as invalid and will not be considered as lowest tenderer.

19. (i)The contractor, whose bid is accepted, will be required to furnish a performance guarantee of 5% (Five Percent) of the bid 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 Receipt or Guarantee Bonds of any scheduled bank or the State Bank of India in accordance with the prescribed form. In case the contractor fails to deposit the said performance guarantee within the period as indicated in Schedule F, including the extended period if any, the Earnest Money deposited by the contractor shall be forfeited automatically without any notice to the contractor.

(ii) If the tender of the successful Contractor is seriously unbalanced in relation to the Engineer‘s estimate

of the cost of work to be performed under the contract, the employer may require the Contractor to

produce detailed price analysis for any or all items of the Bill of Quantities, to demonstrate the internal

consistency of those prices with the constructions method and schedule process. After evaluation of the

price analyses, the employer may require the amount of the performance security set forth in Clause 1

of Clauses of Contract of MPWD Form 7/8 be increased at the expense of the successful Contractor to

a level sufficient to protect the Employer against financial loss in the event of default of the successful

Contractor under the contract. The amount of the increased performance security shall be decided at

the sole discretion of the Employer, which shall be final, binding and conclusive on the bidder

(iii) A bid which contains several items in the Bill of Quantities which are unrealistically priced unbalance

rates as per the relevant clauses of the CPWD Works Manual and which cannot be substantiated

satisfactorily by the Contractor may be rejected as non-responsive.

(iv) Failure of the successful Bidder to comply with the requirements of 19(ii) above shall constitute

sufficient ground for cancellation of the award and forfeiture of the Bid security/Earnest Money Deposit.

20. The description of the work is as follows:

Intending bidders are advised to inspect and examine the site and its surroundings and satisfy themselves before submitting their bids as to the nature of the ground and sub-soil (so far as is practicable), the form and nature of the site, the means of access to the site, the accommodation they may require and in general shall themselves obtain all necessary information as to risks, contingencies and other circumstances which may influence or affect their bid. A bidder 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 bidders shall be responsible for arranging and maintaining at their own cost all materials, tools and 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 bid by a bidder implies that he has read this notice and all other contract documents and has made himself aware of the scope and specifications of the work to be done and of conditions and rates at which stores, tools and plant, etc. will be issued to him by the Government and local conditions and other factors having a bearing on the execution of the work.

P a g e | 6

21. The competent authority on behalf of the Governor of Manipur does not bind itself to accept the lowest or any other bid and reserves to itself the authority to reject any or all the bids received without the assignment of any reason. All bids in which any of the prescribed conditions is not fulfilled or any condition, including that of conditional rebate is put forth by the bidders shall be summarily rejected.

22. Canvassing whether directly or indirectly, in connection with bidders is strictly prohibited and the bids

submitted by the contractors who resort to canvassing will be liable for rejection. 23. The competent authority on behalf of Governor of Manipur reserves to himself the right of accepting the

whole or any part of the bid and the bidders shall be bound to perform the same at the rate quoted. 24. No Engineer of Gazetted rank or other Gazetted officer employed in Engineering or Administrative

duties in an Engineering Department of the Government of Manipur is allowed to work as a contractor for a period of one year after his retirement from Government service, without the prior permission of the Government of Manipur in writing. This contract is liable to be cancelled if either the contractor or any of his employees are found, any time to be such a person who had not obtained the permission of the Government of Manipur as aforesaid before submission of the bid or engagement in the contractor‘s service.

25. The rate(s) quoted by the bidder shall be deemed to be valid for a period of 120 days from the last date

of submission of bid. If any bidders withdraws his bid before the said period or issue of letter of acceptance, which-ever is earlier, or makes any modifications in the terms and conditions of the bid 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 bidders shall not be allowed to participate in the re-bidding process of the work.

26. All disputes relating to the contract, designs, drawings, specifications, estimates, instructions, orders or

these conditions or otherwise concerning the works or the execution or these conditions or otherwise concerning the works or the execution or failure to execute the same whether arising during the progress of the work or after the cancellation, termination, completion or abandonment thereof shall be dealt with the relevant clause under the General Conditions of Contract (GCC) at Imphal as the place of arbitration. All litigation concerning the works shall be within the jurisdiction of the Hon‘ble High Court of Manipur.

27. This Notice Inviting bid shall form a part of the contract document. The successful bidder/contractor, on

acceptance of his bid by the Accepting Authority, shall, within 15 days from the stipulated date of start of the work, sign the contract (In case the bidder is a Firm/Company, the Contract Agreement shall be signed by the Authorized Signatory, authorized as per terms and conditions stated under para 17 above) consisting of:

(a) The notice inviting Bid, all the documents including additional conditions, specifications and

drawings, if any, forming part of the bid as uploaded at the time of invitation of bid and the rates quoted online at the time of submission of bid and acceptance thereof together with any correspondence leading thereto.

(b) Standard Manipur PWD Form 7/8. (c) Manipur PWD General Conditions of Contract 2020.

P a g e | 7

28. The Department shall deduct income tax at the TDS rate as applicable on the value of work done from each bill of the contractor as per prevailing Government instruction / orders. In lieu, the Department shall issue a certificate of deduction of the tax at source to the contractor, in relevant form.

29. The Department shall deduct GST at the TDS rate as applicable on the value of work done from each bill

of the contractor as per prevailing Government instruction / orders. In lieu, the Department shall issue a certificate of deduction of the tax at source to the contractor, in relevant form.

30. The Department shall also deduct Labour Cess at the rate as applicable on the value of work done from

each bill of the Contractor as per prevailing Government instruction/orders.

31. Payment for the work done shall be made as and when adequate fund is made available under the appropriate head of account.

32. The department reserves the right to reject any prospective application without assigning any reason

and to restrict the list of qualified contractors to any number deemed suitable by it, if too many bids are received satisfying the laid down criteria.

33. For Composite Bids

33.1 The Executive Engineer in charge of the major component will call bids for the composite work.

The cost of bid document and Earnest Money are fixed with respect to the combined estimated

cost put to tender for the composite bid.

33.2 The bid document will include following three components:

Part A:- PWD-6, PWD-7/8 including schedule A to F for the major component of the work,

Standard General Conditions of Contract for PWD 2020 as amended/modified upto

2020

Part B:- General / specific conditions, specifications and schedule of quantities applicable to

major component of the work.

Part C:- Schedule A to F for minor component of the work (competent authority under clause 2

and clause 5 shall be same authority as mentioned in schedule A to F for major

components), General/specific conditions, specifications and schedule of quantities

applicable to minor component(s) of the work.

33.3 The bidders must associate himself, with agencies as per NIT conditions

33.4 The eligible bidders shall quote rates for all items of major component as well as for all items of

minor components of work.

33.5 After acceptance of the bid by competent authority, the EE in charge of major component of the

work shall issue letter of award on behalf of the Governor of Manipur. After the work is awarded,

the main contractor will have to enter into one agreement with EE incharge of major component

and has also to sign two or more copies of agreement depending upon number of EE‘s/DDH

incharge of minor components. One such signed set of agreement shall be handed over to

EE/DDH incharge of minor component(s). EE of major component will operate Part A and Part B of

the agreement. EE/DDH incharge of minor component(s) shall operate Part C along with Part A of

the agreement.

33.6 Entire work under the scope of composite bid including major and all minor components shall be

executed under one agreement.

33.7 Security Deposit will be worked out separately for each component corresponding to the estimated

P a g e | 8

cost of the respective component of works.

33.8 The main contractor has to associate agencies for specialized 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 relevant component(s).within prescribed time. Name of the agency(s) to be

associated shall be approved by Engineer-in-charge of relevant component(s).

33.9 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 the Engineer-in-charge of relevant

specialized component(s). The new agency/agencies shall also have to satisfy the laid down

eligibility criteria. In case Engineer-in-charge 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.

33.10 The main contractor shall enter into MoU with agency(s) associated by him. Copy of such MoU

shall be submitted to EE/ DDH in charge of each relevant component as well as to EE in-charge of

major component. In case of change of associate contractor, the main agency(s) has to enter into

MoU/agreement with the new contractor associated by him.

33.11 Running payments for both the Civil & Allied Works and Electrical & Allied Work components shall

be made by EE/M&QCD, PWD, Manipur to the main contractor. Running bills for Electrical & Allied

Works components shall be prepared and passed by the Executive Engineer, Electrical Division No.

II, PWD, Manipur and shall be submitted to the EE/M&QCD, PWD, Manipur.

33.12. The composite work shall be treated as complete when all the components of the work are complete.

The completion certificate of the composite work shall be recorded by the Engineer-in-charge of

major component after record of completion certificate of all other components.

33.13. 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.

34.0. Rate to be quoted

The rate quoted by the tenderer shall be inclusive of all charges e.g. GST, Income Tax, Labour Welfare

Cess, Octroi, Toll Ferry charges, Local charges, Royalties and all other charges as applicable during

the contractual period and the cost of all statutory approvals /clearances necessary for the work.

35.0 Integrity Pact

Integrity Pact duly signed by the bidder shall be submitted as per ANNEXURE-A. Any bid without signed integrity Pact shall be liable for rejection.

Executive Engineer, Monitoring and Quality Control Division, PWD, Manipur

P a g e | 9

SECTION I

BRIEF PARTICULARS OF THE WORK

1. Salient details of the work for which bids are invited are as under:

Sl.

No. Name of work Estimated Cost Period of Completion

1 3 4 5

1 “Setting up of IT – SEZ Building I (SH:

Balance Work)”

12 (Twelve) months

(i) Civil & Allied works Rs. 15,57,31,105.00

(ii) Electrical and Electronic works Rs.14,70,88,148.00

Total = Rs. 30,28,19,253.00

2. The work is situated at Mantripukhri, Imphal East, Manipur.

3. General features and major components of the work are as under:

i. Construction of R.C.C. framed structure with structural glazing in exterior walls, finishing work etc.

complete.

ii. Electrification, HVAC, Firefighting, CCTV, Networking, Lift etc.

4. Work shall be executed according to General Conditions of Contract for Manipur PWD Works and other

documents enclosed in the bid document.

P a g e | 10

SECTION – II

INFORMATION & INSTRUCTION FOR BIDDERS

1.0 General: 1.1 Letter of transmittal and forms for deciding eligibility are given in Section III. 1.2 All information called for in the enclosed forms should be furnished against the relevant columns in

the forms. If for any reason, 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 bidder, 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.

1.3 Reference, information and certificates from the respective clients certifying suitability, technical

knowledge, or capability of the bidder should be signed by an officer not below the rank of Executive Engineer or equivalent.

1.4 The bidder may furnish any additional information which he thinks is necessary to establish his

capabilities to successfully complete the envisaged work. He is, however, advised not to furnish superfluous information. No information shall be entertained after submission of eligibility criteria document unless it is called for by the employer.

2.0 Definitions: 2.1 In this document the following words and expressions have the meaning hereby assigned to them. 2.2 Employer: Means the Governor of Manipur, acting through the Executive Engineer, Monitoring and Quality Control Division, PWD Manipur. 2.3 Bidder: Means the individual, proprietary firm, firm in partnership, limited company private or public or corporation. 2.4 “Year” means “Financial Year” unless stated otherwise. 3.0 Method of application: The letter of Letter of Transmittal and Bid documents shall be signed as

described below and scanned copy must be uploaded along with the bid. 3.1 If the bidder is an individual, the application shall be signed by him above his full written name and

current address. 3.2 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. 3.3 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 as partner holding power of attorney for the firm. In the latter case a certified copy of the power of attorney should

P a g e | 11

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.

3.4 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.

4.0 Final decision making authority: The employer reserves the right to accept or reject any bid and to annul the process and reject all

bids at any time, without assigning any reason or incurring any liability to the bidders. 5.0 Particulars provisional: The particulars of the work given in Section I are provisional. They are liable to change and must be

considered only as advance information to assist the bidder. 6.0 Site Visit: The bidder is advised to visit the site of work, at his own cost, and examine it and its surroundings to

himself collect all information that he considers necessary for proper assessment of the prospective assignment.

7.0 Initial criteria for eligibility: For non PWD contractors 7.1 The bidder should have satisfactorily completed during the last seven years ending previous day of

last date of submission of tenders below. For this purpose cost of the work shall mean gross value the completed work, including cost of material supplied by the Government/Client but excluding those supplied free of cost. This should be certified by an officer not below the rank of Executive Engineer/Project Manager or equivalent. (i) Three similar works each costing not less than Rs. 1212.00 Lakh or two similar works each costing

not less than Rs. 1817.00 Lakh or one similar work costing not less than Rs. 2423.00 Lakh.

Similar work shall mean the construction work of building having the following

specifications

i. RCC framed earthquake resistant building.

ii. Brickwork, plastering, steel work in built-up trusses including cutting, hoisting and

fitting in position.

iii. Finishing work such as Granite/vitrified flooring, wooden/aluminium doors and

windows, false ceiling, painting, structural glazing, railing etc.

iv. Services – Internal water supply, Sanitary Installation, External Service Connection

v. Firefighting (Hydrant), Fire alarm system, Internal Electric Installation work,

Passenger Lift

vi. SITC (Supply, Installation, Testing & Commissioning) of HVAC, CCTV, Passive

component of Data Network i/c telephone.

The value of executed works shall be brought to the current costing level by enhancing the actual value of work at simple rate of 7% per annum; calculated from the date of completion to last date of receipt of applications for bids.

7.2 The bidder should have had an average annual financial turnover of Rs. 1514.00 Lakh on Civil/ Electrical construction works during the last three consecutive financial years Balance sheet duly

P a g e | 12

audited by a Chartered Accountant. The year in which no turnover is shown would also be considered for working out the average.

7.3 The bidder should not have incurred any loss (Profit after tax should be positive) in more than two years during available last five consecutive balance sheets, duly certified and audited by the chartered Accountant.

7.4 The bidder should have solvency of Rs 1212.00 Lakh Certified by his bankers.

For PWD as well as non PWD contractors 7.5 The bidder should have sufficient number of technical and administrative employees for the proper

execution of the contract. The bidder shall have to submit a list of these employees stating clearly how these would be involved in this work within 15 days of award of work.

8.0 Evaluation Criteria: 8.1 The detailed submitted by the bidders will be evaluated in the following manner: 8.1.1 The initial criteria prescribed in para 7.0 above in respect of experience of eligible similar works

completed, loss, solvency and financial turnover etc. will first be scrutinized, and the bidder’s eligibility of the work be determined.

8.1.2 The bidders qualifying the initial criteria as set out in para 7.0 above will be evaluated for following

criteria by scoring method on the basis of details furnished by them.

a) Financial strength (Form ‘A’ & ‘B’) - Maximum 20 marks b) Experience in similar nature of work

during last seven years (Form ‘C’) - Maximum 20 marks c) Performance on works (Form ‘D’) – Time over run - Maximum 20 marks d) Performance on works (Form ‘D’) – Quality - Maximum 40 marks

Total - 100 marks.

To become eligible for short listing the bidder must secure at least fifty percent marks in each and sixty percent marks in aggregate. The Department, however, reserves the right to restrict the list of such qualified contractors to any number deemed suitable by it. Note : The average value of performance of works for time over run and quality shall be taken on the basis of performance report and eligible similar works.

P a g e | 13

8.1.3

9.0 Financial information:

Bidder should furnish the Annual financial statement for the last five year in (Form "A") and solvency certificate in (Form "B")

10.0 Experience of similar works: 10.1 Bidder should furnish the List of eligible similar nature of works successfully completed

during the last seven years in (Form ‘C’)

11.0 Organization information: Bidder is required to submit the information in respect of his organization in Forms “E”

12.0 Letter of transmittal The bidder should submit the Letter of Transmittal and the undertaking attached with the document.

P a g e | 14

13.0 Opening of Price Bid

After evaluation of applications, a list of short listed agencies will be prepared. Thereafter the financial bids of only the qualified and technically acceptable bidders shall be opened at the notified time, date and place in the presence of the qualified bidders or their representatives.

14.0 Award criteria: 14.1 The employer reserves the right, without being liable for any damages or obligation to

inform the bidder, to: (a) Amend the scope and value of contract to the bidder. (b) Reject any or all the applications without assigning any reason.

14.2 Any effort on the part of the bidder or his agent to exercise influence or to pressurize the

employer would result in rejection of his bid. Canvassing of any kind is prohibited.

P a g e | 15

SECTION III INFORMATION REGARDING ELIGIBILITY

LETTER OF TRANSMITTAL

From : To The Executive Engineer, Monitoring and Quality Control Division, PWD, Manipur

Subject: Submission of bids for the work of “Setting up of IT – SEZ Building I (SH: Balance Work)”

Sir, Having examined the details given in the notice and bid document for the above work, I/We hereby submit the relevant information. 1. I/We hereby certify that all the statement made and information supplied in the enclosed forms A to

E and accompanying statement are true and correct. 2. I/We have furnished all information and details necessary for eligibility and have no further

pertinent information to supply. 3. I/We submit the requisite certified solvency certificate and authorize the Executive Engineer,

Monitoring and Quality Control Division, PWD, Manipur to approach the Bank issuing the solvency certificate to confirm the correctness thereof. I/We also authorize to verify our competence and general reputation.

2. I/We submit the following certificates in support of our suitability, technical knowledge and capability for having successfully completed the following works:

Name of Work Certificate from

Enclosures: Seal of Bidder Date of submission: Signature(s) of Bidder(s).

P a g e | 16

Undertaking/ Certificate It is certified that the information given in the enclosed eligibility bid are correct. It is also certified that I/We shall be liable to debarred, disqualified / cancellation of enlistment in case any information furnished by me/ us is found to be incorrect.

Certificate from Enclosures: Seal of Bidder Date of submission:

Signature(s) of Bidder(s).

P a g e | 17

FORM 'A' FINANCIAL INFORMATION

I. Financial Analysis – Details to be furnished duly supported by figures in the balance sheet/profit &

loss. Account for the last five years duly certified by the "Chartered Account, as submitted by the applicant to the Income Tax Department (copies to be attached)'

Years Financial Year

(i) Gross Annual turnover on construction works (ii) Profit/Loss.

II. Financial arrangement for carrying out the proposed work. III. Solvency Certificate from Bankers of the bidder in the prescribed Form "B".

Signature of Chartered Accountant with Seal Signature of Bidder(s)

FORM "B" FORM OF BANKERS' CERTIFICATE FROM A SCHEDULED BANK

This is to certify that to the best of our knowledge and information that M/s./Shri ………………………..

…………………………………………………… having marginally noted address, a customer of our Bank are/is respectable and can be treated as good for any engagement upto 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

NOTE : (1) Bankers certificates should be on letter head of the Bank, sealed in a cover addressed to tendering authority.

(2) In case of partnership firm, certificate should include names of all partners as recorded with the Bank.

P a g e | 18

FORM ‘C’ DETAILS OF ELIGIBLE SIMILAR NATURE OF WORKS COMPLETED DURING THE LAST SEVEN YEARS

ENDING PREVIOUS DAY OF LAST DAY OF SUBMISSION OF TENDERS

Sl No.

Name of work/project and location

Owner or sponsoring organization

Cost of work in crore of rupees

Date of commencement as per contract

Stipulated date of completion

Actual date of completion

Litigation/arbitration case pending/in progress with details*

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

Whether the work was done on back to back basis Yes/No

1 2 3 4 5 6 7 8 9 10

Indicate gross amount claimed and amount awarded by the arbitrator.

Signature of Bidder(s)

P a g e | 19

FORM ‘D’ PERFORMANCE REPORT OF WORKS REFERRED TO IN FORMS “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. Amount of reduced rate items, if any

9. Performance Report

1) Quality of work Very Good/Good/Fair/Poor

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

3) Technical Proficiency Very Good/Good/Fair/Poor

4) Resourcefulness Very Good/Good/Fair/Poor

5) General Behavior Very Good/Good/Fair/Poor

Dated: Executive Engineer or Equivalent

P a g e | 20

FORM “E” STRUCTURE & ORGANIZATION

1. Name & address of the bidder 2. Telephone No. /Telex No. Fax No. 3. Legal status of the bidder (attach copies of original document defining the legal status) (a) An Individual (b) A proprietary firm (c) A firm in partnership (d) A limited company or Corporation 4. Particulars of registration with various Government Bodies (attach attested photocopy) Organization/Placed of Registration Registration No. 1. 2. 3. 5. Names and titles of Directors & Officers with designation to be concerned with this work. 6. Designation of individuals authorized to act for the organization 7. Has the bidder, or any constituent partner in case of partnership firm, ever been debarred/black

listed for tendering in any organization at any time? If so, give details. 8. In which field of Civil Engineering construction the bidder has specialization and interest? 9. Any other information considered necessary, but not included above.

Signature of Bidder(s)

P a g e | 21

SECTION-V

IMPORTANT DATES

Sl.No Description Time and Date

1 Pre- Bid Conference 27th August, 2020 at 2:00 P.M

2 Submission of hard copies of Earnest Money, Cost of

Bid and other documents by the Bidders Upto 1:00 P.M. of 8th Sept, 2020

3 Opening of hard copies of Earnest Money, Cost of

Bid and other documents submitted by the Bidders 3:00 PM of 8th Sept,2020

4 Last date and time of receipt of Tender online 8th Sept, 2020 upto 12:00 P.M

5 Opening of Technical Bids 8th Sept, 2020 at 03:30 P.M

6 Opening of Financial Bids for those contractors

qualifying in the Technical Bids

Notice of the date of Financial Bid

Opening shall be notified later

P a g e | 22

MANIPUR PWD GENERAL CONDITIONS OF CONTRACT 2020

CONSTRUCTION WORKS

P a g e | 23

Index Sl No. Details Page

1 General Guidelines 24

2 Tender Form Manipur PWD-7/8 25

3 General Rules and Directions 28

4 Conditions of Contract 33

5 Clauses of Contract 37

6 Integrity Pact – Annexure A 94

7 Manipur PWD Safety Code 100

8 Model Rules for the protection of health and sanitary

arrangements for workers 105

9 Manipur PWD contractors Labour Regulations 112

10 Proforma of Registers (Appendix-I to Appendix-XVI) 119

11 Notice of appointment of Arbitrator (Appendix-XVII) 138

12 Form of Earnest Money Deposit Bank Guarantee Bond 139

13 Form of Performance Security Bank Guarantee Bond

Format-I 140

14 Form of Performance Security Bank Guarantee Bond

Format-II 142

15 Proforma of Schedules A to F 144

16 Special Information for Tenderers 149

17 Special Terms and Conditions 150

18 Special Specifications 157

19 General Specifications 158

20 Item Rate BOQ (Schedule A) 193

P a g e | 24

GENERAL GUIDELINES

1. This book of “General Conditions of Contract” is applicable to both types of

tenders i.e. “percentage rate tenders and item rate tenders”. Accordingly, alternative provisions for conditions Nos. 4A, 9 & 10 of the General Rules and Directions are given in this book. The appropriate alternatives will be applicable in specific cases depending on whether this is used for percentage rate tender (Manipur PWD-7) or item rate tender (Manipur PWD-8).

2. Manipur PWD-6, Schedules A to F, special conditions/specifications and

drawings etc. will be part of NIT and shall be uploaded. 3. The intending bidders will quote their rates in Schedule A and Schedule A to F

and proforma for registers are only for information and guidance.

P a g e | 25

MPWD-7/8 GOVERNMENT OF MANIPUR

PUBLIC WORKS DEPARTMENT STATE: CIRCLE BRANCH: DIVISION ZONE SUB-DIVISION

Percentage Rate Tender/Item Rate Tender & Contract for Works

Tender

(A) Tender for the work of :- ................................................................................................................................

...............................................................................................................................

(i) To be uploaded by ................................................... hours on

........to.........upload at..............................................

(ii) To be opened in presence of tenderers who may be present at ................. hours on .............to.............. in the office of .................................

TENDER

I/We have read and examined the notice inviting tender, schedule, A,B,C,D,E&F. Specifications applicable, Drawings & Designs, General Rules and Directions, Conditions of Contract, clauses of contract, Special conditions, Schedule of Rate & other documents and Rules referred to in the conditions of contract and all other contents in the tender document for the work.

I/We hereby tender for the execution of the work specified for the Governor of Manipur within the time specified in Schedule „F‟, viz., schedule of quantities and in accordance in all respects with specifications, designs, drawings and instructions in writing referred to in Rule-1 of General Rules and Directions and in Clause 11 of the Conditions of contract and with such materials as are provided for, by, and in respect of accordance with, such conditions so far as applicable.

I/We agree to keep the tender open for 120 days from the date of opening of technical bid in case tenders are invited on 2 bid system for specialised work and not to make any modifications in its terms and conditions.

A sum of Rs. ....................................... is hereby forwarded in cash/receipt treasury challan/deposit at call receipt of a scheduled bank/fixed deposit receipt of scheduled bank/demand draft of a scheduled bank/ bank guarantee issued by a scheduled bank as earnest money.

A copy of earnest money in receipt treasury challan/deposit at call receipt of a

P a g e | 26

scheduled bank/fixed deposit receipt of scheduled bank/demand draft of a scheduled bank/bank guarantee issued by a scheduled bank is scanned and uploaded (Strike out as the case maybe). If I/We, fail to furnish the prescribed performance guarantee within prescribed period, I/We agree that the said Governor of Manipur or his successors, in office shall without prejudice to any other right or remedy, be at liberty to forfeit the said earnest money absolutely. Further, I/We fail to commence work as specified, I/We agree that Governor of Manipur or the successors in office shall without prejudice to any other right or remedy available in law, be at liberty to forfeit the said performance guarantee absolutely. The said Performance Guarantee shall be a guarantee to execute all the works referred to in the tender documents upon the terms and conditions contained or referred to those in excess of that limit at the rates to be determined in accordance with the provision contained in Clause 12.2 and 12.3 of the tender form.

Further, I / We agree that in case of forfeiture of Earnest Money or Performance Guarantee as aforesaid, I / We shall be debarred for participation in the re-tendering process of the work.

I/We undertake and confirm that eligible similar work(s) has/have not been got executed through another contractor on back to back basis. Further that, if such a violation comes to the notice of Department, then I/We shall be debarred for tendering in Manipur PWD in future forever. Also, if such a violation comes to the notice of Department before date of start of work, the Engineer-in-Charge shall be free to forfeit the entire amount of Earnest Money Deposit/Performance Guarantee.

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 therefrom to any person other than a person to whom I/we am/are authorised to communicate the same or use the information in any manner prejudicial to the safety of the State.

Dated ......................... Signature of Contractor

Postal Address

Witness :

Address:

Occupation :

P a g e | 27

ACCEPTANCE

The above tender (as modified by you as provided in the letters mentioned hereunder) is accepted by me for and on behalf of the Governor of Manipur for a sum of Rs..............................................(Rupees ........................................................................ .................................................................................................................)

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

a)

b)

c)

For & on behalf of the Governor of Manipur

Signature ...............................................

Dated .......................... Designation

P a g e | 28

GOVERNMENT OF MANIPUR, PUBLIC WORKS DEPARTMENT

General

Rules &

Directions

1. All work proposed for execution by contract will be notified in a form of invitation to tender pasted by publication in Newspapers or posted on website as the case may be.

This form will state the work to be carried out, as well as the date for submitting and opening tenders and the time allowed for carrying out the work, also the amount of earnest money to be deposited with the tender, and the amount of the security deposit and Performance guarantee to be deposited by the successful tenderer and the percentage, if any, to be deducted from bills. Copies of the specifications, designs and drawings and any other documents required in connection with the work signed for the purpose of identification by the officer inviting tender shall also be open for inspection by the contractor at the office of officer inviting tender during office hours.

2. In the event of the tender being submitted by a firm, it must be signed separately by each partner thereof or in the event of the absence of any partner, it must be signed on his behalf by a person holding a power of attorney authorising him to do so, such power of attorney to be produced with the tender, and it must disclose that the firm is duly registered under the Indian Partnership Act. 1952.

3. Receipts for payment made on account of work, when executed by a firm, must also be signed by all the partners, except where contractors are described in their tender as a firm, in which case the receipts must be signed in the name of the firm by one of the partners, or by some other person having due authority to give effectual receipts for the firm.

Applicable

for Item

Rate Tender

only (PWD-

8)

4. The rate(s) must be quoted in decimal coinage. Amounts must be quoted in full rupees by ignoring fifty paise and considering more than fifty paise as rupee one.

In case of lowest tendered amount (worked out on the basis of quoted rate of individual items) of two or more contractors is same, then such lowest contractors may be asked to submit sealed revised offer quoting rate of each item of the schedule of quantity for all sub sections/ sub heads as the case may be, but the revised quoted rate of each item of scheduled of quantity for all sub sections/sub heads should not be higher than their respective original rate quoted already at the time of submission of tender. The lowest tender shall be decided on the basis of revised offer.

If the revised tendered amount (worked out on the basis of quoted rate of individuals items) of two or more contractors received in revised offer is again found to be equal, then the lowest tender, among such contractors, shall be decided by draw of lots in the presence of SE of the circle, or CE of the zone EE(s) in-charge of major and minor component(s)(also DDH in case Horticulture work is also included in the tender), and the lowest contractors those have quoted equal amount of their tenders.

In case of any such lowest contractor in his revised offer quotes rate of any item more than their respective original rate quoted already at the time of submission of tender, then such revised offer shall be treated invalid. Such

P a g e | 29

case of revised offer of the lowest contractor or case of refusal to submit revised offer by the lowest contractor shall be treated as withdrawal of his tender before acceptance and 50% of his earnest money shall be forfeited.

In case all the lowest contractors those have same tendered amount (as a result of their quoted rate of individual items), refuse to submit revised offers, then tenders are to be recalled after forfeiting 50% of EMD of each lowest contractors.

Contractors, whose earnest money is forfeited because of non-submission of revised offer, or quoting higher revised rate(s) of any item(s) than their respective original rate quoted already at the time of submission of his bid shall not be allowed to participate in the retendering process of the work.

Applicable

for

Percentage

Rate Tender

only

(Manipur

PWD-7)

4.A.Applicable for Percentage Rate Tender only (Manipur PWD-7)

In case of Percentage Rate Tenders, Contractor shall fill up the usual printed form, stating at what percentage below/above (in figures as well as in words) the total estimated cost given in Schedule of Quantities at Schedule - A, he will be willing to execute the work. The tender submitted shall be treated as invalid if :-

(i) The contractor does not quote percentage above/below on the total amount of tender or any section/sub head of the tender.

(ii) The percentage above/below is not quoted in figures & words both on the total amount of tender or any section/sub head of the tender.

(iii) The percentage quoted above/below is different in figures & words on the total amount of tender or any section/sub head of the tender.

Tenders, which propose any alteration in the work specified in the said form of invitation to tender, or in the time allowed for carrying out the work, or which contain any other conditions of any sort including conditional rebates, will be summarily rejected.

4B In case the lowest tendered amount (estimated cost + amount worked on the basis of percentage above/below) of two or more contractors is same, such lowest contractors will be asked to submit sealed revised offer in the form of letter mentioning percentage above/below on estimate cost of tender including all sub sections/sub heads as the case maybe, but the revised percentage quoted above/below on tendered cost or on each sub section/ sub head should not be higher than the percentage quoted at the time of submission of tender. The lowest tender shall be decided on the basis of revised offers.

In case any of such contractors refuses to submit revised offer, then it shall be treated as withdrawal of his tender before acceptance and 50% of the earnest money shall be forfeited.

If the revised tendered amount of two more contractors recieved in revised offer is again found to be equal, the lowest tender, among such contractors, shall be decided by draw of lots in the presence of SE of the Circle, or CE of the zone, EEs in-charge of major & minor component(s)(also

P a g e | 30

DDH in case Horticulture work is also included in the tender), & the lowest contractor those have quoted equal amount of their tenders.

In case all the lowest contractors those have quoted same tendered amount, refuse to submit revised offers, then tenders are to be recalled after forfeiting 50% of EMD of each contractor.

Contractor(s) whose earnest money is forfeited because of non-submission of revised offer, shall not be allowed to participate in the re-tendering process of the work.

5. The officer inviting tender or his duly authorised assistant will open tenders in the presence of any intending contractors who may be present at the time.

6. The officer inviting tenders shall have the right of rejecting all or any of the tenders and will not be bound to accept the lowest or any other tender.

7. The receipt of an accountant or clerk for any money paid by the contractor will not be considered as any acknowledgment or payment to the officer inviting tender and the contractor shall be responsible for seeing that the procures a receipt signed by the officer inviting tender or a duly authorised Cashier.

Applicable

for Item

Rate Tender

only

(Manipur

PWD-8)

8. In the case of Item Rate Tenders, only rates quoted shall be considered. Any tender containing percentage below/above the rates quoted is liable to be rejected. Rates quoted by the contractor in item rate tender in figures and words shall be accurately filled in so that there is no discrepancy in the rates written in figures and words. However, if a discrepancy is found, the rates which correspond with the amount worked out by the contractor shall unless otherwise proved be taken as correct. If the amount of an item is not worked out by the contractor or it does not correspond with the rates written either in figures or in words, then the rates quoted by the contractor in words shall be taken as correct. Where the rates quoted by the contractor in figures and in words tally but the amount is not worked out correctly, the rates quoted by the contractor will unless otherwise proved be taken as correct and not the amount. In event no rate has been quoted for any item(s), leaving space both in figure(s), word(s), and amount blank, it will be presumed that the contractor has included the cost of this/these item(s) in other items and rate for such item(s) will be considered as zero and work will be required to be executed accordingly.

However, if a tenderer quotes nil rates against each item in item rate tender, the tender shall be treated as invalid and will not be considered as lowest tenderer and earnest money deposited shall be forfeited.

Applicable

for

percentage

Rate Tender

only

(Manipur

PWD-7)

9. 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 filled in figures and words, so that there is no discrepancy.

P a g e | 31

Applicable

for

Percentage

rate Tender

only (PWD

Manipur-7)

10. In Percentage Rate Tender, the tenderer shall quote percentage below/above (in figures as well as in words) at which he will be willing to execute the work. He shall also work out the total amount of his offer and the same should be written in figures as well as in words in such a way that no interpolation is possible. In case of figures, the word ‗Rs.‘ should be written before the figure of rupees and word ‘P‘ after the decimal figures, e.g. ‗Rs. 2.15p and in case of words, the word ‗Rupees‘ should precede and the word ‗Paise‘ should be written at the end.

11.(i) The Contractor whose tender is accepted, will be required to furnish performance guarantee of 5% (Five Percent) of the tendered amount within 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 checked 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.

(ii)The contractor whose tender is accepted, will also be required to furnish by way of Security Deposit for the fulfillment of his contract, an amount equal to 2.5% of the tendered value of the work. The Security deposit will be collected by deductions from the running bills as well as final bills of the contractor at the rates mentioned above. The Security amount will also be accepted in cash or in the shape of Government Securities. Fixed Deposit Receipt of a Scheduled Bank or will also be accepted for this purpose provided confirmatory advice is enclosed.

12. On acceptance of the tender, the name of the accredited representatives(s) of the contractor who would be responsible for taking instructions from the Engineer-in-Charge shall be communicated in writing to the Engineer-in-Charge.

13. GST or any other tax applicable in respect of inputs procured by the contractor for this contract shall be payable by the contractor and Government will not entertain any claim whatsoever in respect of the same. However, component of GST at the time of supply of service (as provided in CGST Act 2017) provided by the contract shall be varied if different from that applicable on the last date of receipt of tender including extension if any.

14. The contractor shall give a list of both gazetted and non-gazetted Manipur PWD employees related to him.

15. The tender for composite work includes, in addition to building work, all other works such as sanitary and water supply installations drainage installation, electrical work, horticulture work, roads and paths etc.

16. The contractor shall submit list of works which are in hand (progress) in the following form :

P a g e | 32

Name of

Work

Name and particulars of

Divn. Where work is being

executed

Value of

work

Position of

works

Remar

ks

1 2 3 4 5

P a g e | 33

CONDITIONS OF CONTRACT

Definitions 1. The Contract means the documents forming the tender and

acceptance thereof and the formal agreement executed between the

competent authority on behalf of the Governor of Manipur and the

Contractor, together with the documents referred to therein

including these conditions, the specifications, designs, drawings

and instructions issued from time to time by the Engineer-in-

Charge and all these documents taken together, shall be deemed to

form one contract and shall be complementary to one another.

2. In the contract, the following expressions shall, unless the context

otherwise requires, have the meanings, hereby respectively

assigned to them :-

i) The expression works or work shall, unless there be

something either in the subject or context repugnant to such

construction, be construed and taken to mean the works by or

by virtue of the contract contracted to be executed whether

temporary or permanent, and whether original, altered,

substituted or additional.

ii) The Site shall mean the land, places on, into or where work is

to be executed under the contract or any adjacent land, path or

street or where work is to be executed under the contract or

any adjacent land, path or street which may be temporary

allotted or used for the purpose of carrying out the contract.

iii) The Contractor shall mean the individual, firm or company,

whether incorporated or not, undertaking the works and shall

include the legal personal representative of such individual or

the persons composing such firm or company, or the

successors of such firm or company and the permitted

assignees of such individual, firm or company.

iv) The Governor means the Governor of Manipur and his

successors.

v) Government or Government of Manipur shall mean the

Governor of Manipur.

vi) The Engineer-in-Charge means the Engineer Officer who

shall supervise and be in-charge of the work and who shall

sign the contract on behalf of the Governor of Manipur as

mentioned in Schedule „F‟ hereunder.

vi) Government or Government of Manipur shall mean the

Governor of Manipur.

vii) The terms Chief Engineer of Works includes Additional

Chief Engineer of the Department.

viii) Accepting Authority shall mean the authority mentioned in

Schedule „F‟.

ix) Excepted Risk are risks due to riots (other than those on

account of contractor‟s employee), war (whether declared or

not) invasion, act of foreign enemies, hostilities, civil war,

rebellion revolution, insurrection, military or usurped power,

P a g e | 34

any acts of Government, damages from aircraft, acts of God,

such as earthquake lightening and unprecedented floods, and

other causes over which the contractor has no control and

accepted as such by the Accepting Authority or causes solely

due to use or occupation by Government of the part of the

works in respect of which certificate of completion has been

issued or a cause solely due to Government‟s faulty design of

works.

x) Market Rate shall be the rate as decided by the Engineer-in-

Charge on the basis of the cost of materials and labour at the

site where the work is to be executed plus the percentage

mentioned in Schedule „F‟ to cover, all overheads and profits.

Provided that no extra overheads and profits shall be payable

on the part(s) of work assigned to other agency(s) by the

contractor as per terms of contract.

Schedule(s) referred to in these conditions shall mean the relevant

schedule(s) annexed to the tender documents or the standard

Schedule of Rates of the Government mentioned in Schedule „F‟

hereunder, with the amendments thereto issued upto the date of

receipt of the tender.

xi) Department means Manipur PWD or any department of

Government of Manipur which invites tenders on behalf of

Governor of Manipur as specified in schedule „F‟.

xii) District Specifications means the specifications followed by

the State Government in the area where the work is to be

executed.

xii) Tendered value means the value of the entire work as

stipulated in the letter of award.

xiv) Date of commencement of work: The date of commencement

of work shall be the date of start as specified in Schedule “F”

or the first date of handing over of the site, whichever is later,

in accordance with the phasing if any, as indicated in the

tender documents.

xv) GST shall mean Goods and Service Tax - Central, State and

Inter State.

P a g e | 35

Scope and

Performanc

e

3. Where the context so requires, words imparting the singular only

also include the plural and vice versa. Any reference to masculine

gender shall whenever required include feminine gender and vice

versa.

4. Headings and marginal notes to these General Conditions of

Contract shall not be deemed to form part thereof or be taken into

consideration in the interpretation or construction thereof or of the

contract.

5. The contractor shall be furnished, free of cost one certified copy of

the contract documents except standard specifications, Schedule of

Rates and such other printed and published documents, together

with all drawings as may be forming part of the tender documents.

None of these documents shall be used for any purpose other than

that of this contract.

Works to be

carried out

6. The work to be carried out under the Contract shall, except as

otherwise provided in these conditions, include all labourers,

materials, tools, plants, equipment and transport which may be

required in preparation of and for and in the full and entire

execution and completion of the works. The descriptions given in

the Schedule of Quantities (Schedule-A) shall, unless otherwise

stated, be held to include wastage on materials, carriage and

cartage, carrying and return of empties, hoisting, setting, fitting and

fixing in position and all other labours necessary in and for the full

and entire execution and completion of the work as aforesaid in

accordance with good practice and recognised principles.

Sufficiency

of Tender

7. The Contractor shall be deemed to have satisfied himself before

tendering as to the correctness and sufficiency of his tender for the

works and of the rates and prices quoted in the Schedule of

Quantities, which rates and prices shall, except as otherwise

provided, cover all his obligations under the Contract and all

matters and things necessary for the proper completion and

maintenance of the works.

P a g e | 36

Signing of

Contract

8. 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 :-

i) the notice inviting tender, all the documents including

drawings, if any, forming the tender as issued at the time of

invitation of tender and acceptance thereof together with any

correspondence leading thereto.

ii) Standard Manipur PWD Form as mentioned in Schedule „F‟

consisting of :

a) Various standard clauses with corrections upto the date

stipulated in Schedule „F‟ along with annexures thereto.

b) Manipur PWD Safety Code.

c) Model Rules for the protection of health, sanitary

arrangements for workers employed by Manipur PWD or

its contractors.

d) Manipur PWD Contractor‟s Labour Regulations.

e) List of Acts and omissions for which fines can be imposed.

iii) No payment for the work done will be made unless contract is

signed by the contractor.

P a g e | 37

General Condition of Contract

Clause 1 Clauses of Contract

Performance

Guarantee

i) The contractor shall submit an irrevocable Performance Guarantee of

5% (Five percent) of the tendered amount in addition to other

deposits mentioned elsewhere in the contract for his proper

performance of the contract agreement, (not withstanding and/or

without prejudice to any other provisions in the contract) within

period specified in Schedule „F‟ from the date of issue of letter of

acceptance. This period can be further extended by the Engineer-in-

Charge upto a maximum period as specified in schedule „F‟ on

written request of the contractor stating the reason for delays in

procuring the Performance Guarantee, to the satisfaction of the

Engineer-in-Charge. 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 form annexed hereto. In case a fixed deposit

receipt of any Bank is furnished by the contractor to the Government

as part of the performance guarantee and the Bank is unable to make

payment against the said fixed deposit receipt, the loss caused

thereby shall fall on the contractor and the contractor shall forthwith

on demand furnish additional security to the Government to make

good the deficit.

ii) The Performance Guarantee shall be initially valid upto the stipulated

date of completion plus minimum 60 days beyond that if the same is

submitted by the agency on schedule format I as per GCC. If the

same is submitted on the format II as per GCC then the performance

guarantee shall be valid upto the stipulated date of completion plus

minimum 6 months beyond that. In case the time for completion of

work gets enlarged, the contractor shall get the validity of

Performance Guarantee extended to cover such enlarged time for

completion of work. After recording of the completion certificate for

the work by the competent authority, the performance guarantee shall

be returned to the contractor, without any interest. However, in case

of contracts involving maintenance of building and services/any

other work after the construction of the same building and

services/other work, then 50% of performance Guarantee shall be

retained as Security Deposit. The same shall be returned year wise

proportionately.

iii) The Engineer-in-Charge shall not make a claim under the

performance guarantee except for amounts to which the Governor of

Manipur is entitled under the contract (not withstanding and/or

without prejudice to any other provisions in the contract agreement)

in the event of :

P a g e | 38

a) Failure by the contractor to extend the validity of the

Performance Guarantee as described herein above, in which

event the Engineer-in-Charge may claim the full amount of the

Performance Guarantee.

b) Failure by the contractor to pay Governor of Manipur any

amount due, either as agreed by the contractor or determined

under any of the Clauses/Conditions of the agreement, within

30 days of the service of notice to this effect by Engineer-in-

Charge.

iv) In the event of the contract being determined or rescinded under

provision of any of the Clause/Condition of the agreement, the

performance guarantee shall stand forfeited in full and shall be

absolutely at the disposal of the Governor of Manipur

v) On substantial completion of any work which has been completed to

such an extent that the intended purpose of the work is met and

ready to use, then a provisional completion certificate shall be

recorded by the Engineer-in-Charge. The provisional certificate shall

have appended with a list of outstanding balance item of work that

need to be completed in accordance with the provisions of the

contract.

This provisional completion certificate shall be recorded by the

concerned Engineer-in-Charge with the approval of Superintending

Engineer/ Chief Engineer, if required. After recording of the provisional

completion certificate for the work by the competent authority, the 80%

of performance guarantee shall be returned to the contractor, without

any interest.

However in case of contracts involving maintenance of building

and services / any other work after construction of same building and

services / any other work after construction of same building and

services/ other work, then 40% of performance guarantee shall be

returned to the contractor, without any interest after recording the

provisional completion certificate.

Clause 1A

Recovery of

security

Deposit

The person/persons whose tender(s) may be accepted (hereinafter

called the contractor) shall permit Government at the time of making

any payment to him for work done under the contract to deduct a sum at

the rate of 2.5% of the gross amount of each running bill and final bill

till the sum deducted will amount to 2.5% of the tendered value of the

work. Such deductions will be made and held by Government by way of

Security Deposit unless he/they has/have deposited the amount of

Security at the rate mentioned above in cash or in the form of

Government Securities or fixed deposit receipts. In case a fixed deposit

receipt of any Bank is furnished by the contractor to the Government as

part of the security deposit and the bank is unable to make payment

against the said fixed deposit receipt, the loss caused thereby shall fall

on the contractor and the contractor shall forthwith on demand furnish

P a g e | 39

additional security to the Government to make good the deficit.

All compensations or the other sums of money payable by the

contractor under the terms of this contract may be deducted from, or

paid by the sale of a sufficient part of his security deposit or from the

interest arising therefrom, or from any sums which may be due to or

may become due to the contractor by Government on any account

whatsoever and in the event of his Security Deposit being reduced by

reason of any such deductions or sale as aforesaid, the contractor shall

within 10 days make good in cash or fixed deposit receipt tendered by

the State Bank of India or by Schedule Banks or Government Securities

(if deposited for more than 12 months) endorsed in favour of the

Engineer-in-Charge, any sum or sums which may have been deducted

from, or raised by sale of his security deposit or any part thereof. The

security deposit shall be collected from the running bills and the final

bill of the contractor at the rates mentioned above.

The Security deposit as deducted above can be released against

bank guarantee issued by a scheduled bank, on its accumulations to a

minimum of Rs. 5 lac subject to the condition that amount of such bank

guarantee, except last one, shall not be less than Rs. 5 lac. Provided

further that the validity of bank guarantee including the one given

against the earnest money shall be in conformity with provisions

contained in clause 17 which shall be extended from time to time

depending upon extension of contract granted under provisions of

clause 2 and clause 5.

In case of contracts involving maintenance of building and

services/any other work after construction of same building and

services/other work, then 50% of Performance Guarantee shall be

retained as Security Deposit. The same shall be returned year wise

proportionately.

Note-1:Government papers tendered as security will be taken at 5%

(five per cent) below its market price or at its face value,

whichever is less. The market price of Government paper

would be ascertained by the Divisional Officer at the time of

collection of interest and the amount of interest to the extent of

deficiency in value of the Government paper will be withheld

if necessary.

Note-2: Government Securities will include all forms of Securities

mentioned in rule No. 274 of the G.F. rules except fidelity

bond. This will be subject to the observance of the condition

mentioned under the rule against each form of security.

Note-3:Note 1 & 2 above shall be applicable for both clause 1 and 1A

Clause 2

Compensatio

n for Delay

If the contractor fails to maintain the required progress in terms of

clause 5 or to complete the work and clear the site on or before the

contract or justified extended date of completion as per clause 5 (

excluding any extension under clause 5.5) as well as any extension

P a g e | 40

granted under clauses 12 and 15, he shall, without prejudice to any other

right or remedy available under the law to the Government on account

of such breach, pay as compensation the amount calculated at the rates

stipulated below as the authority specified in schedule “F” may decide

on the amount of tendered value of the work for every completed

day/month (as determined) that the progress remains below that

specified in Clause 5 or that the work remains incomplete.

This will also apply to items or group of items for which a separate

period of completion has been specified.

(i)

Compensation

for delay of

work

with maximum rate@1%(one percent) per month of delay

to be computed on per day basis based on quantum of

damage suffered due to stated delay on the part of

Contractor.

Provided always that the total amount of compensation for delay to

be paid under this Condition shall not exceed 10% (ten percent) of the

accepted Tendered Value of work or of the accepted Tendered Value of

the sectional part of work as mentioned in Schedule „F‟ item or group of

items of work for which a separate period of completion is originally

given.

In case no compensation has been decided by the authority in

Schedule „F‟ during the progress of work, this shall be no waiver of

right to levy compensation by the said authority if the work remains

incomplete on final justified extended date of completion. If the

Engineer in Charge decides to give further extension of time allowing

performance of work beyond the justified extended date, the contractor

shall be liable to pay compensation for such extended period. If any

variation in amount of contract takes place during such extended period

beyond justified extended date and the contractor becomes entitled to

additional time under clause 12, the net period for such variation shall

be accounted for while deciding the period for levy of compensation.

However, during such further extended period beyond the justified

extended period, if any delay occurs by events under sub clause 5.2, the

contractor shall be liable to pay compensation for such delay.

Provided that compensation during the progress of work before

the justified extended date of completion for delay under this clause

shall be for non-achievement of sectional completion or part handing

over of work on stipulated/justified extended date for such part work or

if delay affects any other works/services. This is without prejudice to

right of action by the Engineer-in-Charge under clause 3 for delay in

performance and claim of compensation under that clause.

In case action under clause 2 has not been finalized and the work

has been determined under clause 3, the right of action under this clause

shall remain post determination of contract but levy of compensation

shall be for days the progress is behind the schedule on that of

determination, as assessed by the authority in schedule F, after due

consideration of justified extension. The compensation for delay, if not

decided before the determination of contract, shall be decided after

P a g e | 41

determination of contract.

The amount of compensation may be adjusted or set-off against

any sum payable to the Contractor under this or any other contract with

the Government. In case, the Contractor does not achieve a particular

milestone mentioned in schedule F, or the re-scheduled milestone(s) in

terms of Clause 5.4, the amount shown against that milestone shall be

withheld, to be adjusted against the compensation levied as above.

With-holding of this amount on failure to achieve a milestone, shall be

automatic without any notice to the contractor. However, if the

contractor catches up with the progress of work on the subsequent

milestone(s), the withheld amount shall be released. In case the

contractor fails to make up for the delay in subsequent milestone(s),

amount mentioned against each milestone missed subsequently also

shall be withheld. However, no interest, whatsoever, shall be payable on

such withheld amount.

CLAUSE 3

When

Contract can

be

Determined

Subject to other provisions contained in this clause, the Engineer-in-

Charge may, without prejudice to any other rights or remedy against the

contractor in respect of any delay, not following safety norms, inferior

workmanship, any claims for damages and/or any other provisions of

this contract or otherwise, and whether the date of completion has or has

not elapsed, by notice in writing absolutely determine the contract in

any of the following cases.

i) If the contractor having been given by the Engineer-in-Charge a

notice in writing to rectify, reconstruct or replace any defective

work or that the work is being performed in an inefficient or

otherwise improper or unworkman like manner shall omit to

comply with the requirement of such notice for a period of seven

days thereafter.

ii) If the contractor has, without reasonable cause, suspended the

progress of the work or has failed to proceed with the work with

due diligence and continues to do so after a notice in writing of

seven days from Engineer-in-Charge.

iii) If the contractor fails to complete the work or section of work with

individual date of completion on or before within the stipulated or

justified extended date, on or before such date of completion; and

the Engineer-in-Charge without any prejudice to any other right or

remedy under any other provision in the contract has given further

reasonable time in a notice given in writing in that behalf as either

mutually agreed or in the absence of such mutual agreement by his

own assessment making such time essence of contract and in the

opinion of Engineer-in-Charge the contractor will be unable to

complete the same or does not complete the same within the

period specified.

iv) If the contractor persistently neglects to carry out his obligations

under the contract and/or commits default in complying with any

P a g e | 42

of the terms and conditions of the contract and does not remedy it

or take effective steps to remedy it within 7 days after a notice in

writing is given to him in that behalf by the Engineer-in-Charge.

v) If the contractor shall offer or give or agree to give to any person

in Government service or to any other person on his behalf any gift

or consideration of any kind as an inducement or reward for doing

or forbearing to do or for having done or forborne to do any act in

relation to the obtaining or execution of this or any other contract

for Government.

vi) If the contractor shall enter into a contract with Government in

connection with which commission has been paid or agreed to be

paid by him or to his knowledge, unless the particulars of any such

commission and the terms of payment thereof have been

previously disclosed in writing to the Engineer-in-charge.

vii) 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.

viii) If the contractor being an individual, or if a firm, any partner

thereof shall at any time be adjudged insolvent or have a receiving

order or order for administration of his estate made against him or

shall take any proceedings for liquidation or composition (other

than a voluntary liquidation for the purpose of amalgamation or

reconstruction) under any Insolvency Act for the time being in

force or make any conveyence or assignment of his effects or

compostion or arrangement for the benefit of his creditors or

purport so to do, or if any application be made under any

Insolvency Act for the time being in force for the sequestratin of

his estate or if a trust deed be executed by him for benefit of his

creditors.

ix) If the contractor being a company shall pass a resolution or the

court shall make an order that the company shall be wound up or if

a receiver or a manager on behalf of a creditor shall be appointed

or if circumstances shall arise which entitle the court or the

creditor to appoint a receiver or a manger or which entitle the court

to make a winding up order.

x) If the contractor shall suffer an execution being levied on his

goods and allow it to be continued for period of 21 days.

xi) If the contractor assigns (excluding part(s) of work assigned to

other agency(s) by the contractor as per terms of contract),

transfers, sublets (engagement of labour on a piece-work basis or

of labour with materials not to be incorporated in the

work, shall not be deemed to be subletting) or otherwise parts with

or attempts to assign, transfer, sublet or otherwise

parts with the entire works or any portion thereof without the

prior written approval of the Engineer-in-Charge.

When the contractor has made himself liable for action under any of the

P a g e | 43

cases aforesaid, the Engineer-in-Charge on behalf of the Governor of

Manipur shall have powers:

a) To determine the contract as aforesaid so far as performance of

work by the contractor is concerned (of which determination

notice in writing to the contractor under the hand of the Engineer-

in-Charge shall be conclusive evidence). Upon such determination,

Security Deposit already recovered, Security deposit payable and

Performance Guarantee under the contract shall be liable to be

forfeited and shall be absolutely at the disposal of the Government.

b) After giving notice to the contractor to measure up the work of the

contractor and to take such whole, or the balance or part thereof, as

shall be un-executed out of his hands and to give it to another

contractor to compete the work. The contractor, whose contract is

determined as above, shall not be allowed to participate in the

tendering process for the balance work including any new items

needed to complete the work.

In the event of above courses being adopted by the Engineer-in-

Charge, the contractor shall have no claim to compensation for any loss

sustained by him by reasons of his having purchased or procured any

materials or entered into any engagements or made any advances on

account or with a view to the execution of the work or the performance

of the contract. And in case action is taken under any of the provision

aforesaid, the contractor shall not be entitled to recover or be paid any

sum for any work thereof or actually performed under this contract

unless and until the Engineer-in-Charge has certified in writing the

performance of such work and the value payable in respect thereof and

he shall only be entitled to be paid the value so certified.

CLAUSE 3A In case, the work cannot be started due to reasons not within the control

of the contractor within 1/8th of the stipulated time for completion of

work or one month whichever is higher, either party may close the

contract by giving notice to the other party stating the reasons. In such

eventuality, the performance Guarantee of the contractor shall be

refunded within the following time limits.

i) If the tendered value of work is upto Rs 1 Crore : 15 days

ii) If the tendered value of work is more than Rs 1 Crore and upto Rs

10 crore : 21 days

iii) If the tendered value of work exceeds 10 crore: 30 days

Neither party shall claim any compensation for such eventuality. This

clause is not applicable for any breach of the contract by either party.

CLAUSE 4

Contractor

Liable to pay

compensation

In any case in which any of the powers conferred upon the Engineer-in-

Charge by Clause-3 thereof, shall have become exercisable and the

same are not exercised, the non-exercise thereof shall not constitute a

P a g e | 44

even if action

not taken

under clause

-3

waiver of any of the conditions hereof and such powers shall

notwithstanding be exercisable in the event of any future case of default

by the contractor and the liability of the contractor for compensation

shall remain unaffected. In the event of the Engineer-in-Charge putting

in force all or any of the powers vested in him under the preceding

clause he may, if he so desires after giving a notice in writing to the

contractor, take possession of (or at the sole discretion of the Engineer-

in-Charge which shall be final and binding on the contractor) use as on

hire (the amount of the hire money being also in the final determination

of the Engineer-in-Charge) all or any tools, plant, materials and stores,

in or upon the works, or the site thereof belonging to the contractor, or

procured by the contractor and intended to be used for the execution of

the work/or anypart thereof, paying or allowing for the same in account

at the contract rates, or, in the case of these not being applicable, at

current market rates to be certified by the Engineer-in-Charge, whose

certificate thereof shall be final, and binding on the contractor, clerk of

the works, foreman or other authorised agent to remove such tools,

plant, materials, or stores from the premises (within a time to be

specified in such notice) in the event of the contractor failing to comply

with any such requisition, the Engineer-in-Charge may remove them at

the contractor‟s expense or sell them by auction or private sale on

account of the contractor and his risk in all respects and the certificate

of the Engineer-in-Charge as to the expenses of any such removal and

the amount of the proceeds and expenses of any such sale shall be final

and conclusive against the contractor.

CLAUSE 5

Time and

Extension for

Delay

The time allowed for execution of the works as specified in the

Schedule „F‟ or the extended time in accordance with these conditions

shall be the essence of the Contract. The execution of the works shall

commence from such time period as mentioned in schedule “F” or from

the date of handing over of the site notified by the Engineer-in-Charge

whichever is later. If the Contractor commits default in commencing the

execution of the work as aforesaid, the performance guarantee shall be

forfeited by the Engineer-in-Charge and shall be absolutely at the

disposal of the Government without prejudice to any other right or

remedy available in law.

5.1 (i) As soon as possible but within 7 (working) days of award of

work and in consideration of

a) Schedule of handing over of site as specified in the Schedule „F‟

b) Schedule of issue of designs as specified in Schedule „F‟

(i) the contractor shall submit a time and Progress Chart for each mile

stone. The Engineer-in-Charge may within 7 (seven) working days

thereafter, if required modify, and communicate the program approved

to the contractor failing which the program submitted by the contractor

shall be deemed to be approved by the Engineer-in-Charge. The work

programme shall include all details of balance drawings and decisions

P a g e | 45

required to complete the contract with specific dates by which these

details are required by contractor without causing any delay in

execution of the work. The Chart shall be prepared in direct relation to

the time stated in the Contract documents for completion of items of the

works. It shall indicate the forecast of the dates of commencement and

completion of various trades of sections of the work and may be

amended as necessary by agreement between the Engineer-in-Charge

and the Contractor within the limitations of time imposed in the

Contract documents.

(ii) In case of non-submission of construction programme by the

contractor, the program approved by the Engineer-in-Charge shall

be deemed to be final.

(iii) The approval by the Engineer-in-Charge of such programme shall

not relieve the contractor of any of the obligations under the

contract.

(iv) The contractor shall submit the Time and Progress Chart and

progress report using the mutually agreed software or in other

format decide by Engineer-in-charge for the work done during

previous month to the Engineer-in-Charge on or before 5th

day of

each month failing which a recovery as per Schedule F to be

decided by the NIT approving authority shall be made on per week

or part basis in case of delay in submission of the monthly

progress report.

5.2 If the work(s) be delayed by :-

i) force majeure, or

ii) abnormally bad weather ,or

iii) serious loss or damage by fire, or

iv) civil commotion, local commotion of workmen, strike or lockout,

affecting any of the trades employed on the work, or

v) delay on the part of other contractors or tradesmen engaged by

Engineer-in-Charge in executing work not forming part of the

Contract, or

vi) any other cause like above which, in the reasoned opinion of the

Engineer-in-charge is beyond the Contractor‟s control.

then upon the happening of any such event causing delay, the

Contractor shall immediately give notice thereof in writing to the

Engineer-in-Charge but shall nevertheless use constantly his best

endeavors to prevent or make good the delay and shall do all that may

be reasonably required to the satisfaction of the Engineer-in-Charge to

proceed with the works. The contractor shall have no claim of damages

for extension of time granted or rescheduling of milestone/s for events

listed in sub clause 5.2.

5.3 In case the work is hindered by the Department or for any reasons/

event, for which the Department is responsible, the authority as

indicated in Schedule F shall, if justified, give a fair and reasonable

P a g e | 46

extension of time and reschedule the mile stones for completion of

work. Such extension of time or rescheduling of milestone/s shall be

without prejudice to any other right or remedy of the parties in contract

or in law; provided further that for concurrent delays under this sub

clause and sub clause 5.2 to the extent the delay is covered under sub

clause 5.2 the contractor shall be entitled to only extension of time and

no damages.

5.4 Request for rescheduling of Mile Stones or extension of time, to be

eligible for consideration, shall be made by the contractor in writing

within fourteen days of the happening of the event causing delay on the

prescribed form i.e., Form of application by the contractor for seeking

rescheduling of milestones or form of application by the contractor for

seeking extension of time (Appendix -XVI) respectively to the authority

as indicated in schedule „F‟. The contractor shall indicate in such a

request the period by which rescheduling of milestone/s of extension of

time is desired.

With every request for rescheduling of milestones, or if at any time

the actual progress of work falls behind the approved programme by

more than 10% of the stipulated period of completion of contract, the

contractor shall produce a revised programme which shall include all

details of pending drawings and decisions required to complete the

contract and also the target dates by which these details should be

available without causing any delay in execution of the work. A

recovery as specified in Schedule „F‟ shall be made on per day basis in

case of delay in submission of the revised programme.

5.4.1 In any such case the authority as indicated in Schedule „F‟ may

give a fair and reasonable extension of time for completion of work or

reschedule the mile stones. Engineer-in-Charge shall finalize/

reschedule a particular mile stone before taking an action against

subsequent mile stone. Such extension or rescheduling of the milestones

shall be communicated to the contractor by the authority as indicated in

Schedule „F‟ in writing within 21 days of the date of receipt of such

request from the contractor in prescribed form. In event of non-

application by the contractor for extension of time Engineer-in-Charge

after affording opportunity to the contractor, may give, supported with a

programme (as specified under 5.4 above), a fair and reasonable

extension within a reasonable period of occurrence of the event.

5.5 In case the work is delayed by any reasons, in the opinion of the

Engineer-in-Charge, by the contractor for reasons beyond the events

mentioned in clause 5.2 or clause 5.3 or clause 5.4 and beyond the

justified extended date; without prejudice to right to take action under

clause 3, the Engineer-in-Charge may grant extension of time required

for completion of work without rescheduling of milestones. The

contractor shall be liable for levy of compensation for delay for such

extension of time.

CLAUSE 6

P a g e | 47

Computerize

d

Measurement

book

Engineer-in-Charge shall, except as otherwise provided, ascertain

and determine by measurement, the value in accordance with the

contract of work done.

All measurement of all items having financial value shall be

entered by the Contractor and compiled in the shape of the

Computerised Measurement Book having pages of A-4 size as per the

format of the Department so that a complete record is obtained of all the

items of works performed under the contract.

All such measurement and levels recorded by the contractor or his

authorized representative from time to time, during the progress of the

work, shall be got checked by the contractor from the Engineer-in-

Charge or his authorized representative as per interval or program fixed

in consultation with Engineer-in-Charge or his authorized

representative. After the necessary corrections and for resubmission to

the Engineer-in-Charge for the dated signatures by the Engineer-in-

Charge and the Contractor or their representatives in token of their

acceptance.

Whenever bill is due for payment, the contractor would initially

submit draft computerized measurement sheets and these measurements

would be got checked/test checked from the Engineer-in-Charge and/or

his authorized representative. The contractor will, thereafter, incorporate

such changes as may be done during these checks/test checks in his

draft computerised measurements, and submit to the department a

computerized measurement book, duly bound, and with its pages

machine numbered. The Engineer-in-Charge and/or his authorized

representative would thereafter check this MB, and record the necessary

certificates for their checks/test checks.

The final, fair, computerized measurement book given by the

contractor, duly bound, with its pages machine numbered, should be

100% correct, and no cutting or over-writing in the measurements

would thereafter be allowed. If at all any error is noticed, the contractor

shall have to submit a fresh computerised MB with its pages duly

machine numbered and bound, after getting the earlier MB cancelled by

the Department. Thereafter, the MB shall be taken in the Divisional

Office records, and allotted a number as per the Registers of

Computerised MBs. This should be done before the corresponding bill

is submitted to the Division Office for payment. The contractor shall

submit two spare copies of such computerised MB‟s for the purpose of

reference and record by the various officers of the department.

The contractor shall also submit to the Department separately his

computerized Abstract of Cost and the bill based on these measurements

duly bound, and its pages machine numbered along with two spare

copies of the “bill”. Thereafter, this bill will be processed by the

Division Office and allotted a number as per the computerised record in

the same way as done for the measurement book meant for

measurements.

The Contractor shall, without extra charge, provide all assistance

P a g e | 48

with every appliance, labour and other things necessary for checking of

measurements/levels by the Engineer-in-Charge.

Except where any general or detailed description of the work

expressly shows to the contrary, measurements shall be taken in

accordance with the procedure set forth in the specifications

notwithstanding any provision in the relevant Standard Method of

measurement or any general or local custom. In the case of items which

are not covered by specifications, measurements shall be taken in

accordance with the relevant standard method of measurement issued by

the Bureau of Standards and if for any item no such standard is

available then a mutually agreed method shall be followed.

The contractor shall give not less than seven days‟ notice to the

Engineer-in-Charge or his authorized representative in charge of the

work before covering up or otherwise placing beyond the reach of

checking and/or test checking the measurement of any work in order

that the same may be checked and/or test checked and correct

dimensions thereof be taken before the same is covered up or placed

beyond the reach of checking and/or test checking measurement and

shall not cover up and place beyond reach of measurement any work

without consent in writing of the Engineer-in-Charge or his authorized

representative in charge of the work who shall within the aforesaid

period of seven days inspect the work, and if any work shall be covered

up or placed beyond the reach of checking and/or test checking

measurements without such notice having been given or the Engineer-

in-charge‟s consent being obtained in writing the same shall be

uncovered at the Contractor‟s expense, or in default thereof no payment

or allowance shall be made for such work or the materials with which

the same was executed.

Engineer-in-Charge or his authorized representative may cause

either themselves or through another officer of the department to check

the measurements recorded by contractor and all provisions stipulated

herein above shall be applicable to such checking of measurements or

levels.

It is also a term of this contract that checking and/or test checking

the ,measurements of any item of work in the measurement book and/or

its payment in the interim, on account of final bill shall not be

considered as conclusive evidence as to the sufficiency of any work or

material to which it relates nor shall it relieve the contractor from

liabilities from any over measurement or defects noticed till completion

of the defects liability period.

CLAUSE 7

Payment of

intermediate

certificate to

be regarded

as Advances

No payment shall be made for work, estimated to cost Rs. Two Lac

or less till after the whole of the work shall have been completed and

certificate of completion given. For works estimated to cost over Rs.

Two Lac, the interim or running account bills shall be submitted by the

contractor for the work executed on the basis of such recorded

measurements on the format of the Department in triplicate on or before

P a g e | 49

the date of every month fixed for the same by the Engineer-in-Charge.

The contractor shall not be entitled to be paid any such interim payment

if the gross work done together with net payment/adjustment of

advances for material collected, if any, since the last such payment is

less than the amount specified in Schedule „F‟, in which case the interim

bill shall be prepared on the appointed date of the month after the

requisite progress is achieved. Engineer-in-Charge shall arrange to have

the bill verified by taking or causing to be taken, where necessary, the

requisite measurements of the work. In the event of the failure of the

contractor to submit the bills, no claims what so ever due to delays on

payment including that of interest shall be payable to the contractor.

Payment on account of amount admissible shall be made by the

Engineer-in-Charge certifying the sum to which the contractor is

considered entitled by way of interim payment at such rates as decided

by the Engineer-in-charge. The amount admissible shall be paid by 10th

working day after the day of presentation of the bill by the Contractor to

the Engineer-in-Charge or his Authorized Engineer together with the

account of the material issued by the department, or dismantled

materials, if any. In the case of works outside the headquarters of the

Engineer-in-Charge, the period of ten working days will be extended to

fifteen working days.

All such interim payments shall be regarded as payment by way of

advances against final payment only and shall not preclude the requiring

of bad, unsound and imperfect or unskilled work to be rejected,

removed, taken away and reconstructed or re-erected. Any certificate

given by the Engineer-in-Charge relating to the work done or materials

delivered forming part of such payment, may be modified or corrected

by any subsequent such certificate(s) or by the final certificate and shall

not by itself be conclusive evidence that any work or materials to which

it relates is/are in accordance with the contract and specifications. Any

such interim payment, or any part thereof shall not in any respect

conclude, determine or affect in any way powers of the Engineer-in-

Charge under the contract or any of such payments be treated as final

settlement and adjustment of accounts or in any way very or affect the

contract.

Pending consideration of extension of date of completion, interim

payments shall continue to be made as herein provided without

prejudice to the right of the department to take action under the terms of

this contract for delay in the completion of work, if the extension of date

of completion is not granted by the competent authority.

The Engineer-in-Charge in his sole discretion on the basis of a

certificate from the Asstt. Engineer to the effect that the work has been

completed upto the level in question make interim advance payments

without detailed measurements for work done (other than foundations,

items to be covered under finishing items) upto lintel level (including

sunshade etc.) and slab level, for each floor working out at 75% of the

assessed value. The advance payments so allowed shall be adjusted in

the subsequent interim bill to be submitted by the contractor within 10

P a g e | 50

days of the interim payment. In case of delay in submission of bill by

the contractor a simple interest @ 10% per annum shall be paid to the

Government from the date of expiry of prescribed time limit which will

be compounded on yearly basis.

Payment in

composite

contracts

In case of composite tenders, running payment for the major

component shall be made by EE of major discipline to the main

contractor. Running payment for minor component shall be made by the

Engineer-in-Charge of the discipline of minor component directly to the

main contractor.

CLAUSE 7A

No Running Account Bill shall be paid for the work till the applicable

labour licences, registration with EPFO, ESIC and BOCW Welfare

Board, whatever applicable are submitted by the contractor to the

Engineer-in-Charge.

CLAUSE 8

Completion

certificate &

completion

plans

Within ten days of the completion of the work, the contractor shall

give notice of such completion to the Engineer-in-Charge and within

thirty days of the receipt of such notice the Engineer-in-Charge shall

inspect the work and if there is no defect in the work, shall furnish the

contractor with a final certificate of completion, otherwise a provisional

certificate of physical completion indicating defects (a) to be rectified

by the contractor and/or (b) for which payment will be made at reduced

rates, shall be issued. But no final certificate of completion shall be

issued, nor shall the work be considered to be complete until the

contractor shall have removed from the premises on which the work

shall be executed all scaffolding, surplus materials, rubbish and all huts

and sanitary arrangements required for his/their work people on the site

in connection with the execution of the works as shall have been erected

or constructed by the contractor(s) and cleaned off the dirt from all

wood work, doors, windows, walls, floor or other parts of the building,

in, upon, or about which the work is to be executed or of which he may

have had possession for the purpose of the execution thereof, and not

until the work shall have been measured by the Engineer-in-Charge. If

the contractor shall fail to comply with the requirements of this Clause

as to removal of scaffolding, surplus materials and rubbish and all huts

and sanitary arrangements as aforesaid and cleaning off dirt on or before

the date fixed for the completion of work, the Engineer-in-Charge may

at the expense of the contractor remove such scaffolding, surplus

materials and rubbish etc., and dispose of the same as he thinks fit and

clean off such dirt as aforesaid, and the contractor shall have no claim in

respect of scaffolding or surplus materials as aforesaid except for any

sum actually realised by the sale thereof.

CLAUSE 8A

Completion The contractor shall submit completion plan for Internal and

P a g e | 51

plans to be

Submitted by

the

Contractor

External Civil, Electrical and Mechanical Services within thirty days of

the completion of the work, provided that the service plans having been

issued for execution by the Engineer-in-Charge, unless the contractor,

by virtue of any other provision in the contract, is required to prepare

such plans.

In case, the contractor fails to submit the completion plan as

aforesaid, he shall be liable to pay a sum of 0.1% (zero point one

percent) of accepted Tendered Value or limit prescribed in schedule „F‟

whichever is more as may be fixed by the authority as mentioned in

/Schedule F and in this respect the decision of the authority shall be

final and binding on the contractor.

CLAUSE 9

Payment of

final bill

The final bill shall be submitted by the contractor in the same

manner as specified in interim bills within three months of physical

completion of the work or within one month of the date of the final

certificate of completion furnished by the Engineer-in-Charge

whichever is earlier. No further claims shall be made by the contractor

after submission of the final bill and these shall be deemed to have been

waived and extinguished. Payments of those items of the bill in respect

of which there is no dispute and of items in dispute, for quantities and

rates as approved by Engineer-in-Charge, will, as far as possible be

made within the period specified here in under, the period being

reckoned from the date of receipt of the bill by the Engineer-in-Charge

or his authorized Assistant Engineer, complete with account of materials

issued by the Department and dismantled materials.

(a) If the Tendered value of work is upto Rs. 1 Crore : 2 months

(b) If the Tendered value of work is more than Rs 1 Crore and upto

Rs 10 Crore : 3 months

(c) If the Tendered value of work exceeds Rs. 10 Crore : 6 months

CLAUSE 9A

Payment of

contractor‟s

Bill to Bank

Payments due to the contractor may, if so desired by him, be made

to his bank, registered financial, co-operative or thrift societies or

recognised financial institutions instead of direct to him provided that

the contractor furnishes to the Engineer-in-Charge (1) an authorisation

in the form of a legally valid document such as a power of attorney

conferring authority on the bank; registered financial, co-operative or

thrift societies or recognised financial institutions to receive payments

and (2) his own acceptance of the correctness of the amount made out as

being due to him by Government or his signature on the bill or other

claim preferred against Government before settlement by the Engineer-

in-Charge of the account or claim by payment to the bank, registered

financial, co-operative or thrift societies or recognised financial

institutions. While the receipt given by such banks; registered financial,

co-operative or thrift societies or recognised financial institutions shall

P a g e | 52

constitute a full and sufficient discharge for the payment, the contractor

shall whenever possible present his bills duly receipted and discharged

through his bank, registered financial, co-operative or thrift societies or

recognised financial institutions.

Nothing herein contained shall operate to create in favour of the

bank; registered financial, co-operative or thrift societies or recognised

financial institutions any rights or equities vis-a-vis the Governor of

Manipur.

CLAUSE10

A

Materials to

be provided

by the

Contractor

The contractor shall, at his own expense, provide all materials,

required for the works other than those which are stipulated to be

supplied by the Government.

The contractor shall, at his own expense and without delay, supply

to the Engineer-in-Charge samples of materials to be used on the work

and shall get these approved in advance. All such materials to be

provided by the Contractor shall be in conformity with the

specifications laid down or referred to in the contract. The contractor

shall, if requested by the Engineer-in-Charge furnish proof, to the

satisfaction of the Engineer-in-Charge that the materials so comply. The

Engineer-in-Charge shall within thirty days of supply of samples or

within such further period as he may require intimate to the Contractor

in writing whether samples are approved by him or not. If samples are

not approved, the Contractor shall forthwith arrange to supply to the

Engineer-in-Charge for his approval fresh samples complying with the

specifications laid down in the contract. When materials are required to

be tested in accordance with specifications, approval of the Engineer-in-

Charge shall be issued after the test results are received.

The Contractor shall at his risk and cost submit the samples of

materials to be tested or analysed and shall not make use of or

incorporate in the work any materials represented by the samples until

the required tests or analysis have been made and materials finally

accepted by the Engineer-in-Charge. The Contractor shall not be

eligible for any claim or compensation either arising out of any delay in

the work or due to any corrective measures required to be taken on

account of and as a result of testing of materials.

The contractor shall, at his risk and cost, make all arrangements and

shall provide all facilities as the Engineer-in-Charge may require for

collecting, and preparing the required number of samples for such tests

at such time and to such place or places as may be directed by the

Engineer-in-Charge and bear all charges and cost of testing unless

specifically provided for otherwise elsewhere in the contract or

specifications. The Engineer-in-Charge or his authorised representative

shall at all times have access to the works and to all workshops and

places where work is being prepared or from where materials,

manufactured articles or machinery are being obtained for the works

P a g e | 53

and the contractor shall afford every facility and every assistance in

obtaining the right to such access.

The Engineer-in-Charge shall have full powers to require the

removal from the premises of all materials which in his opinion are not

in accordance with the specifications and in case of default, the

Engineer-in-Charge shall be at liberty to employ at the expense of the

contractor, other persons to remove the same without being answerable

or accountable for any loss or damage that may happen or arise to such

materials. The Engineer-in-Charge shall also have full powers to require

other proper materials to be substituted thereof and in case of default,

the Engineer-in-Charge may cause the same to be supplied and all costs

which may attend such removal and substitution shall be borne by the

Contractor.

The contractor shall at his own expense, provide a material testing

lab at the site for conducting routine field tests. The lab shall be

equipped atleast with the testing equipment as specified in schedule F.

CLAUSE

10B

Secured

Advance on

materials

i) The contractor, on signing an indenture in the form to be specified

by the Engineer-in-Charge, shall be entitled to be paid during the

progress of the execution of the work upto 75% of the assessed

value of any materials or an amount not exceeding 75% of the

material element cost in the tendered rate of finished item of the

work, whichever is lower, which are in the opinion of the Engineer-

in-Charge non-perishable, non-fragile and non-combustible and are

in accordance with the contract and which have been brought on the

site in connection therewith and are adequately stored and/or

protected against damage by weather or other causes but which

have not at the time of advance been incorporated in the works.

When materials on account of which an advance has been made

under this sub-clause are incorporated in the work, the amount of

such advance shall be recovered/deducted from the next payment

made under any of the clause or clauses of this contract.

Such secured advance shall also be payable on other items of

perishable nature, fragile and combustible with the approval of the

Engineer-in-Charge provided the contractor provides a comprehensive

insurance cover for the full cost of such materials. The decision of the

Engineer-in-Charge shall be final and binding on the contractor in this

matter. No secured advance, shall however, be paid on high-risk

materials such as ordinary glass, sand, patrol, diesel etc.

Mobilization

advance

ii) Mobilization advance not exceeding 10% of the tendered value may

be given, if requested by the contractor in writing within one month

of the order to commence the work. Such advance shall be in two or

more installments to be determined by the Engineer-in-Charge at

his sole discretion. The first instalment of such advance shall be

released by the Engineer-in-Charge to the contractor on a request

P a g e | 54

made by the contractor to the Engineer-in-Charge in this behalf.

The second and subsequent installments shall be released by the

Engineer-in-Charge only after the contractor furnishes a proof of

the satisfactory utilisation of the earlier installment to the entire

satisfaction of the Engineer-in-Charge.

Before any installment of advance is released, the contractor shall

execute a Bank guarantee Bonds not more than 6 in number from

scheduled Bank for the amount equal to 110% of the amount of advance

& valid for the period till recovery of advance. This Bank Guarantee

from the Scheduled Bank for the amount equal to 110% of the balance

amount of advance) shall be kept renewed from time to time to cover

the balance amount and likely period of complete recovery.

Interest &

Recovery

iii) The mobilization advance in (ii) above bear simple interest at the

rate of 10 percent per annum and shall be calculated from the date of

payment to the date of recovery, both days inclusive, on the outstanding

amount of advance. Recovery of such sums advanced shall be made by

the deduction from the contractors bills commencing after first ten per

cent of the gross value of the work is executed and paid, on pro-rata

percentage basis to the gross value of the work billed beyond 10% in

such a way that the entire advance is recovered by

the time eighty percent of the gross value of the contract is executed and

paid, together with interest due on the entire outstanding amount up to

the date of recovery of the installment.

iv) If the circumstances are considered reasonably by the Engineer-in-

Charge, the period mentioned in (ii) and (iii) for request by the

contractor in writing for grant of mobilization advance may be

extended at the discretion of the Engineer-in-Charge.

CLAUSE

10C

Payment on

account of

increasing

prices/ wages

due to

Statutory

Order(S)

If after submission of tender, if the price of any material incorporated in

the work (excluding the material covered under clause 10 CA) and/ or

wages of labour increases as a direct result of the coming into force of

any fresh ,law or statutory rule or order (but not due to any variation of

rate in GST applicable on such material(s) being considered under this

clause) beyond the prices/wages prevailing at the time of the last

stipulated date of receipt of tenders including extensions, if any, for the

work during contract period including the justified period extended

under the provisions of clause 5 of the contract without any action under

clause 2, then the amount of the contract shall accordingly be varied.

If after submission of the tender, the price of any material

incorporated in the works (excluding the materials covered under

Clause 10CA and/or wages of labour as prevailing at the time of last

stipulated date of receipt of tender including extensions, if any, is

decreased as a direct result of the coming into force of any fresh law or

statutory rules or order (but not due to any changes of rate in Sale

Tax/VAT, Central/State Excise/Custom Duty), Government shall in

P a g e | 55

respect of materials incorporated in the works (excluding the materials

covered under Clause 10CA and/or labour engaged on the execution of

the work after the date of coming into force such law statutory rule or

order be entitled to deduct from the dues of the contractor, such amount

as shall be equivalent to the difference between the prices of the

materials and/or wages as prevailed at the time of the last stipulated date

for receipt of tenders including materials and/or wages of labour on the

coming into force of such law, statutory rule or order. This will be

applicable for the contract period including the justified period extended

under the provisions of clause 5 of the contract without any action under

Clause 2.

Engineer-in-charge shall call books of account and other relevant

documents from the contractor to satisfy himself about reasonability of

increase in prices of materials and wages.

The contractor shall, within a reasonable time of his becoming

aware of any alteration in the price of any such materials and / or wages

of labour, give notice thereof to the Engineer-in-charge stating that the

same is given pursuant to this condition together with all information

relating thereto which he may be in position to supply.

For this purpose, the labour component of 85% of the value of the

work executed during period under consideration shall not exceed the

percentage as specified in Schedule F, and increase/decrease in labour

shall be considered on the minimum daily wages in rupees of any

unskilled mazdoor, fixed under any law, statutory rule or order. The cost

of work for which escalation is applicable (W) is same as cost of work

done worked out as indicated in sub-para (ii) of clause 10 CC except the

amount of full assessed value of secured Advance.

CLAUSE 10

CA

Payment due

to variation

in prices of

materials

after receipt

of tender

If after submission of the tender, the price of materials specified in

Schedule F increase / decreases beyond the base price(s) as indicated in

Schedule F for the work, then the amount of the contract shall

accordingly be varied and provided further that any such variations shall

be effected for stipulated period of Contract including the justified

period extended under the provisions of Clause 5 of the Contract

without any action under Clause

2. However for work done/during the justified period extended as

above, it will be limited to indices prevailing at the time of stipulated

date of completion considering the effect of extra work (extra time to be

calculated on pro-rata basis only as cost of extra work x stipulated

period/ tendered cost). If updated stipulated date of completion as

calculated on pro-rata basis does not cover full calendar month then

indices will be considered or restricted to previous month.

The increase/decrease in prices of cement steel reinforcement and

structural steel and POL shall be determined by the Price indices issued

P a g e | 56

by the Chief Engineer, Manipur PWD. For other items provided in the

Schedule “F”, this shall be determined by the All India Wholesale Price

Indices of materials as published by Economic Advisor to Government

of India, Ministry of Commerce and Industry and base price for cement,

steel reinforcement and POL shall be issued under the authority of Chief

Engineer, Manipur PWD applicable for Manipur and base price of other

materials issued by Chief Engineer, Manipur PWD as indicated in

Schedule “F”. In case, price index of a particular material is not issued

by Ministry of Commerce and Industry, then the price index of nearest

similar material as indicated in Schedule “F” shall be followed.

The amount of the contract shall accordingly be varied for all such

materials and will be worked out as per the formula given below for

individual material:- Adjustment for component of individual material

V=P x Q x CI –CI0

CI0

Where,

V = Variation in cement cost i.e. increase or decrease in the

amount in rupees to be paid or recovered.

P = Base Price of cement as issued under authority of Chief

Engineer, Manipur PWD as indicated in Schedule “F”.

For Projects and Original Works..

Q = Quantity of material brought at site for bonafide use in the

works since previous bill excluding any such quantity

consumed in the deviated quantity of items beyond

deviation limit and extra/substituted item, paid/to be paid

at rates derived on the basis of market rate under clause

12..

CI0 = Price index for cement, steel reinforcement bars and

structural steel and POL as issued by the Chief Engineer,

Manipur PWD and corresponding to the time of base price

of respective material indicated in Schedule “F”. For other

items, if any, provided in Schedule F, All India Wholesale

Price Index for the material as published by the Economic

Advisor to Government of India, Ministry of Industry and

Commerce and corresponding to the time of base price of

respective material indicated in Schedule F.

CI = Price index for cement, steel reinforcement bars, structural

steel and POL as issued by the Chief Engineer, Manipur

PWD for period under consideration. For other items, if

any, provided in Schedule “F”, All India Wholesale

Price Index for the material for period under consideration

as published by the Economic Advisor to Government of

P a g e | 57

India, Ministry of Industry and Commerce .

Note : (i) In respect of the justified period extended under the

provisions of clause 5 of the contract without any action under clause 2,

the Index prevailing at the time of stipulated date of completion

considering the effect of extra work (extra time to be calculated on pro-

rata basis only as cost of extra work x stipulated period/ tendered cost)

shall be considered. Provided always that provisions of the preceding

Clause 10 C shall not be applicable in respect of Materials covered in

this Clause. If updated stipulated date of completion as calculated on

pro-rata basis does not cover full calendar month then indices will be

considered or restricted to previous month.

(ii) If during progress of work or at the time of completion of

work, it is noticed that any material brought at site is in

excess of requirement, then amount of escalation if paid

earlier on such excess quantity of material shall be

recovered on the basis of cost indices as applied at the

time of payment of escalation or as prevailing at the

time of effecting recovery, whichever is higher.

(iii) Cement mentioned wherever in this clause includes

Cement component used in RMC brought at site from

outside approved RMC plants, if any.

(iv) The date wise record of ready mix concrete shall be kept

in a register and the cement consumption for the same

shall be calculated accordingly.

(v) If built-up steel items are brought at site from workshop,

then the variation shall be paid for the structural steel up

to the period when the built up item/finished product is

bought at site.

CLAUSE 10

CC

Payment due

to increase/

decrease in

Price/ wages

(excluding

materials

covered

under clause

10 CA) after

Receipt of

Tender for

Works

If the prices of materials (not being materials supplied or services

rendered at fixed prices by the department in accordance with clause 10

& 34 thereof) and/or wages of labour required for execution of the work

increase, the contractor shall be compensated for such increase as per

provisions detailed below and the amount of the contract shall

accordingly be varied, subject to the condition that such compensation

for escalation in prices and wages shall be available only for the work

done during the stipulated period of the contract including the justified

period extended under the provisions of clause 5 of the contract without

any action under clause 2. No such compensation shall be payable for a

work for which the stipulated period of completion is equal to or less

then the time as specified in Schedule F. Such compensation for

escalation in the prices of materials and labour, when due, shall be

worked out based on the following provisions :-

i) The base date for working out such escalation shall be the last

P a g e | 58

stipulated date of receipt of tenders including extension, if any.

ii) The cost of work on which escalation will be payable shall be

reckoned as below:-

a) Gross value of work done upto this quarter : (A)

b) Gross Value of work done upto the last quarter : (B)

c) Gross value of work done since previous quarter (A-B) : (C)

d) Full assessed value of Secured Advance (excluding materials

covered under Clause 10 CA) fresh paid in this quarter : (D)

e) Full assessed value of Secured Advance (excluding materials

covered under Clause 10 CA) recovered in this quarter : (E)

f) Full assessed value of Secured Advance for which escalation

is payable in this quarter (D-E) : (F)

g) Advance payment made during this quarter : (G)

h) Advance payment recovered during this quarter : (H)

i) Advance payment for which escalation is payable in this

quarter (G-H)

j) Extra Items/deviated quantities of items paid as per Clause

12based on Prevailing market rates during this quarter : (J)

Then, M = C + F +I – J

N = 0.85 M

Cost of work for which escalation is applicable :

W = N

Components of materials (except cement, reinforcement bars,

structural steel or other materials covered under clause 10 CA), labour

etc. shall be pre-determined for every work and incorporated in the

conditions of contract attached to the tender papers included in Schedule

„F‟. The decision of the Engineer-in-Charge in working out such

percentage shall be binding on the contractors.

iii) The compensation for escalation for other materials(excluding

cement, reinforcement bars, structural steel, POL or other

materials covered under clause 10 CA) shall be worked as per

the formula given below :-

a) Adjustment for civil component (except cement, structural

steel, reinforcement bars, POL and other materials covered

under clause 10 CA) electrical component of Construction

„Materials‟

Vm = W x Xm

x MI – MIo

100 MIo

Vm= Variation in material cost i.e. increase or decrease in the amount

in rupees to be paid or recovered.

P a g e | 59

W = Cost of Work done worked out as indicated in sub-para (ii) of

Clause 10CC.

Xm = Component of materials (except cement,

reinforcement bars POL, structural steel and other

materials covered under clause 10 CA) expressed as

percent of total value of work.

MI = All India Wholesale Price Index for civil

component/electrical component* of construction

material as worked out on the basis of All India

Wholesale Price Index for Individual

Commodities/Group Items for the period under

consideration as published by Economic Advisor to

Govt. of India, Ministry of Industry & Commerce

and applying weightages to the Individual

Commodities/Group Items. (In respect of the

justified period extended under the provisions of

clause 5 of the contract without any action under

clause 2, the index prevailing at the time of

stipulated date of completion considering the effect

of extra work (extra time to be calculated on pro-rata

basis only as cost of extra work x stipulated period /

tendered cost, shall be considered). If updated

stipulated data of completion as calculated on pro-

rata basis does not cover full calendar month then

indices will be considered or restricted to previous

month.

MI0 = All India Wholesale Price Index for civil

component/electrical component* of construction

material as worked out on the basis of All India

Wholesale Price Index for Individual

Commodities/Group Items valid on the last

stipulated date of receipt of tender including

extension, if any, as published by the Economic

Advisor to Govt. of India, Ministry of Industry &

Commerce and applying weightages to the

Individual Commodities/Group Items.

*Note : relevant component only will be applicable.

iv) The following principles shall be followed while working out the

indices mentioned in para (iv) above.

a) The compensation for escalation shall be worked out at quarterly

intervals and shall be with respect to the cost or work done as

per bills paid during the three calendar months of the said

quarter. The dates of preparation of bills as finally entered in the

Measurement Book by the Assistant Engineer/ date of

submission of bill finally by the contractor to the Department in

case of computerised measurement books shall be the guiding

P a g e | 60

factor to decide the bills relevant to the quarterly interval. The

first such payment shall be made at the end of three months

after the month (excluding the month in which tender was

accepted) and thereafter at three months‟ interval. At the time of

completion of the work, the last period for payment might

become less than 3 months, depending on the actual date of

completion.

b) The index (MI/FI etc.) relevant to any quarter/period for which

such compensation is paid shall be the arithmetical average of

the indices relevant to the three calendar months. If the period

up to date of completion after the quarter covered by the last

such installment of payment, is less than three months, the

index MI and FI shall be the average of the indices for the

months falling within that period.

v) The compensation for escalation for labour shall be worked out as

per the formula given below :-

VL = W x Y

x LI – LIo

100 LIo

VL = Variation in labour cost i.e. amount of increase or

decrease in the amount in rupees to be paid or recovered

W = Value of work done, worked out as indicated in sub-para (ii)

above.

Y = Component of labour expressed as a percentage of the total

value of the work.

LI = Minimum wage in rupees of an unskilled adult male

mazdoor, fixed under any law, statutory rule or order as

applicable on the last date of the quarter previous to the one

under consideration.(In respect of the justified period

extended under the provisions of clause 5 of the contract

without any action under clause 2, the minimum wage

prevailing on the last date of quarter previous to the quarter

pertaining to stipulated date of completion considering the

effect of extra work(extra item to be calculated on pro-rata

basis only as cost of extra work x stipulated period/tendered

cost shall be considered). If updated stipulated date of

completion as calculated on pro-rata basis does not cover

full calendar month then indices will be considered or

restricted to previous month.

LI0= Minimum daily wage in rupees of an unskilled adult

male mazdoor, fixed under any law, statutory rule or order

as on the last stipulated date of receipt of tender including

extension, if any.

vi) The following principles will be followed while working out

the compensation as per sub-para (v) above.

a) The minimum wage of an unskilled mazdoor mentioned

P a g e | 61

in sub-para (v) above shall be the higher of the wage

notified by Government of Manipur, Department of

labour and that notified by the local administration both

relevant to the place of work and the period of

reckoning.

b) The escalation for labour also shall be paid at the same

quarterly intervals when escalation due to increase in

cost of materials is paid under this clause. If such

revision of minimum wages takes place during any such

quarterly intervals, the escalation compensation shall be

payable at revised rates only for work done in

subsequent quarters.

c) Irrespective of variations in minimum wages of any

category of labour, for the purpose of this clause, the

variation in the rate for an unskilled mazdoor alone shall

form the basis for working out the escalation

compensation payable on the labour component.

vii) In the event the price of materials and/or wages of labour

required for execution of the work decrease/s, there shall be

a down ward adjustment of the cost of work so that such

price of materials and/or wages of labour shall be deductible

from the cost of work under this contract and in this regard

the formula herein before stated under this Clause 10CC

shall mutatis mutandis apply, provided that:

a) no such adjustment for the decrease in the price of

materials and/or wages of labour aforementioned would

be made in case of contracts in which the stipulated

period of completion of the work is equal to or less then

the time as specified in Schedule „F‟.

b) the Engineer-in-Charge shall otherwise be entitled to lay

down the procedure by which the provision of this sub-

clause shall be implemented from time to time and the

decision of the Engineer-in-Charge in this behalf shall

be final and binding on the contractor.

viii) Provided always that :

a) Where provisions of clause 10CC are applicable,

provisions of clause 10C will not be applicable but

provisions of clause 10CA will be applicable.

b) Where provisions of clause 10CC are not applicable,

provisions of clause 10C and 10CA will become

applicable.

Note: Updated stipulated date of completion (period of completion)

plus extra time for extra work for compensation under Clause 10C,

10CA and 10CC.

P a g e | 62

The factor of 1.25 taken into account for calculating the extra item

under clause 12.1 for extra item shall not be considered while

calculating the updated stipulated date of completion for this purpose in

clause 10C, clause 10CA and clause 10CC.

CLAUSE

10D

Dismantled

materials

Govt.

property

The contractor shall treat all materials obtained during dismantling

of a structure, excavation of the site for a work, etc. as Government‟s

property and such materials shall be disposed off to the best advantage

of Government according to the instructions in writing issued by the

Engineer-in-Charge.

CLAUSE 11

Work to be

Executed in

Accordance

with

Specification

s, Drawing

Order etc.

The contractor shall execute the whole and every part of the work

in the most substantial and workmanlike manner both as regards

materials and otherwise in every respect in strict accordance with the

specifications. The contractor shall also conform exactly, fully and

faithfully to the design, drawings and instructions in writing in respect

of the work signed by the Engineer-in-Charge and the contractor shall

be furnished free of charge one copy of the contract documents together

with specifications, designs, drawings and instructions as are not

included in the standard specifications of Public Works Department

Manipur specified in Schedule „F‟ or in any Bureau of Indian Standard

or any other, published standard or code or, Schedule of Rates or any

other printed publication referred to elsewhere in the contract.

The contractor shall comply with the provisions of the contract and

with the care and diligence execute and maintain the works and provide

all labour and materials, tools and plants including for measurements

and supervision of all works, structural plans and other things of

temporary or permanent nature required for such execution and

maintenance in so far as the necessity for providing these, is specified or

is reasonably inferred from the contract. The Contractor shall take full

responsibility for adequacy, suitability and safety of all the works and

methods of construction.

CLAUSE 12

Deviations/

Variations

extent and

Pricing

The Engineer-in-Charge shall have power (i) to make alteration in,

omissions from, additions to, or substitutions for the original

specifications, drawings, designs and instructions that may appear to

him to be necessary or advisable during the progress of the work, and

(ii) to omit a part of the works in case of non-availability of a portion of

the site or for any other reasons and the contractor shall be bound to

carry out the works in accordance with any instructions given to him in

writing signed by the Engineer-in-Charge and such alterations,

omissions, additions or substitutions shall form part of the contract as if

originally provided therein and any altered, additional or substituted

work which the contractor may be directed to do in the manner specified

P a g e | 63

above as part of the works, shall be carried out by the contractor on the

same conditions in all respects including price on which he agreed to do

the main work except as hereafter provided.

12.1. The time for completion of the works shall, in the event of any

deviations resulting in additional cost over the tendered value sum being

ordered, be extended, if requested by the contractor, as follows :

i) In the proportion which the additional cost of the altered,

additional or substituted work, bears to the original tendered

value plus

ii) 25% of the time calculated in (i) above or such further additional

time as may be considered reasonable by the Engineer-in-

Charge.

12.2

Deviation

extra items

and pricing

Deviation,

deviated

quantities

pricing.

In the case of extra item(s)(items that are completely new, and are in

addition to the items contained in the contract), the contractor may

within fifteen days of receipt of order or occurrence of the item(s)

submit market rate claim rates, supported by proper analysis, which

shall include invoices, vouchers etc. and Manufacturer‟s specification

for the work failing which the rate approved later by Engineer-in-

Charge shall be binding and the Engineer-in-Charge shall within

prescribed time limit of the receipt of the claims supported by analysis,

after giving consideration to the analysis of the rates submitted by the

contractor, determine the rates on the basis of the market rates and the

contractor shall be paid in accordance with the rates so determined,

failing which it will deemed to have been approved Deviations,

Substituted Items.

In the case of substituted items (items that are taken up with partial

substitution or in lieu of items of work in the contract), the rate for the

agreement item (to be substituted) and substituted item shall also be

determined in the manner as mentioned in the aforesaid para.

(a) If the market rate for the substituted item so determined is

more than the market rate of the agreement item (to be

substituted) the rate payable to the contractor for the

substituted item shall be the rate for the agreement item (to be

substituted) so increased to the extent of the difference

between the market rates of substituted item and the

agreement item (to be substituted).

(b) If the market rate for the substituted item so determined is less

than the market rate of the agreement item (to be substituted)

the rate payable to the contractor for the substituted item shall

be the rate for the agreement item (to be substituted) so

decreased to the extent of the difference between the market

rates of substituted item and the agreement item (to be

substituted).

In the case of contract items, substituted items, contract cum

substituted items, which exceed the limits laid down in schedule F, the

contractor may within fifteen days of receipt of order or occurrence of

P a g e | 64

the excess, claim revision of the rates, supported by proper analysis, for

the work in excess of the above mentioned limits, provided that if the

rates so claimed are in excess of the rates specified in the schedule of

quantities the Engineer-in-Charge shall within prescribed time limit of

receipt of the claims supported by analysis, after giving consideration to

the analysis of the rates submitted by the contractor, determine the rates

on the basis of the market rates (as per invoice, vouchers from the

manufacturers or suppliers submitted by the agency and duly verified by

Engineer-in-Charge or his representative) and the contractor shall be

paid in accordance with the rates so determined.

The prescribed time limit for finalizing rates for Extra item(s),

Substitute Item(s) and Deviated Quantities of contract items is 45 days

after submission of proposal by the contractor without observation of

the Engineer-in-Charge.

12.3 The provisions of the preceding paragraph shall also apply to the

decrease in the rates of items for the work in excess of the limits laid

down in Schedule F, and the Engineer-in-Charge shall after giving

notice to the contractor within one month of occurrence of the excess

and after taking into consideration any reply received from him within

fifteen days of the receipt of the notice, revise the rates for the work in

question within one month of the expiry of the said period of fifteen

days having regard to the market rates.

12.4 For the purpose of operation of Schedule F, the following works

shall be treated as works relating to foundation unless & otherwise

defined in the contractor:

i) For Buildings : All works upto 1.2metres above ground level

or upto floor 1 level whichever is lower.

ii) For abutments, piers and well staining: All works upto 1.2 m

above the bed level.

iii) For retaining walls, wing walls, compound walls, chimney,

overhead reservoirs/tanks and other elevated structures: All

works upto 1.2 m above the ground level.

iv) For reservoirs/tanks (other than overhead reservoirs/tanks): All

works upto 1.2 m above the ground level.

v) For basement : All works upto 1.2 m above ground level or

upto floor 1 level whichever is lower.

vi) For Roads, all items of excavation and filling including

treatment of sub-base.

12.5 Any operation incidental to or necessarily has to be in

contemplation of tenderer while filling tender, or necessary for proper

execution of the item included in the Schedule of quantities or in the

schedule of rates mentioned above, whether or not, specifically

indicated in the description of the item and the relevant specifications,

shall be deemed to be included in the rates quoted by the tenderer or the

rate given in the said schedule of rates, as the case may be. Nothing

P a g e | 65

extra shall be admissible for such operations.

CLAUSE 13

Foreclosure

of contract

due to

Abandonmen

t or

Reduction in

Scope of

work

If at any time after acceptance of the tender, or during the progress

of work, the purpose or object for which the work is being done changes

due to any supervening cause and as a result of which the work has to

be abandoned or reduced in scope, the Engineer-in-Charge shall give

notice in writing to that effect to the contractor stating the decision as

well as the cause for such decision and the contractor shall act

accordingly in the matter. The contractor shall have no claim to any

payment of compensation or otherwise whatsoever, on account of any

profit or advantage which he might have derived from the execution of

the works in full but which he did not derive in consequence of the

foreclosure of the whole or part of the works.

The contractor shall be paid contract rates full amount for works

executed at site and, in addition, a reasonable amount as certified by the

Engineer-in-Charge for the items hereunder mentioned which could not

be utilised on the work to the full extent in view of the foreclosure.

i) Any expenditure incurred on preliminary site work, e.g.

temporary access roads, temporary labour huts, staff quarters and

site office; storage accommodation and water storage tanks.

ii) Government shall have the option to take over contractor‟s

materials or any part thereof either brought to site or of which the

contractor is legally bound to accept delivery from suppliers (for

incorporation in or incidental to the work) provided, however,

Government shall be bound to take over the materials or such

portions thereof as the contractor does not desire to retain. For

materials taken over or to be taken over by Government, cost of

such materials as detailed by Engineer-in-Charge shall be paid.

The cost shall, however, take into account purchase price, cost of

transportation and deterioration or damage which may have been

caused to materials whilst in the custody of the contractor.

iii) Reasonable compensation for transfer of T & P from site to

contractor‟s permanent stores or to his other works, whichever is

less. If T & P are not transported to either of the said places, no

cost of transportation shall be payable.

iv) Reasonable compensation for repatriation of contractor‟s

site staff and imported labour to the extent necessary.

The contractor shall, if required by the Engineer-in-Charge furnish

to him books of account, wage books, time sheets and other relevant

documents and evidence as may be necessary to enable him to certify

the reasonable amount payable under this condition.

The reasonable amount of items on (i), (iii) and (iv) above shall not

be in excess of 2% of the cost of the work remaining incomplete on the

date of closure, i.e. total stipulated cost of the work as per accepted

tender less the cost of work actually executed under the contract and

P a g e | 66

less the cost of contractor‟s materials at site taken over by the

Government as per item (ii) above. Provided always that against any

payment due to the contractor on this account or otherwise, the

Engineer-in-Charge shall be entitled to recover or be credited with any

outstanding balances due from the contractor for advance paid in respect

of any tool, plants and materials and any other sums which at the date of

termination were recoverable by the Government from the contractor

under the terms of the contract.

In the event of action being taken under Clause 13 to reduce the

scope of work, the contractor may furnish fresh Performance Guarantee

on the same conditions, in the same manner and at the same rate for the

balance tendered amount and initially valid upto the extended date of

completion or stipulated date of completion if no extension has been

granted plus 60 days beyond that. Wherever such a fresh Performance

Guarantee is furnished by the contractor the Engineer-in-Charge may

return the previous Performance Guarantee.

CLAUSE 14

Carrying out

part work at

risk and cost

of contractor.

If contractor :

i) At any time makes default during currency of work or does not

execute any part of the work with due diligence and continues to

do so even after a notice in writing of 7 days in this respect from

the Engineer-in-Charge: or

ii) commits default to complying with any of the terms and

conditions of the contract and does not remedy it or take

effective steps to remedy it within 7 working days after a notice

in writing is given in that behalf by the Engineer-in-Charge; or

Fails to complete the works(s) or items of work with individual

dates of completion, on or before the date(s) so determined, and does

not complete them within the period specified in a notice given in

writing in that behalf by the Engineer-in-Charge; or

iii) The Engineer-in-Charge without invoking action under clause 3

may, without prejudice to any other right or remedy against the

contractor which have either accrued or accrue thereafter to

Government, by a notice in writing to take the part work / part

incomplete work of any item(s) out of his hands and shall have

powers to :

a) take possession of the site and any materials, constructional

plant, implements, stores, etc., thereon; and/or

b) carry out the part work/ part incomplete work of any

item(s) by any means at the risk and cost of the contractor.

The Engineer-in-Charge shall determine what amount, if any, is

recoverable from the contractor for completion of the part of the work/

part incomplete work of any item(s) taken out of his hands and execute

at the risk and cost of the contractor, the liability of contractor on

P a g e | 67

account of loss or damage suffered by Government because of action

under this clause shall not exceed 10% of the tendered value of the

work.

In determining the amount, credit shall be given to the contractor

with the value of the work done in all respect in the same manner and at

the same rate as if it had been carried out by the original contractor

under the terms of his contract, the value of contractor‟s materials taken

over and incorporated in the work and use of plant and machinery

belonging to the contractor. The certificate of the Engineer-in-Charge

as to the value of work done shall be final and conclusive against the

contractor provided always that action under this clause shall only be

taken after giving notice in writing to the contractor. Provided also that

if the expenses incurred by the department are less than the amount

payable to the contractor at his agreement rates, the differences shall not

be payable to the contractor.

Any excess expenditure incurred or to be incurred by Government

in completing the part work/ part incomplete work of any item(s) or the

excess loss of damages suffered or may be suffered by Government as

aforesaid after allowing such credit shall without prejudice to any other

right or remedy available to Government in law or per as agreement be

recovered from any moneys due to the contractor on any account, and if

such moneys is insufficient, the contractor shall be called upon in

writing and shall be liable to pay the same within 30 days.

If the contractor fails to pay the required sum within the aforesaid

period of 30 days, the Engineer-in-Charge shall have the right to sell

any or all of the contractors‟ unused materials constructional plant,

implements, temporary buildings at site etc. and adjust the proceeds of

sale thereof towards the dues recoverable from the contractor under the

contract and if thereafter there remains any balance outstanding, it shall

be recovered in accordance with the provisions of the contract.

In the event of above course being adopted by the Engineer-in-

Charge, the contractor shall have no claim to compensation for any loss

sustained by him by reason of his having purchased or procured any

materials or entered into any engagements or made any advance on any

account or with a view to the execution of the work or the performance

of the contract.

CLAUSE 15

Suspension

of Work

i) The contractor shall, on receipt of the order in writing of the

Engineer-in-Charge, (whose decision shall be final and binding on

the contractor) suspend the progress of the works or any part thereof

for such time and in such manner as the Engineer-in-Charge may

consider necessary so as not to cause any damage or injury to the

work already done or endanger the safety thereof for any of the

following reasons:

a) on account of any default on the part of the contractor or ;

P a g e | 68

b) for proper execution of the works or part thereof for reasons

other than the default of the contractor; or

c) for safety of the works or part thereof.

The contractor shall, during such suspension, properly protect

and secure the works to the extent necessary and carry out the

instructions given in that behalf by the Engineer-in-Charge.

ii) If the suspension is ordered for reasons (b) and (c) sub-para (i)

above:

a) the contractor shall be entitled to an extension of time equal to

the period of every such suspension PLUS 25%, for completion

of the item or group of items of work for which a separate period

of completion is specified in the contract and of which the

suspended work forms a part, and;

b) If the total period of all such suspensions in respect of an item or

group of items or work for which a separate period of

completion is specified in the contract exceeds thirty days, the

contractor shall, in addition, be entitled to such compensation as

the Engineer-in-Charge may consider reasonable in respect of

salaries and/or wages paid by the contractor to his employees

and labour at site, remaining idle during the period of

suspension, adding thereto 2% to cover indirect expenses of the

contractor provided the contractor submits his claim supported

by details to the Engineer-in-Charge within fifteen days of the

expiry of the period of 30 days.

iii) If the works or part thereof is suspended on the orders of the

Engineer-in-Charge for more than three months at a time, except when

suspension is ordered for reason (a) in sub-para (i) above, the contractor

may after receipt of such order serve a written notice on the Engineer-

in-Charge requiring permission within fifteen days from receipt by the

Engineer-in-Charge of the said notice, to proceed with the work or part

thereof in regard to which progress has been suspended and if such

permission is not granted within that time, the contractor, if he intends

to treat the suspension, where it affects only a part of the works as an

omission of such part by Government or where it affects whole of the

works, as an abandonment of the works by Government, shall within ten

days of expiry of such period of 15 days give notice in writing of his

intention to the Engineer-in-Charge. In the event of the contractor

treating the suspension as an abandonment of the contract by

Government, he shall have no claim to payment of any compensation on

account of any profit or advantage which he might have derived from

the execution of the work in full but which he could not derive in

P a g e | 69

consequence of the abandonment. He shall, however, be entitled to such

compensation, as the Engineer-in-Charge may consider reasonable, in

respect of salaries and/or wages paid by him to his employees and

labour at site, remaining idle in consequence adding to the total thereof

2% to cover indirect expenses of the contractor provided the contractor

submits his claim supported by details to the Engineer-in-Charge within

30 days of the expiry of the period of 3 months.

P a g e | 70

CLAUSE 16

Action in

case work not

done as per

Specification

s

All works under or in course of execution or executed in pursuance

of the contract shall at all times be open and accessible to the inspection

and supervision of the Engineer-in-Charge, his authorised subordinates

in charge of the work and all the superior officers, officer of the Quality

Assurance Unit of the Department or any organization engaged by the

Department for Quality Assurance and of the Chief Technical

Examiner‟s Office, and the contractor shall, at all times, during the

usual working hours and at all other times at which reasonable notice of

the visit of such officers has been given to the contractor, either himself

be present to receive orders and instructions or have a responsible agent

duly accredited in writing, present for that purpose. Orders given to the

contractor‟s agent shall be considered to have the same force as if they

had been given to the contractor himself.

If it shall appear to the Engineer-in-Charge or his authorised

subordinates in charge of the work or to the Chief Engineer-in-Charge

of Quality Assurance or his subordinate officers or the officers of the

organization engaged by the Department for Quality Assurance or to the

Chief Technical Examiner or his subordinate officers, that any work has

been executed with unsound, imperfect, or unskilful workmanship, or

with materials or articles provided by him for the execution of the work

which are unsound or of a quality inferior to that contracted or

otherwise not in accordance with the contract the contractor shall, on

demand in writing which shall be made within twelve months (six

months in the case of work costing Rs. 10.00 lacs and below except

road work) of the completion of the work from the Engineer-in-Charge

specifying the work, materials or articles complained of notwithstanding

that the same may have been passed, certified and paid for forthwith

rectify, or remove and reconstruct the work so specified in whole or in

part, as the case may require or as the case may be, remove the materials

or articles so specified and provide other proper and suitable materials

or articles at his own charge and cost. In the event of the failing to do so

within a period specified by the Engineer-in-Charge in the demand

aforesaid, then the contractor shall be liable to pay compensation at the

same rate as under clause 2 of the contract (for non-completion of the

work in time) for this default.

In such case the Engineer-in-Charge may not accept the item of

work at the rates applicable under the contract but may accept such

items at reduced rates as the competent authority specified in Schedule

„F‟ may consider reasonable during the preparation of on account bills

or final bill if the item is so acceptable without detriment to the safety

and utility of the item and the structure or he may reject the work

outright without any payment and/or get it and other connected and

incidental items rectified, or removed and re-executed at the risk and

cost of the contractor. Decision of the Engineer-in-Charge to be

conveyed in writing in respect of the same will be final and binding on

the contractor.

P a g e | 71

CLAUSE 17

Contractor

Liable for

damages,

defects

during

defect

liability

period.

If the contractor or his working people or servants shall break,

deface, injure or destroy any part of building in which they may be

working, or any building, road, road kerb, face, enclosure, water pipe,

cables, drains, electric or telephone post or wires, trees, grass or

grassland, or cultivated ground contiguous to the premises on which the

work or any part is being executed, or if any damage shall happen to the

work while in progress, from any cause whatever or if any defect,

shrinkage or other faults appear in the work within twelve months (six

months in the case of work costing Rs. Ten lacs and below accept road

work) after a certificate final or otherwise of its completion shall have

been given by the Engineer-in-Charge as aforesaid arising out of defect

or improper materials or workmanship the contractor shall upon receipt

of a notice in writing on that behalf make the same good at his own

expense or in default the Engineer-in-Charge cause the same to be made

good by other workmen and deduct the expense from any sums that may

be due or at any time thereafter may become due to the contractor, or

from his security deposit or the proceeds of sale thereof or of a

sufficient portion thereof. The security deposit of the contractor shall

not be refunded before the expiry of twelve months (six months in the

case of work costing Rs. Ten lacs and below accept road work) after the

issue of the certificate final or otherwise, of completion of work, or till

the final bill has been prepared and passed whichever is later. Provided

that in the case of road work, if in the opinion of the Engineer-in-

Charge, half of the security deposit will be refundable after six months

and the remaining half after twelve months of the issue of the said

certificate of completion or till the final bill has been prepared and

passed whichever is later.

CLAUSE 18

Contractor

to supply

Tools &

Plants etc.

The contractor shall provide at his own cost all materials (except

such special materials, if any, as may in accordance with the contract be

supplied from the Engineer-in-Charge‟s stores), machinery, tools &

plants as specified in Schedule “F”. In addition to this, appliances,

implements other plants, ladders, cordage, tackle, scaffolding and

temporary works required for the proper execution of the work, whether

original, altered of substituted and whether included in the

specifications or other documents forming part of the contract or

referred to in these conditions or not, or which may be necessary for the

purpose of satisfying or complying with the requirements of the

Engineer-in-Charge as to any matter as to which under these conditions

he is entitled to be satisfied, or which he is entitled to require together

with carriage therefore to and from the work. The contractor shall also

supply without charge the requisite number of persons with the means

and materials, necessary for the purpose of setting out works, and

counting, weighing and assisting the measurement for examination at

any time and from time to time of the work or materials. Failing his so

doing the same may be provided by the Engineer-in-Charge at the

expense of the contractor and the expenses may be deducted, from any

P a g e | 72

money due to the contractor, under this contract or otherwise and/or

from his security deposit or the proceeds of sale thereof, or of a

sufficient portions thereof.

CLAUSE

18A

Recovery of

compensation

paid to

Workmen

In every case in which by virtue of the provisions sub-section (1) of

Section 12, of the Workmen‟s Compensation Act, 1923, Government is

obliged to pay compensation to a workman employed by the contractor,

in execution of the works, Government will recover from the contractor,

the amount of the compensation so paid; and, without prejudice to the

rights of the Government under sub-section (2) of Section 12, of the

said Act, Government shall be at liberty to recover such amount or any

part thereof by deducting it from the security deposit or from any sum

due by Government to the contractor whether under this contract or

otherwise. Government shall not be bound to contest any claim made

against it under sub-section (1) of Section 12, of the said Act, except on

the written request of the contractor and upon his giving to Government

full security for all costs for which Government might become liable in

consequence of contesting such claim.

P a g e | 73

CLAUSE

18B

Ensuring

payment and

Amenities to

Workers if

Contractor

fails

In every case in which by virtue of the provisions of the Contract

Labour (Regulation and Abolition) Act, 1970, and of the Contract

Labour (Regulation and Abolition) Central Rules, 1971, Government is

obliged to pay any amounts of wages to a workman employed by and

contractor in execution of the works, or to incur any expenditure in

providing welfare and health amenities required to be provided under

the above said Act and the rules under Clause 19H or under the Manipur

PWD contractor‟s Labour Regulations, or under the Rules framed by

Government from time to time for the protection of health and sanitary

arrangements for workers employed by Manipur PWD Contractors,

Government will recover from the contractor, the amount of wages so

paid or the amount of expenditure so incurred; and without prejudice to

the rights of the Government under sub-section (2) of Section 20, and

sub-section (4) of Section 21, of the Contract Labour (Regulation

Abolition) Act, 1970, Government shall be at liberty to recover such

amount or any part thereof by deducting it from the security deposit or

from any sum due by Government to the contractor whether under this

contract or otherwise Government shall not be bound to contest any

claim made against it under sub-section (1) of Section 20, sub-section

(4) of Section 21, of the said Act, except on the written request of the

contractor and upon his giving to the Government full security for all

costs for which Government might become liable in contesting such

claim.

CLAUSE 19

Labour laws

to be

compiled by

the

Contractor

The contractor shall obtain a valid licence under the Contract labour

(R&A) Act 1970, and the Contract Labour (Regulation and Abolition)

Central Rules 1971, before the commencement of the work, and

continue to have a valid license until the completion of the work. The

contractor shall also comply with the provisions of the Interstate

Migrant Workmen (Regulation of Employment and Conditions of

Service) Act 1979. The contractor shall also abide by the provisions of

the child Labour (Prohibition and Regulation) Act, 1986.

The contractor shall also comply with provisions of the building

and other Construction Workers (Regulation of Employment &

Conditions of Service) Act, 1996 and the building and other

Construction Workers Welfare Cess Act, 1996.

Any failure to fulfill these requirements shall attract the penal

provisions of this contract arising out of the resultant non-execution of

the work.

CLAUSE

19A

No labour below the age of fourteen years shall be employed on the

work.

CLAUSE

19B

P a g e | 74

Payment of

wages

Payment of wages :

i) The contractor shall pay to labour employed by him either directly

or through sub-contractors, wages not less than fair wages as

defined in the Manipur PWD Contractor‟s Labour Regulations or as

per the provisions of the Contract Labour (Regulation and

Abolition) Act 1970 and the contract Labour (Regulation and

Abolition) Central Rules, 1971, wherever applicable.

ii) The contractor shall, notwithstanding the provisions of any contract

to the contrary, cause to be paid fair wage to labour indirectly

engaged on the work, including any labour engaged by his sub-

contractors in connection with the said work, as if the labour had

been immediately employed by him.

iii) In respect of all labour directly or indirectly employed in the works

for performance of the contractor‟s part of this contract, the

contractor shall comply with or cause to be complied with the

Manipur PWD contractor‟s Labour Regulations made by

Government from time to time in regard to payment of wages, wage

period deductions from wages recovery of wages not paid and

deductions unauthorisedly made, maintenance of wage books or

wage slips, publication of scale of wage and other terms of

employment, inspection and submission of periodical returns and

all other matters of the like nature or as per the provisions of the

Contract labour (Regulation and Abolition) Act 1970, and the

Contract labour (Regulation and Abolition) Central Rules, 1971,

wherever applicable.

iv) a) The Engineer-in-Charge concerned shall have the right to deduct

from the moneys due to the contractor any sum required or

estimated to be required for making good the loss suffered by a

worker or workers by reason of nonfulfillment of the conditions

of the contractor for the benefit of the workers, non-payment of

wages or of deductions made from his or their wages which are

not justified by their terms of the contract or non- observance of

the Regulations.

b) Under the provision of Minimum Wages (Central) Rules 1950,

the contractor is bound to allow to the labours directly or

indirectly employed in the works one day rest for 6 days

continuous work and pay wages at the same rate as for duty. In

the event of default, the Engineer-in-Charge shall have the right

to deduct the sum or sums not paid on account of wages for

weekly holidays to any labours and pay same to the persons

entitled thereto from any money due to the contractor by the

Engineer-in-Charge concerned.

In the case of Union Territory of Delhi, however, as the all-

inclusive minimum daily wages fixed under Notification of the Delhi

Administration No. F.12(162)MWO/DAB/43884-91,dated 31-12-1979

as amended from time to time are inclusive of wages for the wages for

P a g e | 75

the weekly day of rest, the question of extra payment for weekly holiday

would not arise.

v) The contractor shall comply with the provisions of the Payment of

Wages Act, 1936, Minimum Wages Act, 1948, Employees Liability

Act, 1938, Workmen‟s Compensation Act, 1923, Industrial

Disputes Act, 1947, Maternity Benefits Act, 1961, and the

Contractor‟s Labour (Regulation and abolition) Act 1970, or the

modifications thereof or any other laws relating thereto and the

rules made thereunder from time to time.

vi) The contractor shall indemnify and keep indemnified Government

against payments to be made under and for the observance of the

laws aforesaid and the Manipur PWD Contractor‟s Labour

Regulations without prejudice to his right to claim indemnity from

his sub-contractors.

vii) The laws aforesaid shall be deemed to be a part of this contract and

any breach thereof shall be deemed to be a breach of this contract.

viii) Whatever is the minimum wage for the time being, or if the wage

payable is higher than such wage, such wage shall be paid by the

contractor to the workmen directly without the intervention of

Jamadar and that Jamadar shall not be entitled to deduct or recovery

any amount from the minimum wage payable to the workmen as

and by way of commission or otherwise.

ix) The contractor shall ensure that no amount by way of commission

or otherwise is deducted or recovered by the Jamadar from the

wage of workmen.

CLAUSE

19C

In respect of all labour directly or indirectly employed in the work

for the performance of the contractor‟s part of this contract, the

contractor shall at his own expense arrange for the safety provisions as

per Manipur PWD Safety Code framed from time to time and shall at

his own expense provide for all facilities in connection therewith. In

case the contractor fails to make arrangement and provide necessary

facilities as aforesaid, he shall be liable to pay as decided by the

authority mentioned in Schedule F for each default and in addition the

Engineer-in-Charge shall be at liberty to make arrangement and provide

facilities as aforesaid and recover the costs incurred in that behalf from

the contractor.

CLAUSE

19D

The contractor shall submit by the 4th and 19th every month, to the

Engineer-in-Charge a true statement showing in respect of the second

half of the preceding month and the first half of the current month

respectively :-

1) the number of labourers employed by him on the work,

2) their working hours,

P a g e | 76

3) the wages paid to them,

4) the accidents that occurred during the said fortnight showing

the circumstances under which they happened and the extent of

damage and injury caused by them, and

5) the number of female workers who have been allowed

maternity benefit according to clause 19F and the amount paid

to them.

Failing which the contractor shall be liable to pay to Government, a

sum as decided by the authority mentioned in Schedule F for each

default or materially incorrect statement. The decision of the Divisional

Officer shall be final in deducting from any bill due to the contractor the

amount levied as fine and be binding on the contractor.

CLAUSE

19E

In respect of all labour directly or indirectly employed in the works for

the performance of the contractor‟s part of this contract, the contractor

shall comply with or cause to be complied with all the rules framed by

Government from time to time for the protection of health and sanitary

arrangements for workers employed by the Manipur PWD and its

contractors.

CLAUSE 19

F

Leave and pay during leave shall be regulated as follows :-

1. Leave:

i) in the case of delivery - maternity leave not exceeding 8 weeks,

4 weeks up to and including the day of delivery and 4 weeks

following that day.

ii) in the case of miscarriage - upto 3 weeks from the date of

miscarriage.

2. Pay :

i) in the case of delivery- leave pay during maternity leave will be

at the rate of the women‟s average daily earnings, calculated on

total wages earned on the days when full time work was done

during a period of three months immediately preceding the date

on which she gives notice that she expects to be confined or at

the rate of Rupee one only a day whichever is greater.

ii) in the case of miscarriage-leave pay at the rate of average daily

earning calculated on the total wages earned on the days when

full time work was done during a period of three months

immediately preceding the date of such miscarriage.

3. Conditions for the grant of Maternity Leave.

No maternity leave benefit shall be admissible to a woman unless

she has been employed for a total period of not less than six month

immediately preceding the date on which she proceeds on leave.

4. The contractor shall maintain a register of Maternity (benefit) in the

P a g e | 77

Prescribed Form as shown in Appendix - I and II, and the same

shall be kept at the place of work.

CLAUSE

19G

In the event of the contractor(s) committing a default or breach of

any of the provisions of the Manipur PWD, Contractor‟s labour

Regulations and Model Rules for the protection of health and sanitary

arrangements for the workers as amended from time to time or

furnishing any information or submitting or filing any statement under

the provisions of the above Regulations and Rules which is materially

incorrect, he/they shall, without prejudice to any other liability, pay to

the Government a sum as decided by the authority mentioned in

Schedule F for every default, breach or furnishing, making, submitting,

filing such materially incorrect statements and in the event of the

contractor(s) defaulting continuously in this respect, the penalty may be

enhanced to as decided by the authority mentioned in Schedule F per

day for each day of default subject to a maximum of 5 percent of the

estimated cost of the work put to tender. The decision of the Engineer-

in-Charge shall be final and binding on the parties.

Should it appear to the Engineer-in-Charge that the contractor(s)

is/are not properly observing and complying with the provisions of the

Manipur PWD Contractor‟s labour Regulations and Model Rules and

the provisions of the Contract Labour (Regulation and Abolition) Act

1970, and the Contract Labour (R&A) Central Rules 1971, for the

protection of health and sanitary arrangements for work-people

employed by the contractor(s) (hereinafter referred as “the said Rules”)

the Engineer-in-Charge shall have power to give notice in writing to the

contractor(s) requiring that the said Rules be complied with and the

amenities prescribed therein be provided to the work-people within a

reasonable time to be specified in the notice. If the contractor(s) shall

fail within the period specified in the notice to comply with end /

observe the said rules and to provide the amenities to the work-people

as aforesaid, the Engineer-in-charge shall have the power to provide the

amenities hereinbefore mentioned at the cost of the contractor(s). The

contractor(s) shall erect, make and maintain at his/their own expense

and to approved standards all necessary huts and sanitary arrangements

required for his/their work-people on the site in connection with the

execution of the work, and if the same shall not have been erected or

constructed, according to approved standards, the Engineer-in-Charge

shall have power to give notice in writing to the contractor(s) requiring

that the said huts and sanitary arrangements be remodelled and/or

reconstructed according to approved standard, and if the contractors

shall fail to remodel or reconstruct such huts and sanitary arrangement

according to approved standard with the period specified in the notice,

the Engineer-in-Charge shall have the power to remodel or reconstruct

such huts and sanitary arrangements according to approved standards at

the cost of the contractor(s).

CLAUSE

19H

The contractor(s) shall at his/their own cost provide his/their labour

with a sufficient number of huts (hereinafter referred to as the camp) of

the following specifications on a suitable plot of land to be approved by

P a g e | 78

the Engineer-in-Charge.

i) a) The minimum height of each hut at the eaves level shall be

2.10m (7 ft.) and the floor area to be provided will be at the rate

of 2.7 sq.m. (30 sq.ft.) for each member of the worker‟s family

staying with the labourer.

b) The contractor(s) shall in addition construct suitable cooking

places having a minimum area of 1.80m x 1.50m (6‟x5‟)

adjacent to the hut for each family.

c) The contractor(s) shall also construct temporary latrines and

urinals for the use of the labourers each on the scale of not less

than four per each one hundred of the total strength, separate

latrines and urinals being provided for women.

d) The contractor(s) shall construct sufficient number of bathing

and washing places, one unit for every 25 persons residing in the

camp. These bathing and washing places shall be suitably

screened.

ii) a) All the huts shall have walls of sun-dried or burnt-bricks laid in

mud mortar or other suitable local materials as may be approved

by the Engineer-in-Charge. In case of sun-dried bricks, the walls

should be plastered with mud gobri on both sides. The floor must

be Kutcha but plastered with mud gobri and shall be atleast 15

cm (16”) above th surrounding ground. The roofs shall be laid

with thatch or any other materials as may be approved by the

Engineer-in-Charge and the contractor shall ensure that

throughout the period of their occupation the roofs remain water-

tight.

b) The contractor(s) shall provide each hut with proper ventilation.

c) All doors, windows, and ventilators shall be provided with

suitable leaves for security purposes.

d) There shall be kept an open space of at least 7.2m (8 yards)

between the rows of huts which may be reduced to 6m (20ft.)

according to the availability of site with the approval of the

Engineer-in-Charge. Back to back construction will be allowed.

iii) Water Supply - The contractor(s) shall provide adequate supply of

water for the use of labourers. The provisions shall not be less than

two gallons of pure and wholesome head per day for drinking

purposes and three gallons of clean water per head per day for

bathing and washing purposes. Where piped water supply is

available, supply shall be at stand posts and where the supply is

from wells or river, tanks which may be of metal or masonry, shall

be provided. The contractor(s) shall also at his/their own cost make

arrangements for laying pipe lines for water supply to his/their

labour camp from the existing mains wherever available, and shall

pay all fees and charges therefor.

iv) The site selected for the camp shall be high ground, removed from

P a g e | 79

jungle.

v) Disposal of Excreta- The contractor(s) shall make necessary

arrangements for the disposal of excreta from the latrines by

trenching or incineration which shall be according to the

requirements laid down by the Local Health Authorities. If

trenching or incineration is not allowed, the contractor(s) shall

make arrangements for the removal of the excreta through the

Municipal Committee/authority and inform it about the number of

labourers employed so that arrangements may be made by such

Committee/authority for the removal of the excreta. All charges on

this account shall be borne by the contractor and paid direct by him

to the Municipality/authority. The contractor shall provide one

sweeper for every eight seats in case of dry system.

vi) Drainage - The contractor(s) shall provide efficient arrangements

for draining away sullage water so as to keep the camp neat and

tidy.

vii) The contractor(s) shall make necessary arrangements for keeping

the camp area sufficiently lighted to avoid accidents to the workers.

viii) Sanitation -The contractor(s) shall make arrangements for

conservancy and sanitation in the labour camps according to the

rules of the Local Public Health and Medical Authorities.

CLAUSE

19I

The Engineer-in-Charge may require the contractor to dismiss or

remove from the site of the work any person or persons in the

contractors; employ upon the work who may be incompetent or

misconduct himself and the contractor shall forthwith comply with such

requirements. In respect of maintenance / repair of renovation works

etc. where the labour have an easy access to the individual houses, the

contractor shall issue identity card to the labourers, whether temporary

or permanent and he shall be responsible for any untoward action on the

part of such labour. AE/JE will display a list of contractors working in

the colony / blocks on the notice board in the colony and also at the

service centre, to apprise the residents about the same.

CLAUSE

19J

It shall be the responsibility of the contractor to see that the

building under construction is not occupied by anybody unauthorised

during construction, and is handed over to the Engineer-in-Charge with

vacant possession of complete building. If such building though

completed is occupied illegally, then the Engineer-in-Charges shall have

the option to refuse to accept the said building/buildings in that position.

Any delay in acceptance on this account will be treated as the delay in

completion and for such delay a levy upto 5% of tendered value of work

may be imposed by the Superintending Engineer whose decision shall

be final both with regard to the justification and quantum and be binding

on the contractor.

However, the Superintending Engineer, through a notice, may

require the contractor to remove the illegal occupation any time on or

P a g e | 80

before construction and delivery.

CLAUSE

19K

Employment

of skilled/

semi skilled

workers

The contractor shall, at all stages of work, deploy skilled / semi

trades man who are qualified and possess certificate in a particular trade

from Public Works Department Training Institute / Industrial Training

Institute / National Academy of Construction, CIDC or any similar

reputed and recognised Institute managed / certified by State / Central

Government. The number of such qualified tradesman shall not be less

than 20% of total skilled/semi-skilled workers required in each trade at

any stage of work. The contractor shall submit number of man days

required in respect of each trade, its scheduling and the list of qualified

tradesman along with requisite certificate from recognised Institute to

Engineer in charge for approval. Notwithstanding such approval, if the

tradesmen are found to have inadequate skill to execute the work of

respective trade, the contractor shall substitute such tradesman within

two days of written notice from Engineer-in-charge. Failure on the part

of contractor to obtain approval of Engineer-in-Charge or failure to

deploy qualified tradesman will attract a compensation to be paid by

contractor at the rate specified in Schedule F per such tradesman per

day. Decision of Engineer in Charge as to whether particular tradesman

possesses requisite skill and amount of compensation in case of default

shall be final and binding.

Provided always, that the provisions of this clause shall not be

applicable for works with estimated cost put to tender being less than

Rs. 5 crores.

For work costing more than Rs. 10 crores, and upto Rs. 50 crores, the

contractor shall arrange on site training as per National Skill

Development Corporation (NSDC) norms for atleast 20% of the

unskilled workers engaged in the project in coordination with the

CPWD Regional Training Institute & National Skill Development

Corporation (NSDC) for certification at the level of skilled/semi-skilled

tradesman.

For work costing more than Rs. 50 crores, the contractor shall arrange

on site training as per National Skill Development Corporation (NSDC)

norms for atleast 30% of the unskilled worker engaged in the project in

coordination with the CPWD Regional Training Institute & National

Skill Development Corporation (NSDC) for certification at the level of

skilled/semi-skilled tradesman. The cost of such training as stated above

shall be borne by the Government. The necessary space and workers

shall be provided by the contractor and no claim what so ever shall be

entertained.

CLAUSE

19L

Contribution

of EPF and

ESI

The ESI and EPF contribution on the part of employer in respect of

this contract shall be paid by the contractor. These contributions on the

part of the employer paid by the contractor shall be reimbursed by the

Engineer-in-Charge to the contractor on actual basis. The verification of

deployment of labour will be done through biometric attendance system

or any other suitable method by the Engineer-in-charge. The applicable

P a g e | 81

and eligible amount of EPF&ESI shall be reimbursed preferably within

7 days but not later than 30 days of submission of documentary proof of

payment provided same are in order.

CLAUSE 20

Minimum

wages Act to be

Complied with

The contractor shall comply with all the provisions of the Minimum

Wages Act, 1948, and Contract Labour (Regulation and Abolition) Act,

1970, amended from time to time and rules framed thereunder and other

labour laws affecting contract labour that may be brought into force

from time to time.

CLAUSE 21

Work not to

sublet.

Action in

case of in

solvency

The contractor shall not be assigned or sublet without the written

approval of the Engineer-in-Charge. And if the contractor shall assign

or sublet his contract, or attempt to do so, or become insolvent or

commence any insolvency proceedings or make any composition with

his creditors or attempt to do so, or if any bribe, gratuity, gift, loan,

perquisite, reward or advantage pecuniary or otherwise, shall either

directly or indirectly, be given, promised or offered by the contractor, or

any of his servants or agent to any public officer or person in the

employ of Government in any way relating to his office or employment

or if any such officer or person shall become in any way directly or

indirectly interested in the contract, the Engineer-in-Charge on behalf of

the Governor of Manipur shall have power to adopt the course specified

in Clause 3 hereof in the interest of Government and in the event of

such course being adopted, the consequences specified in the said

Clause 3 shall ensue.

CLAUSE 22 All sums payable by way of compensation under any of these

conditions shall be considered as reasonable compensation to be applied

to the use of Government without reference to the actual loss or damage

sustained and whether or not any damage shall have been sustained.

CLAUSE 23

Changes in

firm‟s

Construction

to be

intimated

Where the contractor is a partnership firm, the previous approval in

writing of the Engineer-in-Charge shall be obtained before any change

is made in the constitution of the firm. Where the contractor is an

individual or a Hindu undivided family business concern such approval

as aforesaid shall likewise be obtained before the contractor enters into

any partnership agreement where under the partnership firm would have

the right to carry out the works hereby undertaken by the contractor. If

previous approval as aforesaid is not obtained, the contract shall be

deemed to have been assigned in contravention of Clause 21 hereof and

the same action may be taken, and the same consequences shall ensue as

provided in the said Clause 21.

CLAUSE 24

Life Cycle

Cost

The contractor shall be responsible for safety, quality and

soundness of the buildings including structural elements beyond

maintenance period. The contractor shall have obligation to rectify such

defects minimum upto 5 (five) years from the date of completion of

work. The defects have to be rectified within a reasonable time not

P a g e | 82

exceeding three months after issue of notice by Engineer-in-charge.

CLAUSE 25

Settlement of

Disputes &

Arbitration

Except where otherwise provided in the contract, all questions and

disputes relating to the meaning of the specifications, design, drawings

and instructions here-in-before mentioned and as to the quality of

workmanship or materials used on the work or as to any other question,

claim, right, matter or thing whatsoever in any way arising out of or

relating to the contract, designs, drawings, specifications, estimates,

instructions, orders or these conditions or otherwise concerning the

works or the execution or failure to execute the same whether arising

during the progress of the work or after the cancellation, termination,

completion or abandonment thereof shall be dealt with as mentioned

hereinafter.

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 if the Engineer-in-Charge considers any act or

decision of the contractor on any matter in connection with or

arising out of the contract or carrying out of the work, to be

unacceptable and is disputed, such party shall promptly within

15 days of the arising of the disputes request the chief Engineer

or where there is no Chief Engineer, the Additional Director

General (CE/ADG) who shall refer the disputes to Dispute

Redressal Committee (DRC) within 15 days along with a list of

disputes with amounts claimed if any in respect of each such

dispute. The Dispute Redressal Committee (DRC) give its

decision within a period of 60 days extendable by 30 days by

consent of both the parties from the receipt of reference from

CE/ADG. The constitution of Dispute Redressal Committee

(DRC) shall be as indicated in Schedule „F‟. Provided that no

party shall be represented before the Dispute Redressal

Committee by an advocate/legal counsel etc.

The DRC will submit its decision to the Concerned ADG/SDG for

acceptance. ADG/SDG in a time limit of 30 days from receipt of DRC

decision will convey acceptance or otherwise on the said decision. If the

Dispute Redressal Committee (DRC) fails to give its decision within the

aforesaid period or the ADG/SDG fails to give his decision in the

aforesaid time limit or any party is dissatisfied with the decision of

Dispute Redressal Committee (DRC)/ ADG/ SDG the neither party may

within a period of 30 days from the receipt of the decision of Dispute

Redressal Committee (DRC)/ADG/SDG or on expiry of aforesaid the

time limits available to DRC/ADG/SDG, may give notice to the Chief

Engineer, Manipur PWD, or if there be no Chief Engineer, the

Additional Director General/ Special Director General concerned or if

there be no Additional Director General/ Special Director General

concerned of if there be no Additional Director General/ Special

Director General, the Director General, Manipur PWD for appointment

of arbitrator on prescribed proforma as per Appendix XVII under

P a g e | 83

intimation to the other party.

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 CE/ADG/DG shall in such case appoint the sole arbitrator or

one of the three arbitrators as the case may be within 30 days of receipt

of such a request and refer such disputes to arbitration. Wherever the

Arbitral Tribunal consists of three Arbitrators, the contractor shall

appoint one arbitrator within 30 days of making request for arbitration

or of receipt of request by Engineer-in-Charge to CE/ADG/DG for

appointment of arbitrator, as the case may be, and two appointed

arbitrators shall appoint the third arbitrator who shall act as the

Presiding Arbitrator. In the event of

a. A party fails to appoint the second Arbitrator, or

b. The two appointed Arbitrators fail to appoint the Presiding

Arbitrator, then the Chief Engineer, Manipur PWD shall appoint the

second or Presiding Arbitrator as the case may be.

ii) Disputes or difference shall be referred for adjudication through

arbitration by a Tribunal having sole arbitrator where claimed amount is

Rs. 20 crore or less. Where claimed value is more than Rs. 20 crore,

Tribunal shall consist of three Arbitrators as above. The requirements of

the Arbitration and Conciliation Act, 1996 (26 of 1996) and any further

statutory modifications or re-enactment thereof and the rules made there

under and for the time being in force shall be applicable.

It is a term of this contract that the party invoking arbitration shall

give a list of disputes with amounts claimed, if any, in respect of each

such dispute along with the notice for appointment of arbitrator and

giving reference to the decision of ADG/SDG on the finding /

recommendation of DRC.

It is also a term of this contract that any member of the Arbitration

Tribunal shall be a Graduate Engineer with experience in handling

public works engineering and further he shall have earlier worked at a

level not lower than Chief Engineer/ equivalent (i.e. Joint Secretary

level of Government of India). This shall be treated as a mandatory

qualification to be appointed as arbitrator.

Parties, before or at the time of appointment of Arbitral Tribunal

may agree in writing for fast track arbitration as per the Arbitration and

Conciliation Act, 1996 (26 of 1996) as amended in 2015.

Subject to provision in the Arbitration and Conciliation Act, 1996

(26 of 1996) as amended in 2015 whereby the counter claims if any can

be directly filed before the arbitrator without any requirement of

reference by the appointing authority, the arbitrator shall adjudicate on

only such disputes as are referred to him by the appointing authority and

give separate award against each dispute and claim referred to him and

in all cases where the total amount of the claims by any party exceeds

P a g e | 84

Rs. 1,00,000/- , the arbitrator shall give reasons for the award.

It is also a term of the contract that fees payable to the arbitral

tribunal shall be as approved by Chief Engineer, PWD, Manipur. This

fee shall be shared equally by parties.

The place of arbitration shall be as mentioned in Schedule F. In

case there is no mention of place of arbitration, the arbitral tribunal shall

determine the place of arbitration.

The venue of the arbitration shall be such place as may be fixed by

the Arbitral Tribunal in consultation with both the parties. Failing any

such agreement, then the Arbitral Tribunal shall decide the venue.

CLAUSE 26

The contractor shall fully indemnify and keep indemnified the

Governor of Manipur against any action, claim or proceeding relating to

infringement or use of any patent or design or any alleged patent or

design rights and shall pay any royalties which may be payable in

respect of any article or part thereof included in the contract. In the

event of any claims made under or action brought against Government

in respect of any such matters as aforesaid, the contractor shall be

immediately notified thereof and the contractor shall be at liberty, at his

own expenses, to settle any dispute or to conduct any litigation that may

arise therefrom, provided that the contractor shall not be liable to

indemnify the Governor of Manipur if the infringement of the patent or

design or any alleged patent or design right is the direct result of an

order passed by the Engineer-in-Charge in this behalf.

CLAUSE 27

Lumpsum

Provisions in

Tender

When the estimate on which a tender is made includes lump sum in

respect of parts of the work, the contractor shall be entitled to payment

in respect of the items of work involved or the part of the work in

question at the same rates as are payable under this contract for such

items, or if the part of the work in question is not, in the opinion of the

Engineer-in-Charge payable of measurement, the Engineer-in-Charge

may at his discretion pay the lump-sum amount entered in the estimate,

and the certificate in writing of the Engineer-in-Charge shall be final

and conclusive against the contractor with regard to any sum of sums

payable to him under the provisions of the clause.

CLAUSE 28

Action

where no

specification

s are

specified

In the case of any class of work for which there is no such

specifications as referred to in Clause 11, such work shall be carried out

in accordance with the Bureau of Indian Standards Specifications. In

case there are no such specifications in Bureau of Indian Standards, the

work shall be carried out as per manufacturers specifications, if not

available then as per State/District Specifications. In case there are no

such specifications as required above, the work shall be carried out in

all respects in accordance with the instructions and requirements of the

P a g e | 85

Engineer-in-Charge.

CLAUSE 29

Withholding

and lien in

respect of

sum due

from

contractor

i) Whenever any claim or claims for payment of a sum of money

arises out of or under the contract or against the contractor, the

Engineer-in-Charge or the Government shall be entitled to withhold and

also have a lien to retain such sum or sums in whole or in part from the

security, if any deposited by the contractor and for the purpose

aforesaid, the Engineer-in-Charge or the Government shall be entitled to

withhold the security deposit, if any, furnished as the case may be and

also have a lien over the same pending finalisation or adjudication of

any such claim. In the event of the security being insufficient to cover

the claimed amount or amounts or if no security has been taken from the

contractor, the Engineer-in-Charge or the Government shall be entitled

to withhold and have a lien to retain to the extent of such claimed

amount or amounts referred to above, from any sum or sums found

payable or which may at any time thereafter become payable to the

contractor under the same contract or any other contract with the

Engineer-in-Charge of the Government or any contracting person

through the Engineer-in-Charge pending finalisation of adjudication of

any such claim.

It is an agreed term of the contract that the sum of money or

moneys so withheld or retained under the lien referred to above by the

Engineer-in-Charge or Government will be kept withheld or retained as

such by the Engineer-in-Charge or Government till the claim arising out

of or under the contract is determined by the arbitrator (if the contract is

governed by the arbitration clause) by the competent court, as the case

may be and that the contractor will have no claim for interest or

damages whatsoever on any account in respect of such withholding or

retention under the lien referred to above and duly notified as such to

the contractor. For the purpose of this clause, where the contractor is a

partnership firm or a limited company, the Engineer-in-Charge or the

Government shall be entitled to withhold and also have a lien to retain

towards such claimed amount or amounts in whole or in part from any

sum found payable to any partner/limited company as the case may be,

whether in his individual capacity or otherwise.

ii) Government shall have the right to cause an audit and technical

examination of the works and the final bills of the contractor including

all supporting vouchers, abstract, etc., to be made after payment of the

final bill and if as a result of such audit and technical examination any

sum is found to have been overpaid in respect of any work done by the

contractor under the contract or any work claimed to have been done by

him under the contract and found not to have been executed, the

contractor shall be liable to refund the amount of over-payment and it

shall be lawful for Government to recover the same from him in the

manner prescribed in sub-clause (i) of this clause or in any other manner

legally permissible; and if it is found that the contractor was paid less

than what was due to him under the contract in respect of any work

P a g e | 86

executed by him under it, the amount of such under payment shall be

duly paid by Government to the contractor, without any interest thereon

whatsoever.

Provided that the government shall not be entitled to recover any

sum overpaid, nor the contractor shall be entitled to payment of any sum

paid short where such payment has been agreed upon between the

Superintending Engineer or Executive Engineer on the one hand and the

contractor on the other under any term of the contract permitting

payment for work after assessment by the Superintending Engineer or

the Executive Engineer.

CLAUSE

29A

Lien in

respect of

claims in

other

Contracts

Any sum of money due and payable to the contractor (including the

security deposit returnable to him) under the contract may be withheld

or retained by way of lien by the Engineer-in-Charge or the Government

or any other contracting person or persons through Engineer-in-Charge

against any claim of the Engineer-in-Charge or Government or such

other person or persons in respect of payment of a sum of money arising

out of or under any other contract made by the contractor with the

Engineer-in-Charge or the Government or with such other person or

persons.

It is an agreed term of the contract that the sum of money so

withheld or retained under this clause by the Engineer-in-Charge or the

Government will be kept withheld or retained as such by the Engineer-

in-Charge or the Government or till his claim arising out of the same

contract or any other contract is either mutually settled or determined by

the arbitration clause or by the competent court, as the case may be and

that the contractor shall have no claim for interest or damages

whatsoever on this account or on any other ground in respect of any

sum of money withheld or retained under this clause and duly notified

as such to the contractor.

CLAUSE

29B

Employment

of coal

mining or

controlled

area labour

not

Permissible

The contractor shall not employ coal mining or controlled area

labour falling under any category whatsoever on or in connection with

the work or recruit labour from area within a radius of 32 Km (20 miles)

of the controlled area. Subject as above the contractor shall employ

imported labour only i.e., deposit imported labour or labour imported by

contractors from area, from which is permitted.

Where ceiling price for imported labour has been fixed by State or

Regional Labour Committees not more than that ceiling price shall be

paid to the labour by the contractor.

The contractor shall immediately remove any labourer who may be

appointed out by the Engineer-in-Charge as being a coal mining or

controlled area labourer. Failure to do so shall render the contractor

P a g e | 87

liable to pay to Government a sum calculated at the rate of Rs. 10/- per

day per labourer.

The certificate of the Engineer-in-Charge about the number of the

coal mining or controlled area labourer or number of days for which

they worked shall be final and binding upon all parties to this contract.

It is declared and agreed between the parties that the aforesaid

stipulation in this clause is one in which the public are interested within

the meaning of the exception in section 74 of Indian Contract Act, 1872.

Explanation:- Controlled Area means the following areas:

Districts of Dhanbad, Hazaribagh, Jamtara – a Sub-Division under

SanthalParganaCommissionery, Districts of Bankuara, Birbhum,

Burdwan, District of Bilaspur.

Any other area which may be declared a Controlled Area by or with

the approval of the Central Government.

CLAUSE 30

Unfiltered

water supply

The contractor(s) shall make his/their own arrangements for water

required for the work and nothing extra will be paid for the same. This

will be subject to the following conditions.

i) That the water used by the contractor(s) shall be fit for construction

purposes to the satisfaction of the Engineer-in-charge.

ii) The Engineer-in-Charge shall make alternative arrangements for

supply of water at the risk and cost of contractor(s) if the

arrangements made by the contractor(s) for procurement of water

are in the opinion of the Engineer-in-Charge, unsatisfactory.

CLAUSE

30A

Alternate

water

Arrangements

The contractor shall be allowed to construct temporary wells in

Government land for taking water for construction purposes only after

he has got permission of the Engineer-in-Charge in writing. No charges

shall be recovered from the contractor on this account, but the

contractor shall be required to provide necessary safety arrangements to

avoid any accidents or damage to adjacent buildings, roads and service

lines. He shall be responsible for any accidents or damage caused due to

construction and subsequent maintenance of the wells and shall restore

the ground to its original condition after the wells are dismantled on

completion of the work.

CLAUSE 31

Hire of Plant

&

Machinery

The contractor shall arrange at his own expense all tools, machinery

and equipment (hereinafter referred to as T&P) required for execution

of the work.

CLASUE 32

Employment Contractors Superintendence, Supervision, Technical Staff &

P a g e | 88

of Technical

staff and

employees

Employees

i) The contractor shall provide all necessary superintendence during

execution of the work and all along thereafter as may be necessary for

proper fulfilling of the obligations under contract.

The contractor shall immediately after receiving letter of

acceptance of the tender and before commencement of the work,

intimate in writing to the Engineer-in-Charge, the name(s),

qualifications, experience, age, address(s) and other particulars along

with certificates, of the principal technical representative to be in charge

of the work and other technical representative(s) who will be

supervising the work. Minimum requirement of such technical

representative(s) and their qualifications and experience shall not be

lower than specified in Schedule „F‟. Even of the contractor (or

partner(s) in case of firm/company) is himself / herself an Engineers, it

is necessary on the part of the contractor to employ principal technical

representative / technical representative(s) as per stipulation in Schedule

„F‟.

The Engineer-in-Charge shall within 3 days of receipt of such

communication intimate in writing his approval or otherwise of such a

representative(s) to the contractor. Any such approval may at any time

be withdrawn and in case of such withdrawal, the contractor shall

appoint another such representative(s) according to the provisions of

this clause. Decision of the tender accepting authority shall be final and

binding on the contractor in this respect. Such a principal technical

representative and other technical representative(s) shall be appointed

by the contractor soon after receipt by the approval from Engineer-in-

Charge and shall be available at site before start of work.

All the provisions applicable to the principal technical

representative under the Clause will also be applicable to other technical

representative(s). The principal technical representative and other

technical representative(s) shall be present at the site of work for

supervision at all times when any construction activity is in progress

and also present himself/themselves, as required to Engineer-in-charge

or his designated representative(s) to take instructions. Instructions

given to the principal technical representative or other technical

representative(s) shall be deemed to have the same force as if these have

been given to the contractor. The principal technical representative and

other technical representative(s) shall be actually available at site fully

during all stages of execution of work, during recording/checking/test

checking of measurement of works and whenever so required by the

Engineer-in-Charge and shall also note down instructions conveyed by

the Engineer-in-Charge or his designated representative(s) in the site

order book and shall affix his/their signature in token of noting down

the instructions and in token of acceptance of measurements/checked

measurements/test checked measurements. The representative(s) shall

not look after any other work. Substitutes, duly approved by Engineer-

in-charge of the work in similar manner as aforesaid shall be provided

in event of absence of any of the representative(s) by more than two

P a g e | 89

days.

If the Engineer-in-Charge, whose decision in this respect is final

and binding on the contractor, is convinced that no such technical

representative (s) is/are effectively appointed or is/are effectively

attending or fulfilling the provision of this clause, a recovery(non-

refundable) shall be effected from the contractor as specified in

Schedule „F and the decision of the Engineer-in-Charge as recorded in

the site order book and measurement recorded checked/test checked in

Measurement Books shall be final and binding on the contractor.

Further if the contractor fails to appoint a suitable technical Principal

technical representative and /or other technical representative(s) and if

such appointed persons are not effectively present or are absent by more

than two days without duly approved substitute or do not discharge

their responsibilities satisfactorily, the Engineer-in-Charge shall have

full powers to suspend the execution of the work until such date as

suitable other technical representative(s) is/are appointed and the

contractor shall be held responsible for the delay so caused to the work.

The contractor shall submit a certificate of employment of the technical

representative(s) (in the form of copy of Form-16 or CPF deduction

issued to the Engineers employed by him) along with every on account

bill/final bill and shall produce evidence if at any time so required by

the Engineer-in-Charge.

ii) The contractor shall provide and employ on the site only such

technical assistants as are skilled and experienced in their

respective fields and such foremen and supervisory staff as are

competent to give proper supervision to the work.

The contractor shall provide and employ skilled, semiskilled and

unskilled labour as is necessary for proper and timely execution of the

work.

The Engineer-in-Charge shall be at liberty to object to and require

the contractor to remove from the works any person who in his opinion

misconducts himself, or is incompetent or negligent in the performance

of his duties or whose employment is otherwise considered by the

Engineer-in-charge to be undesirable. Such person shall not be

employed again at works site without the written permission of the

Engineer-in-Charge and the persons so removed shall be replaced as

soon as possible by competent substitutes.

CLAUSE 33

Levy/Taxes

payable by

Contractor

i) GST, Building and other Construction Workers Welfare Cess or

any other tax, levy or Cess in respect of input for or output by this

contract shall be payable by the contractor and Government shall not

entertain any claim whatsoever in this respect except as provided under

Clause 38.The contractor shall deposit royalty and obtain necessary

permit for supply of the red bajri, stone, kankar, etc. from local

authorities.

If pursuant to or under any law, notification or order any royalty,

P a g e | 90

cess or the like becomes payable by the Government of India and does

not any time become payable by the contractor to the State government.

Local authorities in respect of any material used by the contractor in the

works then in such a case, it shall be lawful to the Government of India

and it will have the right and be entitled to recover the amount paid in

the circumstances as aforesaid from dues of the contractor.

CLAUSE 34

Conditions

for

reimbursem

ent of

levy/taxes if

levied after

receipt of

Tenders

i) All tendered rates shall be inclusive of any tax, levy or cess

applicable on last stipulated date of receipt of tender including

extension if any. No adjustment i.e., increase or decrease shall

be made for any variation in the rate of GST, Building and other

construction Workers Welfare Cess or any tax, levy or cess

applicable on inputs.

However, effect of variation in rates of GST or Building and

other Construction Workers Welfare Cess or imposition or

repeal of any other tax, levy or cess applicable on output of the

works contract shall be adjusted on either side, increase or

decrease. Provided further that for building and other

Construction Workers Welfare Cess or any tax (other than

GST), levy or cess varied or imposed after the last date of

receipt of tender including extension if any, any increase shall

be reimbursed to the contractor only if the contractor

necessarily and properly pays such increased amount of

taxes/levies/cess. Provided further that such increase including

GST shall not be made in the extended period of contract for

which the contractor alone is responsible for delay as

determined by authority for extension of time under clause 5 in

Schedule F.

ii) The contractor shall keep necessary books of accounts and other

documents for the purpose of this condition as may be

necessary and shall allow inspection of the same by a duly

authorised representative of the Government and/or the

Engineer-in-Charge and shall also furnish such other

information/documents as the Engineer-in-Charge may require

from time to time.

iii) The contractor shall, within a period of 30 days of the imposition

of any such further tax or levy or cess, or variation or repeal of

such tax or levy or cess give a written notice thereof to the

Engineer-in-Charge that the same is given pursuant to this

condition, together with all necessary information relating

thereto.

CLAUSE 35

Termination

of contract

on death of

Without prejudice to any of the rights or remedies under this contract if

the contractor dies, the Engineer-in-Charge on behalf of the Governor of

Manipur shall have the option of terminating the contract without

P a g e | 91

contractor compensation to the contractor.

CLAUSE 36

If relative

working in

Manipur

PWD then

the

contractor

not allowed

to tender

The contractor shall not be permitted to tender for works in the

Manipur PWD circle ( Division in case of contractors of

Horticulture/Nursery categories) 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 the

Superintending engineer and Assistant 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 Office in Manipur PWD or in the Ministry of

Urban Development. Any breach of this condition by the contractor

would render him liable to be removed from the approved list of

contractors of this Department. If however the contractor is registered

in any other department, he shall be debarred from tendering in

Manipur PWD for any breach of this condition.

NOTE : By the term “near relatives” is meant wife, husband,

parents and grandparents, children and grandchildren, brother and

sisters, uncles, aunts and cousins and their corresponding in-laws.

CLAUSE 37

No Gazetted

Engineer to

work as

Contractor

within one

year of

retirement

No engineer of gazetted rank or other gazetted officer employed in

engineering or administrative duties in an engineering department of the

Government of Manipur shall work as a contractor or employee of a

contractor for a period of one years after his retirement from

government service without the previous permission of Government of

Manipur in writing. This contract is liable to be cancelled if either the

contract or any of his employees is found at any time to be such a

person who had not obtained the permission of Government of Manipur

as aforesaid, before submission of the tender or engagement in the

contractor‟s service, as the case may be.

CLAUSE 38

Theoretical

conception

of Material

i) After completion of the work and also at any intermediate stage in

the event of non-reconciliation of materials issued theoretical

quantity of materials issued in the work shall be calculated on the

basis and method given hereunder :-

a) Quantity of cement & bitumen shall be calculated on the basis of

quantity of cement & bitumen required for different items of

work as shown in the Schedule of Rates mentioned in Schedule

„F‟. In case any item is executed for which standard constants

for the consumption of cement or bitumen are not available in

the above mentioned schedule/statement or cannot be derived

from the same shall be calculated on the basis of standard

formula to be laid down by the Engineer-in-Charge.

b) Theoretical quantity of steel reinforcement or structural steel

P a g e | 92

sections shall be taken as the quantity required as per design or

as authorised by Engineer-in-Charge, including authorised

lappages, chairs etc. plus 3% wastage due to cutting into pieces,

such theoretical quantity being determined and compared with

the actual issue each diameter wise, section wise and category

wise separately.

c) Theoretical quantity of G.I.& C.I. or other pipes, conduits, wires

and cables, pig lead and G.I./M.S. sheets shall be taken as

quantity actually required and measured plus 5% for wastage

due to cutting into pieces (except in the case of G.I./M.S. sheets

it shall be 10%), such determination & comparison being made

diameter wise & category wise.

d) For any other material as per actual requirements.

ii) Over the theoretical quantities of materials so computed a variation

shall be allowed as specified in Schedule „F‟. For non-scheduled

items, the decision of the Superintending Engineer regarding

theoretical quantities of materials, which should have been actually

used, shall be final & binding on the contractor.

iii) The said action under this clause is without prejudice to the right of

the Government to take action against the contractor under any

other conditions of contract for not doing the work according to the

prescribed specifications.

CLAUSE 39

Compensati

on during

warlike

situations

The work (whether fully constructed or not) and all materials,

machines, tools and plants, scaffolding, temporary buildings and other

things connected therewith shall be at the risk of the contractor until the

work has been delivered to the Engineer-in-Charge and a certificate

form him to that effect obtained. In the event of the work or any

materials properly brought to the site for incorporation in the work

being damaged or destroyed in consequence of hostilities or warlike

operation, the contractor shall when ordered (in writing) by the

Engineer-in-Charge to remove any debris from the site, collect and

properly stack or remove in store all serviceable materials salvaged

from the damaged work and shall be paid at the contract rates in

accordance with the provision of this agreement for the work of clearing

the site of debris, stacking or removal of serviceable material and for

reconstruction of all works ordered by the Engineer-in-Charge, such

payments being in addition to compensation upto the value of the work

originally executed before being damaged or destroyed and not paid for.

In case of works damaged or destroyed but not already measured and

paid for, the compensation shall be assessed by the Divisional Officer

upto Rs. 2,00,000/- and by the next higher officer concerned for a

higher amount.The contractor shall be paid for the damages/destruction

suffered and for the restoring the material at the rate based on analysis

of rates tendered for in accordance with the provision of the contract.

The certificate of the Engineer-in-Charge regarding the quality and

P a g e | 93

quantity of materials and the purpose for which they were collected

shall be final and binding on all a parties to this contract.

Provided always that no compensation shall be payable for any loss

in consequence of hostilities or warlike operation (a) unless the

contractor had taken all such precautions against air raid as are deemed

necessary by the A.R.P.(Air Raid Precaution) Officers or the Engineer-

in-Charge. (b) for any material etc. not on the site of the work or for

any tools, plant, machinery, scaffolding, temporary building and other

things not intended for the work.

In the event of the contractor having to carry out reconstruction as

aforesaid, he shall be allowed such extension of time for its completion

as the considered reasonable by the Divisional Officer.

CLAUSE 40

Apprentices

provisions to

be compiled

with

The contractor shall comply with the provisions of the Apprentices Act,

1961 and the rules and orders issued thereunder from time to time. If he

fails to do so, his failure will be a breach of the contract and the

Superintending Engineer may, in his discretion, cancel the contract. The

contractor shall also be liable for any pecuniary liability arising on

account of any violation by him of the provisions of the said Act.

CLAUSE 41

Release of

Security

deposit after

labour

clearance

Release of Security Deposit of the work shall not be refunded till the

contractor produces a clearance deposit after labour certificate from the

Labour Officer. As soon as the work is virtually complete the contractor

shall apply for the clearance certificate to the Labour Officer under

intimation to the Engineer-in-Charge. The Engineer-in-Charge, on

receipt of the said communication, shall write to the Labour Officer to

intimate if any complaint is pending against the contractor in respect of

the work. If no complaint is pending, on record till after 3 months after

completion of the work and/or no communication is received from the

Labour Officer to this effect till six months after the date of completion,

it will be deemed to have received the clearance certificate and the

Security Deposit will be released if otherwise due.

P a g e | 94

ANNEXURE A

INTEGRITY PACT

To,

Executive Engineer,

…………………………

…………………………

Sub: Submission of Tender for the work of …………………...

Dear Sir,

I/We acknowledge that Manipur PWD 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 Manipur PWD. I/We acknowledge and accept the duration of the Integrity

Agreement, which shall be in the line with Article 1 of the enclosed Integrity Agreement.

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

Agreement, while submitting the tender/bid, Manipur PWD, 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)

P a g e | 95

INTEGRITY AGREEMENT

(To be signed by the bidder and same signatory competent / authorized to sign the

relevant contract on behalf of Manipur PWD)

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

……………..20…..

BETWEEN

Governor of Manipur represented through Executive engineer,

(Name of Division)

Executive Engineer……………………………………Manipur PWD, (Hereinafter referred

as the

(Address of Division)

„Principal/Owner‟, which expression shall unless repugnant to the meaning or context hereof

include its successors and permitted assigns)

AND

(Name and Address of the Individual/firm/company)

through…………………………………………………………………, (Hereinafter referred

to as the

(Details of duly authorized signatory) “Bidder/Contractor” and which expression shall

unless repugnant to the meaning or context hereof include its successors and permitted

assigns)

Preamble

WHEREAS the principal/Owner has floated the Tender (NIT No……………………………)

(hereinafter referred 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 parties.

NOW, THEREFORE, in consideration of mutual covenants contained in this pact, the parties

hereby agree as follows and this Pact witnesses as under:

Article 1: Commitment of the Principal/Owner

1. The Principal/Owner commits itself to take all measures necessary to prevent

corruption and to observe the following principles:

(a) No employee of the Principal/Owner, personally or through any of his/her family

members, will in connection with the tender, or the execution of the Contract,

P a g e | 96

demand, take a promise for or accept, for self or third person, any material or

immaterial benefit which the person is not legally entitled to.

(b) The Principal/Owner will, during the Tender process, treat all Bidder(s) with

equity and reason. The Principal/Owner will, in particular, before and during the

Tender process, provide to all Bidder(s) the same information and will not provide

to any Bidder(s) confidential/additional information through which the Bidder(s)

could obtain an advantage in relation to the Tender process or the Contract

execution.

(c) The Principal/Owner shall endeavour to exclude from the Tender process any

person, whose conduct in the past has been of biased nature.

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

which is a criminal offence under the Indian Penal Code (IPC)/Prevention of

Corruption Act, 1988 (PC Act) or is in violation of the Principles herein mentioned or

if there be a substantive suspicion in this regard, the Principal/Owner will inform the

Chief Vigilance Officer and in addition can also initiate disciplinary actions as per its

internal laid down policies and procedures.

Article 2:Commitmment of the Bidder(s)/Contractor(s)

1. It is required that each Bidder/Contractor (including their respective officers,

employees and agents) adhere to the highest ethical standards, and report to the

Government/Department all suspected acts of fraud or corruption or Coercion or

Collusion of which it has knowledge or becomes aware, during the tendering process

and throughout the negotiation or award of a contract.

2. The Bidder(s)/Contractor(s) commits himself to take all measures necessary to

prevent corruption. He commits himself to observe the following principles during his

participation in the Tender process and during the Contract execution:

(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

any 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 address

of agents/representatives in India, if any. Similarly Bidder(s)/Contractor(s) of

Indian Nationality shall disclose names and addresses of foreign

P a g e | 97

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 any all

payments he has made, is committed to or intends to make to agents, brokers or

any other intermediaries in connection with the award of the contract.

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

outlined above or be an accessary 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 og others and/or to influence the procurement process to the

detriment of the Government interest.

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 other 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) from the tender process or terminate/determine the Contract, if

already executed or exclude the Bidder/Contractor accepts and undertakes to respect and

uphold the Principal/Owner‟s absolute right:

1. If the Bidder(s)/Contractor(s), either before award or during execution of Contract has

committed a transgression through a violation of Article 2 above or in any other form,

such as to put his reliability or credibility in question, the Principal/Owner after giving

14 days‟ notice to the contractor shall have powers to disqualify the

Bidder(s)/Contractor(s) from the tender process or terminate/determine the Contract,

if already executed or exclude the Bidder/Contractor from future contract award

processes. The imposition and duration of the exclusion will be determined by the

severity of transgression and determined by the Principal/Owner. Such exclusion may

be forever or for a limited period as decided by the Principal/Owner.

2. Forfeiture of EMD/Performance Guarantee/Security Deposit: If the Principal/Owner

has disqualified the Bidder(s) from the Tender process prior to the award of the

contract or terminated/determined the contract or has accrued the right to

terminate/determine the contract according to Article 3(1), the Principal/Owner apart

from exercising any legal rights that may have accrued to the Principal/Owner, may in

its considered opinion forfeit the entire amount of Earnest Money Deposit,

Performance Guarantee and Security Deposit of the Bidder/Contractor.

3. Criminal Liability: if the Principal/Owner obtains knowledge of conduct of a Bidder

P a g e | 98

or Contractor, or of an employee or a representative or an associate of a Bidder or

Contractor which constitutes corruption within the meaning of IPC 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 his 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 with conformity with this integrity pact. The Bidder/Contractor shall be

responsible for any violation(s) of the principles laid down in the agreement/pact by

any of its subcontractors/sub-vendors.

2. The Principal/Owner will enter into pacts on identical terms as this one with all

bidders and Contractors.

3. The Principal/Owner will disqualify Bidders, who do not submit, the duly signed pact

between the Principal/Owner and the bidder, along with the tender or violate its

provisions at any stage of the Tender process, from the Tender process.

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 the 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, Manipur PWD.

Article 7 – Other Provisions

1. This pact is subject to Indian Law, place of performance and jurisdiction is the

Headquarters 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.

P a g e | 99

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 intentions.

5. It is agreed term and condition that any dispute or difference arises between the

parties with regards to the terms of this Integrity Agreement/Pact, any action taken by

the Owner/Principal in accordance with this Integrity Agreement/ Pact or

interpretation thereof shall not be subject to arbitration.

Article 8 – Legal and Prior Rights

All rights and remedies of the parties hereto shall be in addition to all the other legal

rights and remedies belonging to such parties under the Contract and/or law and the same

shall be deemed to be cumulative and not alternative to such legal rights and remedies

aforesaid. For the sake of brevity, both the parties agree that this Integrity Pact will have

precedence over the Tender/Contact documents with regard any of the provisions covered

under this Integrity Pact.

IN WITNESS WHEROF the parties have signed and executed this integrity pact at

the place and date first above mentioned in the presence of following witnesses:

(For and on behalf of Principal/Owner)

(For and on behalf of Bidder/Contractor)

WITNESS:

1……………………………………………

(signature, name and address)

2……………………………………………

(Signature, name and address)

Place:

Dated:

P a g e | 100

MANIPUR PWD SAFETY CODE

1. Suitable scaffolds should be provided for workmen for all works that cannot safely be

done from the ground, or from solid construction except such short period work as

cane be done safely from ladders. When a ladder is used, an extra mazdoor shall be

engaged for holding the ladder and if the ladder is used for carrying materials as well

suitable footholds and hand-hold shall be provided on the ladder and the ladder shall

be given an inclination not stepper than 1/4 to 1(1/4 horizontal and 1 vertical.)

2. Scaffolding of staging more than 3.6m (12 ft.) above the ground or floor, swung or

suspended from an overhead support or erected with stationary support shall have a

guard rail properly attached or bolted, braced and otherwise secured at least 90 cm.

(3ft) high above the floor or platform of such scaffolding or staging and extending

along the entire length of the outside and ends thereof with only such opening as may

be necessary for the delivery of materials. Such scaffolding or staging shall be so

fastened as to prevent it from swaying from the building or structure.

3. Working platforms, gangways and stairways should be so constructed that they should

not sag unduly or unequally, and if the height of the platform or the gangway or the

stairway is more than 3.6 m (12ft.) above ground level or floor level, the should be

closely boarded, should have adequate width and should be suitably fastened as

described in (2) above.

4. Every opining in the floor of a building or in a working platform shall be provided

with suitable means to prevent the fall of person or materials by providing suitable

fencing or railing whose minimum height shall be 90 cm. (3ft.)

5. Safe means of access shall be provided to all working platforms and other working

places. Every ladder shall be securely fixed. No portable single ladder shall be over

9m. (30ft.) in length while the width between side rails in rung ladder shall in no case

be less than 29 cm. (111/2”.) for ladder upto and including 3m. (10ft.) in length.for

longer ladders, this width should be increased a least 1/4”. for each additional 30 cm.

(1 foot) of length. Uniform step spacing of not more than 30 cm shall be kept.

Adequate precautions shall be taken to prevent danger from electrical equipment. No

materials on any of the sites or work shall be so stacked or placed as to cause danger

or inconvenience to any person or the public. The contractor shall provide all

necessary fencing and lights to protect the public from accident and shall be bound to

bear the expenses of defense of every suit, action or other proceedings at law that may

be brought by any person for injury sustained owing to neglect of the above

precautions and to pay any damages and cost which may be awarded in any such suit,

action or proceedings to any such person or which may, with the consent of the

contractor, be paid to compensate any claim by any such person.

6. Excavation and Trenching - All trenches 1.2 m. (4ft.) or more in depth, shall at all

times be supplied with at least one ladder for each 30m. (100ft.) in length or fraction

thereof Ladder shall extend from bottom of the trench to at least 90 cm. (3ft.) above

the surface of the ground. The side of the trenches which are 1.5m. (5ft.) or more in

depth shall be stepped back to give suitable slope or securely held by timber bracing,

so as to avoid the danger of sides collapsing. The excavated materials shall not be

placed within 1.5 m. (5ft.) of the edges of the trench or half of the depth of the trench

P a g e | 101

whichever is more. Cutting shall be done from top to bottom. Under no circumstances

undermining or undercutting shall be done.

7. Demolition - Before any demolition work is commenced and also during the progress

of the work,

i) All roads and open areas adjacent to the work site shall either be closed or

suitably protected

ii) No electric cable or apparatus which is liable to be a source of danger or a

cable or apparatus used by the operator shall remain electrically charged.

iii) All practical steps shall be taken to prevent danger to persons employed from

risk of fire or explosion or flooding. No floor, roof or other part of the building

shall be so overloaded with debris or materials as to render it unsafe.

8. All necessary personal safety equipment as considered adequate by the Engineer-in-

Charge should be kept available for the use of the person employed on the site and

maintained in a condition suitable for immediate use, and the contractor should take

adequate steps to ensure proper use of equipment by those concerned :- The following

safety equipment shall invariably be provided.

i) Workers employed on mixing asphaltic materials, cement and lime mortars

shall be provided with protective footwear and protective goggles.

ii) Those engaged in white washing and mixing or stacking of cement bags or

any material which is injurious to the eyes, shall be provided with protective

goggles.

iii) Those engaged in welding works shall be provided with welder‟s protective

eye-shields.

iv) Stone breaker shall be provided with protective goggles and protective

clothing and seated at sufficiently safe intervals.

v) When workers are employed in sewers and manholes, which are in active use,

the contractors shall ensure that the manhole covers are opened and ventilated

atleast for an hour before the workers are allowed to get into the manholes,

and the manholes so opened shall be cordoned off with suitable railing and

provided with warning signals or boards to prevent accident to the public. In

addition, the contractor shall ensure that the following safety measure are

adhered to :-

a) Entry workers into the line shall not be allowed except under supervision

of the JE or any other higher officer.

b) At least 5 to 6 manholes upstream and downstream should be kept open

for at least 2 to 3 hours before any man is allowed to enter into the

manhole for working inside.

c) Before entry presence of Toxic gases should be tested by inserting wet

lead acetate paper which changes colour in the presence of such gases

and gives indication of their presence.

d) Presence of Oxygen should be verified by lowering a detector lamp into

the manhole. In case, no Oxygen is found inside the sewer line, workers

should be sent only with Oxygen kit.

P a g e | 102

e) Safety belt with rope should be provided to the workers. While working

inside the manholes such rope should be handled by two men standing

outside to enable him to be pulled out during emergency.

f) The area should be barricaded or cordoned of by suitable means to avoid

mishaps of any kind. Proper warning signs should be displayed for the

safety of the public whenever cleaning works are under taken during

night or day.

g) No smoking or open flames shall be allowed near the blocked manhole

being cleaned.

h) The malba obtained on account of cleaning of blocked manholes and

sewer lines should be immediately removed to avoid accidents on

account of slippery nature of the malba.

i) Workers should not be allowed to work inside the manhole continuously.

He should be given rest intermittently. The Engineer-in-Charge may

decide the time up to which a worker may be allowed to work

continuously inside the manhole.

j) Gas masks with Oxygen Cylinder should be kept at site for use in

emergency.

k) Air-blowers should be used for flow of fresh air through the manholes.

Whenever called for portable air blowers are recommended for

ventilating the manholes. The Motors for these shall be vapour proof and

of totally enclosed type. Non sparking gas engines also could be used but

they should be placed at least 2 meters away from the opening and on the

leeward side protected from wind so that they will not be a source of

friction on any inflammable gas that might be present.

l) The workers engaged for cleaning the manholes/sewers should be

properly trained before allowing to work in the manhole.

m) The workers shall be provided with Gumboots or non sparking shoes

bump helmets and gloves non sparking tools safety lights and gas masks

and portable air blowers (when necessary). They must be supplied with

barrier cream for anointing limbs before working inside the sewer lines.

n) Workmen descending a manhole shall try each ladder stop or rung

carefully before putting his full weight on it to guard against insecure

fastening due to corrosion of the rung fixed to manhole well.

o) If a man has received a physical injury, he should be brought out of the

sewer immediately and adequate medical aid should be provided to him.

p) The extent to which these precautions are to be taken depend on

individual situation but the decision of the Engineer-in-Charge regarding

the steps to be taken in this regard in an individual case will be final.

vi) The Contractor shall not employ men and women below the age of 18 years on

the work of painting with products containing lead in any form. Wherever

men above the age of 18 are employed on the work of lead painting, the

following precaution should be taken :-

P a g e | 103

a) No paint containing lead or lead products shall be used except in the

form of paste or ready-made paint.

b) Suitable face masks should be supplied for use by the workers when

paint is applied in the form of spray or a surface having lead paint is dry

rubbed and scraped.

c) Overalls shall be supplied by the contractors to the workmen and

adequate facilities shall be provided to enable the working painters to

wash during and on the cessation of work.

9. An additional clause (viii) (i) of Public Works Department Safety Code (iv) the

contractor shall not employ women and men below the age of 18 on the work of

painting with product containing lead in any form, wherever men above the age of 18

are employed on the work of lead painting, the following principles must be observed

for such use :-

i) White lead, sulphate of lead or product containing these pigment, shall not be

used in painting operation except in the form of pastes or paint ready for use.

ii) Measures shall be taken, wherever required in order to prevent danger arising

from the application of paint in the form of spray.

iii) Measures shall be taken, wherever practicable, to prevent danger arising out of

from dust caused by dry rubbing down and scraping.

iv) Adequate facilities shall be provided to enable working painters to wash

during and on cessation of work.

v) Overall shall be worn by working painters during the whole of working

period.

vi) Suitable arrangement shall be made to prevent clothing put off during working

hours being spoiled by painting materials.

vii) Cases of lead poisoning and suspected lead poisoning shall be notified and

shall be subsequently verified by medical man appointed by competent

authority of P.W.D(DA).

viii) P.W.D.(DA) may require, when necessary medical examination of workers.

ix) Instructions with regard to special hygienic precaution to be taken in the

painting trade shall be distributed to working painters.

10. When the work is done near any place where there is risk of drawing, all necessary

equipment should be provided and kept ready for use and all necessary steps taken for

prompt rescue of any person in danger and adequate provision, should be made for

prompt first aid treatment of all injuries likely to be obtained during the course of the

work.

11. Use of hoisting machines and tackle including their attachments, anchorage and

supports shall conform to the following standards or conditions :-

i) a) These shall be of good mechanical construction, sound materials and

adequate strength and free from patent defects and shall be kept repaired

and in good working order.

b) Every rope used in hoisting or lowering materials or as a means of

P a g e | 104

suspension shall be of durable quality and adequate strength, and free

from patent defects.

ii) Every crane driver or hoisting appliance operator, shall be properly qualified

and no person under the age of 21 years should be in charge of any hoisting

machine including any scaffolding which or give signals to operator.

iii) In case of every hoisting machine and of every chain ring hook, shackle swivel

and pulley block used in hoisting or as means of suspension, the safe working

load shall be ascertained by adequate means. Every hoisting machine and all

gear referred to above shall be plainly marked with the safe working load. In

case of a hoisting machine having a variable safe working load each safe

working load and the condition under which it is applicable shall be clearly

indicated. No part of any machine or any gear referred to above in this

paragraph shall be loaded beyond the safe working load except for the purpose

of testing.

iv) In case of departmental machines, the safe working load shall be notified by

the Electrical Engineer-in-Charge. As regards contractor‟s machines the

contractors shall notify the safe working load of the machine to the Engineer-

in-Charge whenever he brings any machinery to site of work and get it

verified by the Electrical Engineer concerned.

12. Motors, gearing, transmission, electric wiring and other dangerous parts of hoisting

appliances should be provided with efficient safeguards. Hoisting appliances should

be provided with such means as will reduce to the minimum the risk of accidental

descent of the load. Adequate precautions should be taken to reduce to the minimum

the risk of any part of a suspended load becoming accidentally displaced. When

workers are employed on electrical installations which are already energised,

insulating mats, wearing apparel, such as gloves, sleeves and boots as may be

necessary should be provided. The worker should not wear any rings, watches and

carry keys or other materials which are good conductors of electricity.

13. All scaffolds, ladders and other safety devices mentioned or described herein shall be

maintained in safe condition and no scaffold, ladder or equipment shall be altered or

removed while it is in use. Adequate washing facilities should be provided at or near

places of work.

14. These safety provisions should be brought to the notice of all concerned by display on

a notice board at a prominent place at work spot. The person responsible for

compliance of the safety code shall be named therein by the contractor.

15. To ensure effective enforcement of the rules and regulations relating to safety

precautions the arrangements made by the contractor shall be open to inspection by

the Labour Officer or Engineer-in-Charge of the department or their representatives.

16. Notwithstanding the above clauses from (1) to (15) there is nothing in these to exempt

the contractor from the operations of any other Act or Rule in force in the Republic of

India.

P a g e | 105

Model Rules for the product of

Health and Sanitary Arrangements for Workers

Employed by P.W.D. or its Contractors

1. APPLICATION

These rules shall apply to all buildings and construction works in charge of Public

Works Department/ PWD (DA) in which twenty or more workers are ordinarily

employed or are proposed to be employed in any day during the period during which

the contract work is in progress.

2. DEFINITION

Work place means a place where twenty or more workers are ordinarily employed in

connection with construction work on any day during the period during which the

contract work is in progress.

3. FIRST-AID FACILITIES

i) At every works place, there shall be provided and maintained, so as to be easily

accessible during working hours, first-aid boxes the rate of not less than one box

for 150 contract labour or part thereof ordinarily employed.

ii) The first-aid box shall be distinctly marked with a red cross on white back

ground and shall contain the following equipment:-

a) For work places in which the number of contract labour employed does not

exceed 50-

Each first-aid box shall contain the following equipment:-

1. 6 small sterilised dressings.

2. 3 medium size sterilised dressings

3. 3 large size sterilised dressings.

4. 3 large sterilised burn dressings

5. 1 (30 ml.) bottle containing a two percent alcoholic solution of iodine.

6. 1 (30 ml.) bottle containing salvolatile having the dose and mode of

administration indicated on the label.

7. 1 snakebite lancet.

8. 1 (30 gm.) bottle of potassium permanganate crystals.

9. 1 pair scissors.

10. 1 copy of the first-aid leaflet issued by the Chief Engineer, PWD,

Manipur, Factory Advice Service and Labour Institutes, Government of

P a g e | 106

India.

11. 1 bottle containing 100 tablets (each of 5 gms.) of aspirin.

12. Ointment for burns.

13. A bottle of suitable surgical antiseptic solution.

b) For work places in which the number of contract labour exceed 50.

Each first-aid box shall contain the following equipment.

1. 12 small sterilised dressings.

2. 6 medium size sterilised dressings.

3. 6 large size sterilised dressings.

4. 6 large size sterilised burn dressings.

5. 6 (15 gms.) packets sterilised cotton wool.

6. 1 (60 ml.) bottle containing a two percent alcoholic solution iodine.

7. 1 (60 m.) bottle containing salvolatile having the dose and mode of

administration indicated on the label.

8. 1 roll of adhesive plaster.

9. 1 snake bite lancet.

10. 1 (30 gms.) bottle of potassium permanganate crystals.

11. 1 pair scissors.

12. 1 copy of the first-aid leaflet issued by the Director General Factory

Advice Service and Labour institutes/Government of India.

13. A bottle containing 100 tablets (each of 5 g ms.) of aspirin.

14. Ointment for burns.

15. A bottle of suitable surgical antiseptic solution.

iii) Adequate arrangements shall be made for immediate recoupment of the

equipment when necessary.

iv) Nothing except the prescribed contents shall be kept in the First-aid box.

v) The first-aid box shall be kept in charge of a responsible person who shall always

P a g e | 107

be readily available during the working hours of the work place.

vi) A person in charge of the First-aid box shall be a person trained in First-aid

treatment, in the work places where the number of contract labour employed is

150 or more.

vii) In work places where the number of contract labour employed is 500 or more and

hospital facilities are not available within easy distance from the works. First-aid

posts shall be established and run by a trained compounder. The compounder

shall be on duty and shall be available at all hours when the workers are at work.

viii) where work places are situated in places which are not towns or cities, a suitable

motor transport shall be kept readily available to carry injured person or person

suddenly taken ill to the nearest hospital.

4. DRINKING WATER.

i) In every work place, there shall be provided and maintained at suitable places,

easily accessible to labour, a sufficient supply of cold water fit for drinking.

ii) Where drinking water is obtained from an Intermittent public water supply, each

work place shall be provided with storage where such drinking water shall be

stored.

iii) Every water supply or storage shall be at a distance of not less than 50 feet from

any latrine drain or other source of pollution. Where water has to be drawn from

an existing well which is within such proximity of latrine, drain or any other

source of pollution, the well shall be properly chlorinated before water is drawn

from it for drinking. All such wells shall be entirely closed in and be provided

with a trap door which shall be dust and waterproof.

iv) A reliable pump shall be fitted to each covered well, the trap door shall be kept

locked and opened only for clearing or inspection which shall be done at least

once a month.

5. WASHING FACILITIES

i) In every work place adequate and suitable facilities for washing shall be provided

and maintained for the use of contract labour employed therein.

ii) Separate and adequate cleaning facilities shall be provided for the use of male and

female workers.

iii) Such facilities shall be conveniently accessible and shall be kept in clean and

hygienic condition.

6. LATRINES AND URINALS

i) Latrines shall be provided in every work place on the following scale namely :-

a) Where female are employed there shall be at least one latrine for every 25

females.

b) Where males are employed, there shall be at least one latrine for every 25

males.

P a g e | 108

Provided that where the number of males or females exceeds 100, it shall be sufficient

if there is one latrine for 25 males or females as the case may be upto the first 100,

and one for every 50 thereafter.

ii) Every latrine shall be under cover and so partitioned off as to secure privacy, and

shall have a proper door and fastenings.

iii) Construction of latrines: The inside walls shall be constructed of masonry or some

suitable heat-resisting nonabsorbent materials and shall be cement washed inside

and outside at least once a year, Latrines shall not be of a standard lower than

borehole system.

iv) a) Where workers or both sexes are employed, there shall be displayed outside

each block of latrine and urinal, a notice in the language understood by the

majority of the workers "For Men only" or "For Women only" as the case may

be.

b) The notice shall also bear the figure of a man or of a woman, as the case may

be.

v) There shall be at least one urinal for male workers upto 50 and one for female

workers upto fifty employed at a time, provided that where the number of male or

female workmen, as the case may be exceeds 500, it shall be sufficient if there is

one urinal for every 50 males or females upto the first 500 and one for every 100

or part thereafter.

vi) a)The latrines and urinals shall be adequately lighted and shall be maintained in a

clean and sanitary condition at all times.

b)Latrines and urinals other than those connected with a flush sewage system shall

comply with the requirements of the Public Health Authorities.

vii) Water shall be provided by means of tap or otherwise so as to be conveniently

assessable in or near the latrines and urinals.

viii) Disposal of excreta:- Unless otherwise arranged for by the local sanitary authority,

arrangements for proper disposal of excreta by incineration at the work place shall

be made by means of a suitable incinerator. Alternately excreta may be disposed of

by putting a layer of night soil at the bottom of a pucca tank prepared for the

purpose and covering it with a 15 cm. layer of waste refuse and then covering it

with a layer or earth for a fortnight (when it will turn to manure).

ix) The contractor shall at his own expense, carry out all instructions issued to him by

the Engineer-in-charge to effect proper disposal of night soil and other conservancy

work in respect of the contractor's workmen or employees on the site. The

contractor shall be responsible for payment of any charges which may be levied by

Municipal or Cantonment Authority for execution of such on his behalf.

7. PROVISION OF SHELTER DURING REST

At every place there shall be provided, free of cost, four suitable sheds, two for meals

and the other two for rest separately for the use of men and women labour. The height

P a g e | 109

of each shelter shall not be less than 3 metres (10 ft.) from the floor level to the lowest

part of the roof. These shall be kept clean and the space provided shall be one the basis

of 0.6 sq.m. (6 sft) per head.

Provided that the Engineer-in-charge may permit subject to his satisfaction, a portion of

the building under construction or other alternative accommodation to be used for the

purpose.

8. CRECHES

i) At every work place, at which 20 or more women worker are ordinarily employed,

there shall be provided two rooms of reasonable dimensions for the use of their

children under the age of six years. One room shall be used as a play room for the

children and the other as their bedroom. The rooms shall be constructed with

specifications as per clause 19H (ii) a,b& c.

ii) The rooms shall be provided with suitable and sufficient openings for light and

ventilation. There shall be adequate provision of sweepers to keep the places clean

iii) The contractor shall supply adequate number of toys and games in the play room

and sufficient number of cots and beddings in the bed room.

iv) The contractor shall provide one ayaa to look after the children in the creche when

the number of women workers does not exceed 50 and two when the number of

women workers exceed 50.

v) The use of the rooms earmarked as creches shall be restricted to children, their

attendants and mothers of children.

9. CANTEENS

i) In every work place where the work regarding the employment of contract

labour is likely to continue for six months and where in contract labour

numbering one hundred or more are ordinarily employed, an adequate canteen

shall be provided by the contractor for the use of such contract labour.

ii) The canteen shall be maintained by the contractor in an efficient manner.

iii) The canteen shall consist of at least a dining hall, kitchen, storeroom, pantry and

washing places separately for workers and utensils.

iv) The canteen shall be sufficiently lighted at all times when any person has access

to it.

v) The floor shall be made of smooth and impervious materials and inside walls

shall be lime-washed or colour washed at least once in each year.

Provided that the inside walls of the kitchen shall be lime-washed every four

months.

vi) The premises of the canteen shall be maintained in a clean and sanitary

condition.

vii) Waste water shall be carried away in suitable covered drains and shall not be

allowed to accumulate so as to cause a nuisance.

viii) Suitable arrangements shall be made for the collection and disposal of garbage.

P a g e | 110

ix) The dining hall shall accommodate at a time 30 percent of the contract labour

working at a time.

x) The floor area of the dining hall, excluding the area occupied by the service

counter and any furniture except tables and chairs shall not be less than one

square meter (10 sft) per diner to be accommodated as prescribed in sub-Rule 9.

xi) a)A portion of the dining hall and service counter shall be partitioned off and

reserved for women workers in proportion to their number.

b) Washing places for women shall be separate and screened to secure

privacy.

xii) Sufficient tables stools, chair or benches shall be available for the number of

diners to be accommodated as prescribed in sub-Rule 9.

xiii) a)1.There shall be provided and maintained sufficient utensils crockery,

furniture and any other equipment necessary for the efficient running of the

canteen.

2.The furniture utensils and other equipment shall be maintained in a clean and

hygienic condition.

b)1.Suitable clean clothes for the employees serving in the canteen shall be provided

and maintained.

2. A service counter, if provided, shall have top of smooth and impervious material.

3.Suitable facilities including an adequate supply of hot water shall be provided for

the cleaning of utensils and equipment.

xiv) The food stuffs and other items to be served in the canteen shall be in

conformity with the normal habits of the contract labour.

xv) The charges for food stuffs, beverages and any other items served in the canteen

shall be based on 'No profit, No loss' and shall be conspicuously displayed in the

canteen.

xvi) In arriving at the price of foodstuffs, and other article served in the canteen, the

following items shall not be taken into consideration as expenditure namely:-

a) The rent of land and building

b) The depreciation and maintenance charges for the building and equipment

provided for the canteen.

c) The cost of purchases, repairs and replacement of equipment including

furniture, crockery, cutlery and utensils.

d) The water charges and other charges incurred for lighting and ventilation.

e) The interest amounts spent on the provision and maintenance of equipment

P a g e | 111

provided for the canteen.

xvii) The accounts pertaining to the canteen shall be audited once every 12 months by

registered accountants and auditors..

10. ANTI-MALARIAL PRECAUTIONS

The contractor shall at his own expense, conform to all anti-malarial instructions given

to him by the Engineer-in-charge including the filling up of any borrow pits which may

have been dug by him.

11. The above rules shall be incorporated in the contracts and in notices inviting tenders

and shall form an integral part of the contracts.

12. AMENDMENTS

Government may, from time to time, add to or amend these rules and issue directions -

it may consider necessary for the purpose of removing any difficulty which may arise in

the administration thereof.

P a g e | 112

Manipur PWD Contractor's Labour Regulations

1. SHORT TITLE

These regulations may be called P.W.D./PWD (DA) Contractors Labour Regulations.

2. DEFINITIONS

i) Workman means any person employed by P.W.D./PWD (DA) or its contractor

directly or indirectly through a subcontractor with or without the knowledge of

the Public Works Department/PWD (DA) to do any skilled, semiskilled or

unskilled manual, supervisory, technical or clerical work for hire or rewards,

whether the terms of employment are expressed or implied but does not include

any person:-

a) Who is employed mainly in a managerial or administrative capacity: or

b) Who, being employed in supervisory capacity draws wages exceeding five

hundred rupees per mensem or exercises either by the nature of the duties

attached to the office or by reason of powers vested in him, functions

mainly or managerial nature : or

c) Who is an out worker, that is to say, person to whom any article or

materials are given out by or on behalf of the principal employers to be

made up cleaned, washed, altered, ornamental finished, repaired adopted or

otherwise processed for sale for the purpose of the trade or business of the

principal employers and the process is to be carried out either in the home

of the out worker or in some other premises, not being premises under the

control and management of the principal employer.

No person below the age of 14 years shall be employed to act as a workman.

ii) Fair Wages means wages whether for time or piece work fixed and notified

under the provisions of the Minimum Wages Act from time to time.

iii) Contractors shall include every person who undertakes to produce a given

result other than a mere supply of goods or articles or manufacture through

contract labour or who supplies contract labour for any work and includes a

subcontractor.

iv) Wages shall have the same meaning as defined in the Payment of Wages Act.

3. i)Normally working hours of an adult employee should not exceed 9 hours a day. The

working day shall be so arranged that inclusive of interval for rest, of any, it shall not

spread over more than 12 hours on any day.

ii) When an adult worker is made to work for more than 9 hours on any day or for more

than 48 hours in any week, he shall be paid over time for the extra hours put in by him at

double the ordinary rate of wages.

iii) a) Every worker shall be given a weekly holiday normally on a Sunday, in

accordance with the provisions of the Minimum Wages (Central) Rules

1960 as amended from time to time irrespective of whether such worker is

governed by the Minimum Wages Act or not.

b) Where the minimum wages prescribed by the Government under the

Minimum Wages Act are not inclusive of the wages for the weekly day of

rest, the worker shall be entitled to rest day wages at the rate applicable to

the next preceding day, provided he has worked under the same contractor

for a continuous period of not less than 6 days.

P a g e | 113

c) Where a contractor is permitted by the Engineer-in-charge to allow a

worker to work on a normal weekly holiday, he shall grant a substituted

holiday to him for the whole day on one of the five days immediately

before or after the normal weekly holiday and pay wages to such worker for

the work performed on the normal weekly holiday at overtime rate.

4. DISPLAY OF NOTICE REGARDING WAGES ETC.

The contractor shall before the commences his work on contract, display and correctly

maintain and continue to display and correctly maintain in a clear and legible

condition in conspicuous places on the work, notices in English and in the local Indian

languages spoken by the majority of the workers giving the minimum rates of wages

fixed under Minimum Wages Act, the actual wages being paid, the hours of work for

which such wage are earned, wages periods, dates of payments of wages and other

relevant information as per Appendix 'III'.

5. PAYMENT OF WAGES

i) The contractor shall fix wage periods in respect of which wages shall be

payable.

ii) No wage period shall exceed one month.

iii) The wages of every person employed as contract labour in an establishment or

by a contractor where less than one thousand such persons are employed shall

be paid before the expiry of seventh day and in other cases before the expiry of

tenth day after the last day of the wage period in respect of which the wages

are payable.

iv) Where the employment of any worker is terminated by or on behalf of the

contractor the wages earned by him shall be paid before the expiry of the

second working day from the date on which his employment is terminated.

v) All payment of wages shall be made on a working day at the work premises

and during the working time and on a date notified in advance and in case the

work is completed before the expiry of the wage period the expiry of the wage

period, final payment shall be made within 48 hours of the last working day.

vi) Wages due to every worker shall be paid to him direct by contractor through

Bank or ECS or online transfer to his bank account.

vii) All wages shall be paid through Bank or ECS or online transfer

viii) Wages shall be paid without any deductions of any kind except those specified

by the Government by general or special order in this behalf of permissible

under the Payment of Wages Act 1956.

ix) A notice showing the wages period and the place and time of disbursement of

wages shall be displayed at the place of work and a copy sent by the contractor

to the Engineer-in-charge under acknowledgment.

x) It shall be the duty of the contractor to ensure the disbursement of wages

P a g e | 114

through bank account of labour.

xi) The contractor shall obtain from the Junior Engineer or any other authorised

representative of the Engineer-in-charge as the case may be, a certificate under

his signature at the end of the entries in the "Register of Wages" or the "Wage-

cum-Muster Roll" as the case may be in the following form:-

xi) "Certified that the amount shown in column no ................. has been paid to the

workman concerned through bank account of labour on .................... at

....................."

FINES AND DEDUCTIONS WHICH MAY BE MADE FROM WAGES

i) The wages of a worker shall be paid to him without any deduction of any kind

except the following :-

a) Fines

b) Deductions for absence from duty i.e. from the place or the places where by the

terms of his employment he is required to work. The amount of deduction shall be

in proportion to the period for which he was absent.

c) Deduction for damage to or loss of goods expressly entrusted to the employed

person for custody, or for loss of money or any other deduction which he is

required to account, where such damage or loss is directly attributable to his

neglect or default.

d) Deduction for recovery of advances or for adjustment of overpayment of wages,

advances granted shall be entered in a register.

e) Any other deduction which the Government may from time to time allow.

ii) No fines should be imposed on any worker save in respect of such acts and

omissions on his part as have been approved of by the Chief Labour Commissioner.

iii) An approved list of Acts and Omissions for which fines can be imposed is enclosed

at Appendix-X.

iv) No fine shall be imposed on a worker and no deduction for damage or loss shall be

made from his wages until the worker has been given an opportunity of showing

cause against such fines or deductions.

v) The total amount of fine which may be imposed in any one wage period on a worker

shall not exceed an amount equal to three paise in a rupee of the total wages,

payable to him in respect of that wage period.

vi) No fine imposed on any worker shall be recovered from him by instalment, or after

the expiry of sixty days from the date on which it was imposed.

vii) Every fine shall be deemed to have been imposed on the day of the act or omission

in respect of which it was imposed.

P a g e | 115

LABOUR RECORDS

i) The contractor shall maintain a Register of persons employed on work on contract

in Form XIII of the CL (R&A) Central Rules 1971 (Appendix IV).

ii) The contractor shall maintain a Muster Roll register in respect of all workmen

employed by him on the work under Contract in Form XVI of the CL (R&A) Rules

1971 (Appendix V).

iii) The contractor shall maintain a Wage Register in respect of all workmen employed

by him on the work under contract in Form XVII of the CL (R&A) Rules 1971

(Appendix VI).

iv) Register of accident- The contractor shall maintain in register of accidents in such

form as may be convenient at the work place but the same shall be following

particulars:

v) Full particulars of the labours who met with accident.

(a) Rate of Wages.

(b) Sex

(c) Age

(d) Nature of accident and cause of accident.

(e) Time and date of accident.

(f) Date and time when admitted in Hospital.

(g) Date of discharge from the Hospital.

(h) Period of treatment and result of treatment.

(i) Percentage of loss of earning capacity and disability as assessed by Medical

Officer.

(j) Claim required to be paid under Workmen's Compensation Act.

(k) Date of payment of compensation.

(l) Amount paid with details of the person to whom the same was paid.

(m) Authority whom the compensation was assessed.

(n) Remarks.

vi) The contractors shall maintain a Register of Fines in the Form XII of the

CL(R&A) Rules 1971 (Appendix - XI).

vii) The contractor shall display in a good condition and in a conspicuous place of

work the approved list of acts and omissions for which fines can be imposed

(Appendix - X).

viii) The contractor shall maintain a Register of deductions for damage or loss in

Form XX of the CL (R&A) Rules 1971 (Appendix-XII).

ix) The contractor shall maintain a Register of Advances in Form XXIII of the CL

(R&A) Rules 1971 (Appendix - XIII).

x) The contractor shall maintain a Register of Overtime in Form XXIII of the CL

(R&A) Rule 1971 (Appendix - XIV).

P a g e | 116

6. ATTENDANCE CARD-CUM-WAGE SLIP

i) The contractor shall issue an Attendance card-cum-wage slip to each

workman employed by him in the specimen form at (Appendix-VII).

ii) The card shall be valid for each wage period.

iii) The contractor shall mark the attendance of each workman on the card twice

each day, once at the commencement of the day and again after the the rest

interval, before he actually starts work.

iv) The card shall remain in possession of the worker during the wage period under

reference.

v) The contractor shall complete the wage slip portion on the reverse of the card at

least a day prior to the disbursement of wages in respect of the wage period

under reference.

vi) The contractor shall obtain the signature or thumb impression of the worker on

the wage slip at the time of disbursement of wages and retain the card with

himself.

7. EMPLOYMENT CARD

The contractor shall issue an Employment Card in Form XIV of the CL (R&A)

Central Rules 1971 to each worker within three days of the employment of the worker

(Appendix-VIII).

8. SERVICE CERTIFICATE

On termination of employment for any reason whatsoever the contractor shall issue to

the workman whose services have been terminated, a Service certificate in Form XV

of the CL (R&A) Central Rules 1971 (Appendix-IX).

9. PRESERVATION OF LABOUR RECORDS

All records required to be maintained under Regulations Nos. 6 & 7 shall be preserved

in original for a period of three years from the date of last entries made in them and

shall be made available for inspection by the Engineer-in-charge or Labour Officer or

any other officers authorised by the Ministry of Urban Development in this behalf.

10. POWER OF LABOUR OFFICER TO MAKE INVESTIGATIONS OR

ENQUIRY The Labour Officer or any person authorised by Government on their behalf shall

have power to make enquires with a view to ascertaining and enforcing due and

proper observance of Fair Wage Clauses and the Provisions of these Regulations. He

shall investigate into any complaint regarding the default made by the contractor or

subcontractor in regard to such provision.

11. REPORT OF LABOUR OFFICER

The Labour Officer or other persons authorised as aforesaid shall submit a report of

result of his investigation or enquiry to the Executive Engineer concerned indicating

the extent, if any, to which the default has been committed with a note that necessary

P a g e | 117

deductions from the contractor's bill be made and the wages and other dues be paid to

the labourers concerned. In case an appeal is made by the contractor under Clause 13

of these regulations, actual payment to labourers will be made by the Executive

Engineer after the Superintending Engineer has given his decision on such appeal.

i) The Executive Engineer shall arrange payments to the labour concerned within

45 days from the receipt of the report form the Labour Officer or the

Superintending Engineer as the case may be.

12. APPEAL AGAINST THE DECISION OF LABOUR OFFICER

Any person aggrieved by the decision and recommendations of the Labour Officer or

other person so authorised may appeal against such decision to the Superintending

Engineer concerned within 30 days from the date of decision, forwarding

simultaneously a copy of his appeal to the Executive Engineer concerned but subject

to such appeal, the decision of the officer shall be final and binding upon the

contractor.

13. PROHIBITION REGARDING REPRESENTATION THROUGH LAWYER

i) A workman shall be entitled to be represented in any investigation or enquiry

under these regulations by:-

(a) An officer of a registered trade union of which he is member.

(b) An officer of a federation of trade unions to which the trade union referred

to in clause (a) is affiliated.

(c) Where the employer is not a member of any registered trade union, by an

officer of a registered trade union, connected with the industry in which

the worker in employed or by any other workman employed in the industry

in which the worker is employed.

ii) An employer shall be entitled to be represented in any investigation or enquiry

under these regulations by:-

(a) An officer of an association of employers of which he is a member.

(b) An officer of a federation of associations of employers to which

association referred to in clause (a) is affiliated.

(c) Where the employers is not a member of any association of employers, by

an officer of association of employer connected with the industry in which

the employer is engaged or by any other employer, engaged in the industry

in which the employer is engaged.

iii) No party shall be entitled to be represented by a legal practitioner in any

investigation or enquiry under these

regulations.

14. INSPECTION OF BOOKS AND SLIPS

The contractor shall allow inspection of all the prescribed labour records to any of his

P a g e | 118

workers or to his agent at a convenient time and place after due notice is received or

to the Labour Officer or any other person, authorised by Government on his behalf.

15. SUBMISSIONS OF RETURNS

The contractor shall submit periodical returns as may be specified from time to time.

16. AMENDMENTS

The Government may from time to time add to or amend the regulations and on any

question as to the application/Interpretation or effect of those regulations the decision

of the Superintending Engineer concerned shall be final.

P a g e | 119

PROFORMA OF REGISTERS Appendix ’I’

REGISTER OF MATERNITY BENEFITS (Clause 19 F)

Name and address of the contractor......................... Name and location of the book...............................

Name of the employee

Father‟s/husband‟s Nature of Employment

Period of actual employment

Date on which notice of

confinement given name

1 2 3 4 5

Date on which maternity leave commenced and ended

Leave pay paid to the employee

In case of delivery In case of miscarriage Remarks

.Rate of leave pay Amount Paid Rate of leave pay Amount

1 2 3 4 5

Date of delivery miscarriage

Commenced Ended Commenced Ended

1 2 3 4 5

P a g e | 120

Appendix ‘II’

SPECIMEN FORM OF THE REGISTER, REGARDING

MATERNITY BENEFIT ADMISSIBLE TO THE CONTRACTOR'S LABOUR IN PUBLIC WORKS DEPARTMENT WORKS.

Name and address of the contractor............................................................................................... Name of the location of the work .................................................................................................. 1. Name of the woman and her husband's name 2. Designation. 3. Date of appointment. 4. Date with months and years in which she is employed. 5. Date of discharge / dismissal, if any. 6. Date of production of certificates in respect of pregnancy. 7. Date on which the woman informs about the expected delivery. 8. Date of delivery / miscarriage/death. 9. Date of production of certificate in respect of delivery / miscarriage. 10. Date with the amount of maternity/ death benefit paid in advance of expected delivery. 11. Date with amount of subsequent payment of maternity benefit. 12. Name of the person nominated by the woman to receive the payment of the maternity benefit afterhear

death. 13. If the woman dies, the date of her death, the name of the person to whom maternity benefit amount was

paid, the month thereof and the date of payment. 14. Signature of the contractor authenticating entries in the register. 15. Remarks column for the use of Inspecting Officer.

P a g e | 121

Appendix ‘III’

LABOUR BOARD

Name of work ................................................................... Name of Contractor ................................................................... Address of Contractor ................................................................... Name and address of .P.W.D Manipur Division ................................................................... Name of P.W.D. Labour Officer ................................................................... Name of Labour Enforcement Officer ................................................................... Address of Labour Enforcement Officer ...................................................................

Sl.No. category Minimum Actual wage paid

Number present

Remarks

Weekly holiday ................................................................... Wage period ................................................................... Date of payment of wages ................................................................... Working hours ................................................................... Rest interval ...................................................................

P a g e | 122

Appendix ‘IV’

Register of Workmen Employed by Contractor

Name and address of contractor………………………………………………………….

Name and address of establishment under which contract is carried on……………. Nature and location of

work……………………………………………………………….. Name and address of Principal

Employer………………………………………………..

Sl.No.

Name and Surname

of workman

Age and Sex

Father‟s /Husband‟s

name

Nature of employmen

t / designation

Permanent home address of the

workman (Village and Tehsil, Taluk

and District)

Local Addres

s

Date of commencement of

employment

Signatureor thumb impression of the

workman

Date of

termination

of employment

Reason for termination

Remarks

1 2 3 4 5 6 7 8 9 10 11 12

P a g e | 123

Appendix ‘V’

Form XVI (See Rule 78(2)(a)) Muster Roll

Name and address of the Contractor……………………………………………………. Name and address of establishment under which contract is carried on ……………………………………………………………………………………………….. Nature and location of work……………………………………………………………….. Name and address of Principal Employer For the Month of Fortnight Sl. No.

Name of Workman

Sex Father‟s / Husband‟s name

Dates Remarks

1 2 3 4 5 6

1 2 3 4 5

P a g e | 124

Appendix ‘VI’

Form XVII (See Rule 78(2)(a)) Register of wages

Name and address of the Contractor……………………………………………………………………………………. Name and address of establishment under which contract is carried on ………………………………………………………………………………………………….. Nature and location of work ………………………………………………………………. Name and address of Principal Employer Wages period Monthly/Fortnight

Sl.No.

Name of

workman

Serial No. in

the register

of workm

an

Designation

nature of work done

No. of days

worked

Units of workdo

ne

Daily rate of

wages/piece rate

Amount of wages earned Deducti

on if any

(indicate

nature)

Net amount

paid

Signature or thumb impression of the workman

Initial of

contractor or

his representativ

e

Basic Wages

Dearness

Allowance

Over time

Other cash

payments

(indicate nature)

Total

1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16

P a g e | 125

Appendix ‘VII’

Wage Card Name and address of Contractor Date of Issue Name and location of work Designation Name of workman Month/Fortnight Rate of Wages

1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31

Morning Evening Initial Received from the sum of Rs. on amount of my wages

Signature

P a g e | 126

Appendix’VII’

19/Form-XIX

[See rule 78 (2) (b)]

Wages slip

Name and Address of contractor ................................................................... Name and Father's/Husband's name of workman ................................................................ Name and location of work ................................................................ For the Week/Fortnight/Month ending ................................................................ 1. No. of days worked ................................................................ 2. No. of units worked in case of piece rate workers ................................................................ 3. Rate of daily wages/piece rate ................................................................ 4. Amount of overtime wages ................................................................ 5. Gross wages payable ................................................................ 6. Deduction, if any ................................................................ 7. Net amount of wages paid ................................................................

Initials of the Contractor or his representative

P a g e | 127

Appendix ‘VIII’

Form-XIV[See rule 76] Employment Card

Name and address of contractor ...............................................................

Name and address of establishment

in/under which contract is carried on .......................................

Name of Work and Location of work ..................................................................................

Name and address of Principal Employer ...........................................................................

1.Name of the workman .................................................................................................

2.Sl. No. in the register of workman employed ................................................................

3.Nature of employment/designation ........................................................................

4. Wage rate (with particulars of unit in case of piece work) ......................................

5. Wage period .........................................................................................................

6. Tenure of employment ............................................................................................

7. Remarks .................................................................................................................

Signature of contractor.

P a g e | 128

Appendix ‘IX’

Form – XV (See Rule 77) Service Certificate

Name and address of contractor…………………………..……………………………………

Nature and location of work…………………………………….………………………………... Name and address of workman………………………..………………………………………. Age or date of birth……………………………………………………………………………….. Identification marks…………………………………...………………………………………….. Father‟s/Husband‟s name…………………………………………………………………….. Name and address of establishment in under which contract is carried on………………… Name and address of Principal Employer………………………………………………………….. Sl. No. Total Period for which employed Nature of work done Rates of wages (with

particular of unit in case of piece work)

Remarks

From To

Signature

P a g e | 129

Appendix ‘X’

LIST OF ACTS AND OMISSIONS FOR WHICH FINES CAN BE IMPOSED

In accordance with rule 7 (v) of the CPWD Contractor's Labour Regulations to be displayed prominently at the site or work both English and local Language.

1. Wilful insubordination or disobedience, whether alone or in combination with

other. 2. Theft fraud or dishonesty in connection with the contractors beside a business

or property of CPWD. 3. Taking or giving brides or any illegal gratifications 4. Habitual late attendance. 5. Drunkenness lighting, riotous or disorderly or indifferent behaviour. 6. Habitual negligence. 7. Smoking near or around the area where combustible or other materials are

locked. 8. Habitual indiscipline. 9. Causing damage to work in the progress or to property of the CPWD or of the

contractor. 10. Sleeping on duty. 11. Malingering or slowing down work. 12. Giving of false information regarding name, age, father's name etc. 13. Habitual loss or wage cards supplied by the employers. 14. Unauthorised use of employer's property to manufacturing or making of

unauthorised particles at the work place. 15. Bad workmanship in construction and maintenance by skilled workers which is

not approved by the Department and for which the contractor are compelled to undertake rectifications.

16. Making false complaints and/or misleading statements. 17. Engaging on trade within the premises of the establishments. 18. Any unauthorised divulgence of business affairs of the employees. 19. Collection or canvasing for the collection of any money within the premises of

an establishment unless authorised by the employer. 20. Holding meeting inside the premises without previous sanction of the

employers. 21. Threatening or intimidating any workman or employer during the working hours

within the premises.

P a g e | 130

Appendix ‘XI’

Form – XII (see Rule 78(2)(d)) Register of Fines

Names and address of contractor………………………………………………………………… Name and address of establishment in under which contract is carried on…………………. Nature and location of work…………………………………………………………………….. Name and address of Principal Employer……………………………………………………..

Sl. No.

Name of workma

n

Father‟s/Husband‟s name

Designation/ nature of

employment

Act/Omission for which fine

imposed

Date of Offence

Whether workman

showed cause against fine

Name of person in

whose presence employee‟

s explanatio

n was heard

Wage period and

wages payable

Amount of fine

imposed

Date on

which fine

released

Remarks

1 2 3 4 5 6 7 8 9 10 11 12

P a g e | 131

Appendix ‘XII’

Form – XX (see Rule 78(2)(d)) Register of Deduction for Damage or Loss

Name and address of contractor…………………………………………………………….. Name and address of establishment in under which contract is carried on…………….. Nature and location of work……………………………………………….and address of…………………………………………………………………………………………………. Principal Employer……………………………………………………………………………… Sl. No.

Name of Workman

Father‟s/Husband name

Designation/ nature of employment

Particulars of damage or loss

Date of Damage or loss

Whether workman showed cause against deduction

Name of person in whose presence employee‟s explanation was heard

Amount of deduction imposed

No of installment

Date of recovery

Remarks

First Installment

Last Installment

1

2

3

4

5

6

7

8

9

10

11

12

13

P a g e | 132

Appendix’XIII’

Form – XXII (see Rule 78(2)(d)) Register of Advances

Name and address of contractor………………………………………………………

Name and address of establishment in under which contract is carried on…………

Name and location of work……………………………………………………………..

Name and address of Principal Employer…………………………………………….

Sl.No. Name of

Workman Father‟s/Husband‟s name

Designation/nature of employment

Wage period and wages payable

Date and amount of advance given

Purpose(s) for which advance made

Number of installments by which advance to be repaid

Date and amount of each installment repaid

Date and which last installment was repaid

Remarks

P a g e | 133

Appendix ‘XIV”

Form – XXIII (see Rule 78(2)e) Register of Overtime

Name and address of the contractor………………………… Name and address of establishment in under which contract is carried on…………………. Nature and location of work…………………………. Name and address of Principal Employer………………………….

Sl. No.

Name of Workman

Father‟s/Husband‟s name

Sex Designation/nature of employment

Date on which overtime worked

Total overtime worked or production in case of piece rated

Normal rate of wages

Overtime rate of wages

Overtime earning

Rate on which overtime paid

Remarks

1 2 3 4 5 6 7 8 9 10 11 12

P a g e | 134

Appendix – ‘XV’

(FORM 31)

INDENTURE FOR SECURED ADVANCES

(Referred to in paragraph 10.2.20 and 10.2.22 of CPW A Code)

(For use in cases in which the contract is for finished work and the contractor has entered into an agreement for the execution of certain specified quantity of work in a given time) THIS INDENTURE made the…………..day of ………………20…. BETWEEN……………….. (hereinafter called the contractor which expression shall where the context so admits or implies be deemed to include his executors administrators and assigns) of the one part and GOVERNOR OF MANIPUR (hereinafter called the Governor which expression shall where the context so admits or implies be deemed to include his successors in office and assigns) of the part. WHEREAS by an agreement dated……………….(hereinafter called the said agreement) the Contractor has agreed AND WHEREAS the contractor has applied to the Governor that he may be allowed advances on the security of materials absolutely belonging to him and brought by him to the site of the works the subject of the said agreement for use in the construction of such of the works as he has undertaken to execute at rates fixed for the finished work (inclusive of the cost of materials and labour and other charges) AND WHERAS the Governor has agrees to advance to the Contractor the sum of Rupees…………………….on the securities of materials the quantities and other particulars of which are detailed in Accounts of Secured Advances attached to the running Account Bill for the said works signed by the Contractors on………………….and the Governor has reserved to himself the option of making any further advance or advances on the security of other materials brought by the Contractor to the site of the said works. Now THIS INDENTURE WITNESSETH that in pursuance of the said agreement and in consideration of the sum of Rupees………………………on or before the execution of these presents paid to the Contractor by the Governor (the receipt whereof the Contractor doth hereby acknowledge) and of such further advance) and of such further advances (if any) as may be made to him as aforesaid the Contractor doth hereby covenant and agree with the Governor and declare as follows:-

1. That the sum of Rupees…………………………. So advanced by the Governor to the Contractor as aforesaid and all or any further sum or sums advanced as aforesaid shall be employed by the Contractor in or towards expediting the execution of the said works and for no other purpose whatsoever.

2. That the materials detailed in the said Account of Secured Advances which have been offered to and accepted by the Governor of Manipur as security are absolutely the contractor‟s own property and free from encumbrances of any kind and the Contractor will not make any application for or receive a further advance on the security of materials which are not absolutely his own property and free from encumbrances of

P a g e | 135

any kind and the Contractor indemnifies the Governor against all claims to any materials in respect of which an advance has been made to him as aforesaid.

3. That the materials detailed in the said Account of Secured advances and all other materials on the security of which any further advance or advances may hereafter be made as aforesaid (hereinafter called the said materials) shall be used by the Contractor solely in the execution of the said works in accordance with the directions of the Divisional Officer……………………….Division (hereinafter called the Divisional Officer) and in term of the said agreement.

4. That the Contractor shall make at his own cost all necessary and adequate arrangements for the proper watch, safe custody and protection against all risks of the said materials and that until used in construction as aforesaid the said materials shall remain at the site of the said works in the Contractor‟s custody and on his own responsibility and shall at all times be open to inspection by the materials or any part thereof being stolen, destroyed or damaged or becoming deteriorated in a greater degree than is due to reasonable use and wear thereof the Contractor will forthwith replace the same with other materials of like quality or repair and make good the same as required by the Divisional Officer.

5. That the said materials shall not on any account be removed from the site of the said works except with the written permission of the Divisional Officer or an officer authorised by him on that behalf.

6. That the advances shall be repayable in full when or before the contractor receives payment from the Governor of the price payable to him for the said works under the terms and provisions of the said agreement. Provided that if any intermediate payments are made to the Contractor on account of work done than on the occasion of each such payment the Governor will be at liberty to make a recovery from the Contractor‟s bill for such payment by deducting there from the value of the said materials then actually used in the construction and in respect of each description of materials at the rates at which the amounts of the advances made under theses presents were calculated.

7. That if the contractor shall at any time make any default in the performance or observance in any respect of any of the terms and provisions of the said agreement or of these presents the total amount of the advance or advances that may still be owing to the Governor shall immediately on the happening of such default be repayable by the Contractor to the Governor together with interest thereon at twelve per cent per annum from the date or respective dates of such advance or advances to the date of repayment and with all costs charges, damages and expenses incurred by the Governor in or for the recovery thereof or the enforcement of this security or otherwise by reason of the default of the Contractor and the Contractor hereby covenants and agrees with the Governor to repay and pay the same respectively to him accordingly.

8. That the Contractor hereby charges all the said materials with the repayment to the Governor of the said sum of Rupees………………………and any further sum or sums advanced as aforesaid and all costs charges, damages and expenses payable under

P a g e | 136

these presents PROVIDED ALWAYS and it is hereby agrees and declared that notwithstanding anything in the said agreement and without prejudice to the powers contained therein if and whenever the covenant for payment and repayment herein before contained shall become enforceable and the money owing shall not be paid in accordance therewith the Governor may at any time thereafter adopt all or any of the following courses as he may deem best:-

a) Size and utilize the said materials or any part thereof in the completion of the said works on behalf of the Contractor in accordance with the provisions in that behalf contained in the said agreement debiting the Contractor with the actual cost of effecting such completion and the amount due in respect of advances under these presents and crediting the Contractor with the value of work done as if he had carried it out in accordance with the said agreement and at the rates thereby provided. If the balance is against the Contractor he is to pay same to the Governor on demand.

b) Remove and sell by public auction the seized materials or any part thereof and out of the moneys arising from the sale retain all the sums aforesaid repayable or payable to the Governor under these presents and pay over the surplus (if any) to the Contractor.

c) Deduct all or any part of the moneys owing out of the security deposit or any sum due to the contractor under the Said agreement.

9. That except in the event of such default on the part of the Contractors as aforesaid interest on the said advance shall not be payable.

10. That in the event of any conflict between the provisions of these presents and the said agreement the provisions of these presents shall prevail and in the event of any dispute or difference arising over the construction or effect of these presents the settlements of which has not been herein before expressly provided for the same shall be finally resolved as per provisions of Clause 25 of the contract..

In witness whereof the said …………………….. and …………………………by the

order and under the direction of the Governor have hereunto set their respective hands the day and year first above written.

Signed, sealed and delivered by ……………………….the said contractor in the presence of Signature……………………………… Witness Name……………………….. Address………………………………. Signed by…………………………….. by the order and direction of the Governor of Manipur in presence Signature……………………………. Witness Name……………………… Address………………………………

P a g e | 137

Appendix – XVI (Refer Clause 5)

FORM OF APPLICATION BY THE CONTRACTOR FOR SEEKING EXTENSION OF TIME

1. Name of Contractor

2. Name of work as given in the agreement

3. Agreements no

4. Estimated amount put tender

5. Date of commencement of work as per agreement

6. Period allowed for completion of work as per agreement

7. Date of completion stipulated in agreement

8. Period for which extension of time if has given by authority in

„Schedule F‟previously

Letter no. and date Extension Granted

Months Days

a) 1st extension…………………….

b) 2nd extension……………………

c) 3rd extension…………………….

d) 4th extension…………………..

Total extension previously given

9. Reasons for which extension have been previously given (copies of the

previous application should be attached) 10. Period for which extension is applied for 11. Hindrances on account of which extension is applied for with dates on

which hindrances occurred and the period for which these are likely to last (for causes under clause 5.3/ and 5.3)

Submitted to the Authority indicated in Schedule F with copy to the Engineer-in-Charge and sub Divisional Officer

Signature of Contractor Dated

P a g e | 138

APPENDIX XVII

Notice for appointment of Arbitrator [Refer Clause 25]

To The Chief Engineer .......................................... .......................................... Dear Sir,

In terms of clause 25 of the agreement, particulars of which are given below, I/We hereby give notice to you to appoint an arbitrator for settlement of disputes mentioned below :

1. Name of applicant. 2. Whether applicant is Individual / Prop. Firm/ Partnership Firm/ Ltd. Co. 3. Full address of the applicant. 4. Name of the work and contract number in which arbitration sought.

5. Name of the Division which entered into contract. 6. Contract amount in the work. 7. Date of contract. 8. Date of initiation of work. 9. Stipulated date of completion of work. 10. Actual date of completion of work (if completed). 11. Total number of claims made. 12. Total amount claimed. 13. Date of intimation of final bill (if work is completed.) 14. Date of payment of final bill (if work is completed) 15. Amount of final bill (if work is completed) 16. Date of request made to SE for decision. 17. Date of receipt of SE's decision. 18. Date of appeal to you. 19. Date of receipt of your decision.

Specimen signatures of the applicant (only the person/authority who signed the contract should sign)

I / We certify that the information given above is true to the best of my / our knowledge.

I / We enclose following documents. 1. Statement of claims with amount of claims. 2. 3. 4.

Yours faithfully (Signatures)

Copy in duplicate to

1. The Executive Engineer................................ Division.

P a g e | 139

Form of Earnest Money Deposit Bank Guarantee Bond

WHEREAS, contractor…………………..(Name of contractor) (hereinafter called “the contractor”) has submitted his tender dated ……………….(date) for the construction of …………………………..(name of work) (hereinafter called “the Tender”) KNOW ALL PEOPLE by these 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 which payment well and truly to be made to the 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 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, We undertake to pay to the Engineer-in-Charge either upto the above

amount or part thereof upon receipt of his first written demand the Engineer-in-Charge will note that the amount claimed by his is due to him owing to the occurrence of one or any of the above conditions, specifying the occurred condition or conditions.

This Guarantee will remain in force up to and including the

date*……….after the deadline for submission of tender as such deadline is stated in the instruction 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.

P a g e | 140

Form of Performance Security (Guarantee) Bank Guarantee Bond-Format-I

In consideration of the Governor of Manipur (hereinafter called "The Government") having offered to accept the terms and conditions of the proposed agreement between ..........................and ................................ (hereinafter called "the said Contractor(s)") for the work .................................................................................................................. (hereinafter called "the said agreement") having agreed to production of an irrevocable Bank Guarantee for Rs...............................(Rupees............................................................................................................. only) as a security/guarantee from the Contractor(s) for compliance of his obligations in accordance with the terms and conditions in the said agreement.

1. We, ........................................ (hereinafter referred to as "the Bank") hereby undertake to pay to the Government an amount not exceeding Rs. ..................... (Rupees ............................................................. only) on demand by the Government.

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 Government stating that the amount claimed as required to meet the recoveries due or likely to be due from the said contractor(s). Any such demand made on the bank shall be conclusive as regards the amount due and payable by the bank under this Guarantee. However, our liability under this guarantee shall be restricted to an amount not exceeding Rs. ..............................(Rupees ............................................................................................ only).

3. We, the said bank further undertake to pay the Government any money so

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

4. We, ......................... (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 Government 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 Government certified that the terms and conditions or 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

Government that the Government shall have the fullest liberty without our consent

P a g e | 141

and without affecting in any manner our obligation hereunder to vary any of the terms and conditions of the said agreement or to extend time of performance by the said Contractor(s) from time to time or to postpone for any time or from time to time any of the powers exercisable by the Government against the said contractor(s) and to forbear or enforce any of the terms and conditions relating to the said agreement and we shall not be relieved from our liability by reason of any such variation, or extension being granted to the said Contractor(s) or for any forbearance, act of omission on the part of the Government or any indulgence by the Government to the said Contractor(s) or by any such matter or thing whatsoever which under the law relating to sureties would, but for this provision, have effect of so relieving us.

6. This guarantee will not be discharged due to the change in the constitution of the

Bank or the Contractor(s). 7. we, ......................................(indicate the name of the Bank) lastly undertake not to

revoke this guarantee except with the previous consent of the Government in writing.

8. This guarantee shall be valid upto .......................unless extended on demand by

the Government. Notwithstanding anything mentioned above, our liability against this guarantee is restricted to Rs...................(Rupees....................) and unless a claim in writing is lodged with us within six months of the date of expiry or the extended date of expiry of this guarantee all our liabilities under this guarantee shall stand discharged. Dated the…………………….day of………………………..for…………………. (indicate the name of the Bank)

P a g e | 142

Form of Performance Security (Guarantee) Bank Guarantee Bond-Format-II

In consideration of the Governor of Manipur (hereinafter called "The Government")

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

1. We, ........................................ (hereinafter referred to as "the Bank") hereby undertake (indicate the name of the Bank) to pay to the Government an amount not exceeding Rs. .........................(Rupees ............................................................. only) on demand by the Government.

2. We, ........................... do hereby undertake to pay the amounts due and payable

under this (indicate the name of the Bank)guarantee without any demure, merely on a demand from the Government stating that the amount claimed as required to meet the recoveries due or likely to be due from the said contractor(s). Any such demand made on the bank shall be conclusive as regards the amount due and payable by the bank under this Guarantee. However, our liability under this guarantee shall be restricted to an amount not exceeding Rs. ................................(Rupees .......................................................................................................... only).

3. We, the said bank further undertake to pay the Government any money so

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

4. We, ......................... further agree that the guarantee herein contained shall

remain in full force (indicate the name of the Bank)and effect during the period that would be taken

for the performance of the said agreement and that it shall continue to be enforceable till all the dues of the Government under or by virtue of the said agreement have been fully paid and its claims satisfied or discharged or till Engineer-in-charge on behalf of Government certified that the terms and conditions or the said agreement have been fully and properly carried out by the said Contractor(s) and accordingly discharges this guarantee.

5. We, ............................ further agree with the Government that the Government

shall have the (indicate the name of the Bank) fullest liberty without our consent

P a g e | 143

and without affecting in any manner our obligation hereunder to vary any of the terms and conditions of the said agreement or to extend time of performance by the said Contractor(s) from time to time or to postpone for any time or from time to time any of the powers exercisable by the Government against the said contractor(s) and to forbear or enforce any of the terms and conditions relating to the said agreement and we shall not be relieved from our liability by reason of any such variation, or extension being granted to the said Contractor(s) or for any forbearance, act of omission on the part of the Government or any indulgence by the Government to the said Contractor(s) or by any such matter or thing whatsoever which under the law relating to sureties would, but for this provision, have effect of so relieving us.

6. This guarantee will not be discharged due to the change in the constitution of the

Bank or the Contractor(s). 7. we, .......................................(indicate the name of the Bank) lastly undertake not

to revoke this guarantee except with the previous consent of the Government in writing.

8. This guarantee shall be valid upto .......................unless extended on demand by

the Government. Notwithstanding anything mentioned above, our liability against this guarantee is restricted to Rs...................(Rupees....................)

P a g e | 144

PROFORMA OF SCHEDULES

SCHEDULE „A‟

Schedule of quantities (BOQ as per PWD-3)

SCHEDULE „D‟

Extra schedule for specific requirements / documents for the work, if any. (i) Special Information for tenderers. Enclosed as Annexure –I

(ii) Special Terms and Conditions Enclosed as Annexure – II

(iii) Special Specification Enclosed as Annexure – III

(iv) General Specification Enclosed as Annexure – IV

SCHEDULE „E‟

Reference to General conditions of contract.

Name of work: “Setting up of IT-SEZ Building-I (SH: Balance Work)”

Estimated cost of work Rs. 30,28,19,253.00

i) Earnest money Rs. 40,28,000.00

ii) Performance Guarantee 5% of tendered value

iii) Security deposit 2.5% of tendered value

SCHEDULE „F‟

GENERAL RULES AND DIRECTIONS:

Officer inviting Tender: Executive Engineer, Monitoring & Quality Control Division, PWD,

Manipur.

Maximum percentage for quantity of items of

Work to be executed beyond which rates are to be

determined in accordance with Clauses 12.2 and 12.3.: 50%

Definitions:

2(v) Engineer-in-charge ..... Executive Engineer,

Monitoring & Quality

Control Division, PWD,

Manipur

2(vi) The term DG/ADG/SDG wherever it occurred shall be read as Chief Engineer, PWD,

Manipur.

2(viii) Accepting Authority …… Government of Manipur

2(x) Percentage on cost of materials and labour

to cover all overheads and profits. ...... 15%

2(xi) Standard Schedule of Rates .................................M.S.R. 2013 for Civil Works

& MSR (Elect), 2011 and

Market Rate or Electrical Works

2(xii) Department.......................................................... .PWD, Manipur

9(ii) Standard PWD contract Form........................... PWD form 7/8 as modified

& corrected upto 2020

P a g e | 145

Clause 1

(i) Time allowed for submission of Performance Guarantee, Programme Chart (Time and progress) and applicable labour licenses, registration with

EPFO, ESIC and BOCW Welfare Board or proof of applying thereof from the date of issue of letter of acceptance .... 7(seven) days from the date of

issue of letter of Acceptance

(ii) Maximum allowable extension with late fee @ 0.1% per day of Performance Guarantee amount beyond the period provided in (i) above in days. ....7(Seven) days

Clause 2

Authority for fixing compensation under clause 2 ......The Superintending Engineer-II,

PWD, Manipur

Clause 5

Number of days from the date of issue

of letter of acceptance for reckoning date of start ....................10(ten) days

Mile stone(s) as per table given below:-

Table of Mile Stone(s)

SL.

No Description of Milestone (Physical)

Time allowed in days

(from date of start)

Amount to be with-held in

case of non-achievement

of milestone

1 RCC framed structure all complete 120 days

5% of the corresponding value in the tendered value.

2 Structural glazing in external walls, brick

work, plastering, plumbing, water supply

and sanitary fittings and other finishing

items etc i/c electrical works.

280 days 5% of the corresponding value in the tendered value.

3 Electro mechanical works i/c lifts, HVAC,

CCTV, Fire detection and firefighting,

Networking complete.

365 days 5% of the corresponding value in the tendered value.

Time allowed for execution of work.................................................... 12 (Twelve) Months

Authority to decide:

(i) Time Extension................................. The Executive Engineer, Monitoring &

Quality Control Division, PWD, Manipur

(ii) Rescheduling of mile stones............ The Superintending Engineer-II, PWD,

Manipur

(iii) Shifting of date of start in case

of delay in handing over of site----- The Superintending Engineer-II, PWD,

Manipur

P a g e | 146

Clause 7 Gross work to be done together with net payment / adjustment of advance

for materials collected, if any, since the last such payment for being

eligible to interim payment ………………………………………………

Clause 10 A

List of testing equipment to be provided by the contractor at site lab.

1. Balances: (i) 7 kg to 10 kg capacity Semi-self-indicating type – accuracy 10 gm.

(ii) 500 gm. capacity Semi-self-indicating type – accuracy 1 gm.

(iii) Pan balance - 5 kg capacity – accuracy 10 gm.

2. Ovens – Electrically operated, thermostatically controlled upto 1100 C- sensitivity 10 C.

3. Sieves: as per IS 460 - 1962

(i) IS sieves – 450mm internal dia. of sizes 100mm, 80mm, 63mm, 50mm,

40mm, 25mm, 10mm, 6.3mm, 4.75mm, complete with lid and pan.

(ii) IS sieves – 200mm internal dia.(brass frame) of sizes 2.36mm, 1.18mm,

600 microns, 425 microns, 300 microns, 212 microns, 150 microns,

90 microns, 75 microns, complete with lid and pan.

4. Sieve shaker capable of 200 mm and 300 mm dia sieves, manually operated with timing

Switch assembly.

5. Equipment for slump test – Slump cone, steel plate, tamping rod, steel scale, scoop.

6. Dial gauges, 25mm travels – 0.01 mm/ division least count – 2 Nos.

7. 100 tonnes compression testing machine, electrically operated.

8. Graduated measuring cylinders 200ml capacity – 3Nos.

9. Enamel trays (for efflorescence test for bricks)

(i) 300 mm x 250 mm x 50 mm – 2 Nos.

(ii) Circular plate of 250 mm dia – 4 Nos.

10. Concrete moulds – sufficient numbers for site requirements.

Clause 10B (ii)

Whether clause 10 B (ii) shall be applicable..................................................Yes

Clause 10 C and CA

Whether clause 10 C and CA shall be applicable................................................... No

Clause 10CC

Clause 10 CC to be applicable in contracts ………………………………………………No

Clause 11

Specifications to be followed for execution.... MSR 2017, MSR 2013, MSR ELECT 2011,

BIS Codes, CPWD specification and as

mentioned in the Schedule of Quantity,

General Specification and as directed by

Engineer- in-Charge

Clause 12

12.2 & 12.3: Deviation limit beyond which 12.2 &12.3 shall apply for building work.... 50%

12.5 Deviation Limit beyond which clauses 12.2 & 12.3 shall apply for road work.......100%

P a g e | 147

Cause 16 Competent Authority for deciding reduced rates

(i) Up to 5% of contract value ... The Superintending Engineer-II, PWD,

Manipur

(ii) Above 5% of contract value ...The Chief Engineer, PWD, Manipur.

Clause 18

List of mandatory machinery, tools & plants to be deployed by the contractor at site:-

1. Concrete Mixure 2. Concrete Vibrator 3. Shuttering Materials

4. Generator Set of appropriate capacity. 5. Concrete Batching Plant. 6. Concrete Boom Presser Pump. 7. Transit Mixer. 8. Universal Testing Machine (Electronics)

CLAUSE 19 C Competent authority to decide for each default - The Superintending Engineer-II, PWD,

Manipur CLAUSE 19 D Competent authority to decide for each default - The Superintending Engineer-II, PWD,

Manipur CLAUSE 19 G Competent authority to decide for each default - The Superintending Engineer-II, PWD,

Manipur CLAUSE 19 K Competent authority to decide for each default - The Superintending Engineer-II, PWD,

Manipur Clause 25 Constitution of Dispute Redressal Committee (DRC)

Chairman – Chief Engineer, PWD, Government of Manipur

Member - Project Director, EAP, PWD, Government of Manipur

Member -Superintending Surveyor of Work, PWD, Government of Manipur

P a g e | 148

Clause 36 (i)

SL.

No.

Minimum

Qualifications &

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 Graduate Civil Principal Technical

representative

8 years 1 Rs. 15,000/- Per

month

Rupees fifteen

thousand per month.

Graduate Electrical Principal Technical

representative

8 years 1 Rs. 15,000/- Per

month

Rupees fifteen

thousand per month.

2

Graduate

Civil Technical

representative

5 years 2 Rs. 10,000/- Per

month

Rupees ten

thousand per month.

Graduate Electrical Technical

representative

5 years 2 Rs. 10,000/- Per

month

Rupees ten

thousand per month.

Or

Diploma Civil Technical

representative

5 years 2 Rs. 10,000/- Per

month

Rupees ten

thousand per month.

Electrical Technical

representative

5 years 2 Rs. 10,000/- Per

month

Rupees ten

thousand per month.

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

Graduate Engineers.

Diploma holder with minimum 10 year relevant experience with a reputed construction co. can be treated at par with Graduate Engineers for the purpose of such deployment subject to the condition that such diploma holders should not exceed 50% of requirement of degree engineers.

Executive Engineer,

Monitoring & Quality Control Division,

PWD, Manipur

P a g e | 149

ANNEXURE-I

SPECIAL INFORMATION FOR TENDERERS

1. The Executive Engineer, Monitoring & Quality Control Division, PWD, Manipur on behalf of the Governor of Manipur invites online bids from firms/contractors of repute in two bid system for the following work:

Sl. No

NIT No. Name of work &

Location

Estimated Cost put to

bid

Earnest Money

Period of Completi

on

Last date

& time of

uploading

of

technical

and

financial

bids

Period during which certified hard copies of

EMD, Cost of Bid Document, other Documents shall

be submitted

Time & date of

opening of technical

bid

1 2 3 4 5 6 7 8 9

1

EE

/MQ

CD

/IT-S

EZ

/202

0-

21/4

Dat

ed 1

8th A

ugus

t

2020

Setting up of IT-SEZ Building –I (SH: Balance Work)

Rs

3028

.19

Lakh

Rs.

40.

28 la

kh

12 (Twelve) months.

08/09/2020

upto12:00

p.m.

Up to 1:00 PM of 08/09/ 2020

3:30 p.m. of 08/09/ 2020

2. Important Dates:

Time & Date of Pre-Bid Conference : 2:00 P.M. of 27th August, 2020

Time & Date of submission of certified copies of

Earnest Money, Cost of Bid and other documents

by the bidders. : Upto 1:00 P.M. of 08th Sept, 2020

Last date and time of receipt of Tender online : 08th Sept 2020 upto12:00 P.M

Opening of hard copies of Earnest Money, Cost of

Bid and other documents submitted by the Bidders : 08th Sept 2020 at 03:00 P.M

Date & Time for opening of Technical Bids : 08th Sept 2020 at 03:30 P.M

Date & Time of opening financial Bids

of those contractors qualifying the Technical Bids : Notice of the date of Financial Bid

Opening shall be notified later

All the bidders are advised to check up regularly for any updates on the tender website.

3. Rejection of tenders

Right to reject any or all tenders without assigning any reason whatsoever is reserved with the

Public Works Department, Manipur.

P a g e | 150

ANNEXURE – II

SPECIAL TERMS AND CONDITIONS 1. General: 1.1. All works are to be carried out in accordance with the Special terms and Conditions and

Special Specifications as mentioned hereinafter. 1.2. In addition to above, the General Specifications enclosed in the bid documents as well as the

specifications entered in the Manipur Schedule of Rates 2013 for Civil Works (briefly referred to as MSR 2013 hereafter and MSR, Electrical, 2011) shall also be applicable.

1.3. Any changes in sub-clause (1.1) and (1.2) above on any subsequent date will have no effect so far as this tender is concerned.

1.4. In addition to above, general specifications of the MSR 2017 together with addenda and corrigenda thereto upto the date of issue of Tender Notice shall be applicable for works covered by the above clauses.

1.5. The specification for works not covered by the specifications referred in the above clauses shall be governed by National Building Code of India 1984, other relevant B.I.S. code of practices, C.P.W.D. specifications and as per standard practice according to the direction of Engineer-in-Charge along with specialist literature of the Manufacturers.

1.6. The contract documents are to be taken as a whole. The several documents forming the contract are to be taken as mutually explanatory to one another. If, however, the stipulations of the different documents be at variance in any respect, one will override the other (only insofar as these are at variance) in the order of precedence as given below:

i) Letter of Acceptance

ii) Notice Inviting Tender (Form PWD -6) iii) Special Information for tenderers iv) Special Terms and Conditions v) Special Specifications vi) Schedule of quantities vii) Tender Form and General Conditions of Contract 2020 (M.P.W.D. Form 7/8) with annexure/correction slip/amendments. viii) General Specifications

ix) MSR 2017, MSR Elect 2011 for Specifications x) MSR 2013 for Specifications

2. Enhancement of Tender rate:

Enhancement of tender rate after acceptance of tender shall not be entertained in any circumstances.

3. Explanation of Terms: 3.1. Heading and marginal notes are only for convenience of reference and shall have no

contractual significance. 3.2. Words imparting the singular also includes the plural and vice versa when the context so

requires. 3.3. The words ―Approved‖ or ―Directed‖ appearing anywhere in the tender documents shall indicate

(unless specifically mentioned otherwise) the approval or direction of the Engineer-in-Charge. 3.4. The term ―At the work site‖ or ―Near the work site‖ wherever it appears in the tender

documents, shall mean anywhere within 200 (Two hundred) metres from the actual site of work.

3.5. The word ―Department‖ appearing anywhere in the tender documents, shall mean the ―Public Works Department, Manipur‖. (hereinafter referred to as M.P.W.D.)

1.6. The Engineer-in-Charge for Civil and allied works shall mean the Executive Engineer of the concerned Civil Division of P.W.D., Manipur. The Engineer-in-Charge for Electrical and allied

P a g e | 151

works shall mean the Executive Engineer of the concerned Electrical Division of P.W.D., Manipur

3.7. The Sub-Divisional officer shall mean the concerned Assistant Engineers-in-Charge of the work

authorised to carry out, on behalf of the Engineer-in-Charge. 3.8. The words ―Superintending Engineer‖ and ―Chief Engineer‖ appearing anywhere in the printed

tender form shall mean the concerned Superintending Engineer of the concerned work and the Chief Engineer of the P.W.D., Manipur respectively.

4. Character of site: Before submission of tenders, the intending tenderer shall inspect the site of work and get themselves thoroughly acquainted with the local conditions and difficulties under which the work will have to be carried out. They should consider, among others, the nature of soil, climatic condition of the locality, dearth of water and power supply in the area of work, condition of the existing roads, transport facilities, non-existence of roads in any places etc. Extra cost involved due to the above factors shall have to be borne by the contractor and should therefore, be included in the rates quoted by him.

5. Incidental Fees: The rate to be quoted by the intending tenderers shall be inclusive of all incidental fees and charges, e.g. GST, Royalties, Ferry Charges, Octroi, Labour Cess and Toll Tax of Materials, Electricity, Water and other charges of Municipality or Statutory bodies, Income Tax etc. Nothing extra will be paid on such account.

6. Statutory obligation: 6.1. The Contractor shall give all notices and pay all fees required to be given by any statute or any

regulation or bye-law of any local or other statutory authority which may be applicable to the works and shall M.P.W.D. indemnified against all penalties and liabilities of every kind for breach of such statute, regulation or bye-law.

6.2. The Contractor shall indemnify the M.P.W.D. against any loss/harm and also against all claims, demands, suit and proceedings for or on account of infringement of any patent rights, design, trade mark or name of other protected rights in respect of any constructional plant, machine, work, material or process used in connection with the work or temporary work at any time.

7. Safety precautions: 7.1. All necessary precautions are to be taken by the contractor for the safety of his workmen and of

the general public. The work must be done in such a way as not to damage any property, existing structure or public utility services during work. Close cooperation must be ensured with other contractor or contractors working in the area of work. All claims arising out of any damage to the existing structures or property due to works of the contractor, shall be borne by the contractor.

7.2. The Contractor shall provide necessary fencing and lighting arrangements around the trenches excavated by him for the safety of his workmen and of the general public. Such arrangement shall not be paid for separately and the cost thereof shall be included in the contractor‘s rate for the work.

8. Labour: Whatever the reasons may be, no claim for idle labour, additional cost of establishment, labour and hire charges of tools and plants will be entertained.

9. Transport: The Contractor shall arrange all transport including Railway wagons for carriage of all tools and plants, implements and materials etc. at their own cost.

10. Pumping and Dewatering: The Contractor shall provide all pumping and other arrangements that will be necessary to remove from or to keep foundations trenches, or any part of the structure under construction,

P a g e | 152

water free (Whether sub-soil water or water from any source). Such pumping or other necessary arrangements shall not be paid for separately, and the cost thereof is to be included in the contractors‘ rate for the work.

11. Power and Electricity: 11.1. The Contractor shall have to make his own arrangement for adequate supply of water and for

electrical power that may be required for or in connection with execution of the work. All these will have to be done at contractor‘s own cost and expense and no separate payment for any of these shall be made, the cost thereof being deemed to be included in the rate of work.

11.2. Arrangement for drinking water and all water required for carrying out the work shall have to be done by the contractor at his own cost.

11.3. Electrical power from usual supply may not be available all the time in the present condition of the power supply system in the state. In such case the contractor will have to arrange suitable electrical power through silent generator on his own account.

12. Clearance of site: 12.1 Before starting any work, the work site where necessary, must be properly dressed after

cutting, clearing and cleaning all varieties of jungles and shrubs (if any) including bamboo clusters or any undesirable vegetation, rubbish, sludge etc. from the site of works, for which no payment will be made extra.

12.2. The site must be cleared by the contractor of the rubbish etc. from time to time in the course of execution of the work.

12.3. On completion of work, all temporary works shall be removed by the contractor. All scars of construction shall be obliterated and the whole site left in a clean and workman like manner, to the entire satisfaction of Engineer-in-Charge. No separate payment shall be made for these, the cost thereof being deemed to have been included in the contractor‘s rate for the work.

13. Serviceable materials: All serviceable materials obtained from excavations or from dismantling of existing structures if

any shall remain the property of M.P.W.D. The responsibility for stacking materials as are considered serviceable by the Engineer-in-Charge and handing over the same to the Engineer-in-Charge shall lie fully with the contractor and nothing will be paid on this account. In case of any loss or damage of serviceable materials prior to handing over the same as aforesaid, full value thereof will be recovered from the contractor‘s bill at rates as assessed by the Engineer-in-Charge.

14. Unserviceable materials: The contractor shall remove all unserviceable materials to the place as directed. The contractor should level and dress the work site on completion of the relevant portion of work, as per direction of the Engineer-in-Charge. No extra payment shall be made on this account.

15. Quality of materials: All materials brought to the site must be as approved by the Engineer-in-Charge. Rejected materials must be removed by the contractor from the site within 24 hours of the issue of orders to that effect. In case of non-compliance with such order, the Engineer-in-Charge shall have the authority to remove such rejected materials at the cost and expense of the contractor and the contractor shall not be entitled to claim any loss or damage on that account.

16. Materials and labourers: All materials and all labourers (skilled and unskilled) including their water supply, sanitation, procurement of food stuff, medical aid etc. are to be arranged by the contractor. Cost of transport of materials and labour and aforesaid allied items shall have to be borne by the contractor and included in his rate for the work.

17. Unskilled labourer: Normally, without the consent of the Engineer-in-Charge, no unskilled labourers shall be mobilised from any state other than the one where the work is to be executed. Labourers from

P a g e | 153

outside State could be engaged with the permission of Engineer-in-Charge when the exigency or progress of works demands and after getting due permit from the competent authority as per the prevailing law of the State.

18. Tools and plant: All tools and plant including pile driving rig, pile casing, winching machine, pile testing devices, hoists, cranes, pumps and other equipment as required for the work are to be arranged by the contractor. Cost and transport of all the tools and plant shall have to be borne by the Contractor. All the above cost and hire charges of tools and plant shall be deemed to have been included in the rate quoted by the contractor and no separate payment shall be made on such account.

19. Contractor‟s agent or representative: 19.1. The Contractor shall not assign the agreement or sublet any portion of the work. The

Contractor shall appoint an authorised representative and necessary technical personnel in respect of one or more of the following purposes only.

a) General day-to-day management of the work. b) To attend measurements when taken by M.P.W.D. officials and to sign the records of such measurements.

19.2. The selection of authorised representative is subject to the prior approval of the Engineer-in-Charge and the contractor shall seek in writing such approval giving therein the name of work and name and address of the representative he wants to appoint and the specific purpose for which the representative will be authorised for. Even after first approval, the Engineer-in-Charge may issue, at any subsequent date, revised directions about such authorised representative and the contractor shall be bound to abide by such directions. The Engineer-in-Charge shall not be bound to assign any reason for any of his directives with regard to the appointment of authorised representative. The Engineer-in-charge shall have the authority to ask the contractor to engage or not to engage any technical staff or non-technical staff of the contractor at the site and the contractor shall be bound to comply such instruction of the Engineer-in-charge.

19.3. The provisions of a power of attorney, if any, must be to the approval of M.P.W.D., otherwise the M.P.W.D. shall not be bound to take cognizance of such power of Attorney.

20. Site office: The Contractor shall have an office adjacent to the work site as may be approved by the

Engineer-in-Charge, where all directions and notice of any kind whatsoever, which the Engineer-in-Charge or his representative may desire to give to the contractor in connection with the contract, may be left and the same, when left at or sent by post to such office or delivered to the contractors authorised agent or representative, shall be deemed to be sufficiently served upon the Contractor. The Contractor shall provide an office adjacent to the work site as approved by the Engineer-in-charge as the site office of the Department with provisions for necessary furniture, telephones with internet connections, equipment etc. complete at the cost of the contractor.

21. Godown, labour Shed etc.: 21.1 The Contractor shall make his own arrangement for storage space and godown for his tools

and plants, materials and shall also erect at his own cost, necessary sheds and godown of adequate capacity at the site of work for proper safety of materials such as cement, steel materials etc. All these shall have to be with the approval of the Engineer-in-Charge. The sheds and godowns shall be readily accessible and be open to inspection to any authorised officer of M.P.W.D. at any time during pendency of the contract.

21.2 The Contractor shall arrange for temporary sheds and latrines, water supply etc. for the accommodation and use of his staff.

P a g e | 154

21.3 These shall be properly maintained all through the period of construction in clean and hygienic condition to the satisfaction of the Engineer-in-Charge.

The location of godown, stacking place and the temporary structures must have the prior approval of the Engineer-in-Charge. The land, if available within the work site, will be given free of rent. Any land outside the work site, as may be required for the purpose, will have to be arranged by the contractor himself at his own cost.

21.4. On completion of the work all sheds, godown, vats, platforms etc. erected by the contractor for constructional purpose, shall have to be removed by him at his own cost and the ground restored to its original condition to the satisfaction of the Engineer-in-Charge.

22. Site Order Book: 22.1. The Contractor shall within seven days of the receipt of the order to take up work, supply at his

own cost, Site Order Book to the Assistant Engineer concerned. The site order book shall be kept at the work site under the custody of the Assistant Engineer or his authorised representative. The site order book shall have machine numbered pages in triplicate. Directions or instructions from M.P.W.D. officials issued to the Contractor will be entered (in triplicate) in the site order book (except when such directions or instructions are given by separate letters). The Contractor or his authorised representative shall regularly note the entries in the site order book and also record thereon the action taken or being taken by him complying with the said directions or instructions or any relevant point related to the work. The Contractor or his authorised representative may take away the duplicate page of the site order book for his own record.

22.2. The first page of the site order book shall contain the following particulars:

a) Name of the work.

b) Reference to contract No. c) Date of opening the site order book. d) Name and address of the Contractor with telephone no. (if any) e) Signature of the Contractor. f) Name and address of the authorised representative who is authorised to act on behalf of the

Contractor. g) Specific purpose for which the Contractor‘s representative is authorised to act on behalf of the

Contractor. h) Signature of the authorised representative duly attested by the Contractor. i) Signature of the Assistant Engineer concerned. j) Date of written order to commence work. k) Time of completion of work with date. l) Extension of time granted, if any. m) Date of actual completion of work. n) Dates of recording of running & final measurements.

Entries vide (m) and (n) above shall be filled in on completion of the work and before the site order book is recorded in the office of the Assistant Engineer concerned.

23. Work programme: The work must be taken up within the days stipulated in the NIT and be completed in all

respects within the specified time of completion as per the miles stones as mentioned in detailed NIT.

24. Setting out of work: 24.1. The Contractor shall be responsible for the true and perfect setting out to the correctness of the

position, levels, dimensions and alignment of all parts of the work. If at any time during the progress of the work, any error shall appear or arise on the position, levels, dimensions or alignment of any part of the works, the Contractor, on being instructed to do so by the

P a g e | 155

Engineer-in-Charge, shall at the Contractor‘s own expense, rectify such error to the satisfaction of the Engineer-in-Charge.

24.2. Any setting out that may be done or checked by the Engineer-in-charge or his representative or any line or level that may have been given or checked by either of them, shall not in any way relieve the Contractor of his responsibility for the correctness thereof.

24.3. Before starting of the work, the contractor must, at his own cost and expense, erect temporary pillars as may be required in suitable places as directed by the Engineer-in-Charge. These pillars from which the layout of all important levels and alignments will be fixed, must be at such locations and of such a nature as not to be disturbed in the process of construction. The Contractor shall provide all instruments, appliances and labour required for setting out of the works and for the use of and attendance upon the Engineer-in-Charge and/or his authorised representative whenever required for any purpose in connection with the works.

25. Working drawings and detailed estimates: The detailed working drawings are enclosed along with the NIT. It can be downloaded from the

website www.manipurtenders.gov.in along with other documents. Any further clarification may be obtained from the Engineer-in-charge.

26. Workmanship and testing: 26.1 All materials and workmanship shall be of the respective kinds described in the contract

document and shall be subjected from time to time to such tests as the Engineer-in-Charge may direct at the place of manufacture or fabrication or on the site or at all or any such place. The Contractor shall provide such assistance, instruments, machines, labour and materials as the Engineer-in-Charge may require for examining, measuring and for testing the works and the quality, weight or quantity of the materials used and shall supply samples for testing as may be selected and required by the Engineer-in-Charge.

26.2. The Contractor shall set up a field laboratory at the work site. Test conducted in the field laboratory shall be opened for random checking of the Engineer-in-Charge or his authorised representative.

27. Co-operation and co-ordination with other contractors: During the pendency of this contract, M.P.W.D. shall have the liberty to engage a number of

contractors for ancillary work (not provided in this contract) on completion of any part of the Building and the contractor shall extend co-operation to the new contractors.

28. Completion Drawings and Inventory list:

Immediately on completion of the work the contractor shall submit completion drawings in 6 (Six) copies each for all works executed by him and inventory list of furniture provided under the contract for approval of the Engineer-in-Charge. The contractor‘s rate shall be inclusive of such costs.

29. Guarantee Period: The Contractor shall stand guarantee for the work done by him for a period of 12 (twelve) months from the date of completion of the work. Any defects and short comings due to faulty design and/ or defective construction shall have to be made good by the contractor at his own cost and expense.

30. Incentive for early completion: Notwithstanding what has been stated in the Clause 2-A of the General Condition of contract, no incentive is payable to the contractor for early completion of the work.

31. Additional Security for Low Bids: The additional security for unbalanced bids shall be valid until 28 days from the date of issue of

P a g e | 156

the Certificate of Completion. 32. DECLARATIONS BY THE TENDERER

(I) I/We have inspected the work site and have made me/us fully acquainted with the local

conditions in and around the work site. I/We shall be bound by the conditions laid down in the Notice Inviting Tenders (PWD Form 6), Special Terms & Conditions, Special Specifications, General Specifications, Special Information for Tenderers, General Rules & Direction, Conditions of Contract, Clauses of Contract and also PWD Form No. 7/8 (as amended). I/We have gone through the “M.S.R. 2017 and MSR Elect, 2011”, National Building Code and also the B.I.S. code of practices as mentioned in clause 1.1. to 1.6 of the Special Terms and Conditions. My/Our tender is offered taking due consideration of all factors and if the same be accepted I/We promise to abide by all stipulations of contract documents. I/we shall also uniformly maintain such progress with the works as may be directed by the Engineer-in-Charge of the works to ensure completion of same within the targeted date.

My/Our Permanent Income Tax account No. is ......................................... My/Our GST registration No. is .........................................

Postal address with Telephone no. ............................................................ ............................................................ ........................................ ..................................................... (Dated Signature of the Tenderer)

(2)

I/We do hereby solemnly declare that no condition on my/our part, has been stipulated for the work “Setting up of IT-SEZ Building I (SH: Balance Work)” and I/we shall abide by the conditions laid down by the P.W.D., Manipur in the tender document for the work. Date/place Signature of the Tenderer

P a g e | 157

ANNEXURE – III

SPECIAL SPECIFICATIONS

1. Scope of Work: The work consists of ―Setting up of IT-SEZ Building I (SH: Balance Work)” including other infrastructure and facilities as per scope & specification mentioned in the bid document.

2 Working drawings:

The successful contractor shall execute the work as per the detailed working drawings

uploaded on the website and any further revisions/modifications/additions issued by the

Engineer-in-charge from time to time during the progress of work.

P a g e | 158

ANNEXURE-IV

GENERAL SPECIFICATIONS

1. General:

(i) All works shall be carried out in accordance with Specifications adopted in Manipur

Schedule of Rates – 2017 and MSR Elect, 2011 and particular specification of item as

per manufacturers‘ specification.

(ii) Works not covered in Manipur Schedule of Rates – 2017, specification shall be carried

out as per relevant B.I.S. code of practices and C.P.W.D. Specification.

(iii) For rest of the specialised items, the particular specification of the contract shall be

applicable and as per manufacturer‘s specification.

2. Materials:

Each item of material specifications listed shall conform to as mentioned above in clause 1, and

B.I.S. code of practices as amended from time to time as approved by the Engineer-in-Charge.

The contractor‘s rate for the job shall be inclusive of cost of all materials including taxes,

handling, carriage, storage, guarding etc. all complete.

2.1. Bricks:

Bricks shall be of approved quality of standard specifications made of burnt clay, handmade or

machine made. The bricks shall be free from nodules of free lime, visible cracks, flaws, war

page and organic matter but shall have frog. Standard sizes shall be locally available size 240

mm x 114 mm x 635 mm. It should be made of good earth, uniform deep red, cherry or copper

colour, thoroughly burnt in kiln without being vitrified, regular in shape and produce a clear

ringing sound when struck together and have minimum crushing strength of 10.5 MPA.

Water absorption when tested shall not be more than 20% by weight after 24 hours of

soaking in cold water. A collection of bricks of same class and size manufactured under

relatively similar conditions of production. Sampling lot of bricks shall be 50,000 bricks.

Dimensional tolerance shall be Length of 240 mm (235 ± 4mm) Width of 114 mm (110 ± 4mm) Height of 634mm (630 ± 4mm)

Specification for building bricks shall confirm to IS :1077.

2.2. Coarse aggregates for cement concrete works:

Aggregates shall comply with the requirements as per IS : 383. Coarse aggregates, crushed or

uncrushed shall be hard, uniform and fine texture. It shall be roughly cubical in shape, flaky and

elongated pieces shall be avoided. Aggregates shall be free from faults or planes of weakness

and free from weathered faces. It shall be free from vines, adherent coatings, injurious amounts

of disintegrated pieces, alkali matter and other deleterious substances.

Grading shall be in conformity with the requirements as laid down in IS : 384. It shall be either

graded or single size as specified by Engineer-in-Charge. The single size coarse aggregates of

different nominal sizes shall be mixed at site with other ingredients directly in the mixture in

suitable proportions to get the desired overall grading of aggregates as per B.I.S.

Specifications. Since analysis shall be done for identifying grading maximum size of

aggregates for reinforced concrete shall be 20mm and 40mm for plain concrete like bed

P a g e | 159

concrete. For heavily reinforced concrete members maximum size of the aggregates should

usually be restricted to 5mm less than the minimum clear distance between the main bars or

5mm less than minimum cover to reinforcement whichever is smaller.

2.3. Fine aggregates:

Fine aggregates which passes through 4.75mm IS Seive shall consist of natural sand, crushed

stone sand or crushed gravel sand/stone dust. It should be hard, durable, chemically inert,

clean and free from adherent coatings, organic matter etc. Grading should be done on the

basis of particle size and between Zone No.I to II. Silt content shall not exceed 8% by volume

and 5% by weight.

Both the coarse and fine aggregates shall have the quality to produce M30 concrete.

Stacking of aggregates shall be done on a hard, dry and level patch of ground. The aggregates

stacks shall not form pyramids and shall be in regular stacks of height not exceeding 100 cm.

Medium sand whose fineness modulus between 2 to 2.8 may be used for plastering works.

Filling plinth shall be used by fine sand or sandy soil.

2.4. Water:

Water to be used both for mixing and curing shall be clear and free from injurious amounts of

oils, acids, alkalies, salts, sugar, organic materials or often substances that may be harmful to

concrete or steel. For mixing and also for curing potable water is considered satisfactory.

Separate lined pond of adequate size shall be dug in the construction site for storage of water.

Permissible limits of solids as per table I of IS : 456 : 2000 is given below for reference: Sl.No. Tested as per Permissible limit (max) i) Organic IS: 3025 (Part 18) 200 mg/L ii) Inorganic IS: 3025 (Part 18) 3000mg/L iii) Sulphates (as SO3) IS: 3025 (Part 24) 400mg/L iv) Chlorides (as CI) IS : 3025 (Part 32) 2000mg/L for concrete not containing embedded steel and 500 mg/l for reinforced concrete work. v) Suspended matter IS: 3025 (Part 17) 2000 mg/l

2.5. Cement :

Cement for plain and reinforced concrete shall be OPC grade 43 conforming to IS : 8112.

IS:455 (PSC) and IS:1489 (PPC) can also be used where applicable. The weight of such

cements shall be 50kg/bag. Similar brand of cements from the same source shall be used

throughout the construction. Cement bags must be stored in a water tight shed having wooden

platform raised at least 50cm from the ground. Cements should be piled upto 10 bags high in

case of header and stretcher and not more than 7 bags high in case of header or stretcher

only. Cement which is partially set or lumpy or caked is to be treated as damaged and shall be

removed from the site immediately. Only fresh and new cement should be used. For masonry

and plastering works OPC grade 33 and blended cements may be used. Single brand from the

same source should be used for all concreting work.

2.6. Admixtures :

Admixtures shall be used if required. The following admixtures conforming to IS: 9103 may be

used according to suitability.

P a g e | 160

a) Air entraining b) Water reducing c) Water reducing retarders

d) Retarders e) Accelerators.

Dosage of these admixtures may vary according to the manufacturer‘s specification and if used

manufacturer‘s specification should be followed. Admixtures may be used in the form of powder

or liquid.

2.7. Steel:

Steel for R.C.C. work shall be TMT (Thermo mechanically Treated bars) of not less than Fe

:500. The grades, chemical and mechanical properties shall conform to IS : 1786. All structural

steel shall conform to Grade A conforming to IS : 2062. All steel shall be clean and free from

loose mill scales, dust, loose rust and coats of paints, oil or other coatings before its use in the

work. The steel to be used shall be of TATA TISCON or SAIL or of other manufacturers as

approved by the Engineer-in-charge.

2.8. Timber :

All timber which shall be used should be of the following category:

i) Teak wood in stair case railing and wall panelling.

ii) Class A such as Uningthou, for joists of panelling etc.

The timber shall be free from decays, fungal growth, edges, splits, cracks and insect damage.

The colour of the timber with a silky lustre when painted. Knots should be avoided over

specified limit. Seasoned timber whose moisture content has been reduced to the specified

minimum shall be used.

2.9. Glass:

All glass shall be as per IS:176 and shall reasonably free from blisters, stain scratches,

bubbles, flows and blemishes. All glasses shall of the specified type as per design, drawing

and direction of the Engineer-in-Charge and shall not be less than 7.4 kg/m2

2.10. Door and windows fittings:

Fittings shall be brass as directed by Engineer-in-Charge. These shall be well made,

reasonably smooth and free from sharp edges, corners, flaws and other defects. Screw holes

shall be counter sunk to suit the head of specified screws. Iron fittings shall be finished bright or

black enamelled or copper oxidised. Brass fittings shall be finished bright or anodised or as

specified. Fittings shall be got approved by the Engineer-in-Charge before fixing. Screws shall

be driven home with screw driver and not hammered in.

2.11. Paints:

All paints shall be delivered in strong containers, marked with the colour of the paint, brand

name, volume of the paint content in litres of best quality of approved make and brand as

approved by the Engineer-in-Charge. Any paint although of approved brand, which is hardened

in the container that it cannot be readily broken up with a stirrer to a smooth uniform painting

consistency shall be rejected. Any paint or enamel too thick for proper brush application shall

be rejected.

2.12. G.I. pipes, specials & Fittings:

All G.I. pipes for plumbing work shall be of Tata make of medium tested quality and, all G.I.

specials, valves etc. as required for plumbing works shall be of approved make. All pipe fittings

should be concealed in wall.

2.13. C.I. pipes & specials:

P a g e | 161

All C.I. pipes, specials and valves for water line shall be of approved make and shall be tested

for at least designed working pressure.

2.14. S.W. pipes & R.C.C. pipes :

All stone ware pipes and R.C.C. pipes for storm drainage and sewerage shall confirm to

relevant B.I.S code of practices.

2.15. C.I. Soil or P.V.C. pipes :

All C.I. and P.V.C. soil pipes shall confirm to relevant B.I.S. Code of practices.

2.16. Sanitary wares and fittings:

All sanitary wares and fittings shall be of approved make of high grade quality conforming to

B.I.S. code of practices. All fittings should indicate their brand and quality by the contractor.

2.17. Materials for Acoustics:

All gypsum boards and other materials for acoustics treatment shall conform to relevant B.I.S.

code of practices and to the satisfaction of Engineer-in-Charge.

3. Execution:

All work shall be carried out in proper workman like manner. Items of works not covered by the

following shall be carried out according to relevant B.I.S. code of practices and as per

directions of the Engineer-in-Charge and to his satisfaction. The cost of all stages of works

shall be deemed to have been included in the rate quoted by the contractor.

3.1. Excavation of foundation and filling of trenches:

Excavation of foundation shall be done as per drawing and direction of the Engineer-in-Charge.

The excavated areas around the foundation structures are to be filled up properly to the

required level with earth obtained from excavation of foundation and also with carried earth if

necessary in layers not exceeding 150mm at a time.

3.2. Shoring:

For retaining loose earth, necessary poling boards and salbullah piling as required shall be

provided with necessary struts in the excavated trench.

4. Cement Concrete works (Plain or Reinforced):

4.1. Formwork:

Formwork shall include all temporary or permanent forms of moulds required for forming the

concrete which is cast-in-situ, together with temporary constructions required for their support.

a) Tolerance in construction

i) Deviation from specified dimension of cross section of column and beams +12

b) Deviation from dimensions of footings

i) Dimension in plan + 12mm

ii) Eccentricity in plan 0.02 times the width of the footings in the direction of

deviation but not more than 50mm.

iii) Thickness + 0.05 times the specified thickness.

4.2. Materials:

Shuttering may be of approved dressed timber true to line, not less than 35mm or 19m ply

wood or steel sheet. Surface to be in contact with concrete are to be planed smooth except

where otherwise stated. In every case, joints of the shuttering are to be such as to prevent the

loss of liquid from concrete. In timber shuttering the joints must be perfectly closed and the

P a g e | 162

entire shuttering surface shall be covered with polythene sheet of approved quality. In case of

steel shuttering also the joints are to be properly repaired before use and properly cleaned to

avoid stains, honeycombing, seepage of slurry through joints etc. All rubbish, particularly

chippings, shavings and sawdust shall be removed from the interior of the forms before the

concrete is placed. The face of formwork in contact with the concrete shall be cleaned and

treated with form release agent of approved make. Release agents should be applied so as to

provide a thin uniform coating to the forms without coating the reinforcement. Interior of all

moulds and boxes must be thoroughly washed but with a hose pipe or otherwise so as to be

perfectly clean and free from all extraneous matter prior to the deposition of concrete.

4.3. Camber:

The form work shall be so assembled as to provide for camber. The centre for beams and

slabs shall be 4mm per meter( 1 to 250) or as directed by the Engineer-in-Charge. For

cantilever the camber at free end shall be 1/50 th of the projected length or as directed by the

Engineer - in - Charge.

4.4. Stripping time:

Forms shall not be released until the concrete has achieved a strength of at least twice the

stress to which the concrete may be subjected of at the time to removal of for work, where

ordinary Portland cement is used the following stripping period as per IS 456 : 2000 is to be

adhered to:

Type of work Minimum period before

striking Formwork a) Vertical formwork to columns, walls, beams, 16 - 24h. b) Soffit formwork to slabs (Props to be refixed immediately after removal of formwork) 3 days c) Soffit formwork to beams (Props to be refixed immediately after removal of formwork) 7 days d) Props to slabs : i) Spanning upto 4.5 m 7 days ii) Spanning over 4.5 m 14 days e) Props to beams and arches : i) Spanning upto 6 m 14 days ii) Spanning over 6 m 21 days

For other types of cement, the stripping time recommended for ordinary Portland

cement may be suitably modified. If Portland Pozzolana/Portland Slag or Low heat cement has

been used for concrete, the stripping time will be 10/7 of the period stated above.

The number of props left under, their sizes and disposition shall be such as to be able to safely

carry the full dead load of the slabs, beam or arch as the case may be together with any live

load likely to occur during curing or further construction.

4.5. Scaffolding:

The scaffolding must be strong and rigid, stiffened with necessary cross bracers and always

decked and boarded on the sills with closed boarded ceilings and swings to prevent any injury

P a g e | 163

to persons or materials. If for the interest of the work contractors have to erect scaffolding in

other‘s properties including local bodies or corporation, the arrangements for the same

including the cost of licensing fees etc. shall have to be borne by the contractor and the

department should be kept free from any liability on this account.

4.6. (i) Formwork Inspection : The Engineer-in-Charge shall inspect the completed formwork before

concreting or placing of reinforcement bars. Proper care should be taken to make it leak proof.

The forms are to be erected in accurate alignment and profile of the finished concrete surface

should be ensured. The shuttering surface before concreting should be free from any

defects/deposits and fully cleaned so as to give perfectly straight and smooth edge.

Erection : Material for centering and shuttering should be strong enough to take load

coming to the formwork. The formwork should be designed according to the

loads to carry by the formwork. Bracing, struts and ties shall be installed

alongwith the progress of formwork to ensure strength and stability of the

formwork at intermediate stage. For steel sections (if desired to use) shall be

secured against tilting and overturning. Bracing shall also be tightened. Double

wedges shall be provided for adjustment of the form to the required position.

Any settlement and elastic shortening of the props should be avoided.

4.7. Reinforcement:

(i) General requirements:

Thermo mechanically Treated Bars (herinafter refered to TMT) of yield strength 515

N/mm2 conforming to IS should be used for all reinforced concrete members. TMT of

Tata and Sail made is desirable.

(ii) Test :

The following laboratory tests shall be carried out for all rebars to be used a) Tensile tests as per IS : 1608 b) Bend tests as per IS : 1599 c) Re-test as per IS : 1786 d) Rebound test as per IS : 1786 e) Nominal Mass test as IS : 1786 f) Elongation Stress as IS : 1786 g) Proof Stress as IS : 1786

(iii) Stacking & Storage :

All steel for reinforcement shall be stored in such a way to prevent corrosion and

distortion. Bars of different sizes shall be stored separately and should not be stored in

a mixed up manner. Corroded bars will not be used at any point of time.

(iv) Assembly :

All bars shall be bent correctly as shown in the structural drawing or as directed by

Engineer-in-Charge. Number of laps should be minimum and lapping distance shall be

minimum and lapping distance shall be done as per the guidelines of Engineer-in-

Charge. The overlapping bars should not be at the same point but to be in staggered

position. In any case bars should not overlap at confinement zones.

(iv) Anchoring :

Anchorage of bars in tension and compression shall be calculated as per IS: 456-2000.

(vi) Binders, Stirrups, Links etc. :

P a g e | 164

In case of binders, strirrups and links, the hooks shall be 1350 bend and length of

straight portion beyond the curve shall not be less than 10 times the nominal size of

bars from the centre of the corner longitudinal bar.

(vii) Welding of bars :

Welding of bars, if necessary shall be done as approved by the Engineer-in-Charge as

per IS : 2751 and IS : 9417.

(viii) Placing in position:

The reinforced bars shall be placed in position as per drawings. The crossing of bars

shall be tied together at every intersection with two strands of annealed steel wire 0.9

to 1.6 mm thickness twisted tight securely so as not to displaced during casting of

concrete.

(ix) Cover to reinforcement: Adequate cover blocks of size made of plastic, A.C. and cast-

in-situ mortar block may be used around the reinforcement so as to get uniform

thickness of cover as specified in the drawing.

5. Concreting:

All concrete for reinforced concrete shall be of M30. The requirement of aggregates shall

conform to the clauses mentioned in clause 2.2 and 2.3 and cement as per clause 2.5

6. Design Mix Concrete:

As the guarantor of quality of concrete used in the construction, the contractor shall carry out

the mix design and the mix so designed (not the method of design) shall be approved by the

employer within the limitations of parameters and other stipulations laid down by this standard.

The mix shall be designed to produce the grade of concrete having the required workability and

a characteristic strength not less than appropriate value. The target mean strength of concrete

mix should be equal to the characteristic strength plus 1.65 times the standard deviation.

7. Proportioning and Mixing of Concrete:

The mix proportions shall be selected to ensure the workability of the fresh concrete and when

the concrete is hardened it shall have the required strength of M 30 concrete. For all concrete

work the mixing of concrete shall be done in mechanical mixers operated manually or by power

as directed by the Engineer-in-Charge. Only the quantity of concrete which can be used within

30 minutes of its mixing shall be prepared at a time. Mixer shall be cleaned with water each

time before suspending the work. Pump concrete may also be used as per direction of

Engineer-in-Charge.

Frequent tests for bulking of sand shall be carried out with the sand to be used and the amount

of bulking allowed for in the field mix so as to keep the actual proportion consistency constant

throughout.

The total water content in each batch of concrete shall always be kept constant as the amount

previously determined by experiments. The quantity of water to be actually added may,

therefore, vary depending on moisture content in the aggregates. The amount of slump may be

taken as a good guide indicating the total water content. The consistency and consequently the

water content of the concrete shall therefore be kept constant and checked from time to time as

work proceeds by standard slump test. The slump tests of the concrete shall be carried out

immediately after it has been mixed and before any initial set has commenced, the sample

being taken preferably at the place where the concrete is being delivered for placing in the

P a g e | 165

mould. Workability of concrete should be in conformity with clause 4.2.2 of concrete works

(Revised CPWD Specification 2009 for cement mortar, cement concrete and RCC work).The

mix shall be designed to produce M30 concrete having required workability and characteristic

strength mix should be equal to the characteristic strength plus 1.65 times the standard

deviation. Mix design done earlier not prior to one year may be considered adequate for later

work provided there is no change in source and the quality of the materials.

Assumed standard deviation for different grades of concrete in absence of any test may be

taken as per IS : 456 – 2000.

Grade of Concrete Assumed standard deviation (N/mm2) M10 M15 3.50 M20 M25 4.00 M30 M35 5.00

8. Acceptance Criteria :

The concrete shall be deemed to comply with the acceptance criteria of strength requirements

as per IS: 456-2000 for mix designed concrete and as decided by the Engineer-in-charge.

8.1. Flexural Strength:

When both the following conditions are met, the concrete complies with the specified flexural

strength.

(a) The mean strength determined from any group of four consecutive test results exceeds

the specified characteristic strength by at least 0.3 N/mm2

(b) The strength determined from any test result in less than the specified characteristics

strength less 0.3 N/mm2

9. Sampling and strength of designed concrete mix. :

Samples from fresh concrete shall be taken as per IS:1199 and cubes shall be made, cured

under normal condition (Boiling water curing may also be mandatory while continuance of

work) and tested at 28 days in accordance with IS:516-2000. A random sampling procedure

shall be adopted to ensure that each concrete batch shall have a reasonable chance of being

tested, i.e.. the sampling should be spread over the entire period of concreting and cover all

mixing units.

Frequency :

The minimum frequency of sampling of concrete shall be in accordance with the following :

Quantity of Concrete (m3) Number of samples 1 - 5 1 6 - 15 2 16 - 30 3 31 - 50 4 51 and above 4 plus one additional sample for each additional 50 m3 or part thereof

9.1. Test Specimen :

Three test specimens shall be made for each sample for testing at 28 days. Additional samples

may be required for various purposes such as to determine the strength of concrete at 7 days

P a g e | 166

or at the time of striking the formwork, or to determine the duration of curing, or to check the

testing error. Additional samples may also be required for testing samples cured by accelerated

methods as described in IS: 9013. The specimen shall be tested as described in IS: 516.

9.2. Test Results of sample :

The test results of the sample shall be the average of the strength of three specimens. The

individual variation should not be more than + 15 percent of the average. If more, the test

results of the sample are invalid.

9.3. The concrete mixed design and test result of samples shall be vetted by a reputed Institution at

the cost of the contractor.

10. Placing of concrete :

The concrete shall be handled from the place of mixing to the place of final deposit as rapidly

as practicable by methods which will prevent segregation or loss of the ingredients. The

concrete shall be placed and compacted before initial setting of concrete commences and

should not be subsequently disturbed. In deep trenches and footings, concrete shall be placed

through chutes or as directed by the Engineer-in-Charge. In case of columns and walls, the

shuttering shall be adjusted that the vertical drop of concrete is not more than 1.5 metres at a

time. It is necessary that the time between mixing and placing of concrete shall not exceed 30

minutes so that the initial setting process is not interfered with.

11. Compaction:

Concrete shall be compacted using mechanical vibrators complying with IS: 2505, IS: 2506, IS:

2514 and IS: 4656. Over vibration and under vibration should be avoided. Poker or needle

vibrators of r.p.m. not less than 3000 are to be used. Concrete shall be placed and compacted

in its final position before setting has commenced and shall not subsequently be disturbed.

12. Continuous concreting:

Concreting shall be carried out continuously up to construction joints, the position and

arrangements of which shall be pre-determined by the Engineer-in-Charge or his

representatives. Any rest, pauses, such as for men, shall be subjected to his approval. All

concreting work should be programmed as not to necessitate work at night. If for any reason

this becomes imperative, the contractor shall obtain prior permission of the Engineer-in-Charge

or his representatives and make proper lighting arrangements to his satisfaction.

13. Protection and Curing:

The contractor shall adequately protect freshly laid concrete, about 1 to 2 hours after its laying

from too rapid drying due to sunshine, drying winds etc. and also from rains or surface water

and shocks by covering with moist gunny bags, canvass, hessian or any other material

approved by the Engineer-in-Charge. After 24 hours of laying of concrete, surface shall be

cured by ponding with water for a minimum period of 10 days in case the portland cement is

used. The water should be of minimum 25 mm depth. Approved curing compounds may be

used in lieu of moist curing. Over the foundation concrete masonry work may be started after

48 hours of its laying, but the curing of cement concrete shall be continued along with masonry

work for a minimum period of 10 days. In case of cement concrete used as sub-grade for

flooring, the flooring may be commenced within 48 hours of the laying of sub-grade. In case it is

not possible to do so due to emergency of work, the subgrade shall be roughened with steel

wire brush without disturbing the concrete, wetted and neat cement slurry at the rate of 1.75 kg

P a g e | 167

of cement per square metre applied to the base before laying of floor. The curing is to be

continued along with the top layer of flooring for a minimum period of 10 days.

14.1. Construction joints :

All joints in slabs and other horizontal members are to be formed by inserting vertical boards

against which the concrete deposited can be properly rammed. Necessary slots are to be made

for reinforcement bars to pass without bending the position where such joints may be made will

be indicated by the Engineer-in-Charge or his representative.

In columns, the joints shall be horizontal and 10 to 15 cm below the bottom of the beam

running into the column head. The portion of the column between the stepping off level and the

top of the slab shall be concreted with the beam.

When the work has to be resumed, the joint shall be thoroughly cleaned with wire brush and

loose particles removed. A coat of neat cement slurry at the rate of 2.75 Kg. of cement per

square metre shall then be applied on the roughened surface before fresh concrete is laid for

vertical surface. For Horizontal surface cement mortar consisting of 1:1 (1 cement : 1 coarse

sand) or 1:1½ ( 1 cement : 1½ coarse sand) shall be applied to a thickness of 10 mm to 12 mm

before fresh concrete is laid.

14.2. Expansion Joints :

Expansion joints shall be provided as shown in the structural drawings or as indicated in Fig. 10

to 25 of revised C.P.W.D. specification 2002 for Cement mortar, Cement Concrete and R.C.C.

works (vol. II) or as directed by Engineer-in-Charge for the purpose of general guidance. It is

recommended that structures exceeding 45 m. in length shall be divided by one or more

expansion joints. The filling of these joints with bitumen filler, bitumen felt or any such material

and provision of copper plate etc.

15. Quality Assurance Measures :

Adequate quality assurance measures shall be taken in order that the properties of completed

structure be consistent with the requirements and assumption during the planning and design

stage. It relates to proper design use of adequate materials and components to be supplied by

the Contractors, proper workmanship with guidelines of the Engineer-in-Charge and proper and

timely execution. To ensure proper performance, it is necessary that each step in concreting

which will be covered by the next step is inspected as the work proceeds.

15.1. Testing of Concrete :

Regular mandatory tests on the workability of fresh concrete shall be done to achieve the

specified characteristic strength.

a) Mandatory lab test. b) Mandatory field test.

15.2. Mandatory lab. test :

One sample consisting of six cubes 15 x 15 x 15 cm shall be taken for every 20 cum. or part

thereof of concrete work ignoring any part less than 5 cum. or as often as considered

necessary by the Engineer-in-Charge. The test of concrete cubes shall be carried out in

accordance with the procedure described in Appendix ‗A‘ of Chapter 5 of C.P.W.D.

specifications Volume III - latest publication.

P a g e | 168

A register of testing of cubes shall be maintained at site of work. The casting of cubes, cements

used for cubes and other incidental charge such as curing, carriage to the testing laboratory

shall be borne by the contractors.

15.3. Sample of concrete :

Sampling of concrete shall have to be done as per Appendix A - 1.2. of Revised P.W.D.

specifications 2002 for cement mortar, Cement Concrete and R.C.C. works. (Vol. II)

15.4. Curing and storage of test specimen :

In order to ensure reasonably uniform temperature and moisture conditions during the first 24

hours for curing the specimens and to protect them from the damage, moulds shall be covered

with wet straw or gunny sacking and placed in a storage box so constructed and kept on the

work site that its air temperature when containing concrete specimens shall remain 220C to

330C. Other suitable means which provide such a temperature and moisture conditions may be

used.

It is suggested that the storage box be made of 25 mm dressed tongued and grooved timber,

well braced with battens to avoid warping. The box should be well painted inside and outside

and shall be provided with a hinged cover and padlock.

The test specimen shall be removed from the moulds at the end of the 24 hours and stored in a

moist condition at a temperature within 240C to 300C until the time of test. If storage in water is

desired, a saturated lime solution shall be used.

15.5. Testing :

The specimens shall be tested in accordance with procedure as described below :

a) The test shall be made at an age of concrete corresponding to that for which the

strength is specified.

b) Compression tests shall be made immediately upon removal of the concrete test

specimen from the curing room i,e. the test specimen shall be loaded in damp

condition. The dimension of the test specimens shall be measured in mm accurate to

0.50 mm.

c) The metal bearing plates of the testing machine shall be placed in contact with the

ends of the test specimens. Cushioning materials shall not be used. In the case of

cubes, the test specimen shall be placed in the machine in such a manner that the load

is applied to sides of the specimens as cast. An adjustable bearing block shall be used

to transmit the load of the test specimen. The size of the bearing block shall be the

same or slightly larger than that of the test specimen. The upper or lower section of the

bearing block shall be kept in motion as the head of the testing machine is brought to a

bearing on the test specimen.

d) The load shall be applied axially without shock at the rate of approximately 14 N/mm2

per minute. The total load indicated by the testing machine at failure of test specimen

shall be recorded and the unit compressive strength is calculated in N/mm2 using the

area computed from the measured dimensions of the test specimen. The type of failure

and appearance of the concrete shall be noted.

15.6. Additional test for concrete :

In case the concrete fails when tested as per the method prescribed in the work test for

mandatory concrete lab test, one or more of the following check test may be carried out at the

P a g e | 169

discretion of Engineer-in-Charge to satisfy the strength of the concrete laid. All testing

expenditure shall be borne by the contractor. The number of additional tests to be carried out

shall be determined by the Engineer-in-Charge. He shall be the final authority for interpreting

the results of the additional test and shall decide upon the acceptance or otherwise.

His decision in this regard shall be final and binding. For the purpose of payment, the

Hammering test results only shall be the criteria. The tests are determined below :

a) Rebound Hammer Test : Rebound hammer test should be done regularly in

accordance with IS. 13311 (Part II)

b) Cutting Cores : The method of drilling and testing as desired by Engineer-in-Chief

whenever found necessary should be done as per requirements of IS:1199 and IS :

516.

c) Ultrasonic pulse Velocity Test : The test should also be done regularly by trained

personnel in accordance with IS:13311 (Part I).

15.7. Slump Test :

Slump test shall have to be done regularly for each batch or per clause 4.2.3 of revised

C.P.W.D. specification book Vol. II.

Sampling and testing for quality control of concrete

i) Fresh concrete : Fresh concrete shall be tested for - Slump - compacting factor/ workability - consistency - Weight per cubic metre

15.8. Slump :

For concrete mixed in a central plant, slump shall be checked at

a) Immediately during loading of trucks. b) Point of discharge from the delivery truck.

c) Final placement location.

At placement location the slump measured shall conform to the design slump. Slump is to be

measured within 20 minutes from the time cement is added to the mixer.

For measuring slump at point of discharge from delivery trucks, samples shall be taken omitting

the first and last 15% of the load.

At placement location, samples for checking slump shall be collected from every 20 cum of the

concrete.

For all slump checks in the field at least two recordings shall be made and the average value

taken as the recorded slump.

Slump checks for concrete in the laboratory shall be carried out as and when required during

the mix design stage and during the progress of work for control on field results.

Slump readings shall only be a guideline for concrete consistency and shall not be taken as the

acceptability criteria for concrete placed at location. All slump tests shall be carried out in

accordance with I.S : 1199.

15.9. Compacting factor :

For concrete whose ordered slump is 50 mm or less, compacting factor test shall be conducted

at both field and control batch plant in addition to slump tests. Sampling shall be done as for

slump measurement in field and within the same time from as for slump test. Only one

P a g e | 170

compaction factor test is to be done for every 20 cum of concrete. Test is to be conducted in

compliance with I.S : 1199. Compacting factor test shall not be taken as an acceptance criteria

and is to be treated as a guide to workability of concrete.

15.10. Consistency :

This test is to be performed only at the matching plant using a Vee-Bee Consistometer for

determining slump of concrete. Number and frequency of tests shall be based on requirements

of the manufacturer of concrete. The main design should produce characteristic strength of

concrete within limits of Vee-Bee-Degrees between 1.6 and 4.5 for concrete transported and

placed by normal methods and between 0.8 and 3.5 for concrete transported, placed by

pumping method.

Weight, Cement factor and Air Content Test.

Freshly mixed concrete shall be tested in the batch plant laboratory for each batch to determine

weight per cubic metre, of cement factor and air content of the concrete. Frequency and mode

of measurement shall be finalised in consultation with the Engineer-in-Charge.

Hardened Concrete :

A strict check on the strength of concrete shall be maintained along with the requirements such

as workability, consistency, slump etc.

Test on cube crushing strength in compliance with IS: 456-2000 and IS: 516 shall be done as

under:

1) Sample of fresh concrete shall be taken at control batch plant mixer while loading

delivery trucks.

2) Test on specimens from samples collected at placement locations and results

therefrom shall be the criteria of concrete strength. Test on samples at the batch plant

shall only be taken as guideline test. Only in the case of doubtful result, the Engineer-

in-Charge may refer to such guideline results deciding on the quality of concrete.

3) For truck mix concrete and shrinks mix concrete guideline test specimens shall be

made from samples collected at discharge location from mixing trucks. The first and

last 15% of the load shall be omitted while collecting samples.

4) Frequency of sampling shall be as below :

Quantity of concrete delivered (cum) Number of samples less than 5 1 6 to 15 2 16 to 30 3 31 to 50 4 51 and above samples for each 4 plus no additional 15 cum or part thereof.

Each sample shall be of adequate quantity so that a minimum of 3 specimen cubes

can be made in accordance with IS:516.

5) All test specimens shall be made compacted, in compliance with IS:516 and results

interpreted in accordance with IS:456.

6) In addition to 28 day crushing strength test, early strength tests at 7 days shall be

conducted on both field specimens as well as guideline test specimens. Frequency of

sampling shall be same as that of test for 28 days crushing strength test. But these test

P a g e | 171

results shall only be taken as guideline values for projecting concrete strength and

shall not be constructed as conforming to specifications.

7) Crushing strength on cubes shall be conducted during the process of finalization of

concrete design mix. Frequency and number of such tests shall be as per

requirements of concrete manufacturer.

8) All test specimens for conducting crushing strength shall be properly labelled for

identification indicating - Date of making specimen - Grade of concrete - Placement location exact.

9) In addition to crushing strength test on concrete, other tests on hardened concrete are

to be made.

15.11. Non-destructive tests :

Rebound hammer test and pulse velocity (sonic or ultrasonic) test are to be carried out

in compliance with IS:13311 (Part I) and IS:13311 (Part 2). Interpretation of rebound

hammer and pulse velocity test shall rest with the Engineer-in-Charge.

All test conducted at the field laboratory shall be carried out by qualified technician

employed by the contractor, in presence of authorised representatives of the Engineer-

in-Charge. All test reports shall be jointly designed by the Engineer-in-Charge,

authorised representative and the technician conducting such test. Engineer-in-Charge

shall alone decide when such tests are to be conducted. He may instruct tests to be

conducted at laboratories other than the field laboratory. Such instructions shall be

followed without claiming extra charges on this account.

The contractor shall set up a laboratory at his own expenses which shall have facilities

for conducting all necessary field test on materials and field and laboratory test on

concrete. The laboratory shall be staffed by the contractor with qualified and

experienced scientists and technicians.

16.1. Brick work :

Cement mortar shall be prepared by mixing cement and sand in the proportion of 1 : 3 (1

cement : 3 sand). Sand shall be measured on the basis of its dry volume. In case of damp

sand, its quantity shall be increased suitably to allow for bulking.

Bricks shall be laid in English Bond unless otherwise specified. In half bricks walls, bricks shall

be laid in stretcher bond. All loose materials, dirt and wet lumps of mortar lying over the surface

on which bricks are to be laid, shall be removed with a wire brush and surface wetted. Bricks

shall be laid in position by gently pressing with the handle of the trowel.

The walls shall be taken up truly in plumb or true to the required batter where specified. Vertical

joints in alternate course shall come directly one over the other. The maximum permissible

tolerances are as follows:

a) Deviation from vertical within a storey shall not exceed 6 mm per 3 m. height.

b) Deviation in verticality in total height of any wall of building more than one storey in

height shall not exceed 12.5 mm.

c) Deviation from position shown on plan shall not exceed 12.5 mm.

P a g e | 172

d) Deviation displacement between load bearing wall in adjacent storeys intended to be

vertical alignments shall not exceed 6 mm.

No part of the wall during its construction shall rise more than one metre above the general

construction level. Parts of wall left at different level shall be raked back at an angle of 45

degrees or less with the horizontal. Toothing shall not be permitted as an alternate to raking

back.

Bricks shall be laid with frog (where provided) up. When top course is exposed, bricks shall be

laid with frog down. For the bricks to be laid with frog down, the frog shall be filled with mortar

before placing the brick in position.

In walls one bricks thick and under, one face shall be kept even and in proper plane, while the

other face may be slightly rough. In case of walls more than one bricks thick, both the faces

shall be kept even and in proper plane.

In flush finishing either the free joints of the mortar shall be worked out while still green to give

a finished surface flush with the face of the brickwork or the joints squarely raked out to a depth

of 1.5 cm while the mortar is still green.

The brick work shall be constantly kept moist on all faces for a minimum period of seven days.

Scaffolding shall be sound and strong and holes left in masonry work for supporting the

scaffolding shall be filled and made good before plastering. Where brick work or tile work is to

be exposed and not to be finished with plastering etc. double scaffolding having two

independent supports, clear of the work, shall be provided.

16.2. Curing of brick work :

Curing of brick work shall be done for 10 days for mortar made of ordinary portland cement. For

other cements like blended cement the curing period shall be extended upto 10/7 days. Curing

should not be intermittent.

17. Damp proof course :

This shall be laid to the specified full thickness over walls of the full thickness of the surface

structure walls. The surface shall be labelled and prepared before laying the cement concrete.

Edge of damp proof course shall be straight, even and vertical side shuttering shall consist of

wooden form and shall be strong and properly fixed so that it does not get disturbed during

compaction and the mortar does not leak through. The concrete mix shall be of workable

consistency and shall be tamped thoroughly to make a dense mass. When the sides are

removed, the surface should come out without any honey combing .Damp proof course shall be

cured for at least seven days. Water proofing materials of approved quality shall be added to

the concrete mixture in accordance with the manufacturer specifications.

18. STEEL WORK :

LIST OF MANDATORY TESTS

P a g e | 173

18.1. M.S SHEET SHUTTERS :

These shall be manufactured as per drawing and specifications. These shall be fabricated from

mild steel sheets and angle iron. The doors shall be provided as double frame of M.S. angle 40

x 10 x 6 mm @ 3.5 kg /metre and two diagonal braces of the same section unless otherwise

specified. The frame shall be riveted and /or welded at the junctions. Wherever riveting shall be

done 3 mm thick gusset plate with M.S. sheet of 1 mm thickness or as specified, shall be

provided at the junction, M.S. sheet of 1 mm thickness or as specified, shall be fixed to the

frame with rivets or welds as approved by the Engineer-in-Charge.

Alternately the diagonal bracing may be replaced by one horizontal and two cross flat 30 x 6

mm unless otherwise specified. The outer frame shall be provided with cleats made of section

40 x 10 mm and best in the shape of angle cleats with one arm 150 mm long and the other arm

50 mm long and fixed to the angle iron frame of the door with two 12 mm dia bolts and nuts.

For doors upto to 2.40 m heights, two angles cleats per door shall be provided.

The cleat shall have a vertical leg of 150 mm which shall be fixed with frame and horizontal leg

of 150 mm which shall be provided with hole of 24 mm dia and fixed in the projected pin of the

pin clamp.

18.2. STEEL DOOR, WINDOWS, VENTILATORS AND COMPOSITE UNITS:

Hot rolled steel sections for fabrication of steel doors, windows, ventilations and fixed heights

shall conform to IS : 7452 - 1990. Shapes, weights and designation of hot rolled sections shall

be as per IS : 7452 - 1990. Tolerance in thickness of the sections shall be + 0.2 mm. The steel

doors, windows, ventilators and composite units shall be got fabricated in workshop approved

by the Engineer-in-Charge. The steel door and windows shall be according to the specified

sizes and design. The size of doors and windows shall be calculated, so as to allow 1.25 cm

clearance on all the four sides of opening to allow for easy fitting to doors windows and

ventilators into opening. The actual sizes of doors, windows and ventilators shall not vary by

more than + 1.5 mm from those given in the drawing.

18.3. FABRICATION:

18.3.1. FRAMES:

Both the fixed and opening frames shall be made of sections which have been cut to length

and mitred. The corner of fixed and opening frames shall be welded to form a solid fused

MATERIAL

TEST

FIELD/

LABORATOR

Y TEST

TEST PROCEDURE

MIN. QUANTITY

OF MATERIAL

FOR CARRYING

OUT THE TEST.

FREQUENCY

OF TESTING

1 2 3 4 5 6

Steel

arranged by

the contractor.

a)Tensile

Strength

b) Bend Test

Laboratory IS : 1599-1974

(IS : 1599-1985)*

20 Tonne Every 20 tonne

or part thereof.

P a g e | 174

welded joint conforming to the requirements given below. All frames shall be square and flat.

The process of welding adopted shall be flash butt welding.

The section for glazing shall be tennoned and riveted into the frames and where they intersect

the vertical tie shall be broached and horizontal tee threads through it, and the intersection

closed by hydraulic pressure.

18.3.2. DOOR :

The hinges shall be of 50mm projecting type, Non projecting type hinges may also be used if

approved by the Engineer-in-Charge. The hinge pin shall be of elctro-galvanized steel or

aluminium alloy of suitable thickness and size. Door handles shall be approved by the

Engineer-in-Charge. A suitable latch lock for door openable both from inside and outside shall

be provided by the Engineer-in-Charge. A suitable latch lock for door openable both from inside

and outside shall be provided. In the case of double doors, the first closing leaf shall be the left

hand leaf locking at the door from the push side. The first closing shutter shall have a

concealed steel bolt at top and bottom. The bolts shall be so constructed as not to work loose

or drop by its own weight.

Single and double shutter door be provided with a three way bolting device. Where the device

is provided in the case of double shutters, concealed brass or steel bolts shall not be provided.

18.3.3. WINDOWS :

For fixing steel hinges, slots shall be cut in the fixed frame and hinges inserted inside and

welded to the frame at the back. The hinges shall be of projecting type with thickness not less

than 3.15mm and length not less than 65mm and width not more than 25 mm. Non projecting

type hinge may also be allowed if approved by the Engineer-in-Charge. The diameter of hinges

pins shall not be less than 6 mm. The hinge pin and washer shall be of galvanised steel or

aluminium alloy of suitable thickness.

Thickness of handle shall not be less than 3 mm in case of steel or brass and 3.5 mm in case

of aluminium.

The height of the handle plate in each type of standard windows will be as specified. Otherwise

it shall be at a height of 3/8 of the height of shutter, from its bottom.

If specified, side hung shutters may be fitted with an internal removable fly proof screen in a

1.25 mm thick sheet steel frame to the other frame of the shutter by brass turn buckles at the

jambs, and brass studds at the sill to allow the screen to be readily removed.

18.3.3.1. Glazing :

The glass panes shall have square corners and straight edges. The glass panes shall be so cut

that, it fits slightly loose in the frames. In doors, windows and clerestory windows of bath, WC

and lavatories frosted glass panes shall be provided on the outside of the frame unless

otherwise specified. Putty of approved make conforming to IS : 419 -1967 shall be applied

between glass panes and glazing bars. Putty shall be painted within 2 to 3 weeks after glazing

is fixed to avoid its cracking.

Four glazing clips may be provided per glass pane for a size larger than 30 cm x 60 cm for all

types. Where the glass panes size exceed 80 cm x 200 cm, glazing clips shall be used. Where

specially stipulated, fixing of glass panes may be done with metal or wooden beading instead

P a g e | 175

of putty. Usually beads shall be fixed with screws spaced not more than 10 cm from each

corner and the intermediate not more than 20 cm apart.

For wooden or metal beading having mitred joints, a thin layer of putty shall be applied between

glass panes and sash bars and also between glass panes and the beading.

Where metal beading is specified, extra payment shall be made on this account.

18.3.3.2. Pressed steel door frames :

Steel door frames shall be manufactured from commercial mild steel of 1.25 mm thickness,

conforming to IS : 226-1975 and 4351 -1976.

Each door frame shall consist of hinge jambs, lock jambs, head and if required angle threshold.

Where no angle threshold is required, temporary base tie shall be screwed to the feet of frames

in order to form a rigid unit. Base ties shall be of pressed mild steel 1.25mm and removable, or

alternately, threshold of mild steel angle of section 50 x 25mm minimum shall be provided for

external door frames.

For hinges, 100mm mild steel butt hinges shall be used. For door frames 89cm width and

under, three hinges shall be rigidly fixed to one jamb and for frames and for door above 89 cm

wide, four hinges shall be rigidly fixed to one jamb, if it is single shutter. Where the height of

door shutter exceeds 2.15 metres, one additional hinge shall be provided for every 0.5 m or

part thereof of the additional.

In all cases the hinges shall be so fixed that the distance from the inside of the head to rebate

to the top of the upper hinge is 20cm and distance from top of upper range to the lower range is

about 175cm. Hinges shall be made of steel 2.5 mm thick with zinc coated removable pin of

6mm diameter.

18.4. Mortar guards :

Mortar guards as instructed by Engineer-in-Charge shall be provided. These shall be welded to

the frame at the head of the frame for double shutter doors to make provision for bolts.

18.5. Shock absorbers:

For side hung door there shall not be less than three buffers or rubber or other suitable material

inserted in holes in the rebate and one shall be located on the centre line of the lock strike plate

and the other two at least 45cm above and below the centre line of the lock strike plate. For

double there shall be two buffers of rubber or similar suitable material inserted in holes in the

rebate in the lock jamb only at the head in holes and spaced 15cm at either side of the centre

line of the door.

18.6. STEEL TRUSSES:

18.6.1. Structural steel Tube :

These shall be of :

i) Hot finished welded (HFW) type, or

ii) Hot finished seamless (HFS) type, or

iii) Electric resistance or induction butt welded (ERW) having carbon content less than

0.03 percent, yield stress of 21.5 kg/mm2 (YST22) type conforming to the requirement

of IS : 11611-1979. The steel tubes when analysed in accordance with the method

specified in IS : 226-1975 shall show not more than 0.06 percent of sulphur, and not

more than 0.06 percent phosphorous.

Tubes shall be designated by their nominal bore.

P a g e | 176

18.6.2. Minimum thickness of Metals :

Wall thickness of tubes used for construction exposed to weather shall not be less than 4mm

and for construction not exposed to weather it shall be not less than 3.2 mm. Where structures

are not readily accessible for maintenance, the minimum thickness shall be 5 mm.

18.6.3. Welding :

Where welding is adopted it shall be as per IS : 816-1969.

18.6.4. Caps and Bases for columns :

The ends of all the tubes, for columns transmitting loads through the ends, should be true and

square to the axis of the tubes and should be provided with a cap or base accurately fitted to

the end of the tube and screwed, welded or shrunk in. The cop or base plate should be true

and square to the axis of the column.

19. Cement plaster :

The proportion of mortar of exterior or interior plaster shall be as specified in the items of work.

The plaster shall, be of thickness as specified in and the surface shall be cured similarly as for

cement concrete. The moulding shall be carried out as shown in the drawing and shall be

measured in overall length unless otherwise specified in the items. Interior corners and edges

of openings if so directed by the Engineer-in-Charge shall be rounded off or chamfered with the

same mortar for which no extra payment will be allowed. All cement concrete surface should be

chipped off properly before taking up the plastering work.

20. Artificial stone flooring :

The artificial stone flooring shall be laid in panels of shape and size as directed. The casting of

the panels will be so programmed as to prevent bonding of the freshly laid panel with adjacent

panel.

Unless otherwise specified, the underlayer shall be with graded stone chips 12 mm down, the

thickness of topping required be of 10 mm thick and colouring pigment as may be required

shall only be added with the topping. The topping and the underlayer shall not be laid in one

operation. After laying the underlayer, the surface shall be left out to dry. The topping shall be

laid only after the underlayer is sufficiently dried and initially set and after thoroughly brushing

with hand wire brush and sweeping clean and after application of slurry. The topping be

finished with a trowel and a piece of clean dry linen. During all the stages, the required level

shall be carefully observed and maintained. Suitable grade, where required, shall be provided

in the flooring for water drainage as directed by the Engineer-in-Charge.

The corner between floor and wall shall be rounded off as directed by the Engineer-in-Charge

for which no separate payment shall be made. All cement concrete surfaces should be chipped

off properly before taking up the flooring work.

Terrazo flooring (cast in situ) : IS: 2114-1962

a) i) The aggregate used in terrazo topping shall be marble aggregates of required colour.

Marble powder used in terrazo shall pass through IS sieve 30.

ii) Aggregate for terrazo underlayer as well as the base concrete shall conform to the

requirements of ordinary cement concrete.

b) Cement used for floor finish work shall be ordinary cement or white cement of

approved quality.

P a g e | 177

c) Pigments incorporated in terrazo shall be of approved make and brand and of

permanent colour.

d) The dividing strips may be of copper, brass, aluminium, plastic, glass or similar

materials. Metallic dividing strips shall have a protective coating of bitumen. The

thickness of strip shall be less than 1.5 mm and width not less than 20 mm.

e) i) The base concrete shall be lean concrete of mix 1 : 5 : 10 and

thickness shall not be less than 100 mm.

ii) The cushioning layer shall be of bitumen applied in two layers.

iii) The underlayer shall be of cement concrete 1 :2: 4, size of coarse aggregate

not exceeding 10 mm. The thickness of terrazo flooring shall not be less than

the following, depending upon the grades and size of chips used.

Grade No. Size of chips Minimum thickness of topping

00 1 to 2 mm 6 mm

0 2 to 4 mm

1 4 to 7 mm 9 mm

2 7 to 10 mm 12 mm

f) The mix of terrazo topping shall consist of cement with or without pigments, marble

powder, marble aggregates and water. The proportions of cement and marble powder

shall be 3 parts of cement and one part of powder by weight. For every part of cement

marble powder mix, the proportion of aggregate by volume shall be as follows

depending upon the size and grade of marble aggregate mix.

Size of aggregate Proportion of aggregate to binder mix.

For grade 00, 0 and 1, 1 3/4 parts.

2 1 1/3 parts.

g) The proportion of cement shall be inclusive of any pigment added to cement. The

proportion which pigments are mixed with ordinary cement or white cement to obtain

different colour to the binder, shall be as specified in the following table:

Colour Pigment to be used Proportion of

pigment

Proportion

O.P.C.

Proportion of white

cement,

Red Red Oxide of iron 1 15 to 20 Nil

Black Carbon black 1 25 to 40 Nil

Cream Yellow Oxide of iron 1 Nil 100 to 400

Yellow Yellow oxide of iron 1 Nil 25 to 75

Light Green Green Chominium oxide 1 Nil 50 to 150

French

Grey

Nil 1 to 2 1

h) Terrazo flooring shall be laid while the underlayer is still plastic but is hardened

sufficiently normally between 18 and 24 hrs. After laying of the underlayer,

terrazzo topping may be laid. A cement slurry preferably of the same colour as

the topping shall be so brushed on the surface immediately before laying is

P a g e | 178

commenced. The terrazo topping shall be compacted thoroughly by tamping or

rolling and trowelled smooth.

Excessive trowelling or rolling in early stages shall be avoided. The

compaction shall ensure that air is removed from the mix.

The surface shall be left dry for air curing for a duration of 12 to 18 hrs and

then be cured by ponding for a period of not less than 4 days.

Grinding and polishing must be done by machine to granolithic finish.

21. Marble/Granite Work :

List of mandatory tests :

Test Field/Laboratory

Test Test procedure Minimum quantity of material/work of

testing for carry the test Frequency of Testing

Moisture

Absorption

Laboratory IS : 1124-

1974

50 sqm 50 sqm or

part thereof

Marble shall be hard, sound, dense and homogeneous in texture with crystalline texture as far

as possible. It shall generally be uniform in colour and free from stains, cracks, decay and

weathering.

The marble blocks, slabs and tile shall be classified broadly in the following two categories:

i) White marble.

ii) Coloured marble such as black, green. pink, brown, grey marble, etc.

Sizes and tolerances:

The size of marble blocks, slabs and tiles shall be as below:

Length (cm). Width (cm). Thickness(cm).

1. Blocks 30 to 250 30 to 100 30 to 90.

2. Slabs 70 to 250 30 to 100 2 to 15

3. Tiles 10 to 60 10 to 60 0.8 to 2.4.

The length and width of the blocks shall be in multiples of 30 cm. The length and width of slab

shall be in multiples of 30 cm. The length and width of slab shall be in multiples of 10cm and

thickness in multiples of 1cm. Tiles shall be square cut and linear dimensions in multiples of 10

cm. Only slabs and tiles shall be machine cut and factory made. For 8 mm thick tiles, special

precautions will be required for fixing them like using special adhesive as per manufacturer‘s

specifications.

Tolerance:

The following tolerance shall be allowed in the dimensions:

Blocks Tolerance a) Length + 2 per cent. b) Width + 2 per cent. c) Thinkness + 2 per cent.

Slabs a) Length + 2 per cent. b) Width + 2 per cent. c) Thinkness + 3 per cent.

Tiles a) Linear dimension + 3 per cent.

P a g e | 179

b) Thinkness + 1 per cent.

Physical properties:

Characteristic Requirements Method of Test

1. Moisture obsorption after 24 hrs.

immersion in cold water

Max. 0.4% by weight IS: 1124-1974*

2. Hardness Min. 3 Mhos scale

3. Specific gravity Min. 2.5 IS: 1122-1974 **

*Method of test for water absorption of natural building stone.

**Method of determination of specific gravity and porosity of natural building stones.

Before starting the work, the contractor shall get samples of marbles for approval by the

Engineer-in-Charge. The marble supplied shall conform to samples with regard to soundness,

colour, veining and general texture.

Sampling:

In any consignment all the blocks/slabs/tiles of the same group, size and finish shall be

grouped together to constitute a lot. Samples shall be selected and tested separately for each

lot for determining its conformity.

Number of Block/slabs/Tiles in

the lot.

Number of blocks/slabs/Tiles to

be selected in sample.

Permissible number of

defectives.

Upto 25 3 0

26 to 100 5 0

101 to 200 8 0

201 to 500 13 0

501 to 1000 20 1

Dressing and Rubbing:

Every marble stone shall be cut to the required size and shape, chisel dressed on all beds and

joints, so as to be free from any waviness and to give truly vertical, horizontal, radial or circular

joints as required. The exposed faces and sides of stones forming joints upto 6 mm. from the

face shall be fine tooled such that a straight edge laid along the face of the stone is in contact

with every point in it. These surfaces shall then be rubbed smooth. Beyond the depth of 6 mm

from face, the joints shall be dressed with a slight splay so that the thickness of joint increases,

in an inverted V shape.

Laying:

All marble stones shall be wetted before placing in position. These shall then be floated on

mortar and bedded properly in position with wooden mallets without the use of chips or under

pining of any sort.

Joints:

The depth of joints 6mm from the face shall be uniform and as fine as possible but shall not be

more than 1.5mm thick on the exposed surface.

Curing:

The work shall be kept constantly moist on all faces for a period of at least seven days.

P a g e | 180

Finishing:

After the marble work is cured, it shall be rubbed with carborundum stone of different grades

No. 60, 120 and 320 in succesion, so as to give a plane true and highly smooth surface. It shall

then be cleaned with a solution of oxalic acid, washed and finished clean.

Protection:

Green work shall be protected from rain by suitable covering. The work shall also be suitably

protected from damage during construction.

22. Door, Window frames and shutters :

All doors, window frames must have plaster rabbit 12 mm x 12 mm and rabbit for receiving

shutter at least 12 mm deep. Woodwork shall not be painted, oiled or otherwise treated before

it has been approved by the Engineer-in-Charge. All portions of timber abutting against or

embedded in masonry or concrete shall be painted with boiling coal-tar, before being placed

in position. In place of coal tar approved wood primer shall be permitted. In case of door frames

without sills, the vertical members shall be burried in floor 40 mm deep. Where sills are

provided, where so directed, the door frames depth shall rest on damp proof course. The door

frame without sills, while being placed in position, shall be provided with temporary wooden

bracing or dry bricks well wedged between the styles at the sill level. These shall be retained to

keep the frame from working during construction. The shutters shall be so fixed that while

closing, that the left hand leaf of the shutter is closed first and the right hand leaf of the shutter

overlaps on the left hand leaf. The overlapping shall be minimum 20 mm. Solid wood panel

shall be made out of one or more pieces of timber of width not less than 125 mm. In order to

avoid working, splitting and cracking, wood piece not exceeding 200 mm in width should be

normally used. When made more than one piece, the piece shall be joined with a continuous

tongued and grooved joints glued together and reinforced with metal dowels. The grain of the

solid panel shall run along the longer dimension of the panel. The corners and edges of panels

shall be finished as shown in the drawing and there shall be feather tongued into styles and

rails. Such bars shall have mitred joints with styles. In measuring the width and thickness of

styles and rails, a tolerance can be allowed upto 1 mm. Styles and rails shall be properly and

accurately mortised and tenoned. Rails which are more than 180 mm in width shall have two

tenons. Styles and rails of shutters shall be made out of one piece only. Lock and intermediate

rails exceeding 200 mm in width may be made out of one or more pieces of timber, but the

width of each piece shall not be less than 75 mm. Joined pieces of timber shall belong to the

same pieces. The tenons shall pass clear through styles. When assembling a leaf, styles shall

be left projecting as a horn. The styles and rail shall have 12 mm groove in panelled portion for

the panel to fit in.

The joinery work shall be assembled and passed by the Engineer-in-Charge and then the joints

should be pressed and secured by bamboo pins of about 6 mm.diameter. The horns of styles

shall be sawn off.

Glass panel shall be fixed by wooden beading having mitred joints. A thin layer of putty shall be

applied between glass panel and the beading. Fixing of glass panel with simple putty and

beads shall not be permitted . Putty shall be prepared by mixing one part white lead with three

parts of finely powdered chalk and then adding boiled linseed oil to the mixture to form a soft

paste.

P a g e | 181

22.1. Door, window clamp or holdfast:

i) Unless otherwise specified the clamps shall be fixed to outer side of the frame with

screws. For the purpose of receiving claims a recess of at least 12 mm. depth of

suitable size shall be cut into the frame. After fixing the frame true to plumb with the

clamps, the exposed face of the clamps shall be covered by a thin wooden covering

fixed with screws.

ii) The side of the door, window, frame which remains in contact with masonry shall

invariably be painted with a protective coat of paint.

22.2. Schedule of fitting :

i) Fittings shall be of iron, aluminium or as specified. These shall be well made,

reasonably smooth surface from edges, corners, frames and other defects. Screw

holes shall be counter sunk to suit the head of the specified wood screws. All hinge

pins shall be of steel and their riveted heads shall be well formed.

Iron fittings shall be finished bright or black enamelled or copper oxidised.

Brass fittings shall be finished bright (brass), oxidised or chromium plated (electro

plated) and aluminium fittings shall be bright and oxidised or as specified. Fittings shall

be got approved by the Engineer-in-Charge before fixing.

(ii) Size of screw used for fittings shall be of the same metal and finish as the fittings.

However oxidised brass screws or chromium plated brass screws shall be used for

fixing aluminium fittings.

(iii) Fittings shall be fixed in proper position as shown in the drawings or as directed by the

Engineer-in-Charge. These should be truly vertical or horizontal as the case may be.

Screws shall be driven home with screw driver and not hammered in. Recesses shall

be cut to exact size and depth for the counter sunking of the hinges.

Rain water pipes :

The rain water pipes shall be of the material and of the size as specified. All rain water pipes

shall have suitable grating as directed at the inlet opening at roof and shall be fitted and fixed in

proper position with necessary offsets, clamps, Y-junctions and other accessories as required

and as directed by the Engineer-in-Charge. The pipes are to be fixed to walls in cement mortar

(1:3) with necessary clamps and marks, suitable teak wood blocks being fixed on walls to

receive nails. Y-junction shall be used at the top of the pipe and the vertical leg thereof shall be

provided with a cowl. All joints are to be properly packed. In case the hole is made much larger

than the size of the pipe, cement concrete (1:2:4) shall be used to fill the annular space. The

pipes with fittings etc,. are to be painted with 2 coats of paints.

23. White washing and colour washing.

23.1. Preparation of surface:

All surfaces for white washing, colour washing, painting shall be thoroughly brushed free from

mortar droppings and foreign matter and prepared to the satisfaction of the Engineer-in-

Charge, before the application of the treatment.

23.2. Scaffolding :

Whenever scaffolding is necessary, it shall be erected on double supports tied together by

horizontal pieces, over which scaffolding planks shall be fixed. No battens, bamboos or planks

P a g e | 182

shall rest on or touch the surface which is being white washed. Where ladders are used, pieces

of old gunny bags shall be tied on their top to avoid damage or scratches to walls.

23.3. Preparation of lime wash :

Stone white lime shall be thoroughly slaked on the spot, mixed and stirred with sufficient water

to make a thin cream. After allowing to stand for 24 hours it shall be screened through a clean

coarse cloth. 40 gm of gum dissolved in hot water shall be added to each 10 litres of the cream.

The approximate quantity of water to be added in making the cream will be 5 litres of water to

one Kg of lime.

23.4. Preparation of colour wash:

Colour washing shall have a primer of white wash with lime or with whithing as specified.

Sufficient quantity of colour wash enough for complete job shall be prepared in one operation to

avoid any difference in shade.

Application of white wash and colour wash : The operation for each coat shall consist of four

consecutive strokes of the brush, one horizontally from right to left and the next from left to right

and the third stroke from bottom to upward and the fourth from top to downward before the

previous stroke dries.

Each coat shall be allowed to dry before the next coat is applied. No portion of the surface

shall be left out initially to be patched up later on. The brush shall be dipped in white wash or

colour wash, pressed lightly against the wall of the container and then by lightly pressing

against the surface with full swing of hand.The white wash on ceiling shall be done prior to that

on wall.

23.5. Protective measures :

Surfaces of doors, windows, floors, articles of furniture, beams etc. and other part of the

building not to be white or colour washed shall be protected from being splashed upon. If such

surfaces are splashed, it shall be cleaned.

23.6. Dry Distempering :

Dry distempering of required colour (IS : 427) and of approved brand and manufacture shall be

used. The shade shall be got approved from the Engineer-in-Charge before application of the

distemper. The dry distemper shall be stirred slowly in clean water using 6 deciliters (0.6 litres)

of water per kg. of distemper or as specified by the maker. Warm water shall be preferably

used. It shall be allowed to stand for at least 3 minutes (or if practicable overnight) before use.

The mixture shall be well-stirred before and during use to maintain an even consistency.

Distemper shall not be mixed in large quantity than is actually required for one day‘s work.

Before new work is distempered, the surface shall be thoroughly brushed from mortar dropping

and other foreign matter and sand papered smooth. New plaster surfaces shall be allowed to

dry for at least two months before applying distemper. In the case of old work all loose pieces

and scales shall be removed by sand papering. The surface shall be cleaned of all grease, dirt

etc. Pitting in plaster shall be made good with plaster of paris mixed with dry distemper of the

colour to be used. The surface shall then be rubbed down again with a fine grade sand paper

and made smooth. A coat of the distemper shall be applied over the patches. The surface shall

be allowed to dry thoroughly before the regular coat of distemper is applied. The primary coat

shall be used as primary coat for distemper. Whiting (ground white chalk) shall be dissolved in

sufficient quantity of warm water and thoroughly stirred to form a thin slurry which shall then be

P a g e | 183

screened through a clean coarse cloth. Two kg of gum and 0.4kg of copper sulphate dissolved

separately in hot water be added for every cum of the slurry which shall then be diluted with

water to the consistency of milk so as to make a wash ready for use.

The treated surface shall be allowed to dry before distemper coat is given. In the case of new

work, the treatment shall consist of a primary coat of whiting followed by the application of two

or more coats of distemper till the surface shows an even colour. For old work the surface is to

be prepared as described above and one or more coats of distemper shall be applied till the

surface attains an even colour. The application of each coat shall be as follows: The entire

surface shall be coated with the mixture uniformly, with proper distemper brushes (ordinary

white wash brushes shall not be allowed) in horizontal strokes followed immediately by vertical

ones which together shall constitute one coat. The subsequent coat shall be applied only after

the previous coat has dried. The finished surface shall be even and uniform and shall show no

brush marks. Enough distemper shall be mixed to finish one room at a time. The application of

a coat in each room shall be finished in one operation and no work shall be started in any

room, which cannot be competed in the same day. After each days work, the brushes shall be

washed in hot water and hung down to dry. Old brushes which are dirty or caked with

distemper shall not be used.

23.7. Oil Emulsion (Oil Bound) washable distempering :

Oil Emulsion (Oil Bound) washable distempering (IS: 428) of approved brand and manufacture

shall be used. The primer where used as on new work shall be cement primer or distemper

primer as described in the item. The distemper shall be diluted with water or any other

prescribed thinner in a manner recommended by the manufacturer. Only quantity of distemper

required for a days work shall be prepared.

The distemper and primer shall be brought by the contractor in sealed tins in sufficient

quantities at a time to suffice for a fortnights work, and the same shall be kept in the joint

custody of the contractor and the Engineer-in-Charge.

For new work, the surface shall be thoroughly cleaned of dust, old white or colour wash by

washing and scrubbing. The surface shall then be allowed to dry for at least 48 hours. It shall

then be sand papered to give a smooth and even surface. Any unevenness shall be made

good by applying putty, made of plaster of paris mixed with water on the entire surface

including filling up the undulations and then sand papering the same after it is dry.

In case of old work all loose pieces and scales shall be removed by sand papering. The surface

shall be cleaned of all grease, dirt etc.

Pitting in the plaster shall be made good with plaster of paris mixed with the colour to be used.

The surface shall then be rubbed down again with a fine grade sand paper and made smooth.

A coat of the distemper shall be applied over the patches. The patched surface shall be

allowed to dry thoroughly before the regular coat of distemper is applied.

The priming coat shall be with distemper primer or cement primer, as required in the

description of the item.

Oil bound distemper is not recommended to be applied within six months of the completion of

wall plaster. However, newly plastered surface if required to be distempered before a period of

six months shall be given a coat of alkali resistant priming paint conforming to IS :109 and

allowed to dry for at least 48 hours before distempering is commenced.

P a g e | 184

For new work, after the primer coat has dried for at least 48 hours, the surface shall be lightly

sand papered to make it smooth for receiving the distemper, taking care not to rub out the

primer. All loose particles shall be dusted off after rubbing. One coat of distemper properly

diluted with thinner (water or liquid stipulated by the manufacturer) shall be applied with

brushes in horizontal strokes followed immediately by vertical ones which together constitutes

one coat.

The subsequent coats shall be applied in the same way. Two or more coats to obtain as are

found necessary shall be applied over the primer coat to obtain an even shade.

A time interval of at least 24 hours shall be allowed between two successive coats to permit

proper drying of the preceding coat.

For old work the distemper shall be applied over the prepared surface in the same manner as

in new work. One or more coats of distemper as are found necessary shall be applied to form

an even and uniform shade 15 cm double bristled distemper brushes shall be used.

23.8. Painting :

All surfaces for painting shall be properly sand papered and cleaned and where necessary

good quality putty shall be used to hide all holes, cracks, open joints etc. The rate for painting

includes such work.

Paint shall be applied with approved brushes and surfaces shall be sand papered after every

coat. All work when completed shall present a smooth, clean, solid and uniform surface, to the

satisfaction of the Engineer-in-Charge.

23.8.1.Primer :

All surfaces for painting, if they are new, should have a coat of priming before application of the

paint. Old surfaces where existing paints have been completely worn out owing to long use

should also receive a coat of priming before application of fresh painting.

i) Wood primer :

Wood primer of approved brand and manufacture is to be applied on wooden surface

which would be free from moisture and loose particles.

ii) Steel primer :

For steel red oxide primer, zinc chromate primer of approved brand and manufacture

and so as per direction of the Engineer-in-Charge is to be applied on the surface. The

surface shall be made free of grease, rust, moisture and loose particles.

iii) Cement Primer Coat (Alkali Resisting Primer ) :

Cement primer coat is to be used as base coat on wall finish of cement, lime or lime

cement plaster or on asbestos cement surface before application of any wall coating

e.g. oil bound distemper, oil base paints, synthetic enamel, plastic emulsion etc. on

them. The cement primers is composed of a medium and pigment which are resistant

to the alkalis present in the cement, lime or lime cement in wall finish and provides a

barrier for the protection of subsequent coats of oil bound distemper or paints. Priming

coat shall be applied preferably by brushing and not by spraying. Hurried priming shall

be avoided particularly on absorbent surface. New plaster patches in old work before

applying oil bound distemper paints etc. should also be treated with cement primer.

The surface shall be then allowed to dry for at least 48 hours. It shall then be sand

papered to give a smooth and even surface. Any unevenness shall be made good by

P a g e | 185

applying putty, made of plaster of paris mixed with water on the entire surface including

filling up the undulation and then sand papering the same after it is dry. The cement

primer shall be applied with a brush on the clean, dry and smooth surface. Horizontal

strokes shall be given first, vertical strokes shall be applied immediately afterwards.

This entire operation will constitute one coat. The surface shall be finished as uniformly

as possible leaving no brush marks. It shall be allowed to dry for at least 48 hours

before oil bound distemper or paint is applied.

23.8.2. Synthetic enamel paint :

Synthetic enamel paint of approved brand and manufacture and of the required shade shall be

used for the top coat and underwater of shed to match the top coat is recommended by the

manufacturer shall be used. Undercoat of the specified paints of shade suited to the shade of

the top coat shall be applied and allowed to dry overnight. It shall be rubbed the next day with

the fine grade of wet abrasive paper to ensure a smooth and even surface free from brush

marks and all loose particles dusted off. Top coats of specified paint of the desired shade shall

be applied after the undercoat is thoroughly dry. Additional finishing coats shall be applied if

found necessary to ensure properly uniform glossy surface.

23.8.3. Aluminium Paint :

Aluminium paint of approved brand and manufacture shall be used. The paint comes in

compact dual containers with the paste and the medium separately. The two shall be mixed

together to proper consistency before use. Each coat shall be allowed to dry for 2 hours and

lightly rubbed down with fine grade sand paper and dusted before the next coat is applied. The

finished surface shall present an even and uniform surface. As aluminium paint is likely to settle

in the container, care shall be taken to frequently stir the paint during use. Also the paint shall

be applied and laid off quickly, as surface is otherwise not easily finished.

23.8.4. Plastic (Acrylic ) Emulsion Paint :

Paint (acrylic) emulsion paints are not suitable for application on external surface and surface

which are liable to heavy condensation and are to be used generally on internal surface. For

plastered surface a cement priming coat is required before application of plastic emulsion.

Plastic emulsion paint of approved brand and manufacture and of the required shade shall be

used. The paint will be applied in the usual manner with brush or roller. The paint dries by

evaporation of the water content and so soon as the water has evaporated the film gets hard

and the next coat can be applied. The time for drying varies from one hour on absorbent

surfaces to 2 to 3 hours on non-absorbent surfaces. The thinning of emulsion is to be done with

water and not with turpentine. Thinning with water will be particularly required for the undercoat

which is applied on the absorbent surface. The quantity of thinner to be added shall be as per

manufacturer‘s instructions. The surface of finishing shall present a flat, velvety smooth finish. If

necessary more coats will be applied till the surface present a uniform appearance.

Precautions :

i) Old brushes if they are to be used with emulsion paints should be completely dried of

turpentine or oil paints by washing in warm soap water, brushes should be quickly

washed in water immediately after use and kept immersed in water during break

periods to prevent the paint from hardening on the brush.

P a g e | 186

ii) In the preparation of walls for plastic emulsion painting, an oil base putty shall be used

in filling cracks, holes etc.

iii) Splashes in floor etc. shall be cleaned out without delay as they will be difficult to

remove after hardening.

iv) Washing of surfaces treated with emulsion paints shall not be done within 3 to 4 weeks

of application.

23.8.5. Varnishing :

Varnish for the undercoat shall be a flooring varnish of the same manufacture as the top coats.

New wood work shall be finished smoothy with a carpenter‘s plane. Knots shall be cut at a

slight depth. Cracks and holes shall be cleaned of dust. The knots, cracks etc. shall be then be

filled with wood putty. The varnish shall be applied liberally with a full brush and spread evenly

with short light strokes to avoid frothing. If the work is vertical the varnish shall be crossed and

recrossed and then laid off, the latter being finished on the upstroke so that the varnish, as it

sets flows down and eliminate the brush marks. The above process will constitute one coat. If

the surface is horizontal varnish shall be done in every direction with light quick strokes and

finished in one definite direction so that it will set without showing brush marks. Rubbing down

and flattening the surface shall be done after each coat except the final coat with fine sand

paper. The work shall be allowed to dry-away from draughts and damp air, The finished surface

shall then present a uniform appearance and fine glossy surface free from strokes, blisters etc.

Any varnish left over in the small container shall not be poured back into the stock tin, as it will

render the latter unfit for use. Special fine haired varnishing brushes shall be used and not

ordinary paint brushes. Brushes shall be well worn and properly clean.

23.8.6. Oiling with Raw Linseed Oil:

Raw Linseed oil shall be lightly viscous but clear and of a yellowish colour with light brown

tinge. Its specific gravity at a temperature of 300C shall be between 0.923 and 0.928. The oil

shall be mellow and sweet to the taste with very little smell. The oil shall be of sufficiently

matured quality. Oil turbid or thick, with acid and bitter taste and rancid colour and which

remains sticky for a considerable time shall be rejected. The oil shall be of approved brand and

manufacture.

The wood shall be cleaned of all smoke and water and completely dried. The oil shall be

applied full with brushes (not rags) and spread evenly and smooth until no more oil is

absorbed. Each subsequent coat shall be applied after the previous coat is thoroughly dried

and in any case not before 24 hours of application of the first coat. Work after completion shall

not be patchy and sticky to the touch and shall present a uniform appearance.

23.8.7. Wax polishing :

Wax polishing shall be done with material of approved brand and manufacture. Preparation of

surface will be same as that of varnishing. The polish shall be applied evenly with a clean soft

pad of cotton cloth in such a way that the surface is completely and fully covered. The surface

is then rubbed continuously for one hour or until the surface is dries. The final coat shall then

be applied and rubbed for two hours (more if necessary) until the surface has assumed a

uniform gloss and is dry, showing no sign of stickiness, The final polish depends largely on the

amount of rubbing which should be continued and with uniform pressure with frequent changes

in the direction.

P a g e | 187

23.8.8. French Polishing :

Pure shellac varying from pale orange to lemon yellow colour, free from resin or dirt shall be

dissolved in methylated spirit at the rate of 150 gm of shellac to a litre of spirit. Suitable pigment

shall be added to get the required shade. The surface shall be cleaned. All unevenness shall

be rubbed down smooth with sand paper and well dusted. Knots of visible shall be covered with

a preparation of red lead and glue size laid on white hot. Holes and indentations on the surface

shall be stopped with glaziers putty.

The surface shall then be given a coat of wood filler made by mixing whiting (ground chalk) in

methylated spirit at the rate of 1.4kg of whiting per litre of spirit. The surface shall again be

rubbed down smooth with glass paper and wiped clean. A pad of woolen cloth covered by a

fine cloth shall be used to apply the polish. The pad shall be moistened with the polish and

rubbed hard on the wood in a series of overlapping circles applying the mixture sparingly but

uniformly over the entire area of an even level surface. A trace of linseed oil on the face of the

pad facilitates this operation. The surface shall be allowed to dry and the remaining coats

applied in the way. To finish off, the pad shall be applied with a fresh piece of clean fine cotton

cloth, slightly damped with methylated spirit and rubbed lightly and quickly with circular

motions. The finished surface shall have a uniform texture and high gloss.

23.8.9. Flat wall painting :

The priming coat shall consist of ‗Distempering Primer or Cement Primer‘. The flat wall paint

shall be of approved brand and manufacture and of required shade. The surface shall be

prepared as described in subhead ‗Cement Primer Coat‘ Flat wall paint shall normally be

applied on walls 12 months after their completion (in case of new work), in which case

distemper primer will be sufficient. If the walls are to be painted earlier the primer coat shall

consist of cement primer.

When the surface is dry, painting with the wall paint in uniform and even layers will be done to

the required number of coats. Each coat shall be allowed to dry overnight and lightly rubbed

with very fine grade of sand paper and loose particles brushed off before the next coat is

applied. If after the final coat of wall paint the surface obtained is not upto the mark, further one

or more coat as required shall be given to obtain a smooth and even finish at the cost of the

contractor. If primer or wall paint gets thickened it shall be thinned suitably with the thinner as

recommended by the manufacturer.

24. Electrical & Electronics works - All electrical fittings and fixtures should be in conformity with the specifications for Electrical and Electronic works enclosed. The lighting of hall and building with illumination of the compound shall be as per approved planning done by the Architect with aesthetic consideration. The required lux level of the interiors and public places are as given in the enclosed Specification of Electrical & Electronics.

24.1 Natural Ventilation and Mechanical Ventilation: Natural ventilation should be provided as per the drawing and as per specification conforming to relevant B.I.S. code of practices.

24.2 Fire Fighting: The contractor shall provide necessary firefighting arrangements as required conforming to the relevant rules of the Manipur Fire Services. The firefighting arrangements shall have the prior approval of the Manipur Fire Services before taking up actual execution and license, if required

P a g e | 188

shall have to be obtained by the contractor on payment of requisite license fees. The execution shall be taken up as per approved drawings and direction of Engineer-in-Charge.

24.3 Specification for Electrical/ Electronic Works 1. General.

Specification in this section covers providing of Internal & External Electrical installation including light & power points wiring in recessed steel conduit, providing & laying of main and submain cables, main switches, MCCB‘s /MCB‘s Changeover switches, Earthing, Electrical fittings, Water pumps, Telephone cables, Co-Axial TV cables, Firefighting equipment, installation of stand by D.G. set and its accessories etc.

The wirings, cablings and other electrical installation shall have to be carried out/laid as per latest CPWD specification with up to date amendments. Materials are of IS/BS specification and ISO Brand.

The detail scope of work shall cover broadly the followings 2. Wiring system, type of wires. a. For building : Recessed / concealed type wiring with only FRLS copper PVC conductor

of proper size. All the submain line should be armoured cable embedded on the group up to the main switch and bus bar.

b. For External lighting :- underground armoured cable wire of proper size should be laid in proper brick trench fully covered safely.

c. Supply installation, Testing & commissioning (SITC) of distribution boards for lighting and power circuits.

d. SITC of various types of light fixtures, 15/16 Amp. Power points MCB / MCCB of suitable rating. All the switches should be of Modular type and switch board of desired module shall be needed while executing the work with MCB‘s of suitable rating in M.S. enclosure.

e. Proper earth wire has to be laid along all cables, Point wiring /circuit wiring/ power point wiring shall be carried out as per CPWD latest specifications.

f. Type of fixtures and laying of wiring have to be in line with proposed civil structure/ following progress of civil works.

g. Each circuit shall not have more than ten points of light, fan and socket outlet or a load of 800 Watts whichever is less. The power circuits shall be designed with a maximum of two outlet per circuit. The load on each cable shall be within permissible current rating and voltage drop.

h. Group control of lighting shall be provided through MCB‘s for Women venders. However, for Shops, , Toilet, etc. control of lights shall be through switch boards.

3. Cable lying. Cables shall be laid generally in accordance with Indian standard code of practice and CPWD specification which is recommended by Engineer in- charge

a. Cable shall be supported with suitable clamps/ supports wherever required. (i). The cable shall be tied with suitable identification tags and to be fixed at suitable

intervals on each cable as approved by Engineer In- charge. (ii). Special care shall be taken to ensure that cables are not damaged at bends and cable

duct during laying. (iii). All the cables shall be tested before and after laying for continuity and insulation

resistance in the presence of the Engineer in – charge and test result shall be submitted. Testing equipments shall be arranged by the contractor.

b. Any Civil work involved during cable laying including making good the surface to the original finish with suitable grade of bitumen is in the scope of this work.

c. Contractor shall make his own arrangement for general and special T&P, ladder etc, at his

own cost.

P a g e | 189

4. Circuit Breaker. MCB‘s and MCCB‘s to be used in the distribution board shall be completely moulded

design suitable for operation on 240/415Volts, 50 Hz AC supply MCB shall have over load and short circuit protection and shall be of appropriate rating.

5. Conduit and Accessories i. Conduit :- These shall be of mild steel 1.6mm (16SWG) gauge upto 32mm dia and

2mm ( 14 SWG) gauge for sizes above 32mm dia solid drawn or lap welded, electric thread type, Class B having perfectly circular tubing and capable of being cleaned and tight fitting joints. The conduit shall be protected from rust by one coat of red oxide and one coat of black enameled paint applied inside and outside in its manufactured form.

ii. Fixing / laying of conduits:- Conduit pipe shall be fixed by heavy gauge saddles

secured to suitable approved plugs with nuts and screws in an approved manner at an

interval of not more than 1 m. The saddles should not be less than 24 gauge for

conduit upto 25mm dia. and not less than 20 gauge for larger diameter. The

corresponding widths shall be 19 & 25mm. Vertical drops shall be buried in walls.

Wherever necessary, chases will be cut by the contractor with prior written order of the

Engineer in – charge of sufficient depth to allow full thickness of plaster over conduits.

The width of chases will be made to accommodate the required number of conduit.

The chases will be filled with Cement, coarse sand mortar (1:3) and properly cured by

watering. If a chase is cut in an already finished surface, the contractor shall fill the

chase and finish it to match the existing finish. Contractors shall not cut any iron bars

to fix conduit, when the conduit is to be embedded in a concretes, member, it shall be

adequately tied to the reinforcement to prevent displacement.

Necessary junction boxes are to be left at all places from where wiring is to be taken to the lights/fittings/fans. Connection to the fittings and fan shall be by means of flexible metallic conduit to be fixed with these junction boxes and the fittings / fans. To facilitate drawing of wires in the conduit G.I. fish wire of 10SWG shall be provided along with laying of recessed conduit.

iii. Conduit connections:- Conduit connections for MS conduit shall be screwed metal to metal and painted with one coat of primer and two coats of enamel paint. The threads and socket shall be free from grease and oil. Connection between screwed conduits and sheet metal boxes shall be by means of MS hexagonal check nut fixed both inside and terminations shall not have sharp edges or burns to avoid damage to insulation of conductors while pulling them through the conduits. Solid rubber/PVC bushes are to be provided wherever necessary to avoid damage.

iv. Conduit bends: - These shall not be less than 7.5cm in radius. As far as possible, the conduit system shall be so laid that it will obviate the use of tee, elbow and sharp bends.

v. Cross section: - The conduits shall be of ample sectional area to facilitate the drawing of cables. In no case shall the total section of wires measured over all, be more than half the area of the conduit. The maximum number of wires that can be accommodated in conduits of varying sizes will be limited as per standard practice / CPWD specifications.

vi. Ceiling outlet boxes :- Out let boxes shall be 16SWG mild steel with 12mm threaded collar and so installed as to maintain continuity throughout .These shall be so protected at the time of laying that no mortar finds its way inside during concrete fillings, or plastering.

P a g e | 190

vii Mild steel draw boxes of ample dimensions shall be provided at convenient points on walls for long runs of wires. These will be completely concealed with 1.6 MS sheet covers flush with plaster work. These boxes will as far as possible be located where found suitably by the Engineer in – charge.

viii. Metal flush boxes:- These boxes shall be provided for fixing the switch and socket. ix. Inspection boxes: - The inspection boxes of 16SWG mild steel and having smooth

external and internal finish shall be provided to permit inspection and maintenance. These shall be mounted flush with wall/ceiling as required and shall have cover of 3mm thick hylem sheet, which shall be screwed with boxes. Adequate ventilation holes shall be provided on the covers.

x. Protection: - To safe guard against filling with plaster etc all outlet and switch boxes shall have to be provided with temporary covers and plugs at the time of their installation. Socketed joints shall be made fully water tight.

xi. Cleaning of conduits tube: - The entire conduit system including outlet to and boxes shall be thoroughly cleaned after completion of erection and before drawing in of cables/ wires.

xii. Painting of boxes: - All drawing / switch/Junction/Link boxes shall be painted with oxide in its manufactured form and then two coats of synthetic paint of approved colour.

xiii. Earthing terminals shall be provided inside all switch boards, power outlet boxes. 6. WIRES.

All wires to be used for the work shall be 650/1100Volts grade FRLS copper conductor wires manufactured in accordance with relevant IS specification and have ISI certification.

i. Bunching of wires:- Wires carrying current shall be so bunched in the conduit that the outgoing and return wires are drawn in to the same conduit. Wires originating from two different phases shall not be run in the same conduit.

ii. Drawing conductors: - The drawing and jointing of copper conductor wires shall be executed with due regard to the following precautions. Care shall be taken to avoid scratches and kinks which cause breakage of conductors. There shall be no sharp bends.

iii. All joints shall be made at main switches, distribution boards, socket outlet, lighting outlet and switch boxes only. No joints shall be made inside conduit and junction boxes. Conductors shall be continuous from outlet to outlet. Joints where unavoidable due to any specified reasons, shall be made within junction box only after written permission has been obtained from the Engineer in-charge.

iv. Balancing of circuits in 3 phase installation shall be planned before the commencement of wiring and shall be strictly adhered to.

v. Colour of conductors:- Colour code shall be maintained for the entire wiring installation, red, yellow, blue for three phases, black for neutral and green for earth.

vi. Main & sub-mains:- Mains & Sub- main shall consist of wires cables and conduits, bends, connection boxes, bushed check nuts etc. as specified herein before. Wires shall draw in the concealed or surface conduit as directed without being damaged. For this purpose draw boxes shall be located at convenient places. For single phase one earth wire shall run, for three phase two earth wires shall run. Necessary provision of wire lengths entering and emerging from conduit must be made for connection. Measurement will be taken on the actual conduit run containing wires from one point to the other.

7. Central Panel Boards & Distribution Boards: Central panel boards shall be floor mounted, totally enclosed, dust & vermin proof and

shall comprise of frequency meter, ammeter, volt meter, indicator lamps, current transformer of suitable ratings, selector switches, MCCB, Change over switch etc. The

P a g e | 191

distribution equipment forming a part of the distribution boards shall comply with the standards and codes of the bureau of the Indian standards and as indicated in the schedule of quantities.

8. Light Fixtures And Ceiling Luminaries: The type and specification of light fixtures shall be based on the reputed manufacturers as per list of approved make. Some of the fixtures are as follows:

a. Surface/ recessed mounting CFL luminaries suitable for operation in 230Volts AC supply and with 2x18Watts CFL lamp.

b. Bulk head luminaries with CFL 1x9 Watts. c. Fl. Tube fitting T5 Lamp 1x 14W d. Batten holder with CFL 1x18W e. Any other fixtures as approved by the Engineer – in – Charge of PWD.

9. Lux Level of light:- AREA LUX 1. Women Vendor 2. Corridor 3. Toilet

200 lux ( Appx). 75 lux (Appx). 100 lux ( Appx).

10. Fan / Exhaust Fan: 48‖ sweep AC ceiling fan (Usha/Bajaj/Crompton) 12‖ dia. light & heavy duty Exht. fan (Usha/Bajaj/Crompton) The fan/Exht. Fan should be shown to the Engineer in-charge before installation for approval.

11. Water Pump: Water pump marked, ISI of proper capacity as per load of each building at appropriate places will be provided in consultation with Engineer in- charge.

12. Earthing:

a. Earthing with copper plate600mm x 600mm ,thick i/c accessories and providing masonry enclosure with G.I. cover plate having locking arrangement and watering pipe etc. (but without charcoal/coke and salt) complete as required to be provided.

b. Extra for charcoal and salt for copper plate, earth electrode as required to be provided c. Earth connection from earth electrode with 4.06mm diameter copper wire in 15mm

diameter G.I. pipe from earth electrode as required to be provided. d. 4.06 mm diameter copper wire on surface or recess for loop earthing as required to be

provided. 13. External Lighting:

a. Poles should be steel tubular of 65mm dia. and 4mtr height. b. Shape of the pole should be tapering along with swan neck type arm.

c. Proper muffing should be provided for all poles. The average wind speed in Manipur is 80Km/hr.

d. Street light luminaries suitable for use with LED 60W e. Any other fixtures as approved by the Engineer – in – Charge of PWD. 14. List of approved make of electrical works:

Sl.No. Description Approved make

1 PVC insulated copper cond.house wiring cable 650/1100V grade (ISI marked)

Henley/Plaza /Similar

2 1.1KV grade PVC insulated and PVC sheathed armoured Aluminium cond. Cable (ISI marked).

Gloster/Nicco Similar AKG/BEG/Kalenga/ Uniplast./ Kalinga

P a g e | 192

3 PVC conduit (ISI marked) MS conduit.

4 Switches, Telephone, bell push, Buzzer, Telephone/TV socket etc including other accessories.

Anchor/Maru/Crabtrce/Schnieder/North West

5 Selector switch KAYCEE/L&T/Seimens

6 Main Distribution board.

Trikolite/Pieco/Madhu Electrical/Legrand/L&T/Schieder

7 Phenolic laminated switch board . HYLAM/FORMIC

8 MCB IndoAsian/Siemens/Harvell‘s/Legrand

9 MCCB GE/L&T/Siemens/Legrand

10 Control fuse with base Siemens/L&T/Harvells

11 Push button Siemens/Wipro/Bajaj

12 Lighting fixture Bajaj/Philip/Crompton

13 CFL lamps Bajaj/Philip/Crompton

14 Ceiling fan Bajaj/Usha/Khaitan

15 Exhoust fan Cropton/GEC/Bajaj/USHA

16 Telephone cable Batra Henley/Delton

17 G.I. pipe Jindal/Prakash

18 Earthing material

Hotdip Galvanised iron Or copper as specified

19 CT‘s Siemens/L&T

20 Cable gland Comet/Dowell/Gripwell

21 Fire Detectors

Appolo/Honeywell/System Sensor

22 Hooters Philips/Alpha/Vijay

23 Manual call box Minimax/MCE/Vijay

Response indicator Minimax/MCE/Vijay

Fire panel Minimax/MCE/Vijay

Fire Extinguisher. Minimax/Vijoy/Cease Fire

Note: Sample of all material to be approved by the Engineer in-charge before purchase.

SCHEDULE – A

ITEM RATE BOQ

Item Rate BoQ

P a g e | 193

Tender Inviting Authority: Executive Engineer, Monitoring and Quality Control Division, PWD, Manipur.

Name of Work: Setting up of IT - SEZ Building I (SH: Balance Work)

Contract No: EE/MQCD/IT-SEZ/2020-21/4

Bidder Name :

PRICE SCHEDULE (This BOQ template must not be modified/replaced by the bidder and the same should be uploaded after filling the relevent columns, else the bidder is liable to be rejected for this tender. Bidders are

allowed to enter the Bidder Name and Values only )

NUMBER #

TEXT # NUMBER #

TEXT #

NUMBER #

NUMBER #

TEXT #

Sl. No.

Item Description Quantity

Units BASIC RATE

In Figures To be

entered by the

Bidder Rs. P

TOTAL AMOUNT With Taxes

TOTAL AMOUNT In Words

1 2 4 5 13 54 55

0.1 SH (I) :- Civil Works

1 Earthwork in excavation in foundation trenches or drains including dressing of sides and ramming of bottoms lift upto 1.5 m including getting out the excavted soil and disposal od surplus excavated soil as directed within a lead of 50 m (a) Loose/soft soil.

178.50 cum 0.000 INR Zero Only

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.

59.50 cum 0.000 INR Zero Only

3 Filling in plinth with sandy soil under floors i/c watering, ramming, consolidating and dressing complete

479.33 cum 0.000 INR Zero Only

4 Filling in plinth with granular material under floors including watering ramming, consolidating and dressing complete.

200.45 cum 0.000 INR Zero Only

5 Providing and laying cement concrete in foundation and plinth excluding the cost of centering and shuttering.mm size). a)1:4:8 (1cement:4 c/sand:8 graded stone aggt. 20 mm

57.37 cum 0.000 INR Zero Only

P a g e | 194

size)

5.01 b)1:3:6(1cement:3 Kanhaighat c/sand:6 graded stone aggt. 20 mm size) 186.15 cum 0.000

INR Zero Only

6 Providing and laying Bitumen felt of approved quality. 444.52 sqm 0.000

INR Zero Only

7 Applying a coat of residual petroleum bitumen of penetration 80/100 of approved quality using 1.7 kg per sqm on damp-proof course after cleaning the surface with brushes and finnal with a piece of cloth lightly soaked in Kerosene oil.

455.34 sqm 0.000 INR Zero Only

8 Reinforced cement concrete work in foundation footings, bases of columns etc. and mass concrete, excluding cost of centering, shuttering and reinforcement (a) 1:1:2 (1 Cement : 1 Kanhaighat coarse sand :2 graded stone aggregate 20 mm nominal size).

64.44 cum 0.000 INR Zero Only

9 Extra for layingconctrete in or under water and /or liquid mud i/c cost of pumping or bailing out water and removing slush etc. complete.

1853.72

cum/m

0.000 INR Zero Only

10 Reinforced Cement Concrete work in walls (any thickness) i/c attached plasters, buttresses, plinth & string courses, filets etc upto floor two level but excluding the cost of centering and shuttering & reinforcement.(a) 1:1:2 (1 Cement : 1 Kanhaighat coarse sand :2 graded stone aggregate 20 mm nominal size). (a) Upto floor two level

0.71 cum 0.000 INR Zero Only

10.01 (b).Above floor two level

10.02 (c).Second floor level

10.03 (d).Third floor level

10.04 (e).Fourth floor level 40.83 cum 0.000

INR Zero Only

10.05 (f).Fifth floor level 44.21 cum 0.000

INR Zero Only

10.06 (g).Terrace floor level 160.92 cum 0.000

INR Zero Only

11 Reinforced cement concrete work in suspended floors, roofs landing,shelves & their supports balconies, lintels,beams, plinth beams, girders, bressumers and cantilevers upto floor two level excluding cost of centering, shuttering and reinforcement.(a) 1:1:2 (1 Cement : 1 Kanhaighat coarse sand :2 graded stone aggregate 20 mm nominal size). (a) Upto floor two level

90.13 cum 0.000 INR Zero Only

P a g e | 195

11.01 (b).Above floor two level

68.15 cum 0.000 INR Zero Only

11.02 (c).Third floor level 63.48 cum 0.000

INR Zero Only

11.03 (d).Fourth floor level 80.53 cum 0.000

INR Zero Only

11.04 (e).Fifth floor level 164.71 cum 0.000

INR Zero Only

11.05 (f).Terrace floor level 615.25 cum 0.000

INR Zero Only

11.06 (g).Mumty floor level 57.43 cum 0.000

INR Zero Only

11.07 (h).Machine Room level 54.64 cum 0.000

INR Zero Only

12 Reinforced cement concrete work in columns, pillars, piers, abutments, post and struts upto floor two level but excluding the cost of centering-shuttering & reinforcement. (a) 1:1:2 (1 Cement : 1 Kanhaighat coarse sand :2 graded stone aggregate 20 mm nominal size).size). (a) Upto floor two level

30.31 cum 0.000 INR Zero Only

12.01 (b)Above floor two level 6.36 cum 0.000

INR Zero Only

12.02 C) Second Floor level 6.36 cum 0.000

INR Zero Only

12.03 (d)Third Floor level 6.36 cum 0.000

INR Zero Only

12.04 (e)Fourth Floor level 6.36 cum 0.000

INR Zero Only

12.05 (f)Fifth Floor level 61.95 cum 0.000

INR Zero Only

12.06 (g)Terrace floor level 30.45 cum 0.000

INR Zero Only

12.07 (h)Mumty level 18.79 cum 0.000

INR Zero Only

P a g e | 196

13 Reinforced Cement Concrete work in staircase

(excluding landing) except spiral staircase i/c finishing and plastering the exposed surfaces with cement mortar 1:3 (1 cement:3-fine sand) to give a smooth and even surface preparing of the top surface and finishing, nosing upto floor two level but excluding the cost of centering, shuttering and reinforment with (a) 1:1:2 (1 Cement : 1 Kanhaighat coarse sand :2 graded stone aggregate 20 mm nominal size). (a).Upto floor two level.

13.01 (b)Above floor two level

13.02 c)Second Floor level

13.03 d)Third Floor level

13.04 e)Fourth Floor level 8.31 cum 0.000

INR Zero Only

13.05 f)Fifth Floor level 8.31 cum 0.000

INR Zero Only

13.06 (g)Terrace floor level 8.31 cum 0.000

INR Zero Only

13.07 (h)Mumty level 8.31 cum 0.000

INR Zero Only

14 Extra for providing and mixing water proofing materials in cement concrete work in the proportion recommended by manufactures 5112.00

per 50 kg

bag of ceme

nt

0.000 INR Zero Only

15 Reinforcement for RCC work I/c bending binding and placing in positionA). Tor steel bar

63077.95

kg 0.000 INR Zero Only

16 Applying cement slurry in R.C.C. slabs or cement concrete work using 2.75 kg/sqm for receiving cement concrete floor i/c roughening, cleaning etc complete.

12098.95

sqm 0.000 INR Zero Only

17 Providing form works i/c centering and shuttering so as to give a rough finish, strutting and propping etc. height of propping and centering below supporting floor to ceiling not exceeding 4 m and removal of the same for in-situ reinforced concrete and plain concrete work in (Using 12mm shuttering ply) a). Foundation,footings,bases of columns etc.and mass concrete

103.18 sqm 0.000 INR Zero Only

17.01 b). Flat surface such as soffits of suspended floors,roofs landings and the like.(a)floors etc. upto 200 mm in thickness

4307.74 sqm 0.000 INR Zero Only

17.02 c). Columns, pillars , post and struts (square, rectangularor polygon in plain) 979.39 sqm 0.000

INR Zero Only

P a g e | 197

17.03 e).Sides and sofitt of beams , beam haunching,

cantilevers , girders,bressumers and lintels not exceeding 1m in depth.

4310.79 sqm 0.000 INR Zero Only

17.04 f).Staircase with sloping or stepped, soffits i/c risers and stringes excluding landing. 34.05 sqm 0.000

INR Zero Only

17.05 g).Vertical surface such as wall (any thickness), partitions and the like i/c attached pilasters, buttresses, plinth & string courses and the like

1010.78 sqm 0.000 INR Zero Only

17.06 h)Edges of slab and breaks in floor walls i)under 20 cm wide 353.76 Rm 0.000

INR Zero Only

18 2nd class (Local first class) brickwork in foundation and plinth in cement mortar 1:3(1cement :3 Kanhaighat coarse sand)

78.97 cum 0.000 INR Zero Only

19 Extra for brick work in superstructure above plinth level upto 1st floor. 71.96 cum 0.000

INR Zero Only

20 2nd class (Local first class) brickwork in superstructure in cement mortar 1:3(1cement :3 Kanhaighat coarse sand). (a).First floor level

87.46 cum 0.000 INR Zero Only

20.01 (b).Second floor level 87.46 cum 0.000

INR Zero Only

20.02 (c).Third floor level 87.55 cum 0.000

INR Zero Only

20.03 (d).Fourth floor level 152.90 cum 0.000

INR Zero Only

20.04 (e).Fifth floor level 48.78 cum 0.000

INR Zero Only

20.05 (f) Terrace floor level 45.25 cum 0.000

INR Zero Only

20.06 (g) Mumty level 38.36 cum 0.000

INR Zero Only

21 Half brick masonry 2 nd class (Local first class) in cement mortar 1:3(1cement :3 Kanhaighat coarse sand) in superstructure. (a) Upto Floor two level

29.02 sqm 0.000 INR Zero Only

21.01 (b).First floor level 273.19 sqm 0.000

INR Zero Only

21.02 (c).Second floor 273.19 sqm 0.000

INR Zero Only

21.03 (d).Third floor level 327.31 sqm 0.000

INR Zero Only

P a g e | 198

21.04 (e).Fourth floor level

505.49 sqm 0.000 INR Zero Only

21.05 (f).Fifth floor level 410.29 sqm 0.000

INR Zero Only

21.06 (g).Terrace floor level 107.65 sqm 0.000

INR Zero Only

22 Providing and fixing stainles steel railing complete as per Architectural drawing and design. 403.26 rm 0.000

INR Zero Only

23 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 mixed @ 2 litre per 50 kg of cement or as per manufacturer‘s specifications. This includes cost of cement slurry, but excluding the cost of nosing of steps etc. complete.

2091.40 sqm 0.000 INR Zero Only

24 Providing and laying 80 mm thick factory made cement concrete interlocking paver block (Rubber Moulded) 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 50 mm thick compacted bed of coarse sand, filling the joints with coarse sand etc. all complete as per the direction of the Engineer-in-charge.

52.78 sqm 0.000 INR Zero Only

25 Granite stone slab flooring over 20 mm( average ) thick base of cement mortar 1 : 6 ( 1 cement : 6 coarse sand ) laid and jointed with grey cement slurry including rubbing and polishing complete with -Granite slab 20 mm slab thick.(A)60 X 120 cm

1982.67 sqm 0.000 INR Zero Only

26 12.5 mm thick granite tiles in risers of steps , skirting , dado walls and pillars laid on 10 mm thick base of cement mortar 1 : 3 ( 1 cement: 3 coarse sand ) laid and jointed with grey cement slurry including rubbing and polishing complete.

396.38 sqm 0.000 INR Zero Only

27 Providing and laying vitrified floor tiles in different sizes (thickness to be specified by the manufacturer) with water absorption less than 0.08% and conforming to IS : 15622, of approved make, in all colours and shades, laid on 20mm thick cement mortar 1:4 (1 cement : 4 coarse sand), including grouting the joints with white cement and matching pigments etc., complete.

9654.88 sqm 0.000 INR Zero Only

P a g e | 199

28 Providing and laying Vitrified tiles in different sizes

(thickness to be specified by manufacturer), with water absorption less than 0.08 % and conforming to I.S. 15622, of approved make, in all colours & shade, in skirting, riser of steps, over 20 mm thick bed of cement mortar 1:3 (1cement: 3 coarse sand), including grouting the joint with white cement& matching pigments etc. complete. 600x600mm Providing and laying Vitrified tiles in different sizes (thickness to be specified by manufacturer), with water absorption less than 0.08 % and conforming to I.S. 15622, of approved make, in all colours & shade, in skirting, riser of steps, over 20 mm thick bed of cement mortar 1:3 (1cement: 3 coarse sand), including grouting the joint with white cement& matching pigments etc. complete. 600x600mm

503.38 sqm 0.000 INR Zero Only

29 Extra for nosing in granite stone for treads 270.00 sqm 0.000

INR Zero Only

30 Providing and laying non skid vitrified floor tiles in different sizes (thickness to be specified by the manufacturer) with water absorption‘s less than 0.08% and conforming to IS : 15622 of approved make in all colours and shades, laid on 20mm thick cement mortar 1:4(1 cement: 4 coarse sand) including grouting the joints with white cement and matching pigments etc., complete.

488.82 sqm 0.000 INR Zero Only

31 Colour glazed tiles 10 mm thick in skirting risers of steps & dado on 10 mm thick cement plaster 1:3(1 cement:3 coarse sand) & jointed with white cement slurry.

817.86 sqm 0.000 INR Zero Only

32 P/F false ceiling at all height i/c providing and fixing of frame work made of special sections,power pressed from M.S. sheets and galvanised with zinc coating of 120gm/sqm(both side inclusive)as per IS 277 and consisting of angle cleats of size 25mm wide x 1.6 mm thick with flanges of 27 mm and 37 mm,at 1200 mm

32.01 c/c,one flanged fixed to the ceiling with dash fastener 12.5 mm dia. x 50 mm long with 6 mm dia. bolts,other flange of cleat fixed to the angle hangers of 25x10x0.50 mm of required length with nuts and bolts of required size and and other end of hanger fixed with intermediate G.I. channels 45x 15 x 0.9mm running at the spacing of 1200 mm c/c,to which the ceiling section 0.5 mm thick

P a g e | 200

32.02 bottom wedge of 80 mm with tapered flanges of

26 mm each having lips of 10.5 mm,at 450mm c/c,shall be fixed in a direction perpendicular to G.I. intermediate channel with connecting clips made out of 2.64 mm dia. x 230mm long G.I. wire at every junction,i/c fixing perimeter channels 0.5 mm thick 27mm high having flangrs of 20mm and 30mm long,the perimeter of ceiling fixed to the

32.03 wall/partition with the help of rawl plugs at 450mm centre,with 25mm long dry wall screws @ 230mm interval,i/c fixing of gypsum board to ceiling section and perimeter channel with the help of dry wall screwsof size 3.5x25mm at 230mm c/c i/c jointing and finishing to a flush finish of tapered and square edges of the board with recommended jointing compound,jointing

32.04 tapes,finishing with jointing compoung in 3 layers covering upto 150mm on both sides of the joint and two coats of primer suitable for the board,all as per manufacturer's specification and also i/c the cost of making openings for light fittings,grills,diffusers,cutouts made with frame of perimeter channels suitably fixed,all complete as per drawings,specifications and direction of the Engineer in charge but excluding the cost of painting with (II) 12.5 mm thick tapered edge Mineral fibre board (Armstrong brand Dune RH99)

3932.03 sqm 0.000 INR Zero Only

33 Providing & fixing on wall face PVC(Double socketed) rain water pipe i/c filling the joints with spun yarn soaked in neat cement slurry & cement mortar 1:2(1 cement:2 fine sand).(a).100mm dia

477.00 rm 0.000 INR Zero Only

34 Providing & fixing M.S. holder bat clamps embedded in & i/c cement concrete blocks 112.5 mm X 112.5 mm of 1:2:4 mix (1 cement:2 coarse sand:4 hard stone bollast 20 mm & down gauge).

240.00 each 0.000 INR Zero Only

35 Supply,fabrication and erection of uPVC Doors,Widows of required size as per Architectural design fixed with fixing clips or with expansion hold fasteners i/c filling up gaps at top, bottom and sides with required gasket etc. with 5mm clear Non Toughened Glass with sealant in between the joint to make leak proof complete. a).Dark Oak Colour Classic Premuim Series.

406.47 sqm 0.000 INR Zero Only

36 Providing and fixing 5mm colour coated structural glazing with Black anodized nose aluminium section with 5mm thick tempered color gass (sub frame to be fixed on mother frame)etcc. complete as per the architectural drawings and the directions of engineer-in-charge. a)-With structural glass panes of 5mm thickness

1794.90 sqm 0.000 INR Zero Only

37 12 mm cement plaster 1:3 (1 cement:3 Dhanshree fine sand). 2433.57 sqm 0.000

INR Zero Only

38 15 mm cement plaster 1:3 (1 cement:3 2837.49 sqm 0.000 INR

P a g e | 201

Dhanshree fine sand). Zero

Only

39 Painting on wall with (two coats) of plastic emulsion paint of approved quality in all shades on new work to give an even shade.

17825.62

sqm 0.000 INR Zero Only

40 Providing and applying plaster of paris putty of 2 mm thickness over plastered surface to prepare the surface even and smooth complete.

3829.19 Sqm 0.000 INR Zero Only

41 30 mm thick ferrocement roof treatment (Wooden float finished) in cement mortar 1:3 (1cement:3 coarse sand) on top of roof reinforced with a layer of M.S. wire mesh/M.S. expanded metal 20x6mm strands separated by 6 mm dia M.S.Rod @ 75cm c/c applying two coat of water proofing membrane of approved quality

2360.99 sqm 0.000 INR Zero Only

42 Providing, mixing and applying priming coat of approved polymer bonding as per specification and direction of Engineer-in-Charge complete

2360.99 sqm 0.000 INR Zero Only

43 Supply and fixing of Aluminium Composite panel of standard make mounted on aluminium frames in tray system complete with all necessary fixing arrangement,joints sealed with structural sealant Dow Corning or wacker silicon 789 or approved quality complete with . A.3mmx0.25mm board using aluminium hollow rectangular section. I)..50x25x1.20mm

2194.95 sqm 0.000 INR Zero Only

44 Steel work in built up trusses including cutting , hoisting , fitting in position & applying a coat of approved steel primer red oxide zinc chrome primer conforming to IS : 2074 - 1979 welded & bolted including special washer etc. complete., a ) Electric resistant welded tube (Conforming to IS : 1611- 1979 )

5849.22 kg 0.000 INR Zero Only

45 Corrugated Fibre Sheet 24 B.G. fixed with galvanised iron J or L hooks 8 mm dia G.I. limpet & bitumen washer complete, excluding the coat of purlins rafter & trusses.

127.04 sqm 0.000 INR Zero Only

46 Providing toughned and laminated glass sheet roofing 6mm thick with necessary fittings as directed by the Engineer in Charge i/c fixing devices as required on slope roof e/c the cost of trusses and purlins.

126.15 sqm 0.000 INR Zero Only

47 Cement concrete 1:2:4 (1 cement : 2 coarse sand : 4 graded stone aggregate 10 mm nominal size) in pavement roads taxi-tracks and runaways laid to be required slopes and camber including compaction, tamping, finishing and curing complete.

289.75 cum 0.000 INR Zero Only

P a g e | 202

48 Providing and fixing white glazed European type

water closet pane Indian make with 10 cm HCI trap 12.5 litre low level C.I. flushing cistern of approved made with fittings R.S or C.I brackets 32 mm diameter telescopic flush pipe with fittings and clamps 25 mm G.I. overflow pipe with spiral & mosquito proof coupling of approved Municipal design G.I. pull-chain complete i/c painting of cistern & fittings cutting and making good the walls & floors. a)W.C.pan with ISI marked black solid plastic seat and lid

46.00 each 0.000 INR Zero Only

49 Providing and Fixing wash basin of white glazed earthen ware (Indian make) with R.S. or C.I. brackets painted white 1 central 12.5 mm C.P. brass pillar tapes, 32 mm rubber plugs and C.P. brass chain 32 mm C.P. brass waist-of standard pattern 32 mm diameter M.I. or C.P. brass traps and unions complete i/c cutting and making good the walls (Indian fittings). (a) 630 x 450 mm

49.00 each 0.000 INR Zero Only

50 Providing and fixing urinal basin of white glazed earthen ware Indian make with 5.0 L. C.I. automatic flushing cistern with fittings R.S. or C.I. brackets standard size flush pipe spreader with brass union & G.I. clamps complete i/c painting of cistern & fittings, cutting & making good the walls and floors. (a) Flat back Urinal (i) 610 x 400 x 380 mm

35.00 each 0.000 INR Zero Only

51 Providing and fixing soap container of glass with C.P. lid and brackets fixed to wooden cleats with C.P. brass screws.

49.00 each 0.000 INR Zero Only

52 Providing and fixing 600 x 450 mm bevelled edge mirror of Indian make superior glass (of approved quality) quality complete with asbestos sheet ground, fixed to wooden cleat with C.P. brass screws and washers.

49.00 each 0.000 INR Zero Only

53 Providing and fixing 610 x 20 mm Diplomat brass towel rail complete with C.P. brass brackets fixed to wooden cleats with C.P. brass screws

49.00 each 0.000 INR Zero Only

54 Providing and fixing C.P. brass toilet paper holder 46.00 each 0.000

INR Zero Only

55 Providing and fixing brass stop cock of superior quality. (a) 25 mm diameter 46.00 each 0.000

INR Zero Only

56 Providing and fixing C.P. bib cock of superior quality. (a) 20 mm diameter (Delux Sona) 49.00 each 0.000

INR Zero Only

57 Providing and fixing 100 mm H.C.I. soil vent pipes. (a) 100 dia pipe 14.00 Rm 0.000

INR Zero Only

P a g e | 203

58 Providing and fixing WATER STORAGE TANKS

(Sintex) G.I. overflow tube 25 mm nominal G.I. inlet and 15 mm nominal G.I. outlet tube i/c hoisting a height of 10 m above ground level. (a) 2000 litres net capacity storage tanks

6.00 each 0.000 INR Zero Only

59 Providing and fixing 3 layer PP-R (Poly propylene Random copolymer) pipes SDR 7.4 UV 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 & testing of joints complete as per direction of Engineer in Charge. (External work). (a) PN- pipe, 40 mm OD

107.28 Rm 0.000 INR Zero Only

60 Providing and fixing 3 layer PP-R (Poly propylene Random copolymer) pipes SDR 7.4 UV 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 the pipe with clamps at 1.00 m spacing. This includes testing of joints complete as per direction of Engineer in Charge. (Concealed work including cutting chases and making good the walls etc.,). (a) 25 mm dia

177.03 Rm 0.000 INR Zero Only

60.01 (b) 16 mm dia 127.80 Rm 0.000

INR Zero Only

61 P/F PVC soil waste and vent pipe (external). (a) 160 mm dia 175.06 Rm 0.000

INR Zero Only

62 P/f PVC soil waste and vent pipe (internal) (a) 110 mm dia 501.32 Rm 0.000

INR Zero Only

63 P/F PVC traps with 100 mm inlet and 100 mm outlet of self cleaning design with HCI screwed down of hinged grating with or without vent arm complete i/c cost of cutting and making good the walls and floors.

130.00 each 0.000 INR Zero Only

64 P/F 160 x 160 x110 mm PVC branch of the reqd. degree with access doors, insertion rubber washer 3 mm thick bolts and nuts complete.

36.00 each 0.000 INR Zero Only

65 P/F 100 mm PVC bend of the required degree with access door insertion rubber washers bolts and nuts etc. complete..

24.00 each 0.000 INR Zero Only

66 P/F 160 mm PVC bend of the required degree with access door insertion rubber washers bolts and nuts etc. complete.

6.00 each 0.000 INR Zero Only

67 P/F 100 x 100 x 100 mm PVC branch of the reqd. degree with access doors, insertion rubber washer 3 mm thick bolts and nuts complete.

36.00 each 0.000 INR Zero Only

P a g e | 204

68 Providing and fixing 20 mm thick Teak wood

panelling over wooden frame work consisting of batten 50 mm x 38 mm and finishing work complete.

321.97 sqm 0.000 INR Zero Only

69 B. Ground Sump & Drain Earth work in excavation in foundation trenches or drains including dressing of sides and ramming of bottoms lift upto 1.5 metres including getting out the excavated soil and disposal of surplus excavated soil as directed within a lead of 50 metres. H/D soil

445.16 Cum 0.000 INR Zero Only

70 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 metres lift upto 1.5 metre

148.39 Cum 0.000 INR Zero Only

71 Providing and laying cement concrete in foundation and plinth excluding the cost of centering and shuttering.1:4:8 (1 cement : 4 coarse sand : 8 graded stone aggregate 40 mm nominal size)

42.76 Cum 0.000 INR Zero Only

72 Reinforced cement concrete work in walls (any thickness) i/c attached pilasters, buttresses, plinth and string courses, fillets etc. upto floor two level i/c finishing and plastering the exposed surface with cement mortar (1:3) (1 cement: 3 fine sand) of thickness not exceeding 6 mm to give a smooth and even surface but excluding cost of centering, shuttering and reinforcement.1:1:2 (1 cement: 1 coarse sand: 2 graded stone aggregate 20 mm nominal size).

91.66 Cum 0.000 INR Zero Only

73 Reinforcement for RCC work i/c bending , binding and placing in position complete in Tor-steel bars 7384.09 kg 0.000

INR Zero Only

74 Providing form works i/c centering and shuttering so as to give a rough finish, strutting and propping etc. height of propping and centering below supporting floor to ceiling not exceeding 4 m and removal of the same for in-situ reinforced concrete and plain concrete work in (a)Vertical surface such as walls (any thickness), partition and the like i/c attached pilasters, buttresses, plinth and the string courses and the like

260.71 sqm 0.000 INR Zero Only

75 2nd class (local first class) brick work in foundation and plinth in cement mortar 1:3 (1 cement: 3 coarse sand)

58.25 Cum 0.000 INR Zero Only

76 15mm cement plaster 1:3 (1 cement: 3 coarse sand) finished with a floating coat of neat cement. 611.20 Sqm 0.000

INR Zero Only

P a g e | 205

77 C) : Construction of Septic Tank

E/work in excavation in foundation, trenches or drains i/c dressing of sides and ramming of bottom lift upto 1.50 m i/c getting out the excavated soil and disposal of surplus soil as directed within a lead of 50m (a) Hard/dense soil.

112.60 Cum 0.000 INR Zero Only

78 Providing and laying cement concrete in foundation & plinth excluding the cost of centering & shuttering. a) 1 : 4 : 8 (1 Cement: 4 coarse sand: 8 graded stone aggregate: 40 mm nominal size).

4.60 Cum 0.000 INR Zero Only

78.01 b) 1:2:4 (1cement:3 Kanhaighat c/sand:6 graded stone aggt. 20 mm size) 1.86 Cum 0.000

INR Zero Only

79 Applying a coat of residual petroleum bitumen of penetration 80/100 of approved quality using 1.7 kg per sqm on damp-proof course after cleaning the surface with brushes and finnal with a piece of cloth lightly soaked in Kerosene oil.

55.94 Sqm 0.000 INR Zero Only

80 Reinforced cement concrete work in foundation footings, bases of columns etc. and mass concrete, excluding cost of centering, shuttering and reinforcement, a)1:1:2 (1 cement: 1 coarse sand: 2 graded stone aggregate 20 mm nominal size).

4.42 Cum 0.000 INR Zero Only

81 Reinforced cement concrete work in walls (any thickness) i/c attached pilasters, buttresses, plinth and string courses, fillets etc. upto floor two level but excluding cost of centering, shuttering and reinforcement. a)1:1:2 (1 cement: 1 coarse sand: 2 graded stone aggregate 20 mm nominal size).

8.38 Cum 0.000 INR Zero Only

82 Reinforced Cement Concrete work in suspended floors, roofs landing, shelves & their supports balconies, lintels, beams, plinth beams, girders, bressumers and cantilevers upto floor two level but excluding cost of centering, shuttering and reinforcement a)1:1:2 (1 cement: 1 coarse sand: 2 graded stone aggregate 20 mm nominal size). a) 1 : 1.5 : 3 (1 cement :1.5 coarse sand : 3 graded stone aggregate 20 mm nominal size)

4.62 Cum 0.000 INR Zero Only

83 Applying cement slurry in R.C.C. slabs or cement concrete work using 2.75 kg/sqm for receiving cement concrete floor i/c roughening, cleaning etc complete.

33.78 Sqm 0.000 INR Zero Only

84 Reinforcement for R.C.C. work i/c. bending, binding and placing in position complete a) Tor steel bars.

935.82 Kg. 0.000 INR Zero Only

P a g e | 206

85 Providing form works i/c centering and shuttering

so as to give a rough finish, strutting and propping etc. height of propping and centering below supporting floor to ceiling not exceeding 4 m and removal of the same for in-situ reinforced concrete and plain concrete work in (Using 12mm shuttering ply). a). Foundation,footings,bases of columns etc.and mass concrete.

3.86 Sqm 0.000 INR Zero Only

85.01 b) Flat surface such as suspended floor, roofs landings and the like i)floors etc. upto 200 mm in thickness

37.32 Sqm 0.000 INR Zero Only

85.02 g).Vertical surface such as wall (any thickness), partitions and the like i/c attached pilasters, buttresses, plinth & string courses and the like

4.74 Sqm. 0.000 INR Zero Only

85.03 e).Sides and sofitt of beams , beam haunching, cantilevers , girders,bressumers and lintels not exceeding 1m in depth.

1.78 Sqm 0.000 INR Zero Only

85.04 c)Edgesof slabs and breaksin floor walls i) Under 20cms wide. 47.10 Rm. 0.000

INR Zero Only

86 2nd class (local first class)brickwork in cement mortar 1:3(1cement :3 Kanhaighat coarse sand) in superstructure.

20.04 Sqm. 0.000 INR Zero Only

87 Honeycomb brick work (75 mm) thick with first class brick in cement mortar 1:4 (1 cement: 4 coarse sand)

18.44 Sqm 0.000 INR Zero Only

88 Proving and fixing C.I. cover for manhole and chambers. (a) 600 x 450 (heavy duty 38kg). 4.00 Each 0.000

INR Zero Only

89 15 mm cement plaster 1:3 (1 cement:3 dhanashree fine sand) finished with a floating coat of neat cement.

148.30 Sqm 0.000 INR Zero Only

90 Providing and fixing HCI traps with 100 mm inlet and 100 mm outlet of self cleaning design with HCI screwed down of hinged grating with or without vent arm complete i/c cost of cutting and making good the walls and floors.

2.00 Each 0.000 INR Zero Only

91 Providing and fixing 100 mm HCI terminal guard. 4.00 Each 0.000

INR Zero Only

92 Providing and fixing 100 mm HCI collar 4.00 Each 0.000

INR Zero Only

92.01 SH (III):- Electrical & Allied Works

93 Wiring for light point / fan point / exhaust fan point / call bell point with 1.5 sq.mm FR PVC insulated copper conductor single core cable in surface / recessed PVC conduit with modular type switch, modular plate suitable size GI box and earthing the point with 1.5 sq.mm FR PVC insulated copper conductor single core cable etc. as reqd.

93.01 1. Group A 770.00 Nos. 0.000

INR Zero

P a g e | 207

Only

93.02 2. Group B 720.00 Nos. 0.000

INR Zero Only

93.03 3. Group C 391.00 Nos. 0.000

INR Zero Only

94 Wirig for twin control light point with 1.5mm2 FR PVC insulated copper conductor single core cable in surface / recessed PVC conduit, 2 way switch, modular plate, modular type switch stuitable size GI box and earthing the point with 1.5mm2 FR, PVC insulated copper conductor single cre cable etc.

14.00 Nos. 0.000 INR Zero Only

95 Wiring for light point / power plug with 2x4mm2 FR PVC insulated copper conductor single core cable in surface / recessed PVC along with 1 no. 4mm2 FR PVC insulated copper conductor single core cable for loop earthing as reqd.

360.00 Nos. 0.000 INR Zero Only

96 Wiring for light point / power plug with 4x4mm2 FR PVC insulated copper conductor single core cable in surface / recessed PVC along with 1 no. 4mm2 FR PVC insulated copper conductor single core cable for loop earthing as reqd.

660.00 Nos. 0.000 INR Zero Only

97 Wiring for power plug with 2x6mm2 FR PVC insulated copper conductor single core cable in surface / recessed PVC along with 1 no. 6mm2 FR PVC insulated copper conductor single core cable for loop earthing as reqd.

20.00 Nos. 0.000 INR Zero Only

98 Wiring for Circuit / Sub main wiring along with earth wire with ( the following sizes of ) FR PVC insulated copper conductor single core cable in surface / recessed PVC conduit etc, as reqd. (a) 2x1.5mm2 + 1x 1.5 mm 2 earth wire

500.00 Mtr. 0.000 INR Zero Only

98.01 (b) 2x2.5mm2 + 1x 2.5 mm 2 earth wire 11700.0

0 Mtr. 0.000

INR Zero Only

98.02 (c) 2x4mm2 + 1x 4 mm 2 earth wire 11000.0

0 Mtr. 0.000

INR Zero Only

98.03 (d) 4x4mm2 + 2x 4 mm 2 earth wire 400.00 Mtr. 0.000

INR Zero Only

98.04 (e) 4x6mm2 + 2x 6 mm 2 earth wire 800.00 Mtr. 0.000

INR Zero Only

99 S/F Pre-coated electronic box type luminaries with decorative and caps FTL 1x36/40w lamp complete with all accessories i/c connection etc, as reqd.

100.00 Nos. 0.000 INR Zero Only

P a g e | 208

100 S/F Surface / recess mounting extracted

aluminum CFL mirror optics luminariesHSG superior finish extracted aluminum body anodized aluminum reflector(BJSM-218 CFL).

786.00 Nos. 0.000 INR Zero Only

101 S/F Vertical down lighter with CFL 1x10/13 white powder coated CRCA ring, bright finished reflector i/c connection etc. (Ref.538536 BJDR 110/113 WEB/VI, D type CFL 1x10/13W).

550.00 Nos. 0.000 INR Zero Only

102 S/E Wall/ Ceiling mounting T5 lamp luminaries T5 1x14W for task/Accent light grey powder coated elegant designed extracted aluminum housing with swivel type arrangement (BJHL-114T5SL).

60.00 Nos. 0.000 INR Zero Only

103 S/F Horizontal down lighter D type CFL 2x18 white powder coated CRCA ring, bright finished reflector (Ref.530806, BJDR 218 HW 2EB/complete with connection etc.

150.00 Nos. 0.000 INR Zero Only

104 S/F 48‖ sweep (1400mm) AC ceiling fan complete with down rod canopy 3( three) blades but without regulator etc as reqd.

558.00 Nos. 0.000 INR Zero Only

105 S/F stepped type electronic fan regulator on the existing modular plate switch box i/c connection but excluding modular plate etc.

558.00 Nos. 0.000 INR Zero Only

106 S/F 305mm sweep exhaust fan complete with all accessories i/c connection etc. 27.00 Nos. 0.000

INR Zero Only

107 S/F (following modular type switch/socket) on the existing modular plate and switch box i/c connection but excluding modular plate etc, as reqd. (a) 5/6 amps switch

1020.00 Nos. 0.000 INR Zero Only

107.01 (b) 15/16 amps swich 20.00 Nos. 0.000

INR Zero Only

107.02 (c)5/6 amps socket outlet 1020.00 Nos. 0.000

INR Zero Only

107.03 (d) 15/16 amps socket outlet 20.00 Nos. 0.000

INR Zero Only

107.04 (e) 2 way 5/6 amp switch 28.00 Nos. 0.000

INR Zero Only

108 S/F following module (125mm x75mm) GI box along with modular base and cover plate for modular switch in recess as reqd (a). 4 way

1040.00 Nos. 0.000 INR Zero Only

108.01 (b). 1 or 2 way 28.00 Nos. 0.000

INR Zero Only

109 Supply installation and commissioning of Industrial type Metal clad20A, 230V plug socket, 20A DP MCB with etal enclosure complete with wiring, pin, cap, chain etc.

20.00 Set 0.000 INR Zero Only

P a g e | 209

110 S/F (Following way) 3 pole and neutral,sheet steel

MCB distribution board, 240V on surface/ recessed complete with tinned copper bus bar neutral bus bar,earth bar, din bar, detachable gland plate, interconnection, phosphatized and powder paintedincluding earthing etc, as reqd. (but without MCB/ RCCB/ Isolator). (a). 6 way (4+18 single door horizontal type.

49.00 Nos. 0.000 INR Zero Only

110.1 (b). 4 way (4+12 single door horizontal type. 25.00 Nos. 0.000

INR Zero Only

111 P/F (following ratting 3 pole 230V0) moulded case circuit breakers (MCCB) AC-415V having a sensitive current up to 300 MA in the existing MCB DB complete with connection testing and commissioning etc, (a). 25 Amp up to 50 amp 3 pole 230V 300MA

74.00 Nos. 0.000 INR Zero Only

112 S/F 5 amp to 32 amp rating 230V ‗B‘ series MCB for lighting and other load of (following poles) in the existing MCB DB complete with connection testing and commissioning etc, as reqd. (a). Single pole

1046.00 Nos. 0.000 INR Zero Only

113 S/F (following way) single/double pole and neutral, sheet steel MCCB distribution board, 240V on surface / recessed complete with tinned copper bus bar neutral bus bar, earth bar, din bar, detachable gland plate, interconnection, phosphatized and powder painted including earthing etc, as reqd (but without MCB/RCCB/Isolator). (a). 8 way single door.

7.00 Nos. 0.000 INR Zero Only

114 S/F Double pole 20 amp rating 230V ‗B‘ series MCB for lighting and other load of (following poles) in the existing MCB DB complete with connection testing and commissioning etc, as reqd.

7.00 Nos. 0.000 INR Zero Only

114.01 MAIN POWER PANEL (Loc: OUTDOOR SUBSTATION ELECTRIC ROOM)

115 Supply Installation testing commissioning of main electrical switch / panel board fabrigated with 14/16G CRCA sheet steel, with standard pre-treatments, pre-coats on anti rust paint and finished with powder coating to the approval of consultants.The panel shall be self powered for trip relay to function independently and panel shall be suitable for indoor installation, Inter locking system as per operation philosophy.which consist the following incoming and out going components.

1.00 Nos. 0.000 INR Zero Only

115.01 IN COMING:-

115.02 i. 2000 A 4P EDO for EB & DG i/c - 3 nos.

115.03 ii. RYB indication lamp 3 Set.

P a g e | 210

115.04 iii. KWH meter with CT (withRS-484 port)

3 Set.

115.05 iv. Digital multimeter for A.V.F to measure single phase &3 phase parameters 3 Set.

115.06 v. EF/OC relay 3 Set.

115.07 vi. UV/OV relay 3 Set.

115.08 vii. ELR with CBCT 3 Set.

115.09 viii. TPN aluminum sleeved bus bar set 2500 Amp. rated. 1 Set.

115.1 OUT GOING

115.11 1. i. 1000A 4P EDO ACB with Microprocessor control for Main L.T. panel 1 no.

115.12 ii. RYB indication lamp 1 Set

115.13 iii. Digital multimeter for A.V.F to measure single phase &3 phase parameters 1 No.

115.14 iv. ELR with CBCT 1 Set

115.15 2. i. 1000A 4P EDO ACB with Microprocessor control for AC panel 1 no.

115.16 ii. RYB indication lamp 1 Set.

115.17 iii. KWH meter with CT (withRS-484 port) 1 Set.

115.18 iv. Digital multimeter for A.V.F to measure single phase &3 phase parameters 1 No.

115.19 v. ELR with CBCT 1 Set

115.2 3. i. 800A 4P MCCB with Microprocessor control for capacitor panel 1 no.

115.21 ii. RYB indication lamp 1 Set.

115.22 iii. 12 chanel APFC controller with matched CT- 1 Set.

115.23 iv. Digital multimeter for A.V.F to measure single phase &3 phase parameters 1 No.

115.24 v. ELR with CBCT 1 Set

115.25 4. 63 Amp TPN MCB for OLTC etc. 5 nos

115.26 MAIN LT PANEL (GROUND FLOOR ELECTRICAL ROOM)

116 Supply Installation testing commissioning of main electrical switch board of fabrigated with 14/16G CRCA sheet steel, with standard pre-treatments, pre-coats on anti rust paint and finished with powder coating to the approval of consultants.The panel shall be self powered for trip relay to function independently and panel shall be suitable for indoor installation, Panel shall be to the specicifications, drawing and to the approval of Architect/ Consaltant.

1.00 No. 0.000 INR Zero Only

P a g e | 211

116.01 IN COMING:-

116.02 i. 1000 A 4P EDO ACB 1 no.

116.03 ii. RYB indication lamp 1 Set.

116.04 iii. KWH meter with CT (withRS-484 port) 1 Set.

116.05 iv. Digital multimeter for A.V.F to measure single phase &3 phase parameters 1Set.

116.06 v. EF/OC relay 1 Set.

116.07 vi. UV/OV with relay 1 Set.

116.08 vii. ELR with CBCT 1 Set.

116.09 viii. TPN aluminum sleeved bus bar set 2500 Amp. rated. 1 Set.

116.1 OUT GOING

116.11 1. i. 630A TPN MCCB with Microprocessor control for Main Distribution panel 1 no.

116.12 ii. RYB indication lamp 1 Set

116.13 iii. KWH meter with CT (withRS-484 port) 1 Set.

116.14 iv. Digital multimeter for A.V.F to measure single phase &3 phase parameters 1No.

116.15 v. ELR with CBCT 1 Set

116.16 2. i. 630A TPN MCCB with Microprocessor control for Essential load panel (Lifts, STP, Fire, UPS, Em- lighting, Pump panel) 1 no.

116.17 ii. RYB indication lamp 1 Set.

116.18 iii. KWH meter with CT (withRS-484 port) 1 Set.

116.19 iv. Digital multimeter for A.V.F to measure single phase &3 phase parameters 1No.

116.2 v. ELR with CBCT 1 Set.

116.21 3. i. 400A TPN MCCB with Microprocessor control for future 1 no.

116.22 ii. RYB indication lamp 1 Set.

116.23 iii. KWH meter with CT (withRS-484 port) 1 Set..

116.24 iv. Digital multimeter for A.V.F to measure single phase &3 phase parameters 1 No.

116.25 v. ELR with CBCT 1 Set

116.26 4. i. 250A TPN MCCB with Microprocessor control for spare 1 no.

116.27 ii. RYB indication lamp 1 Set.

116.28 iii. KWH meter with CT (withRS-484 port) 1 Set..

P a g e | 212

116.29 iv. Digital multimeter for A.V.F to

measure single phase &3 phase parameters 1 No.

116.3 v. ELR with CBCT 1 Set.

116.31 5. 63 Amp TPN MCB spare 4 nos.

117 Supply Installation testing commissioning of main electrical switch / panel board fabrigated with16G CRCA sheet steel, with standard pre-treatments, pre-coats on anti rust paint and finished with powder coating to the approval of consultants.The panel shall be self powered for trip relay to function independently and panel shall be suitable for indoor installation, Inter locking system as per operation philosophy.which consist the following incoming and out going components.

1.00 No. 0.000 INR Zero Only

117.01 IN COMING:-

117.02 i. 800 A TPN MCCB Microprocessor based 1 no.

117.03 ii. RYB indication lamp 1 Set.

117.04 iii. Digital multimeter for A.V.F to measure single phase &3 phase parameters1 Set.

117.05 iv. 12 channel APFCR 1 no.

117.06 v. TPN aluminum sleeved bus bar set 1000 Amp. rated. 1 Set.

117.07 OUT GOING

117.08 i. 200A rated , 25 KA FCI TP&N, MCCB 2 nos

117.09 ii. 100A rated , 25 KA FCI TP&N, MCCB 2 nos

117.1 iii. 63A rated , 25 KA FCI TP&N, MCCB 4 nos

117.11 iv. 100 KVAR rated capacitor 2nos.

117.12 v. 50 KVAR rated capacitor 2nos

117.13 vi. 25 KVAR rated capacitor 4nos

117.14 vii. 200 A TP&N contactor with O/L release 2 nos.

117.15 viii. 100 A TP&N contactor with O/L release 2 nos.

117.16 ix. 50 A TP&N contactor with O/L release 4 nos

117.17 x. OFF/ON built in illuminated PB 8 Sets.

117.18 xi. 7% de-tuned inductive filter 8 nos. exhaust fans for each capacitor compartment 8 nos.

P a g e | 213

118 Supply Installation testing commissioning of main

distribution panel board fabrigated with16G CRCA sheet steel, with standard pre-treatments, pre-coats on anti rust paint and finished with powder coating to the approval of consultants.The panel shall be self powered for trip relay to function independently and panel shall be suitable for indoor installation, Inter locking system as per operation philosophy.which consist the following incoming and out going components.

1.00 No. 0.000 INR Zero Only

118.01 IN COMING:-

118.02 i. 630 A 4 pole COS 1 no.

118.03 ii. 630 A TPN MCCB Microprocessor based 1 no.

118.04 iii. RYB indication lamp 1 Set.

118.05 iv. Digital multimeter for A.V.F to measure single phase & 3 phase parameters 1 no.

118.06 v. EF/OC relay 1 no.

118.07 vi. UV/OV relay 1 no.

118.08 vii. ELR with CBCT 1 Set.

118.09 TPN aluminum sleeved bus bar 100A rated 1 Set.

118.1 OUT GOING

118.11 i. 160 A TPN MCCB for fire panels 1no.

118.12 ii. 125 A TPN MCCB for UPS panels 2 nos

118.13 iii. 100 A TPN MCCB for STP, Pump panels 4 nos.

119 Supply Installation testing commissioning of main distribution panel board fabrigated with16G CRCA sheet steel, with standard pre-treatments, pre-coats on anti rust paint and finished with powder coating to the approval of consultants.The panel shall be self powered for trip relay to function independently and panel shall be suitable for indoor installation, Inter locking system as per operation philosophy.which consist the following incoming and out going components.

1.00 No. 0.000 INR Zero Only

119.01 IN COMING:-

119.02 i. 630 A TPN MCCB Microprocessor based 1 no.

119.03 ii. RYB indication lamp 1 Set.

119.04 iii. Digital multimeter for A.V.F to measure single phase & 3 phase parameters 1 no.

119.05 iv. EF/OC relay 1 no.

119.06 v. UV/OV relay 1 no.

P a g e | 214

119.07 vi. ELR with CBCT 1 Set.

119.08 vii. TPN aluminum sleeved bus bar 100A rated 1 Set.

119.09 OUT GOING

119.1 i. 63 A TPN MCCB for floor distribution panels 15 nos.

119.11 ii. 40A TPN MCB for basement/other LDBs 3 nos.

120 Supply Installation testing commissioning of main distribution panel board fabrigated with16G CRCA sheet steel, with standard pre-treatments, pre-coats on anti rust paint and finished with powder coating to the approval of consultants.The panel shall be self powered for trip relay to function independently and panel shall be suitable for indoor installation, Inter locking system as per operation philosophy.which consist the following incoming and out going components.

12.00 Nos. 0.000 INR Zero Only

120.01 IN COMING:-

120.02 i. 63 A TPN MCCB 1 no.

120.03 iii. RYB indication lamp 1 Set.

120.04 iv. Digital multimeter for A.V.F to measure single phase & 3 phase parameters 1 no.

120.05 v. ELR with CBCT 1 Set.

120.06 vi. TPN aluminum sleeved bus bar 100A rated 1 Set.

120.07 OUT GOING

120.08 i. 40 A TPN MCCB for PDBs 3 nos. ii. 32A TPN MCB for LDBs 3 nos.

121 Supply Installation testing commissioning of main distribution panel board fabrigated with16G CRCA sheet steel, with standard pre-treatments, pre-coats on anti rust paint and finished with powder coating to the approval of consultants.The panel shall be self powered for trip relay to function independently and panel shall be suitable for indoor installation, Inter locking system as per operation philosophy.which consist the following incoming and out going components.

2.00 Nos. 0.000 INR Zero Only

121.01 IN COMING:-

121.02 i. 125 A TPN MCCB 1 no.

121.03 ii. RYB indication lamp 1 Set.

121.04 iii. Digital multimeter for A.V.F to measure single phase & 3 phase parameters 1 no.

121.05 iv. ELR with CBCT 1 Set.

121.06 v. TPN aluminum sleeved bus bar 250A

P a g e | 215

rated 1 Set.

121.07 OUT GOING

121.08 i. 63 A TPN MCCB for PDBs 7 nos for UPS floor distribution panels

122 Supply Installation testing commissioning of main distribution panel board fabrigated with16G CRCA sheet steel, with standard pre-treatments, pre-coats on anti rust paint and finished with powder coating to the approval of consultants.The panel shall be self powered for trip relay to function independently and panel shall be suitable for indoor installation, Inter locking system as per operation philosophy.which consist the following incoming and out going components.

6.00 Nos. 0.000 INR Zero Only

122.01 IN COMING:-

122.02 i. 63 A TPN MCCB 1 no.

122.03 ii. RYB indication lamp 1 Set.

122.04 iii. Digital multimeter for A.V.F to measure single phase & 3 phase parameters 1 no.

122.05 iv. ELR with CBCT 1 Set.

122.06 v. TPN aluminum sleeved bus bar 250A rated 1 Set.

122.07 OUT GOING

122.08 i. 32 A TPN MCCB for PDBs 7 nos for UPS DBs

123 Supply & Laying of 400 sq.mm 3.5 core 1100V rated armoured aluminum conductor PVC insulated cable (Unistar/KEI/ Havells/Polycab make)

260.90 Mtr. 0.000 INR Zero Only

124 Supply & Laying of 400 sq.mm 3.5 core 1100V rated armoured aluminum conductor PVC insulated cable (Unistar/KEI/ Havells/Polycab make)

515.00 Mtr. 0.000 INR Zero Only

125 Supply & Laying of 300 sq.mm 3.5 core 1100V rated armoured aluminum conductor PVC insulated cable (Unistar/KEI/ Havells/Polycab make)

450.00 Mtr. 0.000 INR Zero Only

126 Supply & Laying of 240 sq.mm 3.5 core 1100V rated armoured aluminum conductor PVC insulated cable (Unistar/KEI/ Havells/Polycab make)

180.00 Mtr. 0.000 INR Zero Only

127 Supply & Laying of 25 sq.mm 4 core 1100V rated armoured aluminum conductor PVC insulated cable .

350.00 Mtr. 0.000 INR Zero Only

128 Supply & Laying of 50 sq.mm 3.5 core 1100V rated armoured aluminum conductor PVC insulated cable .

130.00 Mtr. 0.000 INR Zero Only

129 Supply & Laying of 10 sq.mm 4 core 1100V rated armoured aluminum conductor PVC insulated 150.00 Mtr. 0.000

INR Zero

P a g e | 216

cable . Only

130 Supply & Laying of 150 sq.mm 3.5 core 1100V rated armoured aluminum conductor PVC insulated cable .(Unistar/KEI/ Havells/Polycab make)

100.00 Mtr. 0.000 INR Zero Only

131 Supply & Laying of 16 sq.mm 4 core 1100V rated armoured aluminum conductor PVC insulated cable

950.00 Mtr. 0.000 INR Zero Only

132 Laying & Fixing of 1 no.PVC insulated PVC sheathed power cable of 1.1KV grade of size not less than 25 sq.mm but not exceeding 120sq.mm on surface as reqd.

480.00 Mtr. 0.000 INR Zero Only

133 Laying & Fixing of 1 no.PVC insulated PVC sheathed power cable of 1.1KV grade of size not less than 120 sq.mm but not exceeding 400sq.mm on surface as reqd.

1295.00 Mtr. 0.000 INR Zero Only

134 Laying of 1 no. PVC insulated PVC sheathed power cable of 1.1KV grade of size not less than 25 sq.mm direct in ground i/c excavation sand cushioning protective covering and refilling the trenches etc.

480.00 Mtr. 0.000 INR Zero Only

135 Laying of 1 no. PVC insulated PVC sheathed power cable of 1.1KV grade of size not less than 25 sq.mm but not exceeding 120 sq.mm direct in ground i/c excavation sand cushioning protective covering and refilling the trenches etc.

480.00 Mtr. 0.000 INR Zero Only

136 Laying of 1 no. PVC insulated PVC sheathed power cable of 1.1KV grade of size not less than 120 sq.mm but not exceeding 400 sq.mm direct in ground i/c excavation sand cushioning protective covering and refilling the trenches etc.

1295.00 Mtr. 0.000 INR Zero Only

137 Laying of 1 no. additional PVC insulated PVC sheathed power cable of 1.1KV grade of size not less than 25 sq.mm but not exceeding 120sq.mm direct in same trench in one tier horizontal formation i/c excavation, sand cushioning, protective covering and refilling the trench etc.

480.00 Mtr. 0.000 INR Zero Only

138 Laying of 1 no. additional PVC insulated PVC sheathed power cable of 1.1KV grade of size not less than 120 sq.mm but not exceeding 400sq.mm direct in same trench in one tier horizontal formation i/c excavation, sand cushioning, protective covering and refilling the trench etc.

1305.26 Mtr. 0.000 INR Zero Only

139 Supply & laying of 4 core 16 sq.mm PVC insulated PVC sheathed (H/duty)armoured cable with aluminum conductor for working voltage 1100 V IS : 1554 (Pt-I)from transformer OLTC to Main power panel in LT room for Tap changer power ( Unistar/ KEI/ Havells/Polycap make only).

25.00 Mtr. 0.000 INR Zero Only

P a g e | 217

140 Supply & laying of 18C 2.5 sq.mm PVC insulated

PVC sheathed (H/duty) armoured cable with copper conductor for working voltage 1100 V IS : 1554 (Pt-I) from transformer OLTC to RTCC for Tap position indication in LT room ( Unistar/ KEI/ Havells/Polycap make only).

25.00 Mtr. 0.000 INR Zero Only

141 Supply & laying of 4 core 4 sq.mm armoured PVC insulated copper cable for linking transformer marshalling box and OLTC & VCB ( Unistar/ KEI/ Havells/Polycap make only).

30.00 Mtr. 0.000 INR Zero Only

141.01 CABLE TERMINATION.

142 Supplying and making end termination with glands including aluminum/copper lugs and other joining materials for following size of PVC insl. And PVC sheathed/XLPE aluminum/copper conductor cables 1100V gradxe multicore. 1. 3.5C 400 sq.mm size for PVCA cable with aluminum lugs end termination.

60.00 Nos. 0.000 INR Zero Only

142.01 2. 3.5C 300 sq.mm size for PVCA cable with aluminum lugs end termination 10.00 Nos. 0.000

INR Zero Only

142.02 3. 3.5C 185/240 sq.mm size for PVCA cable with aluminum lugs end termination 12.00 Nos. 0.000

INR Zero Only

142.03 4. 3.5C 150 sq.mm size for PVCA cable with aluminum lugs end termination 2.00 Nos. 0.000

INR Zero Only

142.04 5. 3.5C 50 sq.mm size for PVCA cable with aluminum lugs end termination 10.00 Nos. 0.000

INR Zero Only

142.05 6. 3.5C 25 sq.mm size for PVCA cable with aluminum lugs end termination 24.00 Nos. 0.000

INR Zero Only

142.06 7. 3.5C 16 sq.mm size for PVCA cable with aluminum lugs end termination 100.00 Nos. 0.000

INR Zero Only

142.07 8. 3.5C 10 sq.mm size for PVC cable with copper lugs end termination 12.00 Nos. 0.000

INR Zero Only

142.08 9. 18C 2.5 sq.mm size for copper cable with lugs end termination. 2.00 Nos. 0.000

INR Zero Only

142.09 10. 4C 2.5 sq.mm size for copper cable with lugs end termination. 2.00 Nos. 0.000

INR Zero Only

143 Supply fabrication installation of steel support elements/ laddertype cable tray etc. for installation using light MS sections including 3 course of anti rust paint and two coats of finish colour.

3000.00 Kg. 0.000 INR Zero Only

P a g e | 218

144 Construction of cable trench with brick wall and

covered with precast heavy RCC slab permiting heavy truck passage. The trench shall have 50x5 ms ISA grouted into both side of the walls with flat surface top at an interval of 1000mm in2 tiers for cable support as per drawing & specification. a. 1000wx1000d for Transformer/Kiosk/Panel

20.00 Mtr. 0.000 INR Zero Only

144.01 b. 600wx1000d for incoming – RM/HTPanels 30.00 Mtr. 0.000

INR Zero Only

144.02 c. 450wx1000d for DG/AMF/Power Panels 30.00 Mtr. 0.000

INR Zero Only

145 Making cable trench excavating in each of size—providing 10cm sand cushion below and above the cable, covering further with class-1 burnt bricks protection and back filling to neighbouring levels for HT cables. a. 450wx750d for AC plant/Main LT panel/Maoin power panel.

60.00 Mtr. 0.000 INR Zero Only

145.01 b. 3000wx750d for External lighting 600.00 Mtr. 0.000

INR Zero Only

146 Supply Installation testing commissioning of 1KVA inverter for emergency lighting in each floor with battery back up of 30 minutes. The unit shall consist of automatic changeover system. When the EB power failes immediately the inverter supply should come ON and cut out when the DG supply of EB supply comes ON. The bettary shall be kept changing all the time. MCB shall be provide on incomer and outgoing for protection.

6.00 Set 0.000 INR Zero Only

146.01 SAFETY ITEMS

147 22mm thick HT Rubber Mat 600x1000mm size with ISI mark suitable for spreading in front of the Electrical Panel.

4.00 Nos. 0.000 INR Zero Only

148 6mm thick HT Rubber Mat 600x1000mm size with ISI mark suitable for spreading in front of the Electrical Panel.

6.00 Nos. 0.000 INR Zero Only

149 CO2 fire extinguisher 2 KG. rating with accessories. 6.00 Set 0.000

INR Zero Only

150 Rescucition Chart 4.00 Nos. 0.000

INR Zero Only

151 First Aid box (Standerd) 6.00 Nos. 0.000

INR Zero Only

151.01 EARTHING

P a g e | 219

152 Earthing with copper plate 600mm x600mm x3mm

thick i/caccessories and providing masonry enclosure with copper plate having locking arrangement and watering pipe etc(but without charcoal or coke& salt)

7.00 Set 0.000 INR Zero Only

153 Extra for using salt & charcoal for G.I. or copper plate earth electrode as reqd. 7.00 Set 0.000

INR Zero Only

154 P/F 25mm x5mm copper strip in 40mm dia. GI pipe from earth electrode as reqd. 21.00 Mtr. 0.000

INR Zero Only

155 Providing and fixing earth bus of 25mm x 5mm copper strip on surface or in recess for connection.

105.00 Mtr. 0.000 INR Zero Only

156 P/F 8 SWG dia. Copper wire on surface on in recessed for loop earthing along with existing recessed conduit wiring etc, as reqd.

200.00 Mtr. 0.000 INR Zero Only

157 P/F GI tape 32mm x6mm on surface or in recess for connection etc 595.00 Mtr. 0.000

INR Zero Only

157.01 EXTERNAL ELECTRICAL WORKS

158 Supply Installation testing and commissioning of 11KV ring units as per approvals of ESCOM. The unit shall consist of 3 panels set having 630Amp. VCBs with self powered tripping devices and with earth switch, all weather, self standing design using 14G CRCA sheet & ISMC bottom frame (ESCOM i/c PORTION to ESCOM requirement).

1.00 Set 0.000 INR Zero Only

159 Supply Installation testing and commissioning of 11KV ring units as per approvals of ESCOM. The unit shall consist of HT metering cubicle and 3 panel set having 630Amp. VCBs with self powered tripping devices and EFOC relay all weather, self standing design using 14G CRCA sheet & ISMC bottom frame (SVHK control PORTION )

1.00 Set 0.000 INR Zero Only

160 Supply and laying of 240 sq.mm 3 core, 11KV rated XLPE cables inHT section of the sub station for EB incomer to ESCOM RMU/Transformer.

200.00 Mtr. 0.000 INR Zero Only

161 Supply Installation commissioning of HT cable joining and termination of 240 sq.mm 3 core cable using heat shrinkable kit Raychem as per specification.

10.00 Nos. 0.000 INR Zero Only

P a g e | 220

162 Supply Installation testing and commissioning of

Outdoor type 11/0.415 KV, 1250 KVA, 3 phase, 50 Hz, vector group Dyn-11 ONAN cooled copper wound Transformer , ON load lap changer (OLTC/RTCC) to cater to voltage variation range of +5% to – 7.5% in 18/19 steps, first filling of oil, suitable cable termnation boxes on both sides ( suitable for 11KV, 3 corex240 sq.mm XLPE side for 5 nos 400 sq.mm 3.5 core cable) complete with standard fittings and accessories as per IS:2028/1977 upto date amendments, including buchholz relay oil temperature indicator, winding temperature indicator marshalling box etc and other standard accessories as per technical specifications including 1st fill of oil & 100 litres spare.

2.00 Nos. 0.000 INR Zero Only

163 Supply Installation testing and commissioning of LT Kiosk on the secondary side of transformer consisting of 2000A 4 pole MDO ACB with self powred tripping facility, space and terminal extension suitable for 6+6 nos 400 sq.mm 3.5 core PVCA cable for cable termination, 14/16 G CRCA sheet steel fabricated outdoor type all weather proof panel.

2.00 Nos. 0.000 INR Zero Only

163.01 STREET LIGHTING

164 Supplying with fitting & fixing of 1x18W CFL/400mm tall integral type with lamps, luminaire consisting of single piece integral epoxy grey powder coated housing with gasket. Decorative transluscent toughned glass enclosure. Similar to C&G make SONARA post top decorative luminaire CPFT-18/x8 W CFL.

20.00 Nos. 0.000 INR Zero Only

165 Supply, Installation, Testing & commissioning of Solar light having the following. 10.00 Set 0.000

INR Zero Only

165.01 i. Output equivalent to 30W CFL with 4260 Im.

165.02 ii. Emitting lamp: 9 W high power LED lamp.

165.03 iii. Lumens : 1260 LM

165.04 iv. SMF Battery : 12V40 Ah (Make Exide)

165.05 v. Solar photovoitaic module : 12V,45Wp

165.06 vi. Monocrystline solar module.

165.07 vii. Working hours: 12 Hours @ Night time.

165.08 viii. Autonomy backup: 3 days back up in monsoon time period.

165.09 ix. Switching : Dust to dawn systems or option switch ON/OFF.

165.1 x. Pole height & size: 5 meters, 75mm OD, 3mm thickness.

P a g e | 221

165.11 xi. Accessories: Countroller, Mounting

clamp, connectors etc.

165.12 xii. Coverage Area : 12x5 mtr.i.e 60 sq.mtr.

166 Supply, Installation, Testing & commissioning of 4x250W flood light on a suitable 9 mtr height pole outdoor mounting all weather proof, non integral type with 250W HPSV with control gear in a separate all weather proof enclosure. To be installed in Car parking area as per drawing and specification, painting complete.( At 4 location s covering outdoor area).

4.00 Nos. 0.000 INR Zero Only

166.01 LIGHTENING CONDUCTOR

167 Early streamer electronic lightening protection system including lightening finial self chaging unit mounting MS frame work, RP copper cable, isolating switch at ground level earthing station complete for 50m radius protection ABB/Seimens/ Alltech.

1.00 No. 0.000 INR Zero Only

168 Aviation obstruction neon red light fitting with pipe frame work and wiring from the lift panel room complete ready to use.

1.00 No. 0.000 INR Zero Only

169 S/F 25 amp air conditioner power plug point i/c 4 modules metal box on surface or in recess 4 modules plate and cover in fornt, 25 amp modular starter 25amp modular socket outlet and 25amp plug i/c connection etc, as reqd.

10.00 Nos. 0.000 INR Zero Only

170 S/F 1.5TON capacity split type air conditioner (Diamond, 3 star, 5G 29, G-SC 18 FD3 WJH) complete without voltage stabilizer.

4.00 Nos. 0.000 INR Zero Only

171 S/F Indo voltage correcvtor automatic / stabilizer, 5 KVA (140-280 V) for air conditioner. 4.00 Nos. 0.000

INR Zero Only

172 S/F 1TON capacity split type air conditioner (Diamond, 3 star, 5G 28, G-SC 12 FD3 WJH) complete without voltage stabilizer.

6.00 Nos. 0.000 INR Zero Only

173 S/F Indo voltage correcvtor automatic / stabilizer, 3 KVA (140-280 V) for air conditioner 6.00 Nos. 0.000

INR Zero Only

174 S/F 25 ltr water heater (Geyser) AC-2 KW vertical type with all accessories including connection etc 10.00 Nos. 0.000

INR Zero Only

174.01 (B) SITC of HVAC

174.02 A. Equipment

175 Supply, installation in position,testing, commissioning of High Wall & Cassette (both indoor andOutdoor units) complete with filters, DX cooling coils connected to DX condensing units.

175.01 a) 17 TR Ductiable UNITS 23.00 Nos. 0.000

INR Zero

P a g e | 222

Only

175.02 b) 11 TR Ductiable UNITS 43.00 Nos. 0.000

INR Zero Only

175.03 B. Piping

176 Supplying, installing, testing, commissioning of UPVC pipes complete with fittings and ‗U‘ traps for CondensateDrain Piping with supports, and thermal insulation as per specifications. a) 32 mm dia.

1200.00 Rm 0.000 INR Zero Only

177 Supplying, installing, testing, commissioning of copper pipes complete with fittings for Refrigerant Piping with supports, and thermal insulation as per specifications

3000.00 Rm 0.000 INR Zero Only

177.01 C.GI DUCTING

177.02 a) 22G DUCTING 1500.00 Sqm 0.000

INR Zero Only

177.03 b) 24G DUCTING 2750.00 Sqm 0.000

INR Zero Only

177.04 c) 26G DUCTING 750.00 Sqm 0.000

INR Zero Only

177.05 d) INSULATION 5000.00 Sqm 0.000

INR Zero Only

178 Supply & Installation of Volums control Dampers. 30.00 Sqm 0.000

INR Zero Only

179 Supply & Installation of canvas connection for inddor units. 56.00 Nos. 0.000

INR Zero Only

180 Supply & Installation of Fresh air dampers.with bird screen Cowl. 56.00 Nos. 0.000

INR Zero Only

181 Supply & Installation of butterfly dampers 250 dia.. 750.00 Nos. 0.000

INR Zero Only

182 Supply & Installation of boxes. 750.00 Nos. 0.000

INR Zero Only

183 Supply & Installation of supply Air Diffusers of size 595x595 to Suite false ceiling grid and neck size of 450x450.

750.00 Nos. 0.000 INR Zero Only

184 Supply & Installation of supply Air Diffusers of size 595x595 to Suite false ceiling grid and neck size of 450x451.

750.00 Nos. 0.000 INR Zero Only

185 Supply & Installation of Toilet grils 150x150. 175.00 Nos. 0.000 INR

P a g e | 223

Zero Only

186 Supply & Installation of Toilet Exhaust inline fans of 600 efm &25mm static.

12.00 Nos. 0.000 INR Zero Only

186.01 D. ELECTRICAL WORK

186.02 CABLE,CABLE TRAY & TERMINATION

187 Supply, Laying of stranded copper Cable of following sizes.

187.01 a) 8 core x 1.5 sq. mm 3200.00 Rm 0.000

INR Zero Only

187.02 b) 2 core x 2.5 sq. mm 5433.95 Rm 0.000

INR Zero Only

187.03 c) Supply & Installation of MS stand for Outdoor units. 112.00 Nos. 0.000

INR Zero Only

187.04 C) SITC of CCTV

188 Supply Installation testing commissioning of CCTV system.

189 a) Dome / Bullet camera 3.2 mm IR 1.3 MF x compatible with false ceiling mount and suitable for single cable (Power & Video transmission to DVR).

25.00 Set 0.000 INR Zero Only

189.01 b) Multi core screened cables to match the above camera. 2329.00 Mtr. 0.000

INR Zero Only

189.02 c) 32 Channel DVR with networking complete with power pack 32 in 1 video in 1 boardband LED screen complete ready to use with CC cameras. 1.00 Set 0.000

INR Zero Only

189.03 d) Flat screen LCD monitor 42‖ size with all patch cables associated with DVR and extended second point monitoring.

2.00 Set 0.000 INR Zero Only

189.04 D) SITC of Passive components of Data Net works, Telephone, Fire Alarm.

190 Supply Installation, testing commissioning of the following items including end termination.

190.01 a. Data socket RJ 45 in 1(DUO) or work stations with all accessories ready to fix. 650.00 Set 0.000

INR Zero Only

190.02 b. Telephone socket RJ 11 with all accessories ready to fix. 220.00 Set 0.000

INR Zero Only

P a g e | 224

190.03 c. CAT-6 data cable for work stations to switch

(+ switch to server) including D marking and termination.

28000.00

Mtr. 0.000 INR Zero Only

190.04 d. 2 Pair 0.5 sq.mm telephone cable for dedicated telephone points. 6000.00 Mtr. 0.000

INR Zero Only

190.05 e. 19 mm conduit for telephone wiring from work stations to floor junction box. 7750.00 Mtr. 0.000

INR Zero Only

190.06 f. 25 sq.mm copper flexible earthing cable connecting earth station and server and UPS (2 runs,40m + 40m).

100.00 Mtr. 0.000 INR Zero Only

190.07 g. 25mm conduit for net wiring from work station to main trough/ Tray. 6000.00 Mtr. 0.000

INR Zero Only

190.08 h. PVC trough to be run in floor/ Ceiling for Cat-6 cable where ever required. The tough to be embedded in floor or run above false ceiling.

900.00 Mtr. 0.000 INR Zero Only

191 Smoke detectors dual type (Heat) addressable with adaptor complete ready to fix. 280.00 Set 0.000

INR Zero Only

192 Twin core matched copper PVC insulated cable suitable for addressable system and connecting all the units and remote indicators including 20 mm PVC conduit with its accessories (FRLS).

5000.00 Mtr. 0.000 INR Zero Only

193 Fire alarm panel 16-zone with addressable system UPS with battery, 2 nos. potential free contact for remote switching off power complete ready to use with above system.

1.00 Set 0.000 INR Zero Only

194 Repeating hooter units for all floors linking main alarm panel. 7.00 Set 0.000

INR Zero Only

195 60 KVA UPS units with latest technology components, pure sin wave out put overload short circuit protection with input 3 phase 390V to 450V/output 215V + 1% in each phase, battery backup for 30 Minute with by pass switch, combined working with 2 UPS. Necessary software complete ready to use.

2.00 Set 0.000 INR Zero Only

196 500 intercom line with 6 – input EPABX Seimens / Alctel make working on PC base complete with desk, monitor necessary software / Hardware packages, data logging memory for 30 days all inclusive ready to use.

1.00 Set 0.000 INR Zero Only

197 Krone make junction box with cover and metal enclosure for the following.

197.01 a. 500 line Master junction box . 1.00 Set 0.000

INR Zero Only

197.02 b. 120 line floor junction box. 6.00 Set 0.000

INR Zero Only

P a g e | 225

198 Sever package for EPABX integration including

software 1.00 Set 0.000 INR Zero Only

198.01 E) SITC of Autometic passenger lift

199 SITC of Autometic passenger lift , 8 person capacity. 4.00 Nos. 0.000

INR Zero Only

199.01 F) SITC OF FIRE PROTECTION

199.02 (I) HYDRANT SYSTEM

200 Earth work excavation for trenches upto a maximum depth of 1.5 meters in all types of soil (width of trench shall be as shown in the detailed drawing) including soft rock and disintegrated rock for laying fire water supply pipes.The soil shall be deposited on banks with all lead, lift, including necessary wooden/steel form work where ever required. Depositing of the surplus earth after backfilling to a initial lead of 30 meters. Refilling of the pipe line trenches and foundation with selected earth available from the trench excavation including watering consolidation in layers of 15cm thickness complete as per specifications. The back fill soil shall be graded free from stones, pebbles, clay lumps and vegetation etc., complete as per the specifications, drawings and direction of the engineer.

500.00 Cum 0.000 INR Zero Only

201 Same as above for hard rock including blasting. 75.00 Cum 0.000

INR Zero Only

201.01 UNDERGROUND PIPING

202 Supply, Installation, Testing and Comissioning of Ductile Iron Spun Pressure Pipes (Class K9) with socket and spigot (Tyton) ends suitable for push-on-jointing shall conform to IS 8329/2000. All the pipes shall have ordinary Portland cement mortar lining on the inside and Zinc coating on the outside. The coatings shall conform to IS 8329/2000. Rate should include for laying in the trenches in true alignment and jointing including the cost of rubber gaskette. The Rate should include of all taxes.,

202.01 a) 80 mm dia 100.00 Rmts 0.000

INR Zero Only

202.02 b) 150mm dia 200.00 Rmts 0.000

INR Zero Only

P a g e | 226

203 Supply , delivery and installation of centrifugally

cast (spun) Ductile Iron Fittings conforming to IS:9523/2004 having dimensions as given below. The rates mentioned here under are for fiitings, zinc coated externally with inside motar lining (with finishing as per class 13/IS 9523/2004) (Ex-works) Including transportation, taxes and duties etc.

203.01 a) 150 x 150 x 80 mm dia Tee 25.00 Each 0.000

INR Zero Only

203.02 b) 150 mm dia 90 degree Bend 30.00 Each 0.000

INR Zero Only

203.03 c) 150 x 150 x 150 mm Dia Tee 15.00 Each 0.000

INR Zero Only

203.04 PIPING ABOVE GROUND

204 Supplying, installing, testing & commissioning approved make heavy duty (Class 'C') G I pipes and fittings confirming to IS 1239 PI & II, Malleable Specials such as tees, long radius bends, check nuts, unions, flanges,nipples, etc including cutting, threading, welding/flanged joints with necessary washers, nuts, bolts etc., for pipes running in pipe shafts, ceiling, over terrace etc., as per drawing and specifications. All exposed pipes and fittings shall be two coats of approved enamel paint over a coat of zinc chromate primer.The quoted rate shall include for necessary chasing in walls, making bore in walls etc., and making good the chased surfaces and bores in cement mortar etc. complete.

204.01 a) 50mm dia 150.00 Rmts 0.000

INR Zero Only

204.02 b) 80mm dia 150.00 Rmts 0.000

INR Zero Only

204.03 c) 100mm dia 80.00 Rmts 0.000

INR Zero Only

204.04 d) 150mm dia 80.00 Rmts 0.000

INR Zero Only

205 Supply, installation, testing and commissioning of approved make CI butterfly valves with vertical/horizontal gear unit with appropriate handle conforming to IS:13039 with necessary companion flanges, neoprene gaskets (16Kg/sq.cm. pressure rating), nuts and bolts including all the accessories to complete as per the specifications.

P a g e | 227

205.01 a) 50mm dia

10.00 Nos 0.000 INR Zero Only

205.02 b) 80mm dia 12.00 Nos 0.000

INR Zero Only

205.03 c) 100mm dia 12.00 Nos 0.000

INR Zero Only

205.04 d) 150mm dia 22.00 Nos 0.000

INR Zero Only

206 Supply, installation, testing and commissioning approved make air release valves with screwed ends confirming to IS 1703 -1977 with unions, etc.including all the necessary fixing materials complete. a) 20mm dia

4.00 Nos 0.000 INR Zero Only

207 Supply, installation, testing and commissioning of of scour valves with necessary connecting saddle/Tee include with complete fixing fixing materials as per specifications. a) 50mm dia

2.00 Nos 0.000 INR Zero Only

208 Construction of (750mm x 750mm and depth upto 900mm) valve chamber with 230mm thick mm best quality TM bricks in CM 1:4 over a bed of 150mm thick PCC 1:4:8 . Internal wall plastered smooth in CM 1:3 with water proofing compound and external walls plastered rough with sponge finish including curing, back filling of the chamber sides with the excavated soil, disposing of the surplus earth after back filling with initial lead of 30 meters. Providing medium duty cast iron frame and cover etc., complete. ( weight: 110kgs.) as per specification.

3.00 Nos 0.000 INR Zero Only

209 Supply, installation, testing & commissioning of R.C.C NP2 class Hume pipe laid to the required level and grade with collars jointed with in CM1:3. Including encasing the pipe around a depth of not less than 15cm thick with selected earth (fine aggregate) available from the excavation as per specification and direction of the engineer. The excavated soil shall be deposited on banks with all lead, lift, including necessary wooden/steel form work where ever required. Depositing of the surplus earth after backfilling to a initial lead of 30 meters. Refilling of the pipe line trenches and foundation with selected earth available from the trench excavation including watering consolidation in layers of 15cm thickness complete as per specifications. The back fill soil shall be graded soil free from stones, pebbles, clay lumps and vegetation etc., complete as per the specifications, and drawings. a) 300 mm dia

50.00 Rmts 0.000 INR Zero Only

P a g e | 228

210 Supply, installation, testing and commissioning of

Yard Hydrants comprising of the following: (a) 80mm dia pipe fitted with single headed 63mm dia landing valve as per design. (b) Providing 2nos 15mts long 63mm dia CP hose with gun metal male and female instantaneous coupling. (c) 63mm dia branch pipe with gun metal hexogonal detachable nozzle made of instantaneous coupling. (d) Two keys in recess type compartment for break glass. (e) 80 mm dia. GI bend. f) 80mm dia butterfly valve to be fixed in stand pipe (g) 80 mm dia. GIDF stand pipe (1 mtr. below ground + 1 mtr. above ground).

210.01 The pipe portion below ground shall be treated with anti-corrosive wrapping & coating of "Pypkote" make as per detailed specification. The quoted rate shall be inclusive of supply and fixing of hose cabinet with hinged front door and lock made of 16G MS sheet of suitable size to accommodate the above in MS cabinet with glass door and supporting frame.

12.00 Nos 0.000 INR Zero Only

211 Supplying, installing and commissioning of fire brigade inlet connection conforming to IS 5290 comprising of 4nos. 63mm dia instantaneous couplings complete with CI non-return valve, CI butterfly valve, connected to 150 mm dia Fire hydrant ring main and fire hydrant wet riser pipes & U/G sump

2.00 Nos 0.000 INR Zero Only

211.01 Supplying, erecting & commissioning Fire Hose accessaries comprising of:

212 19mm dia. reinforced reel 30m length as per IS 5132 fitted with 6.35mm dia nozzle and shut off valve (IS 884 - 1969) . The hose reel shall be recessed swing type with reel drum.The hose shall be provided with coupling as per detailed specifications

20.00 Set 0.000 INR Zero Only

213 Providing and fabricating MS supports in angle iron/plates pipes, channels, etc., as per specification and drawings. Rate quoted shall include for supply and providing necessary welding, cutting, G.I "U" clamps, bolt nuts, washers, etc., as per specification or pipe supports for horizontal / vertical pipes running along wall / column, slab trenches etc., to suit different dia pipes made of GI/MS rods, flats, etc., consists of strap, nuts washers, threaded rod etc., The cost of galvanization of pipe supports as per specification shall be included in the scope of work.

100.00 Kgs 0.000 INR Zero Only

P a g e | 229

214 Supply and fixing of grip bolts of size M12 x 100

mm long in column, ceiling, walls, etc., Rate includes for necessary drilling through column / flooring / ceiling etc., complete.

125.00 Nos 0.000 INR Zero Only

214.01 TOTAL FOR FIRE HYDRANT SYSTEM

214.02 FIRE EXTINGUISHERS - FIRST AID

215 Supply and install in position approved make Dry Chemical Powder Fire Extinguisher complete with chromium plated gun metal union (cap), fitted with braided hose and open nozzle with initial charge of Dry Chemical Powder and gas cartridge complete with bracket and fixing screws. The extinguisher is internally and externally coated with lead tin alloy through hot dip process and cylinder bearing No.IS:2171/1976 and the gas cartridge bearing with ISI certification mark.

215.01 a) Capacity - 10Kg. 50.00 Nos 0.000

INR Zero Only

215.02 b) Capacity - 2Kg. 10.00 Nos 0.000

INR Zero Only

216 Supply and install in position approved make Liquid Carbon-Di-Oxide type (Water type) Fire Extinguisher of 9 ltrs, capacity of conical shape fitted with chromium plated gun metal nozzle on the top end of the fire extinguisher for discharge of liquid and chromium plated gun metal union (cap) at the bottom with angle fixed in the centre, complete with bracket, fixing screws, spanner and one filling. The extinguisher is internally and externally coated with lead, tin alloy through electrolysis process and bearing IS:940/1976 with ISI certification mark.

50.00 Nos 0.000 INR Zero Only

217 Supply and install in position approved make carbon di-oxide fire extinguisher, made of high pressure steel with wheel type valve and one meter long braided high pressure discharge hose which should have a minimum of bursting pressure of 140 Kg/Sq.cm and fitted with ABS discharge born and handles (non-conductor), complete with bracket and steel handle on the body fully charged with ISI certification mark IS:2878/1976.

217.01 a) Capacity 2.0 Kg 300.00 Nos 0.000

INR Zero Only

P a g e | 230

218 Supply and install in position approved make

AFFF Mechanical Foam Fire Extinguisher, 9 ltrs capacity fitted with chromium plated gun metal cap, plastic coated gas cartridge fitted with braided hose and foam branch complete with brackets and initial charge of Aqueous film forming liquid of 6% concentration as per IS:10204.

20.00 Nos 0.000 INR Zero Only

219 Supply and install in position approved make Fire Bucket of 24 Gauge, galvanized steel sheet, standard 9 ltrs, capacity and of round bottom shape, painted white inside black and outside red on the bottom dome with letters "FIRE" in black and gold with wall mounting bracket and screws.

20.00 Nos 0.000 INR Zero Only

219.01 TOTAL FOR FIRE EXTINGUISHERS - FIRST AID

219.02 PUMPS AND ACCESSORIES

219.03 Pump Driven by Electrical Motor

220 Supply, erection, testing & commissioning of electrical motor driven end suction back pull out centrifugal pump capable of delivering, 2600 LPM at a head of 56 mts. when running at 2900 rpm directly coupled to TEFC electrical motor of adequate HP to operate on 400/440 V 3 phase, 50 cycles AC supply with a terminal box suitable for reception, common bed plate with necessary anti vibration pads, necessary foundation bolts and accessories, necessary butterfly valves, 150 mm dia. Non return valve as per IS 778 with necessary flanges, neoprene gaskets (10.0 kg/sqcm), pressure guages, pressure switch, foot valve, Y-Strainer air vessel tank connections etc., complete in all respects. (Foundations required shall be done by the civil contractor). Note: 1 For Fire Hydrant & 1 For Sprinkler system.

1.00 No. 0.000 INR Zero Only

220.01 Pump Driven By Diesel Engine

P a g e | 231

221 Supply, installation, testing & commissioning of

diesel engine driven pump, horizontal mounted, centrifugal single stage pump, capable of delivering 2600 LPM at a head of 56 m when running at 1800 rpm with adequate BHP automatic diesel engine driven pumpset having the residential silencer system and other accessories like fuel tank, necessary cooling system, foot valve, Y-Strainer necessary butterfly valves, 150 mm dia. Non return valve as per IS 778 with necessary flanges, neoprene gaskets ( 10.0 kg/sqcm), day oil storage tank with piping, valves as per detailed specification and two separate starting mechanisms (automatic starting by battery power, electric starting motor as well as manual starting by electric start motor) with control panel comprising of pressure switch, electronic calibrated relay starter, repeater, relay push button switch for manual starting, common bed plate with anti vibration pads, necessary foundation bolts etc., complete in all respects as per the detailed specifdication. (Foundations required shall be done by the civil contractor).

1.00 No. 0.000 INR Zero Only

222 Supply, installation, testing and commissioning electrically driven Jockey pump of capacity 300 LPM at 56M, head coupled to TEFC electric motor of adequate HP. The motor shall operating on 3Ph 50Hz, 400/440V AC supply with necessary Y-Strainer, 80mm dia non-return valves, 80mm dia gate valves, foundation bolts, PCC footing in 1:2:4 and providing suitable L & T make starter etc., complete. The set shall be fitted on common base frame, anti-vibration pads including foundation, bolts and nuts, Pressure gauge & Pressure switch with inter-connecting wiring etc., complete. etc.., complete as per standard design.

1.00 Nos. 0.000 INR Zero Only

223 Supplying, fabricating, installing, testing and commissioning of M.S Air Cushion vessel tank of 250mm dia. & 1000 mm. length with necessary inlets, drain connections, 5 nos. automatic gun metal air release valve of 25mm dia. etc.,

1.00 Nos. 0.000 INR Zero Only

223.01 TOTAL FOR PUMPS AND ACCESSORIES

223.02 FIRE PUMP PANELS AND ACCESSORIES

223.03 M.V. CABLES :

224 Supply and laying of aluminium/copper armoured cable as per specification on existing cable tray with two end terminations with necessary glanding, earthing, etc.

1.00 Set 0.000 INR Zero Only

224.01 a) 3.0 core 120 sq mm aluminium conductor, armoured cable {PVC/SWA/PVC} (from MCC to 2 Nos. 75 HP motor) (25m)

P a g e | 232

224.02 b) 3.0 core 10 sq mm aluminium conductor,

armoured cable {PVC/SWA/PVC} [from MCC to 15 HP motor]. (25mtr)

224.03 c) 12 core 2.5 sq mm copper cable for engine (20 Mtr.)

224.04 d) 2 core 2.5 sq mm copper cable for pressure switch (20Mtr.)

224.05 e) 4 core 2.5 sq mm copper cable for MCC to ESP interlocking. (15Mtr)

224.06 f) 2 core 2.5 sq mm copper cable for level indicator (75Mtr)

224.07 g) Cable tray supports using perforated type made of MS/GI of required width with bolts and nuts to fabricate the tray to required length. 100 (Kgs)

224.08 WIRING

225 Supply of 1100 V grade PVC insulated copper conductor wires drawn in 16 SWG in 25mm MS conduit with accessories etc as per specification

225.01 a) 3.5 core x 120 Sq mm (For Main Electric Pumps)_ 30.00 Rmt 0.000

INR Zero Only

225.02 b) 4 core x 16 Sq mm (For Jockey Pump) 40.00 Rmt 0.000

INR Zero Only

225.03 c) 12 core x 2.5 Sq mm (For Diesel Engine Pump) 50.00 Rmt 0.000

INR Zero Only

225.04 d) 2 core x 2.5 Sq mm (For Instrumentation) 60.00 Rmt 0.000

INR Zero Only

225.05 ENGINE STARTER PANEL

226 Supply , erection ,testing & commissioning of wall mounted 24 v control panel to start the fire pump engine automatically as per the following sequence of operation & the auxiliary arrangements.

1.00 Set 0.000 INR Zero Only

226.01 Engine to start automatically in case of low water pressure secured by the pressure switch with necessary timers , relays etc.

226.02 Manual stopping.

226.03 Audio visual alarm for :-

226.04 Low fuel oil level.

226.05 Engine over speed.

226.06 High water temperature.

226.07 Low lube oil

226.08 Engine fails to start

P a g e | 233

226.09 A battery charger with Trickle/Boost

arrangements with secondary side tapings at 28, 30, 32 & 34 V equipped with silicon diodes to charge the starting battery of the diesel engine.

226.1 MOTOR CONTROL CENTRE (MCC):

227 Supply, erection, testing and commissioning of Automatic Motor Control Panel comprising generally of the following and fabricated as per specifications.

1.00 Set 0.000 INR Zero Only

227.01 a) 630 Amps incoming TP MCCB

227.02 b) 630 Amps aluminium bus bar as per specification.

227.03 c) 63 Amps SFU outgoing feeder for jockey pump.

227.04 d) 2 Nos. 320 Amps, SFU outgoing feeder for two nos. main electric pumps.

227.05 e) Voltmeter 96mm (0-500V) with selector switch and protection MCB's for incomer.

227.06 f) DOL Starter for 15 HP jockey pump with single phase preventor, relay, CT's, Selector switches, Ammeter, automatic pressure switch starting arrangement indicating lamps, MCB's for control circuits.

227.07 g) DOL starters for 2 nos. 75 HP main electric pumps with motor protection relay selector switches, ammeters, CTs indicating lamps, and automatic pressure switch starting arrangement, MCB's for control circuits.

227.08 h) Audio visual alarm system and necessary indicating lamps.

227.09 i) Minimum length of 500 mm cable required for cable termination.

227.1 TOTAL FOR FIRE PUMP PANELS AND ACCESSORIES

227.11 SPRINKLER SYSTEM

228 Supply, erection, testing, and commissioning of heavy class GI pipes conforming to IS 1239. Pipe specials such as bends, tees, reducers, etc. shall be socket welded fittings. The pipes shall be with welded joints. Rate quoted shall include for necessary pair of flanges gaskets, nuts, bolts, etc., for pipes being suspended from ceiling, beam bottom, clamped on to the walls, etc., complete as per specifications.

228.01 a) 25mm dia 1300.00 Rmts 0.000

INR Zero Only

228.02 b) 32mm dia 150.00 Rmts 0.000

INR Zero Only

228.03 c) 40mm dia 150.00 Rmts 0.000

INR Zero

P a g e | 234

Only

228.04 d) 50mm dia 150.00 Rmts 0.000

INR Zero Only

228.05 e) 65mm dia 200.00 Rmts 0.000

INR Zero Only

228.06 f) 80mm dia 150.00 Rmts 0.000

INR Zero Only

228.07 g) 100mm dia 40.00 Rmts 0.000

INR Zero Only

228.08 h) 150mm dia 40.00 Rmts 0.000

INR Zero Only

229 Providing, fixing of pipe supports from column/wall or suspenders from roof slab to suit various dia of pipes made out of GI / MS adjustable rods threaded for a sufficient length to adjust the height of support along with clamping arrangement for holding pipes of anchor fastening arrangement design of hanger and should confirm to specification as indicated NFPA 13.

229.01 a) 25 mm dia. 1000.00 Nos. 0.000

INR Zero Only

229.02 b) 32 mm dia. 50.00 Nos. 0.000

INR Zero Only

229.03 c) 40 mm dia. 50.00 Nos. 0.000

INR Zero Only

229.04 d) 50 mm dia. 50.00 Nos. 0.000

INR Zero Only

229.05 e) 65 mm dia. 60.00 Nos. 0.000

INR Zero Only

229.06 f) 80 mm dia. 150.00 Nos. 0.000

INR Zero Only

229.07 g) 100mm dia 10.00 Nos. 0.000

INR Zero Only

229.08 h) 150 mm dia. 10.00 Nos. 0.000

INR Zero Only

230 Supply, fixing, testing and commissioning of slimseal CI butterfly valves as per detailed specifications complete with vertical/horizontal gear unit with handle, companion flanges, gaskets, nuts and bolts etc., complete confirming

P a g e | 235

to IS: 13039.

230.01 a) 150mm dia 10.00 Nos. 0.000

INR Zero Only

230.02 b) 100mm dia 10.00 Nos. 0.000

INR Zero Only

230.03 c) 80mm dia 5.00 Nos. 0.000

INR Zero Only

230.04 d) 65mm dia 5.00 Nos. 0.000

INR Zero Only

230.05 e) 50 mm dia 5.00 Nos. 0.000

INR Zero Only

231 Providing and fixing nominal bore quartzoid bulb type sprinkler 68 Deg.C pendent type sprinkler type including range pipe upto 65 mm dia heavy grade GI pipe confirming to IS 1239 with CI taper special conforming to BS 1641 suspending arrangement with ceiling / wall / beam, clamp clips etc., complete.

500.00 Nos. 0.000 INR Zero Only

232 Supply of spare sprinklers as per the specifications mentioned in item no. 4.0 above 40.00 Nos. 0.000

INR Zero Only

233 Supply and fixing pipe supports like channel, angle iron, flats as per drawings/specifications and to suit site condition, including for necessary G.I 'U' clamps, welding, cutting, nuts, washers, etc., rate quoted shall also include for giving one coat of zinc chromate primer and two coats of approved enamel paint for pipe supports.

50.00 Kgs. 0.000 INR Zero Only

234 Supplying, installing, testing and commissioning of flow switch installed on the sprinkler main distribution line capable of sending impulses to the addressable fire alarm panel with necessary contacts of size 4C x 2.5 sq. mm PVC/SWA cabling with necessary monitor module.

5.00 Nos 0.000 INR Zero Only

235 Supply, fixing, testing and commissioning of Sprinkler Installation Control Valve consisting of - 1 no. Alarm valve, 1 no. Main stop valve, 1 no. water meter with alarm gong, Pressure guage drain valve and drain piping etc., as per specification. a) 150mm dia

1.00 Set 0.000 INR Zero Only

P a g e | 236

236 Supply, erection, testing and commissioning of 2

loop micro processor controlled addressable Sprinkler annunciation panel located in pump house with audio visual signals, battery, battery charger, central processing unit, addressable input/output module for connecting cabling, transflow switch, video display unit, printer etc., complete as per detailed specification.

1.00 Set 0.000 INR Zero Only

237 Supply, installation, testing and commissioning approved make air release valves with screwed ends confirming to IS 1703 -1977 with unions, etc.including all the necessary fixing materials complete.

237.01 a) 20mm dia 1.00 Nos 0.000

INR Zero Only

237.02 TOTAL FOR SPRINKLER SYSTEM

237.03 SIGNAGES

238 Providing and installing in position the following type of sign boards made out of 3mm thick "Opaque" PVC foam board with computer cut, PVC non-reflective self adhesive vinyle painted foam board, complete with mirror fasteners.

238.01 Signage with printed "IN CASE OF FIRE, USE STAIRS UNLESS INSTRUCTED OTHERWISE" of 1.25cm height letters in red with white back ground.The size of the board shall be 25cm x 25 cm and shall be fixed at the height of 2 mts. from finished floor near Manual call points.

50.00 Nos. 0.000 INR Zero Only

239 Floor indentification signage ( ie, GROUND FLOOR …etc.) at each stair enclosure on every floor, indicating the floor number in words, lettering size shall be 5 cm with contrasting colour from back ground.Size shall be 15cm x 30cm.

50.00 Nos. 0.000 INR Zero Only

240 Signage with the following text "FIRE EXIT" at each stair enclosure on every floor, indicating the floor number in words, lettering size shall be 7.5 cm with contrasting colour from back ground.Size shall be 15cm x 60cm.

50.00 Nos. 0.000 INR Zero Only

241 Providing and fixing in position the signages " FIRE ORDER" it should contain the following matter on 3mm thick "Opaque" PVC foam board of computerised cut, PVC non-reflective self adhesive vinyle painted foam board of 2' x 3'.

2.00 Set 0.000 INR Zero Only

241.01 ALERT THE SECURITY AT SECURITY ROOM BY ACTUATING MANUAL CALL POINT LOCATED AT STRATEGIC LOCATIONS.

241.02 EVACUATE THE OCCUPANTS BY USING FIRE EXITS AND EMERGENCY EXITS ONLY AND ASSEMBLE AT VARIOUS ASSEMBLY POINTS.

P a g e | 237

241.03 IF POSSIBLE TRY TO EXTINGUISH THE FIRE

BY USING NEAREST / SUITABLE PORTABLE EXTINGUISHER OR WATER FROM NEAREST WET RISER.

241.04 BE CALM AND DO NOT GIVE ANY ROOM FROM PANIC, WALK, DO NOT RUN.

241.05 IF YOU ENCOUNTER SERIOUS DIFFICULTY IN EVACUATION, FLAT AND TRY TO ATTRACT ATTENTION OF RESCUE TEAM.

242 ACTION BY SECURITY/RECEPTION UPON RECEIPT OF INFORMATION THROUGH FIRE ALARM OR FIRE DETECTORS OR BY USING PUBLIC ADDRESS SYSTEM.

242.01 ALERT THE OCCUPANTS BY USING PUBLIC ADDRESS SYSTEM.

242.02 INFORM FIRE CONTROL THROUGH ANY ONE OF THE FOLLOWING PHONE NUMBERS: 101 / LOCAL FIRE OFFICE NUMBERS

242.03 REFER EVACUATION PLAN FROM EVACUATING STANDARD PEOPLE.

242.04 GUIDE THE FIRE FORCE, ON THEIR ARRIVAL TO THE SEAT OF FIRE.

242.05 IN CASE OF THE CASUALTIES, CALL AMBULANCE BY DIALLING NUMBER……..

242.06 FIRE FIGHTING AGNECY --------------------------

242.07 PHONE : -----------------------

242.08 FAX : ---------------------------- 2.00 Set 0.000

INR Zero Only

242.09 TOTAL FOR SINAGES

242.1 FIRE DETECTION AND ALARM SYSTEM (ANALOGUE ADDRESSABLE TYPE)

242.11 Main Control Panel

243 Supply, fixing, testing and commissioning of analogue addressable Main control panel with RS 232 communication interface module with dual stage alarm facilities, complete with all alarms, hooters, fire/fault indicators, control modules, audio/visual signals, solid state logic circuit selector switches, rectifier, maintenance free battery, battery charger with necessary supporting frame work auxiliary contacts etc., as detailed in the technical specifications.

243.01 a) 4 Loop Panel 1.00 Nos. 0.000

INR Zero Only

244 Local Control Panel (Mimic panel)

P a g e | 238

244.01 a) Supply, fixing, testing and commissioning of

Local control panel with RS 232 communication interface module and dual stage alarm facilities, complete with all alarms, hooterS, fire/fault indicators, audio/visual signals,conrol modules, rectifier with necessary supporting frame work, auxilliary contacts etc., as per detailed technical specifications.

6.00 Nos. 0.000 INR Zero Only

245 Repeater Control Panel (RC)

245.01 To give audio visual alarms/indications for both fire and fault. 1.00 Nos. 0.000

INR Zero Only

246 Heat Detectors (Addressable)

246.01 Heat detectors grade-1 with solid state design with sensing element with combination of fixed type and rate of rise of temperature, indicating lamp, mounting base etc., as per specification.

4.00 Nos. 0.000 INR Zero Only

247 Multi sensor Detectors (Addressable)

247.01 Multi sensor detectors with dual chamber, solid state design, indicating lamp, mounting base etc., as per detailed specification.

450.00 Nos. 0.000 INR Zero Only

248 Electronic Hooters

248.01 Dual tone electronic hooters as detailed in the technical specification with volume controller. Rate quoted shall include for providing MS box of suitable size for concealing the hooter in the wall.

20.00 Nos. 0.000 INR Zero Only

249 Manual Call Points (MCP)

249.01 Manual call points/push button stations as detailed in the technical specifications with necessary control modules. Rate quoted shall include for providing MS box of suitable size for concealing the MCP in the wall.

20.00 Nos. 0.000 INR Zero Only

250 Response Indicators

250.01 Response indicators with incandescent type and with necessary fixing arrangements. 100.00 Nos. 0.000

INR Zero Only

251 Supply, fixing, testing and commissioning of Fault Isolator module as per the detailed specifications etc., complete.

10.00 Nos. 0.000 INR Zero Only

252 Cables

252.01 Supplying, testing and commissioning of 1100V grade 1.5 sq.mm PVC armoured copper conductor FRLS control cables as per specification. (The rate quoted shall include necessary cable end terminations with copper lugs, cable glands, crimping identification tags at each end etc., complete)

252.02 2 core x 1.5 Sq.mm in 20 mm dia. 3000.00 Rmt 0.000

INR Zero Only

252.03 10 core x 2.5 Sq.mm 50.00 Rmt 0.000 INR

P a g e | 239

Zero Only

252.04 10 x 2.5 sq.mm core cable laid below ground with proper protection. Rate quoted shall include for necessary excavation upto 450 mm depth in all sorts of soil and backfilling.

200.00 Rmt

0.00 INR Zero Only

253 Supply & fixing of control module which is capable of interfacing with the analogue addressable fire alarm control panel with the lift panel. The control module should be capable for grounding the lift incase of a fire alarm.

2.00 Nos.

0.00 INR Zero Only

Total in Figures

0.00 INR Zero Only

Quoted Rate in Words

INR

P a g e | 240