+ All Categories
Home > Documents > BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft...

BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft...

Date post: 11-Aug-2020
Category:
Upload: others
View: 1 times
Download: 0 times
Share this document with a friend
192
BID DOCUMENT I I N N T T E E G G R R A A T T E E D D C C O O A A S S T T A A L L Z Z O O N N E E M M A A N N A A G G E E M M E E N N T T P P R R O O J J E E C C T T S S T T A A T T E E P P R R O O J J E E C C T T M M A A N N A A G G E E M M E E N N T T U U N N I I T T O O D D I I S S H H A A Peripheral Development of Bhabakundeleswar Temple at Manikpatna under ICZMP (Package No.- ICZMP /DoC/W/06/2013-14) At- Manikpatna of Puri District. 2013 –14 ON BEHALF OF Director, Culture-cum-Nodal Officer, ICZM Project, Odisha State Archaeology, 1 st Floor, Sanskruti Bhawan, Bhubaneswar-14
Transcript
Page 1: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

BID DOCUMENT

IIINNNTTTEEEGGGRRRAAATTTEEEDDD CCCOOOAAASSSTTTAAALLL ZZZOOONNNEEE MMMAAANNNAAAGGGEEEMMMEEENNNTTT PPPRRROOOJJJEEECCCTTT

SSSTTTAAATTTEEE PPPRRROOOJJJEEECCCTTT MMMAAANNNAAAGGGEEEMMMEEENNNTTT UUUNNNIIITTT

OOODDDIIISSSHHHAAA

Peripheral Development of Bhabakundeleswar Temple at

Manikpatna under ICZMP

(Package No.- ICZMP /DoC/W/06/2013-14)

At- Manikpatna of Puri District.

2013 –14

ON BEHALF OF

Director, Culture-cum-Nodal Officer, ICZM Project, Odisha State Archaeology, 1st Floor, Sanskruti Bhawan,

Bhubaneswar-14

Page 2: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

BLANK PAGE

Page 3: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

SECTION-I

CONTENTS Section Description Page No.

1. a) Contents

b) Information about the Bid

c) Invitation For Bids ( IFB)

d) Agreement Form

3

5

6

31

2. a) Instruction to bidders (ITB)

b) Letter of acceptance

c) Form of Notice to proceed with the work

d) List of Documents to form the part of the agreement

08

29

30

3. Condition of contact

33

4. Contact Data

57

5. Technical Specifications

62

6. Drawing

110

7.

8.

Bill of Quantities (Contractor’s Bid )

Forms of securities

a) Bid Security

b) Performance guarantee

c) Performance bank guarantee ( unbalanced Item )

d) BG for advance payment

118

153

155

156

157

158

9. ENVIRONMENTAL MANAGEMENT POLICY

10. COASTAL REGULATORY ZONE ACT/POLICY

159

170

Page 4: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

BLANK PAGE

Page 5: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

GOVERNMENT OF INDIA

AND

GOVERNMENT OF ORISSA

INTIGRATED COASTAL ZONE MANAGEMENT PROJECT,

Bid Id. NO. ICZMP/DoC/W/06/13-14

NATIONAL COMPETITIVE BIDDING

(CIVIL WORKS)

NAME OF WORK : Peripheral Development of

Bhabakundeleswar Temple at

Manikpatna of Dist-Puri.

PERIOD OF SALE OF : FROM 09/12/2013 TO 09/01/2014

BIDDING DOCUMENT

TIME AND DATE OF : DATE 24/12/13 TIME 11.30 HOURS

PRE-BID CONFERENCE

LAST DATE AND TIME FOR : DATE 10/01/14 TIME 12.00 HOURS

RECEIPT OF BIDS

TIME AND DATE OF OPENING : DATE 10/01/14 TIME 12.30 HOURS

OF BIDS

PLACE OF SALE OF BIDS : ICZMP, State Project Management Unit

108, Suryanagar, Bhubaneswar-751003.

PLACE OF RECEIPT & OPENING OF BIDS : ICZMP, State Project Management Unit

108, Suryanagar, Bhubaneswar-751003.

OFFICER INVITING BIDS : The Project Director, SPMU

ICZM Society- ODISHA,

Plot # 108,Unit – VII, Suryanagar ,

Bhubaneswar – 751 003

Page 6: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

INVITATION FOR BIDS (IFB)

GOVERNMENT OF ORISSA

INTIGRATED COASTAL ZONE MANAGEMENT PROJECT (ICZMP) NATIONAL COMPETITIVE BIDDING

Bid Invitation Notice No:-ICZMP/DoC/W/23/13-14 Date: 06.12.2013

1. The Government of India has received a credit from the International Development Association for the

INTEGRATED COASTAL ZONE MANAGEMENT PROJECT (ICZMP) and Government of ODISHA intends to

apply a part of the funds to cover eligible payments under the contracts for construction of works as detailed below.

Bidding is open to all bidders from eligible source countries as defined in the IBRD Guidelines for Procurement.

Bidders from India should, however, be registered with the Government of ODISHA/ other State Government/

Government of India or State/ Central Government undertakings. Bidders are advised to note the minimum

qualification criteria specified in Clause 4 of the Instructions to Bidders to qualify for the award of the contract.

2. Project Director, Integrated Coastal Zone Management Society of ODISHA now invites bid on behalf of

Director, Culture-cum-Nodal Officer, ICZM Project, Odisha State Archaeology, 1st Floor, Sanskruti Bhawan,

Bhubaneswar-14 Project Executing Agency, now invites bid for the construction of works as detailed in the table

below.

3. Bidding documents (and additional copies) may be purchased from Office of the Project Director,

Integrated Coastal Zone Management Society of ODISHA, between 09.12.2013 to 09.01.2014,for a non-

refundable fee (three sets) as indicated in table below, in the form of Demand Draft on any Scheduled bank

payable at Bhubaneswar in favour of Project Director, Integrated Coastal Zone Management Society of

ODISHA, Bhubaneswar. Interested bidders may obtain further information at the same address. Bidding

documents requested by mail will be dispatched by registered/speed post on payment of an extra amount of

Rs 500.00. The Project Director, Integrated Coastal Zone Management Society of ODISHA, Bhubaneswar

will not be held responsible for the postal delay if any, in the delivery of the documents or non-receipt of the

same. The notice and the bid document for the work can also be seen with option to download from the

Project website http://www.iczmpodisha.org .The down loaded bid document can be submitted along with

non refundable fee mentioned in the Table towards the cost of the bid document. The Project Director,

Integrated Coastal Management Society of ODISHA, Bhubaneswar will not accept the same if any portion of

the downloaded document differs from the approved bid document available in the above mentioned office.

In such cases the bidder would be responsible for ensuring that any addenda available in web site is also

downloaded & incorporated. The download facility will be available from between 09.12.2013 to 09.01.2014

upto 17.00Hrs

4. Bids must also be accompanied by Bid security of the amount specified for the work in the column

(5) of the table below, drawn in favour of Project Director, Project Director, Integrated Coastal Zone

Management Society of ODISHA, Bhubaneswar. Bid security will have to be in any one of the forms as

specified in the bidding document and shall have to be valid for 45 days beyond the validity of the bid.

5. Bids must be delivered to the Office of the Project Director, State Project Management Unit,

Integrated Coastal Zone Management Society of ODISHA, Bhubaneswar, on or before 12.00 Hrs on

10.01.2014 and will be opened on the same day at 12.30 Hrs, in the presence of the bidders or their

authorized representatives, who wish to attend. If the office happens to be closed on the date of receipt of the

bids as specified, the bids will be received and opened on the next working day at the same time and venue.

6. A pre-bid meeting will be held on 24.12.2013 at 11.30 Hrs in the Office of the Project Director, State

Project Management Unit, Integrated Coastal Management Society of ODISHA, Bhubaneswar to clarify the

issues and to answer questions on any matter that may be raised at that stage as stated in Clause 9.2 of

‗Instructions to Bidders‘ of the bidding document.

6. Other details can be seen in the bidding documents.

Page 7: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

Table providing name of work and Package No.:

Addl.Project Director(F&A)

Integrated Coastal Zone Management Society of ODISHA,

Bhubaneswar

Memo No. Dt.

Copy to Director, Culture-cum-Nodal Officer, ICZM Project, Odisha State Archaeology, 1st Floor, Sanskruti Bhawan,

Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for

information and necessary action. This is with reference to his Lr. No.578 & 579 Dt.21.11.2013 and No.592

Dt.26.11.2013.

Addl. Project Director(F&A)

Integrated Coastal Zone Management Society of ODISHA,

Bhubaneswar

Package No. Name of the Work Approximate

Value of Work (in Lakhs INR.)

Bid security (in INR.)

Cost of Bid Document (in INR.)

Period of Completion

1 2 3 4 5 6

ICZMP/D0C/W/05/2013-14

Peripheral Development of

Ganjam Fort at Potagarg of

Dist-Ganjam.)

238.25 2,38,300 5250

15 months ( Including

Rainy Season)

ICZMP/D0C/W/06/2013-14

Peripheral Development of

Bhabakundaleswar Temple

at Manikpatna of Dist: Puri 65.01 65,000 2100

09 months ( Including

Rainy Season)

ICZMP/D0C/W/07/2013-14

Peripheral Development of

Harihardev Temple at Nairi

of Dist: Khurda 65.96 66,000 2100

09 months ( Including

Rainy Season)

ICZMP/D0C/W/08/2013-14

Peripheral Development of

Baliharchandi Temple at

Baliharchandi of Dist: Puri 204.17 2,04,200 5250

12 months ( Including

Rainy Season)

ICZMP/D0C/W/21/2013-14

Peripheral Development of

Bateswar Temple at

Kantiagarh of Dist: Ganjam 103.74 1,03,800 4200

09 months ( Including

Rainy Season)

ICZMP/D0C/W/23/2013-14

Peripheral Development of

Jagannath Temple at Pentha

of Dist: Kendrapara 101.69 1,00,200 4200

09 months ( Including

Rainy Season)

ICZMP/D0C/W/22/2013-14

Peripheral Development of

British Cemetery at Barapalli

of Dist: Ganjam 26.77 26,800 1050

04 months ( Including

Rainy Season)

Page 8: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

SECTION 1: INSTRUCTIONS TO BIDDERS

(ITB)

Page 9: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

Section 1: Instructions to Bidders

Table of Clauses

A. General Page No. D. Submission of Bids Page No.

1. Scope of Bid 10 19. Sealing and Marking of Bids 16

2. Source of Funds 10 20. Deadline for Submission of Bids 16

3. Eligible Bidders 10 21. Late Bids 17

4. Qualification of the Bidder 10 22. Modification and Withdrawal of Bids 17

5. One Bid per Bidder 13

6. Cost of Bidding 13

7. Site Visit 13

B. Bidding Documents E. Bid Opening and Evaluation

8. Content of Bidding Documents 13 23. Bid Opening 17

9. Clarification of Bidding Documents 13 24. Process to be Confidential 17

10. Amendment of Bidding Documents 14 25. Clarification of Bids 17

26. Examination of Bids and Determination

of Responsiveness 18

27. Correction of Errors 18

C. Preparation of Bids 28. Currency for Bid Evaluation

29. Evaluation and Comparison of Bids 18

11. Language of Bid 14 30. Preference for Domestic Bidders

12. Documents Comprising the Bid 14

13. Bid Prices 14 F. Award of Contract

14. Currencies of Bid and Payment 15

15. Bid Validity 15 31. Award Criteria 19

16. Bid Security 15 32. Employer's Right to Accept any Bid and

to Reject any or all Bids 19

17. Alternative Proposals by Bidders 16 33. Notification of Award 19

18. Format and Signing of Bid 16 34. Performance Security 19

35. Advance Payment and Security 20

36. Adjudicator 20

37. Corrupt or Fraudulent Practices 20

Page 10: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

A. General

1. Scope of Bid

1.1 The Project Director, Integrated Coastal Zone Management Society of ODISHA., Bhubaneswar,

(referred to as Employer in these documents) invites bids for the construction of works (as defined in these

documents and referred to as "the works") detailed in the table given in IFB. The bidders may submit bids for

any or all of the works detailed in the table given in IFB.

1.2 The successful bidder will be expected to complete the works by the intended completion date specified in the

Contract data.

2. Source of Funds

2.1 The Government of India has received a credit from International Development Association‘ (hereinafter

interchangeably called ―the Bank‖) towards the cost of Integrated Coastal Zone Management Project and

Government of ODISHA intends to apply a part of the funds to cover eligible payments under the contract for the

Works. Payments by the Bank will be made only at the request of the borrower and upon approval of the Bank in

accordance with the Credit Agreement, and will be subject in all respects to the terms and conditions of that

Agreement. Except as the Bank may specifically otherwise agree, no party other than the borrower shall derive

any rights from the Credit Agreement or have any rights to the credit proceeds.

2.2 The credit agreement prohibits a withdrawal from the credit account for the purpose of any payment to persons or

entities, or for any import of goods, if such payment or import, to the knowledge of the Bank, is prohibited by a

decision of the United Nations Security Council, taken under Chapter VII of the Charter of the United Nations.

3. Eligible Bidders

3.1 This Invitation for Bids is open to all bidders from the eligible countries as defined under the IBRD Guidelines

for Procurement. Any materials, equipment, and services to be used in the performance of the Contract shall

have their origin in the eligible source countries.

3.2 All bidders shall provide in Section 2, Forms of Bid and Qualification Information, a statement that the Bidder is

not associated, nor has been associated in the past, directly or indirectly, with the Consultant or any other entity

that has prepared the design, specifications, and other documents for the Project or being proposed as Project

Manager for the Contract. A firm that has been engaged by the Borrower to provide consulting services for the

preparation or supervision of the works, and any of its affiliates, shall not be eligible to bid.

3.3 Government-owned enterprises in the Employer‘s country may only participate if they are legally and financially

autonomous, operate under commercial law and are not a dependent agency of the Borrower or Sub-borrower.

3.4 Bidders shall not be under a declaration of ineligibility for corrupt and fraudulent practices issued by the Bank in

accordance with sub-clause 37.1.

4. Qualification of the Bidder

4.1 All bidders shall provide in Section 2, Forms of Bid and Qualification Information, a preliminary description of

the proposed work method and schedule, including drawings and charts, as necessary.

4.2 In the event that Pre-qualification of potential bidders has been undertaken, only bids from prequalified bidders

will be considered for award for Contract. These qualified bidders should submit with their bids any information

updating their original prequalification applications or, alternatively, confirm in their bids that the originally

submitted prequalification information remains essentially correct as of date of bid submission. The update or

confirmation should be provided in Section 2.

4.3 If the Employer has not undertaken prequalification of potential bidders, all bidders shall include the following

information and documents with their bids in Section 2:

(a) copies of original documents defining the constitution or legal status, place of registration, and principal

place of business; written power of attorney of the signatory of the Bid to commit the Bidder;

(b) total monetary value of construction work performed for each of the last five years;

Page 11: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

(c) experience in works of a similar nature and size for each of the last five years, and details of works under

way or contractually committed; and clients who may be contacted for further information on those

contracts;

(d) major items of construction equipment proposed to carry out the Contract;

(e) qualifications and experience of key site management and technical personnel proposed for the Contract;

(f) reports on the financial standing of the Bidder, such as profit and loss statements and auditor's reports for

the past five years;

(g) evidence of adequacy of working capital for this contract (access to line (s) of credit and availability of

other financial resources);

(h) authority to seek references from the Bidder's bankers;

(i) information regarding any litigation or arbitration resulting from contracts executed by the Bidder in the

last five years or currently under execution. The information shall include the names of the parties

concerned, the disputed amount, cause of litigation, and matter in dispute;

(j) proposals for subcontracting components of the Works which in aggregate add to more than 20 percent of

the Bid Price (for each, the qualifications and experience of the identified sub-contractor in the relevant

field should be annexed; no vertical splitting of work for sub-contracting is acceptable); and

(k) the proposed methodology and program of construction including Environmental Management Plan,

backed with equipment, materials and manpower planning and deployment, duly supported with broad

calculations and quality control procedures proposed to be adopted, justifying their capability of execution

and completion of the work as per technical specifications within the stipulated period of completion as

per milestones

4.4 „Bids from Joint ventures are not acceptable‟.

4.5 A. To qualify for award of the contract, each bidder in its name should have in the last five years i.e

2008-2009 to 2012-2013:*

(a) Achieved, in at least one financial year, a minimum annual financial turnover (in all classes of civil

engineering construction works only) of Rs. 65.00 lakh @

b) (i) Satisfactorily completed(not less than 90 % of contract value) , as a prime contractor, (or as

subcontractor duly certified by the employer/main contractor) at least one similar work (Civil

construction/Peripheral Development) of value not less than Rs.60.00 lakh .

(c) Executed in any one year, the following minimum quantities of work:

- Reinforced Cement Concrete/ PCC (all grades) 60 cum

- HG Stone Masonry/Brick Work 20 cum

- Paver Block/Tiled Flooring 500 Sqm

Small eye Laterite Stone Masonary 20cum

Sandstone Masonary 30cum

(d) The contractor or his identified sub-contractor should possess required experience and key personnel like

(i)Temple Mason for executing the Sandstone Masonary & Small eye Laterite stone masonary and should

have executed similar works totalling Rupees.5.00 lakh in any one year.

(e) Electrical Work: The bidder or his identified sub-contractor should possess required valid license for executing

building electrification works and should have executed minimum1 (one) similar electrical work worth a minimum of

Rs. 1.14 Lakh (completion certificate from client to be submitted along with the bid).

(f) Sanitary & Plumbing Work: The bidder or his identified sub-contractor should possess the required valid

license for executing the water supply/sanitary engineering/ plumbing works for the commercial sector and should have

executed at least 1 (one) similar water supply/sanitary engineering/ plumbing work worth at least Rs.1.71 Lakh

(completion certificate from client to be submitted along with the bid).

(@)at 2013-2014 * price level. Financial turnover and cost of completed works of previous years

shall be given weightage of 10% per year based on rupee value to bring them to 2013-2014 price

level

Page 12: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

4.5 B. Each bidder should further demonstrate:

B. Each bidder should further demonstrate:

(a) Availability (either owned or leased or by procurement against mobilization advances) of the following

key and critical equipment for this work:

Item Capacity / type No/s.

Truck/ Tripper – 10 T 2

Mechanical Concrete

Mixers

0.25 m3 (or 10/7 cft) 3

Needle/Immersion

Vibrators(fuel-

operated/electric)

25 mm / 40 mm 3

Water Pump 1 H.P. 3

NOTE:

Based on the studies, carried out by the Engineer the minimum suggested major equipment to attain the

completion of works in accordance with the prescribed construction schedule are shown in the above list.

The bidders should, however, undertake their own studies and furnish with their bid, a detailed

construction planning and methodology supported with layout and necessary drawings and calculations

(detailed) as stated in clause 4.3 (k) above to allow the employer to review their proposals. The numbers,

types and capacities of each plant/equipment shall be shown in the proposals along with the cycle time for

each operation for the given production capacity to match the requirements.

(b) availability for this work of a Project Manager( with a minimum educational qualification of Degree in

Civil engineering) with no less than five years' experience in construction of similar civil engineering

works on full-time basis and other key personnel with adequate experience as required; and

(c) liquid assets and / or availability of credit facilities of no less than Rs 22.00 Lakhs in the format given

in Section 2.

(Credit lines / letter of credit / certificates from Banks for meeting the funds requirement etc.)

4.5 C. To qualify for a package of contracts made up of this and other contracts for which bids are invited

in the IFB, the bidder must demonstrate having experience and resources sufficient to meet the aggregate

of the qualifying criteria for the individual contracts.

4.6 Sub-contractors' experience and resources shall not be taken into account in determining the bidder's compliance

with the qualifying criteria except to the extent stated in 4.5 (A) above

4.7 Bidders who meet the minimum qualification criteria will be qualified only if their available bid capacity is more

than the total bid value. The available bid capacity will be calculated as under:

Assessed Available Bid capacity = ( A*N*1.5 - B ) where

A = Maximum value of civil engineering works executed in any one year during the last five years (updated to

2013-14 price level) taking into account the completed as well as works in progress.

N = Number of years prescribed for completion of the works for which bids are invited.

B = Value, at 2013-14 price level, of existing commitments and on-going works to be completed during the

next 09 months.

Note: The statements showing the value of existing commitments and on-going works as well as the stipulated

period of completion remaining for each of the works listed should be countersigned by the Engineer in

charge, not below the rank of an Executive Engineer or equivalent.

4.8 Even though the bidders meet the above qualifying criteria, they are subject to be disqualified if they have:

- made misleading or false representations in the forms, statements and attachments submitted in proof of

the qualification requirements; and/or

- record of poor performance such as abandoning the works, not properly completing the contract,

inordinate delays in completion, litigation history, or financial failures etc.; and/or

Page 13: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

- participated in the previous bidding for the same work and had quoted unreasonably high bid prices and

could not furnish rational justification to the employer.

5. One Bid per Bidder

5.1 Deleted.

6. Cost of Bidding

6.1 The bidder shall bear all costs associated with the preparation and submission of his Bid, and the Employer will

in no case be responsible and liable for those costs.

7. Site visit

7.1 The Bidder, at the Bidder‘s own responsibility and risk is encouraged to visit and examine the Site of Works and

its surroundings and obtain all information that may be necessary for preparing the Bid and entering into a

contract for construction of the Works. The costs of visiting the Site shall be at the Bidder's own expense.

B. Bidding Documents

8. Content of Bidding Documents

8.1 The set of bidding documents comprises the documents listed in the table below and addenda issued in

accordance with Clause 10:

Invitation for Bids

Section 1 Instructions to Bidders

2 Forms of Bid and Qualification Information

3 Conditions of Contract

4 Contract Data

5 Specifications

6 Drawings

7 Bills of Quantities

8 Forms of Securities

8.2 Of the three sets of the bidding documents supplied, two sets should be completed and returned with the bid.

9. Clarification of Bidding Documents

9.1 A prospective bidder requiring any clarification of the bidding documents may notify the Employer in writing

or by cable (hereinafter "cable" includes telex and facsimile) at the Employer's address indicated in the

invitation to bid. The Employer will respond to any request for clarification which he received earlier than 15

days prior to the deadline for submission of bids. Copies of the Employer's response will be forwarded to all

purchasers of the bidding documents, including a description of the enquiry but without identifying its source.

9.2 Pre-bid meeting

9.2.1 The bidder or his official representative is invited to attend a pre-bid meeting which will take place at Office of

the The Project Director, ICZMP – Odisha, Bhubaneswar as per the date noted in ITB

9.2.2 The purpose of the meeting will be to clarify issues and to answer questions on any matter that may be raised at

that stage.

9.2.3 The bidder is requested to submit any questions in writing or by cable to reach the Employer not later than one

week before the meeting.

9.2.4 Minutes of the meeting, including the text of the questions raised (without identifying the source of enquiry)

and the responses given will be transmitted without delay to all purchasers of the bidding documents. Any

modification of the bidding documents listed in Sub-Clause 8.1 which may become necessary as a result of the

pre-bid meeting shall be made by the Employer exclusively through the issue of an Addendum pursuant to

Clause 10 and not through the minutes of the pre-bid meeting.

9.2.5 Non-attendance at the pre-bid meeting will not be a cause for disqualification of a bidder.

10. Amendment of Bidding Documents

10.1 Before the deadline for submission of bids, the Employer may modify the bidding documents by issuing

addenda.

Page 14: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

10.2 Any addendum thus issued shall be part of the bidding documents and shall be communicated in writing to all

the purchasers of the bidding documents. Prospective bidders shall acknowledge receipt of each addendum in

writing to the Employer.

10.3 To give prospective bidders reasonable time in which to take an addendum into account in preparing their bids,

the Employer shall extend as necessary the deadline for submission of bids, in accordance with Sub-Clause

20.2 below.

C. Preparation of Bids

11. Language of the Bid

11.1 All documents relating to the bid shall be in the English language.

12. Documents comprising the Bid

12.1 The bid submitted by the bidder shall comprise the following:

(a) The Bid (in the format indicated in Section 2).

(b) Bid Security;

(c) Priced Bill of Quantities;

(d) Qualification Information Form and Documents;

(e) Certificate of VAT clearance.

and any other materials required to be completed and submitted by bidders in accordance with these

instructions. The documents listed under Sections 2, 4 and 7 of Sub-Clause 8.1 shall be filled in without

exception.

12.2 Bidders bidding for this contract together with other contracts stated in the IFB to form a package will so

indicate in the bid together with any discounts offered for the award of more than one contract.

13. Bid Prices

13.1 The contract shall be for the whole works as described in Sub-Clause 1.1, based on the priced Bill Quantities

submitted by the Bidder.

13.2 The bidder shall fill in rates and prices and line item total (both in figures and words) for all items of the Works

described in the Bill of Quantities along with total bid price (both in figures and words). Items for which no

rate or price is entered by the bidder will not be paid for by the Employer when executed and shall be deemed

covered by the other rates and prices in the Bill of Quantities. Corrections, if any, shall be made by crossing

out, initialing, dating and rewriting.

13.3 All duties, taxes, and other levies payable by the contractor under the contract, or for any other cause shall be

included in the rates, prices and total Bid Price submitted by the Bidder.

Note: “Bidders may like to ascertain availability of excise/custom duty exemption benefits available in India to the contracts

financed under World Bank loan/credits. They are solely responsible for obtaining such benefits which they have

considered in their bid and in case of failure to receive such benefits for reasons whatsoever, the employer will not

compensate the bidder (contractor). Where the bidder has quoted taking into account such benefits, he must give all

information required for issue of certificates in terms of such notifications as per form attached to the Qualification

Information in the bid. To the extent the employer determines the quantity indicated therein are reasonable keeping in view

the bill of quantities, construction programme and methodology, the certificates will be issued within 60 [sixty] days of

signing of contract and no subsequent changes will be permitted. No certificate will be issued for items where no

quantity/capacity of equipment is indicated in the statement. The bids which do not conform to the above provisions will be

treated as non responsive and rejected. Any delay in procurement of the construction equipment /machinery/goods as a

result of the above shall not be a cause for granting any extension of time.”

13.4 The rates and prices quoted by the bidder shall be fixed for the duration of the Contract and shall not be

subject to adjustment on any account

14. Currencies of Bid and Payment

14.1 The unit rates and the prices shall be quoted by the bidder entirely in Indian Rupees.

15. Bid Validity 15.1 Bids shall remain valid for a period not less than ninety days after the deadline date for bid submission

specified in Clause 20. A bid valid for a shorter period shall be rejected by the Employer as non-responsive.

15.2 In exceptional circumstances, prior to expiry of the original time limit, the Employer may request that the

bidders may extend the period of validity for a specified additional period. The request and the bidders'

Page 15: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

responses shall be made in writing or by cable. A bidder may refuse the request without forfeiting his bid

security. A bidder agreeing to the request will not be required or permitted to modify his bid except as

provided in 15.3 hereinafter, but will be required to extend the validity of his bid security for a period of the

extension, and in compliance with Clause 16 in all respects.

15.3 Not Applicable

15.4 Bid evaluation will be based on the bid prices without taking into consideration the above correction.

16. Bid Security

16.1 The Bidder shall furnish, as part of his Bid, a Bid security in the amount as shown in column 5 of the table of

IFB for this particular work. This bid security shall be in favour of The Project Director, Integrated

Coastal Zone Management Society of ODISHA, Bhubaneswar and may be in one of the following

forms:

- A bank guarantee issued by a nationalized / scheduled bank located in India or

- Certified cheque, Bank draft or Letter of Credit. or

- National Savings Certificates / Kissan Vikas Patra duly pledged.

- Term Deposite Reiepts duly pledged

16.2 Bid Security issued as surety for the bid shall be valid for 135 days ( i.e 45 days beyond the validity of the

bid ) after deadline of submission of Bid.

16.3 Any Bid not accompanied by an acceptable Bid Security and not secured as indicated in Sub-Clauses 16.1 and

16.2 above shall be rejected by the Employer as non-responsive.

16.4 The Bid Security of unsuccessful bidders will be returned within 28 days of the end of the bid validity period

specified in Sub-Clause 15.1.

16.5 The Bid Security of the successful bidder will be discharged when the bidder has signed the Agreement and

furnished the required Performance Security.

16.6 The Bid Security may be forfeited

(a) if the Bidder withdraws the Bid after Bid opening during the period of Bid validity;

(b) if the Bidder does not accept the correction of the Bid Price, pursuant to Clause 27; or

(c) in the case of a successful Bidder, if the Bidder fails within the specified time limit to

(i) sign the Agreement; or

(ii) furnish the required Performance Security.

17. Alternative Proposals by Bidders

17.1 Bidders shall submit offers that comply with the requirements of the bidding documents, including the basic

technical design as indicated in the drawing and specifications. Alternatives will not be considered.

18. Format and Signing of Bid

18.1 The Bidder shall prepare one original and one copy of the documents comprising the bid as described in Clause

12 of these Instructions to Bidders, bound with the volume containing the Form of Bid, and clearly marked

"ORIGINAL" and "COPY" as appropriate. In the event of discrepancy between them, the original shall

prevail.

18.2 The original and copy of the Bid shall be typed or written in indelible ink and shall be signed by a person or

persons duly authorized to sign on behalf of the Bidder, pursuant to Sub-Clauses 4.3. All pages of the bid

where entries or amendments have been made shall be initialed by the person or persons signing the bid.

18.3 The Bid shall contain no alterations or additions, except those to comply with instructions issued by the

Employer, or as necessary to correct errors made by the bidder, in which case such corrections shall be

initialed by the person or persons signing the bid.

18.4 The Bidder shall furnish information as described in the Form of Bid on commissions or gratuities, if any, paid

or to be paid to agents relating to this Bid, and to contract execution if the Bidder is awarded the contract.

Page 16: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

D. Submission of Bids

19. Sealing and Marking of Bids

19.1 The Bidder shall seal the original and copy of the Bid in separate envelopes, duly marking the envelopes as

"ORIGINAL" and "COPY". These envelopes (called as inner envelopes) shall then be put inside one outer

envelope.

19.2 The inner and outer envelopes shall

(a) be addressed to the Employer at the following address:

The Project Director, ICZMP, 108- Surya Nagar, Bhubaneswar and

(b) bear the following identification:

- Bid for Peripheral Development of Bhabakundeleswar Temple of Dist under

ICZM Project

- Bid Reference No. :. ICZMP/DoC/W/06/2013-14

- DO NOT OPEN BEFORE. : 12.30 hours. on 10.01.2014

19.3 In addition to the identification required in Sub-Clause 19.2, the inner envelopes shall indicate the name and

address of the bidder to enable the bid to be returned unopened in case it is declared late, pursuant to Clause

21.

19.4 If the outer envelope is not sealed and marked as above, the Employer will assume no responsibility for the

misplacement or premature opening of the bid.

20. Deadline for Submission of the Bids

20.1 Bids must be received by the Employer at the address specified above not later than 12.00 hours. on dt.

10.01.2014. In the event of the specified date for the submission of bids declared a holiday for the Employer,

the Bids will be received upto the appointed time on the next working day.

20.2 The Employer may extend the deadline for submission of bids by issuing an amendment in accordance with

Clause 10, in which case all rights and obligations of the Employer and the bidders previously subject to the

original deadline will then be subject to the new deadline.

21. Late Bids

21.1 Any Bid received by the Employer after the deadline prescribed in Clause 20 will be returned unopened to the

bidder.

22. Modification and Withdrawal of Bids

22.1 Bidders may modify or withdraw their bids by giving notice in writing before the deadline prescribed in Clause

20.

22.2 Each Bidder's modification or withdrawal notice shall be prepared, sealed, marked, and delivered in

accordance with Clause 18 & 19, with the outer and inner envelopes additionally marked "MODIFICATION"

or "WITHDRAWAL", as appropriate.

22.3 No bid may be modified after the deadline for submission of Bids.

22.4 Withdrawal or modification of a Bid between the deadline for submission of bids and the expiration of the

original period of bid validity specified in Clause 15.1 above or as extended pursuant to Clause 15.2 may result

in the forfeiture of the Bid security pursuant to Clause 16.

22.5 Bidders may offer discounts to, or modify the prices of their Bids only by submitting Bid modifications in

accordance with this clause, or included in the original Bid submission.

E. Bid Opening and Evaluation

23. Bid Opening

Page 17: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

23.1 The Employer will open all the Bids received (except those received late), including modifications made

pursuant to Clause 22, in the presence of the Bidders or their representatives who choose to attend at 12:30 Hrs

on dt. 10.01.2014 at the place specified in Clause 20. In the event of the specified date of Bid opening being

declared a holiday for the Employer, the Bids will be opened at the appointed time and location on the next

working day.

23.2 Envelopes marked "WITHDRAWAL" shall be opened and read out first. Bids for which an acceptable notice

of withdrawal has been submitted pursuant to Clause 22 shall not be opened. Subsequently all envelopes

marked ―Modification‖ shall be opened and the submissions therein read out in appropriate detail.

23.3 The Bidders' names, the Bid prices, the total amount of each Bid and of any alternative Bid (if alternatives have

been requested or permitted), any discounts, Bid modifications and withdrawals, the presence or absence of

Bid security, and such other details as the Employer may consider appropriate, will be announced by the

Employer at the opening. No bid shall be rejected at bid opening except for the late bids pursuant to Clause 21.

Bids [and modifications] sent pursuant to Clause 22 that are not opened and read out at bid opening will not be

considered for further evaluation regardless of the circumstances. Late and withdrawn bids will be returned

un-opened to bidders.

23.4 The Employer shall prepare minutes of the Bid opening, including the information disclosed to those present in

accordance with Sub-Clause 23.3.

24. Process to Be Confidential

24.1 Information relating to the examination, clarification, evaluation, and comparison of Bids and

recommendations for the award of a contract shall not be disclosed to Bidders or any other persons not

officially concerned with such process until the award to the successful Bidder has been announced. Any effort

by a Bidder to influence the Employer's processing of Bids or award decisions may result in the rejection of his

Bid.

25. Clarification of Bids

25.1 To assist in the examination, evaluation, and comparison of Bids, the Employer may, at his discretion, ask any

Bidder for clarification of his Bid, including breakdowns of the unit rates. The request for clarification and the

response shall be in writing or by cable, but no change in the price or substance of the Bid shall be sought,

offered, or permitted except as required to confirm the correction of arithmetic errors discovered by the

Employer in the evaluation of the Bids in accordance with Clause 27.

25.2 Subject to sub-clause 25.1, no Bidder shall contact the Employer on any matter relating to its bid from the time

of the bid opening to the time the contract is awarded. If the Bidder wishes to bring additional information to

the notice of the Employer, it should do so in writing.

25.3 Any effort by the Bidder to influence the Employer in the Employer's bid evaluation, bid comparison or

contract award decisions may result in the rejection of the Bidders‘ bid.

26. Examination of Bids and Determination of Responsiveness

26.1 Prior to the detailed evaluation of Bids, the Employer will determine whether each Bid (a) meets the eligibility

criteria defined in Clause 3; (b) has been properly signed; (c) is accompanied by the required securities and; (d)

is substantially responsive to the requirements of the Bidding documents.

26.2 A substantially responsive Bid is one which conforms to all the terms, conditions, and specifications of the

Bidding documents, without material deviation or reservation. A material deviation or reservation is one (a)

which affects in any substantial way the scope, quality, or performance of the Works; (b) which limits in any

substantial way, inconsistent with the Bidding documents, the Employer's rights or the Bidder's obligations

under the Contract; or (c) whose rectification would affect unfairly the competitive position of other Bidders

presenting substantially responsive Bids.

26.3 If a Bid is not substantially responsive, it will be rejected by the Employer, and may not subsequently be made

responsive by correction or withdrawal of the non-conforming deviation or reservation.

27. Correction of Errors

27.1 Bids determined to be substantially responsive will be checked by the Employer for any arithmetic errors.

Errors will be corrected by the Employer as follows:

Page 18: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

(a) where there is a discrepancy between the rates in figures and in words, the rate in words will govern;

and

(b) where there is a discrepancy between the unit and the line item total resulting from multiplying the

unit rate by the quantity, the unit rate as quoted will govern.

27.2 The amount stated in the Bid will be adjusted by the Employer in accordance with the above procedure for the

correction of errors and, with the concurrence of the Bidder, shall be considered as binding upon the Bidder. If

the Bidder does not accept the corrected amount the Bid will be rejected, and the Bid security may be forfeited

in accordance with Sub-Clause 16.6 (b).

28. Deleted

29. Evaluation and Comparison of Bids

29.1 The Employer will evaluate and compare only the Bids determined to be substantially responsive in

accordance with Clause 26.

29.2 In evaluating the Bids, the Employer will determine for each Bid the evaluated Bid Price by adjusting the Bid

Price as follows:

(a) making any correction for errors pursuant to Clause 27; or

(b) making an appropriate adjustments for any other acceptable variations, deviations; and

(c) making appropriate adjustments to reflect discounts or other price modifications offered in accordance

with Sub Clause 22.5.

29.3 The Employer reserves the right to accept or reject any variation, deviation, or alternative offer. Variations,

deviations, and alternative offers and other factors which are in excess of the requirements of the Bidding

documents or otherwise result in unsolicited benefits for the Employer shall not be taken into account in Bid

evaluation.

29.4 The estimated effect of the price adjustment conditions under Clause 47 of the Conditions of Contract, during

the period of implementation of the Contract, will not be taken into account in Bid evaluation.

29.5 If the Bid of the successful Bidder is seriously unbalanced in relation to the Engineer's estimate of the cost of

work to be performed under the contract, the Employer may require the Bidder to produce detailed price

analyses for any or all items of the Bill of Quantities, to demonstrate the internal consistency of those prices

with the construction methods and schedule proposed. After evaluation of the price analyses, the Employer

may require that the amount of the performance security set forth in Clause 34 be increased at the expense of

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

of the successful Bidder under the Contract.

30. Deleted

F. Award of Contract

31. Award Criteria

31.1 Subject to Clause 32, the Employer will award the Contract to the Bidder whose Bid has been determined to be

substantially responsive to the Bidding documents and who has offered the lowest evaluated Bid Price,

provided that such Bidder has been determined to be (a) eligible in accordance with the provisions of Clause 3,

and (b) qualified in accordance with the provisions of Clause 4.

31.2 If, pursuant to Clause 12.2 this contract is being let along with other contracts, the lowest evaluated Bid Price

will be determined when evaluating this contract in conjunction with other contracts to be awarded

concurrently, taking into account any discounts offered by the bidders for the award of more than one contract.

32. Employer's Right to Accept any Bid and to Reject any or all Bids

32.1 Notwithstanding Clause 31, the Employer reserves the right to accept or reject any Bid, and to cancel the

Bidding process and reject all Bids, at any time prior to the award of Contract, without thereby incurring any

liability to the affected Bidder or Bidders or any obligation to inform the affected Bidder or Bidders of the

grounds for the Employer's action.

Page 19: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

33. Notification of Award and Signing of Agreement

33.1 The Bidder whose Bid has been accepted will be notified of the award by the Employer prior to expiration of the

Bid validity period by cable, telex or facsimile confirmed by registered letter. This letter (hereinafter and in the

Conditions of Contract called the "Letter of Acceptance") will state the sum that the Employer will pay the

Contractor in consideration of the execution, completion, and maintenance of the Works by the Contractor as

prescribed by the Contract (hereinafter and in the Contract called the "Contract Price").

33.2 The notification of award will constitute the formation of the Contract, subject only to the furnishing of a

performance security in accordance with the provisions of Clause 34.

33.3 The Agreement will incorporate all agreements between the Employer and the successful Bidder. It will be signed

by the Employer and kept ready for signature of the successful bidder in the office of employer within 28 days

following the notification of award along with the Letter of Acceptance.

33.4 Upon the furnishing by the successful Bidder of the Performance Security, the Employer will promptly notify the

other Bidders that their Bids have been unsuccessful.

34. Performance Security

34.1 Within 21 days of receipt of the Letter of Acceptance, the successful Bidder shall deliver to the Employer a

Performance Security in any of the forms given below for an amount equivalent to 5% of the Contract price plus

additional security for unbalanced Bids in accordance with Clause 29.5 of ITB and Clause 52 of Conditions of

Contract:

- A bank guarantee issued by a nationalized / scheduled bank located in India or a reputable bank located

abroad in the form given in Section 8; or

- -

34.2 If the performance security is provided by the successful Bidder in the form of a Bank Guarantee, it shall be issued

either (a) at the Bidder's option, by a Nationalized/Scheduled Indian bank or (b) by a foreign bank located in India

and acceptable to the Employer or (c) by a foreign bank through a correspondent Bank in India [scheduled or

nationalized].

34.3 Failure of the successful bidder to comply with the requirements of sub-clause 34.1 shall constitute a breach of

contract, cause for annulment of the award, forfeiture of the bid security, and any such other remedy the Employer

may take under the contract, and the Employer may resort to awarding the contract to the next ranked bidder.

35 Advance Payment and Security

35.1 The Employer will provide an Advance Payment on the Contract Price as stipulated in the Conditions of Contract,

subject to maximum amount, as stated in the Contract Data.

36. Adjudicator

36.1 The Employer proposes that Sri Prafulla Kumar Mishra, Retd Chief.Engineer be appointed as Adjudicator under

the Contract, at a daily fee of Rs. 3000/-plus reimbursable expenses. If the Bidder disagrees with this proposal, the

Bidder should so state in the Bid. If in the Letter of Acceptance, the Employer has not agreed on the appointment of

the Adjudicator, the Adjudicator shall be appointed by Institution of Engineers, India , at a daily fee of Rs. 3000.00

per sitting plus reimbursable expenses, at the request of either party.

37. Fraud and Corruption

37.1 It is the Bank‘s policy to require that Borrowers (including beneficiaries of Bank loans), as well as bidders,

suppliers, and contractors and their agents (whether declared or not), personnel, subcontractors, sub-consultants, service

providers or suppliers, under Bank-financed contracts, observe the highest standard of ethics during the procurement

and execution of such contracts. 1 In pursuance of this policy, the Bank:

(a) defines, for the purposes of this provision, the terms set forth below as follows:

1 In this context, any action taken by a bidder, supplier, contractor, or any of its personnel, or its agents, or its sub-

consultants, sub-contractors, service providers, suppliers and/or their employees to influence the procurement process

or contract execution for undue advantage is improper.

Page 20: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

(i) ―corrupt practice‖2 is the offering, giving, receiving or soliciting, directly or indirectly, of anything of

value to influence improperly the actions of another party;

(ii) ―fraudulent practice‖3 is any act or omission, including a misrepresentation, that knowingly or recklessly

misleads, or attempts to mislead, a party to obtain a financial or other benefit or to avoid an obligation;

(iii) ―collusive practice‖4 is an arrangement between two or more parties designed to achieve an improper

purpose, including to influence improperly the actions of another party;

(iv) ―coercive practice‖5 is impairing or harming, or threatening to impair or harm, directly or indirectly, any

party or the property of the party to influence improperly the actions of a party;

(v) ―obstructive practice‖ is

(aa) deliberately destroying, falsifying, altering or concealing of evidence material to the investigation

or making false statements to investigators in order to materially impede a Bank investigation

into allegations of a corrupt, fraudulent, coercive or collusive practice; and/or threatening,

harassing or intimidating any party to prevent it from disclosing its knowledge of matters relevant

to the investigation or from pursuing the investigation, or

(bb) acts intended to materially impede the exercise of the Bank‘s inspection and audit rights provided

for under par. 1.14 (e) below.

(b) will reject a proposal for award if it determines that the bidder recommended for award has, directly or through

an agent, engaged in corrupt, fraudulent, collusive, coercive or obstructive practices in competing for the contract

in question;

(c) will cancel the portion of the loan allocated to a contract if it determines at any time that representatives of the

Borrower or of a beneficiary of the loan engaged in corrupt, fraudulent, collusive, or coercive practices during the

procurement or the execution of that contract, without the Borrower having taken timely and appropriate action

satisfactory to the Bank to address such practices when they occur;

(d) will sanction a firm or individual, at any time, in accordance with prevailing Bank‘s sanctions procedures,a

including by publicly declaring such firm or individual ineligible, either indefinitely or for a stated period of

time: (i) to be awarded a Bank-financed contract; and (ii) to be a nominatedb sub-contractor, consultant,

manufacturer or supplier, or service provider of an otherwise eligible firm being awarded a Bank-financed

contract;

(e) will have the right to require that a provision be included in bidding documents and in contracts financed by a

Bank loan, requiring bidders, suppliers and contractors to permit the Bank to inspect their accounts and records

and other documents relating to the bid submission and contract performance and to have them audited by

auditors appointed by the Bank.

37.2 Furthermore, Bidders shall be aware of the provision stated in sub-clause 23.2 and 59.2 (h) of the

Conditions of Contract.

2 For the purpose of these Guidelines, ―another party‖ refers to a public official acting in relation to the procurement

process or contract execution]. In this context, ―public official‖ includes World Bank staff and employees of other

organizations taking or reviewing procurement decisions. 3 For the purpose of these Guidelines, ―party‖ refers to a public official; the terms ―benefit‖ and ―obligation‖ relate to

the procurement process or contract execution; and the ―act or omission‖ is intended to influence the procurement

process or contract execution. 4 For the purpose of these Guidelines, ―parties‖ refers to participants in the procurement process (including public

officials) attempting to establish bid prices at artificial, non competitive levels. 5 For the purpose of these Guidelines, ―party‖ refers to a participant in the procurement process or contract execution. a A firm or an individual may be declared ineligible to be awarded a Bank-financed contract upon completion of the

Bank‘s sanctions proceedings as per its sanctions procedures, including inter alia: (i) temporary suspension or early

temporary suspension in connection with an ongoing sanctions proceeding; (ii) cross-debarment as agreed with other

International Financial Institutions, including Multilateral Development Banks; and (iii) the World Bank Group

corporate administrative procurement sanctions procedures for fraud and corruption. b A nominated sub-contractor, consultant, manufacturer or supplier, or service provider (different names are used

depending on the particular bidding document) is one which has: (i) either been included by the bidder in its pre-

qualification application or bid because it brings specific and critical experience and know-how that allow the bidder to

meet the qualification requirements for the particular bid; or (ii) appointed by the Borrower.

Page 21: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

SECTION 2: FORMS OF BID, QUALIFICATION INFORMATION AND LETTER

OF ACCEPTANCE

Table of Forms:

- CONTRACTOR’S BID

- QUALIFICATION INFORMATION

- LETTER OF ACCEPTANCE

- NOTICE TO PROCEED WITH THE WORK

- AGREEMENT FORM

Page 22: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

Contractor's Bid

Description of the Works: Peripheral Development of Bhabakundeleswar Temple at

Manikpatnaof

Dist-Puri.

To:

GENTLEMEN,

Having examined the bidding documents including addendum, we offer to execute the Works described above in

accordance with the Conditions of Contract, Specifications, Drawings and Bill of Quantities accompanying this Bid for

the Contract Price of _________ [in figures] (__________________________________________________) [in

letters].6

The advance Payment required is: Rupees ________________.

We accept the appointment of ________________________ as the Adjudicator.

(OR)

We do not accept the appointment of ___________________ as the Adjudicator and propose instead that

_______________________ be appointed as Adjudicator whose daily fees and biographical data are attached.

This Bid and your written acceptance of it shall constitute a binding contract between us. We understand that you are

not bound to accept the lowest or any Bid you receive.

We hereby certify that we have taken steps to ensure that no person acting for us or on our behalf will engage in bribery.

We also undertake that, in competing for (and, if the award is made to us, in executing) the above contract, we will

strictly observe the laws against fraud and corruption in force in India namely ―Prevention of Corruption Act 1988‖.

Commissions or gratuities, if any, paid or to be paid by us to agents relating to this Bid, and to contract execution if we

are awarded the contract, are listed below :

Name and address of agent Amount Purpose of Commission or gratuity

______________________ ________ ____________________________

______________________ ________ ____________________________

______________________ ________ ____________________________

(if none, state ―none‖)

We hereby confirm that this Bid complies with the Eligibility, Bid Validity and Bid Security required by the Bidding

documents.

Yours faithfully,

Authorized Signature:

Name & Title of Signatory: _________________________________________________________________

Name of Bidder : ______________________________________________

Address : __________________________________________________________________

3 To be filled in by the Bidder, together with his particulars and date of submission at the bottom of the Form of Bid.

Page 23: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

Qualification Information

The information to be filled in by the Bidder in the following pages will be used for purposes of post qualification as

provided for in Clause 4 of the Instructions to Bidders. This information will not be incorporated in the Contract.

1. For Individual Bidders

1.1 Constitution or legal status of Bidder

[Attach copy]

Place of registration: _______________________________

Principal place of business: _______________________________

Power of attorney of signatory of Bid

[Attach]

1.2 Total value of Civil Engineering construction_

work executed and payments received in the last five years**

(in Rs. Lakh)

2008-2009_____________________

2009-2010_____________________

2010-2011_____________________

2011-2012_____________________

2012-2013_____________________

1.3.1 Work performed as prime contractor (in the same name) on works of a similar nature over the last five years.

**

____________________________________________________________________________________________

Project

Name

Name

of the

Employer*

Descrip-

tion of

work

Contract

No.

Value of

contract

(Rs.

Million)

Date of

issue of

work

order

Stipulated

period of

completion

Actual date

of

completion*

Remarks

explaining

reasons for

delay and

work

completed

____________________________________________________________________________________________

____________________________________________________________________________________________

1.3.2 Quantities of work executed as prime contractor (in the same name and style) in the last five years: **

Year Name Name Quantity of work performed (cum) @ Remarks *

of the

Work

of the

Employer*

Cement concrete

(including RCC&PCC)

Masonry E/works (indicate contract Ref)

2008-2009

2009-2010

2010-2011

2011-2012

2012-2013

*Attach certificate(s) from the Engineer(s)-in-Charge

@The item of work for which data is requested should tally with that specified in ITB clause 4.5A(c).

** immediately preceding the financial year in which bids are received.

Attach certificate from Chartered Accountant.

Page 24: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

1.4 Information on Bid Capacity (works for which bids have been submitted and works which are yet to be

completed) as on the date of this bid.

(A) Existing commitments and on-going works:

____________________________________________________________________________________________

Description Place Contract No. Name Value of Stipulated Value of works* Anticipated

of & & Date and Contract period of remaining to be date of

Work State Address (Rs. million) completion completed completion

of Employer (Rs. million)

(1) (2) (3) (4) (5) (6) (7) (8)

____________________________________________________________________________________________

__________________________________________________________________________________________

(B) Works for which bids already submitted:

____________________________________________________________________________________________

Description Place Name and Estimated Stipulated Date when Remarks

of & Address of value of works period of decision is if any

Work State Employer (Rs. million) completion expected

(1) (2) (3) (4) (5) (6) (7)

* Attach certificate(s) from the Engineer(s)-in-Charge.

1.5 The following items of Contractor's Equipment are essential for carrying out the Works. The Bidder should list all

the information requested below. Refer also to Sub Clause 4.3 (d) of the Instructions to Bidders.

_______________________________________________________________________________________

Item of Requirement Availability proposals Remarks

equipment No. Capacity Owned/leased/ Nos/ Age/ (From whom to be

to be procured capacity condition purchased)

_______________________________________________________________________________________

* * * * * * *

* * * * * * *

_______________________________________________________________________________________

Page 25: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

1.6 Qualifications and experience of key personnel proposed for administration and execution of the Contract.

Attach biographical data. Refer also to Sub Clause 4.3 (e) and 4.5 (B) (b) of instructions to Bidders and Sub

Clause 9.1 of the Conditions of Contract.

_______________________________________________________________________________________

Years of Years of experience in

Position Name Qualifications experience the proposed position

(general)

_______________________________________________________________________________________

Project Manager * * * *

* * * * *

* * * * *

* * * * *

etc.

_______________________________________________________________________________________

1.7 Proposed subcontracts and firms involved. [Refer ITB Clause 4.3 (j)]

_______________________________________________________________________________________

Sections Value of Sub-contractor Experience in

of the works Sub-contract (name and address) similar work

_______________________________________________________________________________________

* * * *

* *

* * * *

* *

* * * *

* *

______________________________________________________________________________________

1.8 Financial reports for the last five years: balance sheets, profit and loss statements, auditors' reports (in case of

companies/corporation), etc. List them below and attach copies.

1.9 Evidence of access to financial resources to meet the qualification requirements: cash in hand, lines of credit, etc.

List them below and attach copies of support documents [sample format attached].

1.10. Name, address, and telephone, telex, and fax numbers of the Bidders' bankers who may provide references if

contacted by the Employer.

1.11 Information on litigation history in which the Bidder is involved.

__________________________________________________________________________________

Other party(ies) Employer Cause of dispute Amount involved Remarks showing

present status

__________________________________________________________________________________

__________________________________________________________________________________

Page 26: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

1.12 Statement of compliance under the requirements of Sub Clause 3.2 of the instructions to Bidders.

_______________________________________________________________________________________

_______________________________________________________________________________________

_______________________________________________________________________________________

1.13 Proposed work method and schedule. The Bidder should attach descriptions, drawings and charts as necessary to

comply with the requirements of the Bidding documents. [Refer ITB Clause 4.1 and 4.3 (k)].

2. Joint Ventures - Deleted

3. Additional Requirements

3.1 Bidders should provide any additional information required to fulfill the requirements of Clause 4 of the

Instructions to the Bidders, if applicable.

____________________________________________________________________________________________

SAMPLE FORMAT FOR EVIDENCE OF ACCESS TO OR AVAILABILITY OF CREDIT FACILITIES –* CLAUSE 4.5 [B] [c] OF ITB

BANK CERTIFICATE

This is to certify that M/s. …………………………… is a reputed company with a good financial standing.

If the contract for the work, namely …………………………………………………………. [funded by the World

Bank] is awarded to the above firm, we shall be able to provide overdraft/credit facilities to the extent of Rs.

…………… to meet their working capital requirements for executing the above contract.

__ Sd. __

Name of Bank

Senior Bank Manager

Address of the Bank

Page 27: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

(Name of the Project)

(Declaration regarding customs/excise duty exemption for materials/

construction equipment bought for the work)

Form ……….

(Bidder‘s Name and Address)

To: ………………………

(Name of the Employer)

Dear Sir:

Re: [Name of Work] ………………………… -

Certificate for Import/Procurement of Goods/Construction Equipment

1. We confirm that we are solely responsible for obtaining customs/excise duty waivers which we have considered

in our bid and in case of failure to receive such waivers for reasons whatsoever, the Employer will not

compensate us.

2. We are furnishing below the information required by the Employer for issue of the necessary certificates in terms

of the Government of India Central Excise Notification No. 108/95 and Customs Notification No. 85/99.

3. The goods/construction equipment for which certificates are required are as under:

Items Make/

Brand

Name

Capacity

[where

applicable]

Quantity Value State whether it will

be procured locally

or imported [if so

from which country]

Remarks regarding

justification for the

quantity and their

usage in works

Goods

[a]

[b]

Construction Equipment

[a]

[b]

[c]

[d]

4. We agree that no modification to the above list is permitted after bids are opened.

5. We agree that the certificate will be issued only to the extent considered reasonable by the Employer for the

work, based on the Bill of Quantities and the construction programme and methodology as furnished by us

alongwith the bid.

6. We confirm that the above goods will be exclusively used for the construction of the above work and

construction equipment will not be sold or otherwise disposed of in any manner for a period of five years from

the date of acquisition.

Date: ___________________ (Signature) ____________________

Place: __________________ (Printed Name) _________________

(Designation) __________________

(Common Seal) ________________

This certificate will be issued within 60 days of signing of contract and no subsequent changes will be permitted.

Page 28: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

Letter of Acceptance

(letterhead paper of the Employer)

________________________[date]

To: _________________________________________________________________________[name and address of

the Contractor]

Dear Sirs,

This is to notify you that your Bid dated ____________ for execution of the ________________________

___________________________________________________________ [name of the contract and identification

number, as given in the Instructions to Bidders] for the Contract Price of Rupees ———————————

____________________________________ (_____________) [amount in words and figures], as corrected and

modified in accordance with the Instructions to Bidders1 is hereby accepted by our Agency.

We accept/do not accept that __________________________ be appointed as the Adjudicator2.

We note that as per bid, you do not intend to subcontract any component of work.

[OR]

We note that as per bid, you propose to employ M/s. .......................................... as sub-contractor for executing

….........................................

[Delete whichever is not applicable]

You are hereby requested to furnish Performance Security, plus additional security for unbalanced bids in

terms of ITB clause 29.5, in the form detailed in Para 34.1 of ITB for an amount of Rs.————— within 21 days of

the receipt of this letter of acceptance valid upto 28 days from the date of expiry of Defects Liability Period i.e. upto

........... and sign the contract, failing which action as stated in Para 34.3 of ITB will be taken.

We have reviewed the construction methodology submitted by you alongwith the bid in response to ITB Clause

4.3[k] and our comments are given in the attachment. You are requested to submit a revised Program including

environmental management plan as per Clause 27 of General Conditions of Contract within 14 days of receipt of this

letter.

Yours faithfully,

Authorized Signature

Name and Title of Signatory

Name of Agency

1 Delete "corrected and" or "and modified" if only one of these actions applies. Delete "as corrected and modified

in accordance with the Instructions to Bidders" if corrections or modifications have not been effected.

2 To be used only if the Contractor disagrees in his Bid with the Adjudicator proposed by the Employer in the

"Instructions to Bidders."

Page 29: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

Issue of Notice to proceed with the work (letterhead of the Employer)

————— (date)

To

—————————————— (name and address of the Contractor)

——————————————

——————————————

Dear Sirs:

Pursuant to your furnishing the requisite security as stipulated in ITB clause 34.1 and signing of the contract

agreement for the construction of —————— @ a Bid Price of Rs.——————, you are hereby instructed to

proceed with the execution of the said works in accordance with the contract documents.

Yours faithfully,

(Signature, name and title of

signatory authorized to sign on

behalf of Employer)

Page 30: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

Agreement Form

This agreement, made the ___________________ day of ______________19_______,

between_________________________________________________________________________________________

_________________________________[name and address of Employer]

(hereinafter called ―the Employer)‖ of the one part and ______________________________________________

________________________________________________________________________________________________

________________________________________________[name and address of contractor] (hereinafter called ―the

Contractor‖ ) of the other part.

Whereas the Employer is desirous that the Contractor execute _____________________________

________________________________________________________________________________________________

________________________________________________________________________________[ name and

identification number of Contract] (hereinafter called ―the Works‖) and the Employer has accepted the Bid by the

Contractor for the execution and completion of such Works and the remedying of any defects therein, at a contract price

of Rs............................................................................. ....

NOW THIS AGREEMENT WITNESSETH as follows:

1. In this Agreement, words and expression shall have the same meanings as are respectively assigned to them in the

Conditions of Contract hereinafter referred to, and they shall be deemed to form and be read and construed as part

of this Agreement.

2. In consideration of the payments to be made by the Employer to the Contractor as hereinafter mentioned, the

Contractor hereby covenants with the Employer to execute and complete the Works and remedy any defects

therein in conformity in all aspects with the provisions of the Contract.

3. The Employer hereby covenants to pay the Contractor in consideration of the execution and completion of the

Works and the remedying the defects wherein the Contract Price or such other sum as may become payable under

the provisions of the Contract at the times and in the manner prescribed by the Contract.

4. The following documents shall be deemed to form and be read and construed as part of this Agreement, viz.:

i) Letter of Acceptance;

ii) Notice to proceed with the works;

iii) Contractor‘s Bid;

iv) Contract Data;

v) Conditions of contract (including Special Conditions of Contract);

vi) Specifications;

vii) Drawings;

viii) Bill of Quantities; and

ix) Any other document listed in the Contract Data as forming part of the contract.

Page 31: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

In witness whereof the parties thereto have caused this Agreement to be executed the day and year first before written.

The Common Seal of ____________________________________________________________

was hereunto affixed in the presence of:

Signed, Sealed and Delivered by the said _________________________________________________

_____________________________________________________________________________________

_____________________________________________________________________________________

in the presence of:

Binding Signature of Employer _________________________________________________ ___

Binding Signature of Contractor _____________________________________________________

Page 32: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

SECTION 3: CONDITIONS OF CONTRACT

Page 33: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

Conditions of Contract

Table of Contents

A. General Page No. C. Quality Control Page No.

1. Definitions 35 33. Identifying Defects 41

2. Interpretation 36 34. Tests 41

3. Language and Law 37 35. Correction of Defects 41

4. Engineer's Decisions 37 36. Uncorrected Defects 42

5. Delegation 37

6. Communications 37

7. Subcontracting 37 D. Cost Control

8. Other Contractors 37 37. Bill of Quantities 42

9. Personnel 37 38. Changes in the Quantities 42

10. Employer‘s & Contractor's Risks 38 39. Variations 42

11. Employer's Risks 38 40. Payments for Variations 42

12. Contractor‘s Risks 38 41. Cash Flow Forecasts 42

13. Insurance 38 42. Payment Certificates 43

14. Site Investigation Reports 38 43. Payments 43

15. Queries about the Contract 44. Compensation Events 43

Data 38 45. Tax 44

16. Contractor to Construct the 46. Currencies 44

Works 39 47. Price Adjustments 44

17. The Works to Be Completed by 48. Retention 44

the Intended Completion Date 39 49. Liquidated Damages 45

18. Approval by the Engineer 39 50. Bonus 45

19. Safety 39 51. Advance Payment 45

20. Discoveries 39 52. Securities 45

21. Possession of the Site 39 53. Dayworks

22. Access to the Site 39 54. Cost of Repairs 45

23. Instructions 39

24. Disputes 40

25. Procedure for Disputes 40 E. Finishing the Contract

26. Replacement of Adjudicator 40

55. Completion 46

B. Time Control 56. Taking Over 46

27. Program 40 57. Final Account 46

28. Extension of the Intended 58. Operating and Maintenance Manuals 46

Completion Date 40 59. Termination 46

29. Acceleration 41 60. Payment upon Termination 47

30. Delays Ordered by the 61. Property 47

Engineer 41 62. Release from Performance 47

31. Management Meetings 41 63. Suspension of World Bank Loan 47

32. Early Warning 41 or Credit

64. Corrupt or Fraudulent Practices 47

F. Special Conditions of Contract 49

Page 34: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

Conditions of Contract

A. General

1. Definitions

1.1 Terms which are defined in the Contract Data are not also defined in the Conditions of Contract but keep

their defined meanings. Capital initials are used to identify defined terms.

The Adjudicator is the person appointed jointly by the Employer and the Contractor to resolve disputes

in the first instance, as provided for in Clauses 24 and 25. The name of the Adjudicator is defined in the

Contract Data.

Bill of Quantities means the priced and completed Bill of Quantities forming part of the Bid.

Compensation Events are those defined in Clause 44 hereunder.

The Completion Date is the date of completion of the Works as certified by the Engineer in accordance

with Sub Clause 55.1.

The Contract is the contract between the Employer and the Contractor to execute, complete and maintain

the Works. It consists of the documents listed in Clause 2.3 below.

The Contract Data defines the documents and other information which comprise the Contract.

The Contractor is a person or corporate body whose Bid to carry out the Works has been accepted by the

Employer.

The Contractor's Bid is the completed Bidding document submitted by the Contractor to the Employer.

The Contract Price is the price stated in the Letter of Acceptance and thereafter as adjusted in

accordance with the provisions of the Contract.

Days are calendar days; months are calendar months.

A Defect is any part of the Works not completed in accordance with the Contract.

The Defects Liability Period is the period named in the Contract Data and calculated from the

Completion Date.

The Employer is the party who will employ the Contractor to carry out the Works.

The Engineer is the person named in the Contract Data (or any other competent person appointed and

notified to the contractor to act in replacement of the Engineer) who is responsible for supervising the

execution of the works and administering the Contract.

Equipment is the Contractor's machinery and vehicles brought temporarily to the Site to construct the

Works.

The Initial Contract Price is the Contract Price listed in the Employer's Letter of Acceptance.

Page 35: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

The Intended Completion Date is the date on which it is intended that the Contractor shall complete the

Works. The Intended Completion Date is specified in the Contract Data. The Intended Completion Date

may be revised only by the Engineer by issuing an extension of time.

Materials are all supplies, including consumables, used by the contractor for incorporation in the Works.

Plant is any integral part of the Works which is to have a mechanical, electrical, electronic or chemical or

biological function.

The Site is the area defined as such in the Contract Data.

Site Investigation Reports are those which were included in the Bidding documents and are factual

interpretative reports about the surface and sub-surface conditions at the site.

Specification means the Specification of the Works included in the Contract and any modification or

addition made or approved by the Engineer.

The Start Date is given in the Contract Data. It is the date when the Contractor shall commence

execution of the works. It does not necessarily coincide with any of the Site Possession Dates.

A Subcontractor is a person or corporate body who has a Contract with the Contractor to carry out a part

of the work in the Contract which includes work on the Site.

Temporary Works are works designed, constructed, installed, and removed by the Contractor which are

needed for construction or installation of the Works.

A Variation is an instruction given by the Engineer which varies the Works.

The Works are what the Contract requires the Contractor to construct, install, and turn over to the

Employer, as defined in the Contract Data.

2. Interpretation

2.1 In interpreting these Conditions of Contract, singular also means plural, male also means female or

neuter, and the other way around. Headings have no significance. Words have their normal meaning

under the language of the Contract unless specifically defined. The Engineer will provide instructions

clarifying queries about the Conditions of Contract.

2.2 If sectional completion is specified in the Contract Data, references in the Conditions of Contract to the

Works, the Completion Date, and the Intended Completion Date apply to any Section of the Works (other

than references to the Completion Date and Intended Completion date for the whole of the Works).

2.3 The documents forming the Contract shall be interpreted in the following order of priority:

(1) Agreement

(2) Letter of Acceptance, notice to proceed with the works

(3) Contractor‘s Bid

(4) Contract Data

Page 36: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

(5) Conditions of Contract including Special Conditions of Contract

(6) Specifications

(7) Drawings

(8) Bill of Quantities and

(9) any other document listed in the Contract Data as forming part of the Contract.

3. Language and Law

3.1 The language of the Contract and the law governing the Contract are stated in the Contract Data.

4. Engineer's Decisions

4.1 Except where otherwise specifically stated, the Engineer will decide contractual matters between the

Employer and the Contractor in the role representing the Employer.

5. Delegation

5.1 The Engineer may delegate any of his duties and responsibilities to other people except to the Adjudicator

after notifying the Contractor and may cancel any delegation after notifying the Contractor.

6. Communications

6.1 Communications between parties which are referred to in the conditions are effective only when in

writing. A notice shall be effective only when it is delivered (in terms of Indian Contract Act).

7. Subcontracting

7.1 The Contractor may subcontract with the approval of the Engineer but may not assign the Contract

without the approval of the Employer in writing. Subcontracting does not alter the Contractor's

obligations.

8. Other Contractors

8.1 The Contractor shall cooperate and share the Site with other contractors, public authorities, utilities, and

the Employer between the dates given in the Schedule of Other Contractors. The Contractor shall as

referred to in the Contract Data, also provide facilities and services for them as described in the Schedule.

The employer may modify the schedule of other contractors and shall notify the contractor of any such

modification.

9. Personnel

9.1 The Contractor shall employ the key personnel named in the Schedule of Key Personnel as referred to in

the Contract Data to carry out the functions stated in the Schedule or other personnel approved by the

Engineer. The Engineer will approve any proposed replacement of key personnel only if their

qualifications, abilities, and relevant experience are substantially equal to or better than those of the

personnel listed in the Schedule.

9.2 If the Engineer asks the Contractor to remove a person who is a member of the Contractor‘s staff or his

work force stating the reasons the Contractor shall ensure that the person leaves the Site within seven

days and has no further connection with the work in the Contract.

Page 37: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

10. Employer’s and Contractor's Risks

10.1 The Employer carries the risks which this Contract states are Employer‘s risks, and the Contractor carries

the risks which this Contract states are Contractor‘s risks.

11. Employer's Risks

11.1 The Employer is responsible for the excepted risks which are (a) in so far as they directly affect the

execution of the Works in the Employer‘s country, the risks of war, hostilities, invasion, act of foreign

enemies, rebellion, revolution, insurrection or military or usurped power, civil war, riot commotion or

disorder (unless restricted to the Contractor‘s employees), and contamination from any nuclear fuel or

nuclear waste or radioactive toxic explosive, or (b) a cause due solely to the design of the Works, other

than the Contractor‘s design.

12. Contractor’s Risks

12.1 All risks of loss of or damage to physical property and of personal injury and death which arise during

and in consequence of the performance of the Contract other than the excepted risks are the responsibility

of the Contractor.

13. Insurance

13.1 The Contractor shall provide, in the joint names of the Employer and the Contractor, insurance cover

from the Start Date to the end of the Defects Liability Period, in the amounts and deductibles stated in the

Contract Data for the following events which are due to the Contractor‘s risks:

(a) loss of or damage to the Works, Plant and Materials;

(b) loss of or damage to Equipment;

(c) loss of or damage of property (except the Works, Plant, Materials and Equipment) in connection

with the Contract; and

(d) personal injury or death.

13.2 Policies and certificates for insurance shall be delivered by the Contractor to the Engineer for the

Engineer‘s approval before the Start Date. All such insurance shall provide for compensation to be

payable in the types and proportions of currencies required to rectify the loss or damage incurred.

13.3 If the Contractor does not provide any of the policies and certificates required, the Employer may effect

the insurance which the Contractor should have provided and recover the premiums the Employer has

paid from payments otherwise due to the Contractor or, if no payment is due, the payment of the

premiums shall be a debt due.

13.4 Alterations to the terms of an insurance shall not be made without the approval of the Engineer.

13.5 Both parties shall comply with any conditions of the insurance policies.

14. Site Investigation Reports

14.1 The Contractor, in preparing the Bid, shall rely on any site Investigation Reports referred to in the

Contract Data, supplemented by any information available to the Bidder.

15. Queries about the Contract Data

15.1 The Engineer will clarify queries on the Contract Data.

Page 38: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

16. Contractor to Construct the Works

16.1 The Contractor shall construct and install the Works in accordance with the Specification and Drawings,

and as per instructions of Engineer.

17. The Works to Be Completed by the Intended Completion Date

17.1 The Contractor may commence execution of the Works on the Start Date and shall carry out the Works

in accordance with the program submitted by the Contractor, as updated with the approval of the

Engineer, and complete them by the Intended Completion Date.

18. Approval by the Engineer

18.1 The Contractor shall submit Specifications and Drawings showing the proposed Temporary Works to the

Engineer, who is to approve them if they comply with the Specifications and Drawings.

18.2 The Contractor shall be responsible for design of Temporary Works.

18.3 The Engineer's approval shall not alter the Contractor's responsibility for design of the Temporary Works.

18.4 The Contractor shall obtain approval of third parties to the design of the Temporary Works where

required.

18.5 All Drawings prepared by the Contractor for the execution of the temporary or permanent Works, are

subject to prior approval by the Engineer before their use.

19. Safety

19.1 The Contractor shall be responsible for the safety of all activities on the Site.

20. Discoveries

20.1 Anything of historical or other interest or of significant value unexpectedly discovered on the Site is the

property of the Employer. The Contractor is to notify the Engineer of such discoveries and carry out the

Engineer's instructions for dealing with them.

21. Possession of the Site

21.1 The Employer shall give possession of all parts of the Site to the Contractor. If possession of a part is not

given by the date stated in the Contract Data the Employer is deemed to have delayed the start of the

relevant activities and this will be Compensation Event.

22. Access to the Site

22.1 The Contractor shall allow the Engineer and any person authorized by the Engineer access to the Site, to

any place where work in connection with the Contract is being carried out or is intended to be carried out

and to any place where materials or plant are being manufactured / fabricated / assembled for the works.

23. Instructions

23.1 The Contractor shall carry out all instructions of the Engineer which comply with the applicable laws

where the Site is located.

23.2 Inspections and Audits by the Bank

The Contractor shall permit the Bank and/or persons appointed by the Bank to inspect the

Site and/or the accounts and records of the Contractor and its subcontractors relating to the

performance of the Contract, and to have such accounts and records audited by auditors

appointed by the Bank if required by the Bank. The Contractor‘s attention is drawn to

Clause 64 [Corrupt or Fraudulent Practices] which provides, inter alia, that acts intended to

materially impede the exercise of the Bank‘s inspection and audit rights provided for under

Sub-Clause 23.2 constitute a prohibited practice subject to contract termination (as well as to

a determination of ineligibility under the Procurement Guidelines).

Page 39: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

24. Disputes

24.1 If the Contractor believes that a decision taken by the Engineer was either outside the authority given to

the Engineer by the Contract or that the decision was wrongly taken, the decision shall be referred to the

Adjudicator within 14 days of the notification of the Engineer's decision.

25. Procedure for Disputes

25.1 The Adjudicator shall give a decision in writing within 28 days of receipt of a notification of a dispute.

25.2 The Adjudicator shall be paid daily at the rate specified in the Contract Data together with reimbursable

expenses of the types specified in the Contract Data and the cost shall be divided equally between the

Employer and the Contractor, whatever decision is reached by the Adjudicator. Either party may refer a

decision of the Adjudicator to an Arbitrator within 28 days of the Adjudicator's written decision. If neither

party refers the dispute to arbitration within the above 28 days, the Adjudicator's decision will be final

and binding.

25.3 The arbitration shall be conducted in accordance with the arbitration procedure stated in the Special

Conditions of Contract.

26. Replacement of Adjudicator

26.1 Should the Adjudicator resign or die, or should the Employer and the Contractor agree that the

Adjudicator is not fulfilling his functions in accordance with the provisions of the Contract, a new

Adjudicator will be jointly appointed by the Employer and the Contractor. In case of disagreement

between the Employer and the Contractor, within 30 days, the Adjudicator shall be designated by the

Appointing Authority designated in the Contract Data at the request of either party, within 14 days of

receipt of such request.

B. Time Control

27. Program

27.1 Within the time stated in the Contract Data the Contractor shall submit to the Engineer for approval a

Program including Environmental Management Plan showing the general methods, arrangements, order,

and timing for all the activities in the Works along with monthly cash flow forecast.

27.2 An update of the Program shall be a program showing the actual progress achieved on each activity and

the effect of the progress achieved on the timing of the remaining work including any changes to the

sequence of the activities.

27.3 The Contractor shall submit to the Engineer, for approval, an updated Program at intervals no longer than

the period stated in the Contract Data. If the Contractor does not submit an updated Program within this

period, the Engineer may withhold the amount stated in the Contract Data from the next payment

certificate and continue to withhold this amount until the next payment after the date on which the

overdue Program has been submitted.

27.4 The Engineer's approval of the Program shall not alter the Contractor's obligations. The Contractor may

revise the Program and submit it to the Engineer again at any time. A revised Program is to show the

effect of Variations and Compensation Events.

28. Extension of the Intended Completion Date

28.1 The Engineer shall extend the Intended Completion Date if a Compensation Event occurs or a Variation is

issued which makes it impossible for Completion to be achieved by the Intended Completion Date

without the Contractor taking steps to accelerate the remaining work and which would cause the

Contractor to incur additional cost.

28.2 The Engineer shall decide whether and by how much to extend the Intended Completion Date within 21 days

of the Contractor asking the Engineer for a decision upon the effect of a Compensation Event or Variation and

submitting full supporting information. If the Contractor has failed to give early warning of a delay or has

failed to cooperate in dealing with a delay, the delay by this failure shall not be considered in assessing the

new Intended Completion Date.

Page 40: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

29. Deleted

30. Delays Ordered by the Engineer

30.1 The Engineer may instruct the Contractor to delay the start or progress of any activity within the Works.

31. Management Meetings

31.1 Either the Engineer or the Contractor may require the other to attend a management meeting. The business of

a management meeting shall be to review the plans for remaining work and to deal with matters raised in

accordance with the early warning procedure.

31.2 The Engineer shall record the business of management meetings and is to provide copies of his record to those

attending the meeting and to the Employer. The responsibility of the parties for actions to be taken is to be

decided by the Engineer either at the management meeting or after the management meeting and stated in

writing to all who attended the meeting.

32. Early Warning

32.1 The Contractor is to warn the Engineer at the earliest opportunity of specific likely future events or

circumstances that may adversely affect the quality of the work, increase the Contract Price or delay the

execution of works. The Engineer may require the Contractor to provide an estimate of the expected effect of

the future event or circumstance on the Contract Price and Completion Date. The estimate is to be provided by

the Contractor as soon as reasonably possible.

32.2 The Contractor shall cooperate with the Engineer in making and considering proposals for how the effect of

such an event or circumstance can be avoided or reduced by anyone involved in the work and in carrying out

any resulting instruction of the Engineer.

C. Quality Control

33. Identifying Defects

33.1 The Engineer shall check the Contractor's work and notify the Contractor of any Defects that are found.

Such checking shall not affect the Contractor's responsibilities. The Engineer may instruct the Contractor

to search for a Defect and to uncover and test any work that the Engineer considers may have a Defect.

33.2 The contractor shall permit the Employer‘s Technical auditor to check the contractor‘s work and notify

the Engineer and Contractor of any defects that are found. Such a check shall not affect the Contractor‘s

or the Engineer‘s responsibility as defined in the Contract Agreement.

34. Tests

34.1 If the Engineer instructs the Contractor to carry out a test not specified in the Specification to check

whether any work has a Defect and the test shows that it does, the Contractor shall pay for the test and

any samples. If there is no Defect the test shall be a Compensation Event.

35. Correction of Defects

35.1 The Engineer shall give notice to the Contractor of any Defects before the end of the Defects Liability

Period, which begins at Completion and is defined in the Contract Data. The Defects Liability Period

shall be extended for as long as Defects remain to be corrected.

35.2 Every time notice of a Defect is given, the Contractor shall correct the notified Defect within the length of

time specified by the Engineer‘s notice.

36. Uncorrected Defects

36.1 If the Contractor has not corrected a Defect within the time specified in the Engineer‘s notice, the

Engineer will assess the cost of having the Defect corrected, and the Contractor will pay this amount.

Note: Where in certain cases, the technical specifications provide for acceptance of works within specified

tolerance limits at reduced rates, Engineer will certify payments to Contractor accordingly.

Page 41: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

D. Cost Control

37. Bill of Quantities

37.1 The Bill of Quantities shall contain items for the construction, installation, testing, and commissioning

work to be done by the contractor.

37.2 The Bill of Quantities is used to calculate the Contract Price. The Contractor is paid for the quantity of

the work done at the rate in the Bill of Quantities for each item.

38. Changes in the Quantities

38.1 If the final quantity of the work done differs from the quantity in the Bill of Quantities for the particular

item by more than 25 percent, provided the change exceeds 1% of Initial Contract Price, the Engineer

shall adjust the rate to allow for the change.

38.2 The Engineer shall not adjust rates from changes in quantities if thereby the Initial Contract Price is

exceeded by more than 15 percent, except with the Prior approval of the Employer.

38.3 If requested by the Engineer, the Contractor shall provide the Engineer with a detailed cost breakdown of

any rate in the Bill of Quantities.

39. Variations

39.1 All Variations shall be included in updated Programs produced by the Contractor.

40. Payments for Variations

40.1 The Contractor shall provide the Engineer with a quotation (with breakdown of unit rates) for carrying out

the Variation when requested to do so by the Engineer. The Engineer shall assess the quotation, which

shall be given within seven days of the request or within any longer period stated by the Engineer and

before the Variation is ordered.

40.2 If the work in the Variation corresponds with an item description in the Bill of Quantities and if, in the

opinion of the Engineer, the quantity of work above the limit stated in Sub Clause 38.1 or the timing of its

execution do not cause the cost per unit of quantity to change, the rate in the bill of Quantities shall be

used to calculate the value of the Variation. If the cost per unit of quantity changes, or if the nature or

timing of the work in the Variation does not correspond with items in the Bill of Quantities, the quotation

by the Contractor shall be in form of new rates for the relevant items of work.

40.3 If the Contractor's quotation is unreasonable (or if the contractor fails to provide the Engineer with a

quotation within a reasonable time specified by the engineer in accordance with Clause 40.1), the

Engineer may order the Variation and make a change to the Contract Price which shall be based on

Engineer‘s own forecast of the effects of the Variation on the Contractor's costs.

40.4 If the Engineer decides that the urgency of varying the work would prevent a quotation being given and

considered without delaying the work, no quotation shall be given and the Variation shall be treated as a

Compensation Event.

40.5 The Contractor shall not be entitled to additional payment for costs that could have been avoided by

giving early warning.

41. Cash flow forecasts

41.1 When the Program is updated, the contractor is to provide the Engineer with an updated cash flow

forecast.

42. Payment Certificates

42.1 The Contractor shall submit to the Engineer monthly statements of the estimated value of the work

completed less the cumulative amount certified previously along with details of measurement of the

quantity of works executed in a tabulated form as approved by the Engineer.

42.2 The Engineer shall check the details given in the Contractor's monthly statement and within 14 days

certify the amounts to be paid to the Contractor after taking into account any credit or debit for the month

in question in respect of materials for the works in the relevant amounts and under conditions set forth in

sub-clause 51(3) of the Contract Data (Secured Advance).

Page 42: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

42.3 The value of work executed shall be determined by the Engineer after due check measurement of the

quantities claimed as executed by the contractor.

42.4 The value of work executed shall comprise the value of the quantities of the items in the Bill of Quantities

completed..

42.5 The value of work executed shall include the valuation of Variations and Compensation Events.

42.6 The Engineer may exclude any item certified in a previous certificate or reduce the proportion of any item

previously certified in any certificate in the light of later information.

43. Payments

43.1 Payments shall be adjusted for deductions for advance payments, retention, other recoveries in terms of

the contract and taxes, at source, as applicable under the law. The Employer shall pay the Contractor the

amounts certified by the Engineer within 28 days of the date of each certificate. If the Employer makes a

late payment, the Contractor shall be paid interest on the late payment in the next payment. Interest shall

be calculated from the date by which the payment should have been made upto the date when the late

payment is made at 8% per annum.

43.2 If an amount certified is increased in a later certificate or as a result of an award by the Adjudicator or an

Arbitrator, the Contractor shall be paid interest upon the delayed payment as set out in this clause. Interest

shall be calculated from the date upon which the increased amount would have been certified in the

absence of dispute.

43.3 Items of the Works for which no rate or price has been entered in will not be paid for by the Employer

and shall be deemed covered by other rates and prices in the Contract.

44. Compensation Events

44.1 The following are Compensation Events unless they are caused by the Contractor:

(a) The Employer does not give access to a part of the Site by the Site Possession Date stated in the

Contract Data.

(b) The Employer modifies the schedule of other contractors in a way which affects the work of the

contractor under the contract.

(c) The Engineer orders a delay or does not issue drawings, specifications or instructions required for

execution of works on time.

(d) The Engineer instructs the Contractor to uncover or to carry out additional tests upon work which

is then found to have no Defects.

(e) The Engineer unreasonably does not approve for a subcontract to be let.

(f) Ground conditions are substantially more adverse than could reasonably have been assumed before

issuance of Letter of Acceptance from the information issued to Bidders (including the Site

Investigation Reports), from information available publicly and from a visual inspection of the

Site.

(g) The Engineer gives an instruction for dealing with an unforeseen condition, caused by the

Employer, or additional work required for safety or other reasons.

(h) Other contractors, public authorities, utilities or the Employer does not work within the dates and

other constraints stated in the Contract, and they cause delay or extra cost to the Contractor.

(i) The advance payment is delayed.

(j) The effect on the Contractor of any of the Employer‘s Risks.

(k) The Engineer unreasonably delays issuing a Certificate of Completion.

(l) Other Compensation Events listed in the Contract Data or mentioned in the Contract.

44.2 If a Compensation Event would cause additional cost or would prevent the work being completed before

the Intended Completion Date, the Contract Price shall be increased and/or the Intended Completion Date

is extended. The Engineer shall decide whether and by how much the Contract Price shall be increased

and whether and by how much the Intended Completion Date shall be extended.

Page 43: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

44.3 As soon as information demonstrating the effect of each Compensation Event upon the Contractor's

forecast cost has been provided by the Contractor, it is to be assessed by the Engineer and the Contract

Price shall be adjusted accordingly. If the Contractor's forecast is deemed unreasonable, the Engineer

shall adjust the Contract Price based on Engineer‘s own forecast. The Engineer will assume that the

Contractor will react competently and promptly to the event.

44.4 The Contractor shall not be entitled to compensation to the extent that the Employer's interests are

adversely affected by the Contractor not having given early warning or not having cooperated with the

Engineer.

45. Tax

45.1 The rates quoted by the Contractor shall be deemed to be inclusive of the sales and other taxes that the

Contractor will have to pay for the performance of this Contract. The Employer will perform such duties

in regard to the deduction of such taxes at source as per applicable law.

46. Currencies

46.1 All payments shall be made in Indian Rupees.

47. Price Adjustment

47.1 Contract price shall be adjusted for increase or decrease in rates and price of labour, materials, fuels and

lubricants in accordance with the following principles and procedures and as per formula given in the

contract data:

(a) The price adjustment shall apply for the work done from the start date given in the contract upto

end of the initial intended completion date or extensions granted by the Engineer and shall not

apply to the work carried out beyond the stipulated time for reasons attributable to the contractor.

(b) The price adjustment shall be determined during each quarter from the formula given in the

contract data.

(c) Following expressions and meanings are assigned to the work done during each quarter:

R = Total value of work done during the quarter. It would include the amount of secured

advance for materials paid for (if any) during the quarter, less the amount of the secured

advance recovered, during the quarter. It will exclude value for works executed under

variations for which price adjustment will be worked separately based on the terms

mutually agreed.

47.2 To the extent that full compensation for any rise or fall in costs to the contractor is not covered by the

provisions of this or other clauses in the contract, the unit rates and prices included in the contract shall be

deemed to include amounts to cover the contingency of such other rise or fall in costs.

48. Retention

48.1 The Employer shall retain from each payment due to the Contractor the proportion stated in the Contract

Data until Completion of the whole of the Works.

48.2 On Completion of the whole of the Works half the total amount retained is repaid to the Contractor and

half when the Defects Liability Period has passed and the Engineer has certified that all Defects notified

by the Engineer to the Contractor before the end of this period have been corrected.

48.3 On completion of the whole works, the contractor may substitute retention money (balance half) with an

―on demand‖ Bank guarantee.

Page 44: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

49. Liquidated Damages

49.1 The Contractor shall pay liquidated damages to the Employer at the rate per day stated in the Contract

Data for each day that the Completion Date is later than the Intended Completion Date (for the whole of

the works or the milestone as stated in the contract data). The total amount of liquidated damages shall

not exceed the amount defined in the Contract Data. The Employer may deduct liquidated damages from

payments due to the Contractor. ―Time is the essence of the contract and payment or deduction of

liquidated damages shall not relieve the contractor from his obligation to complete the work as per agreed

construction program and milestones or from any other of the contractor‘s obligations and liabilities under

the contract.‖

49.2 If the Intended Completion Date is extended after liquidated damages have been paid, the Engineer shall

correct any overpayment of liquidated damages by the Contractor by adjusting the next payment

certificate. The Contractor shall be paid interest on the over payment calculated from the date of payment

to the date of repayment at the rates specified in Sub Clause 43.1.

50. Deleted.

51. Advance Payment

51.1 The Employer shall make advance payment to the Contractor of the amounts stated in the Contract Data

by the date stated in the Contract Data, against provision by the Contractor of an Unconditional Bank

Guarantee in a form and by a bank acceptable to the Employer in amounts and currencies equal to the

advance payment. The guarantee shall remain effective until the advance payment has been repaid, but

the amount of the guarantee shall be progressively reduced by the amounts repaid by the Contractor.

Interest will not be charged on the advance payment.

51.2 The Contractor is to use the advance payment only to pay for Equipment, Plant and Mobilization

expenses required specifically for execution of the Works. The Contractor shall demonstrate that

advance payment has been used in this way by supplying copies of invoices or other documents to the

Engineer.

51.3 The advance payment shall be repaid by deducting proportionate amounts from payments otherwise due

to the Contractor, following the schedule of completed percentages of the Works on a payment basis. No

account shall be taken of the advance (mobilization and equipment only) payment or its repayment in

assessing valuations of work done, Variations, price adjustments, Compensation Events, or Liquidated

Damages.

51.4 Secured Advance:

The Engineer shall make advance payment in respect of materials intended for but not yet incorporated in

the Works in accordance with conditions stipulated in the Contract Data.

52. Securities

52.1 The Performance Security shall be provided to the Employer no later than the date specified in the Letter

of Acceptance and shall be issued in an amount and form and by a bank or surety acceptable to the

Employer, and denominated in Indian Rupees. The Performance Security shall be valid until a date 28

days from the date of expiry of Defects Liability Period and the additional security for unbalanced bids

shall be valid until a date 28 days from the date of issue of the certificate of completion.

53. Deleted

54. Cost of Repairs

54.1 Loss or damage to the Works or Materials to be incorporated in the Works between the Start Date and the

end of the Defects Correction periods shall be remedied by the Contractor at the Contractor's cost if the

loss or damage arises from the Contractor's acts or omissions.

E. Finishing the Contract

55. Completion

55.1 The Contractor shall request the Engineer to issue a Certificate of Completion of the Works and the

Engineer will do so upon deciding that the Work is completed.

56. Taking Over

Page 45: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

56.1 The Employer shall take over the Site and the Works within seven days of the Engineer issuing a

certificate of Completion.

57. Final Account

57.1 The Contractor shall supply to the Engineer a detailed account of the total amount that the Contractor

considers payable under the Contract before the end of the Defects Liability Period. The Engineer shall

issue a Defect Liability Certificate and certify any final payment that is due to the Contractor within 56

days of receiving the Contractor's account if it is correct and complete. If it is not, the Engineer shall issue

within 56 days a schedule that states the scope of the corrections or additions that are necessary. If the

Final Account is still unsatisfactory after it has been resubmitted, the Engineer shall decide on the amount

payable to the Contractor and issue a payment certificate, within 56 days of receiving the Contractor‘s

revised account.

58. Operating and Maintenance Manuals

58.1 If ―as built‖ Drawings and/or operating and maintenance manuals are required, the Contractor shall

supply them by the dates stated in the Contract Data.

58.2 If the Contractor does not supply the Drawings and/or manuals by the dates stated in the Contract Data, or

they do not receive the Engineer‘s approval, the Engineer shall withhold the amount stated in the Contract

Data from payments due to the Contractor.

59. Termination

59.1 The Employer or the Contractor may terminate the Contract if the other party causes a fundamental

breach of the Contract.

59.2 Fundamental breaches of Contract include, but shall not be limited to the following:

(a) the Contractor stops work for 28 days when no stoppage of work is shown on the current program

and the stoppage has not been authorized by the Engineer;

(b) the Engineer instructs the Contractor to delay the progress of the Works and the instruction is not

withdrawn within 28 days;

(c) the Employer or the Contractor is made bankrupt or goes into liquidation other than for a

reconstruction or amalgamation;

(d) a payment certified by the Engineer is not paid by the Employer to the Contractor within 56 days

of the date of the Engineer's certificate;

(e) the Engineer gives Notice that failure to correct a particular Defect is a fundamental breach of

Contract and the Contractor fails to correct it within a reasonable period of time determined by the

Engineer;

(f) the Contractor does not maintain a security which is required;

(g) the Contractor has delayed the completion of works by the number of days for which the

maximum amount of liquidated damages can be paid as defined in the Contract data; and

(h) if the Contractor, in the judgment of the Purchaser has engaged in fraud and corruption, as defined

in GCC Clause 64, in competing for or in executing the Contract.

59.3 When either party to the Contract gives notice of a breach of contract to the Engineer for a cause other

than those listed under Sub Clause 59.2 above, the Engineer shall decide whether the breach is

fundamental or not.

59.4 Notwithstanding the above, the Employer may terminate the Contract for convenience.

59.5 If the Contract is terminated the Contractor shall stop work immediately, make the Site safe and secure

and leave the Site as soon as reasonably possible.

Page 46: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

60. Payment upon Termination

60.1 If the Contract is terminated because of a fundamental breach of Contract by the Contractor, the Engineer

shall issue a certificate for the value of the work done less advance payments received up to the date of

the issue of the certificate, less other recoveries due in terms of the contract, less taxes due

to be deducted at source as per applicable law and less the percentage to apply to the work not completed

as indicated in the Contract Data. Additional Liquidated Damages shall not apply . If the total amount due

to the Employer exceeds any payment due to the Contractor the difference shall be a debt payable to the

Employer.

60.2 If the Contract is terminated at the Employer's convenience or because of a fundamental breach of

Contract by the Employer, the Engineer shall issue a certificate for the value of the work done, the

reasonable cost of removal of Equipment, repatriation of the Contractor's personnel employed solely on

the Works, and the Contractor's costs of protecting and securing the Works and less advance payments

received up to the date of the certificate, less other recoveries due in terms of the contract and less taxes

due to be deducted at source as per applicable law.

61. Property

61.1 All materials on the Site, Plant, Equipment, Temporary Works and Works are deemed to be the property

of the Employer, if the Contract is terminated because of a Contractor‘s default.

62. Release from Performance

62.1 If the Contract is frustrated by the outbreak of war or by any other event entirely outside the control of

either the Employer or the Contractor the Engineer shall certify that the Contract has been frustrated. The

Contractor shall make the Site safe and stop work as quickly as possible after receiving this certificate and

shall be paid for all work carried out before receiving it and for any work carried out afterwards to which

commitment was made.

63. Suspension of World Bank Loan or Credit

63.1 In the event that the World Bank suspends the Loan or Credit to the Employer, from which part of the

payments to the Contractor are being made:

(a) The Employer is obligated to notify the Contractor of such suspension within 7 days of having

received the World Bank‘s suspension notice.

(b) If the Contractor has not received sums due to it upon the expiration of the 28 days for payment

provided for in Sub-Clause 43.1, the Contractor may immediately issue a 14-day termination

notice.

64. Corrupt or Fraudulent Practices:

64.1 If the Employer determines that the Contractor has engaged in corrupt, fraudulent, collusive, coercive or

obstructive practices, in competing for or in executing the Contract, then the Employer may, after giving 14 days

notice to the Contractor, terminate the Contractor's employment under the Contract and expel him from the Site,

and the provisions of Clause 59 shall apply as if such expulsion had been made under Sub-Clause 59.2

[Termination by Employer].

64.2 Should any employee of the Contractor be determined to have engaged in corrupt, fraudulent, collusive, coercive,

or obstructive practice during the execution of the Works, then that employee shall be removed in accordance

with Clause 9.

64.3 For the purposes of this Sub-Clause:

(i) ―corrupt practice‖7 is the offering, giving, receiving or soliciting, directly or indirectly, of anything of

value to influence improperly the actions of another party;

(ii) ―fraudulent practice‖8 is any act or omission, including a misrepresentation, that knowingly or recklessly

misleads, or attempts to mislead, a party to obtain a financial or other benefit or to avoid an obligation;

7 For the purpose of these Guidelines, ―another party‖ refers to a public official acting in relation to the procurement

process or contract execution]. In this context, ―public official‖ includes World Bank staff and employees of other

organizations taking or reviewing procurement decisions.

Page 47: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

(iii) ―collusive practice‖9 is an arrangement between two or more parties designed to achieve an improper

purpose, including to influence improperly the actions of another party;

(iv) ―coercive practice‖10 is impairing or harming, or threatening to impair or harm, directly or indirectly, any

party or the property of the party to influence improperly the actions of a party;

(v) ―obstructive practice‖ is

(aa) deliberately destroying, falsifying, altering or concealing of evidence material to the investigation

or making false statements to investigators in order to materially impede a Bank investigation

into allegations of a corrupt, fraudulent, coercive or collusive practice; and/or threatening,

harassing or intimidating any party to prevent it from disclosing its knowledge of matters relevant

to the investigation or from pursuing the investigation, or

(bb) acts intended to materially impede the exercise of the Bank‘s inspection and audit rights provided

for under clause 23.2.

F. Special Conditions of Contract

1. LABOUR :

The Contractor shall, unless otherwise provided in the Contract, make his own arrangements for the engagement

of all staff and labour, local or other, and for their payment, housing, feeding and transport.

The Contractor shall, if required by the Engineer, deliver to the Engineer a return in detail, in such form and at

such intervals as the Engineer may prescribe, showing the staff and the numbers of the several classes of labour

from time to time employed by the Contractor on the Site and such other information as the Engineer may require.

2. COMPLIANCE WITH LABOUR REGULATIONS :

During continuance of the contract, the Contractor and his sub contractors shall abide at all times by all existing

labour enactments and rules made there under, regulations, notifications and bye laws of the State or Central

Government or local authority and any other labour law (including rules), regulations, bye laws that may be

passed or notification that may be issued under any labour law in future either by the State or the Central

Government or the local authority. Salient features of some of the major labour laws that are applicable to

construction industry are given below. The Contractor shall keep the Employer indemnified in case any action is

taken against the Employer by the competent authority on account of contravention of any of the provisions of any

Act or rules made there under, regulations or notifications including amendments. If the Employer is caused to pay

or reimburse, such amounts as may be necessary to cause or observe, or for non-observance of the provisions

stipulated in the notifications/bye laws/Acts/Rules/regulations including amendments, if any, on the part of the

Contractor, the Engineer/Employer shall have the right to deduct any money due to the Contractor including his

amount of performance security. The Employer/Engineer shall also have right to recover from the Contractor any

sum required or estimated to be required for making good the loss or damage suffered by the Employer.

The employees of the Contractor and the Sub-Contractor in no case shall be treated as the employees of the

Employer at any point of time.

SALIENT FEATURES OF SOME MAJOR LABOUR LAWS APPLICABLE TO ESTABLISHMENTS

ENGAGED IN BUILDING AND OTHER CONSTRUCTION WORK

(The law as current on the date of bid opening will apply)

a) Workmen Compensation Act 1923: The Act provides for compensation in case of injury by accident arising out

of and during the course of employment.

b) Payment of Gratuity Act 1972: Gratuity is payable to an employee under the Act on satisfaction of certain

conditions on separation if an employee has completed 5 years service or more or on death the rate of 15 days 8 For the purpose of these Guidelines, ―party‖ refers to a public official; the terms ―benefit‖ and ―obligation‖ relate to

the procurement process or contract execution; and the ―act or omission‖ is intended to influence the procurement

process or contract execution. 9 For the purpose of these Guidelines, ―parties‖ refers to participants in the procurement process (including public

officials) attempting to establish bid prices at artificial, non competitive levels. 10

For the purpose of these Guidelines, ―party‖ refers to a participant in the procurement process or contract execution.

Page 48: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

wages for every completed year of service. The Act is applicable to all establishments employing 10 or more

employees.

c) Employees P.F. and Miscellaneous Provision Act 1952 (since amended): The Act Provides for monthly

contributions by the employer plus workers @ 10% or 8.33%. The benefits payable under the Act are :

(i) Pension or family pension on retirement or death, as the case may be.

(ii) Deposit linked insurance on the death in harness of the worker.

(iii) payment of P.F. accumulation on retirement/death etc.

d) Maternity Benefit Act 1951: The Act provides for leave and some other benefits to women employees in case of

confinement or miscarriage etc.

e) Contract Labour (Regulation & Abolition) Act 1970: The Act provides for certain welfare measures to be

provided by the Contractor to contract labour and in case the Contractor fails to provide, the same are required to

be provided, by the Principal Employer by Law. The Principal Employer is required to take Certificate of

Registration and the Contractor is required to take license from the designated Officer. The Act is applicable to

the establishments or Contractor of Principal Employer if they employ 20 or more contract labour.

f) Minimum Wages Act 1948: The Employer is supposed to pay not less than the Minimum Wages fixed by

appropriate Government as per provisions of the Act if the employment is a scheduled employment.

Construction of Buildings, Roads, Runways are scheduled employments.

g) Payment of Wages Act 1936: It lays down as to by what date the wages are to be paid, when it will be paid and

what deductions can be made from the wages of the workers.

h) Equal Remuneration Act 1979: The Act provides for payment of equal wages for work of equal nature to Male

and Female workers and for not making discrimination against Female employees in the matters of transfers,

training and promotions etc.

i) Payment of Bonus Act 1965: The Act is applicable to all establishments employing 20 or more employees. The

Act provides for payments of annual bonus subject to a minimum of 8.33% of wages and maximum of 20% of

wages to employees drawing Rs.3500/-per month or less. The bonus to be paid to employees getting Rs.2500/-

per month or above upto Rs.3500/- per month shall be worked out by taking wages as Rs.2500/-per month only.

The Act does not apply to certain establishments. The newly set-up establishments are exempted for five years in

certain circumstances. Some of the State Governments have reduced the employment size from 20 to 10 for the

purpose of applicability of this Act.

j) Industrial Disputes Act 1947: The Act lays down the machinery and procedure for resolution of Industrial

disputes, in what situations a strike or lock-out becomes illegal and what are the requirements for laying off or

retrenching the employees or closing down the establishment.

k) Industrial Employment (Standing Orders) Act 1946: It is applicable to all establishments employing 100 or more

workmen (employment size reduced by some of the States and Central Government to 50). The Act provides for

laying down rules governing the conditions of employment by the Employer on matters provided in the Act and

get the same certified by the designated Authority.

l) Trade Unions Act 1926: The Act lays down the procedure for registration of trade unions of workmen and

employers. The Trade Unions registered under the Act have been given certain immunities from civil and

criminal liabilities.

m) Child Labour (Prohibition & Regulation) Act 1986: The Act prohibits employment of children below 14 years of

age in certain occupations and processes and provides for regulation of employment of children in all other

occupations and processes. Employment of Child Labour is prohibited in Building and Construction Industry.

n) Inter-State Migrant workmen‘s (Regulation of Employment & Conditions of Service) Act 1979: The Act is

applicable to an establishment which employs 5 or more inter-state migrant workmen through an intermediary

(who has recruited workmen in one state for employment in the establishment situated in another state). The

Inter-State migrant workmen, in an establishment to which this Act becomes applicable, are required to be

provided certain facilities such as housing, medical aid, travelling expenses from home upto the establishment

and back, etc.

Page 49: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

o) The Building and Other Construction workers (Regulation of Employment and Conditions of Service) Act 1996

and the Cess Act of 1996: All the establishments who carry on any building or other construction work and

employs 10 or more workers are covered under this Act. All such establishments are required to pay cess at the

rate not exceeding 2% of the cost of construction as may be modified by the Government. The Employer of the

establishment is required to provide safety measures at the Building or construction work and other welfare

measures, such as Canteens, First-Aid facilities, Ambulance, Housing accommodations for workers near the

work place etc. The Employer to whom the Act applies has to obtain a registration certificate from the

Registering Officer appointed by the Government.

p) Factories Act 1948: The Act lays down the procedure for approval at plans before setting up a factory, health

and safety provisions, welfare provisions, working hours, annual earned leave and rendering information

regarding accidents or dangerous occurrences to designated authorities. It is applicable to premises employing 10

persons or more with aid of power or 20 or more persons without the aid of power engaged in manufacturing

process.

3. SUB-CONTRACTING (GCC Clause 7)

Please add the following as Clause 7.2:

The contractor shall not be required to obtain any consent from the employer for:

a) the sub-contracting of any part of the Works for which the Sub-contractor is named in the contract;

b) the provision of labour; and

c) the purchase of materials which are in accordance with the standards specified in the Contract.

Beyond this if the contractor proposes sub-contracting any part of the work during execution of works, because

of some unforeseen circumstances to enable him to complete the work as per terms of the contract, the Engineer

will consider the following before according approval:

- The contractor shall not sub-contract the whole of the Works.

- The contractor shall not sub-contract any part of the Work without prior consent of the Engineer. Any

such consent shall not relieve the contractor from any liability or obligations under the contract and he

shall be responsible for the acts, defaults and neglects of any sub-contractor, his agents or workmen as

fully as if they were the acts, defaults or neglects of the contractor, his agents or workmen.

- The Engineer should satisfy whether (a) the circumstances warrant such sub-contracting; and (b) the sub-

contractors so proposed for the Work possess the experience, qualifications and equipment necessary for

the job proposed to be entrusted to them in proportion to the quantum of work to be sub-contracted.

- If payments are proposed to be made directly to that sub-contractor, this should be subject to specific

authorization by the prime contractor so that this arrangement does not alter the contractor's liability or

obligations under the contract.

4. ARBITRATION (GCC Clause 25.3)

The procedure for arbitration will be as follows :

25.3 (a) In case of Dispute or difference arising between the Employer and a domestic contractor relating to any

matter arising out of or connected with this agreement, such disputes or difference shall be settled in

accordance with the Arbitration and Conciliation Act, 1996. The arbitral tribunal shall consist of 3

arbitrators one each to be appointed by the Employer and the Contractor. The third Arbitrator shall be

chosen by the two Arbitrators so appointed by the Parties and shall act as Presiding arbitrator. In case of

failure of the two arbitrators appointed by the parties to reach upon a consensus within a period of 30

days from the appointment of the arbitrator appointed subsequently, the Presiding Arbitrator shall be

appointed by the President of the Institution of Engineers

(India)_____________________________________________

(Note: 1. All bidders are expected to indicate clearly in the bid, if they proposed sub-contracting elements of the works amounting to more than 20 percent of

the Bid Price. For each such proposal the qualification and the experience of the identified sub-contractor in the relevant field should be furnished alongwith

the bid to enable the employer to satisfy himself about their qualifications before agreeing for such sub-contracting and include it in the contract. In view of

the above, normally no additional sub-contracting should arise during execution of the contract. 2. However, [a] sub contracting for certain specialized elements of the work is not unusual and acceptable for carrying out the works more

effectively; but vertical splitting of the works for subcontracting is not acceptable. [b] In any case, proposal for sub-contracting in addition to

what was specified in bid and stated in contract agreement will not be acceptable if the value of such additional sub-contracting

exceeds 25% of value of work which was to be executed by Contractor without sub-contracting.

3. Assignment of the contract may be acceptable only under exceptional circumstances such as insolvencies/liquidation or

merger of companies etc.

Page 50: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

(b) In the case of dispute with a Foreign contractor the dispute shall be settled in accordance with provisions

of UNCITRAL Arbitration Rules. The Arbitral Tribunal shall consist of three Arbitrators one each to be appointed by

the Employer and the Contractor. The third Arbitrator shall be chosen by the two Arbitrators so appointed by the

Parties, and shall act a presiding arbitrator. In case of failure

of the two arbitrators appointed by the parties to reach upon a consensus within a period of 30 days from

the appointment of the arbitrator appointed subsequently, the Presiding arbitrator shall be appointed by

the President of the Institution of Engineers (India)

(c) If one of the parties fails to appoint its arbitrator in pursuance of sub-clause (a) and (b) above within 30

days after receipt of the notice of the appointment of its arbitrator by the other party, then the President of

the Institution of Engineers (India) both in cases of the Foreign Contractor as well as Indian Contractor,

shall appoint the arbitrator. A certified copy of the order of the President of the Institution of Engineers

(India), making such an appointment shall be furnished to each of the parties.

(d) Arbitration proceedings shall be held at Bhubaneswar, India, and the language of the arbitration

proceedings and that of all documents and communications between the parties shall be English.

(e) The decision of the majority of arbitrators shall be final and binding upon both parties. The cost and

expenses of Arbitration proceedings will be paid as determined by the arbitral tribunal. However, the

expenses incurred by each party in connection with the preparation, presentation, etc. of its proceedings

as also the fees and expenses paid to the arbitrator appointed by such party or on its behalf shall be borne

by each party itself.

(f) Where the value of the contract is Rs.50 millions and below, the disputes or differences arising shall be

referred to the Sole Arbitrator. The Sole Arbitrator should be appointed by agreement between the

parties; failing such agreement, by the appointing authority, namely the President of the Institution of

Engineers (India)/.

(g) Performance under the contract shall continue during the arbitration proceedings and payments due to the

contractor by the owners shall not be withheld, unless they are the subject matter of the arbitration

proceedings.

5. PROTECTION OF ENVIRONMENT:

Add the following as GCC Clause 16.2:

The contractor shall take all reasonable steps to protect the environment on and off the Site and to avoid damage

or nuisance to persons or to property of the public or others resulting from pollution, noise or other causes arising

as a consequence of his methods of operation.

During continuance of the contract, the contractor and his sub-contractors shall abide at all times by all existing

enactments on environmental protection and rules made thereunder, regulations, notifications and bye-laws of the

State or Central Government, or local authorities and any other law, bye-law, regulations that may be passed or

notification that may be issued in this respect in future by the State or Central Government or the local authority.

Salient features of some of the major laws that are applicable are given below :

The Water (Prevention and Control of Pollution) Act, 1974, This provides for the prevention and control of water

pollution and the maintaining and restoring of wholesomeness of water. 'Pollution' means such contamination of

water or such alteration of the physical, chemical or biological properties of water or such discharge of any

sewage or trade effluent or of any other liquid, gaseous or solid substance into water (whether directly or

indirectly) as may, or is likely to, create a nuisance or render such water harmful or injurious to public health or

safety, or to domestic, commercial, industrial, agricultural or other legitimate uses, or to the life and health of

animals or plants or of aquatic organisms.

The Air (Prevention and Control of Pollution) Act, 1981, This provides for prevention, control and abatement of

air pollution. 'Air Pollution' means the presence in the atmosphere of any 'air pollutant', which means any solid,

liquid or gaseous substance (including noise) present in the atmosphere in such concentration as may be or tend

to be injurious to human beings or other living creatures or plants or property or environment.

The Environment (Protection) Act, 1986, This provides for the protection and improvement of environment and

for matters connected therewith, and the prevention of hazards to human beings, other living creatures, plants and

Page 51: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

property. 'Environment' includes water, air and land and the inter-relationship which exists among and between

water, air and land, and human beings, other living creatures, plants, micro-organism and property.

The Public Liability Insurance Act, 1991, This provides for public liability insurance for the purpose of providing

immediate relief to the persons affected by accident occurring while handling hazardous substances and for

matters connected herewith or incidental thereto. Hazardous substance means any substance or preparation which

is defined as hazardous substance under the Environment (Protection) Act 1986, and exceeding such quantity as

may be specified by notification by the Central Government.

5.2 Environment Management Plan

The Environment Management Plan (EMP) is a set of measures for avoidance, minimization and mitigation of adverse

environmental impacts. The Contractor will abide by the environmental, occupational health and safety measures listed

in the Environment Management Plan (EMP) given in the table below during preparation and execution of Works.

Adverse impact/s on the environment caused due to non-adherence of legal and EMP requirements during preparation

and execution of civil works shall be made good at the Contractor‘s own expenses. The Engineer‘s check and

certification for payment, in accordance to requirements under Clause 42.2 of GCC, shall also include the performance

review of the Contractor with regard to EMP compliance.

The complete document on Environmental and Social Management Framework (ESMF) from which these conditions

have been derived/listed is available with the Engineer and State Disaster Management Authority (SDMA) for the

Contractor‘s reference. It is also available on the websites of National Disaster Management Authority (NDMA) and

State Disaster Management Authority (SDMA).

S.

No. Activity Measures to be Implemented by the Contractor

1. Work Plan for

EMP implementation

The Contractor‘s Project Manager shall be responsible for implementation of EMP provisions and

will coordinate the over-all implementation of the said plan. Along with the Work Programme, the

Contractor shall submit a plan including method statement and timeline about specific actions that will be taken by him to implement the provisions laid out in the EMP.

2. Regulatory

Permissions and Consents

The Contractor shall obtain all requisite statutory clearances prior to commencement of civil works,

which includes obtaining permission/consent for plants, water extraction and borrow areas operations. This includes:

Consent for establishment and operation of plant (for concrete work) from SPCB

PUC certification for all vehicles/equipment used for/during construction

Permission/consent of the District Administration/Mining Department/other agencies for

quarrying and/or borrowing operations for materials like sand and earth

Permission for water extraction, if applicable in the local area context.

The Contractor shall abide by all conditions laid out in the said clearances.

3. Consultation and

Community Consent

The Contractor shall consult and obtain written consents of landowners (individual/panchayat/govt.

agency) for temporary use of land for all construction related activities including:

(a) setting-up and operation of construction camp including labour camps, stock yards etc.

(b) borrow areas and

(c) disposal of debris and other waste material.

4. Construction/ Labour Camp

(a) Location: The camp and plant site/s location and establishment shall be done in a manner that

does not interfere or disturb the activities of local inhabitants, particularly those of schools and

health facilities. Written permission (no objection certificate) shall be taken from the Gram

Sabha and the land owner prior to location selection and a copy shall be submitted to the Engineer for approval.

(b) Camp site shall not be located within 250 mts. from a water body including village ponds.

(c) A distance of at least 500 mts. shall be maintained from designated/protected natural habitats

(such as National Parks, Sanctuaries, Biosphere Reserves, Reserve Forests and Ramsar Sites) and Coastal Regulation Zone.

(b) Accommodation and Basic Amenities: All weather shelter with the required tenement size and

toilets shall be provided, as per provisions of Labour Laws. Separate toilet facilities shall be

provided for women workers. If a common mess is not provided/operated, additional space for

cooking shall be provided. The contractor shall ensure that hygienic conditions are maintained during the operation of such camps/facilities.

(c) Fuel for Cooking: The Contractor shall ensure that fuel wood is not used as a cooking medium

in the construction/labour camp.

(d) Potable water supply: Drinking water supply of at least 40 lpcd with the required supply points

shall be provided.

Page 52: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

S.

No. Activity Measures to be Implemented by the Contractor

(e) Fire Safety: Adequate fire safety precautions shall be taken and required fire safety equipment

(such as fire extinguishers) shall be provided by the Contractor.

5. Site Clearance (a). No tree cutting is to carried out without the written instruction from the Employer, who in turn

will ensure that relevant regulatory permission/s (including those from Forest Dept., if required) are obtained prior to cutting of such trees.

(b) The non-timber grade trees are to be stacked and possession is to be given to Employer/concerned Govt. Department.

(c) The Contractor shall strip, store and preserve top soil from the site of construction work and in

the stock yards prior to stacking of materials. The top soil shall be reinstated in the Tourist Guide Centre compound after the construction is over.

6. Protection of

Properties and

Resources

The Contractor shall take due care to protect and prevent damages to the following resources during

preparatory and construction work:

a. Water supply lines

b. Irrigation canals

c. Cart, cattle and/or foot trail/tracks

d. Cultural properties and sites/structures of religious importance

e. Houses, Farmlands, Orchards and/or Trees

f. School and other existing buildings adjacent to the site of construction

In case of damage due to construction activity, the restoration/repairs shall be carried out by the

Contractor at his own cost.

7. Quarry

Operations

The Contractor shall procure material from quarries that have been approved/licensed by the State

Govt. A copy of such an approval shall be submitted to the Engineer prior to procuring material.

8. Borrow Areas (a) Borrow areas for the project will be selected by the Contractor following the stipulations given

below. The finalization of all such locations shall be dependent on the approval of the Engineer

on technical and environmental grounds. This includes on-site verification to cross-check the

accuracy of details provided by the Contractor. Only after receipt of the written approval from the Engineer, the Contractor shall enter into a formal agreement with landowner.

(b) The Contractor shall not procure any kind of construction material (such as aggregates, sand and

earth) from ecologically protected areas.

(c) Identification and Selection

1. The borrow area should not be located in agriculture field/s unless unavoidable i.e. barren

land is not available. In case borrowing needs to be done on an agricultural land, top-soil

stripping, stacking and preservation is a must.

2. Borrow pits shall not be located within a distance of 100 mts. from any NH, SH or other

roads.

3. Borrow pits shall be preferably located 500 mts. away from settlements/ habitations.

4. No borrow pits shall be located within 500 mts. from schools, colleges, playgrounds,

religious structures and health centres.

5. No borrow area shall be opened within 500 mts. from a reserved or protected forest area,

protected sites, wildlife movement zone and cultural heritage site.

6. No tree cutting shall be undertaken.

7. Borrow area near any surface water body will be at least 100 mts. away.

(d) Operation

1. Area up to which material will be extracted shall be clearly demarcated on ground.

2. A 15 cm topsoil layer will be stripped and preserved in stockpiles.

3. Borrowing of earth should be preferably limited to a depth of 1.5 mtr from the existing

ground level.

4. Slope at the edges will be maintained not steeper than 1:3 (Vertical: Horizontal).

(e) Rehabilitation of Borrow Areas

1. Rehabilitation shall be satisfactorily undertaken immediately after the use has ceased and at

least three weeks prior to monsoon.

2. Preserved top soil has be spread uniformly over land (except in cases where borrow area is

developed as a water body) used as a borrow area.

9. Water Extraction/ Use

Water for construction and for use at construction camps (including labour camps) is to be extracted

with prior written permission of (a) the individual owner, in case the source is private well/tube

well; (b) Gram Panchayat in case the source belongs to community; and (c) Irrigation Department

in case the source is an irrigation canal or a river.

Page 53: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

S.

No. Activity Measures to be Implemented by the Contractor

10. Safety of Road

Users and Local

Residents

(a) Traffic safety arrangements (including provision of warning signage, speed breakers etc.) shall

be made by the Contractor to ensure safety of road users and local people, particularly in the internal village roads which will be used for transporting materials.

(b) Material shall be covered during transportation to prevent spillage, accidents and pollution.

(c) All required measures to ensure safety of local residents including children and other near-by

residents shall be taken up by the Contractor. This shall include provisions to prevent

unauthorised entry into the construction site and camp; fire and electrical safety measures; pre-

cautions around excavation such as barricading and warning signs and safe storage of material.

11. Worker‘s Safety (a) All measures required for ensuring safety and health of the workers shall be taken up by the

Contractor. This includes provision and enforcement of appropriate personal protective

equipment; first aid facility; emergency response arrangement; proper storage of hazardous/

toxic and polluting materials and; measures for ensuring fire, electrical and mechanical safety

arrangements in camp and in work site.

(b) All methods, steps and measures required for ensuring safety of workers, particularly those

needed while undertaking work in or around excavations; working at height; and; while handling inflammable, toxic and/or hazardous materials shall be ensured by the contractor.

(c) Material safety data sheet record of fuel and other inflammable chemicals shall be maintained at

the site.

12. Air Pollution (a) Wind barriers or screens shall be provided in the downwind direction at air pollution causing

sources like plant sites and fine material storage stock yards.

(b) Fugitive dust emissions have to be eliminated by providing dust suppression/control measures,

such as water sprinkling and cover on materials, based on activity and site conditions.

(c) All plants and equipment shall comply with pollution control norms.

(d) Water shall be sprinkled at least twice during dry day on haulage roads passing through or near

settlements (including at least 100 m before the settlement).

13. Water pollution (a) All measures (including provision of temporary silt fencing to control sediment run-off) required

for avoiding adverse impacts to water bodies (such as ponds, streams, canals and rivers), water

sources (such as hand pumps and wells) and adjacent farmland shall be undertaken by the

Contractor.

(b) Storage of materials like fuel, chemicals and cement shall be done in a manner (with impervious

layer on bottom and a covered shed on top) that does not contaminate land and ground/surface water.

14. Noise Pollution (a) All noise causing activities shall be stopped during night time (9:00 PM to 6:00 AM). The

Contractor shall schedule construction works in consultation with local Panchayat Authority and School Principal to ensure least disturbance to school children and other adjacent residents.

(b) Ear plugs shall be provided to the labour facing risk from high noise pollution such as plant site

and those working near generators, heavy equipment/machinery.

(c) Appropriate noise controlling devices including acoustic generators shall be used to minimise

noise during construction work and operation of camp.

15. Disposal of

Debris/Wastes

(a) Debris and other construction waste, if any, shall be disposed in locations pre-approved by the Engineer in a manner that it does not contaminate the environment.

(b) Location of Debris Disposal Sites: Debris disposal sites shall be located preferably away from

farmlands, water sources and water bodies. In no case, debris shall be disposed within 500 mts. of ecologically sensitive areas, including forests, wetlands and protected natural habitats.

16. Restoration and

Rehabilitation of

Sites

All work sites and areas under temporary use (including construction and labour camps, plant sites,

haul roads and borrow areas) shall be restored/ rehabilitated to a better condition (if not at least to its

original condition) and to the satisfaction of the Engineer and land owner upon completion of

construction work by the Contractor.

Completion of work (as covered under clause 55.1 of GCC) will also include completion of

rehabilitation and clean-up of the work sites including camps, plants, in and around the construction

site; disposal of debris/construction wastes at pre-approved locations and; restoration of borrow areas

and other sites/locations used for material sourcing.

17. Liabilities Any liability arising out of Contractor‘s agreement with landowners/ local people/gram panchayat

(including those related to temporary use of land, water extraction and disposal of debris) shall be settled by the Contractor.

Page 54: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

SECTION 4: CONTRACT DATA

Page 55: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

Contract Data

Items marked "N/A" do not apply in this Contract.

The following documents are also part of the Contract: Clause Reference

· The Schedule of Operating and Maintenance Manuals [58]

· The Schedule of Key Personnel [9]

· The Methodology and Program of Construction & Environmental Management Plan [27]

· The Schedule of Key and Critical equipment to be deployed [27]

on the work as per agreed program of construction

The Borrower is Government of India and Government of ODISHA is a participating state in the Integrated Coastal Zone

Management project

The World Bank means International Development Association [1.1]

and loan refers to an IDA Credit

The Employer is

Name: The Sr. Divisional Manager (BP- II) cum Nodal Officer , DEPTT OF CULTURE, Odisha (1.1) Address: Lewis Road, Bhubaneswar – 751014, Odisha

Name of authorized Representative: Director, Culture-cum-Nodal Officer, ICZM Project, Odisha State Archaeology,

1st Floor, Sanskruti Bhawan, Bhubaneswar-14 Project Executing Agency, The Engineer is xxxxxx (1.1)

Name:

The Adjudicator appointed jointly by the Employer and Contractor is:

*Name : (1.1)

Address :

The name and identification number of the Contract is: ICZMP/DoC/W/06/13-14

The Works consist of : Peripheral Development of Bhabakundeleswar Temple at Manikpatna of

Dist Puri. The work is to be executed in the financial year 2013-14 and to be continued in the financial year part of 2014-15 (1.1) [brief summary, including relationship to other contracts under Project

The Start Date shall be the date of issue of notice to proceed with the work. (1.1)

The Intended Completion Date including rainy season for the whole

of the Works is 9 (Nine) months with the following milestones: [17, 28]

Milestone dates:

Physical works to be completed Period from the date of issue of

notice to proceed with the work

Milestone 1 i.e. Site development, Boundary wall & Ground Floor roof slab Level 0 3 months.

Milestone 2 i.e. Peripheral Development and all masonry works 0 6 months.

Milestone 3 i.e. PH works , Electrical Works and Completion of Work 09 months

The following documents also form part of the Contract: [2.3]

Page 56: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

_____________________NIL________________

The Contractor shall submit a revised Program including Environmental

Management Plan for the Works (in such form and detail as the

engineer shall reasonably prescribe) within 14 days of

delivery of the Letter of Acceptance. [27]

The Site Possession Dates shall be: Seven days

from the date of signing the Agreement [21]

The Site is located at as above and is defined in drawings nos

Section 1 / Site A : Manikpatna of Puri District

The Defects Liability Period is 365 days from the date of certification of completion of works. [35]

Insurance requirements are as under: [13]

Minimum Cover

for Insurance

Maximum deductible

for Insurance

(i) Works and Plant and

Materials

Contract value 5% of the Contract

Value

(ii) Loss or damage to

Equipment

Total book value of

the equipment

brought to the site

by the contractor

5% of the figure

alongside

(iii) Other Property

Rs.10,00,000/- Rs.10,000/-

(iv) Personal injury or death

insurance:

a) for other people;

As per Workmen‘s

Compensation Act

1923 and other

Acts in force.

As per Workmen‘s

Compensation Act

1923 and other Acts in

force.

b) for Contractor‘s

Employees

In accordance with the statutory

requirements applicable to India

The following events shall also be Compensation Events: NIL [44]

The period between Program updates shall be 30 days. [27]

The amount to be withheld for late submission of an updated

Program shall be Rs. 3000.00 per day [27]

The language of the Contract documents is English [3]

The law which applies to the Contract is the laws of Union of India [3]

The currency of the Contract is Indian Rupees. [46]

Fees and types of reimbursable expenses to be paid to the Adjudicator [25]

Rs. 3000.00 per sitting plus reimbursable expenses, (i.e.) Traveling, boarding & lodging expenses.

In case appointed by the President, Institute of Engineers, India at a daily fee per sitting as suggested

by the Institute of Engineers, India.

Appointing Authority for the Adjudicator: The President, Institution of Engineers (India) [26]

The formula(e) for adjustment of prices are: [Deleted] [47]

The proportion of payments retained (retention money) shall be 6% from each bill

subject to a maximum of 5% of final contract price [48]

Page 57: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

The liquidated damages for the whole of the works are

per day and that for the milestone are as under : [49]

For milestone 1 Rs. 2000.00 per day

For milestone 2 Rs. 4000.00 per day

For milestone 3 Rs. 8000.00 per day

The maximum amount of liquidated damages for the whole of the works [49]

is ten percent of final contract price.

The amounts of the advance payment are: [51]

Nature of Advance Amount (Rs.) Conditions to be fulfilled

1. Mobilization 5% of the Contract price On submission of un-conditional Bank Guarantee.

(to be drawn before end of 20% of Contract period)

2. Equipment

(This advance is not

applicable for

equipment already

owned or hired/

leased by the

contractor.)

90% for new and 50% of depreciated

value for old equipment. Total

amount will be subject to a maxi-

mum of 5% of the Contract price.

After equipment is brought to site as per agreed

construction program (provided the Engineer is

satisfied that the equipment is required for

performance of the contract) and on submission of

unconditional Bank Guarantee for amount of advance.

3. Secured advance

for non-

perishable

materials brought

to site

75% of Invoice value or Market

value - lower of the two.

a) The materials are in-accordance with the

specification for Works;

b) Such materials have been delivered to site, and are

properly stored and protected against damage or

deterioration to the satisfaction of the Engineer.

The contractor shall store the bulk material in

measurable stacks.;

c) The Contractor‘s records of the requirements,

orders, receipt and use of materials are kept in a

form approved by the Engineer and such records

shall be available for inspection by the Engineer;

d) The contractor has submitted with his monthly

statement the estimated value of the materials on

site together with such documents as may be

required by the Engineer for the purpose of

valuation of the materials and providing evidence

of ownership and payment thereof;

e) Ownership of such materials shall be deemed to

vest in the Employer for which the Contractor

has submitted an Indemnity Bond in an

acceptable format; and

f) The quantity of materials are not excessive

and shall be used within a reasonable time as

determined by the Engineer.

(The advance payment will be paid to the Contractor no later than 15 days after fulfillment of the above conditions).

Repayment of advance payment for mobilization and equipment: [51]

The advance shall be repaid with percentage deductions from the interim payments certified by

the Engineer under the Contract. Deductions shall commence in the next Interim Payment

Certificate following that in which the total of all such payments to the Contractor has reached

not less than 15 percent of the Contract Price or 3 months from the date of payment of first

installment of advance, whichever period concludes earlier, and shall be made at the rate of_15

percent of the amounts of all Interim Payment Certificates until such time as the advance has

been repaid, always provided that the advance shall be completely repaid prior to the expiry of

the original time for completion.

Page 58: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

Repayment of secured advance:

The advance shall be repaid from each succeeding monthly payments to the extent materials

[for which advance was previously paid pursuant to Clause 51.4 of G.C.C. and 51(3) of

Contract Data on prepage] have been incorporated into the Works.

The Securities shall be for the following minimum amounts equivalent as a percentage of [52]

the Contract Price:

Performance Security for 5 per cent of contract price plus Rs. ..................... as additional

security for unbalanced bids [in terms of ITB Clause 29.5].

The standard form of Performance Security acceptable to the Employer shall be an unconditional

Bank Guarantee of the type as presented in Section 8 of the Bidding Documents.

*The date by which operating and maintenance manuals are required is within 28 days of issue [58]

of certificate of completion of whole or section of the work, as the case may be.

*The date by which ―as-built‖ drawings (in scale 1:100) in 2 sets are required is within

28 days of issue of certificate of completion of whole or section of the work, as the case may be. [58]

The amount to be withheld for failing to supply ―as built‖ drawings and/or operating and [58]

maintenance manuals *by the date required is Rs.3,00,000.00

The following events shall also be fundamental breach of contract: [59.2]

1. The Contractor has contravened Sub-clause 7 of GCC read with SCC and Clause 9.0 of

GCC

2. The contractor does not adhere to the agreed construction program and agreed

environmental management plan (Clause 27 of GCC) and also fails to take satisfactory

remedial action as per agreements reached in the management meetings (Clause 31) for a

period of 60 days.

3. The contractor fails to carry out of the instructions of Engineer within a reasonable time

determined by the Engineer in accordance with GCC Clause 16.1 and 23.1.

The percentage to apply to the value of the work not completed representing the Employer's [60]

additional cost for completing the Works shall be 20 percent.

Page 59: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

SECTION 5

TECHNICAL SPECIFICATIONS

Contents

1. Civil Works

2. Sanitary & Plumbing Works

3.Electrical Installation Work

Page 60: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

1. TECHNICAL SPECIFICATION FOR CIVIL WORKS

1.1 General :

1.1.1 Scope of work :

The work contemplated under this contract includes general Builder‟s work for the aforesaid

project, all as detailed in the Bill of Quantities, Specifications and drawings and to complete the

said work in every respect in accordance with this contract and with the directions and to the

satisfaction of the Engineer-in-charge.

Such other works which are not included in the aforesaid Bill of quantities are generally

intended to be executed through a separate agency. Notwithstanding the above, the Engineer-

in-Charge reserves the right to order additional works under the same Contract. The Engineer-

in-charge also reserves the right to omit any item of work included in the aforesaid Bill of

quantities and award the same to any other contractor or not perform it at all at his discretion

and the Contractor shall not have any claim because of the same.

The Contractor for this work shall be required to work in co-operation and co-ordination with

other agencies on site and give them all reasonable assistance and help for the execution of the

work in an efficient manner all as directed. The words “approved” or “as directed” shall be

deemed to convey approval or the discretion of the Engineer-in-charge of the work.

1.1.2 Indian Standard Specification :

The particular Specifications for the work are as detailed hereinafter. These specifications shall

be read in conjunction with the relevant Indian Standard Specifications. The obtainable local

practice as detailed in various regional handbooks of practice may be used subject to specific

approval from the Engineer-in-charge. Where the specifications in any of the standards are at

variance with the specifications detailed herein, the specifications herein shall govern.

1.1.3 Quality of Materials & General Standards of work :

The contractor under this contract commits himself to use materials conforming to relevant

Indian Standards / Codes and assumes full responsibility for the quality of all materials

incorporated or brought for incorporation in the work, the work shall be executed in accordance

with acceptable engineering practice and as per direction of the Engineer-in-charge.

1.1.4 Scaffolding :

All scaffolding and ladders required for the proper execution of the work shall be provided by the

contractor. The scaffolding should be stout and strong to prevent any collapse or displacement.

Proper measures for safety of workmen working on scaffolding should be taken by the

contractor.

The mode of measurements, wherever possible is specifically mentioned in these documents.

Where it has not been mentioned, it shall be as per provision of the relevant Indian Standards.

All the measuring tapes and other accessories necessary, shall be provided by the contractor.

The bidder along with his bid shall furnish a list of tools, plant and machinery which he intends to

use on the works in Bid document. The list should indicate the exact type of machine, its

capacity, year of manufacture, kind and capacity of propelling force, spare parts readily

available and all other pertinent information. The contractor is obliged to use the machinery

mentioned in his list if the Engineer-in-charge considers it necessary.

Page 61: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

1.1.5 Surveying and staking :

It is the express responsibility of the contractor to bring to site all surveying instruments

necessary for the marking out, fixation of levels, etc. and conduct these survey operations

himself with utmost accuracy. The contractor shall put up stable bench marks etc. as necessary

for the work. Engineer-in-charge / his representative will be present when this work is being

carried out and will inspect all these operations with the contractor‟s assistance. The contractor

shall be entirely responsible for accurate setting out the work and he shall at his own expense

make good any defects arising from errors in the line and levels.

1.1.6 Dewatering :

Dewatering of accumulated water in all locations on work site from whatever source of cause

until the virtual completion of the entire work shall be done by the contractor at his own

expenses and shall not be separately paid for. The rates quoted by the contractor shall be

deemed to be inclusive of this.

1.1.7 Access to site, approach roads and roads within the premises :

The contractor shall at his own cost provide all approach roads required for the purpose of

carrying out the work in the most expeditious and efficient manner and shall remove the

temporary roads on completion. He shall acquaint himself thoroughly regarding condition and

suitability of public roads leading up to the limits of the premises and will provide vehicles for

transportation of materials which meet the requirements of these road conditions. It shall also be

the responsibility of the contractor to maintain at his own cost the road till the construction is

completed. The bidder is also to acquaint himself with local laws and bylaws and comply with all

police and highway authority requirements.

1.2 Earth work:

1.2.1 Excavation:

Excavation for trenches over areas and for pits, etc. shall be done to widths, lines and levels as

shown in drawings or to such lesser or greater widths, lines and levels as directed. The bottom

and side of excavation, required levels, profile, etc. watered and thoroughly rammed. Where the

contractor excavated below required level in good ground inadvertently or carelessness he shall

make up the void in concrete M-10 at his own expense. During excavation the contractor shall

take necessary precaution to retain earth, so that the earth will not slide or fall down to avoid

any accident and hamper the progress of work. He will take necessary steps to prevent the

damage to adjacent structure or existing services. He shall repair and make good any such

damages at his own expense to the satisfaction of the owner. A suitable path for men and

materials around the excavated pit should be maintained throughout the work. Stacking or

excavated earth from trenches, bids etc. shall be done away from the pit at a minimum distance

equivalent to the depth of pit/trenches/foundation up to a initial lead and lift as directed by the

Engineer-in-Charge.

1.2.2 Dewatering:

All water that may get accumulated in excavations during the progress of work from whatever

cause or source, shall be bailed or pumped out as necessary. The rates for excavation shall be

deemed to include the same, if not otherwise specified.

1.2.3 Timbering & excavation (Shoring)

Where the soil is soft and sides of excavation needs supporting, suitably designed planking and

strutting shall be provided. The rates for excavation shall be deemed to include all planking and

strutting as necessary.

Page 62: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

1.2.4 Refilling around foundations:

Refilling around foundations shall be done with approved excavated materials. Refilling shall be

done in layers not exceeding 15cms thick, watered adequately and consolidated with pneumatic

tampers or other suitable compactors. The finished surface of filling shall be slightly proud to

bring it to finished level after watering and consolidation as directed. The rates for refilling

around foundations shall be deemed to include this.

All materials considered surplus shall be removed to destinations and disposed off as directed.

The disposal of the materials can be in any of the following ways as directed by the Engineer-in-

Charge of the work.

1. Filling in low lying areas.

2. Filling in at places of filling such as under floors, in roads etc.

3. Stacking of materials in pre-designated stacking yard.

4. Removal of materials outside the plot for disposal.

1.2.5 Filling:

Filling under floors or other places indicated shall be done with good quality sand conforming to

zone 2 or 3 I.S: 383. Filling shall be done in layers, each layer watered adequately and

consolidated to specified density by suitable compacting equipment. Thickness of each layer

shall not exceed 15 cm. The surface of the filling shall be finished to lines and levels as

required. The filling shall be compacted in such a manner as to guarantee full stability.

However, the site filling shall be done with Fly Ash from a source as instructed by the Employer

in writing. While the cost of Fly ash shall be borne by the employer, the transportation and

labour costs shall be the responsibility of the contractor.

1.2.6 Measurement:

Measurement for all excavation, filling, carting away and earthwork shall be in solid measure.

The rates quoted by the bidders are thus for solid measure units. The following factors shall be

applied to obtain quantities of solid measure.

Excavation : No reduction in volume

Filling, watered and : Volume shall be determined by levels

Consolidated in layers before and after compacted filling and by

measuring the lengths and breadth as required.

The mode of measurement for various types of excavations shall be as under:

a) In case of trenches, pits and areas, measurement shall be on the basis of width of foundations

and the depth of bottom of foundation (bottom of bed concrete, if provided) formation.

b) In case of pipe trenches and drains, measurement of width of trench shall be diameter of the

pipe plus an allowance of 50 cms. To allow for collars, flanges etc.

c) Excavation in rock shall be measured up to levels indicated or required. No undulations as

physically appearing after excavations shall be taken into consideration while arriving at the

quantities. The rates quoted by the contractor shall be deemed to include for this and no extra

is admissible.

1.2.7 Sub-grade Conditions:

Page 63: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

When no data is available of soil formation and depth of water table of proposed work site, the

contractor should make his own arrangements of preliminary site investigation by actual

inspection of the site and surrounding areas to assess the nature of soil and to foresee the

difficulties that may arise during construction period. The contractor shall acquaint himself of

the above before filling up of the bid.

No claim whatsoever will be entertained on any account of conducting these exploratory works

or lack of investigation on the part of the contractor.

1.3 Plain & Reinforced Concrete, Controlled Concrete

1.3.1 General :

Concrete and reinforced concrete work shall be carried generally in conformity with the latest

Indian Standards IS: 456 and for provisions indicated here in below. All work is to be carried out

with utmost precision and up to date scientific know how and the contractor shall employ

thoroughly competent staff to achieve acceptable standards conforming to technical

specifications.

1.3.2 Cement:

Portland slag cement (IS: 455) shall be used wherever so directed by the Engineer in Charge or

as shown in drawings or Bill of Quantities. If directed, the contractor shall purchase cement as

fresh as possible after manufacture and where there is reason to believe the cement has been

long stored, the Engineer-in-charge may demand a Laboratory Test Certificate regarding the

character of cement and the contractor shall furnish the same at no extra cost. The Engineer-

in-charge shall reject any cement which in his opinion does not meet the required standards.

All bags and containers in which cement is packed shall be stored in a dry, weather tight,

properly ventilated structure with adequate provision for prevention and absorption of moisture.

The contractor shall at all times maintain for the inspection of the Engineer-in-Charge a log book

indicating the receipt of cement, brand and agent from whom obtained and the age of cement.

Cement, which has caked or perished by being wet or otherwise shall on no account be used on

the work.

Cement shall be consumed on the works in the same sequence as that of their receipt at site.

Cement reclaimed from cleaning of bags or from spillage from containers, or otherwise shall on

no account be used.

Portland Slag Cement is to comply to the relevant Indian Standard Specifications IS 455. This

standard stipulates that the slag constituent shall be not less than 25 per cent and not more

than 65 per cent of the Portland Slag Cement.

1.3.3 Fine Aggregate :

(i) Fine aggregate shall conform to latest Indian standards (IS:383). Sand shall be natural

sand, crushed gravel sand or crushed stone sand but it must be a well-graded sand

conforming to IS grading and its FM be 2.4 to 3.2. Use of sea sand is prohibited. It shall

be composed of hard siliceous material and shall be clean and of sharp angular grit type.

Sand shall be properly graded minimizing all voids.

(ii) Allowance for bulking of wet sand shall be made. Bulkage limit is to be restricted to less

than 20%. Silt content in sand should not be more than 5%. Laboratory equipment such as

measuring jars etc. are to be kept at site for time to time checking of bulkage and silt

content.

(iii) Sand shall be free from any harmful organic impurities. Quick colour test should be made at

site for the consignment of sand receiver. Colour test details are given below:

Page 64: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

Colour Test of Sand:

The sand shall be tested with 3% solution of caustic soda (Sodium Hydroxide), which is called

“Colour Test”. This is a reliable indicator of the presence or otherwise of any organic matter in

sand as under.

(i) A colour less liquid indicates clean sand free from organic matter.

(ii) A straw coloured liquid indicates some organic matter but not enough to be seriously

objectionable; and

(iii) A dark colour means that the sand contains injurious amount of organic matter and

should not be used unless it is washed and a retest shows that it is satisfactory.

1.3.4 Coarse Aggregate:

Coarse aggregate shall be approved hard aggregate conforming to latest Indian Standards (IS:

383) details of which are as follows.

(i) Deleterious materials : less than 5%

(ii) Specific gravity : not less than 2.6 (2.6 to 3)

(iii) Water absorption value : about 1% by weight

(iv) Aggregate crushing value : for wearing surface less than 30%

for other concrete surface less than 45%

(v) Aggregate impact value : for wearing surface less than 30%

for concrete other than wearing surface less

than 45%

(vi) Aggregate abrasion value : for wearing surface less than 30%

for concrete other than wearing

surface less than 50%.

(vii) Soundness (sodium

sulphate method) : less than 12%

Aggregate, Gradation, storage, etc.

Aggregates of various specified sizes shall be stock piled properly and separately.

Aggregates shall be clean and shall not contain any foreign matter, silt, loose or

destructive substances, harmful chemicals etc.

Aggregates shall be stored in proper bins, which shall have good drainage to prevent the

inclusion of foreign matter and preserve the gradation. Sufficient live storage shall be

maintained to permit segregation of successive shipment, placing of concrete at the

required rate and such procedures as inspection and testing.

If directed, the aggregate shall be washed before use. The grading of aggregate for use

on works shall be as per the Indian Standards (IS : 456 )

1. Grading of Coarse Aggregate as per IS: 456

Sl No. IS size % Passing for graded aggregate of nominal size.

40mm 20mm 16mm 12.5

1 40mm 95-100 100 - -

2 20mm 30-70 95-100 100 -

3 16mm - - 90-100 100

4 12.5mm - - - 90-100

Page 65: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

5 10mm 10-35 25-55 30-70 40-85

6 4.75mm 0-5 0-10 0-10 0-10

7 2.36mm - - - -

2. Grading of Single Size Aggregate as per IS: 456

Sl No.

IS size % Passing for single aggregate of nominal size.

40mm 20mm 16mm 12.5mm 10.00 mm

1 40mm 85-100 100 - - -

2 20mm 0-20 85-100 100 - -

3 16mm - - 85-100 -100 -

4 12.5mm - - - 85-100 100

5 10mm 0-5 0-20 0-30 0-45 85-100

6 4.75mm - 0-5 0-5 0-10 0-20

7 2.36mm - - - - 0-5

Proper sieve analysis shall be carried out to determine the best gradation obtainable from the

available aggregates. The sieve analysis shall be performed as per standard practice and as laid

out in the relevant Indian standards.

1.3.5 Water :

Water for all concrete work shall be clean, free from deleterious matter such as oils,

acids, alkalis, sugar and vegetable matter. Permissible limits for solids shall conform to

IS 456. Every attempt shall be made to use water which is fit for drinking purposes.

Water storage facilities provided by the contractor shall be maintained properly to

preclude contamination of water by any of the harmful substances. The quantity of

water to be added to concrete for mixing shall be such as to afford workability

consistent with strength requirements. Water cement ratio shall be maintained

constant as specified (0.45 for RCC and recorded in every batch of concrete. P.H. of

water shall be in the range 6-9.

The permissible limits, as per IS 456- areas following :

SL. NO. Tested as per Permissible Limit (Max)

(i) Organic------------------- IS 3025 (part – 18)-------------------200 mg/litre

(ii) In organic ---------------- IS 3025 (part 18) --------------------3000 mg/litre

(iii) Sulphates ( as SO3) ----- IS 3025(part 24)---------------------400 mg/litre

(iv) Chlorides (as Cl)--------- IS 3025 (part 32)---------------------2000 mg/litre for

concrete not containing embedded

steel and 500 mg / litre for RCC work.

(v) Suspended matter----- IS 3025 (part – 17) ---------------------2000 mg/litre

The water cement ratio, being of paramount importance governing the durability of concrete, it

should be of the lowest feasible value. In the subject under reference, it should be 0.45 for

M30 RCC and to achieve sufficient workability, it may be necessary to use suitable super-

plasticizer in the concrete mix to ensure efficient placement of concrete.

1.3.6 Plasticizers: -

The commonly available admixtures with good to high plastic zing effects are:

(i) Modified ligninsulphonates (MLS)

Page 66: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

(ii) Sulphonated melamine condensates (SMF)

(iii) Sulphonated naphthalene condensates (SNF)

(iv) Poly Carboxylic ethers (CE)

Typical performance of water reducing admixtures are outlined below:

Type of super-plasticiser Typical dosage by cement weight Water reduction

MLS 0.2-0.8% Up to 10%

SMF 1.0-3.0% Up to 25%

SNF 0.8-2.0% Up to 25%

CE (Poly Carboxylic ethers)

0.5-1.5% Up to 40%

The super-plasticiser based on Poly Carboxylic Ethers (CE) is proving much better than others. The

type and dosage of Super-plasticiser to be used shall be subject to the approval of the Engineer-in-

charge. The dosage shall be arrived at through lab. tests / mix design tests as approved by the

Engineer-in-charge.

1.3.7 Types of concrete, strengths etc. :

The Bill of quantities specifies various types of concrete. The strengths corresponding to these

types is as per table below :

i. Types of Concrete

Sl.

No.

Type of Concrete 28 day Characteristic Design strength N/mm2

28 day Target Design Strength N/mm2.

1 M-15 15 15 + 1.65 X 3.5 =20.8

2 M-20 20 20 + 1.65 X 4.0 = 26.6

3. M-30 30 30 + 1.65 X 5.0 = 38.2

Note : The established values of standard Deviations shall be used. When adequate test

results (30 or more) are available and the target strengths revised thereafter. Efforts shall be

made to bring the standard Deviations up to date, preferably once a month.

Even though the Bill of quantities specifies various types of concrete, it is possible that the type

may be altered to suit the site conditions. The compressive strength indicated above pertains to

compressive strength tests on “work test cubes 15 x 15 x 15 cm, after normal curing for 28

days. The strength of preliminary test cubes shall be as per IS : 456.

The type of concrete for any particular situation of work shall be as per drawings.

Any construction in the coastal areas may be considered as exposed to “severe” environmental

condition. In assessing the level of severity, it shall be prudent to adopt a realistic attitude and

be even some what conservative in respect of the extent of coastal zone for the ultimate

durability of the structures.

Thus, besides using. Portland Slag Cement, the specific requirement on “durability aspects”, as

per Indian Standard IS 456, in respect of the following parameters, must be met :-

Minimum Cement Content

Maximum Water / Cement ratio

Cover to Steel Reinforcement.

Page 67: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

All these requirements are related to the various „environmental exposure conditions. The

standard IS 456 classifies the environment into 5 levels of severity, that is mild, moderate,

severe, very severe, and extreme.

The parameters relating to minimum cement content and maximum water / cement ratio,

as per IS 456, are summarized below along with the minimum grade of concrete :-

Exposure Environment

Exposure Classifi- cation

Plain Concrete Reinforced Concrete

Min. (*) Cement content) kg/m

3

Max. water cement ratio

Mini. (*) Grade of concrete

Min.(*) Cement content) kg/m

3

Max. water cement ratio

Min. Grade of concrete

Coastal concrete sheltered from saturated salt air.

Moderate 240 0.60 M15 300 0.50 M25

Concrete exposed to coastal environment

Severe 250 0.50 M20 320 0.45 M30

Concrete exposed to sea water spray / or in contact with aggressive soils / ground water

Very Severe

260 0.45 M20 340 0.45 M35

Arrangement for slump cone test shall be kept at site to arrive at workability whenever

theEngineer-in-charge wants to check at site. Arrangement for compacting factor test shall also

be made to Tests for determination of strength of concrete.

ii. Strength of Concrete

As will be apparent from the Bill of quantities, the strength of concrete specified is the criteria and the

contractor shall make every effort to obtain the strength by good quality. Control. In case of concrete,

which does not obtain the specified strength at 28 days, such work shall be demolished and

reconstructed to obtain the requisite strengths, as directed by the Engineer-in-charge. It has also to be

ensured that the concrete conforms to the durability requirements viz. all requisite parameters

concerning minimum cement content, maximum free water cement ratio and the specified cover to steel

as well as good workmanship to obtain full compaction of concrete with non honey-combing in the

finished concrete etc. have to be meticulously implemented on the job including fully efficient curing of

concrete surfaces. To determine whether concrete in any particular part of the work is of the requisite

strength or not, test cubes (works test cubes) shall be made from samples collected from the concrete

being poured for the particular part and determined as per acceptance criteria detailed hereinafter. The

salient features for the collection of samples is as indicated below.

Testing of Concrete Cubes for determining Compression strength:

1. Quality

As specified

2. Compression strength

Shall be as specified for the particular type of concrete.

3. Criteria for acceptance of work

Part or element pf concrete work shall be deemed to be acceptable, provided the three cubes tested for 28 days strength conform to the following as per IS 456.

iii. Acceptance criteria of concrete cubes. (As per IS 456)

The Concrete shall be deemed to comply with the strength requirements when both the following conditions are met.

(a) The mean strength – determined from any group of 4 non-over lapping consecutive test:

Page 68: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

(b) Any individual test result complies with the appropriate limits in column 3 of the following Table-A

Table A. Characteristic Compressive Strength Compliance Requirement

Specified Mean of the Group of Individual Test Grade 4 Non-Over lapping Results in N/mm

2

Consecutive Test Results In N /mm

2

1 2 3

M15 ≥ fck + 0.825 X established Standard deviation (rounded Off to nearest 0.5 N / mm

2) ≥ fck –3 N /mm

2

OR

fck + 3 N /mm2

which ever is greater M 20 ≥ fck + 0.825 X established standard deviation (rounded off to nearest 0.5 N /mm

2 ≥ fck – 4 N / mm

2

OR fck + 4 N / mm2

Whichever is greater fck = 28 days characteristic compressive strength

In the absence of established value of standard deviation, the following values of standard deviation

shall be assumed, and attempt should be made to obtain results of 30 samples as early as possible

to establish the value of standards deviation of the specified grade of concrete.

Assumed Standard Deviation Grade of Concrete Assumed Standard Deviation (N /mm

2)

M10 & M15 3.5 M20 & M25 4.0 M30, M35 & Above 5.0

The above values correspond to the site control having proper storage of cement‟ weigh batching of

all materials; controlled addition of water regular checking of all materials‟ aggregate grading and

moisture content; and periodical checking of workability and strength. Where there is deviation from

the table, the values give above shall be increased by 1 N /mm2.

Concrete shall be liable to be rejected if it is porous of honey combed, its placement has been

interrupted without providing a proper construction joint, the reinforcement has been displaced

beyond the tolerance specified or the construction tolerances have not been met. The concrete

shall be accepted only after the contractor carries out suitable remedial measures to the full

satisfaction of the Engineer-in-charge.

In case of doubt regarding the grade of concrete used, either due to poor workmanship or based on

results of cube strength tests, core tests shall be carried out. The points from which cores are to be

taken and the number of cores required shall be at the discretion of the Engineer-in-charge and

shall be representative of the whole of concrete concerned. In no case, however, shall fewer than

three cores be tested in accordance with IS – 516. Concrete in the member represented by a core

test shall be considered acceptable if the average equivalent cube strength of the core is equal to at

least 85% of the cube strength of the grade of concrete specified for the corresponding age and no

individual core has a strength less than 75%.

1.3.8 Quantum of Cubes and testing as per IS 456.

The minimum frequency of sampling of concrete of each grade shall be in accordance with the

following.

Page 69: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

Quantity of Concrete No. of samples

In the work (m3)

1 - 5 1

6 - 15 2

16 - 30 3

31 - 50 4

51 and above 4 + one additional sample for

each additional 50 m3 or part there of.

NOTE: At least one sample shall be taken from each shift. 3 test specimens shall be made from each

sample for testing at 28 days. Additional 3 specimen cubes be cast to determine the strength of

concrete at 7 days.

The direction of the Engineer-in-charge in this regard shall be final and binding.

1.3.9 Cubes:

The size of cubes to be prepared and tested shall be 15 X 15 X 15 cm (6” x 6” x 6”)

Cubes each are intended for testing at 7 and 28 days respectively and determining the strength.

Cubes tested at 7 days should give a strength of not less than 70% of the corresponding strength of

structural members and also for works at various levels. It shall also be collected whenever the usual

quality for a particular strength is suspect. The acceptance criteria of concrete cubes as given above

and in IS: 456 is to be followed. The test results of the sample shall be the average of the strength of 3

specimens. The individual variation shall not be more than ± 15% of the average. If more, the test

results of the sample are invalid.

1.3.10 Preparation and Testing of Cubes:

Casting of cubes, preparation of moulds for the same, processing and curing the cubes and testing the

same shall be as per detailed instruction laid down in the relevant Indian Standard as amended up to

date.

1.3.11 Equipment modules testing etc.

It is entire responsibility of the contractor to prepare and get the cubes tested and provide for all

materials, labour, modules, equipment, faculty and charges for testing etc. The contractor‟s rate for

concrete work shall be deemed to include for these and no extra payment whatsoever is admissible on

this account.

1.3.12 Slump:

The slump cone tests shall be required to be performed to establish workability and the same shall be

carried out free of cost. Suitable Plasticiser / Super plasticiser may need to be used, as directed by the

Engineer-in-charge, in M-20 M-30 & grade RCC to obtain the requisite workability of concrete at the

specified water cement ratio.

1.3.13 Form Work:

Form work shall be properly designed and constructed such that it is rigid enough to remain free from

bulging, sagging or replacement during placing of concrete. It should also be so constructed as to

facilitate removal of the same without damage to concrete. The formwork shall be adequately watertight

Page 70: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

to prevent any loss of liquid and grout. All formwork shall be accurately erected in regard to size, levels

etc. In case of timber form work, the surface of forms in contact with concrete surface shall be wrought.

The joints between boards shall be close fitting and very thin for the concrete surfaces designed to have

exposed finish and not intended to be plastered. Surface of forms coming in contact with concrete shall

be treated with approved emulsions or mineral oil. It shall be ensured that these emulsions do not stain

or discolour the natural colour of concrete.

All form work shall be removed as per latest IS 456. Form work shall be removed without shock or

vibration. Edges of beams and columns if required to have chamfers shall be obtained by suitably fixing

triangular edge beads 20mm x 20mm to the forms. (No extra is admissible to the contractor on account

of these incidental and minor works for sizes up to and including 20mm x 20mm). Likewise where drip

notches are necessary they should be formed by suitably shaped fillets nailed in forms.

Form work for all beams and other horizontal construction members shall be built to an upward camber

of 1/300” of the span (in the center) to nullify the effects of optical

illusion. The camber shall be in addition to such camber as may be required and shown in the Static

Calculations.

The tolerance on the shapes, lines and dimensions shown in the drawings shall be within the limits

given below:

(i) Deviation from specified dimensions of cross-section of columns and beams……………………………..+ 12mm - 6 (ii) Deviation from dimensions of footings

1. Dimensions in plan…………………………+ 50mm - 12

2. Eccentricity………………………………….0.02 times the width of the Of deviation but not more than 50mm.

3. Thickness…………………………………...± 0.05 times the specified Thickness.

(iii) Plumb, specified Batter, the lines & surface of Columns walls etc…………………………….± 12 mm (in 3m of height) ± 18 mm (in 6m of height) & ± 30 mm (in 12m of height)

After the forms have been erected to line and grade, the same shall be meticulously inspected as to

their adequacy. If the forms are not tight, there will be loss of mortar, which shall result in honey-

combing of concrete or a loss of water which shall cause sand streaking. If the inspection reveals

that the forms are not braced sufficiently to stay in alignment during concrete placement, concreting

operation shall not be commenced till the Contractor sets right the deficiencies and the forms re-

inspected and found O.K. it shall also be checked during inspection that the formwork as erected

conforms to the specified line, grade, alignment to the specified tolerance limits. Fully adequate

rigidity of forms is of paramount importance since the tolerance limits specified are for the finished

concrete and not for the forms. Consolidation of concrete by the vibrator requires that the forms be

tight and strong. Stability is a very important consideration in the form work and the Contractor shall

be made to understand that the common deficiencies resulting in failure of formwork.

(i) Inadequate cross bracing: (ii) Inadequate horizontal bracing: (iii) failure to regulate the rate of

placement of concrete in the forms and (iv) abnormal form displacements during & after concrete

placement due to inadequate provision for lateral pressures.

The contractor should ensure that ready access is provided for proper placement of concrete,

vibration of concrete, and for inspection of these operations.

1.3.14 Horizontal Construction Joints :

Page 71: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

A very common blemish on formed concrete surfaces in the off “set” often found at horizontal

construction joints where forms have given way (viz yielded) a fraction of couple of centimeters at

the bottom of the new lift. These off –sets should be prevented by so setting the forms as to fit

snugly & tight against the top of concrete in the previous lift and then securing the forms so as to

remain in tight contact during the concrete placement operation. The anchoring shall be done by

using an ample number of ties and bolts above and within a few centimeters of the construction

joint. The ties in the top of previous lift cannot be relied on to prevent a slight spreading of the forms

at the joint. Forms shall overlap the hardened concrete in the lift previously placed by not more than

about 50 mm, though 25 mm lap is considered satisfactory. The Contractor should take utmost care

to ensure that the construction joints are smooth, free from sharp deviations, projections or edges.

1.3.15 Spalling from the face of concrete :

Occasionally, spalling may occur from the face of concrete when forms are removed. This is often

caused by rough spots on the forms where mortar adheres strongly enough to overcome the tensile

strength of green concrete. Such areas on the forms must be cleaned, polished and the covered

with form oil by the contractor. Wire brushing of timber forms shall be done very carefully to remove

the set-mortar.

1.3.16 Filling of Bolt Holes

(she – Bolts ) or Holes of ties / Rods. The holes left in the concrete surfaces by the She – bolts or

rods etc. shall be duly reamed, cleared, cleaned and filled with – “dry pack mortar” by the

Contractor within a reasonable period of the removal of formwork. Such filling shall be made flush

with the concrete surface. No holes shall be left without the dry-pack mortar filling.

1.3.17 Inspection of Forms :

The Contractor shall inform the Engineer-in-charge well in time (well before commencement of

placement of concrete in the forms) to enable him or his representative to inspect the formwork as

to its adequacy, suitability, alignment, strength and overall fitness. However, such inspection shall

not relieve/ absolve the Contractor of his SOLE RESPONSIBILITY for the proper formwork, and

safety of men, materials, equipment and the consequent results / consequences.

1.3.18 Transporting and Pouring of Concrete :

No mixing of concrete shall be started unless the situation where they are to be poured are

prepared and kept ready. Concrete shall be poured immediately on preparation. Transporting of

concrete shall be done as speedily as possible and also in a manner to prevent segregation of

aggregates. No re-tempered concrete shall be allowed to be used on the works. No concrete shall

be allowed to fall from a height more than 1.2o Mt. Where the concrete is to be placed at more

depth it should be done through chute as directed by Engineer-in-charge.

Lift of concreting shall normally be not greater than 2.00 m in height.

Before fresh concrete is placed against an already cast and hardened section, such surfaces shall

be roughened, swept clean, moistened with water and treated with cement slurry. Fresh concrete

shall then be poured as required. Under no circumstances, concrete mixed for more than 20

minutes shall be used where initial setting has commenced. Dewatering of excavations for

concreting where necessary shall be carried out by the contractor as directed and the rates quoted

by the contractor are deemed to be inclusive of such dewatering. No concreting shall be done in

adverse weather condition without proper precautions or approval from Engineer-in-charge. No

hand-mixing of concrete shall be allowed. In an exceptional / unavoidable circumstance, it shall be

allowed under the specific approval of Engineer-in-charge and that too for a small or restricted

quantity only , and in such a situation, 10% more cement shall be used than that used when

concrete ingredients are machine mixed.

Page 72: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

1.3.19 Consolidation and processing of Concrete :

Concrete for all works shall be compacted by means of suitable vibrating equipment. Spare

vibrators needles which are in complete working condition shall always be kept ready at sites to be

put into commission incase of failure of the vibrators or needles under use. The vibrators shall be

operated by skilled personnel, thoroughly instructed as regards the mode, frequency, duration etc.

regarding vibration.

1.3.20 Finish to concrete surfaces :

Finish to concrete surfaces at various situations shall be as per directions of engineer-in-charge.

Where, form finish is specified, the final surface shall be smooth and even and no-undulations,

ridges, spots etc. shall be permitted. They shall be laid to pattern as directed. In case surfaces

intended and directed for form finish, exhibit any of the defects above mentioned, the surfaces shall

be rubbed with carborundum and finished as directed at the risk and cost of the contractor. The

decision as to the acceptability or otherwise of a surface will be notified by engineer-in-charge and

the contractor will implement the instructions accordingly. The honey-combed concrete shall be

meticulously rectified to the full satisfaction of the engineer-in-charge.

1.3.21 Concrete Cover for Reinforcement :

Where not specifically indicated in the drawings, concrete cover for reinforcement shall be as per

the latest Indian Standards and as per directions at site from time to time. Proper concrete cover

blocks to suite various covers as required shall be provided in adequate numbers sufficiently ahead

of the work.

In respect of the nominal cover to all steel reinforcements including links., it should not be less than

the following to meet the durability requirement ( as per IS 456:2000) :-

Exposure Environment Exposure classification Nominal concrete cover in mm not less than

Concrete surfaces sheltered from saturated air in coastal areas

Moderate 30

Concrete exposed to coastal environment

Severe 45

Concrete exposed to sea water spray / or in contact with aggressive soils / water.

Very Severe 50

The actual cover should not deviate from the required nominal cover by +10mm and -0mm.

1.3.22 Construction Joints :

Construction joints in concrete work shall be provided as far as possible only at predetermined

places in consultation with Engineer- in-charge. Joints shall be provided as specified in latest Indian

standards or as directed by Engineer-in-charge.

1.3.23 Curing :

It is very important that all cement concrete work shall be cured properly. All concrete work shall be

kept continuously in a damp or wet condition by pouring or by covering with a layer of moist sack,

canvas, hession or similar material for a minimum period of 14 days from the date of concreting as

per IS 456, prolonged curing beyond even 14 days shall be desirable (viz keeping the concrete

continuously wet). Since the Water –cement ratio of concrete shall be low (0.45 for RCC M30 grade

concrete & 0.5 for M20 grade concrete as per IS 456:2000 Table 5), it is all the more important to

Page 73: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

ensure prevent of moisture loss from the concrete through fool-proof and prolonged curing. Water

used for curing shall also be free from any deleterious substances and shall generally be fit for

drinking. The work shall be adequately protected from drying, winds and direct sun rays. The

contractor should arrange at his own cost a temporary water supply line with provision of suitable

lines, pump etc. for curing and constructional purpose to reach all heights.

The contractor shall not be allowed to commence the work of concrete placement until he makes all

the curing arrangements to the full satisfaction of the engineer-in-charge (viz. water tanks, pumps,

delivery lines, spray nozzles etc. as well as the requisite crew earmarked specifically for

undertaking curing). Payment for the concrete placed shall be made only after its specified curing

has been done to the full satisfaction of the engineer-in-charge.

1.3.25 Opening and inserts :

All opening and inserts which are designated in due time or as required for services, will be exactly

provided by the contractor including supply of materials. The contractor should also fix the anchors

or such items which may be supplied by the proprietor in exact position and in perfect lines and

levels, inserts apply to such items as timber, dowels, bolts, loop, brackets, suspension, irons,

hooks , screws, plates, pipe, pipe of various types and diameter etc. Openings in concrete or

masonry must be provided in exact location, to correct shape, size and depth or slightly bigger, as

shown in drawings or as instructed. It must be clearly understood that provisions of inserts and

openings as contemplated in this contract are to be carried out with “utmost precision” and any

deviation of the same from that as shown in drawing or instructed have to be rectified by the

contractor at his own cost and responsibility. The contractor should make provision of openings to

deep beams and their members at bottom or at lower level as necessary for cleaning purpose prior

to concreting.

1.3.26 Steel reinforcement:

All reinforcement for concrete work shall be corrosion resistance steel (CRS 42) and conforming

strictly to the latest Indian Standards. They shall be of tested quality. Reinforcement shall be

fabricated to shapes and dimensions shown on the drawing and shall be placed where indicated on

the drawings or required to carry out the intent of drawing and specifications or as directed by

Engineer in charge. Before placing, reinforcement shall be thoroughly cleaned of loose rust, coating

etc. which would result in reducing or destroying the bond. Oiling the bars to clean them is strictly

prohibited. Bending, straightening, cutting etc. operations shall be carried out in a manner not

injurious to the material. Assembly of reinforcement, placing of reinforcement, Tolerance for Cover,

welding of joints etc. shall generally conform to the Indian Standard specifications. IS 456.

1.3.27 Placing of Reinforcement.

Before the reinforcement is placed, the surfaces of bars and the surfaces of any metal bar supports

shall be cleaned of all rust, loose mill scale, dirt grease and any other objectionable matter.

(ii) All reinforcement bars shall be accurately placed in exact position shown in drawings

and shall be securely held in position during placement of concrete by annealed binding

wire, and by using stays, blocks, metal chairs, spacers or other approved devices at

sufficiently close intervals (less than 1 m interval) so that the bars do not sag.

(iii) Wire for binding reinforcement shall be soft and of annealed mild steel of 16 SWG and

shall conform to IS 280

(iv) The bars shall not be allowed to sag between the supports and also not allowed to be

displaced during concrete placement. Also, the contractor has to ensure that no

disturbance is caused to the reinforcement bars already placed in concrete.

Page 74: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

(v) All devices used for positioning of bars shall be of non-corrodible material. Metal

supports shall not extend to the surface of concrete except where shown in the

drawings. Pieces of broken stone or brick or wooden block shall not be used.

(vi) The contractor must ensure that the CONCRETE COVER AS SPECIFIED IS

METICULOUSLY PROVIDED.

All bars protruding from concrete and to which other bars are to be spliced, and

which are likely to be exposed for a long period. SHALL BE PROTECTED BYA THICK

COAT OF NEAT CEMENT GROUT.

(vii) Reinforcing bars of 25 mm in diameter and less may be either lapped or but welded

whichever is considered more practical by the Engineer.

(viii) Reinforcing bars of 28 mm in diameter and larger may be connected by butt welding

provided that the lapped devices will be permitted if found to be more practical than butt

welding and furthermore that the lapping does not encroach on cover limitation or hinder

concrete or reinforcement placement. Electric are welding shall, preferably, be used.

(ix) Tolerance for Cover. Unless specified otherwise, actual concrete cover should not

deviate from the required /specified nominal cover by + 10 mm.

All reinforcement shall be bent cold. Unless otherwise directed, reinforcement

shall not be spliced at points of maximum stresses. Engineer in charge shall be

informed of the same before such splicing is taken up. Laps and splicing shall conform

to the latest Indian Standards.

Reinforcement shall be accurately tied at all intersections and laps with 16 SWG

soft drawn binding wire, such that the reinforcement will give a rigid structure. Binding

wire will not be measured or accounted for separately. The contractor‟s rate for

reinforcement will be measured and paid for according to bending lists without

allowances for cutting, wastage, binding wire etc. authorised laps, hooks, chairs,

spacers etc. shall however be accounted for in case, the contractor or engineer desires

to resort to welding or swivel nuts, there shall however be made as if the laps have been

provided and no extra claim whatsoever shall be admissible on this account

Reinforcement shall be assembled in place with proper concrete cover blocks to

suite various covers as required.

1.3.28 Measurements:

All measurements shall be as given below or where not given as per latest IS : 1200.

Concrete will be compensated for according to its actual volume.

The computation will be based upon the construction plans only and no site

measurements shall be taken for this purpose. All incidental work stated in the Technical

specifications and also dewatering at the time of concreting are deemed to have been included

for in the unit prices quoted by the contractor. Opening with an area larger than 0.1sqm shall be

deducted from concrete quantity and where openings are smaller, these shall not be deducted.

Form work will be measured and paid for according to their contact area. The unit prices

of the forms incorporates all scaffolds, nails, clamps, and all incidental work. Openings with an

area larger than 2m2 shall be deducted from work quantities and the form work required for

sides of such openings shall be paid for. Openings of less than 1 m2 area shall not be deducted

from work quantities and no allowance for from work for sides of such openings shall be made.

Page 75: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

Reinforcement steel will be compensated for according to the approved bending lists

without allowances for cutting, rolling margin and waste. Binding wire, cover blocks etc. will not

be measured or paid for separately. The contractor shall prepare the Bar Bending Schedules

and incorporate the same on the reinforcement drawings as directed and submit it to engineer

in charge for approval.

All openings and inserts which are indicated in drawings and as per requirements for

services shall be provided at exact positions and no payments shall be made for providing or

fixing these. Only such openings or inserts which have not been indicated earlier or such

additional openings / inserts required specially due to changes made by engineer in charge

shall be paid for. Excepting for the above, all other measurements shall be as per stipulations

under the latest Indian Standards Mode of Measurements for Building works.

Information on cement concrete

Sl.

No.

Information Item No.1 of BOQ

Item No.4 of BOQ

Item No.5 of BOQ

Item No.6 of BOQ

Item No.22 of BOQ

1. Type of Mix

(Design mix or nominal mix)

Design Mix Design mix

Design mix Design mix

Nominal mix

2. Grade designation M30 M15 M20 M30 M20

3. Type of cement Slag cement (I.S : 455 )

Slag cement (I.S : 455)

Slag cement (I.S : 455 )

Slag cement (I.S : 455 )

Slag cement (I.S : 455 )

4. Maximum nominal size of aggregates (mm)

20 20 20 20 12

5. Minimum cement content(kg) / m

3 of cement

(for design mix content)

320 - 250 320 -

6. Maximum water cement ratio ( for design mix concrete)

0.45 - 0.50 0.45 -

7. Maximum quantity of water for 50 Kg. Of cement (Nominal mix)

- - 32 - 32

8. Workability

(slump in mm)

100 to 150 (water-free unlined holes) 150 to 200 (for concreting by tremie)

75 to 100 50-75 25-75 -

9. Exposure condition Severe Severe Severe Severe Severe

Page 76: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

1.4 Under reamed Piles :

Latest I.S. specifications to be followed for execution of the items are (1) I.S. 2911 (Part – III &

part IV) . revised, (2) I.S. 455 (3) I.S.-1489, (4) I.S. -456, (5) I.S. 383, (6) I.S. 1786 & (7) I.S. -

2720.

1.4.1 General: At the time of filling his tender, the contractor shall visit and inspect existing site to

examine the nature of ground, type of soil levels etc. No claim or allowance what so ever shall

be admissible on this account or on account of omissions in the levels or the description of the

ground turning out to be different from what was shown on the drawings.

1.4.2 Setting out: The contractor shall locate and layout all the piles at his own cost or as per

drawings and approval of the Engineer in charge. If at any time during the progress of the work

any error shall appear or arise in the position, levels, divergence & alignment of any part of the

work, the contractor on being required to do so by the engineer in charge shall at his own cost

rectify such errors to the satisfaction of the engineer in charge unless such error is based on

incomplete data supplied to the contractor. The contractor shall carefully protect all bench

marks. Pillars, sight rails, pegs and other things used tin setting out.

1.4.3 Material:

i. Concrete: The concrete for piling work shall be controlled as per specifications for the

cement concrete and of grade specified on the drawings.

ii. Reinforcement: The reinforcement for piling work shall be as per specifications for the

cement concrete and of grade specified on the drawings.

iii. Bentonite : Bentonite as brought to the site and prior to mixing shall be in accordance

with the following specifications :

(a) a certificate is to be obtained by the contractor from manufacture of the bentonite

powder stating the manufacturer‟s consignment and the properties of consignment as

determined by the manufacturer. The certificate shall be made available to the engineer in

charge on request.

(b) The bentonite powder shall be mixed thoroughly with clean fresh water. The percentage

of bentonite used to make the suspension shall be such as to maintain the stability of the

excavation trench / bore.

(c ) Control tests are to be carried out on the bentonite suspension using suitable apparatus

to determine.

A. The density

B. The viscosity

C. The shear strength

D. The PH value of the freshly mixed bentonite

These tests shall be carried out initially until consistent working pattern has been

established.

1. When the tests show consistent behaviour some or all tests maybe discontinued at the

discretion of the engineer in charge.

2. Prior to placing concrete the contractor shall ensure that contaminated bentonite

suspension has not accumulated in the bottom of the trench to impair the free flow of

concrete. The contractor shall state the method of testing checking this item along with

Page 77: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

the tender and obtain approval of the engineer in charge prior to commencement of the

work.

3. The temperature of the water used in mixing bentonite suspension and of the

suspension and of the suspension supplied to the trench excavation shall not be less

than 5 deg. Centigrade.

4. During construction the level of the bentonite suspension in the trench shall be

maintained within the depth of the guide walls and at a level not less than 1.0 m. above

the level of external standing water if any.

5. In the event of the sudden loss of bentonite suspension, the trench shall be backfilled

without delay and the instruction of the engineer-in-charge shall be obtained on further

course of action.

6. Where saline or chemically contaminated water is encountered, special measures shall

be taken as desired by the Engineer-in-charge.

7. All reasonable steps shall be taken to prevent the spillage of bentonite suspension on

the site away from the immediate vicinity of the wall. Discarded bentonite and

suspension, which has been pumped from the trench, shall be immediately removed

from the site.

1.4.4 Piling System.

i. These specifications cover only bored cast-in-situ under reamed piles.

ii. Termination levels of piles shall be as shown on the drawings or as decided by the

engineer-in-charge during the progress of construction keeping in view the initial test result.

iii. In order to satisfy himself about the adequacy of the proposed length and anticipated safe

load carrying capacity of the piles the contractor shall examine the soil data available with

the engineer-in-charge.

iv. A pile capacity assumed by the contractor in his quotation whether it is the one that is given

in the drawing or is the one computed by him will be guaranteed by him.

v. The assumed safe carrying capacity of the piles shall confirm to relevant I.S. specification

for working piles.

vi. If the interpretation of load test indicates that the safe bearing capacity of the piles is less

than the assumed and guaranteed by the contractor additional piles will be provided by the

contractor at his own cost.

vii. The contractor shall guarantee safe bearing capacity of all piles.

1.4.5 Under Reamed Piles:

i. Under reamed piles shall generally be in accordance with the relevant provisions of IS 2911.

ii. The diameter of the under reamed bulb shall be 2.5 times the diameter of the pile stem.

iii. Unless shown the center to center spacing to the piles shall not be less than twice the

diameter of the bulb.

iv. The piles shall be designed to carry compressive as well as up lift forces due to ground water

head.

v. The theoretical calculation of the load carry capacity and the uplift or anchorage capacity of the

piles based on the soil conditions shall be submitted to the Engineer-in-charge.

Page 78: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

vi. Effect of grouping the piles shall be considered in the design calculations.

vii. The Engineer-in-charge reserves the full right of demanding modification or complete revision of

design calculations submitted by the contractor.

viii. The Engineer-in-charge reserves the full right to adjust the bearing capacity of the piles

depending on the performance of test loading.

1.4.6 Construction of Techniques:

i. Safety of existing structure: The contractor shall take every precaution to avoid damage to the

existing structures in the vicinity as a result of construction of pile foundations. All claims arising

out of damage to the existing structure due to the construction of piles shall be done by

contractor.

ii. Bore holes: Boreholes shall be made by any standard method. The contractor will submit along

with the tender a description of the equipment and of the method of the boring he proposes to

use for checking and approval by the Engineer-in-charge.

iii. If high water table is encountered causing possible instability of the bores, boring and under

reaming shall be carried out using a suitable fluid such as betonies slurry. In addition normal

spiral or modified augers having arrangements to avoid back suction shall be used.

1.4.7. Placing of Concrete:

i. The boreholes shall be cleaned of all soil cuttings and sediments before placing concrete.

ii. Concrete shall be placed through a funnel so as to fill the entire volume of borehole without

formation of voids. Mechanical vibrators shall not be used.

iii. Under water concreting shall be carried out by displacement method and a termite pipe of

diameter of not less than 15 cm having suitable protective arrangement at the lower end may be

used.

iv. The minimum pile stem diameter for under water concreting shall be 25 cm.

v. The volume of concrete placed shall be observed in the case of first few lines. The average

figure thus obtained shall be used to check possible undue variations in the volume in the

subsequent piles. In case of significant variations, the contractor shall investigate the possible

causes to the complete satisfaction of the Engineer-in-charge whose decision in this regard will

be final and binding on the contractor.

vi. When using the bentonite slurry technique utmost care shall be taken to avoid mixing of slurry

with concrete. In any case the method of concreting shall be subject to the approval of the

Engineer-in-charge.

1.4.8 Finish Pile Heads:

i. The top of the piles shall be brought up above the specified cut off level by at least 30cm. To

permit all the laitance and weak concrete to be removed and to ensure that the pile can be

properly keyed into the pile cap by a minimum of 5 cm. This additional concrete shall not

however be paid extra.

ii. The reinforcement in the pile shall be exposed for a length of at least 50 times the diameter

of the Tord steel used or as specified in the drawings beyond the theoretical point of cut off

of the pile to permit to be adequately bended into the pile cap.

Page 79: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

1.4.9 Control of Alignment and Tolerances:

i. Errors in setting out shall not exceed 12mm, measured horizontally from the center of the

piles.

ii. If the piles are not found to be in the exact position or out of plumb by more than 1% or if

they are found to be skew or defective in any other manner, they shall be rejected and the

decision of the Engineer-in-charge will be final and binding in this regard.

1.4.10 Defective Piles:

i. The Engineer-in-charge will have full authority to reject any pile at the time of chipping of

excess concrete to bring the level of the pile head to the cut off level, in case it is found

that,

a. Diameter of the pile at the cut off level is smaller than the diameter specified.

b. Location of the pile is outside the limitations prescribed in these specifications.

c. Concrete at the cut off level is of poor quality or is of less strength than had been

specified.

d. Diameter of bars, spacing, shapes or lengths of piles reinforcement do not conform to

details given in the drawings or the reinforcement cage is disfigured, distorted, displaced

or other wise damaged in any manner.

e. Anchorage length of the reinforcement bars at the cut of level is inadequate.

ii. The contractor shall make good the piles, pull out the piles or provide new piles in place

of the rejected piles at his own cost and without any additional cost to the client even if

the pile had been accepted at the time of boring. The final acceptance of all piles shall

be made after the pile head has been brought to the cut off level, all reinforcement

required to be embodied in pile cap exposed and after all measurement have been

completed vis a vis the layout of the piles.

1.4.11 Load Tests:

i. Testing Procedure: The contractor, along with his tender, shall submit a description of

his procedure for carrying out load tests. The engineer-in-charge reserves the full right

to demand a modification of the test procedure proposed by the contractor at no extra

cost.

ii. Number of Initial test Piles: To determine the safe load of a pile or group of piles the

cyclone shelter as per IS 2911 (Part IV). No payment shall be made for initial test piles

and it‟s testing. The contractor should include in his rate his expenditure towards initial

load test piles and initial load testing.

iii. Routine Load test: Routine test shall be conducted on 2% of the total number of piles,

for which the contractor will be paid as per relevant items in the BOQ.

iv. Equipment: The contractor shall provide all necessary equipment for applying specified

vertical load on the top of the test pile and for measuring the settlement of the pile.

v. Loading device: the device for giving the vertical load shall be of suitable design to avoid

impact, lateral forces, tilting etc. and shall have an arrangement for gradual application of

load and for readings at close intervals. The load shall be in the form of suitable Kent

ledge.

vi. Apparatus for measuring settlement: The apparatus for measuring settlement shall consist

of a dial gauge permitting a reading of 0.02 mm accuracy. The dial gauges shall be fixed

to the datum bar whose ends rest upon non-movable supports. The supports for datum

Page 80: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

bar with reference to which the settlement of the pile would be measured shall be at least

5 d away, clear from piles, “d” being the diameter of the piles.

vii. Loading procedure: the head of the pile shall be at the cut off level and shall be capped in

such a manner as to prepare a horizontal place – bearing surface. The maximum test load

shall be twice the anticipated working load on the pile Alternative loading and un loading

shall be carried out for 25, 50, 75, 100, 125, 150, 175, 200 percent of the anticipated safe

test load. Settlement and time shall be recorded in the beginning and end of loading and

also for at least 2 hours after completion of each loading and unloading.

viii. Sustained loading: The maximum test load of twice the anticipated working load on the

pile shall be applied in increments of 25, 50, 75, 100, 125, 150, 175, and 200 per cent of

the anticipated working load. Settlement reading shall be taken to the accuracy of 0.02

mm before and after the application of each new load increment. Additional load shall not

be applied until the rate of settlement under the previous increments is less than 0.02 mm

per hour or 2 hours have elapsed which ever occurs first. When loading has been

completed, the full test load shall remain on the pile for 24 hours or for a longer period if

the necessity is there or if indicated by the rate of the settlement of the pile and settlement

reading shall be taken during and at the end of the period. During the unloading of the

pile, the rebound shall be measured when the load remaining on the pile amount to 75,

50, 25 and 0% of the full test load with decrements of load released at not less than half

hour intervals and with measurements of the rebound being released at not less than half

hour intervals and with measurements of the rebound being made immediately before and

after each decrement. The final rebound shall be recorded 24 hours after the entire test

load has been removed.

ix. Reports: The contractor shall submit the report of the load test, which shall include the

following information.

a) A description of the soil condition at the location of each test pile.

b) A description of the pile and its boring record including boring time, rate,

types of soil strata encountered and the stability of the sides, density of the bentonies

used and any other relevant data.

c) A tabulation of the loads and settlement readings during the loading and

unloading of the pile.

d) Time load settlement curves.

e) Remarks concerning unusual occurrences if any during boring or loading of piles.

1.4.12 Basis of measurement:

i. The length of the pile shall be measured from the theoretical cur-off point of the pile to

its termination level.

ii. The length of the empty boring will be measured from the top of existing ground level at

the time of starting of the particular pile to top of the theoretical point if cut off of the

particular pile.

iii. The rate for the piles shall include the boring concreting with slump as per IS

specifications complete in all respects in respective of the construction technique used

unless otherwise specified in the schedule of quantities.

iv. The rate for load testing shall include the cost of all different operations involved like

arrangements of the equipment including all Kent ledge, or dial gauge as well as

preparation and furnishing of reports complete in all respect.

Page 81: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

v. The payment for the routine test pile or group of piles shall be made to the contractor

only when the test is found to be satisfactory. For tests, which are found to be

unsatisfactory, or which are not completed due to any reason whatsoever, no payment

shall be made to the contractor.

1.4.13 Interpretation of test results:

i. All test results and piling records shall be submitted to the engineer-in-charge in

duplicate for his confirmation.

ii. Test results shall generally be interpreted is per relevant Indian Standard Code of

practice. The engineer-in-charge may refer the test results to the consultants for their

opinion and decision.

1.5 MASONRY

1.5.1 Materials:

i. Brick:

(a) All bricks shall be table moulded, burnt bricks of required class & quality. They shall be hard

sound and well burnt with sharp edges and of uniform sizes & shapes. Bricks shall be a neither

under burnt nor over burnt and shall be free from cracks, stone floats, or other such defects.

(b) When immersed in water for 24 hours, a brick shall not absorb more water than 20% of its dry

weight. All bricks shall be identical / equal to samples submitted and approved by Engineer-in-

charge before the commencement of the work. Crushing strength of the class bricks shall not be

less than 75kg. / cm2. Metallic sound of brick is also a criteria for the above class and quality.

ii. Sand

IS gradation of sand for masonry and plastering work should be as follows:

The sand shall be well graded so as to impart good workability and good finishing. The gradation

requirement of sand shall be as follows:

1. Sand for masonry work( As per IS 2116)

Sl.

No.

IS Sieve size Percentage of passing by weight

1. 4.785 mm 100

2. 2.36 mm 90-100

3. 1.18 mm 70-100

4. 600 microns 40-100

5. 300 microns 5-70

6. 150 microns 0-15

2. Sand for Plastering (As per IS 1542)

Sl.

No.

IS Sieve size Percentage of passing by weight

Page 82: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

1. 10 mm 100

2. 4.75 mm 95-100

3. 2.36 mm 95-100

4. 1.18 mm 90-100

5. 600 microns 80-100

6. 300 microns 20-65

7. 150 microns 0-50

iii. Cement: As described under clause 1.3.2 of technical specification

iv. Additives :

Additives, like integral water proofing compounds, shall be of the approved type from

reputed manufacturers. These shall be used strictly in accordance with the manufacture‟s

instructions/ specifications. The additives shall confirm to IS 9103.

1.5.2 Samples:

When demanded by engineer-in-charge, the contractor shall produce samples of materials /

carryout samples of work for Engineer-in-charge. All materials used as also works carried out

shall conform to the quality of approved samples Production of these samples shall be at

contractors cost.

1.5.3 Brick masonry:

Brick shall be soaked in clear water for at least six hours in a vat before use. The average

water absorption of brick after immersion in water shall not be more than 20 % by weight.

Bricks shall be laid in English bond unless specified otherwise. No half or quarter brick shall

be used except as closures. Bricks shall be accurately raised to plumb.

Brick work shall be raised uniform all round and no part shall be raised more than 1 meter

above another at any time. And the work shall be properly toothed and racked back.

In case of 12.5 cm thick brick walls, hoop iron reinforcement 25mm x 12 to 16 gauge or wire

netting reinforcement shall be provided in every fourth course. The reinforcement shall be

properly bedded in mortar, properly lagged etc. all as directed.

The contractor will have to build in holdfast and such other fittings in brick work without extra

cost.

Joints in brick work shall not be more than 10 mm thick. Brick work shall not be raised more

than 10 to 12 courses a day. The work shall be kept watered thrice a day for 10 days and

afterwards twice a day for 3 weeks. All joints shall be thoroughly flushed with mortar at every

course. Care shall be taken to see that bricks are properly bedded and all vertical joints

completely filled to the full depth. The joining of brick work shall be hauled out to a depth not

less than 10 mm as the work proceeds. The surface of brick work shall be cleaned down and

watered properly before the mortar sets.

Construction joints are to be provided at an interval of 30m in case of boundary wall or where

the length of brick wall is long.

Page 83: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

The contractor shall also make or leave holes recesses as required and fill in the same at a

later date with lean concrete of m.5 as directed with no extra cost.

“FALG” bricks of proper size & quality as approved by engineer-in-charge can be used in

walls in place of clay bricks. Hollow concrete blocks of approved size, strength& quality can

also be allowed to be used in masonry as approved by engineer-in-charge at site in place of

clay bricks.

1.5.4 Measurements:

i. General

All the rates quoted by the contactor shall be for a fully finished item of work and shall include for all

material, labour, miscellaneous works like storage, loading / unloading, scaffolding, hoisting gear

etc. and also all taxes, duties, overhead, profits, etc.

ii. Masonry

Accounts on masonry shall be settled on the basis of cubic meters or square meters as indicated in

the bill of quantities. Quantities will be decided on the basis of pertinent plants. Openings and

recesses which exceeds 0.10 cum will be deducted from the quantities. Openings left initially on

specific instructions or as required shall be closed at a later date, if so instructed by Engineer-in-

charge, at no extra cost. Similarly, all openings, recesses, grooves etc, shall be provided at no extra

cost. All materials supplied by clients shall be fixed in masonry free of charge.

1.6 Wood work and joinery:

1.6.1 Timber:

i. Unless otherwise specified all timber for frames of door, windows & ventilators should be

best quality sal wood. The timber should be free from knots, shakes, fissure, flaws, sub-

cracks & other defects. The surface shall be smooth & free from blemishes & discolorations.

ii. All timber for carpentry and joinery in touch with masonry or concrete shall be painted with

wood preservative before fixing.

iii. All fully fabricated timber shall be seasoned and chemically treated. The preparation of

timber for joinery is to commence simultaneously with the beginning of the project work

generally and should proceed continuously until all the wood work is prepared and fixed /

stacked on/ near the site as the case may be.

1.6.2 Workmanship and Construction:

a) The workmanship shall be first class and to the approval of the Engineer-in-charge.

Scantling and boardings shall be accurately sawn and shall be of required width and

thickness. All carpenters work shall be wrought except where other wise described. The

workmanship and joinery shall be accurately set out in strict accordance with the drawing

and shall be framed together and securely fixed in approved manner and with properly

made joints. All work is to be properly made joints. All work is to be properly tenoned,

shouldered wedged, pinned, braded etc. and properly glued with approved quality

adhesive to the satisfaction of the Engineer-in-charge. Door / window frames shall have

cut rebates. Planted rebated shall not be permitted. Where door frames are fixed flush

with plaster to walls, wooden cover mould of 40mm x 12 mm to be provided.

b) Doors, windows Frames :

c) The specification for frames of doors, windows, ventilators and clear story windows are

described here. The frames shall wrought, framed and fixed in position as per detailed

drawing and as directed by the engineer in charge. Specified timber shall be used, and it

Page 84: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

shall be sawn in the direction of the grains. Sawing shall be truly straight and square. The

scanting shall be planed smooth and accurate to the full dimensions, rebates, rounding

and mouldings as shown in the drawings made, before assembling. Patching or plugging

of any kind shall not be permitted except as provided. A tolerance of 2 / 3 mm shall be

allowed in the finished cross section dimensions of door and windows frames.

d) Joints :

e) These shall be of mortise and tenon type, simple, neat and strong. Mortise and tenon

joints shall fit in fully and accurately with out wedging or filling. The joints shall be glued,

framed, put together and planned with hard wood or bamboo pins not less than 10 mm

diameter after the frames are put together in position by means of a press.

f) Glueing of joints :

g) The contact surface of tenon and mortise joints shall be treated before putting together

with synthetic resin adhesive of make, approved by the engineer.

h) Fixing in Position :

i) Before the frames are fixed in position, these shall be inspected and passed by the

engineer. The frame shall be placed in proper position and secured to walls or columns as

the case maybe with metallic fastener, iron hold fasts as per direction of the Engineer-in-

charge.

j) Incase of door frames without sills the vertical members shall be embedded in the flooring

to its full depth. When sills are provided,. these sills shall be embedded and sunk in the

floor to its full depth. The door frames without sills while being placed in position, shall be

suitably strutted and wedged in order to prevent warping during construction. the frames

shall also be protected from damage, during construction.

1.6.4 Measurement:

Wood work wrought and framed shall be measured for finished dimensions. No allowance shall be

made for wastage and for dimensions supplied beyond those specified. Length of each peace shall be

measured over all nearest to one cm, so as to include projections for tenons, scarps or meters, width or

thickness shall be measured to the nearest mm.

In case of moldings, rounding, rebates, circular and varying section, the sectional area of the piece shall

be taken as the area of the least square of the rectangle from which such a section can be cut.

Rate:

The rate is to include the cost of all materials required and labour involved in all the operations,

described above.

1.6.5 Paneled Shutter:

a) General :

Solid wood panel for shutters shall be pattered and sized as specified. Where ever possible each

panel shall be in a single width piece. But where two pieces were used, width of each panel should

not be less than 12.5 cm. When made from more than one piece, the pieces shall be jointed with a

continuous tongued and grooved joint and glued together and a reinforced with metal dowels. The

grains of solid panel shall be framed in to grooves to the full depth of the grooves leaving in air

space of 1.5 mm and the faces shall be closely fitted to the sides of the grooves. Moldings to the

edge of panel opening shall be scribed at the joints. Approved sample should be kept at the site

office as per direction of engineer.

Page 85: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

b) Joinery work:

Joinery work shall be started immediately, after the commencement of the buildings work. All pieces

shall be accurately cut and planed smooth to the full dimensions without any patching or plugging of

any kind. Rebates rounding and moldings as shown in drawings shall be made before assembling.

The thickness of styles and rails shall be as specified for the shutters. All members of the door

shutters shall be straight without any warp or bow and shall have smooth, well planed faces at right

angles to each other. The corners and edges of planed faces should be at right angles to each

other. The corners and edges of panels shall be finished as shown in drawings, and these shall

have mitered joints with the styles. Styles and rails shall be properly and accurately mortised and

tenoned. Rails which are more than 180 mm in width shall have two tenons. Styles and end rails of

shutters shall be made out of one piece only. The tenons shall pass through styles of at least 3/4th

of the width of the style. When assembling a leaf, styles shall be left projecting as a horn. The styles

and rails shall have 12 mm grove in paneled portion for the panel to fit in.

The depth of rebate in frames for hosing the shutters shall in all cases be 1.25 mm and the rebate in

shutters for closing in double shutter doors or windows shall not be less than 2 cm in the case of

double leafed shutters, the meeting of the styles shall be rebated 20 mm. The rebate shall be

splayed.

The joinery work shall be assembled and passed by the Engineer-in-charge and then the joints shall

be pressed, and secured by bamboo pins of about 6 mm diameter. The horns of styles shall be

sawn off.

c) Tolerance:

The finished work with a tolerance of + 1 mm in thickness + 2/3 mm in width of styles and rails shall

be accepted.

d) Grounding of joints:

The contact surface of tenon and mortis joints shall be treated before putting together with bulk type

synthetic resin adhesive of a make approved by the Engineer. Shutters shall not be painted, oiled or

otherwise treated, before these are fixed in position and passed by the Engineer-in-charge.

Mountings and glazing bars shall be stationed to the maximum depth of 25 mm, whichever is less.

Thickness of each tenon shall be approximately one third the finished thickness of the members

and the width of each tenon shall not exceed five times its thickness.

e) Beading:

Timber, plywood, hard board and particle board panels, shall be fixed only width grooves but

additional beading may not be provided either on one side or on both sides. In so far as glass is

concerned, beading shall always be provided without grooves. Where beading is provided without

grooves, the beading shall be only one side, the other side being supported by rebate from the

styles. For external doors and windows beading shall be fixed on the outside.

f) Fittings:

Details of fittings to be provided as per the schedule of fittings.

1.6.6 Measurements:

Length and width of the shutters shall be measured to the nearest cm in closed position covering

the rebates of the frame but excluding the gap between the shutter and the frame. Overlap of two

shutters shall not be measured. All work shall be measured net as fixed.

No extra payment shall be made for shape joints etc.

1.6.7 Rate:

Page 86: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

It includes the cost of all materials and labour involved in all the operations described above.

1.6.8 PVC Door Frame:

PVC Door Frame shall be made out of PVC section in an overall size of 40 mm x 58 mm having

multi chamber cross section with a minimum wall thickness of 2.5 mm + 0.3 mm to miter cut at the

corner and welded. The frame shall be reinforced with steel or other appropriate materials as per

requirement.

1.7 CEMENT PLASTERING (Internal & External):

The cement plaster shall be 8 mm, 12mm or 20mm or any thickness as specified in the item.

i. Scaffolding:

For all exposed brick work or tile work, double scaffolding having two sets of vertical supports shall

be provided. The supports shall be sound and strong, tied together with horizontal pieces over

which scaffolding planks shall be fixed. For all other brick work in buildings, single scaffolding shall

be permitted. In such cases the inner end of the horizontal scaffolding pole shall rest in a hole

provided only in the header course for the purpose. Only one header for each pole shall be left out.

Such holes for scaffolding shall, however, not be allowed in pillars / columns less than one meter

width or immediately near the skew portion of arches. The holes left in masonry works for

scaffolding purposes shall be filled with lean concrete and made good before plastering.

ii. Preparation of surface:

The joints shall be raked out properly. Dust and loose mortar shall be brushed out. Efflorescence if

any shall be removed by brushing and scarping. The surface shall then the thoroughly washed with

water, cleaned and kept wet before plastering is commenced.

In case of concrete surface if a chemical retarder has been applied to the formwork, the surface

shall be roughened by wire brushing and all the resulting dust and loose particles cleaned off and

care shall be taken that none of the retarders is left on the surface.

iii. Application of Plaster:

Ceiling plaster shall be completed before commencement of wall plaster.

Plastering shall be started from the top and worked down towards the floor. All scaffolding pole

holes shall be properly filled in advance of plastering as the scaffolding is being taken down. To

ensure even thickness and true surface, plaster about 15 cm x 15 cm shall be first applied,

horizontally and vertically at not more than 2m. intervals over the entire surface to serve as gauges.

The surfaces of these gauged areas shall be truly on the plane of the finished plaster surface. The

mortar shall then be laid on the wall, between the gauges with trowel. The mortar shall be applied in

a uniform surface slightly more than the specified thickness. This shall be beaten with thin strips of

bamboo about 1 meter long to ensure thorough filling of the joints, and then brought to a true

surface, by working a wooden straight edge reaching across the gauges, with small upward and

side ways movements at a time. Primarily the surface shall be finished off true with trowel or

wooden float according as a smooth or a sandy granular texture is required. Excessive trowel in or

over working the float shall be avoided. During this process, a solution of like putty shall be applied

on the surface to make the later workable.

All corners, angles and junctions shall be truly vertical or horizontal as the case may be and shall be

carefully finished. Rounding or chamfering corners, junctions etc. where required shall be done with

out any extra payment. Such rounding or chamfering shall be carried out with proper templates to

the sizes required.

Page 87: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

In suspending work at the end of the day, the plasters shall be left out clean to line both horizontally

and vertically, when recommencing the plastering, the edge of the old work shall be scraped

cleaned and wetted with lime putty before plaster is applied to the adjacent areas, to enable the two

to properly joint together. Plastering work shall be closed at the end of the day on the body of wall

and not nearer than 15 cm to any corners. Its shall not be closed on the body of the features such

as plasters bands and cornices nor at the corners. Horizontal joints in plasterwork shall not also

occur on the parapet tops and copings as these invariable lead to leakage.

No portion of the surface shall be left out initially to be patched up later on.

Finish:

The plaster shall be finished to a true and plumb surface and to the proper degree of

smoothness as required. The works shall be tested frequently as the work proceeds with a true

straight edge not less than 2.5.m long and with plumb bobs. All horizontal lines and surfaces

shall be tested with a level and all jambs with a plumb bob as the work proceeds.

iv. Thickness:

The thickness of the plaster specified shall be measured exclusive of the thickness of the key

i.e. grooves or open joints in brickwork. The average thickness of plaster shall not be less than

the specified thickness. The minimum thickness of any portion of the surface shall not be less

than the specified thickness by more than 3mm. The average thickness should be regulated at

the time of plastering by keeping suitable thickness of the gauges. Extra thickness required in

dubbing behind rounding of corners at junctions of wall or in plastering of masonry cornices etc.

will be ignored.

Curing shall be started 24 hrs after finishing the plaster. The plaster shall be kept wet for a

period of 7 days. During this period it shall be suitably protected from all damages at the

contractor‟s expense by such means as the engineer may approve. The dates on which

plastering is done shall be legibly marked on the various section plastered so that curing for the

specified period thereafter can be watched.

Any cracks which appear in the surface and all portions, which sounds hollow when tapped or

are found to be soft or other wise defective, shall be cut out in rectangular shape and re done as

directed by the Engineer-in-charge.

1.8 CEMENT PLASTER WITH A FLOATING COAT OF NEAT CEMENT:

The cement plaster shall be 8mm, 12mm or 20mm 16 mm thick, finished with a floating coat of

neat cement, as described in the item.

When the plaster has been brought to a true surface with the wooden straight edge, It shall be

uniformly treated over its entire area with a paste of neat cement and rubbed smooth, so that

the whole surface is covered with neat cement slurry 1.5mm thick while the plaster surface is

still fresh. Smooth finishing shall be completed with trowel immediately and in no case later than

half an hour adding water to the plaster mix.

1.9 CEMENT CONCRETE FLOORING:

1.9.1 Cement Concrete:

i. General:

Cement concrete of specified mix shall be used and it shall generally conform to the

specifications described in plain concrete.

ii. Sub-Grade:

Page 88: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

Flooring shall be laid on concrete sub-grade where so provided. The sub-grade shall be

provided with the slopes required for the flooring. Flooring in verandas, , baths, water closets

and courtyards shall invariably be provided with suitable slope to drain off washing and rain

water.

If the sub-grade consist of concrete, it shall be allowed to set for 7 days and the flooring shall be

laid in the next 3 days.

If the sub-grade is of lean cement concrete, the flooring shall be commenced preferably within

48 hrs of the laying of sub-grade. The surface of the sub-grade shall be roughened with steel

wire brushes without disturbing the concrete. Before laying the flooring the sub-grade shall be

wetted and smeared with a coat of cement slurry at 2 Kg. of cement spread over an area of 1

m2 so as to get a good bond between the sub-grade and concrete floor.

If the cement concrete flooring is to be laid directly on the RCC slab, the surface of RCC slab

shall be cleaned and the laitance shall be removed and a coat of cement slurry at 2 kg of

cement per sqm shall be applied so as to get a good bond between RCC slab and concrete

floor.

Thickness of floor shall be as specified in the description of the item.

iii. Laying:

Panels:

Flooring of specified thickness shall be laid in the pattern as given in the drawings or as directed

by the engineer. The border shall have metered joints at the corners of the rooms and

intermediate joints shall be in the straight line with the panels. The panel shall be of uniform

size.

The panel shall be bounded by wooden angle iron battens. The battens shall have the same

depth as the concrete flooring. These shall be fixed in position, with their top at proper level,

giving required slopes. The surface of the batten or flats, to come in contract with the concrete

shall be smeared with soap solution or non-sticking oil (form oil or raw linseed oil) before

concreting. The floorings shall butt against the masonry wall, which shall not be plastered.

The concreting shall be done in the manner described in plane cement concrete. The battens

used for shuttering, shall be removed on the next day of the laying of cement concrete. The

ends thus exposed shall be repaired, if damaged, with cement mortar 1:2 ( 1 cement 2 coarse

sand) and allowed to set for minimum period of 24 hour the alternate panels shall then be

cleaned of dust, mortar droppings etc. and concrete laid. While laying concrete, care shall be

taken to see that the edges of the previously laid panels are not damaged and fresh mortar is

not splashed over them. The joints between the panels should come out as fine and straight

lines.

iv. Finishing:

The finishing of the surface shall follow immediately after the occasion of beating. The surface

shall be left for some time, till moisture disappears from it. Excessive trawlingshall be avoided.

Use of dry cement or cement and sand mixture sprinkle on the surface to stiffen the concrete or

absorb excessive moisture shall not be permitted.

Fresh quantity of cement shall be mixed with water to form a thick slurry and spread over of

flooring while the concrete is still green. The cement slurry shall then be properly pressed and

finished smooth.

v. Curing:

Page 89: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

The curing shall be done for a minimum period of 10 (ten) days. Curing shall not be commenced

until the top layer has hardened. Covering with empty cement gunnies shall be avoided as the

color is likely to be bleached with the remnants of cement matter from the bags.

vi. Precautions :

Flooring in lavatories and bath rooms shall be laid after fixing of water closets and squatting

pans and flooring traps. Traps shall be plugged, while laying the floors and opened after the

floors are cured and cleaned. Any damage done to S.C.‟s squatting pans and floor traps during

the execution of work shall be made good.

The floor shall be protected from any damage during the execution of work.

vii. Measurements:

Length and breadth shall be measured correct to a cm and its area as laid shall be calculated in

sqm correct to two places of decimal. Length and breadth shall be measured before laying

skirting dado or wall plaster. No deduction shall be made nor any extra paid for any opening in

the floor of area up to 0.10 m2.

viii. Rate:

The rate shall include the cost of all materials and labour involved in the operations described

above including application of cement slurry on RCC and or on sub-grade including roughening

and cleaning the surface. Nothing extra shall be paid for laying the floor at different levels in the

same room or count yard and rounding of edges of sunk floors.

In case the flooring is laid in alternate panels, it includes the cost of shuttering.

1.9.2 a. Glazed ceramic tile flooring

b. Glazed ceramic tile fixing:

6 mm thick glazed ceramic tiles of approved size and colour upto 2100 mm height from floor

level of approved make confirming to IS : in Dado /Skirting in toilets. Ground Floor fixed in neat

cement slurry after soaking the tiles in water over 12 mm thick cement plaster (1:3) with white

cement pointing in joints, including washing and cleaning with oxalic acid etc. complete.

1.9.3 Kota stone flooring

Kota stone flooring with 25 mm thick kota stone dressed and polished tiles bottom coated with

neat cement slurry and fixing in flooring on 25 mm thick bed of cement mortar (1.3) mix and

joints filled with grey cement slurry, properly leveled, washed, acid cleaned and polished.

1.10 WHITE WASHING

i. Materials:

White wash shall be prepared from 5 parts of stone lime and 1` part of shell lime . The lime shall

be dissolved in a tub with sufficient quantity of water ( about 4/5 liters / kg.) lime and the shole

thoroughly mixed and stirred until it attains the consistency of thin cream. The wash shall be

taken out in small quantities and strained through a clean course cloth. Clean gum dissolved in

hot water shall then be added in suitable proportion of 2 kg. Per m3. Of lime to prevent the white

wash coming of easily when rubbed. Indigo as necessary shall be mixed as per standard

practice and as per the direction of Engineer-in-charge.

Preparation of Surface.

Page 90: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

The surface shall be prepared removing all mortar droppings and foreign matter and thoroughly-

cleaned with hair or fiber brush or other mean as may be ordered by the Engineer-in-charge to

produce an approved clean and an even surface. All loose pieces and scales shall be scrapped

off and holes racks etc. stopped with mortar to match with the surrounding finish. The matter

should be cured sufficiently.

ii. Application of white wash:

On the surface so prepared, the white wash shall be laid on with a brush, shall be from top

downwards, another from bottom upwards over the first stroke and similarly one stroke from the

right and another from the left over the first brush before it dries. This will form one coat. Each

coat must be allowed to dry and shall be subject to inspection and approval before the next coat

is applied. When dry, the surface shall show no signs of cracking. It shall present a smooth and

uniform finish free from brush marks and it should not come off easily when rubbed with a

finger, minimum 3 coats of white wash shall be applied or as directed by the Engineer-in-

charge.

No portions in the surface shall be left out initially, to be patched up later on.

For new work, the white washed surface shall present a smooth and uniform finish. Doors,

windows, floors and other articles of furniture etc. shall be protected from being splashed upon.

Splashing and droppings, if any, shall be removed and the surfaces cleaned. Apart from other

factors, mentioned else where in this contract, the rates for white wash shall include for the

following:

a) All labour, materials, equipment required for white washing.

b) Scaffolding including erection and removal.

c) Providing and preparing the white wash

d) Preparing the surface for white wash including the scaffolding.

e) Applying the white wash in three coats minimum if a proper even surface is not obtained to

the satisfaction of the Engineer-in-charge, contractor shall carry out additional coats of white

wash till approval, at contractor‟s expense.

1.11 Weather Coat Cement Paint

i. Materials:

Weather coat cement paint of approved brand and manufacturer shall be used. The primer

where used as on new work shall be cement primer suitable for weather coat painting as

described in the item. These shall be of the same manufacturer as cement paint. The paint shall

be diluted with water or any other prescribed thinner in a manner recommended by the

manufacturer. Only sufficient quantity o paint required for day‟s work shall be prepared.

The paint and primer shall be brought by the contractor in sealed tins in sufficient quantities at a

time to suffice for a fortnight‟s work, and the same shall be kept in the joint custody of the

contractor and the Engineer-in-charge. The empty tins shall not be removed from the site of work,

till this item of work has been completed and passed by the Engineer-in-charge.

ii. Preparation of the Surface:

For new work the surface shall be thoroughly cleaned of dust, old white or colour wash by

washing and scrubbing. The surface shall then be allowed to dry for at least 48 hours. It shall then

be sand papered to give a smooth and even surface. An unevenness shall be made good by

applying putty, made of plaster of paris mixed with water on the entire surface including filling up

the undulation and then sand papering the same after it is dry.

Page 91: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

Pitting in plaster shall be made good with plaster of paris mixed with the colour to be used. The

surface shall then be rubbed down again with a fine grade sand paper and made smooth. A coat

of the distemper shall be applied over the patches. The patched surface shall be allowed to dry

thoroughly before the regular coat of distemper is applied.

iii. Application:

a) Primer Coat –

The Primer coat shall be cement primer, as required in the description of the item.

Note:

If the wall surface plaster has not dried completely cement primer shall be applied before

painting the walls.

For new work, after the primer coat has dried for at least 48 hours, the surface shall be lightly

sand papered to make it smooth for receiving the distemper, taking care not to rub out the

priming coat. All loose particles shall be dusted off after rubbing. One coat of distemper properly

diluted with thinner.

water or other liquid (as stipulated by the manufacturer) shall be applied with brush in horizontal

stokes followed immediately by vertical ones which together constitute one coat.

The subsequent coats shall be applied in the same way. Two or more coats ofweather coat paint

as are found necessary shall be applied over the primer coat to obtain an even shade.

A time interval of at least 24 hours shall be allowed between consecutive coats to permit of the

proper drying of the proceeding coat.

15 cm. Double bristled distemper brushes shall be used. After each day‟s work, brushes shall be

thoroughly washed in hot water with soap solution and hung down to dry. Old brushes, which are

dirty and caked with distemper shall not be used on the work.

1.12 CEMENT PRIMER:

1.12.1 General

Cement primer coat is used as a base coat on wall finish of cement, lime or lime cement plaster

surface before oil emulsion distemper paints are applied on them. The cement primer is

composed of a medium and pigment which are resistant to the alkalis present in the cement,

lime or lime cement in well finish and provides a barrier for the protection of subsequent coats of

oil distemper paints.

Primer coat shall be preferably applied by brushing and not by spraying. Hurried priming shall

be avoided particularly on absorbent surface. New plaster patches.

1.12.2 Preparation of the Surface:

The surface shall be thoroughly cleaned of dust, old white or colour wash by washing and

scrubbing. The surface shall then be sand papered to give a smooth and even surface. Any

unevenness shall be made good by applying putty, made of plaster of parties mixed with water

on the entire surface including filling up the undulation and then sand papering the same after it

is dry.

Application:

The cement primer shall be applied with a brush on the clean dry and smooth surface.

Horizontal strokes shall be given first and vertical strokes shall be applied immediately after

Page 92: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

wards. This entire operation will constitute on coast. The surface shall be finished as uniformly

as possible leaving no brush marks. It shall be allowed for at least 48 hours, before oil emulsion

paint is applied.

1.13 CEMENT PAINT:

i. Materials:

The cement paint shall be (conforming to IS: 5400) of approved brand and manufacture.

ii. Preparation of Surface:

For new work, the surface shall be thoroughly cleaned of all mortar dropping, dirt, dust, leaned

of all dirt, dust, algae, oil etc. by brushing and washing. Pitting in plaster shall be made good

and a coat of waterproof cement paint shall be applied over patches after wetting them

thoroughly.

iii. Preparation of Mix:

weather coat paint shall be mixed in such quantities as can be used up within an hour of its

mixing as other wise the mixture will set and thicken, affecting flow and finish.

Weather coat paint shall be mixed with water in two stages. The first stage shall comprise of 2

parts of cement paint and one part of water stirred thoroughly and allowed to stand for 5 minutes.

Care shall be taken to add the cement paint gradually to the water and not vice versa. The second

stage shall comprise of adding further one part of water to the mix and stirring thoroughly to obtain

a liquid of workable and uniform consistency. In all cases the manufacturers instructions shall be

followed meticulously.

The lids of cement paint drums shall be kept tightly closed when not in use, as by exposure to

atmosphere the cement paint rapidly becomes air set due to its hydroscopic quality.

Iv. Application:

The solution shall be applied on the clean and wetted surface with brushes or spraying machine.

The solution shall be kept well stirred during the period of application. It shallbe applied on the

surface, which is on the shady side of the building so that the direct heat of the sun on the surface

is avoided. The method of application of cement paint shall be as per manufactures specification.

The completed surface shall be watered after the day‟s work.

The second coat shall be applied after the first coat has been set for at least 24 hours. Before

application of the second or subsequent coats, the surface of the previous coat shall not be

wetted.

For new work, the surface shall be treated with three or more coats of waterproof cement paint as

found necessary to get a uniform shade.

Water cement paint shall not be applied on surface already treated with white wash, colour wash,

distemper dry or oil bound, varnishes, paints etc. It shall not be applied on gypsum, wood and

metal surface.

Weather Coat Cement Painting to outside walls

1.14 PAINTING

i. Materials:

Paints, oil, varnishes etc. of approved brand and manufacturer shall be used ready mixed paint as

received from the manufacturer without any admixture shall be used.

Page 93: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

If for any reason thinning is necessary in case of ready mixed paint, the brand of thinner

recommended by the manufacturer or as instructed by the Engineer-in-charge shall be used.

Approved, paints, oil or varnishes shall be brought to the site of work by the Contractor in their

original containers in sealed condition. The material shall be brought in at a time in adequate

quantities to suffice for the whole work or at least a fortnight‟s work. The materials shall be kept in

the joint custody of the contractor and the Engineer-in-charge. The empties shall not be removed

from the site work, till the relevant item of work has been completed and permission obtained from

the Engineer-in-charge.

ii. Commencing Work:

Painting shall not be started until the Engineer-in-charge has inspected the items of work to be

painted, satisfied himself about their proper quality and given his approval to commence the

painting work. Painting of external surface should not be done in adverse weather condition like

hail storm and dust storm.

Painting, except the priming coat, shall generally be taken in hand after practically finishing all

other builder‟s work.

The rooms should be thoroughly swept out and the entire building cleaned up, at least one day in

advance of the paint work being started.

iii. Preparation of Surface:

The surface shall be thoroughly cleaned and dusted. All rust, dirt scales, smoke and grease

shall be thoroughly removed before painting is started. The prepared surface shall have

received the approval of the Engineer-in-charge after inspection, before painting is commenced.

iv. Application:

Before pouring into small containers for use, the paint shall be thoroughly in its containers,

when applying also the paint shall be continuously stirred in the smaller containers so that its

consistency is kept uniform.

The painting shall be laid on evenly and smoothly by means of crossing and laying off, the later

in the direction of the grain of wood. The crossing and laying off consists of covering the area

over with paint, brushing the surface hard for the first time cover and then brushing alternately in

opposite direction, two or three times and then finally brushing lightly in a direction at right

angles to the same. In this process, no brush mark shall be left after the laying off is finished.

The full process of crossing and laying off with constitute one coat.

The left over paint shall be put back into the stock tins. When not in use, the containers shall be

kept properly closed.

No hair marks from the brush or clogging of paint putties in the corners of panels, angles of

mouldings etc. shall be left on the work.

In painting doors and windows, the putty round the glass panes must also be painted, but care

must be taken to see that no paint stains etc. are left on the glass. Tops of shutters and

surfaces in similar hidden locations shall not be left out in painting.

In painting steel work, special care shall be taken while painting over bolts, nuts, rivets, overlaps

etc.

The additional specifications for primer and other coats of paints shall be as according to the

detailed specifications under the respective headings.

Brush and Containers:

Page 94: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

After work, the brushes shall be completely cleaned of paint and linsed oil by rinsing with

turpentine. A brush in which paint has dried up in ruined and shall on no account be used for

painting work. The containers when not in use shall be kept closed and free from air so that

paint does not thicken and also shall be kept safe from dust. When thepaint has been used, the

containers shall be washed with turpentine and wiped dry with soft clean cloth. So that they are

clean, and can be used again.

v. Measurements:

The length and breadth shall be measured correct to a cm. The area shall be calculated in sq.

meters (correct to two places of decimal), except otherwise stated, small articles not exceeding

10 sq. decimeters (0.1 Sqm.) of painted surfaces where not in conjunction with similar painted

work shall be enumerated.

Painting up to15 cm in width or in girth and not in conjunction with similar painted work shall be

given in running meters.

1.15 Priming coat on wood, Iron, or plastered surface:

1.15.1 Primer:

The primer for woodwork, ironwork or plastered surface shall be as specified in the description

of the item.

The primer shall be ready mixed primer of approved brand and manufacturer.

i. Preparation of surface.

a) Wooden Surface:

The woodwork to be painted shall be dry and free from moisture.

The surface shall be thoroughly cleaned. All unevenness shall be rubbed down smooth with

sand paper and shall be well dusted Knot, if any shall be covered with preparation of red lead

made by grinding red lead in water and mixing with strong glue sized and used hot. Appropriate

filler material with same shade as paint shall be used where specified.

The surface treated for knotting shall be dry before painting is applied. After the priming coat is

applied the holes and indention on the surface shall be stopped with glazier putty or wood putty

respectively. Stopping shall be not done before the priming coat is applied as the wood will

absorb the oil in the stopping and the later is therefore liable to crack.

All rust and scales shall be removed by scraping with steel wire brushes. Hard skin of oxide

formed on the surface of wrought iron during rolling which becomes loose by rusting, shall be

removed.

All dust and dirt shall be thoroughly wiped away from the surface.

If the surface is wet, it shall be dried before priming coat is undertaken.

b) Plastered Surface:

The surface shall ordinarily not be painted until it has dried completely. Trial patches of primer

shall be laid at intervals and where drying is satisfactorily completed, painting shall then be

taken in hand. Before primer is applied, holes and undulations, shall be filled up with plaster of

paris and rubbed smooth.

ii. Applications:

The primer shall be applied with brushes, worked well into the surface and spread even and

smooth. The painting shall be done by crossing and lying off as described in painting.

Page 95: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

All other specifications described under painting shall hold good so far as they are applicable.

1.16 Painting with ready mixed paint:

Ready mixed paints of approved brand and manufacture and of the required shades shall be

used. They shall conform in all respects to the relevant IS specifications.

1.16.1 Painting of New Surface:

a) Wood Work – The surface shall be cleaned and all unevenness removed as specified in

priming coat on wood, iron & plastered surface, knots if visible, shall be covered with a

preparation of red lead. Holes and indentations on the surface shall be filled in with glazier

putty or wood putty and rubbed smooth before painting is done. The surface should

thoroughly be dry painting.

b) Iron and Steel work – The priming coat shall have dried up completely before painting is

started. Rust and scaling shall be carefully removed by scraping or by brushing with still

wire brushes. All dust and dirt shall be carefully and thoroughly wiped away.

c) Plastered Surface- The priming coat shall dried up completely before painting is started.

All dust and dirt that has settled on the priming coat shall be thoroughly wiped away

before painting is started.

The specifications described in painting shall hold good as far as applicable. The number of

coats to be applied will be as stipulated in the item. The painted surface shall present a uniform

appearance and glossy finish, free from streaks, blisters etc.

i. Preparation of surface:

Painting shall be done only when the surface is perfectly dry to permit of good absorption. All

dirt, dist or other foreign matter shall be removed from the surface to be painted. All roughness

shall be sand papered and cleaned.

ii. Application:

The preservative shall be applied liberally with a stout brush and not daubed with rags of cotton

waste. It shall be applied with a pencil brush at the joints of the wood work. The first coat shall

be allowed at least 24 hours to soak in before the second (the final) coat is applied. The second

coat shall be applied in the same manner as the first coat. The excess of preservative, which

does not soak into the wood, shall be wiped off with a clean dry piece of cloth.

1.17 Water Proofing:

Chemical Waterproofing treatment on R.C.C Roof ( IS: 9103-1999)

General :- A selective product for making a cement based polymer modified water proofing slurry walling is applied to concrete and mortar surface to prevent water in filtration and as well as dampness.

Uses : It is used for external & chemical water proofing, hairline cracks sealing and protection from the chloride in structure as under.

(a ) Terrace and Balconies (b) Water tanks.

Coverage: Two coats are required. The compound will require 0.8kg/m for two coats. In extreme case 3 coats may required.

Instruction for use:

Page 96: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

(a) Surface preparation: Concrete, mortar or masonry surface must be clean and made free from

grease, oil , mud and loosly adhering particles. All surfaces must be on true flat as far as

possible. Surface preparation is essential to achieve high adhere quality.

(b) Mixing : A pre-batched mixture of good quality cement with clean find sand (500micros) should

be prepared with cement & sand in equal proportion by weight. This shall be mixed with polymer

complex in proportion of one part of polymer to four parts of cement sand mixture to form a

slurry. For consistency, the proportion of polymer should be adhered. Mixing shall be done in a

clear container by slowly adding the ponder component to polymer and stirring with a slow

spared mixer. Mixing should be done until the slurry is free from lumps.

(c) Application : Dampen the surface immediately ahead of slurry application, while the surface is

still damp, apply the first coat and leave to harden for 6-12 hours. For slurry consistency apply

with a hard plastic bristled brush and broom. After the second coat has been applied, finish by

rubbing down with a soft dry sponge. For water proofing, slurry should be applied to the rate of

3-4 kg/m for two coats depending on smoothness or roughness of surface.

(d) Curing: Protect the freshly applied slurry against fire or sunlight and strong wind. Use damp

Hessian to aid curing for 3 days.

(e) Grading over the polymer base: Do not leave materials to Hessian before cleaning tools and

equivalent with wall. Left over materials can be removed mechanically. After application of 2

coats or polymer mix with a sand and cement apply a coat of grading plaster with average

thickness of 20mm using mortar 1:4 using 2% compound of approved make and quality in a

continuous manner to protect the water proofing layer.

2. TECHNICAL SPECIFICATION FOR SANITARY & PLUMBING WORKS

2.1 Sanitary Ware & Allied Fittings:

2.1.1 General:

All sanitary fixtures and their allied fittings should be of best quality, manufactured by reputed

manufacturer . These should be approved by the consultant / Engineer-in-charge before use.

2.1.2 Squatting pattern W.C. pan (Orissa Pattern Closets)

The water closets shall be of vitreous china of specified size and pattern, integral flushing rim. It

shall have the flushing inlet at the back. The Orissa closets should be I.S.I marked of approved

quality conforming to IS –2556.

The squatting type Indian water closets (Orissa Closet) shall be sunk in floor sloped towards the

pan in a workmanship like manner. The closet shall be fixed on a proper cement concrete base of

1:3:6 proportion, taking care that the cushion is uniform and even without closet, to receive the

specified thickness of the floor finishing. The joint between the closet and the PVC. Trap shall be

made with W.C. ring and rubbed lubricant and shall be of leak proof.

2.1.3 Flushing Cistern:

Page 97: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

The flushing of the Indian water closet (Orissa closet ) shall be done polystyrene high level valve

less symphonic flushing cistern ( PVC low level cistern) of approved brand and quality I.S.I.

marked and capacity as specified. The connection between the cistern and water closet shall be

made by 32 mm dia G.I. flush pipe, made from G.I. pipe ( Light quality) or 32 mm dia. PVC pipe

as specified in the tender schedule. The flush pipe with an off set should be fixed to wall using C.I.

holder bat clamps. The capacity of the cistern should be 10 ltrs. As per I.S.S. the cistern shall be

fixed on cast iron or rolled steel /PVC cantilever brackets ( built in type) which shall be firmly

embedded screwed in the wall, with C.C. M20. the cistern shall be provided with 20mm dia PVC.

Overflow pipe with fittings which shall terminate into mosquito proof coupling secured in a manner

that will permit it to be readily cleaned or renewed.

2.1.4 WashHandBasin:

The wash hand basin shall be of the white vitreous china of approved quality, make and brand

I.S.I. marked. It shall be one piece construction with an integral combined overflow. The size of

the basin shall be as specified. Each basin shall be provided with one 15 mm dia C.P. Brass pillar

Tap, 32 mm dia C.P. waste C.P. chain and rubber plug, unions, joints, C.P. Bottle trap casted

PVC waste pipe complete in all respects of approved quality.

The basin shall be supported on a pair of R.S. or C.I. cantilever brackets (built in type) and

embedded and fixed in wall with cement concrete, M20. these brackets shall be painted to the

required shade with two coats of synthetic enamel paint over coat of priming. The waste of the

basin shall discharge into a floor trap of channel through bottle traps PVC waste pipe as specified.

One 32 mm dia C.P. bottle trap is to be fixed to the waste of the basin, & the outlet of the bottle

trap is to be connected to the waste pipe to discharge the waste to the aforesaid floor trap. The

inlet connection to the basin shall be made with 450 mm long 15mm dia heavy type P.V.C.

connection pipe.

2.1.5 Standing Urinals:

The urinals shall be flat pattern lipped front basin of required dimension of the white vitreous china

and one piece construction with internal flushing box, rim of an approved make and brand as

specified. It shall be fixed in the position by using wood unplug embedded in the wall with screws

of proper size. Each urinal shall be connected to a 40 mm dia PVC waste pipe which shall

discharge into a channel or floor trap. The lip of urinal shall be kept at 525 mm from floor level,

while fixing the urinal on the wall.

Where no of urinals are fixed in a line, the distance between the center to center of each urinal

shall be kept 750mm and each urinal should be separated from one to other by a partition plate.

The center to center partition plates shall be kept 750 mm.

The partition plates shall be of one piece kota stone plates, cut to size or partition wall and front

corners rounded. The partition parttion plates are embedded in wall with cement concrete and

finished smooth. The bottom of the partition plates should be kept 500 mm above floor level and

top should be kept at 1250 mm above floor level. The plates should project 600mm from wall

surface. The width of the plates should be embedded inside the wall and should not be less than

100 mm. The thickness of the plates shall be minimum of 25 mm to 32 mm. Thickness of partition

wall should be limited to 150 mm including smooth surface finishing.

For flushing the urinals each urinal shall be, connected with one 20 mm dia G.I. Pipe (Midium

class). One end of each of this pipe 15 mm PVC connection pipe shall be inserted into the inlet of

the Urinal and jointed with jute and putty where as the other end is connected either with a tee or

bend with water pipe line fixed on the wall horizontal above the urinals. In each 20 mm dia flush

pipe one 20 mm dia –gun-metal gate valve angle stopcock to the fixed. By opening this valve, the

water will flow to the rims of urinal through the inlet pipe and flush the urinal. After flush, the valve

Page 98: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

can be closed to avoid wastage of water. One 40 mm dia P.V.C. waste pipe shall be connected to

the waste of each urinal, to discharge the waste into the channel or trap. One end of this waste

pipe shall be made a cup size to fit into the projected waste and tightened with screws and waste

clamp.

2.1.6 Squatting Urinal Plates:

The urinal plates shall be of white glazed vitreous china with integral flusuing rim of size 450 mm x

350 mm of approved make and brand as specified. There shall be white vitreous channel with

stop and outlet pieces in the front. These plates shall be fixed on C.C. at 75 mm to 100 mm above

floor level.

For flushing arrangement, one 25 mm dia G.I. common water pipeline(minimum s9ze) shall be

fixed on the wall parallel to floor. For each urinal one 20mm dia. G.I. Branch pipe shall be taken

down upto 12mm from floor level just at the center of each plate, in which one 20 mm dia gate

valves is fixed at 1500 mm above floor level. At 1200m height, the 20mm dia flash pipe shall be

divided into two branches with a tee and fixed horizontal. 300mm on either side and then with the

help of elbows, both the branches shall be taken downward and connected to the inlets of the

urinal plates at floor level. By operating the valve as above, the water will rush into the rims of the

urinal plate and flush it.

Where there are number of urinals fixed in a line, each urinal should be separated by a partition

plate fixed in the centre of two urinal plates. The centre to centre distance of the partition places

shall be kept 750mm minimum.

The partition plates shall be of one piece kota stone plate, 25 mm to 52 mm thick, cut to sizes and

front corners rounded. The plates are embedded in wall with cement concrete and finished

smooth. The bottom of the partition plates wall shall be kept flushed to urinal top level, the top

level shall be kept at 1200 mm from the urinal plate top and the projection from the wall shall be

600 mm. the width of the plate to be embedded inside the wall should not be less than 100mm.

2.2 P.V.C. (S.W.R.) AND P.V.C. (Rigid) Pipes and Fittings:

2.2.1 General

The PVC (SWR) and PVC(Rigid), soil waste and vent pipes (spigot and socket, and couples

joints), shall be of make and brand as specified (under specification of materials) confirming to

I.S.S., B.S.S. and DIN are to be used.

The main specification of PVC, soil and waste pipes and fittings are as below.

a) Materials – unplaticised Poly vinyl Chloride (UPVC) b) Color –Grey. c) Dimensions –

i) diameter – fittings – 75mm. 110mm /63 mm and 634mm. ii) Pipes –75mm, 110mm, in lengths of 3 or 6 mtr.

d) Wall thickness - fittings – minimum 3.2 mm at any point Pipes – as per application. For rain water – 75mm – 1.8 to 2.2 mm 110mm – 2.5 to 3 mm Waste and soil :- 75mm – 1.8 to 2.2 mm 110mm – 2.5 to 3 mm Underground drainage with Light / Nil traffics – 110 mm – 2.5 to 3 mm Under ground Drainage with Heavy traffic – 110mm –3.7 to 4.3 mm. e) Standards confirming to attributes Attributes Confirms to standard No. i. fittings and wall thickness - B.S. 4514. DIN 10531 DIN 10532, I.S. 7834 – PVC(Rigid)

Page 99: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

ii. Pipe wall thickness I.S. 4985 iii. Rubber ring IS 5382. iv. Fittings Dimensions DIN 19531 I.P.V.C. DIN19534 I (SWR) IS –7834 PVC (Rigid) v. Pipe dimensions IS –4985

2.2.2 Leaving instructions and joint procedure

i. Jointing a PVC (SWR) pipes and fittings.

Clean the outside of the pipes spigot and the inside of the sealing groove of the flitting. Apply the

rubber lubricant, to the spigot end, sealing ring and pass the spigot and into the socket, containing

sealing ring, until fully home. Mark the position of the socket edge with the pencil on the pipe and

then withdraw the pipe from the socket by approx 10 mm towards thermal expansion gap.

ii.Fixing of the pipes and fittings on wall surface :

PVC pipes both (SWR) and (Rigid), fixed on wall surface, are to be supported by PVC pipe clips

specially made for these pipes. With horizontal runs. The pipe clips should be spaced at intervals

of more then 10 times the outside diameter of the pipes. In verticals of one meter to a maximum of

two meters according to pipe diameter or wherever specified.

iii. Jointing of P.V.C. (Rigid) pipe fittings.

Clean the outside of the pipes and inside of the socket of a fitting or the inside of the couplers

(where 2 plain ended pipes are jointed) of. Apply solvent cement solution, evenly and smoothly on

the outer surface of the pipe end and inside surface of either the coupler or the socket and pass

the pipe end into the socket of the fittings, up to the half depth on the end of one pipe and the

outer half of the coupler should be pushed to the end other pipe and thus, both pipes are jointed.

iv. Fixing of P.V.C. pipes & fittings through holes of walls or chaja or roofs etc.

The wall / concrete slots should allow for a stress free installation, pipes and fittings to be inserted

into the slots, without a cement base, have to be applied first with a thin coat of P.V.C. solvent

cement, followed by sprinkling of dry sand (medium size). Allow it to dry. This process gives a

sound base for cement concrete fixation, around the pipes / fittings while mending the damages.

v. Antisyphonage Pipes

All the antisyphonage pipes and fittings to be used are of 63 mm. If these are not available under

the items of P.V.C. (SWR) materials, 63mm pipes and fittings, manufactured under P.V.C.(Rigid)

material can be used, since the raw materials for both is same.

vi. Installation of Traps

All traps should have a minimum water seal of 60mm as per I.S. 5329 AND i.s. 2552(Part – XIII).

Where anti-syphonage connection is required, the traps to be supplied and used should have a 50

mm antisyphonage vent horn on the outlet side. All the traps used with the closets, should be of

the size 125mm x 110mm i.e. inlet (socket end) of 125mm and outlet (spigot end) of 110mm only.

vii. Installation of water closet

Determine the correct location of the P/S trap and set it on a firm base, relative to the floor finish

by pouring concrete around on a slab. Bedding can be endured that the raps outlet is left clear of

concrete. Place the W.C. connector ring to the locketed pipe of 125/110 mm R/S trap. Apply

rubber lubricants on W.C. connector ring as well as outer side of water closet (connection point)

and now complete the joint by pushing the W.C. to home of 125mm socket of the trap.

viii. P.V.C.(Rigid) pipes and Fittings

Page 100: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

63mm (O.D.) P.V.C. Pipes to be used for these works either in antisyphonage system or else

where, should be of “Quick Fit” pipes Class 2 (4kg F/cm2), quick Fit. Pipes have one end

socketted.

The P.V.C.(rigid) fittings, such as 63 mm elbow, 63 mm equal tee 110 x 63 mm reducer etc. used

in the work, should be of injection moulded fittings.

ix. One jointing rubber ring will be available, with each P.V.C.(SWR) pipe and fitting and hence,

the cost of the ring will not be added in the joint.

All pipes shall be measured net / length as laid or fixed and shall be measured over all fittings

such as bends junctions traps etc. the length shall be taken along the centerline of the pipes and

fittings. Fittings will be counted extra over.

x. Fore fixing and painting, the pipe shall be tested hydraulically to a pressure 0.4Kg/cm2 for

pipes under I.S. 1729 and at a pressure 0.7 Kg. Cm2 for pipes under I.S. 3989 with out showing

any sign of leakage, sweating of or other defect of any kind. The pressure should be applied

internally and shall be maintained for not less than 15 seconds.

2.3 WATER SUPPLY PIPES AND FITTINGS

2.3.1 Materials

P.V.C pipes of approved quality conforming to IS 1239& bearing ISI Marks,

manufactured by reputed firms and approved brands as specified.

2.3.2 Laying of Pipes.

The layout of the mains and service pipe set etc. will be done in accordance with the

drawings. The contractor is to mark out the exact position of the pipes and fittings at site and take

approval of the consultant / Engineer in –charge, before taking up the work.

Where the pipes are laid, underground these must not be laid less than 450 mm below ground

level and coated with one coat of approved black bituminous paint. For laying the G.I. Pipes and

Fittings below ground level, the width and the depth of the trenches for different dimensions of the

pipes shall be given as below :

Dia of pipe Width of Trench Depth of Trench

15mm to 50 mm 300 mm 600mm

65mm to 100 mm 450mm 750mm

The pipes shall be laid on a layer of 75 mm thick sand and filled up with sand and filled up with

sand up to 75 mm above pipes and the remaining portion of the trench shall then be filled up with

excavated earth with proper ramming as described in “Excavation and refilling “. The surplus earth

shall be disposed of as directed.

Thrust or anchor blocks of cement concrete !:2:4 in hard granite chips shall be constructed on all

`bends or branches to transmit the hydraulic pressure without impairing the ground and spreading

it over a sufficient area. Pipes shall not be laid to pass through manholes, catch pit, drain. Where

it is unavoidable the pipes shall be carried in sleeve pipes of M.S. / G.I. as approved by the

consultant / Engineer-in-charge. The rates should include such a situation.

4. Where pipes run along walls, the same are to be fixed to the wall with holder bat clamps /M.S.

Hooks as below:

Page 101: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

Dia of pipe in mm 15 20 25 32 40 50

Horizontal Line 2m 2.5m 2.50m 2.503m 3m 3m

Vertical Line 2.5m 3m 3m 3m 3.5m 3.5m

Where the pipes are passing through the R.C.C. /Masonry wall / Column / beam of Pillars, these

must pass through the appropriate higher sizes of C.I. / G.I. Sleeve Pipes and are to be included

in the rates.

In case the Pipes are embedded in walls and floors it should be painted with one coat of

anticorrosive paint of approved quality.

All pipes should be fixed horizontal and vertical. For taking the pipes through the walls and floors

and roof slabs etc. the holes shall be made by filling with Chisel or jumper and not by dismantling

the brick work of concrete. After fixing, the holes shall be made god with cement concrete 1:2:4

and properly finished with C. Plaster 1:4 to match the adjacent surface.

Union Nuts are to be provided in each of the Vertical riser or drop on and from G.I. Tank and near

the Valve and as and where necessary.

The long screw fittings of 3 Mtrs. For long horizontal lines and inside the lavatory / kitchen etc.,

After laying and jointing the Pipes and fittings shall be inspected under working condition of

pressure and flow. Any joint found leaking pipes should be removed and replaced without extra

cost. The pipes and fittings after they are laid shall be tested to hydraulic pressure of 6 Kg. Cm2.

the test pressure should maintain without loss of for atleast half an hour.

2.3.3 Painting

On completion of the test, the exposed pipes and fittings are to be painted with two coats of

synthetic enamel paint of approved colour and brand over a coat of priming.

Measurement

The length shall be measured in running meter correct to centimeter for the finished work, which

shall include the pipes and fittings such as Bends, Tees, Elbows etc., but excludes Brass of Gun-

metal fixture like Tap, Cocks, Valves, PVC connection Pipes etc.

2.3.4 Ball Valve

The ball valve shall be high class and shall confirm to I:S 1703. The nominal size of ball valve

shall be that corresponding to the size of pipe for which it is used. The ball valve shall be of brass

of gun-metal and the float for low pressure in Polyethylene and for high pressure in copper.

Each and every ball valve while in closed position shall withstand an internally applied hydraulic

pressure of 20 kg /Cm2 for a minimum period of two minutes without leakage or sweating.

Every high pressure ball valve when assemble in working condition, with the float immersed to not

more than half its volume shall remain closed against a test pressure of 10.5 Kg. /Cm2.

Polyethylene floats shall be watertight and non-absorbent and shall not contaminate water and

with no jointing adhesive jointing parts.

The minimum thickness of the copper sheet used for making copper floats shall be of 0.45 mm.

The thickness of materials of the float shall be uniform throughout.

Page 102: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

2.3.5 Ferule:

The ferrules for connection with C.I. Main shall generally confirm to I.S 2692 and shall be of

nominal bore as specified. The ferrule shall be fitted with 3 screw and plug or value capable or

complete cutting off the supply to the connected pipe as and when required. For fixing the ferrule

the C.I. main shall be drilled and tapped during non-supply hour at 45o to the connected pipe as

and when required. The ferrule must be so fitted that no portion of the sunk shall be left projecting

with in the main on which it is fitted. After the ferrule is connected, one C.I. bell mouth cover or

with bricks ( as specified) shall be kept over the ferrule to cover the ferrule to protect it and the

cost thereof is to be included in the item, even if there is not mention.

2.3.6 Non – return Valve (Check Valves)

The Non-return valve shall be of Brass or Gun-Metal and shall be of horizontal or vertical flow

type and of the size as specified and confirm to I:S 7810 and I:S 778. The approximate weight of

the valves are given below:

Dia in mm Horizontal type in Kg. Vertical type in Kg.

15 0.30 0.25

20 0.55 0.25

25 0.90 0.75

32 1.25 0.90

40 1.70 1.20

50 2.90 1.45

65 5.25 2.15

80 7.70 4.10

Tolerance 5%

2.3.7 Foot Valve

Foot valve is generally placed at the lower and of the suction pipe of the centrifugal pump to prevent the

suction pipe from empting. Vertical non-return valve may also be fixed in place of foot valve.

The foot valve shall confirm to IS: 038.

2.3.8 Water meters (Domestic Type)

Water meter up to 50mmm nominal size shall confirm to I:S 779. The meter body shall be bronze / Gun-

Metal and marked to read in liters complete with registration box and lid. The water meters shall be

provided with Strainers. Strainers shall be of material which is not susceptible to electrolyte, clean and

shall be fitted on the inlet side of water meter. It shall be possible to remove and clean the strainer and

not permit disturbing the registration box. The offer should include the same. The water meters shall

bear ISI Mark.

2.3.9 Bibcock and Stop Cock

These shall conform to I:S 781 bear ISI Mark. The Bib cock is a draw off tap with a horizontal inlet and

free outlet and stopcock is a valve with a suitable means of connection for insertion in a pipeline for

controlling or stopping the flow. This shall be of screw down type. The cocks shall open in anti-

clockwise direction. The stopcocks should be C.P. concealed stopcocks and C.P. angle valves type as

specified in tender schedule. Bib cocks should be also C.P. Brass hid cocks.

2.3.10 Full way Valve (Brass)

Page 103: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

Full way valve is a valve with suitable means of connection for insertion in a pipeline for controlling or

stepping the flow. The valve shall be of brass fitted with a cast-iron wheel and shall be of gate valve

type confirming to I:S 780 brass rod latest one, opening full way and of the size as specified.

The approximate weight of the valves are indicated below for guidance.

Dia in mm Flanged End valves in Kg. Screwed End valve in Kg.

15 1.021 0.567

20 1.503 0.680

25 2.498 1.077

32 5.232 1.559

40 6.082 2.268

50 6.691 3.232

65 10.149 6.840

80 13.381 8.845

2.3.11 Gun-Metal Full way Valve

This shall be of the Gun-Metal fitted with wheel and shall be of Gate-Valve type opening full way. This

shall confirm to I:S 778. Class I. The valves should bear I.S.I. Mark.

2.4 TECHNICAL SPECIFICATION FOR STONE WARE PIPE ETC.

2.4.1 Stone ware pipes (Materials)

The S.W. Pipes and Fittings should be of Grade „A‟ confirming to I :S 651/1965. The pipes shall be

sound free from visible defects such as fire crack or hair crack and flaw or blister. The pipes shall give a

sharp clear line when struck with a light hammer and should be perfectly salt glazed.

Pipe in mm. Thickness of the Weight of Each

___________ Barrel in mm. Pipe in Kg.

100 12 14

150 16 22

200 17 33

230 19 44

250 20 52

300 25 79

350 30 100

400 35 125

450 38 147

The length of pipes are 600 mm exclusive of the internal depth of Socket.

2.4.2 Excavation of Trench for Laying Sewer Pipes:

Page 104: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

The trenches for the pipes shall be excavated to the lines and level as directed. The bed of the trench

shall have to be evenly dressed throughout from one change of grade to the next. The gradient is to

stout by means of sight rails and booing rods and the required depth the excavated at any point. The

depth of the trench shall not be less than one meter, measured from top of the pipe to the surface of the

ground under roads and not less than 0.75 mtr. elsewhere. The width of the trench shall be the nominal

diameter of the pipe plus 400 mm. The bed of the trench if in soft or made up earth, shall be well

watered and rammed before laying the pipes and the depressions if any shall be properly filled with

sand and consolidated in 200 mm layer. Depending on soil condition piling way even be necessary if so

desired by the consultant / Engineer-in-charge. If rock is met with, it shall be removed 150 mm below

the level of the pipe and the trench will be refilled with sand and consolidated.

The excavated materials shall not be placed within one mtr. Or half of the depth of the trench which

ever is greater, from the edge of the trench.

The trench shall be kept from water, shoring and shuttering shall be provided wherever required.

Excavation below water table shall be done after dewatering the trenches.

After the excavation of the trench is completed foundation of cement concrete M20 in hard granite metal

( size 25 to 40 mm) shall be laid with proper level all along under the length of the pipe with hunching or

all around concrete as per drawing.

Laying, jointing, hunching of the pipes and fittings. Drain Pipes( S.W. Pipes and other pipes used for

drain and sewer) shall be laid in straight lines and to the even gradients as shown in the layout

drawings.

The socket end of the pipes shall face upstream. Adequate care shall be exercised in setting out and

determining the level of the pipes and the Contractor shall provide suitable instruments, templates, sight

rails, boning rods and other equipments necessary for the purpose. In the case of pipes with joints to be

made with loose collars. The collars shall be slipped on before the next pipe is laid. In those joints a

tight ring of twisted jute tarred soaked in cement slurry filling to ensure proper alignment and prevent.

Cement entering the pipes. Cement compound joints is to be finished with proportion 1:1 with 450

beveling. The joints are to be kept wet with wet bag until the same are properly set with beveling. The

cement mortar joints shall be cured at least for 7 (seven) days.

In the case of S.W. Pipe joints (socket and Spigot), they should be caulked first with tarred jute (spun)

of required diameter, almost quarter depth of the socket, after which cement mortar 1:3 is pushed in

with wooden chisel and finishing beveled at outside at 450. Instead of jute of hemp rubber gasket of

proper size may also be used. The whole joint must be cured for not less than three days. In case of

pipes less than 250 mm dia, joints should be made at ground level with three pipes at a time and for

larger ones two pipes at a time and after curing they should be soled in foundation with the help of the

ropes. All pipes should be properly hunched with cement concrete 1:3:6 with hard granite metal of size

25 mm to 40 mm or otherwise specified as shown in the drawing. Where the pipes are crossing the

drain or road, all –round concrete 1:3:6 with H.G. Metal of size 25 mm to 40 mm is to be done to 150

mm thick over the barrel of the pipe.

The whole of the drain work shall be tested when laid, and at the completion of the contract, to the

satisfaction of the consultant / Engineer-in-charge and shall be retested if necessary, until found

satisfactory. The test shall be made by means of water under pressure at the highest point of the

section under test and providing an air pipe at the lower end of the line. Maximum head of 5 )five) feet

(1.5 Mtr ) must be maintained.

2.4.3 Excavation and refilling

Excavation for drain and pipe trenches shall be straight and to the correct depth and gradient. The

trench bottom shall be of sufficient width to allow working space for pipe jointing.

Page 105: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

Excavated materials shall be damped away from the side as directed by Engineer-in-charge. Suitable

precautions are to be taken to prevent inflow of water into the excavated area, during construction.

The Contractor at his own expense shall pump out or otherwise remove any or all water, which during

the continuance of contract, may be found in the excavated trenches to keep the trench clear of water

during the work under progress.

No excavation for pipe line shall be filled and line covered, until the line therein has been passed and

tested.

2.4.4 Burried Services

All pipes, cable mains and other services exposed by the excavations shall be effectively supported by

timbering or other means for which no extra payment will be allowed. The Contractor shall be

responsible for any damage occurring to buried services and make good the same at his own cost to

the satisfaction of the Consultant / Engineer-in-charge.

2.4.5 Trench condition

Where a trench is excavated and refilled after laying the pipe, settlement of the earth in the refilled

trench take place. The filling above the top of pipe, settles relatively, more than the sides of the trench,

thereby developing frictional resistance. The contractor is required to take special precaution against

this while refilling the trenches, procedure for back filling as stipulated earlier should be strictly followed.

2.4.6 Inspection chambers / Manholes

At every change of alignment, gradient or diameter of a drain, there shall be a manhole or inspection

chamber. The maximum distance between Manhole Chamber shall be 30 Mtrs. For the lines laid

straight.

All Manholes and inspection chambers shall have internal dimensions as shown on drawing and B.O.S.

the depth of invert shall be according to the gradient.

The foundation for Manhole shall be 150 mm thick and with cement concrete M20 in hard granite well

graded metal of 25 mm to 40 mm size. The concrete shall project 75 mm beyond the external faces of

the brick work.

The brick masonry shall be done in cement mortar in the proportion of 1:4 and thickness of the brick

wall should be 250 mm thick upto 1200 mm depth from Ground Level and beyond that the wall

thickness shall be maintained 375 mm. Both the inside and outside surface of the walls of the chamber,

shall be finished with cement plaster 1:4 – In addition to this, the inside surface should also be provided

with cement punning.

On the top of base slab channeling on C.C. M20 with granite chips is to be done keeping the diameter

equal to the dia of drain pipe and depth equal to ¼th of the dia of the pipe. The channel, should be done

longitudinally at the center, connecting both the ends of the pipe. The channel is to be hunched up with

concrete M20 with hard granite chips of size 20 mm and below) sloping upwards from the edge of

channel to meet the side of chamber at gradient of 1:6. The channel and benching are to be finished

smooth and cement mortar 1:4 and punning.

Sewers of un-equal sectional area and branch sewers shall not be jointed at the same invert in a

Manhole inspection chamber unless it is unavoidable. The branch sewers should deliver sewage in the

Manhole in the direction of main flow and the junction must be made with case so that the flow in the

main is not impeded. Channels for drains coming from the side of the Manhole chamber, shall be

curved to meet the main drainage channels.

The Manhole and Inspection Chambers shall be covered with R.C.C. cover slab or thickness 100 mm to

150 mm according to the requirement at site. One C.I. Manhole cover of diameter and weight as

Page 106: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

stipulated in the tender schedule shall be fixed, on the cover slab. Unless otherwise mentioned the C.I.

cover and Frames and shall confirm to I:S 1726. Heavy duty covers etc., under heavy vehicular traffic

condition and capable of bearing wheel loads up to 11.25 Tor are to be used and medium duty under

light type wheel traffic loads and light duty for domestic premises are to be used. Covers and Frames

shall be clearly cast, double water seal type and they shall be free from air and sand holes. The cover

shall be gas tight and water tight with proper water-seal. The C.I. Cover and Frame shall be coated with

two coats of black bituminous paint. The frame of Manhole cover shall be fixed on the slab while the

slab is casted.

2.4.7 Gully Trap chamber

The size of Chamber for 1500 x 100 mm S.W. Yard gully shall be 300 x 300 mm (inside). Foundation

100 mm thick in cement concrete m20 in hard granite metal of size 25 mm to 40 mm. The foundation

should project 75 mm, from outer surface of wall. Brick work in cement mortar 1 :4 /125 mm thick,

depth upto 600 mm maximum. The finishing of masonry walls both inside and outside should be done in

cement mortar 1:4 Cement punning should be provided on the inner surface. One C.I. frame and cover

of (Clear Opening 300 x 300 mm wt. 7 kg. ) shall be fixed on the top of Chamber, duly embedded in

C.C. 1:2:4 with granite chips and finished with Cement Plaster 1:4. The trap should be buried in cement

concrete M20 in H.G.C.B. Chips upto the mouth and one C.I. Grating of size 225 mm X 225 mm are to

be fixed on the top of mouth of Gully Trap to arrest rubbishes.

3. TECHNICAL SPECIFICATION FOR ELECTRICAL INSTALLATION WORK .

3.1 General Requirements

The installations shall generally be carried out in conformity with the requirements of Indian

Electricity Act, 1910 as amended up to date and Indian Electricity Rules, 1956 framed there under, the

relevant regulations of the Electric Supply Authority concerned and also with the specifications laid

down in the Indian Standard IS:732/1963 "Code of Practice (Revised) for Electrical Wiring Installations

(System Voltage not exceeding 650V)". The work shall be executed as per National Electrical Code and

if any item is not covered there under or there is any doubt, the specification approved by the Engineer-

in-charge will be final and binding.

3.1.1 Ambient Conditions

All Electrical installations and equipments shall be suitable to work in following ambient

conditions.

Maximum Temperature : 50 degree Celsius

Relative Humidity : 100%

In the vicinity of : _________, Orissa.

System Conditions

The Electrical installations and equipments shall be suitable for operation in following system

conditions.

Supply voltage : 415 Volts +/-10%

Supply frequency : 50Hz +/-5%

Number of Phases : Three

Page 107: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

3.1.1 Scope

3.1.2 Materials:-

All materials, fittings, appliances used in electrical installations shall confirm to Indian Standard

Specifications wherever these exist. A list of approved materials is attached in annexure-I. Materials not

included in the list as well as any particular make should be approved by the Consultant or Engineer-in-

charge before use. All required materials covered under this specification except mentioned otherwise

clearly, shall be supplied and installed by the contractor complete in all respect. The materials and

accessories required for completing the work will form part of the work although they have not been

specified separately.

Selection of materials and installation work shall be such as to simplify operation, inspection,

maintenance and testing. The work shall include all reasonable precautions and provisions for safety of

operation and maintenance personnel.

3.1.3 Standard:-

(a) Unless otherwise specified, all materials covered under this specification shall be designed,

manufactured, tested and installed in conformity with the latest Indian Standard

Specifications. In case such Indian Standard Specifications are not published equivalent

British Standard Specifications shall be followed. All equipments shall confirm to latest

Indian Electricity Rules, PWD and Local/State laws or byelaws as regards to safety, earthing

and other essential provisions specified therein.

(b) All equipments and materials selected shall also be supplied and installed taking into

consideration the Factories Act, Fire Regulations and Local laws or byelaws. All light fittings

and equipments selected shall be of well tied out design. All materials used in the assembly

of fittings and their accessories shall be of high quality and manufactured in accordance with

the best modern practice.

(c) All the materials supplied by the contractor according to the contract conditions will be

subject to inspection and approval by the Consultant or/and Engineer-in-charge or their

authorised representative from time to time. The contractor shall extend all required facilities

for such inspection free of cost. At the time of inspection, the inspecting officer shall have

full liberty to reject any such material, which does not confirm to specifications or the

requirements. No claim for any rejected materials shall be entertained by the owner. The

contractor shall remove all rejected materials from the site at his own cost.

(d) No surplus material procured by the contractor will be accepted by the owner.

(e) The contractor will be responsible to get electrical installations inspected by the Electrical

Inspector of the State Government and to obtain the statutory clearance for energisation.

The owner, on production of documentary evidences, will reimburse the necessary

inspection fees.

(f) The contractor should possess valid electrical contract licence and labour licence issued by

the appropriate statutory authority of the State Government during the execution of the

contract.

3.1.4 Inspection and Approval

The contractor shall put up samples of all major items for inspection and testing by the Consultant

and/or Engineer-in-charge for which the contractor shall furnish minimum 10 days clear notice in

advance to enable them to depute their Inspecting Officer. Similar procedure shall be adopted for the

approval of s

Samples of minor materials/ accessories to be used for the work.

Page 108: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

3.2.0 GENERAL TECHNICAL SPECIFICATION OF MATERIALS

3.2.1 Switches & Plug Sockets:-

All switches, 5A plug sockets, power plug sockets, TV sockets and Telephone sockets shall be

flush mounting type with ISI mark of approved make. The switches and plug sockets shall confirm to

IS:3854/1988, IS:1293/1988, IS:6538/1971 & IS:4615/1968.

3.2.2 Fan Regulators & Dimmers:-

Electronic type fan regulators and light dimmers of approved make shall generally be used and

shall be of flush mounting type.

3.2.3 Wires:-

The wires used for internal electrical wiring shall be of single core PVC insulated sheathed/

unsheathed 1100V grade stranded copper/ aluminium conductor wires (suitably colour coded to

distinguish different phases and neutral) of approved make with ISI mark. The wires shall confirm to

IS:694 (Part-I & Part-II)/1964. The minimum cross sectional area of conductors for the different uses

shall be as specified below.

(a) Lighting point wiring : 1.5sqmm Copper or 2.5sqmm Aluminium.

(b) Power point wiring : 2.5sqmm Copper or 4.0sqmm Aluminium.

(c) HPSV/HPMV Luminaries : 2.5sqmm Copper or 4.0sqmm Aluminium.

(d) Circuit wiring : 2.5sqmm Copper or 4.0sqmm Aluminium.

(e) Sub-main wiring : 4.0sqmm copper or 6.0sqmm Aluminium.

3.2.4 Non-Metallic Conduit and Accessories:-

All non-metallic conduits shall confirm to IS:2509/1963 and their accessories to IS:3419/1965.

The conduits may be either threaded type or plain type and shall be used with the corresponding

accessories.

3.2.5 Switch Boxes:-

Metal boxes for switchboards shall be made of GI. sheet and round junction boxes shall be made

of cast iron. The minimum wall thickness of GI. boxes shall be 1.5mm (16swg) and cast iron boxes shall

be 3mm. Fan hook boxes shall be made of m.s./GI sheet of 1.5mm wall thickness with a 10mm round

steel hook inside. The size of the fan hook box shall be 150mm dia and 65mm high. All GI boxes shall

have not less than 4 screwed holes for fixing the top cover and a earthing stud. All metal boxes shall be

provided with a cover of phenolic laminated sheet (Bakelite sheet), not less than 3mm thick fastened to

the box with brass screws and cup washers. The covers should have a minimum overlap of 12.5mm on

all sides of the box for concealed wiring. The boxes shall be painted both inside and outside in case of

m.s., with two coats of anticorrosive primer and two coats of enamelled paint of approved shade.

Adequate numbers of half punched holes shall be provided for conduit entry.

The following sizes of GI boards shall normally be used unless otherwise specified.

Switch board size

Length Breadth Height

Page 109: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

100mm 100mm 50mm

100mm 100mm 65mm

150mm 100mm 65mm

200mm 150mm 65mm

250mm 200mm 65mm

300mm 250mm 65mm

450mm 300mm 65mm

3.2.6 Angle/ Batten/ Pendant Holder & Ceiling Rose:-

Brass or Bakelite type 5A, 250V, Angle Holders, Batten Holders, Pendant Holders & three way ceiling

rose confirming to IS:732(Part-2)/1982 & IS:371/1979 of approved make and design with ISI mark shall

be used.

3.2.7 Distribution Boards:-

All the L.T. Distribution Boards shall be suitable for operation in 3 phase/ single phase, 415/240

Volts, 50Hz, neutral grounded at transformer system and a short circuit level of not less than 35MVA at

415 Volts. All Distribution Boards shall generally confirm to all relevant Indian Standards amended up to

date.

Distribution boards shall be of wall/ floor mounting type and totally enclosed having hinged doors,

dust, damp and vermin proof construction. These should be made out of CRCA sheet steel and the

enclosure should be acid treated for rust proofing, thoroughly cleaned, painted with two coats of

anticorrosive primer and two coats of white enamel paint for interior and industrial grey enamel paint for

exterior. All doors and covers shall be fully gasketed with neoprene PVC strips and shall be lockable. All

the hinged doors shall be effectively earthed with flexible copper wires. Cadmium plated fixing screws

shall enter holes tapped into an adequate thickness of metal or provided with hank nuts. Self-threading

screws shall not be used.

The distribution boards shall be of adequate size with a provision of 25% spare space to

accommodate possible future additional switch-gears. Knock out holes of appropriate sizes and number

shall be provided on detachable plates in the board in conformity with the location of incoming and

outgoing cables/ conduits. The switches shall be so arranged that fuses are not alive when the switch is

in OFF position. No apparatus shall project beyond and edge of the panel. No switch body shall be

mounted within 25mm of any edge of the panel and no holes, either than meant for fixing the panel shall

be drilled within 13mm of the edge of the panel. The various live parts shall be effectively screened by

barriers of non-hygroscopic, non-inflammable insulating materials or shall be so spaced that an arc can

be maintained between such parts and earth. All items of switch-gears shall be readily accessible and

all connections, including those to instruments and apparatus, be easily traceable.

The busbars and interconnections shall be of electrolytic annealed copper/ high conductivity

electrolytic wrought aluminium of rectangular cross section suitable for carrying full load current for

phases & neutral busbars and shall be extensible on either side. The maximum current density shall be

1.00 Amp/sqmm for Aluminium and 1.25 Amp/sqmm for copper busbars. The busbars shall be

supported on SMC/ DCM/ Glass fibre reinforced polyester, non-breakable non-hygroscopic insulators at

Page 110: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

regular intervals to withstand the forces arising from short circuit in the system. All busbars shall be

provided in a separate chamber and properly ventilated. The minimum clearance between the phases

shall be 25mm and between phase and earth shall be 20mm. The interconnection between busbars

and switchgears of rating above 63A shall be through strips having 125% of the switch-gear current

rating. All busbars shall be suitably insulated by means of heat resistant PVC sleeves or PVC insulating

tapes and colour coded in phase sequence of R-Y-B & N. The entire busbar shall be covered on the

front with a Bakelite sheet barrier. In longer sections of busbars, provision shall be made for thermal

expansion by providing flexible joints made out of multi-foil thin copper/ aluminium foils. All joints shall

be of clamped type as far as possible else of bolted construction with double cover fish-plates.

All connections between pieces of apparatus or between apparatus and terminal on a board shall

be neatly arranged in a definite sequence, following arrangements of the apparatus mounted there on,

avoiding unnecessary crossings. Wire interconnections shall be colour coded and connected to

terminals only by soldered lugs, crimped lugs without cutting away the strands. No interconnecting

wires shall come in contact with the live busbars other than the terminal points. The arrangement of

busbars shall confirm to IS:375/1963.

An enamelled danger notice plate shall be provided on the boards connected to medium voltage

supply & above.

Adequate space shall be provided for accommodating various instruments. These shall be

accessible for testing and maintenance without any accidental contact with live parts of circuit breakers,

switch-gears, busbars and interconnections. The indicating lamps shall be provided with individual

switch and fuses. The voltmeters shall be provided with fuses for each phase. The control wires shall be

of 2.5sqmm copper for CT circuits and 1.5sqmm copper for the rest. The control wires shall be neatly

bunched together inside PVC trunking securely fasten to the compartment properly marked with ferrules

at the end. A separate tamper proof compartment with locking arrangements as per the requirements of

the supply authority shall be provided for housing of the energy meters.

(a) Branch Distribution Boards (BDB):-

The branch distribution boards shall be surface mounted or concealed type and made out of

1.6mm (16 swg) CRCA sheet steel. At least one number hexagonal earthing stud for single phase

BDBs and two numbers earthing studs for three phase BDBs shall be provided. The components of the

BDBs shall be mounted on a detachable 2mm thick CRCA sheet steel frame works for easy

maintenance. The minimum size of wires to be used as interconnecting wires shall be 2.5 sqmm copper

or 4.0 sqmm aluminium. Each outgoing circuit of the BDB shall be provided with a fuse/ MCB on the

phase or live conductor. The earthed neutral conductor shall be connected to a common link and be

capable of being disconnected individually for testing purpose. Door interlocking with MCBs shall be

provided such that doors shall open only with MCBs in OFF position. All the live parts inside the BDB

shall be covered with a Bakelite sheet with at least 3mm thick.

(b) Main Distribution Boards and Sub Distribution Boards:-

The Main Distribution Boards (MDB) and Sub Distribution Boards (SDB) shall be wall mounted or

floor mounted type and made out of 2.0mm (14swg) CRCA sheet steel. In case of wall mounted boards

the entire sheet steel enclosure shall be mounted on a m.s. angle frame work with adequate fixing

arrangement for grouting. In case of floor mounted boards the enclosure shall be fixed to a m.s. angle

framework with m.s. base channels. All the incoming and outgoing switch-gears and breaker other than

MCBs shall be fixed in separate compartments.

All switch-gears above 63A rating and breakers shall be provided with door interlocks so as to

open only in OFF position. All MCCBs shall be provided with external operating handle. The ON, OFF,

TRIP (where available), Rating marking and nomenclature plates shall be provided near operating

handle. A continuous earth bus made out of Galvanised Iron or Aluminium strips of adequate size shall

Page 111: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

provided at the bottom of panel for the entire length. Arrangement shall be made at both the ends of

earth bus for easy entry and termination of earthing lead from external earth installations.

Cable compartments of adequate size shall be provided for easy termination of all incoming and

outgoing cables entering from bottom or top. Proper cable supports shall be provided in cable

compartments. All incoming and outgoing terminals shall be brought out to terminal blocks or to a

extended rigid strip directly from the switch-gear/ breaker. Separate cable compartments shall be

provided for incoming and outgoing cables. Ventilation arrangement in the form of finely divided wire

mesh shall be provided at both sides towards the top.

3.2.8 Miniature Circuit Breaker (MCB):-

The miniature circuit breakers of approved make shall be ISI marked and capable of withstanding

minimum 25000 switching operations and fully automatic with provision of thermal and magnetic

tripping arrangements. All MCBs shall be of minimum 9KA short circuit rating and confirm to

IS:8828/1993 & BS:3871.

3.2.9 Changeover Switches:-

The changeover switches shall be load break types having three distinct position of operation.

The ON and OFF positions of the switch shall be clearly indicated. The door interlock with defeat

mechanism shall be provided for switch units confirming IS:8623/1977. The changeover switches shall

confirm to IS:4064/1978 and IEC:408 and bear ISI mark.

3.2.10 Rewireable Fuses

The re-wireable fuses (Kitkat) shall be semi-enclosed type consisting of a re-wireable fuse

carrier and fuse base and shall be made out of either porcelain or Bakelite. The breaking capacity of

these fuses shall be 4000 Amp on 400 Volt. These shall bear ISI mark.

3.2.11 Energy Meters (KWH Meter)

The Energy Meters (KWH meter) shall be either whole current or CT operated type. These shall

be duly tested and calibrated by the supply authority prior to fixing and necessary test certificate shall

be furnished.

3.2.12 LT Power Cables

The LT power cables shall be of PVC insulated and PVC sheathed, 1100 Volt grade, single core

or multi core, un-armoured or GI wire / strip armoured, stranded aluminium conductor cables of

approved make and should bear ISI mark. The armoured cables shall confirm to IS:1554(Part-I)/1976

and un-armoured cables to IS:694/1977.

3.2.13 Fluorescent Fittings

The Fluorescent fittings shall be of the following type.

(a) Box type fitting

All Fluorescent fittings shall be of approved make and in general confirm to IS:1913/1969. These

shall be complete with all standard accessories as per specification such as choke, capacitor, starter

and lamp holder etc duly factory wired. Provision shall be extended to earth all the metallic part of the

fixtures and all the detachable metal parts such as stove enamelled reflector of industrial fitting, metallic

louver of mirror optic fitting etc shall be provided with loop earthing by flexible wire. The choke shall be

copper wound and polyester filled. Powerfactor improvement capacitor shall be provided confirming to

IS:7752(Part-I)/1975 and of such rating to improve the power factor to 0.9.

3.2.14 Incandescent Fittings

The Incandescent fittings shall be of the following type.

Page 112: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

(a) Ceiling flush type

(b) Bulk head type

These shall be complete with all standard accessories as per specification and provision for

earthling the metallic parts of the fitting.

3.2.15 Street Light Luminaries

The street light luminaries shall be of the following types.

(a) HPSV street light fitting

These shall be of approved make complete with all standard accessories as per specification

such as ballast, capacitor, igniter, starter, lamp holder etc and shall have provision for earthling of all the

metallic parts of the fitting. The luminaries shall in general conform to IS:10322 (Part-1 to Part-5).

3.2.16 Ceiling Fans

The a.c ceiling fans shall be of approved make & brand and suitable for operation on 230V

50Hz single-phase supply. The fans shall consist of all standard accessories such as 300mm long down

rod, canopies, shackle, 3 or 4 fan blades, capacitors etc but excluding speed regulator. The fan motor

shall be of permanent capacitor run totally enclosed with double ball bearing and the winding shall be

made of super enameled copper wire with class-E insulation. These fans shall confirm to IS:374/1979

with amendment number 1, 2 & 3.

3.2.17 Exhaust Fans

The exhaust fans shall be of approved make & brand and suitable for operation on single/ three

phase 230/ 415V 50Hz supply. The fans shall consist of all standard accessories such as impeller

blade, fixing frames, capacitors, anti vibration pads etc. The exhaust fan motor shall be of permanent

capacitor run, continuous rated, totally enclosed with double ball bearing and the winding shall be made

of super enamelled copper wire with class-A /class-E insulation. Sound level of the exhaust fans shall

not exceed 60db for domestic application and 65db for industrial application. Gravity louver shutters

made out of aluminium sheets with a steel frame/ wire guard shall be provided with these fans. These

shall have IP:44 degree of protection. The exhaust fans shall bear ISI mark and confirm to IS:2312

3.3.0 INSTALLATION

3.3.1 Portions of Wiring

3.3.1a Point Wiring

Point wiring shall consist of a switch on the board and wiring up to termination point via the

control switch and neutral. These termination points can be :

(a) A ceiling rose or connector in case of call bell or ceiling fan or exhaust fan point wiring. The

wiring from ceiling rose or connector to ceiling fan or exhaust fan point shall be considered with

the installation of fans.

(b) A ceiling rose in case of directly fixed type fluorescent fixtures, suspended pendants.

(c) A back plate in case of suspended type fluorescent fixtures, suspended or stiff pendants, wall

brackets, bulk heads, spot light similar fittings.

(d) A lamp holder in case of angle or batten holders.

(e) A convenient wall plug in case of plug on board or separate board points.

Page 113: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

Wiring for light points and fan points shall be carried out with minimum 1.5 sqmm copper

stranded conductor wire. For the purpose of measurement the points are classified as below wherever

specified.

(a) Short points : Up to 3.0m long

(b) Medium points : 3.0m to 6.0m long

(c) Long points : 6.0m to 10.0m long

(d) Special long points : Above 10.0m long (As specified)

Where classification of points are not specified, the point wiring shall mean wiring to the all

types points as described above irrespective of the length of the point.

The wiring whether concealed or surface shall be easily accessible for inspection. Power and

Heating sub-circuits shall be kept separate and distinct from lighting and fan sub-circuits. The balancing

of circuits in three phase installations shall be arranged before hand. Circuits of different phases of a.c.

system shall be kept minimum 2.0m apart or enclosed in earthed metal casing. Medium voltage wiring

and associated apparatus shall comply, in all respect, with the requirements of rules 50, 51 and 61 of

Indian Electricity Rules, 1956.

The position of runs of wiring and the exact position of all points, switch boards, distribution

boards shall be marked in the building for approval of Engineer-in-charge prior to execution. The wiring

shall be carried out in looping back system in which the phaseconductor shall be looped at the switch

box and that of neutral at the junction box and point terminals. In no case, joint shall be made bare or by

twisting the conductors.

Lights and fans may be wired on a common circuit. Such circuit shall not have more than a total

of either 10 points or a load of 800 watts.

For the purpose of determining load per circuit, the following rating for points shall be

assumed.

(a) Light points (Incandescent) : 60 watts

(4' fluorescent tubes) : 40 watts

(2' fluorescent tubes) : 20 watts

(b) Ceiling fan points : 80 watts

(c) Exhaust fan points : 80watts

(d) 5Amp plug points : 100 watts

(e) 15Amp plug points : 1000 watts

Unless and otherwise specified, the following minimum mounting height of the bottom most part

of the fittings and fixtures from finished floor level shall be maintained.

(a) Distribution Boards : 2.130 metre

Page 114: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

(b) Switch board : 1.300 metre

(c) 5A & 15A plugs on separate

board

: 0.300 metre

(d) Ceiling fan : 2.750 metre

(e) Light fittings : 2.600 metre

(f) TV antenna and Telephone

outlets

: 0.300 metre

3.3.1b Circuit Wiring

Circuit wiring shall mean wiring from BDB/ SDB upto the junction boxes for switch boards

containing 5A/15A switches and plugs. For the purpose of measurement, in case of multiple switch

boards under one circuit, the circuit wiring shall mean the sum of the length of wiring from BDB/ SDB

upto junction box of first switch board and junction box of first switch board to the junction box of next

switch board and so on. The minimum size of conductor for circuit wiring shall be 2.5 sqmm copper or

4.0 sqmm aluminium. A circuit shall not contain more than 2 number power plugs. If not specified in

point wiring to power plugs, the wiring to the same shall be treated as circuit wiring.

3.3.1c Sub-main Wiring

Sub-main wiring shall mean wiring from Main switch/ Meter board upto BDB/ SDB. The

minimum size of wire shall be 4.0sqmm copper or 6.0sqmm COPPER. There shall be no jointing of

wires as far as practicable. PVC ferrules shall be provided at both the ends of the wire for easy

identification.

3.3.2 Types of Wiring

3.3.2a Concealed Non-metallic Conduit Wiring

The concealed non-metallic conduit wiring shall be completed in the following three phases.

(a) Conduit laying in roof before casting.

(b) Conduit laying in walls & fixing of switch board before plastering.

(c) Wire drawing inside conduit, fixing of switch, socket accessories, testing of installations

complete.

The size of conduit shall be so chosen that the wires provided inside shall not occupy more

than 50% of the cross sectional area. The maximum permissible number of single core wires, which can

be drawn inside non-metallic conduit, shall be as per the table given below.

Size of wire in mm2 Size of conduit in mm

(Maximum no. of wires permissible)

Remarks

16 20 25 32 40 50

1.0 mm2 5 7 13 - - -

Page 115: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

1.5 mm2 4 6 10 - - -

2.5 mm2 3 5 10 - - -

4.0 mm2 2 3 6 10 - -

6.0 mm2 - 2 5 9 - -

10.0 mm2 - - 4 7 9 -

16.0 mm2 - - 2 4 5 -

25.0 mm2 - - - 2 4 6

35.0 mm2 - - - - 2 5

50.0 mm2 - - - - 2 3

A detail conduit route layout avoiding unnecessary crossing shall be prepared by the contractor

and get it approved from Engineer-in-charge prior to laying of conduit in roof slab. The conduits and

junction & fan hook boxes shall be rigidly tied to the reinforcement of the slab. Minimum 75mm x

75mm size sheet metal inspection cum pull box shall be provided within 5 metre run of conduit.

Suitable type expansion joint fittings shall be provided along the conduit run crossing the expansion

joint of the building. The junction boxes shall be provided 300mm off the centre for 4' long tube light

fitting and 150mm off the centre for 2' long tube light fitting. Dummy or spare conduits shall be laid

wherever required as per direction of Engineer-in-charge.

The drops from the roof slab in walls and columns shall be made vertical as far as practicable.

Horizontal run of conduit on brick or stone masonry walls shall be avoided. The conduit and the switch

boards shall be fixed in the wall by cutting chase and neatly finished with plastering after fixing. All

curves in the conduit pipe shall be made by bending pipe with a long radius which will permit easy

drawing of conductors. The m.s. boxes shall be provided with temporary covers to safe guard against

filling of cement mortar etc within the tendered cost.

The wires shall be properly colour coded and carefully drawn inside the conduit through use of

fish wire. All the metal boards shall be suitably earthed by earth continuity conductor. All Conductors

shall be provided with cable sockets at termination points expect at switchboard looping and joint

boxes. Wires carrying current in a conduit shall be so bunched that the outgoing and the return wire are

drawn into the same conduit. Wires of different phases from different circuits shall not run in one

conduit. In three phase installation, plans shall be made for balancing of loads in all phases before

commissioning.

3.3.3 Cable Laying & Installation

The cables shall be of approved make and tested at factory in presence of Engineer-in-charge

or his authorised representative. The cables shall be despatched to the work site packed on wooden

drums with both ends properly sealed. Jointing of the cables in between the terminal points shall be

avoided as far as possible. For longer length of cable exceeding the normal length of manufacture,

cables may be joined by means of jointing kits only. The cables shall be tested for insulation resistance

by 500-volt insulation Megger for cables upto 1100 volt grade and by 2500 volt insulation Megger for

cables beyond 1100V grade prior to laying of the same. Cable loops for future requirement shall be kept

at both ends as per direction of the Engineer-in-charge.

Page 116: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

One number 6 swg G.I. wire in case of single phase 230V a.c. system and either 2 numbers 6

swg G.I. wire or 2 numbers suitable size G.I. flat in case of multi phase 400V or more a.c. system

shall run all along the trench or tray with the cables as earth continuity conductor. The supply and laying

of earth continuity conductor such as G.I. wire or flat has been considered separately in the schedule of

quantity.

Minimum bending radius for PVC insulated armoured cables shall be 1200mm. At joints and

terminals, the individual cores of multi-core cable should never be bent so that radius of bending is less

than 12 times the overall diameter of the cable.

Wherever more than one cable shall exist, suitable marker tags inscribed with cable

identification details shall be permanently attached to all cables in the man hole, pulpits, joints, open

ducts, under ground cables etc at suitable intervals.

The laying and installation of cable shall be carried out as per IS:1255/1983. The methods of

cable laying shall be of following types depending upon the requirements.

(a) Laying directly under ground

(b) Laying inside ducts

(c) Laying on racks or trays in air

(d) Laying along building structural elements

3.3.3a Laying Directly Under Ground

Cable trenches shall be excavated cutting all types of soil and rock upto a minimum depth of

750mm for L.T. cables & 1200mm for H.T. cables and of appropriate width (not less than 350mm) to

accommodate the cables and cable protecting materials within the tendered rate.

The sides and bottom of the trench shall be dressed and filled with 75mm thick layer of fine

sand. The cables shall then be laid with bricks on both side of each cable continuously along the length.

Space between the bricks shall be filled with fine sand upto 75mm above the top of the cable. The top

layer bricks shall be placed side by side continuously as protective cover. The horizontal distance

between the adjacent cables shall be minimum 200mm. The clearance between the outer cable to the

sides of the trench shall be at least 150mm.

In case of multiple tiers, same procedure shall be applied keeping a vertical clearance of

300mm among the tiers and the top most layer shall be kept at a depth of 750mm for LT cables and

1200mm for H.T. cables from finished ground level.

The trench shall then be filled up with the excavated materials free from stone or sharp edged

debris and duly compacted. A crown of earth neither less than 50mm nor more than 100mm in the

centre and tapering towards the sides of the trench shall be left to allow for subsidence.

Cable route markers shall be installed at salient and strategically located points parallel to and

500mm or so away from the edge of the trench for easy identification of cable routes at a maximum

interval of 10 metre for straight run.

In locations such as road crossing, pipe line crossing, entry to buildings or poles in paved area

etc, the cables shall be laid in pipes or closed ducts. Pipes provided for entry to building shall slope

upward to prevent entry of water to the building. Stone ware, cast iron, NP-2 class RCC pipes or

medium class M.S./G.I. pipe of appropriate diameter shall be laid during the construction to avoid

damage later on.

In case of stone ware pipes, a 100mm thick 1:3:6 cement concrete covering shall be provided.

In case of cast iron or RCC pipes no concrete covering is required. The collars in case of RCC pipes

shall be embedded by 1:2:4 cement concrete. Top surface of pipe shall be at a minimum depth of 1.0

Page 117: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

metre. The minimum size of hume pipes shall not be less than 100mm in diameter for a single cable

and not less than 150mm for multiple cables.

The diameter of the cable protecting pipes shall be at least 1.5 times the outer diameter of the

cable. In one pipe, single core cables shall not be laid individually but instead, all the three/four cables

of the same system shall be laid.

3.3.3b Laying along Building Structural Elements

Cables can be routed inside the buildings along the structural elements such as walls, columns

etc or inside trenches or hume pipes or G.I. pipes under floor. The cables shall be laid or fixed along the

wall or column with the help of M.S./G.I. flat clamps or saddles with an interval not exceeding 0.5 metre.

The cables inside brick masonry trenches shall be laid on racks or directly above the floor of the trench

and the trench shall be covered with m.s. chequred plates. In case of laying inside hume pipes or G.I.

pipes, man hole chamber with RCC cover shall be provided at suitable location for easy maintenance.

The cables shall not intersect each other along its route.

3.3.4 Jointing of Cables

The quality of joints shall be such that it does not add any resistance to the circuit. The

materials and techniques employed for jointing should give adequate mechanical and electrical

protection to the joints under all service conditions. The joints shall be resistant to all corrosion and

chemical reactions. The following three basic types of cable joints shall be used.

(a) Straight through joints

(b) Tee or branch joints

(c) Termination or sealing joints

3.3.5 Installation of Distribution Boards

All main switch-gears shall be installed in dry situation as near as possible to the point of

supply. The neutral wires shall be continuous except at the linked switch-gear. Main distribution boards

shall be installed in well-ventilated rooms or cupboards accessible to only authorised persons or

recessed having locking arrangement. The distribution boards shall not be installed in damp situations,

in the vicinity of storage batteries, places exposed to chemical fumes or where inflammable or

explosive dust, vapour or gas is likely to be present. These boards shall not be erected above gas

stoves, sinks, in bath rooms, lavatories, toilets, kitchens, places exposed to weather or within 2.5 metre

of a washing unit in the washing rooms and wash basins.

Fixing of distribution boards in places likely to be exposed to weather, drip or abnormal moist

atmosphere shall be avoided. Where it is unavoidable, out door distribution boards with outer casing on

the switch boards shall be installed making it weather proof and shall be provided with gland or

bushings or adapted to receive screwed conduit according to the manner in which cables are run.

The indoor distribution boards shall be mounted concealed or semi-concealed or surface to the

wall or on foundations above the floor. The panels shall be so mounted that it is accessible for fuse

replacement and operation of switch-gears & breakers.

The top most height of the panel shall not be more than 2 metre from the floor level. In case of

Branch Distribution Boards shall generally be installed at a height of 2.13 metre from finished floor level.

A minimum clearance of 1 metre shall be provided from the surface of door opening of the boards for

maintenance.

All distribution boards shall be marked lighting or power, voltage, number of phases of supply,

circuit list, current rating of the circuit and rating of fuse element. All wiring and terminations shall be

provided with cable lugs and neatly arranged.

Page 118: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

Adequate space shall be provided on bottom or top or back as required for easy cable and

conduit entry. The cables shall be terminated at the distribution board with corresponding size of brass

cable gland. The glands shall be fixed tightly to the panel without allowing any gap or opening on the

hole. The armours of the cable shall be suitably earthed. For conduit entry, PVC couplings for non-

metallic flexible conduit and brass coupling for G.I. flexible conduit shall be used. No holes shall be kept

open on any side of distribution board.

Distribution boards shall be earthed at two points from two separate & distinct earth electrodes

in case of three phase boards and one point in case of single phase boards effectively by means of G.I.

wire or flat as specified.

3.3.6 Installation of Fluorescent Fixtures

The fluorescent fixtures shall be either directly fixed on walls or ceiling or suspended from

ceiling of buildings. The contractor shall make proper marking for alignment and level of fitting as per

the drawing prior to installation and get it approved from Engineer-in-charge. The contractor shall

assemble and install the fittings as per the manufacturer's instructions. Connection from ceiling rose or

connector shall be done with 3 core 1.5 sqmm flexible copper cord. Each fitting shall be effectively

earthed.

For fixing the fitting directly on walls and ceiling, the same shall be fixed on two numbers

seasoned wooden round blocks. The round blocks shall be duly painted and fixed to wall or ceiling by

means of PVC fill plugs and screws.

In case of fitting being suspended from ceiling, the same shall be fixed by means of two

numbers 16 swg stove enamelled m.s. conduit down rods along with cast aluminium ball sockets,

conduit check nuts, circular Bakelite cover etc. The down rods shall be painted with 2 coats of enamel

paint of approved shade. The fixing arrangement to the ceiling shall be capable of sustaining the entire

load of fitting and down rod. The minimum mounting height of the fitting shall not be less than 2.5 metre

from the finished floor level.

3.3.7 Installation of Incandescent Fittings

The incandescent fittings shall be rigidly fixed to wall or ceiling using Bakelite sheet. The metal

parts of the fitting shall be effectively earthed by the earth continuity conductor. The flexible pendants,

chandeliers etc shall be suspended from a hook provided in the slab during casting. The bulkhead

fittings shall be recessed/ surface mounted on wall or ceiling.

3.3.8 Installation of Street Light Fittings

The street light fittings shall be fixed by means of either suitable G.I. bracket or on arms of

tubular pole. The G.I. bracket shall be fixed by means of minimum two pairs of m.s. flat clamps duly

painted. Loop-in-loop-out junction boxes shall be embedded inside the bottom foundation of the

support wherever required. The wiring to the fitting shall be carried out by minimum 2 core 2.5

sqmm PVC insulated stranded copper wire along with 16 swg hard drawn bare copper earth

continuity conductor. The fitting shall be assembled and mounted as per the manufacturer's

instructions.

3.3.9 Installation of Ceiling Fans

Unless otherwise specified, the bottom most part of the ceiling fans shall normally be kept at a

height of 2.75 metre above finished floor level. In no case, it shall be lower than 2.4 metre above the

finished floor level. A minimum clearance of 300mm shall be maintained from the ceiling/beam to the

plane of fan blades. The mounting height of all ceiling fans installed inside a hall or room shall be same.

The metal parts of the ceiling fans shall be effectively earthed. The fans shall be assembled and

mounted as per the manufacturer‟s instructions.

Page 119: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

The wiring to the ceiling fan from the nearest point shall be carried out with 3 core 1.5 sqmm

PVC insulated stranded copper conductor cords. The down rod & clamp shall be painted with enamel

paint of approved shade without involving any extra cost. Round bakelite sheet shall be provided on the

fan hook boxes.

3.3.10 Installation of Exhaust Fans

Exhaust fans shall be fitted by means of rag bolts embedded in the wall. The required holes in

the wall shall be made and finished neatly with cement plaster and brought to the original finish of the

wall within the tendered rates. Gravity louvre shutters of suitable size shall be fixed on the outside wall

covering the hole for the exhaust fan in order to restrict the inrush of rainwater etc. A wire mesh shall be

provided in place of gravity louvre shutters to restrict the entry of birds where there is no chance of

inrush of rainwater. All the metal parts of the exhaust fans shall be effectively earthed. The fans shall be

assembled and mounted as per the manufacturer‟s instructions. The wiring to the exhaust fan from the

nearest point shall be carried out with 3 core 1.5 sqmm PVC insulated stranded copper conductor

cords.

3.3.11 Installation of Earthing

The earthing installations shall generally conform to IS:3043/1966 and requirements of Indian

Electricity Rules, 1956.

All three-phase medium voltage equipments shall be earthed by two separate and distinct

connections with earth through earth electrodes. Single phase equipments shall be earthed at least at

one point. In case of high & extra high voltages, the neutral point shall be earthed by not less than two

separate and distinct connetion with earth each having its own electrode.

An earthing electrode shall not be situated within a distance of 1.5 metre from the building

whose installation system is being earthed. The cross sectional area of earth continuity conductor in

electrical installation shall no where be less than 16swg copper or 14swg GI wire. The earth resistance

for various installations shall be restricted within the following maximum permissible limits.

Non industrial Buildings : 5 ohms

Earth continuity inside an installation : 1 ohm(From electrode to any point in installation)

The following types of earthing installations shall in general be provided.

(a) Pipe earthing

3.3.12 Pipe Earthing

Pipe earth electrodes shall be of perforated class B G.I. pipe of specified length and diameter.

Galvanising of pipes shall conform to relevant ISS. The G.I. pipe electrode shall be cut tapered at the

bottom and provided with holes of 12mm dia drilled not less than 75mm from each other in zigzag

manner upto 500mm from the top of the electrode. A pair of 50mm x 5mm G.I. flat clamp with 2 nos

18mm dia drilled holes on either side shall be welded to the electrode at about 150mm below the top of

the pipe.

The electrode shall be buried in the ground vertically with its top not less than 200mm below the

ground level. The pipe earth electrode shall be surrounded by, either salt & charcoal in alternate layers

or a homogeneous mixture of the both, for a radius of about 150mm and upto a height of about 250mm

below the top of the electrode. The balance portion of the excavated pit shall be filled with good quality

soil and properly compacted.

Page 120: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

A brick masonry chamber with hinged cast iron/ removable RCC inspection cover of size

300mm x 300mm shall be constructed within the tendered rate. Watering arrangement shall be made

with funnel and wire mesh fixed by means of a reducer socket on the top of the electrode.

3.3.13 Installation of Earthing Leads

The earthing lead connecting the earth electrode to the apparatus or installation directly shall be

of the same material as earth electrode. The earthing leads shall be either wires or strips of adequate

size as specified and of either G.I. or tinned copper. The G.I. leads shall be connected to the electrode

by means of 16mm dia G.I. nut bolts with flat & spring washer and the tinned copper leads shall be

connected to the electrode by means of 16mm dia brass nut bolts with flat & spring washer.

All earth connections shall be visible for inspection. The earthing lead from electrode onwards

shall be suitably protected from mechanical injury by means of 20mm dia G.I. pipe for G.I. wires. The

portion of this protection pipe within ground shall be buried at least 300 mm deep from ground level.

(Subject to increase upto a depth of 600mm in road crossings and pavements.) The portion within the

building shall be recessed or clamped at not more than 500mm interval in the walls/ columns/ beams

etc and recessed in the floors. Joints in the earthing lead from earth electrode to apparatus shall be

avoided as far as practicable. However if joints are inevitable, same shall be done by welding or proper

bolting in case of G.I. strips and brazing or proper bolting in case of tinned copper strips. The welded

joints in G.I. strips shall be applied with bituminous paint and wrapped with bituminous tape.

3.4.0 TESTING

Before a completed installation or an addition to an existing installation is put into service, the

following tests shall be carried out by the electrical contractor in presence of Engineer-in-charge.

(i) Polarity test

(ii) Insulation resistance test

(iii) Earth continuity test

(iv) Earth electrode resistance test

3.4.1 Polarity Test

It shall be ensured by this test that the single pole switches have been fitted on the live side of

the circuit they control. In a two-wire installation, test shall be made to verify that all switches in every

circuit have been fitted to phase conductor or non-earthed conductor of the circuit. In three or four-wire

installation, test shall be performed to verify that every non-linked single pole of switch is connected to

one of the phase conductor of supply.

3.4.2 Insulation Resistance Test

The insulation resistance shall be measured by applying between earth and whole system of

conductors or any section thereof with all fuses in place and all switches closed and except in earth

concentric wiring, all lamps in position or both poles of installation otherwise electrically connected

together, a d.c. voltage of not less than twice the working voltage, provided that it does not exceed

500 volts for medium voltage circuit. Where the supply is derived from 3 wire a.c. or d.c. or polyphase

a.c. system the neutral pole of which is connected to earth direct or through added resistance, the

working voltage shall be deemed to be that which is maintained between the outer or phase conductor

and neutral.

The insulation resistance of an installation measured as above shall not be less than 50 Mega-

Ohms divided by the number of points of the circuit provided that the whole installation shall be required

to have insulation resistance greater than one Mega-ohm.

Page 121: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

Control rheostats, heating and power appliances and electric signs may, if desired, be

disconnected from the circuit during the test, but in this case the insulation resistance between the case

of frame and all live parts of each rheostat, appliances and signs shall not be less than half a Mega-

ohm.

The insulation resistance shall also be measured between all conductors connected to one pole

or phase conductor of the supply and all conductors connected to the neutral or the other pole or phase

conductor of supply. Such test shall be made after removing all metallic connections between two poles

of the installation. The insulation resistance between the conductors of installation shall not be less than

that specified above.

3.4.3 Earth Continuity Test

The earth continuity conductor including metal conduits and metallic envelope of cables in all

cases shall be tested for electric continuity and electrical resistance of the same along with the earthing

lead but excluding any added resistance of earth leakage circuit breaker measured from the connection

with the earth electrode to any point in the earth continuity conductor in the completed installation shall

not exceed 1 ohm.

3.4.4 Earth Electrode Resistance Test

The resistance of each earth electrode shall be tested with an earth tester and the combined

earth resistance of the earth grid of an installation shall be maintained as mentioned below.

Distribution Substations : 2 ohms

Industrial Buildings : 4 ohms

Non industrial Buildings : 5 ohms

Earth continuity inside an

installation

: 1 ohm(From electrode to any point in

installation)

3.4.5 The completed installation shall be taken over only if the results obtained from the above tests are

within the limits mentioned above and in accordance with I.E. Rules. On completion of testing of

installation, a certificate shall be furnished by the contractor countersigned by the certified

supervisor having a valid electrical supervisory licence issued by Electrical Licensing Board of the

State Government under whose direct supervision the installation was carried out. This certificate

shall be in a prescribed form obtainable from local supply authority.

3.5.0 SPECIAL CONDITIONS OF CONTRACT FOR ELECTRICAL INSTALLATION

3.5.1 Authorities

The contractor while executing the work shall obey to the provisions of the Government Acts

relating to the work and the regulations and by-laws of statutory bodies or local authorities and supply

authorities. The contractor shall undertake to provide all test certificates and make necessary

arrangements to obtain electric supply.

3.5.2 Drawings

The installations work shall be carried out as per the approved execution drawings. Prior to

laying of conduits or cables, the contractor shall submit drawings for same indicating the route, conduit

size and numbers, location of inspection boxes etc. for approval.

The contractor on completion of the installation shall submit the following drawings in tracing

paper.

Page 122: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

As built electrical layout drawings of each floor showing the position of points & outlets, type of

fittings & fixtures, location of switch boards & distribution boards, circuit & phase indication, position of

earth electrodes, cable & conduit routes, position of lightning terminals & conductors etc neatly drawn.

As built schematic single line diagram of the entire installation showing

(i) all distribution boards having description of capacity, system & source of supply, type & their

numbers;

(ii) location, size, type, length of main and sub-main cables/ wires;

(iii) load details of each circuit or ways of distribution board or switch gear.

The drawings shall furnish the identification details such as name of work, job no., accepted

tender no., date of completion, site location, name & address of owner, name & address of consultant,

signature & name of contractor, his address, scale of drawing.

3.5.3 Commercial

All types of laborers referred in the schedule such as masons, electricians, wiremen, cable

jointers, helpers, labourers etc are required to carry out electrical installation work to a building with all

necessary tools and plants with them.

After completion of the installation, the contractor shall test the same in the presence of

Engineer-in-charge for safety and durability as per IS specification and I.E. Rules. He shall get the

electrical installation inspected by the Electrical Inspecting Authority and obtain necessary inspection

report and statutory clearance to energise the installation at his own cost. However all fees for

inspection prescribed by the statutory authority paid by the contractor shall be reimbursed by the owner

on production of documentary evidence. The contractor shall submit necessary test certificates as and

when required.

After completion of testing, necessary statutory inspection by competent authority and contract/

agreement with local supply authority, the contractor at his own cost shall arrange for final

commissioning and energisation of installations before final handing over to the owner.

Rate quoted shall include all cost of labours with tools and plants, sundries and accessories,

transportation of materials from local store, insurance, storage and handling, providing watch and ward

to the installation carried out by him and materials in his custody, and expenses for maintaining the

installation in proper order till final taking over. The contractor shall make good the damages caused

during the course of work at his own cost.

Only materials of approved make shall be used. All other materials not included in the list of

approved materials shall be got approved from Engineer-in-charge. If required, the materials may be

sent for testing to any standard testing laboratory for conforming the quality and specification as per

ISS. The cost towards testing shall be borne by the contractor. No surplus material procured by the

contractor shall be accepted by the owner.

The work shall be carried out in accordance with the specification of the schedule complete with

cost of all materials (except otherwise mentioned), all types of labour involved, all types of tools & plants

required, sundries and accessories and as per the drawing, design and direction of Engineer-in-charge.

Page 123: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

The electrical installation work shall be carried out by a registered and licensed electrical

contractor duly authorised by the local Electrical Licensing Authority. The work shall be directly

supervised by a Licensed Electrical Supervisor. Copy of valid license and details of previously executed

works of the contractor and his supervisor shall be furnished along with the tender.

3.5.4 Terms of Payment

Payment, upto maximum 80% of the quoted rate on each item completed but awaiting testing

and commissioning, shall be made. Another 10% payment shall be made after successful testing in

presence of Engineer-in-charge & inspection by statutory authority. The balance 10% payment shall be

made after completion of work with final commissioning, energisation, handing over to owner &

submission of performance bank guarantee.

3.5.5 Performance Guarantee

The entire electrical installations carried out by the contractor shall be guaranteed for a trouble

free operation against any bad workmanship, bad quality of material used for a minimum period of 12

months from the date of taking over by the owner or 18 months from the date of commissioning,

whichever is earlier. Any defects found during this period shall be rectified and all faulty materials shall

be replaced by the contractor free of cost.

The performance guarantee shall be executed in shape of a bank guarantee, in the prescribed

format of the owner, amounting to 5% of the total value of electrical works executed, through any

Nationalised Bank valid till completion of the guarantee period.

Page 124: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

SECTION 6: DRAWINGS

Page 125: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and
Page 126: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and
Page 127: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and
Page 128: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and
Page 129: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and
Page 130: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and
Page 131: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and
Page 132: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and
Page 133: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and
Page 134: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and
Page 135: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and
Page 136: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

SECTION 7: BILLS OF QUANTITIES

Page 137: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

DETAILED BILLS OF QUANTITIES FOR BHABAKUNDELESWAR TEMPLE,MANIKPATNA

A.DETAILED ESTIMATE FOR TOILET BLOCK AT MANIKPATNA

SL

NO

DESCRIPTION QTY UNIT RATE AMOUNT

1 Earthwork in all kinds of soil in excavation of

foundation trenches for columns, basement, tie beams,

walls and steps in all kinds of soil including

moorum, hard stoney earth and earth mixed with

boulders except sheet rocks and boulders requiring

blasting with all leads and lifts including dressing

and leveling the bed sides up to required depth and

depositing the excavated materials at places away

from the work site with all leads and lifts, T&P for

shoring, shuttering, dewatering if required etc.

complete as per the drawing, designing including cost

of all labour, T&P etc. as required for the work

complete as directed by the Engineer-in-charge.

50.30 CUM

2 Filling foundation trenches and plinth with excavated

earth including laying the earth in layers not

exceeding 23.5cm (9”) thick ramming and watering with

all leads and lifts including cost of all labour, T&P

etc. complete as directed by the Engineer-in-charge.

16.80 CUM

3 Supplying and filling in foundation trenches and

plinth, ditches with sand well watered and rammed in

layers not exceeding 23 cm. In depth with all lead

and lift including cost, conveyance, loading,

unloading, royalties and taxes of all materials, cost

of all labour, sundries, T&P required for the work

etc. complete in all respect as directed by the

Engineer-in-Charge. Measurement will be taken on

finished compacted section only).

28.10 CUM

4 Providing and lying plain cement concrete of

proportion (1:4:8) in foundation and floors using

Portland slag cement (PSC) with 4 cm. size black hard

crusher broken granite stone metal of approved

quality and from approved quarry, washed and cleaned

including hoisting,lowering, laying concrete,

ramming, watering and curing etc. complete to

required levels laid in layers not exceeding 15 cm.

Thick including cost, conveyance, loading and

unloading, royalties and taxes all materials and cost

all labours, sundries, T&P required for the work

complete including dewatering if required as per

instruction of the Engineer in charge.

14.00 CUM

5 Providing, lifting, hoisting and laying Reinforced

cement concrete of M-20 Grade in different works with

12mm to 20mm size black hard crusher broken granite

chips of approved quality from approved quarry

including mixing and compacting to proper shape and

size, level and plumbs and finishing the exposed

surfaces smooth including cost of scaffolding,

watering and curing for the required period including

cost of all materials with taxes, royalties

transportation, loading and unloading, all labour,

sundries, T&P including hire & running charges of

concrete mixer and vibrator etc completed as per the

direction of the Engineer-in-charge but excluding the

cost of materials and labour for reinforcement bars &

including the cost of centering and shuttering for

the works.

A Foundation 1.30 CUM

B Plinth Beam 2.20 CUM

C Beam Column 5.10 CUM

D Lintel 0.40 CUM

E Roof Slab 1.10 CUM

Page 138: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

F Slope Roof 10.80 CUM

6 Providing & fixing TOR Fe-500 reinforcement bars for

RCC work of required diameter of approved quality

with straightening, cutting, bending, binding welding

and joining (if necessary) and tying the grills and

placing in position as required for R.C.C. work and

providing fan hooks, hoisting, lowering and laying

including cost, conveyance and taxes of M.S. Rods or

tor steel and binding wires of 18 to 20 gauge and

labour required for the work for bending, binding and

tying the grills in all heights as per the

specification & direction of E-I-C. (Linear

measurements will be taken & quantity will be

calculated on standard weight. Weight of binding wire

will not be considered for measurement.)

22.30 QTL

7 Providing and laying laterite stone masonry in cement

mortar of mix (1:4) with Portland slag cement (PSC)

in foundation & plinth with screened and washed sharp

sand for mortar of approved quality from approved

quarry including providing key stones in regular

intervals for each layer including splays cutting,

circular moulding and similar such type of works with

all necessary projections, champering and corbelling,

watering and curing etc. with all cost, conveyance,

royalties, loading & unloading & tax of all materials

and cost of all labour, sundries, T & P required for

the work including hoisting, lowering, dewatering if

required etc. complete in all respect as directed by

Engineer-in charge.

18.30 CUM

8 Providing small eye Laterite stone masonry in

foundation and plinth with cement mortar (1:4) using

machine cut laterite stone of approved quality from

approved quarry including cost of all material, all

taxes and cost of all labour, conveyance, loading &

unloading, royalties, hoisting, lowering, sundries,

T&P required for the work etc. complete in all

respect as directed by the Engineer-in-Charge

4.40 CUM

9 First class kiln burnt brick masonry using K.B.

bricks of size 25cm x 12 cm x 8 cm or equivalent

having crushing strength not less than 75 kg. Per

Sqr. Cm. In cement mortar of mix(1:6) with Portland

slag cement (PSC) and screened and washed sharp sand

for mortar after immersing the bricks for 6 (six)

hours in water before use in foundation, plinth,

basement and for ornamental flower beds, plinth

moulding and similar such type of works with all

necessary projections, splays cutting, circular

moulding, corbelling, chamfering, watering and curing

etc. including cost, conveyance, loading unloading,

royalties and taxes of all materials and cost of all

labour, sundries, T & P required for the works etc.

complete in all respect as directed by the Engineer-

in-Charge.

1.80 CUM

10 First class kiln burnt brick masonry using K.B.

bricks of size 25 cm. x 12 cm. x 8 cm. having

crushing strength not less than 75 kg. Per Sqr. Cm.

in cement mortar of mix (1:6) with portland slag

cement (PSC) after immersing the bricks for 6 (Six)

hours in water before use in superstructure including

splays cutting, circular moulding, corbelling,

chamfering and similar such type of works, watering

and curing etc. including cost, coveyance, loading

and unloading, royalties and taxes of all materials

and cost of all labour, scaffolding, sundries, T&P

required for the works etc. complete in all respect

as directed by the Engineer-in-charge.

6.90 CUM

11 First class K.B. Half brick work in cement mortar 3.10 CUM

Page 139: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

(1:4) with best quality bricks having crushing

strength from 75kg/cm2 to 99kg/cm2, immersing the

bricks in water for not less than 6 hours before use

(the bricks shall be well burnt, free from cracks,

well shaped, uniform in size and shall produce a

clear metallic ringing sound when struck) includes

moulding, chamfering, corbelling etc. complete as per

drawing, design and specification, watering and

curing for 7 days including cost, conveyance, royalty

and taxes of all materials, labour, T&P etc. and as

per direction of Engineer-in-charge, for the

Superstructure.

12 Providing small eye Laterite stone masonry in

superstructure with cement mortar (1:4) using machine

cut laterite stone of approved quality from approved

quarry including cost of all material, all taxes and

cost of all labour, conveyance, loading & unloading,

royalties, hoisting, lowering, sundries, T&P

required for the work etc. complete in all respect as

directed by the Engineer-in-Charge

21.30 CUM

13 Providing and laying Decorative/Ornamental Khandolite

stone masonry in cement mortar of mix (1:4) with

Portland slag cement (PSC) in superstructure with

screened and washed sharp sand for mortar of approved

quality from approved quarry including providing key

stones in regular intervals for each layer including

splays cutting, circular moulding and similar such

type of works with all necessary projections,

champering and corbelling, watering and curing etc.

with all cost, conveyance, royalties, loading &

unloading & tax of all materials and cost of all

labour, sundries, T & P required for the work

including hoisting, lowering, dewatering if required

etc. complete in all respect as directed by Engineer-

in charge.

2.90 CUM

14 Providing 40cmx40cm size special plain/printed

series ceramic floor tiles of premium grade of

Kajaria Serie rectificado / Somany matt series /

Asian royale series / Johnson or equivalent having

thickness 7mm to 8mm, conforming to IS 13755 for

ceramic tile flooring of approved quality, colour

and size in floors, treads on steps and landings in

all floors at all height on 25mm thick bed of cement

mortar of mix (1:1) laid in proper slope and gradient

with screened and washed sharp sand for mortar and

with ordinary Portland slag cement (PSC) grouted with

neat white cement slurry jointing the tile with neat

white cement slurry mixed with required quantities of

pigments of approved marks to match the shades of the

ceramic tile if required , watering and curing for 21

days, including cost, conveyance, loading, unloading,

royalties and taxes of all materials, cost of all

labour, sundries, T&P required for the work, complete

in all respect as directed by the Engineer-in-charge.

48.10 SQM

15 Providing 30cmx45cm size special plain/printed

series edge cut ceramic wall tiles of premium grade

of Kajaria power line / Somany gold / Asian

impression / Johnson or equivalent having thickness

6.5mm to 6.7mm conforming to IS 13753 of approved

make & shade in Dadoes over 12mm thick cement plaster

1:3 (1 Cement: 3 Coarse sand) finished with modular

pointing in white cement & pigment to match the shade

of the tiles including cost, conveyance, loading,

unloading, royalties and taxes of all materials, cost

of all labour curing sundries and T & P etc. required

for the work etc. complete as per specification and

direction of Engineer-in-charge.

104.70 SQM

Page 140: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

16 Providing 20mm thick of above 0.40 Sqm granite tile

flooring of approved quality, colour and size in

floors, treads on steps and landings in all floors at

all height on 25mm thick bed of cement mortar of mix

(1:1) laid in proper slope and gradient with screened

and washed sharp sand for mortar and grouted with

neat white cement slurry jointing the tile with neat

white cement slurry mixed with required quantities of

pigments of approved marks to match the shades of the

granite tile if required watering and curing for 21

days, including cost, conveyance, loading, unloading,

royalties and taxes of all materials, cost of all

labour, sundries, T&P required for the work including

rubbing mechanically and wax polishing etc. complete

in all respect as per specification and direction of

Engineer-in-charge.

2.60 SQM

17 Supplying, fitting and fixing in position 25mm thick

cement concrete tile of Ultra track & terrazone /

Eurocon macedonia & bakony of approved quality,

colour and size in all floors at all height on 25mm

thick bed of cement mortar of mix (1:1) laid in

proper slope and gradient with screened and washed

sharp sand for mortar and with Portland Slag Cement

(PSC) grouted with neat white cement slurry with

required quantities of pigments of approved marks

watering and curing for 21 days, including cost,

conveyance, loading, unloading, royalties and taxes

of all materials, cost of all labour, sundries, T&P

required for the work complete in all respect as

directed by the Engineer-in-charge

16.90 SQM

18 Providing and fixing in position well dressed,

naturally seasoned sal wood rebated frames to doors

including two coats of hot bitumen applied to rear of

frame in contact with masonry or concrete surface

fixed with MS hold fast of 40x5mm embedded in cement

concrete blocks 15x10x10cm of 1:3:6 (1 cement : 3

coarse sand : 6 graded stone aggregate 20mm nominal

size) complete with all materials, labours, T & P

including panting two coats of synthetic enamel

paints over a coat of primer both of approved brand

and shade to exposed surface including cost,

conveyance, loading, sundries, T&P required for the

work etc. complete in all respect as directed by the

Engineer-in-charge

0.22 CUM

19 Supplying fitting and fixing in position flush door

shutter of 32mm thick of Green / Mayur / Aeon or

equivalent with 1mm sun mica (Royal touch) of

approved quality and as per drawing & design with all

necessary brass fittings, door closer (godrej, heavy

duty) motrice lock (godrej heavy duty),handle, door

stopper etc including cost of all materials, labour,

all taxes, transportation, loading & unloading etc.

complete as per specification and direction of

Engineer –in-charge.

9.70 SQM

20 Providing & fixing factory made Rajshri internal PVC

door frame of size 100mmx45mm with wall thickness of

5mm made out of extruded 5mm PVC foam sheet , meter

cut at two corner & joined with two numbers 150mm

long bracket of 15mmx15mm squire tube. The two

vertical door profile are to be reinforced with 40mm

x20mm tube of 19 gauge throughout the frame. The door

frame shall be fixed to the wall using 65/100mm long

MS screws through the frame by using PVC fasteners. A

minimum of 4 numbers of screws to be provided for is

vertical member & minimum two numbers for horizontal

members etc. complete as per specification and

direction of Engineer –in-charge.

22.20 RM

Page 141: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

21 Providing fitting and fixing of 30mm thick factory

made of solid panel plain PVC door shutter (

conforming to criteria of testing as per IS:4020 with

upto date amendments) of approved quality consisting

of frame made out of M.S. tubes of 19 gauge thickness

and size of 40mm x 20mm for stiles,top, lock& bottom

rails. M.S. frame shall have a coat of steel primers

of approved make and manufacture. M.S. frame shall be

covered with 5mm thick heat moulded “ Rajshri” PVC

„C‟ channel of size 30 x 100mm forming stiles, and

5mm thick, 125mm wide PVC sheets for top rail, lock

rail and bottom rail on either side, and 10mm (5mm x

3) thick, 20mm wide cross PVC sheet as gap insert for

top rail and bottom rail. Paneling of 10mm plain PVC

sheet to be fitted in the M.S. frame welded/sealed to

the stiles and rails with 30mm wide x 5mm thick PVC

sheet beading on either side, and additional 30mm

wide PVC beading as gap insert below top & bottom

rail joined together with solvent cement adhesive

etc. An additional 5mm thick PVC strip of 20mm width

is to be stuck on the interior side of the „C‟

channel using PVC solvent adhesive etc complete as

per specification and direction of Engineer –in-

charge.

7.20 SQM

22 Supplying, fitting, fixing up window (sliding type)

made up powder coated aluminum Section 9778, as

windows frame section No. 4095, 4096 and 9777, 3994

as shutter frame with 5mm thick black glass as panel

fitted with rubber beading including locking

arrangement including all fitting including cost of

materials all taxes labour, T&P etc. complete as per

direction of Engineer-incharge.

56.70 KG

23 Supplying, fitting and fixing of M.S grills, grill

gates with top and bottom rails, steel windows, steel

doors, steel frames for doors and windows, staircase

and parapet railing ( as per I.S. specification and

as per approved drawings ) in proper position in all

floors and at all height including making holes to

brick walls/ R.C.C structure/wood work etc. and

making good to the damaged walls/ structures with

cement concrete (1:2:4) with black hard crusher

broken granite stone chips of 12mm to 20mm size (

20mm size not to exceeds 25% ) including watering and

curing etc. complete in all respect as directed by

the Engineer in charge ( W.I. / M.S. windows grills,

grill gates, collapsible gates with top and bottom

rails, steel windows, steel doors, steel frames for

doors and windows, staircase and parapet railings

square bar along with required nos. of nails and

screws and other required materials of approved

quality and approved size shall be supplied by the

contractor at his own cost.)

230.40 KG

24 Supplying, Fitting and fixing of stainless steel of

304 grade in hand railing using 50mm dia of 2mm thick

circular pipe with Balustrade of size 32mmx32mmx2mm @

0.90mtr C/C and stainless square pipe bracing of

size 32mmx32mmx2mm in 3 rows in stair case as per

approved design and specification buffing polishing

etc with cost conveyance taxes of all materials

labour T&P etc required for the complete in all

respect.

69.20 KG

25 Providing 12mm. thick cement plaster in all floors at

all height with cement mortar of mix (1:6) with

portland slag cement (PSC) finished smooth to inside

smooth surface of brick masonry walls after racking

out the joints including watering and curing,

rounding of corners etc. complete with cost,

91.00 SQM

Page 142: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

coveyance, loading and unloading, royalties and taxes

of all materials and cost of all labours, sundries,

T&P and scaffolding required for the work etc.

complete in all respect as desired by the Engineer in

charge.

26 Providing 16 mm. thick cement plaster in all floors

at all height with cement mortar of mix (1:6) with

portland slag cement (PSC) finished smooth to inside

and outside surface of brick masonry walls after

racking out joints including watering and curing

rounding of corners etc. complete with cost,

coveyance, loading and unloading, royalties and taxes

of all materials and cost of all labour, T&P,

sundries and scaffolding required for the work etc.

with providing grooves as directed by the Engineer in

charge.

131.60 SQM

27 Providing 6mm thick plaster in C.M. (1:4) over

ceiling, chajja, loft, staircase, column, beams and

walls after removing the false if necessary and close

deep chipping including rounding of the corners,

recess and roughening concrete surface where

necessary, watering and curing, finished smooth over

R.C.C. surface, including cost, conveyance, royalty,

taxes of all materials, cost of all labour, T&P etc.

complete as per direction of the Engineer-in-charge.

105.60 SQM

28 Providing and painting two coats with plastic

emulsion paint over a coat of primer of approved

quality and approved shade in all floors at all

height by making the surface to the interior

plastered surface of wall smooth with a coat of

plaster pairs including cost, coveyance, loading and

unloading and taxes of all materials, cost of all

labour, sundries, T&P, scaffolding etc. required for

the work and complete in all respect as directed by

the Engineer in charge.

168.90 SQM

29 Painting to external surface of building with two

coats of weather coat of approved shade and quality

of approved design, after cleaning by watering &

removing the dirts etc. to the surface to be painted

including watering, curing, cost, conveyance and

taxes of all materials, cost of all labour, brushes,

T&P etc. and necessary scaffolding work complete as

directed by the Engineer-in-charge.

54.60 SQM

30 Providing and painting two coats with synthetic

enamel paint of approved quality and approved shade

confirmming to ISI on steel work to give an even

shade in all floors at all height over a coat of

primer of approved quality and shade including sand

papering and making the surface smooth with cost,

coveyance, loading and unloading, and taxes of all

materials, cost of all labour, sundries, T&P,

scaffolding etc. required for the work and complete

in all respect as directed by Engineer-in-charge.

15.10 SQM

31 Providing scraping & cleaning with wire brush

,grinding, washing & cleaning with water & air jet to

make the surface smooth & workability for application

for two coats of sika guard 703 W 2c over the

masonary surface to create a Hydrophobic action etc

complete as per direction of Engineer-in-charge.

106.70 SQM

32 2.5 cm. thick Damp proof course with cement concrete

of proportion (1:2:4) using screened and washed sharp

sand for mortar with ordinary port land cement (OPC)

and 12mm. To 20 mm. size black hard crusher broken

granite stone chips (20 mm. size chips not to exceed

25%) of approved quality from approved quarry

including cost, conveyance, loading, unloading,

royalties and taxes of all materials, cost of all

13.10 SQM

Page 143: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

labour, both sides shuttering, sundries T & P,

watering & curing etc. required for the work in al

respect as directed by the Engineer-in-Charge.

33 Providing 20mm. average thick grading plaster with

cement mortar of mix (1:4) in all floors at all

height with portland slag cement (PSC) on top of roof

slab after chipping and chiseling the same and

cleaning the entire surface with wire brush, finished

smooth to proper slope and gradient with watering and

curing etc. complete including cost, coveyannce,

loading and unloading, royalties and taxes of all

materials and cost of all labours, sundries, T&P

required for the work etc. complete in all respect as

directed by the Engineer in charge.

97.90 SQM

34 Providing 25mm thick grading concrete in C.C. (1:2:2)

laid in proper slope over terrace roof slab by using

two part of sand, one part of cement and two parts of

6mm size black hard crusher broken granite chips with

addition of water proofing compound of approved

quality to be mixed with specified ratio including

watering, curing, cost, conveyance, royalties, taxes

of all materials, cost of all labour, T&P etc.

complete as required for the finished item of work as

directed by the Engineer-in-charge.

7.30 SQM

35 Providing & laying pressed clay tiles with ridge (as

per approved pattern 20mm nominal thickness and of

approved size) on roofs jointed with cement mortar

1:4 mixed with 2% integral water proofing compound

laid over a bed of 20mm thick cement mortar 1:4 and

finished neat complete as per direction of Engineer-

in-charge.

97.90 SQM

36 Providing and injecting chemical emulsion for PRE-

CONSTRUCTIONAL anti-termite treatment and creating a

chemical barrier under and all-around the column

pits, wall trenches, basement excavation, top surface

of plinth filling, junction of wall and floor, along

the external perimeter of building, expansion joints,

surrounding of pipes and conduits etc. complete

(plinth area of the building at ground floor only

shall be measured) as per drawing, design and

direction of Engineer-in-charge. (Chloropyrifos

emulsifiable concentrate 1.0%)

76.40 SQM

TOTAL

SAY

B DETAILED ESTIMATE FOR PH WORKS OF TOILET BLOCK AT MANIKPATNA

SL

NO

DESCRIPTION QTY UNIT RATE AMOUNT

1 Providing and installing vitreous China Orissa

Pattern water closet pan of size 580x440mm of

Hindware make catalouge no 20076 or equivalent of

Parryware / Jaquar make with integral type foot rest

and 100 mm PVC P trap, with 10 lit capasity low level

flushing cistern of hindware catalouge no 21001 or

equivalent of Parryware / Jaquar make, MS brackets,

450mm long connection pipe having cat no ALD 803B or

equivalent of Parryware / Hindware make, 32 mm

diameter flush pipe with fittings and clamps,

overflow arrangements with specials and mosquitoes

coupling of apprived municipal design including

painting of fittings and brackets,cuttings and making

good the walls and floors whereever required etc

complete as per direction of Engineer-in-charge.

2.00 NOS

2 Supplying all materials,labours,T&P and fixing the

set of floor mounted vitreous china wash down

European water closet with P/S trap of Hindware make

having cat no 20065 of Pluto or equivalent of

3.00 NOS

Page 144: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

Parryware / Jaquar make and cistern of cat no 21045

or equivalent of Parryware / Jaquar make and 450mm

long connection pipe having cat no ALD 803B or

equivalent of Parryware / Hindware make to the floor

with wooden plug and chromium plated pedestal screws

including jointing the trap with soil pipe in cement

mortar (1:1) fixing plastic seat and cover for wash

down water closet with chromium plated brass hinges

and rubber buffers including polishing etc all

complete as per specification and direction of

Engineer-in-charge.

3 Providing and fixing 49cm dia counter top wash hand

basin of Hind Ware make having cat no 10052 of Round

starlet or equivalent of Parryware / Jaquar make with

a pair of CI bracket, 32mm dia CP bottle trap of

Jaquar cat no ALD 769, connection pipe with CP nut

450mm long of cat no ALD 803B, 15mm dia pillar cock

Jaquar make having cat no-KUB-35001 or equivalent of

Parryware / Hindware including cutting walls and

making good the damages in CC (1:2:4) as per

specification all complete including cost of all

materials as per PH specification and direction of

the Engineer-in-charge.

5.00 NOS

4 Supplying and fixing urinal of size 61x41x38cm of

Hindware make having cat no 60002 or equivalent of

Parryware / Jaquar make including all fittings like

angular stop cock of Jaquar make having cat no KUB-

35053, bottle trap of Jaquar cat no ALD 769 or

equivalent of Parryware / Hindware make etc complete

as per PH specification and direction of the

Engineer-in-charge.

3.00 NOS

5 Supply of all materials, labour, T&P , fitting and

fixing in all floors fixed type beveled plate glass

mirror of size 1050mm x 450mm x 5.5mm thick best

Indian make ,supply of 13mm thick asbestos backing

and CP Brass screw including cost conveyance, taxes

of all materials complete as per specification and

direction of Engineer-in-charge(Make-Modi

Guard/Belgium)

5.00 NOS

6 Providing and fixing C.P. Glass shelf 600mm long of

Jaquar Kubix Cat. No.-AKB-35771 or equivalent of

Parryware / Hindware make fixed to wall including

cutting the wall and making good the damages,

including cost of all materials complete as per PH

specification and direction of Engineering-in-charge.

5.00 NOS

7 Supplying all materials, labour, T&P and fixing

standard sized CP towel rail - 24" of Jaquar Kubix

Cat. No.-AKB-35711 or equivalent of Parryware /

Hindware make complete including cutting the wall and

making good the damages, including cost of all

materials complete as per PH specification and

direction of Engineering-in-charge.

5.00 NOS

8 Supplying all materials, labour, T&P and fixing

standard sized CP Soap case of Jaquar Kubix Cat.

No.-AKB-35731 or equivalent of Parryware / Jaquar

make complete including cutting the wall and making

good the damages, including cost of all materials

complete as per PH specification and direction of

Engineering-in-charge.

10.00 NOS

9 Supplying all materials, labour, T&P and fixing

standard sized Bib cock of Jaquar Kubix Cat. No.-

KUB-35037 or equivalent of Parryware / Hindware make

complete including cutting the wall and making good

the damages, including cost of all materials complete

as per PH specification and direction of Engineering-

in-charge.

5.00 NOS

10 Supplying all materials, labour, T&P and fixing 10.00 NOS

Page 145: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

standard sized 15mm dia Angular Stop cock of Jaquar

Kubix Cat. No.-KUB-35053 or equivalent of Parryware /

Hindware make complete including cutting the wall and

making good the damages, including cost of all

materials complete as per PH specification and

direction of Engineering-in-charge.

11 Supplying all materials, labour, T&P and fixing

standard sized 15mm dia concealed Stop cock of

Jaquar Kubix Cat. No.-KUB-35083 or equivalent of

Parryware / Hindware make complete including cutting

the wall and making good the damages, including cost

of all materials complete as per PH specification and

direction of Engineering-in-charge.

3.00 NOS

12 Supplying all materials, labour, T&P and fixing

standard sized grab bar of Jaquar Kubix Cat. No.-

AKB-35701 or equivalent of Parryware / Hindware make

complete including cutting the wall and making good

the damages, including cost of all materials complete

as per PH specification and direction of Engineering-

in-charge.

2.00 NOS

13 Supplying all materials, labour, T&P and fixing

standard sized CP robe hook of Jaquar Kubix Cat.

No.-AKB-35791 or equivalent of Parryware / Jaquar

make complete including cutting the wall and making

good the damages, including cost of all materials

complete as per PH specification and direction of

Engineering-in-charge.

5.00 NOS

14 Supplying all materials, labour, T&P and fixing

standard sized health faucet of Jaquar Cat. No.-ALD-

573 or equivalent of Parryware / Hindware make

complete including cutting the wall and making good

the damages, including cost of all materials complete

as per PH specification and direction of Engineering-

in-charge.

3.00 NOS

15 Providing and fixing circular type stainless steel

jalli (grating) with hole for floor /nahani trap etc

complete as per specification and direction of the

engineer in charge

8.00 NOS

16 Supplying all materials , labours , taxes and tools

and plants for fitting and fixing of CPVC pipes of

100% lead free and conforming to ASTM F442 Specific-2

CPVC(Make-AJAYA /ASTRAL/ASHIRBAD /Equivalent) with

good quality including fittings and laying as per the

site requirement etc., all complete including testing

as per the direction and specification of Engineer-

in-charge.

a 15 mm dia 20.00 RM

b 20 mm dia 50.00 RM

c 25 mm dia 20.00 RM

d 40 mm dia 40.00 RM

17 Supplying all materials, labour, T&P and fitting and

fixing 100mm dia U-PVC SWR soil waste ventilating

pipes and all fittings to walls with nails, bobbins

and wooden plugs or laying in trenches including

earthwork in excavation in all kinds of soil and

refilling of trenches as per specification and

direction of the engineer in charge

25.00 RM

18 Providing and fixing 25mm nominal bore CPVC ball

valve of approved quality (screwed end) with supply

of all jointing materials complete as per

specification and direction of Engineer-in-charge.

2.00 NOS

19 Providing and fixing 40mm nominal bore CPVC ball

valve of approved quality (screwed end) with supply

of all jointing materials complete as per

specification and direction of Engineer-in-charge.

2.00 NOS

20 Providing, laying cement concrete 1:4:8 (1 cement : 4

fine sand : 8 graded stone aggregate 40 mm nominal

20.00 MTR

Page 146: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

size) bedding for 100mm dia PVC pipes and necessary

formwork and curing complete as per specification and

direction of Engineer-in-charge.

21 Supplying all materials,labours,T&P and cutting holes

through existing brickwork including making good the

damages in cement mortar (1:4) for taking GI pipes

and fittings/PVC pipes and fittings etc all complete

as per PH specification and direction of Engineer-in-

charge.

5.00 NOS

22 Supplying all materials,labours,T&P and cutting

grooves in pucca floors and walls for taking GI/PVC

pipes and making good the damages as per direction of

Engineer-in-charge.

10.00 RM

23 Supplying all materials,labours,T&P and constructing

gully trap chamber of 250mmx 250mm inside size with

8cm thick RCC precast cover slab in cement concrete

(1:2:4) mix using 12mm size hg chips,foundation

concrete (1:4:8) using 40mm size hard granite metal

on bed and around trap,KB brickwork in cement mortar

(1:6) in F&P and inside 12mm thick cement plaster in

cement mortar (1:3) finished with a floating coat of

neat cement including fixing 100mmx100mm size HCI

gully trap,150mm x150mm size CI grating etc all

complete as per approved drawing,specification and

direction of Engineer-in-charge.

6.00 NOS

24 Supplying all materials,labours,T&P and constructing

inspection chamber of 760mmx 760mmx460mm inside size

with cement concrete (1:3:6) mix using 40mm size hg

metal on bed,1st class KB brickwork in cement mortar

(1:6),moulding and shaping the channel inside and

benching with cement concrete (1:2:4) using 12mm size

hg chips,12mm thick cement plaster in cement mortar

(1:3) with punning to inside, cement flush pointing

(1:3) to outside, RCC cover slab in (1:2:4)using 12mm

size hg chips with RCC man hole cover,earthwork in

excavation in all kinds of soil and refilling the

cavity around the chamber including watering curing

conveyance of all materials to worksite,payment of

royalty,taxes etc all complete as per approved

specification and direction of Engineer-in-charge.

2.00 NOS

25 Supplying all materials,labours,T&P and constructing

inspection chamber of 900mmx 800mmx450mm inside size

with cement concrete (1:3:6) mix using 40mm size hg

metal on bed,1st class KB brickwork in cement mortar

(1:6),moulding and shaping the channel inside and

benching with cement concrete (1:2:4) using 12mm size

hg chips,12mm thick cement plaster in cement mortar

(1:3) with punning to inside, cement flush pointing

(1:3) to outside,RCC cover slab in (1:2:4)using 12mm

size hg chips with RCC man hole cover,earthwork in

excavation in all kinds of soil and refilling the

cavity around the chamber including watering curing

conveyance of all materials to worksite,payment of

royalty, taxes etc all complete as per approved

specification and direction of Engineer-in-charge.

2.00 NOS

26 Constructing brick masonary man hole with 75 class

designation bricks in cement mortar 1:4 (1 cement :4

coarse sand) R.C.C top slab with 1:2:4mix(1 cement:2

coarse sand :4 graded stone aggregate 20 mm nominal

size, foundation concrete 1:4:8 (1 cement:4 coarse

sand : 8 graded stone aggregate 40 mm nominal size)

inside plastering 12 mm thick with cement mortar

1:3(1 cement :3 coarse sand ) finished with floating

oat of neat cement and makeing channels in cement

concrete 1:2:4 (1 cement :2 coarse sand :4 graded

stone aggregate 20 mm nominal size ) finished with

afloating coat of neat cement complete as per

1.00 NOS

Page 147: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

standard design.Inside dimensions 1200 mmx900mmx900mm

deepincluding C I cover with frame (light duty

455x610 mm internal dimensions total weight of cover

and frame to be not less than 38 kg ( weight of cover

23 kg and weight of frame 15 kg) with F P S brick.

27 Supplying all materials,labour,T&P and fixing

Rotational moulded polyethylene cyndrical vertical

water storage tanks of 2000 ltr capacity confirming

to IS:12701-1996 including cutting holes through the

tank and fixing mild steel tubes and fittings and

providing extra sockets and jam nuts,fixing ball

valve etc,including hoisting upto a height of 5 mtr

above ground level and placing the tank to the

required position including conveyance of all

materials to worksite etc all complete as per

specification and direction of Engineer-in-charge.

2.00 NOS

28 Supplying all materials,labours,T&P and constructing

1.22m dia and 2.1m depth soakway pit with precast RCC

rings joined loose,gravel backing in the rear of well

steining,precast RCC cover slab in cement concrete

(1:2:4) using 12mm size hg chips fitted with iron

lifting handles including cutting hole in the rings

for inlet pipe,earthwork in open well excavation in

all kinds of soil and refilling of cavity around the

pit & painting the iron works, watering, curing,

conveyance of all materials to worksite, payment of

royalty, taxes etc all complete as per approved

specification and direction of Engineer-in-charge.

1.00 NOS

29-

a

Earth work in ordinary soil for columns footings ,

isolated / strip footings, soakpits, and the likes

not exceeding 20 sqm on plan and trenches for

foundation,pipes,cables, of width not exceeding 1.5 M

including dressing of sides and ramming of bottoms,

lift upto 1.5 M including back filling the excavated

earth in trenches, plinths, sides of foundations etc

in layers not exceeding 20 cm in depth, consolidating

each deposited layer by ramming and watering and

disposal of surplus earth upto 50 M and lift up to

1.5 m as per direction of engineer -in - charge.

13.00 CUM

b Extra lift of 1.5mtr or part there of over the

initial lift of 1.5mtr in ordinary soil

6 CUM

c Supply and filling of foundation and plinth with

course river sand includingwatering and ramming with

cost, conveyances,royalties and taxes of all

materials and cost of all labour with T & P required

for the work etc.complete (Measurement will be taken

on finished compacted section only) as per direction

of Engineer-in-charge

3 CUM

d Providing and lying plain cement concrete of

proportion (1:3:6) in foundation and floors using

Portland slag cement (PSC) with 4 cm. size black hard

crusher broken granite stone metal of approved

quality and from approved quarry, washed and cleaned

including hoisting,lowering, laying concrete,

ramming, watering and curing etc. complete to

required levels laid in layers not exceeding 15 cm.

Thick including cost, conveyance, loading and

unloading, royalties and taxes all materials and cost

all labours, sundries, T&P required for the work

complete including dewatering if required as per

instruction of the Engineer in charge.

1 CUM

e Plain cement concrete (1:2:4) in foundation and

bottom layers of flooring and the pipe lines and

drains using 20mm size black hard crusher broken

granite metal of approve quality from approved quarry

including mixing lowering laying and compacting to

proper thickness, watering and curing for required

2 CUM

Page 148: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

period, including cost of all materials, labour,

conveyance, loading and unloading, taxes, royalties,

scaffolding, sundries, tools and plants etc.complete

as per direction of Engineer-in-charge

f First class K.B. brick work in cement mortar (1:6)

with best quality bricks having crushing strength

from 75kg/cm2 to 99kg/cm2, immersing the bricks in

water for not less than 6 hours before use (the

bricks shall be well burnt, free from cracks, well

shaped, uniform in size and shall produce a clear

metallic ringing sound when struck) includes

moulding, chamfering, corbelling etc. complete as per

drawing, design and specification, watering and

curing for 7 days including cost, conveyance, royalty

and taxes of all materials, labour, T&P etc. and as

per direction of Engineer-in-charge, for the

foundation and plinth.

6 CUM

g Providing lifting, hoisting and laying Reinforced

Cement concrete work(1:2:4)to base of columns, beams,

plinth band, lintels, chajja, shaft, fins, roof

slabs, balconies, stair cases, parapets, window

sills, lofts, railing, jally, copping or in places as

shown in drawing for all floors with 20mm and down

graded size black and crusher broken chips of

approved quarry including mixing and compacting to

proper shape and size, level and plumbs including

providing strong, rigid, leveled and plumbed

centering and shuttering to required shape and size

for floors with wooden for steel centering covered

with polythene sheet with provisions necessary holes

and pockets for electrical conduit pipes, P.H. pipes

for hook or boxes, switch and board insert plates,

clamps and extension bars etc. including dismantling

the same after the required interval from date of

casting including cost of all materials, labour,

conveyance, loading and unloading, taxes, royalties,

scaffolding, sundries, tools and plants etc complete

as drawing, design and direction of Engineer-in-

charge.

1 CUM

h Providing 12 mm thick cement plaster (1:4) to rough

surface of masonary, walls for all floors including

racking out joints,scyapping and cleaning the surface

and finishing the plastered surface smooth to proper

plumbs and levels and providing grooves as shown in

the drawing including cost of all materials,

labour,conveyance,loading and unloading,taxes,

royalities, scafloding,sundries,tools and plants

etc.complete as per direction of Engineer-in-charge

17 SQM

i Providing 16 mm thick cement plaster (1:6) to rough

surface of masonary, walls for all floors including

racking out joints,scyapping and cleaning the surface

and finishing the plastered surface smooth to proper

plumbs and levels and providing grooves as shown in

the drawing including cost of all materials, labour,

conveyance, loading and unloading,taxes, royalities,

scafloding, sundries,tools and plants etc.complete as

per direction of Engineer-in-charge

24 SQM

j Providing fitting and fixing 50mm thick RCC handling

buffle wall inside the septic tank as per the

apporved design and size.as per the Engineer-in-

charge

1 SQM

k Providing fitting and fixing 20mm OMS step iron .as

per the Engineer-in-charge

5 SQM

l Providing fitting and fixing 100mm (4") dia HCI vent

pipe of 1.0mt length with cowl.as per the Engineer-

in-charge

1 SQM

m Cutting,bending,binding MS rod and tying the grills 1 SQM

Page 149: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

and placing in position including cost of MS rod and

binding wire 18-20mm gauge.as per the Engineer-in-

charge.

TOTAL

SAY

C. DETAILED ELECTRICAL ESTIMATE FOR TOILET BLOCK, MANIKAPATNA.

SL

NO

DESCRIPTION QTY UNIT RATE AMOUNT

Wiring

1 Wiring to light points with 1.5-sqmm PVC insulated

1100 volt grade multi-stranded copper conductor wire

for phase, neutral & earth continuity conductor and

loop earth to fitting & fixture run inside 2mm thick

PVC conduit pipe recessed in wall/ column/ ceiling of

the building including supply of materials such as

clip-in modular type switches of Legrand/ABB/Crabtee,

sockets, modular PVC switch boxes, cover, FRLS (Fire

retardant low smoke) wire, ceiling rose, angle /

batten holder, junction box etc complete with making

good the damages caused as required and as per

direction of Engineer-in-charge.

A Long point 9 EA

B Short point 9 EA

C Exhaust fan point, 5/3 pin socket near fan and switch

on existing board.

8 EA

D Recessed wiring to celing fan point with 1.5 sq.mm

FR PVC insulated single core multistrand copper

conductor of ISI marked with 20 mm dia non-metalic

PVC flexible conduit with S.P. 5 / 6 amps, one way

modular switch and modular stepped type regulator

ISI marked type switch,Modular base & cover for 1

module, Modular G.I. box for 2 module 18 SWG ISI

marked and ceiling rose/5A socket ISI marked mounted

on MS box having front bakelitecover of suitable size

, MS box with 1.5 sq.mm FR PVC insulated single core

multistrand copper conductor asearth wire including

all accesories and connection as per direction of

Engineer in Charge. ( Make of wire Finolex/ L&T /

Anchor / Havels / V Guard, Switches, Modular box &

plate of Legrand/ABB/Crabtee & cealing rose of

Legrand/Anchor/Crabtee or equivalent )

Long pont

E Supplying and fixing 5/6A socket outlet Modular type

ISI marked on the switch board /cover including

connections etc as requird

5 EA

2 Recessed wiring to submain in 2 x 2.5 sq.mm FR PVC

insulated single core multistrand copper conductor of

ISImarked confirming to IS-694/1990 in 20 mm dia non-

metalic heavy duty flexible conduit 1.6 mm thick

alongwith 1 x 1.5 sq.mm FR PVC insulated single core

multistrand copper conductor as earth wire as

equired.(Makeof wire Finolex/L&T/Anchor/Havels/V

Guard)

150 MTR

3 Supply, delivery, installation, testing &

commissioning of L.T. indoor floor/ wall mounted type

distribution boards made out of 2 mm thick CR sheet

metal cubicle fixed on m.s. channel base, duly acid

treated for derusting, primered and painted with 2

coats of enamel paint of approved shade; dust, damp &

vermin proof ; having hinged door and compartmental

arrangement for each equipment & busbar chamber on

the top of the panel running horizontally; having

provision for cable/ conduit entry, earthing studs as

per specification mentioned below duly factory wired

conforming to the relevant ISS and as per special

conditions of contract making good the damages caused

Page 150: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

complete as per the direction of Engineer-in-charge.

All the MCBs are of Legrand/ABB/L&T make.

Main Distribution Board ( M D B )

incoming :

1 no 32 A DP MCB 'C'

outgoing I

12 nos of 6/10A SP MCB 'C' for Switch board. 1 SET

Earthing

4 Supply of materials and installation of pipe earth

electrode made out of 50mm dia class B G.I. pipe of

3.0 metre long with arrangements for fitting/

termination of G.I. flat / wire with G. I. nut

bolts & washers including cost of charcoal, salt,

foreign soil, water pouring arrangements, brick

masonary enclosure on top with removable RCC cover

complete with labour for excavation of pit in all

kinds of soil & rock as required and as per direction

of Engineer-in-charge.

1 EA

5 Supply of materials and laying under ground/ floor/

wall including making end termination and testing of

following size of G.I. wire for loop earthing of

equipments, switch boards & panels as required

comlete as per direction of Engineer-in-charge.

6 swg GI wire 30 RM

CABLING

6 Supply, laying & testing of following size of PVC

insulated, PVC sheathed, round/strip armoured

aluminium/cupper conductor power cable of 1100 volt

grade clamped on surface of wall/ column/ existing

RCC/ stone ware/ masonry cable trench/ cable trey/

through G.I. pipe/ hume pipe as the case may be,

including cost of saddles/ clamps/ markers etc and

cable end termination but excluding the cost of G. I.

pipe/ hume pipe complete with making good the

damages caused and returning the balance unused

cables to stores as required and as per direction of

Engineer-in-charge.

2X6 sqmm al armoured cable. 50 MTR

Cable termination:

7 Supplying and making of all materials for

terminations of 1.1 KV grade copper/aluminium

multicore cables of the following sizes. The work

includes cable glanding using brass plated single

compression glands, sizing the core leads, removing

insulation, fixing suitable crimping type copper

lugs/thimbles by using hydraulic crimping tools with

correct size of the dies, shaping the leads and

neatly connecting the same to the equipment

terminals.

2 x 6 sqmm A2XFY. 2 EA

Fittings & Fixtures

8 Supply, delivery, installation, testing &

commissioning of following types of light fittings,

lamp, cover, GI pipe bracket, necessary wiring from

loop-in-box with 1.5 sqmm copper wires inside PVC

pipes etc complete as required with all materials

as per direction of Engineer-in-charge.

Page 151: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

A 1 x 28 watt T-5 box type (PHILIPS make- catalogue No

ADRENO 28 w TWG207 HFor equivalent)

9 EA

B 1 x TL5 14 watt box type 2' long (PHILIPS make-

catalogue No ADRENO V2 14W TWG207 or equivalent)

1 EA

C 1 x 18 W CFL for fixing on existing angle holder

and complete with all respect as per the

instruction of engg-in-charge / consultant .

6 EA

D Street light luminaire (Philips cat no HGS 120 1xTL5-

28W EBE)

2 EA

E Exhaust fan 250mm sweep (Crompton make- Brisk Air

10")

8 EA

F Cealing fan 600 mm sweep (Crompton make- Cool Breeze) 1 EA

TOTAL

D DETAILED ESTIMATE FOR APPROACH ROAD & PARKING AT MANIKPATNA

SL

NO

DESCRIPTION QTY UNIT RATE AMOUNT

1 Earthwork in excavation of foundation trenches in all

kinds of soil including moorum stoney earth and earth

mixed with boulders except sheet rock and boulders

requiring blasting including dressing of sides and

leveling the bed up to the required depth and

depositing the excavated materials away from the work

site with all leads and lifts, including shoring,

shuttering and dewatering (if required) with cost of

labour, hire & running charges of water pumps

sundries & T&P required for the work complete as

directed by the Engineer-in-charge.

53.60 CUM

2 Filling foundation trenches and plinth with excavated

earth including laying the earth in layers not

exceeding 23.5cm (9”) thick ramming and watering with

all leads and lifts including cost of all labour, T&P

etc. complete as directed by the Engineer-in-charge.

17.90 CUM

3 Supplying and filling in foundation trenches and

plinth, ditches with sand well watered and rammed in

layers not exceeding 23 cm. In depth with all lead

and lift including cost, conveyance, loading,

unloading, royalties and taxes of all materials, cost

of all labour, sundries, T&P required for the work

etc. complete in all respect as directed by the

Engineer-in-Charge. Measurement will be taken on

finished compacted section only).

8.90 CUM

4 Providing and lying plain cement concrete of

proportion (1:4:8) in foundation and floors using

Portland slag cement (PSC) with 4 cm. size black hard

crusher broken granite stone metal of approved

quality and from approved quarry, washed and cleaned

including hoisting,lowering, laying concrete,

ramming, watering and curing etc. complete to

required levels laid in layers not exceeding 15 cm.

Thick including cost, conveyance, loading and

unloading, royalties and taxes all materials and cost

all labours, sundries, T&P required for the work

complete including dewatering if required as per

instruction of the Engineer in charge

8.90 CUM

5 Providing and laying laterite stone masonry in cement

mortar of mix (1:4) with Portland slag cement (PSC)

in foundation & plinth with screened and washed sharp

sand for mortar of approved quality from approved

quarry including providing key stones in regular

intervals for each layer including splays cutting,

22.40 CUM

Page 152: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

circular moulding and similar such type of works with

all necessary projections, champering and corbelling,

watering and curing etc. with all cost, conveyance,

royalties, loading & unloading & tax of all materials

and cost of all labour, sundries, T & P required for

the work including hoisting, lowering, dewatering if

required etc. complete in all respect as directed by

Engineer-in charge.

6 Providing small eye Laterite stone masonry in

foundation and plinth with cement mortar (1:4) using

machine cut laterite stone of approved quality from

approved quarry including cost of all material, all

taxes and cost of all labour, conveyance, loading &

unloading, royalties, hoisting, lowering, sundries,

T&P required for the work etc. complete in all

respect as directed by the Engineer-in-Charge

16.80 CUM

7 Rolling & compacting to sub grade or formation

loosening by cutting earth for 15cm below the sub

grade including watering and compacting in layers by

PRR, cost & conveyance of required quantity of water,

cost of all labour sundries, T & P etc. required for

the work to complete in all respect as per

specification and direction of Engineer-in-charge.

45 CUM

8 Construction of granular sub-base by providing Close

graded Granular subbase Grading-III material as per

table 400-1, spreading in uniform layers with motor

grader on prepared surface, mixing by mix in place

method with rotavator at OMC, and compacting with

vibratory roller to achieve the desired density

complete as per Clause 401 of MoSRT&H Specifications

for Road & Bridge works (4th Revision) etc complete

as per direction of Engineer-in-charge.

45 CUM

9 Providing, laying, spreading and compacting graded

stone aggregate to wet mix macadam specification

including premixing the material with water at OMC in

mechanical mix plant, carriage of mixed material by

tipper to site, laying in uniform layers with paver

in subbase/base course on well prepared surface and

compacting with vibratory roller to achieve the

desired density as per Clause 406 of MoSRT&H

Specifications for Road & Bridge works

45 CUM

10 Supplying and laying of M40 grade heavy duty factory

made hydraulically pressed and mechanically compacted

free cast interlocking TUFF STONE brand pavers of

80mm thick, coral shaped preparation of sub base with

50mm sand and leveling,laying of interlocking paver

block with sand binding and final compaction with

plate vibrator finishing the surface including

cutting of blocks at the edges with all labour and

materials etc complete as per direction of Engineer-

in-chrge.

300 CUM

11 Providing and lying plain cement concrete of

proportion (1:2:4) in foundation and floors using

Portland Slag Cement(PSC) with 12mm. Size black hard

crusher broken granite stone chips and screened and

washed sharp sand for mortar of approved quality from

approved quarry, washed and cleaned including

hoisting, lowering, laying concrete, ramming,

watering and curing etc. complete to required levels

laid in layers not exceeding 15 cm thick in each

layer including cost, conveyance, loading, unloading,

royalties and taxes all materials and cost all

labours, sundries, T & P required for the work

including shoring, shuttering and dewatering if

required including hire & running charges of water

pump complete as per specification and direction of

Engineer-in-charge

0.60 CUM

Page 153: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

TOTAL

E DETAILED ESTIMATE FOR KITCHEN BLOCK AT MANIKPATNA

SL

NO

DESCRIPTION QTY UNIT RATE AMOUNT

1 Earthwork in all kinds of soil in excavation of

foundation trenches for columns, basement, tie beams,

walls and steps in all kinds of soil including

moorum, hard stoney earth and earth mixed with

boulders except sheet rocks and boulders requiring

blasting with all leads and lifts including dressing

and leveling the bed sides up to required depth and

depositing the excavated materials at places away

from the work site with all leads and lifts, T&P for

shoring, shuttering, dewatering if required etc.

complete as per the drawing, designing including cost

of all labour, T&P etc. as required for the work

complete as directed by the Engineer-in-charge.

34.10 CUM

2 Filling foundation trenches and plinth with excavated

earth including laying the earth in layers not

exceeding 23.5cm (9”) thick ramming and watering with

all leads and lifts including cost of all labour, T&P

etc. complete as directed by the Engineer-in-charge.

11.40

3 Supplying and filling in foundation trenches and

plinth, ditches with sand well watered and rammed in

layers not exceeding 23 cm. In depth with all lead

and lift including cost, conveyance, loading,

unloading, royalties and taxes of all materials, cost

of all labour, sundries, T&P required for the work

etc. complete in all respect as directed by the

Engineer-in-Charge. Measurement will be taken on

finished compacted section only).

23.10

4 Providing and lying plain cement concrete of

proportion (1:4:8) in foundation and floors using

Portland slag cement (PSC) with 4 cm. size black hard

crusher broken granite stone metal of approved

quality and from approved quarry, washed and cleaned

including hoisting,lowering, laying concrete,

ramming, watering and curing etc. complete to

required levels laid in layers not exceeding 15 cm.

Thick including cost, conveyance, loading and

unloading, royalties and taxes all materials and cost

all labours, sundries, T&P required for the work

complete including dewatering if required as per

instruction of the Engineer in charge.

7.70 CUM

5 Providing, lifting, hoisting and laying Reinforced

cement concrete of M-20 Grade in different works with

12mm to 20mm size black hard crusher broken granite

chips of approved quality from approved quarry

including mixing and compacting to proper shape and

size, level and plumbs and finishing the exposed

surfaces smooth including cost of scaffolding,

watering and curing for the required period including

cost of all materials with taxes, royalties

transportation, loading and unloading, all labour,

sundries, T&P including hire & running charges of

concrete mixer and vibrator etc completed as per the

direction of the Engineer-in-charge but excluding the

cost of materials and labour for reinforcement bars &

including the cost of centering and shuttering for

the works.

A Foundation 3.70 CUM

B Plinth Beam 1.10 CUM

C Beam Column 6.00 CUM

D Lintel 0.40 CUM

Page 154: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

E Roof Slab 4.20 CUM

F Slope Roof 4.70 CUM

6 Providing & fixing TOR Fe-500 reinforcement bars for

RCC work of required diameter of approved quality

with straightening, cutting, bending, binding welding

and joining (if necessary) and tying the grills and

placing in position as required for R.C.C. work and

providing fan hooks, hoisting, lowering and laying

including cost, conveyance and taxes of M.S. Rods or

tor steel and binding wires of 18 to 20 gauge and

labour required for the work for bending, binding and

tying the grills in all heights as per the

specification & direction of E-I-C. (Linear

measurements will be taken & quantity will be

calculated on standard weight. Weight of binding wire

will not be considered for measurement.)

21.50 QTL

7 Providing and laying laterite stone masonry in cement

mortar of mix (1:4) with Portland slag cement (PSC)

in foundation & plinth with screened and washed sharp

sand for mortar of approved quality from approved

quarry including providing key stones in regular

intervals for each layer including splays cutting,

circular moulding and similar such type of works with

all necessary projections, champering and corbelling,

watering and curing etc. with all cost, conveyance,

royalties, loading & unloading & tax of all materials

and cost of all labour, sundries, T & P required for

the work including hoisting, lowering, dewatering if

required etc. complete in all respect as directed by

Engineer-in charge.

8.90 CUM

8 Providing sand stone masonry in foundation and plinth

with cement mortar (1:4) using machine cut sand stone

of approved quality from approved quarry including

cost of all material, all taxes and cost of all

labour, conveyance, loading & unloading, royalties,

hoisting, lowering, sundries, T&P required for the

work etc. complete in all respect as directed by the

Engineer-in-Charge

2.60 CUM

9 First class kiln burnt brick masonry using K.B.

bricks of size 25cm x 12 cm x 8 cm or equivalent

having crushing strength not less than 75 kg. Per

Sqr. Cm. In cement mortar of mix(1:6) with Portland

slag cement (PSC) and screened and washed sharp sand

for mortar after immersing the bricks for 6 (six)

hours in water before use in foundation, plinth,

basement and for ornamental flower beds, plinth

moulding and similar such type of works with all

necessary projections, splays cutting, circular

moulding, corbelling, chamfering, watering and curing

etc. including cost, conveyance, loading unloading,

royalties and taxes of all materials and cost of all

labour, sundries, T & P required for the works etc.

complete in all respect as directed by the Engineer-

in-Charge.

0.90 CUM

10 Providing sand stone masonry in superstructure with

cement mortar (1:4) using machine cut sand stone of

approved quality from approved quarry including cost

of all material, all taxes and cost of all labour,

conveyance, loading & unloading, royalties, hoisting,

lowering, sundries, T&P required for the work etc.

complete in all respect as directed by the Engineer-

in-Charge

12.00 CUM

11 Providing and laying Decorative/Ornamental Khandolite

stone masonry in cement mortar of mix (1:4) with

Portland slag cement (PSC) in superstructure with

screened and washed sharp sand for mortar of approved

2.70 CUM

Page 155: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

quality from approved quarry including providing key

stones in regular intervals for each layer including

splays cutting, circular moulding and similar such

type of works with all necessary projections,

champering and corbelling, watering and curing etc.

with all cost, conveyance, royalties, loading &

unloading & tax of all materials and cost of all

labour, sundries, T & P required for the work

including hoisting, lowering, dewatering if required

etc. complete in all respect as directed by Engineer-

in charge.

12 Providing kota stone flooring using kota stone of

approved quality, colour and size of 25mm minimum

thick in floors, treads on steps and landings in all

floors at all height on 25mm thick bed of cement

mortar of mix (1:1) laid in proper slope and gradient

with screened and washed sharp sand for mortar and

grouted with neat white cement slurry jointing the

kota stone with neat white cement slurry mixed with

required quantities of pigments of approved marks to

match the shades of the kota stone, if required ,

watering and curing for 21 days, including cost,

conveyance, loading, unloading, royalties and taxes

of all materials, cost of all labour, sundries, T&P

required for the work including rubbing mechanically

and wax polishing etc. complete in all respect as per

specification and direction of Engineer-in-charge

34.80 SQM

13 Supplying, fitting and fixing in position, 25mm

minimum thick kota stone of approved quality and size

in dadoes in all floors at all heights and riser of

steps on 12mmm thick cement plaster (1:3) using

screened and washed sharp sand for mortar with

grouted with neat cement slurry and jointed with neat

cement slurry mixed with required shade of pigments

to match the shade of the tiles including cost,

conveyance, loading, unloading, royalties and taxes

of all materials, cost of all labour, curing-sundries

and T&P, etc. required for the work complete as per

specification and direction of Engineer-in-charge.

1.60 SQM

14 Providing 30cmx45cm size special plain/printed

series edge cut ceramic wall tiles of premium grade

of Kajaria power line / Somany gold / Asian

impression / Johnson or equivalent having thickness

6.5mm to 6.7mm conforming to IS 13753 of approved

make & shade in Dadoes over 12mm thick cement plaster

1:3 (1 Cement: 3 Coarse sand) finished with modular

pointing in white cement & pigment to match the shade

of the tiles including cost, conveyance, loading,

unloading, royalties and taxes of all materials, cost

of all labour curing sundries and T & P etc. required

for the work etc. complete as per specification and

direction of Engineer-in-charge.

29.10 SQM

15 Providing 20mm thick of above 0.40 Sqm granite tile

flooring of approved quality, colour and size in

floors, treads on steps and landings in all floors at

all height on 25mm thick bed of cement mortar of mix

(1:1) laid in proper slope and gradient with screened

and washed sharp sand for mortar and grouted with

neat white cement slurry jointing the tile with neat

white cement slurry mixed with required quantities of

pigments of approved marks to match the shades of the

granite tile if required watering and curing for 21

days, including cost, conveyance, loading, unloading,

royalties and taxes of all materials, cost of all

labour, sundries, T&P required for the work including

rubbing mechanically and wax polishing etc. complete

in all respect as per specification and direction of

4.00 SQM

Page 156: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

Engineer-in-charge.

16 Providing and fixing in position well dressed,

naturally seasoned sal wood rebated frames to doors

including two coats of hot bitumen applied to rear of

frame in contact with masonry or concrete surface

fixed with MS hold fast of 40x5mm embedded in cement

concrete blocks 15x10x10cm of 1:3:6 (1 cement : 3

coarse sand : 6 graded stone aggregate 20mm nominal

size) complete with all materials, labours, T & P

including panting two coats of synthetic enamel

paints over a coat of primer both of approved brand

and shade to exposed surface including cost,

conveyance, loading, sundries, T&P required for the

work etc. complete in all respect as directed by the

Engineer-in-charge

0.06 CUM

17 Supplying fitting and fixing in position flush door

shutter of 32mm thick of Green / Mayur / Aeon or

equivalent with 1mm sun mica (Royal touch) of

approved quality and as per drawing & design with all

necessary brass fittings, door closer (godrej, heavy

duty) motrice lock (godrej heavy duty),handle, door

stopper etc including cost of all materials, labour,

all taxes, transportation, loading & unloading etc.

complete as per specification and direction of

Engineer –in-charge.

3.20 SQM

18 Supplying, fitting, fixing up window (sliding type)

made up powder coated aluminum Section 9778, as

windows frame section No. 4095, 4096 and 9777, 3994

as shutter frame with 5mm thick black glass as panel

fitted with rubber beading including locking

arrangement including all fitting including cost of

materials all taxes labour, T&P etc. complete as per

direction of Engineer-incharge.

127.20 KG

19 Supplying, fitting and fixing of M.S grills, grill

gates with top and bottom rails, steel windows, steel

doors, steel frames for doors and windows, staircase

and parapet railing ( as per I.S. specification and

as per approved drawings ) in proper position in all

floors and at all height including making holes to

brick walls/ R.C.C structure/wood work etc. and

making good to the damaged walls/ structures with

cement concrete (1:2:4) with black hard crusher

broken granite stone chips of 12mm to 20mm size (

20mm size not to exceeds 25% ) including watering and

curing etc. complete in all respect as directed by

the Engineer in charge ( W.I. / M.S. windows grills,

grill gates, collapsible gates with top and bottom

rails, steel windows, steel doors, steel frames for

doors and windows, staircase and parapet railings

square bar along with required nos. of nails and

screws and other required materials of approved

quality and approved size shall be supplied by the

contractor at his own cost.)

197.70 KG

20 Providing 16 mm. thick cement plaster in all floors

at all height with cement mortar of mix (1:6) with

portland slag cement (PSC) finished smooth to inside

and outside surface of brick masonry walls after

racking out joints including watering and curing

rounding of corners etc. complete with cost,

coveyance, loading and unloading, royalties and taxes

of all materials and cost of all labour, T&P,

sundries and scaffolding required for the work etc.

with providing grooves as directed by the Engineer in

charge.

97.90 SQM

21 Providing 6mm thick plaster in C.M. (1:4) over

ceiling, chajja, loft, staircase, column, beams and

walls after removing the false if necessary and close

80.00 SQM

Page 157: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

deep chipping including rounding of the corners,

recess and roughening concrete surface where

necessary, watering and curing, finished smooth over

R.C.C. surface, including cost, conveyance, royalty,

taxes of all materials, cost of all labour, T&P etc.

complete as per direction of the Engineer-in-charge.

22 Providing and painting two coats with plastic

emulsion paint over a coat of primer of approved

quality and approved shade in all floors at all

height by making the surface to the interior

plastered surface of wall smooth with a coat of

plaster pairs including cost, coveyance, loading and

unloading and taxes of all materials, cost of all

labour, sundries, T&P, scaffolding etc. required for

the work and complete in all respect as directed by

the Engineer in charge.

90.30 SQM

23 Painting to external surface of building with two

coats of weather coat of approved shade and quality

of approved design, after cleaning by watering &

removing the dirts etc. to the surface to be painted

including watering, curing, cost, conveyance and

taxes of all materials, cost of all labour, brushes,

T&P etc. and necessary scaffolding work complete as

directed by the Engineer-in-charge.

58.60 SQM

24 Providing and painting two coats with synthetic

enamel paint of approved quality and approved shade

confirmming to ISI on steel work to give an even

shade in all floors at all height over a coat of

primer of approved quality and shade including sand

papering and making the surface smooth with cost,

coveyance, loading and unloading, and taxes of all

materials, cost of all labour, sundries, T&P,

scaffolding etc. required for the work and complete

in all respect as directed by Engineer-in-charge.

4.90 SQM

25 Providing scraping & cleaning with wire brush

,grinding, washing & cleaning with water & air jet to

make the surface smooth & workability for application

for two coats of sika guard 703 W 2c over the

masonary surface to create a Hydrophobic action etc

complete as per direction of Engineer-in-charge.

50.90 SQM

26 2.5 cm. thick Damp proof course with cement concrete

of proportion (1:2:4) using screened and washed sharp

sand for mortar with ordinary port land cement (OPC)

and 12mm. To 20 mm. size black hard crusher broken

granite stone chips (20 mm. size chips not to exceed

25%) of approved quality from approved quarry

including cost, conveyance, loading, unloading,

royalties and taxes of all materials, cost of all

labour, both sides shuttering, sundries T & P,

watering & curing etc. required for the work in al

respect as directed by the Engineer-in-Charge.

5.70 SQM

27 Providing 20mm. average thick grading plaster with

cement mortar of mix (1:4) in all floors at all

height with portland slag cement (PSC) on top of roof

slab after chipping and chiseling the same and

cleaning the entire surface with wire brush, finished

smooth to proper slope and gradient with watering and

curing etc. complete including cost, coveyannce,

loading and unloading, royalties and taxes of all

materials and cost of all labours, sundries, T&P

required for the work etc. complete in all respect as

directed by the Engineer in charge.

42.80 SQM

28 Providing 25mm thick grading concrete in C.C. (1:2:2)

laid in proper slope over terrace roof slab by using

two part of sand, one part of cement and two parts of

6mm size black hard crusher broken granite chips with

addition of water proofing compound of approved

28.40 SQM

Page 158: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

quality to be mixed with specified ratio including

watering, curing, cost, conveyance, royalties, taxes

of all materials, cost of all labour, T&P etc.

complete as required for the finished item of work as

directed by the Engineer-in-charge.

29 Providing & laying pressed clay tiles with ridge (as

per approved pattern 20mm nominal thickness and of

approved size) on roofs jointed with cement mortar

1:4 mixed with 2% integral water proofing compound

laid over a bed of 20mm thick cement mortar 1:4 and

finished neat complete as per direction of Engineer-

in-charge.

A Tiles 42.80 SQM

B Ridge 6.70 SQM

30 Providing and injecting chemical emulsion for PRE-

CONSTRUCTIONAL anti-termite treatment and creating a

chemical barrier under and all-around the column

pits, wall trenches, basement excavation, top surface

of plinth filling, junction of wall and floor, along

the external perimeter of building, expansion joints,

surrounding of pipes and conduits etc. complete

(plinth area of the building at ground floor only

shall be measured) as per drawing, design and

direction of Engineer-in-charge. (Chloropyrifos

emulsifiable concentrate 1.0%)

39.10 SQM

TOTAL

SAY

F DETAILED ELECTRICAL ESTIMATE FOR KITCHEN, MANIKAPATNA.

SL

NO

DESCRIPTION QTY UNIT RATE AMOUNT

Wiring

1 Wiring to light points with 1.5-sqmm PVC insulated

1100 volt grade multi-stranded copper conductor wire

for phase, neutral & earth continuity conductor and

loop earth to fitting & fixture run inside 2mm thick

PVC conduit pipe recessed in wall/ column/ ceiling of

the building including supply of materials such as

clip-in modular type switches of Legrand/ABB/Crabtee,

sockets, modular PVC switch boxes, cover, FRLS (Fire

retardant low smoke) wire, ceiling rose, angle /

batten holder, junction box etc complete with making

good the damages caused as required and as per

direction of Engineer-in-charge.

A Long point 4 EA

B Short point 2 EA

C Point wiring for 5 / 6 amp socket outlet with 2 x 1.5

sq.mm FR PVC insulated single core multistrand

copperconductor of ISI marked in recess 20 mm dia

non-metalic PVC flexible conduit with modular type

switch ,phenolic laminated sheet suitable size ISI

marked MS box and earthing point with 1 x 1.5 sq.mm

FR PVCinsulated single core multistrand copper

conductor for loop earthing etc. as required. ( Make

of wire Finolex /L&T / Anchor / Havels / V Guard

Switches & cealing rose of Legrand or equivalent )

2 EA

D Supplying and fixing 5/6A socket outlet Modular type

ISI marked on the switch board /cover including

connections etc as requird

2 EA

2 Supplying and fixing of 15A /16A Madular Switch

&socket of Legrand or equivalent with 3 Madul Madular

metal box with cover of in Recess including

providing and fixing connection, etc as

required.(For plugs to be used in non residential

buildings)

2 NOS

Page 159: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

3 Recessed wiring to submain in 2 x 2.5 sq.mm FR PVC

insulated single core multistrand copper conductor of

ISImarked confirming to IS-694/1990 in 20 mm dia non-

metalic heavy duty flexible conduit 1.6 mm thick

alongwith 1 x 1.5 sq.mm FR PVC insulated single core

multistrand copper conductor as earth wire as

equired.(Makeof wire Finolex/L&T/Anchor/Havels/V

Guard)

100 MTR

4 Recessed wiring to submain in 2 x 4 sq.mm FR PVC

insulated single core multistrand copper conductor of

ISImarked confirming to IS-694/1990 in 20 mm dia non-

metalic heavy duty flexible conduit 1.6 mm thick

alongwith 1 x 1.5 sq.mm FR PVC insulated single core

multistrand copper conductor as earth wire as

equired.(Make of wire Finolex/L&T/Anchor/Havels/V

Guard)

40 MTR

5 Supply, delivery, installation, testing &

commissioning of L.T. indoor floor/ wall mounted type

distribution boards made out of 2 mm thick CR sheet

metal cubicle fixed on m.s. channel base, duly acid

treated for derusting, primered and painted with 2

coats of enamel paint of approved shade; dust, damp &

vermin proof ; having hinged door and compartmental

arrangement for each equipment & busbar chamber on

the top of the panel running horizontally; having

provision for cable/ conduit entry, earthing studs as

per specification mentioned below duly factory wired

conforming to the relevant ISS and as per special

conditions of contract making good the damages caused

complete as per the direction of Engineer-in-charge.

All the MCBs are of Legrand/ABB/L&T make.

Main Distribution Board ( M D B )

incoming :

1 no 32 A DP MCB 'C'

outgoing I

6 nos of 6/10A SP MCB 'C' for Switch board. 1 SET

CABLING

Supply, laying & testing of following size of PVC

insulated, PVC sheathed, round/strip armoured

aluminium/cupper conductor power cable of 1100 volt

grade clamped on surface of wall/ column/ existing

RCC/ stone ware/ masonry cable trench/ cable trey/

through G.I. pipe/ hume pipe as the case may be,

including cost of saddles/ clamps/ markers etc and

cable end termination but excluding the cost of G. I.

pipe/ hume pipe complete with making good the

damages caused and returning the balance unused

cables to stores as required and as per direction of

Engineer-in-charge.

2X4 sqmm al armoured cable. 50 MTR

Cable termination:

7 Supplying and making of all materials for

terminations of 1.1 KV grade copper/aluminium

multicore cables of the following sizes. The work

includes cable glanding using brass plated single

compression glands, sizing the core leads, removing

insulation, fixing suitable crimping type copper

lugs/thimbles by using hydraulic crimping tools with

correct size of the dies, shaping the leads and

neatly connecting the same to the equipment

terminals.

2 x 4 sqmm A2XFY. 2 EA

Earthing

Page 160: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

8 Supply of materials and installation of pipe earth

electrode made out of 50mm dia class B G.I. pipe of

3.0 metre long with arrangements for fitting/

termination of G.I. flat / wire with G. I. nut

bolts & washers including cost of charcoal, salt,

foreign soil, water pouring arrangements, brick

masonary enclosure on top with removable RCC cover

complete with labour for excavation of pit in all

kinds of soil & rock as required and as per direction

of Engineer-in-charge.

1 EA

9 Supply of materials and laying under ground/ floor/

wall including making end termination and testing of

following size of G.I. wire for loop earthing of

equipments, switch boards & panels as required

comlete as per direction of Engineer-in-charge.

6 swg GI wire 50 RM

Fittings & Fixtures

10 Supply, delivery, installation, testing &

commissioning of following types of light fittings ,

lamp, cover, GI pipe bracket, necessary wiring from

loop-in-box with 1.5 sqmm copper wires inside PVC

pipes etc complete as required with all materials

as per direction of Engineer-in-charge.

A 1 x 28 watt T-5 box type (PHILIPS make- catalogue No

TMS 022 1xT528 w HFB or equivalent)

6 EA

B Exhaust fan 300mm sweep (Crompton make- Trans Air

12")

2 EA

C Street light luminaire (Philips cat no HGS 120 1xTL5-

28W EBE)

2 EA

TOTAL

G DETAILED ESTIMATE FOR YAJNA MANDAP AT MANIKPATNA

SL

NO

DESCRIPTION QTY UNIT RATE AMOUNT

1 Removing old lime or cement plaster from walls in all

floors including raking out joints 12mm deep and

removing the debris within 50m lead etc. complete

with cost, conveyance, loading and unloading,

royalties and taxes of all materials and cost of all

labours, sundries, T&P and scaffolding required for

the work etc. complete in all respect as per

specification and direction of Engineering-in-charge/

Consultant.

115.80 SQM

2 Providing 16 mm. thick cement plaster in all floors

at all height with cement mortar of mix (1:6) with

portland slag cement (PSC) finished smooth to inside

and outside surface of brick masonry walls after

racking out joints including watering and curing

rounding of corners etc. complete with cost,

coveyance, loading and unloading, royalties and taxes

of all materials and cost of all labour, T&P,

sundries and scaffolding required for the work etc.

with providing grooves as directed by the Engineer in

charge.

115.80 SQM

3 Dismantling and removing old cement flooring

including removing the base coarse and stacking the

useful materials for reuse and removing the debris

within 50m lead etc. complete with cost, conveyance,

loading and unloading, royalties and taxes of all

materials and cost of all labours, sundries, T&P and

scaffolding required for the work etc. complete in

all respect as per specification and direction of

Engineer-in-charge

47.80 SQM

4 Providing sand stone flat soling (As per design and

drawing) using machine cut sand stone of approved

quality from approved quarry including cost of all

17.90 SQM

Page 161: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

material, all taxes and cost of all labour,

conveyance, loading & unloading, royalties, hoisting,

lowering, sundries, T&P required for the work etc.

complete in all respect as directed by the Engineer-

in-Charge

5 Providing and laying Decorative/Ornamental Khandolite

stone masonry in cement mortar of mix (1:4) with

Portland slag cement (PSC) in superstructure with

screened and washed sharp sand for mortar of approved

quality from approved quarry including providing key

stones in regular intervals for each layer including

splays cutting, circular moulding and similar such

type of works with all necessary projections,

champering and corbelling, watering and curing etc.

with all cost, conveyance, royalties, loading &

unloading & tax of all materials and cost of all

labour, sundries, T & P required for the work

including hoisting, lowering, dewatering if required

etc. complete in all respect as directed by Engineer-

in charge.

11.60 SQM

6 Providing & laying pressed clay tiles with ridge (as

per approved pattern 20mm nominal thickness and of

approved size) on roofs jointed with cement mortar

1:4 mixed with 2% integral water proofing compound

laid over a bed of 20mm thick cement mortar 1:4 and

finished neat complete as per direction of Engineer-

in-charge.

A Tiles 156 SQM

B Ridge 18 SQM

7 Providing Tata square or circular structural steel

work welded in built up sections, tubular trusses and

framed work including cutting,hoisting, fixing in

position and applying a priming coat of approved

steel primer etc complete including all cost of

labour, T & P, hire charges of drilling machine, etc.

complete as per specification and direction of

Engineer-in-charge.

866.40 KG

TOTAL

SAY

H DETAILED ELECTRICAL ESTIMATE FOR YANJA MANDAP, MANIKAPATNA.

SL

NO

DESCRIPTION QTY UNIT RATE AMOUNT

Wiring

1 Wiring to light points with 1.5-sqmm PVC insulated

1100 volt grade multi-stranded copper conductor wire

for phase, neutral & earth continuity conductor and

loop earth to fitting & fixture run inside 2mm thick

PVC conduit pipe recessed in wall/ column/ ceiling of

the building including supply of materials such as

clip-in modular type switches of Legrand/ABB/Crabtee,

sockets, modular PVC switch boxes, cover, FRLS (Fire

retardant low smoke) wire, ceiling rose, angle /

batten holder, junction box etc complete with making

good the damages caused as required and as per

direction of Engineer-in-charge.

A Long point 10 EA

B Short point 2 EA

C Point wiring for 5 / 6 amp socket outlet with 2 x 1.5

sq.mm FR PVC insulated single core multistrand

copperconductor of ISI marked in recess 20 mm dia

non-metalic PVC flexible conduit with modular type

switch ,phenolic laminated sheet suitable size ISI

marked MS box and earthing point with 1 x 1.5 sq.mm

FR PVCinsulated single core multistrand copper

6 EA

Page 162: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

conductor for loop earthing etc. as required. ( Make

of wire Finolex /L&T / Anchor / Havels / V Guard

Switches & cealing rose of Legrand or equivalent )

D Supplying and fixing 5/6A socket outlet Modular type

ISI marked on the switch board /cover including

connections etc as requird

2 EA

2 Supplying and fixing of 15A /16A Madular Switch

&socket of Legrand or equivalent with 3 Madul Madular

metal box with cover of in Recess including

providing and fixing connection, etc as

required.(For plugs to be used in non residential

buildings)

2 NOS

3 Recessed wiring to submain in 2 x 2.5 sq.mm FR PVC

insulated single core multistrand copper conductor of

ISImarked confirming to IS-694/1990 in 20 mm dia non-

metalic heavy duty flexible conduit 1.6 mm thick

alongwith 1 x 1.5 sq.mm FR PVC insulated single core

multistrand copper conductor as earth wire as

equired.(Makeof wire Finolex/L&T/Anchor/Havels/V

Guard)

100 MTR

4 Recessed wiring to submain in 2 x 4 sq.mm FR PVC

insulated single core multistrand copper conductor of

ISImarked confirming to IS-694/1990 in 20 mm dia non-

metalic heavy duty flexible conduit 1.6 mm thick

alongwith 1 x 1.5 sq.mm FR PVC insulated single core

multistrand copper conductor as earth wire as

equired.(Make of wire Finolex/L&T/Anchor/Havels/V

Guard)

20 MTR

5 Supply, delivery, installation, testing &

commissioning of L.T. indoor floor/ wall mounted type

distribution boards made out of 2 mm thick CR sheet

metal cubicle fixed on m.s. channel base, duly acid

treated for derusting, primered and painted with 2

coats of enamel paint of approved shade; dust, damp &

vermin proof ; having hinged door and compartmental

arrangement for each equipment & busbar chamber on

the top of the panel running horizontally; having

provision for cable/ conduit entry, earthing studs as

per specification mentioned below duly factory wired

conforming to the relevant ISS and as per special

conditions of contract making good the damages caused

complete as per the direction of Engineer-in-charge.

All the MCBs are of Legrand/ABB/L&T make.

Main Distribution Board ( M D B )

incoming :

1 no 32 A DP MCB 'C'

outgoing I

6 nos of 6/10A SP MCB 'C' for Switch board. 1 SET

6 Supply, laying & testing of following size of PVC

insulated, PVC sheathed, round/strip armoured

aluminium/cupper conductor power cable of 1100 volt

grade clamped on surface of wall/ column/ existing

RCC/ stone ware/ masonry cable trench/ cable trey/

through G.I. pipe/ hume pipe as the case may be,

including cost of saddles/ clamps/ markers etc and

cable end termination but excluding the cost of G. I.

pipe/ hume pipe complete with making good the

damages caused and returning the balance unused

cables to stores as required and as per direction of

Engineer-in-charge.

2X4 sqmm al armoured cable. 50 MTR

Cable termination:

7 Supplying and making of all materials for

terminations of 1.1 KV grade copper/aluminium

Page 163: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

multicore cables of the following sizes. The work

includes cable glanding using brass plated single

compression glands, sizing the core leads, removing

insulation, fixing suitable crimping type copper

lugs/thimbles by using hydraulic crimping tools with

correct size of the dies, shaping the leads and

neatly connecting the same to the equipment

terminals.

2 x 4 sqmm A2XFY. 2 EA

Earthing

8 Supply of materials and installation of pipe earth

electrode made out of 50mm dia class B G.I. pipe of

3.0 metre long with arrangements for fitting/

termination of G.I. flat / wire with G. I. nut

bolts & washers including cost of charcoal, salt,

foreign soil, water pouring arrangements, brick

masonary enclosure on top with removable RCC cover

complete with labour for excavation of pit in all

kinds of soil & rock as required and as per direction

of Engineer-in-charge.

1 EA

9 Supply of materials and laying under ground/ floor/

wall including making end termination and testing of

following size of G.I. wire for loop earthing of

equipments, switch boards & panels as required

comlete as per direction of Engineer-in-charge.

6 swg GI wire 50 RM

Fittings & Fixtures

10 Supply, delivery, installation, testing &

commissioning of following types of light fittings ,

lamp, cover, GI pipe bracket, necessary wiring from

loop-in-box with 1.5 sqmm copper wires inside PVC

pipes etc complete as required with all materials

as per direction of Engineer-in-charge.

A 1 x 28 watt T-5 box type (PHILIPS make- catalogue No

TMS 022 1xT528 w HFB or equivalent)

8 EA

B Street light luminaire (Philips cat no HGS 120 1xTL5-

28W EBE)

4 EA

TOTAL

I DETAILED ESTIMATE FOR TOE WALL & PITCHING AT MANIKPATNA

SL

NO

DESCRIPTION QTY UNIT RATE AMOUNT

1 Earthwork in excavation of foundation trenches in all

kinds of soil including moorum stoney earth and earth

mixed with boulders except sheet rock and boulders

requiring blasting including dressing of sides and

leveling the bed up to the required depth and

depositing the excavated materials away from the work

site with all leads and lifts, including shoring,

shuttering and dewatering (if required) with cost of

labour, hire & running charges of water pumps

sundries & T&P required for the work complete as

directed by the Engineer-in-charge.

175.40 CUM

2 Filling foundation trenches and plinth with excavated

earth including laying the earth in layers not

exceeding 23.5cm (9”) thick ramming and watering with

all leads and lifts including cost of all labour, T&P

etc. complete as directed by the Engineer-in-charge.

58.50 CUM

3 Supplying and filling in foundation trenches and

plinth, ditches with sand well watered and rammed in

layers not exceeding 23 cm. In depth with all lead

and lift including cost, conveyance, loading,

unloading, royalties and taxes of all materials, cost

of all labour, sundries, T&P required for the work

etc. complete in all respect as directed by the

Engineer-in-Charge. Measurement will be taken on

11.40 CUM

Page 164: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

finished compacted section only).

4 Providing and lying plain cement concrete of

proportion (1:4:8) in foundation and floors using

Portland slag cement (PSC) with 4 cm. size black hard

crusher broken granite stone metal of approved

quality and from approved quarry, washed and cleaned

including hoisting,lowering, laying concrete,

ramming, watering and curing etc. complete to

required levels laid in layers not exceeding 15 cm.

Thick including cost, conveyance, loading and

unloading, royalties and taxes all materials and cost

all labours, sundries, T&P required for the work

complete including dewatering if required as per

instruction of the Engineer in charge.

11.40 CUM

5 Providing and laying RR stone masonry in cement

mortar of mix (1:6) with Portland slag cement (PSC)

in foundation & plinth with screened and washed sharp

sand for mortar of approved quality from approved

quarry & using black hard hand broken granite stone

free from weathered skins of approved size, weight

and quality from approved quarry including providing

key stones in regular intervals for each layer

including splays cutting, circular moulding and

similar such type of works with all necessary

projections, champering and corbelling, watering and

curing etc. with all cost, conveyance, royalties,

loading & unloading & tax of all materials and cost

of all labour, sundries, T & P required for the work

including hoisting, lowering, dewatering if required

etc. complete in all respect as directed by Engineer-

in charge.

50.00 CUM

6 Gravel backing to revetments with good quality

gravel, mixing with water to make it to a plastic

state and prpper backing as per correct profile if

the dam and canal hoisting lowering and laying

compacting tamping upto required OMC including cost

conveyance royalty and other taxes of materials with

all labour T&P materials required for the item

complete as directed by the Engineer-in-charge.

39.50 CUM

7 Providing and rough stone dry packing in approans and

revetment with hard granite stones 150mm to 300 mm

including cost of all materials, labours T&P etc

complete as per direction of Engineer-in-charge.

59.20 CUM

8 Providing cement flush Pointing to stone masonry

(1:3) including watering & curing etc. with all cost,

conveyance, royalties, loading and unloading and

taxes of all materials and cost of all labour, T & P,

sundries required for the work including hoisting,

lowering, dewatering (if necessary) etc. complete in

al respect as per specification and direction of the

Engineer-in-Charge.

132.70 SQM

9 Painting to external surface of building with two

coats of weather coat of approved shade and quality

of approved design, after cleaning by watering &

removing the dirts etc. to the surface to be painted

including watering, curing, cost, conveyance and

taxes of all materials, cost of all labour, brushes,

T&P etc. and necessary scaffolding work complete as

directed by the Engineer-in-charge.

132.70 SQM

10 Providing and lying plain cement concrete of

proportion (1:2:4) in foundation and floors using

Portland Slag Cement(PSC) with 12mm. Size black hard

crusher broken granite stone chips and screened and

washed sharp sand for mortar of approved quality from

approved quarry, washed and cleaned including

hoisting, lowering, laying concrete, ramming,

watering and curing etc. complete to required levels

3.40 CUM

Page 165: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

laid in layers not exceeding 15 cm thick in each

layer including cost, conveyance, loading, unloading,

royalties and taxes all materials and cost all

labours, sundries, T & P required for the work

including shoring, shuttering and dewatering if

required including hire & running charges of water

pump complete as per specification and direction of

Engineer-in-charge

TOTAL

SAY

J DETAILED ESTIMATE FOR KERB WALL & PATHWAY AT MANIKPATNA

SL

NO

DESCRIPTION QTY UNIT RATE AMOUNT

1 Earthwork in excavation of foundation trenches in all

kinds of soil including moorum stoney earth and earth

mixed with boulders except sheet rock and boulders

requiring blasting including dressing of sides and

leveling the bed up to the required depth and

depositing the excavated materials away from the work

site with all leads and lifts, including shoring,

shuttering and dewatering (if required) with cost of

labour, hire & running charges of water pumps

sundries & T&P required for the work complete as

directed by the Engineer-in-charge.

54.60 CUM

2 Filling foundation trenches and plinth with excavated

earth including laying the earth in layers not

exceeding 23.5cm (9”) thick ramming and watering with

all leads and lifts including cost of all labour, T&P

etc. complete as directed by the Engineer-in-charge.

18.20 CUM

3 Supplying and filling in foundation trenches and

plinth, ditches with sand well watered and rammed in

layers not exceeding 23 cm. In depth with all lead

and lift including cost, conveyance, loading,

unloading, royalties and taxes of all materials, cost

of all labour, sundries, T&P required for the work

etc. complete in all respect as directed by the

Engineer-in-Charge. Measurement will be taken on

finished compacted section only).

32.30 CUM

4 Providing and lying plain cement concrete of

proportion (1:4:8) in foundation and floors using

Portland slag cement (PSC) with 4 cm. size black hard

crusher broken granite stone metal of approved

quality and from approved quarry, washed and cleaned

including hoisting,lowering, laying concrete,

ramming, watering and curing etc. complete to

required levels laid in layers not exceeding 15 cm.

Thick including cost, conveyance, loading and

unloading, royalties and taxes all materials and cost

all labours, sundries, T&P required for the work

complete including dewatering if required as per

instruction of the Engineer in charge.

32.30 CUM

5 Providing and laying laterite stone masonry in cement

mortar of mix (1:4) with Portland slag cement (PSC)

in foundation & plinth with screened and washed sharp

sand for mortar of approved quality from approved

quarry including providing key stones in regular

intervals for each layer including splays cutting,

circular moulding and similar such type of works with

all necessary projections, champering and corbelling,

watering and curing etc. with all cost, conveyance,

royalties, loading & unloading & tax of all materials

and cost of all labour, sundries, T & P required for

the work including hoisting, lowering, dewatering if

required etc. complete in all respect as directed by

Engineer-in charge.

22.80 CUM

6 Providing small eye Laterite stone masonry in 19.70 CUM

Page 166: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

foundation and plinth with cement mortar (1:4) using

machine cut laterite stone of approved quality from

approved quarry including cost of all material, all

taxes and cost of all labour, conveyance, loading &

unloading, royalties, hoisting, lowering, sundries,

T&P required for the work etc. complete in all

respect as directed by the Engineer-in-Charge

7 Providing Decorative Laterite stone flat soling (As

per design and drawing) using machine cut laterite

stone of approved quality from approved quarry

including cost of all material, all taxes and cost

of all labour, conveyance, loading & unloading,

royalties, hoisting, lowering, sundries, T&P

required for the work etc. complete in all respect as

directed by the Engineer-in-Charge

34.80 CUM

TOTAL

SAY

K DETAILED ESTIMATE FOR LANDSCAPING & HORTICULTURE WORKS AT MANIKPATNA

SL

NO

DESCRIPTION QTY UNIT RATE AMOUNT

Planting and Maintaince for 3 years

( A

)

Planting.

1 Clearing jungle growth including uprooting of rank

vegetation, grass, brush wood, after marking the site

with

stakes, at required spacing.

60 NOS

2 Digging of pits of size 600 cm x 600 cm x 600cm in

Hard Stoney soil. 0.60 x 0.60 x 0.60 = 0.216 Cum @

Rs. 81.90

60 NOS

3 Filling up pits with fertile garden soil/silt

including carriage (Pit size 600 cm x 600 cm x 600cm)

60 NOS

4 Application of organic manure (600 cm x 600 cm x

600cm) per pit including cost, carriage and mixing

with soil.

60 NOS

5 Application of basal doze of chemical fertilizer @

100gm of NPK and insecticide @ 10gm per pit including

cost and carriage.(600 cm x 600 cm x 600cm)

60 NOS

6 Cost of planting including staking with stakes in

July/Aug.(a)Upto 2.0mt height

60 NOS

7 Contingent expenditure including, ropes, stakes

implements etc.

60 NOS

(B) Tending

8 First weeding and soil working up to a diameter of

1.0mt. Around the plant and application of chemical

fertilizers during Aug. & Sep.

9 Second soil working, weeding and mulching during Oct.

& Nov.

( C

)

Watering

10 Watering once a week with about 20 litres of water

from 1st November till 31st March (22 times)

11 Watering once in 3 days from 1st April till 15 June

(26 times)

(D) 2nd Year Maintaince

12 Soil working and weeding upto 0.50 mt radius around

the

plant in July-Aug

13 Application of chemical fertilizer NPK @ 100gm per

plant

including cost

14 Soil working and mulching during Oct-Nov.

15 Watering from 1st Feb till 15 June once a week with

about 20

Page 167: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

litres of water 20 times

16 Contingent, expenditure including baskets, drums,

implements

(E) 3rd Year Maintaince

17 Tree doctoring to give a aesthetic shape by pruning

unwieldy

branches

18 Weeding and mounding

19 Carriage of tree within 50K.M lead

Cost of tree and Shrub only

20 FOREST SPECIES ( Av. Height 2.0 Mtr )

Casuarina (casuarina equisetifolia), Eucalyptus

(Eucalyptus

hybrid), Teak (Tectona grandis) Sissoo (Dalbergia

sissoo),

Cassia (Cassia seamea), Chakunda (Samania saman),

Gambhar (Gmelina arborea)

10 NOS

21 FAST GROWING ORNAMENTAL SPECIES ( Av. Height 2.0 Mtr

)

Kadamba (anthocephalus cadamba), krushna chuda

(Delonix regia) Radhachuda (Peltoferrum ferrugenum),

Chhatian

(Alstonea Scholaris)Akash Malli (Mellingtonia

hortensis)

10 NOS

22 SLOW GROWING ORNAMENTAL ( Av. Height 2.0 Mtr )

Ashok (Saraca ashoka) Nageswar (Messua ferea), Patali

(Lagestromea floss reginae), Spathodea (Spathodea

companulata), Putranjva (Putranjva rox burgii), Baula

(Mimussops elengii), Bottle brush (Callistemin

lanceolatum),

Neem (Azadirchta indica), Karanj (Pangamea pinnata),

Kathachampa (Plumerea alba/rubra), Vishnuchnde

(Jacaranda mimisfolia), Muchakunda (Sterospermum

acerifolium), Dolichandran (Dolichandran atrovirens),

Tabebuea (Tabebuea wendlanda/rasea), Ganga seuli

(Nyctarethes arborstristris) Jamun (Syzygium cumuni)

Cassia(Cassia noduse) Siris (Albizzia lebbeck),

Polash (Beautemonosperma), Debadaru (Polyalthia

longifolia), Aonla

(Embelica officinalis), Sunari (Cassia fistula),

Kanchan

(Bauhinia variegate), Bhendi (Thespesia populnea)

etc.

10 NOS

23 UNCOMMON SPECIES ( Av. Height 2.0 Mtr )

Kochila (Strychnos noxvomica), Sami (Acacia

fernesiana), Sal (Shorea robusta), Mitukinia

(Mitragyna parviflora), Chandan (Santalum album),

akta chandan Pterocarpu santalinus) Bela (Aegla

marmelos), Ritha (Sapindus imarginatus), Arjun

(Terminalia arjuna), Harida (Tereminalia chebula),

ara (ficus bengalengis), Aswastha (Ficusreligiosa),

Baruna (Cratava religiosa), Piasal (Pterocarpus

marsupium), Mehegani (Swetenia mehogani), an

(terminalia tomentosa), Phanphana (Oroxylum indicum),

Beta (calamusrotang), Pine (Callistris intratropica),

Ornamental Bamboes Patali (Sterospermum suaveolense),

Ficus elastic, Ficusbenjamina, Ficus infectoria etc.

5 NOS

24 SHRUB SPECIES ( 2 Years Old )

Mandar (Hibiscus rosasinensis), Tagar (Tabarnae

montana

coronaria), Kaniar (Thevetia spp), Karabira (Nerium

oleander), Kamini (Murray exotica) Godibana (Ceasal

pinnea

pulcherima), Ixora (Ixora coccinea)

5 NOS

Page 168: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

25 Slow growing shrubs; Species grown from gooties/

budding/ cutting etc. ( 2 Years Old )

Sugandha raj(gardenia grandiflora), Tecoma (Tecoma

stans),

Almond (Almonda cathertica), Kagajphula(Bougain

villea),

Mandar hybris (Hibiscus rosasinensis, Ixora (Ixora

singaporeansis), Broonfeltia (Broonfeltia spp.),

Kunda

(Jasminum spp.) Thuja spp., Aurucarea spp., Drassena,

Mussanda spp. Poinsetia spp. Crotons, Sthala padma

(Hibiscus spp.) TMC-Tagar, Malli (Jasminum sambac),

Calliandra (Calliandra hemata cephala), Malfigia

(Malifigea

glabra)

5 NOS

26 UNCOMMON SPECIES ( 2 Years Old )

Azalea, Chamelea, Anthurium, Hydrangea, Poinsettea

hybrid,gloxinia, Adenum, Mussanda, Orchids.

5 NOS

27 Silver OAK, washingtonia Robusta, Phoenix

dactilifera, washingtonic Filifera

5 NOS

28 CLIMBERS/ CREEPERS/GROUND COVERS ( 1 Years Old ) 5 NOS

Radha Tamala (Bignonea venusta), Krushna tamala

(Passiflora incarnata), Jui (Jasminum grandiflorum)

Jai (Jasminum pubescense), Chameli asminun offcinale)

Clerodendrom (Clerodendron enerme/splendens),

Madhavilata (Hiptagemadhavilata), Madhumalati

(Quisquilisindica), hunbergiea (Thunbergia

grandiflora), Lavender (Valibis spp.), Adenocalyma

allicea, Bignonea magnifica, Pyrostegia venusta etc

5 NOS

Development of Lawns

Land Preparation

29 Clearance of site, excavation of ground upto a depth

of 30cm, removal of excavated materials to out side

for dumping at suitable places.

1000 SQM

30 Filling the site with good garden soil/ silt to a

depth of 30cm including carriage and leveling the

area.

1000 SQM

31 Spreading of FYM @ 0.08m3, chemical fertilizer NPK @

250gms, termicide 50gms including cost of materials

of carriage

1000 SQM

32 Final leveling after thorough mixing of all materials

and compacting by hand roller.

1000 SQM

33 Planting with grass of required species depending on

site

1000 SQM

34 Rolling and watering 1000 SQM

Maintenance during planting year 1000 SQM

35 Watering for about 8 months leaving rainy days 1000 SQM

36 First mowing after three months and there after every

two

months

1000 SQM

37 Top dressing with soil, FYM, chemical fertilizer

twice a year

after mowing, in June and November including

antifungal

treatment.

1000 SQM

38 Contingent expenditure 1000 SQM

39 LAWN MAINTENANCE DURING SECOND YEAR 1000 SQM

40 Watering for about 8 months leaving rainy days

41 Weeding through out the year 1000 SQM

42 Mowing once in two months 1000 SQM

43 Top dressing with soil, FYM, chemical fertilizer,

termicide/

1000 SQM

Page 169: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

fungicide twice a year after mowing in June and Nov.

44 Contingent expenditure 1000 SQM

LAWN MAINTENANCE DURING THIRD YEAR

45 particulars for second year and also for subsequent

years per annum.

1000 SQM

46 Trenching in ordinary soil upto a depth of 60 cm

including removal and stacking of serviceable

materials and then disposing of by spreading and

neatly levelling within a lead of 50 m and making up

the trenched area to proper levels by filling with

earth or earth mixed with sludge of land manure

before and after flooding trench with water

(excluding the cost of imported earth, sludge or

manure).

600 CUM

47 Supplying, stacking & spreading of good earth at site

(Earth measured in stacks will be reduced by 20% for

payment) with all lead and lift as required for the

work complete as directed by the Engineer-in-charge.

400 CUM

48 Supplying,stacking & spreading cow dung manure at

site (cow dung manure measured in stacks will be

reduced by 8% for payment) with all lead and liftas

required for the work complete as directed by the

Engineer-in-charge.

60 CUM

49 Providing and fixing overhead type sprinkler system

with self closing valve type 25mm X 20mm with self

closing spring made up of alluminium alloy and

brass fittings including cost of all materials,

labour, T & P etc complete as per direction of

Engineer-in-charge.

3 CUM

50 Supplying all materials, labour, T&P and fixing

standard sized Bib cock of Jaquar Kubix Cat. No.-

KUB-35037 or equivalent of Hindware / Parryware make

etc complete including cutting the wall and making

good the damages, including cost of all materials

complete as per PH specification and direction of

Engineering-in-charge.

4 NOS

51 Supplying all materials , labours , taxes and tools

and plants for fitting and fixing of 20mm dia CPVC

pipes of 100% lead free and conforming to ASTM F442

Specific-2 CPVC(Make-ASTRAL/ASHIRBAD /Equivalent)

with good quality including fittings and laying as

per the site requirement etc., all complete including

testing as per the direction and specification of

Engineer-in-charge.

50 RM

TOTAL

SAY

L DETAILED ESTIMATE FOR SOLID WASTE MANAGEMENT AT MANIKPATNA

SL

NO

DESCRIPTION QTY UNIT RATE AMOUNT

1 Earthwork in all kinds of soil in excavation of

foundation trenches for columns, basement, tie beams,

walls and steps in all kinds of soil including

moorum, hard stoney earth and earth mixed with

boulders except sheet rocks and boulders requiring

blasting with all leads and lifts including dressing

and leveling the bed sides up to required depth and

depositing the excavated materials at places away

from the work site with all leads and lifts, T&P for

shoring, shuttering, dewatering if required etc.

complete as per the drawing, designing including cost

of all labour, T&P etc. as required for the work

complete as directed by the Engineer-in-charge

280.30 CUM

2 Filling foundation trenches and plinth with excavated

earth including laying the earth in layers not

exceeding 23.5cm (9”) thick ramming and watering with

29.30 CUM

Page 170: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

all leads and lifts including cost of all labour, T&P

etc. complete as directed by the Engineer-in-charge.

3 Supplying and filling in foundation trenches and

plinth, ditches with sand well watered and rammed in

layers not exceeding 23 cm. In depth with all lead

and lift including cost, conveyance, loading,

unloading, royalties and taxes of all materials, cost

of all labour, sundries, T&P required for the work

etc. complete in all respect as directed by the

Engineer-in-Charge. Measurement will be taken on

finished compacted section only).

36.40 CUM

4 Providing and lying plain cement concrete of

proportion (1:4:8) in foundation and floors using

Portland slag cement (PSC) with 4 cm. size black hard

crusher broken granite stone metal of approved

quality and from approved quarry, washed and cleaned

including hoisting,lowering, laying concrete,

ramming, watering and curing etc. complete to

required levels laid in layers not exceeding 15 cm.

Thick including cost, conveyance, loading and

unloading, royalties and taxes all materials and cost

all labours, sundries, T&P required for the work

complete including dewatering if required as per

instruction of the Engineer in charge.

30.30 CUM

5 First class kiln burnt brick masonry using K.B.

bricks of size 25cm x 12 cm x 8 cm or equivalent

having crushing strength not less than 75 kg. Per

Sqr. Cm. In cement mortar of mix(1:6) with Portland

slag cement (PSC) and screened and washed sharp sand

for mortar after immersing the bricks for 6 (six)

hours in water before use in foundation, plinth,

basement and for ornamental flower beds, plinth

moulding and similar such type of works with all

necessary projections, splays cutting, circular

moulding, corbelling, chamfering, watering and curing

etc. including cost, conveyance, loading unloading,

royalties and taxes of all materials and cost of all

labour, sundries, T & P required for the works etc.

complete in all respect as directed by the Engineer-

in-Charge.

39.50 CUM

6 Providing, lifting, hoisting and laying Reinforced

cement concrete of M-20 Grade in different works with

12mm to 20mm size black hard crusher broken granite

chips of approved quality from approved quarry

including mixing and compacting to proper shape and

size, level and plumbs and finishing the exposed

surfaces smooth including cost of scaffolding,

watering and curing for the required period including

cost of all materials with taxes, royalties

transportation, loading and unloading, all labour,

sundries, T&P including hire & running charges of

concrete mixer and vibrator etc completed as per the

direction of the Engineer-in-charge but excluding the

cost of materials and labour for reinforcement bars &

including the cost of centering and shuttering for

the works.

Foundation 3.20 CUM

Roof Slab 3.40 CUM

7 Providing & fixing TOR Fe-500 reinforcement bars for

RCC work of required diameter of approved quality

with straightening, cutting, bending, binding welding

and joining (if necessary) and tying the grills and

placing in position as required for R.C.C. work and

providing fan hooks, hoisting, lowering and laying

including cost, conveyance and taxes of M.S. Rods or

tor steel and binding wires of 18 to 20 gauge and

5.80 QTL

Page 171: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

labour required for the work for bending, binding and

tying the grills in all heights as per the

specification & direction of E-I-C. (Linear

measurements will be taken & quantity will be

calculated on standard weight. Weight of binding wire

will not be considered for measurement.)

8 Providing Tata square or circular structural steel

work welded in built up sections, tubular trusses and

framed work including cutting,hoisting, fixing in

position and applying a priming coat of approved

steel primer etc complete including all cost of

labour, T & P, hire charges of drilling machine, etc.

complete as per specification and direction of

Engineer-in-charge.

2709.2

0

KG

9 Supplying and fixing GCI sheets in roof with drilling

holes in wind ties including fixing of ridge valleys

wind ties including cost of all materials,

conveyance, loading and unloading, royalties and

taxes all materials and cost all labours, sundries,

T&P required for the work complete as per instruction

of the Engineer in charge.

290.10 SQM

10 Providing 16 mm. thick cement plaster in all floors

at all height with cement mortar of mix (1:6) with

portland slag cement (PSC) finished smooth to outside

surface of brick masonry walls after racking out

joints including watering and curing rounding of

corners etc. complete with cost, coveyance, loading

and unloading, royalties and taxes of all materials

and cost of all labour, T&P, sundries and scaffolding

required for the work etc. with providing grooves as

directed by the Engineer in charge.

152.10 SQM

11 Supplying all materials, labour, T&P and fitting and

fixing 100mm dia U-PVC pipes and all fittings to

walls with nails, bobbins and wooden plugs or laying

in trenches including earthwork in excavation in all

kinds of soil and refilling of trenches as per

specification and direction of the engineer in charge

6 SQM

TOTAL

SAY

M DETAILED ESTIMATE FOR DISMANTLING WORKS AT MANIKPATNA

SL

NO

DESCRIPTION QTY UNIT RATE AMOUNT

1 Dismantling and removing doors, windows and

ventilators including removal of frame, hinges,

fastening and stacking the same for reuse and

removing the debris within 50m lead etc. complete

with cost, conveyance, loading and unloading,

royalties and taxes of all materials and cost of all

labours, sundries, T&P and scaffolding required for

the work etc. complete in all respect as per

specification and direction of Engineer-in-charge

16.10 SQM

2 Dismantling and removing R.C.C. columns, beams, slab,

staircase landing, lintels including stacking the

useful materials for reuse and removing the debris

within 50m lead including cost of all material,

labour, conveyance, loading and un-loading, taxes,

royalties, sundries, tools and plants, etc., complete

as per the direction of the Engineering-in-

charge/Consultant.

1.60 CUM

3 Dismantling brick or stone masonry in cement mortar

under 3m height including stacking the useful

materials for reuse and removing the debris within

50m lead including cost of all material, labour,

conveyance, loading and un-loading, taxes, royalties,

sundries, tools and plants, etc., complete as per the

direction of the Engineering-in-charge/Consultant.

27.30 CUM

Page 172: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

4 Dismantling and removal of cement concrete including

stacking the useful materials for reuse and removing

the debris within 50m lead including cost of all

material, labour, conveyance, loading and un-loading,

taxes, royalties, sundries, tools and plants, etc.,

complete as per the direction of the Engineering-in-

charge/Consultant.

7.30 CUM

5 Dismantling and removal of old thatch roofing with

wooden frame including stacking the useful materials

for reuse and removing the debris within 50m lead

including cost of all material, labour, conveyance,

loading and un-loading, taxes, royalties, sundries,

tools and plants, etc., complete as per the direction

of the Engineering-in-charge/Consultant.

66.00 SQM

TOTAL

SAY

GRAND TOTAL(A+B+C+D+E+F+G+H+I+J+K+L+M)

SAY

Note:

(1) Item for which no rate or price has been entered in will not be paid for by the

Employer when executed and shall be deemed covered by the other rates and

prices in the Bill of Quantities (refer: ITB Clause 13.2 and GCC Clause 43.3).

(2) Unit rates and prices shall be quoted by the bidder in Indian rupee [ITB Clause

14.1].

(3) Where there is a discrepancy between the rate in figures and words, the rates in

words will govern.

[ITB Clause 27.1(a) ]

4) Where there is a discrepancy between the unit rate and the line item total

resulting from multiplying the unit rate by quantity, the unit rate quoted shall

govern [ITB Clause 27.1 (b)].

Page 173: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

SECTION 8: FORMS OF SECURITIES

Page 174: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

Forms of Securities

Acceptable forms of securities are annexed. Bidders should not complete the Performance and Advance

Payment Security forms at this time. Only the successful Bidder will be required to provide Performance and

Advance Payment Securities in accordance with one of the forms, or in a similar form acceptable to the Employer.

Annex A: Bid Security (Bank Guarantee)

Annex B: Performance Bank Guarantee

Annex B1: Performance Bank Guarantee for Unbalanced Items

Annex C: Deleted

Annex D: Bank Guarantee for Advance Payment

Page 175: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

Annex A

BID SECURITY (BANK GUARANTEE)

WHEREAS, _______________________ [name of Bidder] (hereinafter called "the Bidder") has submitted his Bid

dated _______________________ [date] for the construction of _____________________________________

[name of Contract] (hereinafter called "the Bid").

KNOW ALL PEOPLE by these presents that We ______________________________ [name of bank] of

____________________________ [name of country] having our registered office at

___________________________________ (hereinafter called "the Bank") are bound unto

______________________________[name of Employer] (hereinafter called "the Employer") in the sum of

___________________1 for which payment well and truly to be made to the said Employer the Bank binds itself, his

successors and assigns by these presents.

SEALED with the Common Seal of the said Bank this _________ day of __________ 19____.

THE CONDITIONS of this obligation are:

(1) If after Bid opening the Bidder withdraws his bid during the period of Bid validity specified in

the Form of Bid;

or

(2) If the Bidder having been notified of the acceptance of his bid by the Employer during the

period of Bid validity:

(a) fails or refuses to execute the Form of Agreement in accordance with the Instructions

to Bidders, if required; or

(b) fails or refuses to furnish the Performance Security, in accordance with the

Instruction to Bidders; or

(c) does not accept the correction of the Bid Price pursuant to Clause 27;

we undertake to pay to the Employer up to the above amount upon receipt of his first written demand, without the

Employer having to substantiate his demand, provided that in his demand the Employer will note that the amount

claimed by him is due to him owing to the occurrence of one or any of the three conditions, specifying the occurred

condition or conditions.

This Guarantee will remain in force up to and including the date ____________________2 days after the deadline

for submission of Bids as such deadline is stated in the Instructions to Bidders or as it may be extended by the

Employer, notice of which extension(s) to the Bank is hereby waived. Any demand in respect of this guarantee

should reach the Bank not later than the above date.

DATE _______________ SIGNATURE OF THE BANK _________________________

WITNESS ____________ SEAL _______________________________________

_________________________________________________________________

[signature, name, and address]

____________________________

1 The Bidder should insert the amount of the guarantee in words and figures denominated in Indian Rupees.

This figure should be the same as shown in Clause 16.1 of the Instructions to Bidders.

2 45 days after the end of the validity period of the Bid.

Page 176: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

PERFORMANCE BANK GUARANTEE

To: ______________________________________________ [name of Employer]

_________________________________________ [address of Employer]

WHEREAS _________________________ [name and address of Contractor] (hereinafter called "the

Contractor") has undertaken, in pursuance of Contract No. _____ dated ________________ to execute

__________________________ [name of Contract and brief description of Works] (hereinafter called "the

Contract");

AND WHEREAS it has been stipulated by you in the said Contract that the Contractor shall furnish you

with a Bank Guarantee by a recognized bank for the sum specified therein as security for compliance with his

obligations in accordance with the Contract;

AND WHEREAS we have agreed to give the Contractor such a Bank Guarantee;

NOW THEREFORE we hereby affirm that we are the Guarantor and responsible to you, on behalf of the

Contractor, up to a total of ____________________ [amount of guarantee] 1___________________________ [in

words], such sum being payable in the types and proportions of currencies in which the Contract Price is payable,

and we undertake to pay you, upon your first written demand and without cavil or argument, any sum or sums

within the limits of ____________________ [amount of guarantee]1 as aforesaid without your needing to prove or

to show grounds or reasons for your demand for the sum specified therein.

We hereby waive the necessity of your demanding the said debt from the Contractor before presenting us

with the demand.

We further agree that no change or addition to or other modification of the terms of the Contract or of the

Works to be performed thereunder or of any of the Contract documents which may be made between you and the

Contractor shall in any way release us from any liability under this guarantee, and we hereby waive notice of any

such change, addition or modification.

This guarantee shall be valid until ……… (i.e.) 28 days from the date of expiry of the Defects Liability

Period.

Signature and seal of the guarantor _____________________________

Name of Bank ____________________________________________

Address ____________________________________________

Date ____________________________________________

__________________

1 An amount shall be inserted by the Guarantor, representing the percentage of the Contract Price specified in

the Contract and denominated in Indian Rupees.

Page 177: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

PERFORMANCE BANK GUARANTEE (for unbalanced items)

To: ______________________________________________ [name of Employer]

_________________________________________ [address of Employer]

WHEREAS _________________________ [name and address of Contractor] (hereinafter called "the

Contractor") has undertaken, in pursuance of Contract No. _____ dated ________________ to execute

__________________________ [name of Contract and brief description of Works] (hereinafter called "the

Contract");

AND WHEREAS it has been stipulated by you in the said Contract that the Contractor shall furnish you

with a Bank Guarantee by a recognized bank for the sum specified therein as security for compliance with his

obligations in accordance with the Contract;

AND WHEREAS we have agreed to give the Contractor such a Bank Guarantee;

NOW THEREFORE we hereby affirm that we are the Guarantor and responsible to you, on behalf of the

Contractor, up to a total of ____________________ [amount of guarantee] 1___________________________ [in

words], such sum being payable in the types and proportions of currencies in which the Contract Price is payable,

and we undertake to pay you, upon your first written demand and without cavil or argument, any sum or sums

within the limits of ____________________ [amount of guarantee]1 as aforesaid without your needing to prove or

to show grounds or reasons for your demand for the sum specified therein.

We hereby waive the necessity of your demanding the said debt from the Contractor before presenting us

with the demand.

We further agree that no change or addition to or other modification of the terms of the Contract or of the

Works to be performed thereunder or of any of the Contract documents which may be made between you and the

Contractor shall in any way release us from any liability under this guarantee, and we hereby waive notice of any

such change, addition or modification.

This guarantee shall be valid until …….. (i.e.) 28 days from the date of issue of the certificate of

completion of works.

Signature and seal of the guarantor _____________________________

Name of Bank ____________________________________________

Address ____________________________________________

Date ____________________________________________

__________________

1 An amount shall be inserted by the Guarantor, representing additional security for unbalanced Bids, if any

and denominated in Indian Rupees.

Page 178: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

BANK GUARANTEE FOR ADVANCE PAYMENT

To: __________________________________________ [name of Employer]

__________________________________________ [address of Employer]

___________________________________________[name of Contract]

Gentlemen:

In accordance with the provisions of the Conditions of Contract, subclause 51.1 ("Advance Payment") of

the above-mentioned Contract, ________________________________ [name and address of Contractor]

(hereinafter called "the Contractor") shall deposit with ________________________ [name of Employer] a bank

guarantee to guarantee his proper and faithful performance under the said Clause of the Contract in an amount of

_____________ [amount of guarantee] 1_________________________________ [in words].

We, the ____________________ [bank or financial institution], as instructed by the Contractor, agree

unconditionally and irrevocably to guarantee as primary obligator and not as Surety merely, the payment to

____________________ [name of Employer] on his first demand without whatsoever right of objection on our part

and without his first claim to the Contractor, in the amount not exceeding ____________________ [amount of

guarantee]1 __________________________________ [in words].

We further agree that no change or addition to or other modification of the terms of the Contract or of

Works to be performed thereunder or of any of the Contract documents which may be made between

_____________________ [name of Employer] and the Contractor, shall in any way release us from any liability

under this guarantee, and we hereby waive notice of any such change, addition or modification.

This guarantee shall remain valid and in full effect from the date of the advance payment under the

Contract until _________________________ [name of Employer] receives full repayment of the same amount from

the Contractor.

Yours truly,

Signature and seal: _______________________________

Name of Bank/Financial Institution: _________________

Address: _______________________________________

Date: ____________________

Page 179: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

SECTION : 9

ENVIRONMENTAL MANAGEMENT PLAN

Environmental Management Plan (EMP) is the key to ensure a safe and clean environment. The

desired results from the environmental management measures proposed may not be obtained without a

management plan to assure its proper implementation & function. The EMP envisages the plans for the

proper implementation of management measures to reduce the adverse impacts arising out of the project

activities.

The Contractor will abide by the environmental, occupational health and safety measures listed in the

Environment Management Plan (EMP) given in the table below during preparation and execution of

Works. Adverse impact/s on the environment caused due to non-adherence of legal and EMP

requirements during preparation and execution of civil works shall be made good at the Contractor‟s own

expenses.

Table-1 Environmental Management Plan

Sl. Activity Management Measures Responsibility

No. Planning &

Execution

Supervision

1. Work Plan for EMP

implementation

The Contractor‟s Project Manager shall be

responsible for implementation of EMP

provisions and will coordinate the over-all

implementation of the said plan. Along with

the Work Programme, the Contractor shall

submit a plan including method statement and

timeline about specific actions that will be

taken by him to implement the provisions laid

out in the EMP.

Contractor DEPTT OF

CULTURE,

Bhubaneswar

2. Arrangements for

temporary land

The Contractor as per prevalent rules shall

carry out negotiations with the landowners for

obtaining their consent for temporary use of

lands for workers camp, construction sites etc.

Written permission (no objection certificate)

shall be taken from the Gram Sabha and the

land owner prior to location selection and a

copy shall be submitted to OSDMA for

approval.

It is the responsibility of the Contractor to

clean up the site prior to handling over to the

owner (after construction or completion of the

activity)

Contractor DEPTT OF

CULTURE,

Bhubaneswar

3. Construction/ Labour Construction camps shall not be proposed Contractor DEPTT OF

Page 180: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

Sl. Activity Management Measures Responsibility

No. Planning &

Execution

Supervision

camp – location within 500 m from the nearest settlements

to avoid conflicts and stress over the

infrastructure facilities with the local

community.

Camp site shall not be located within 250

m from a water body including village pond

A distance of at least 500 m shall be

maintained from designated/protected

natural habitats (such as National Parks,

Sanctuaries, Biosphere Reserves, Reserve

Forests and Ramsar Sites, if any) and

Coastal Regulation Zone.

CULTURE,

Bhubaneswar

4. Labour Camp

Management

Accommodation:

The Contractor shall follow all relevant

provisions of the Factories Act, 1948 and the

Building and the other Construction Workers

(Regulation of Employment and Conditions of

Service) Act, 1996 for construction and

maintenance of labour camp.

Potable water: The Contractor shall:

a) Supply of sufficient quantity of potable

water (at least 40 lpcd) in labour camp at

suitable and easily accessible places and

regular maintenance of such facilities.

b) If any water storage tank is provided, the

bottom of the tank shall be kept at least

1mt. above the surrounding ground level.

Fuel for Cooking: The Contractor will be

responsible for providing LPG Cylinder/

Kerosene in labour camp to avoid cutting of

trees for fuel wood from the adjoining areas.

Sanitation and sewage system: The

Contractor shall ensure that:

The sewage system for the camp shall be

designed, built and operated in such a

fashion that it should not pollute the ground

water or nearby surface water.

Separate toilets/bathrooms, shall be

Contractor DEPTT OF

CULTURE,

Bhubaneswar

Page 181: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

Sl. Activity Management Measures Responsibility

No. Planning &

Execution

Supervision

arranged for men and women

Adequate water supply is to be provided in

all toilets and urinals

All toilets in workplaces are with dry-earth

system (receptacles) which are to be

cleaned and kept in a strict sanitary

condition

Night soil (human excreta) is to be

disposed off by putting layer of it at the

bottom of a permanent tank prepared for

the purpose and covered with 15 cm. layer

of waste or refuse and then covered with a

layer of earth for a fortnight.

Waste disposal: The Contractor shall provide

garbage bins in the camps and ensure that

these are regularly emptied and disposed off

in a hygienic manner.

Fire Safety: Adequate fire safety precautions

shall be taken and required fire safety

equipment (such as fire extinguishers) shall

be provided by the Contractor.

5. First aid The Contractor shall arrange for –

A readily available first aid unit including

adequate supply of sterilized dressing

materials and appliances as per the

Factories Rules in work zone

Availability of suitable transport at all times

to take injured or sick person(s) to the

nearest hospital

Contractor DEPTT OF

CULTURE,

Bhubaneswar

6. labour‟s Safety The Contractor shall provide:

Protective footwear and protective goggles

to all workers employed on mixing cement,

concrete etc.

Protective goggles and clothing to workers

engaged in stone breaking activities

Earplugs to workers exposed to loud noise,

and workers working in concrete mixing

operation.

Contractor DEPTT OF

CULTURE,

Bhubaneswar

Page 182: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

Sl. Activity Management Measures Responsibility

No. Planning &

Execution

Supervision

Adequate safety measures for workers

during handling of materials at site.

The Contractor shall comply with all the

precautions as required for ensuring the

safety of the workmen as per the International

Labour Organization (ILO) Convention No. 62

as far as those are applicable to this contract.

The Contractor shall make sure that during

the construction work all relevant provisions of

the Factories Act, 1948 and the Building and

other Construction Workers (regulation of

Employment and Conditions of Services) Act,

1996 are adhered to.

The Contractor shall not employ any person

below the age of 14 years for any work and

no woman shall be employed on the work of

painting with products containing lead in any

form.

The Contractor shall also ensure that no paint

containing lead or lead products is used

except in the form of paste or readymade

paint. He shall provide facemasks for use to

the workers when paint is applied in the form

of spray or a surface having lead paint is

rubbed and scraped. The Contractor shall

mark „no smoking‟ in high risk areas. These

shall be reflected in the Construction Safety

Plan to be prepared by the Contractor during

mobilization and shall be approved by

OSDMA.

Material safety data sheet record of fuel and

other inflammable chemicals shall be

maintained at the site.

7. Labour requirements Local people shall be given preference for

unskilled and other jobs created during

construction phase of the project. The

contractor would notify requirement of

unskilled labours in nearby/surrounding

villages. In case local labours are not

Contractor DEPTT OF

CULTURE,

Bhubaneswar

Page 183: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

Sl. Activity Management Measures Responsibility

No. Planning &

Execution

Supervision

interested/available then a certificate/letter

shall be issued by the Panchayat officials to

the Contractors in this regard.

8. Site Clearance Only ground cover/shrubs that impinge

directly on the permanent works or necessary

temporary works shall be removed with prior

approval from OSDMA. The Contractor, under

any circumstances shall not cut or damage

trees. Trees identified under the project shall

be cut only after receiving clearance from the

State Forest Department or after the receipt of

written permission from OSDMA.

Contractor DEPTT OF

CULTURE,

Bhubaneswar

9. Preservation of top

soil

The topsoil from all areas of cutting and all

areas to be permanently covered shall be

stripped to a specified depth of 15 cm and

stored in stockpiles. A portion of the

temporarily acquired area shall be earmarked

for storing topsoil. The following precautionary

measures shall be taken to preserve them till

they are used:

(a) Stockpile shall be designed such that the

slope does not exceed 1:2 (vertical to

horizontal), and height of the pile is restricted

to 2 m. To retain soil and to allow percolation

of water, the edges of the pile shall be

protected by silt fencing

(b) Stockpiles shall not be surcharged or

otherwise loaded and multiple handling shall

be kept to a minimum to ensure that no

compaction shall occur.

The top soil shall be reinstated in the Tourist

Guide Centre compound after the construction

is over. Residual topsoil, if there is any shall

be utilized for the plantation.

Contractor DEPTT OF

CULTURE,

Bhubaneswar

10. Construction

vehicles, equipment

and machinery

All vehicles, equipment and machinery to be

procured and brought to site for construction

shall confirm to the relevant Bureau of India

Standard (BIS) norms and the manufacturer‟s

specifications. The discharge standards

Contractor DEPTT OF

CULTURE,

Bhubaneswar

Page 184: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

Sl. Activity Management Measures Responsibility

No. Planning &

Execution

Supervision

promulgated under the Environment

Protection Act, 1986 shall be strictly adhered

to.

Noise limits for construction equipment to be

procured shall not exceed the value specified

in the Environment (Protection) Rules, 1986.

The equipment proposed to be used for

construction and installed close to

waterway/streams, must be checked and

certified fit, especially with respect to the

potential leakage of oil and grease.

The inspection should verify that:

Equipment is clean (free of mud, dirt and

oil)

Equipment is in good working order.

A drip pan is available for equipment that

shall be stored on site.

Contractor has a spill kit

Operator is trained on the refuelling,

maintenance and emergency spill

procedures.

Adequate inspections shall be conducted

during the construction period.

11. Quarry Operations The Contractor shall procure material from

quarries that have been approved/licensed

by the Orissa State Govt. A copy of such an

approval shall be submitted to the OSDMA

prior to procure the material.

Contractor DEPTT OF

CULTURE,

Bhubaneswar

12. Construction water Water for construction and for use at

construction camps (including labour camps)

is to be extracted with prior written

permission of (a) the individual owner, in

case the source is private well/tube well; (b)

Gram Panchayat in case the source belongs

to community; and (c) Irrigation Department

in case the source is an irrigation canal or a

river.

The Contractor shall take all precaution to

minimize the wastage of water in the

Contractor DEPTT OF

CULTURE,

Bhubaneswar

Page 185: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

Sl. Activity Management Measures Responsibility

No. Planning &

Execution

Supervision

construction process.

13. Air pollution The Contractor shall take every precaution

(water sprinkling etc.) to reduce the level of

fugitive dust generating from construction

site.

Water shall be sprinkled at least twice

during dry day on haulage roads passing

through or near settlements (including at

least 100 m before the settlement).

Wind barriers or screens shall be provided

in the downwind direction at air pollution

causing sources like plant sites and fine

material storage stock yards.

Truck carrying construction materials will

be duly covered to avoid spilling.

The Contractor shall ensure that all

vehicles, equipments and machineries

used for construction are regularly

maintained and confirm that pollution

emission levels comply with the relevant

requirements of State Pollution Control

Board (SPCB).

The Contractor shall submit PUC

certificates for all vehicles/ equipment/

machinery used for the project and

maintain a record of the same during the

contract period.

Contractor DEPTT OF

CULTURE,

Bhubaneswar

14. Noise pollution The Contractor shall confirm

the following:

All plants and equipments used in

construction shall strictly conform to the

CPCB noise standards.

All vehicles and equipment used in

construction shall be fitted with exhaust

silencers.

Servicing of all construction vehicles and

machinery shall be done regularly and

during routine servicing operations, the

effectiveness of exhaust silencers shall be

Contractor DEPTT OF

CULTURE,

Bhubaneswar

Page 186: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

Sl. Activity Management Measures Responsibility

No. Planning &

Execution

Supervision

checked and if found defective shall be

replaced.

At the construction sites within 150 m of the

nearest habitation, noisy construction work

shall be stopped during the night time

between 9.00 pm to 6.00 am.

15. Water Pollution Water pollution from construction

wastes

The Contractor will take all precautionary

measures to prevent the wastewater

generated during construction from

entering into streams, water bodies or the

irrigation system. He will avoid construction

works close to streams or water bodies

during monsoon.

All measures (including provision of

temporary silt fencing to control sediment

run-off) required for avoiding adverse

impacts to water bodies (such as ponds,

streams, canals and rivers), water sources

(such as hand pumps and wells) and

adjacent farmland shall be undertaken by

the Contractor.

Water pollution from fuel and lubricants

The Contractor will ensure that all

construction vehicle parking location,

fuel/lubricants storage sites, vehicle,

machinery and equipment maintenance

sites are located at least 100 m away from

any water body. The Contractor will also

ensure that spillage of fuels and lubricants

do not contaminate the ground.

If fuel storage and re-fuelling areas are

located on agricultural land or areas

supporting vegetation, the top soil will be

stripped, stockpiled and returned after

cessation of such activities.

Contractor DEPTT OF

CULTURE,

Bhubaneswar

Page 187: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

Sl. Activity Management Measures Responsibility

No. Planning &

Execution

Supervision

Storage of materials like fuel, chemicals

and cement shall be done in a manner

(with impervious layer on bottom and a

covered shed on top) that does not

contaminate land and ground/surface

water.

16. Solid Waste Solid waste from the project during

construction will be mainly domestic scraps &

wastes from the construction camp and

construction spoils from construction sites.

• The small amount of construction debris

will be disposed of in suitable pre-identified

or existing dumping areas in tune with the

local condition to avoid land degradation &

water logging due to indiscriminate

dumping.

• Dumping areas will be biologically

reclaimed through top soil cover.

• Regular inspection of haul roads,

construction site & camp will be carried out

to ensure regular and timely removal of

construction debris to the dumping sites.

Contractor DEPTT OF

CULTURE,

Bhubaneswar

17. Drainage & Flood

Control

The Contractor will ensure that construction

materials like earth, stone are disposed off

so as not to block the flow of water of any

watercourse and cross drainage channels.

Contractor DEPTT OF

CULTURE,

Bhubaneswar

18. Restoration and

Rehabilitation of

Sites

All work sites and areas under temporary use

(including construction and labour camps,

plant sites, haul roads and borrow areas) shall

be restored/ rehabilitated to a better condition

(if not at least to its original condition) and to

the satisfaction of land owner upon completion

of construction work by the Contractor.

Completion of work will also include

completion of rehabilitation and clean-up of

the work sites including camps, plants, in and

around the construction site; disposal of

debris/construction wastes at pre-approved

locations and; restoration of borrow areas and

Contractor DEPTT OF

CULTURE,

Bhubaneswar

Page 188: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

Sl. Activity Management Measures Responsibility

No. Planning &

Execution

Supervision

other sites/locations used for material

sourcing.

19. Liabilities Any liability arising out of Contractor‟s

agreement with landowners/ local

people/gram panchayat (including those

related to temporary use of land, water

extraction and disposal of debris) shall be

settled by the Contractor.

GUIDELINES FOR REHABILITATION OF BORROW/ QUARRY AREAS

General: The contractor is required to take quarry material only from licensed quarries. In the

case of existing quarries the contractor through the Engineer‘s representative will have to ensure

that all actions in these quarries are in accordance with the environmentally sound and acceptable

manner.

In case the contractor establishes additional quarries and dedicated crusher plants, the contractor

has to ensure that all actions are in accordance with the environmental requirements.

In the case of borrow areas, Contractor need to specify a

detailed arrangement including the agreement with the owner of

the land. The Contractor must comply with provisions of taxes,

levies, royalties etc. of the State.

Management Plan for Borrow / Quarry Areas

The contractor needs to develop a Borrow and Quarry area management plan providing at

least the following details:

Name, location and ownership of the borrow or quarry area;

Existing land use of the area (including the access road to be developed) to be quarried;

Approximate quantity of the material available;

The number of trees and the species of the trees to be removed;

Total area involved;

Arrangement with the owner;

Whether purchased or leased;

A statement from the owner saying the actual arrangement (not in terms of exact monitory

compensation) with him is agreeable for him;

The exact restoration plan indicating the number of trees that will be planted;

The action plan for leveling and landscaping in order to bring the area in conformity to the neighboring

land uses; and

Page 189: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

The access roads rehabilitation.

Compliance certificate of tax, levy, royalty etc. provisions.

Rehabilitation of Borrow/ Quarry Areas

The objective of the rehabilitation programme is to reinstate the quarry /borrow pit sites to a safe and

secure area, which the general public should be able to safely enter and enjoy. Securing borrow pits

/quarry sites in a stable condition should be a fundamental requirement of the rehabilitation process. This

could be achieved by filling the quarry/ borrow pit with suitable materials to approximately the access

road level.

Quarries and borrow pits may be backfilled with rejected construction wastes and will be given a

vegetative cover. If this is not possible, then excavation slopes will be smoothed and depression will be

filled in such a way that it looks more or less like the original ground surface.

During works execution, the contractor shall ensure preservation of trees during piling of materials;

spreading of stripping material to facilitate water percolation and allow natural vegetation growth; re-

establishment of previous natural drainage flows; improvement of site appearance; digging of ditches to

collect runoff; and maintenance of roadways where a pit or quarry is declared useable water source for

livestock or people nearby. Once the works are completed, the contractor shall restore the environment

his own expense around the work site to its original splits.

Page 190: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

SECTION : 10 COASTAL REGULATORY ZONE ACT

1. No change in scope of the work shall be made without prior approval of Orissa State Coastal

Zone Management Authority (OSCZMA).

2. It shall be ensured that the local environment is not adversely affected in any manner during the

construction phase and subsequently.

3. No mangroves should be affected/ destroyed during the construction and operation of the

project.

4. There should be no disturbance to the sea turtle habitats and breeding and spawning grounds of

fish.

5. The dredging material from the project should not be dumped in any part of the eco-sensitive

area.

6. Concreting and other fabrication jobs, if any, should be undertaken in yard on the land located

sufficiently away from the high tide line as well as CRZ area and the transfer of materials to the

site should be through a pre-decided corridor. Similarly, the movement of construction barges,

machinery etc. should be restricted the pre-decided operational area.

7. Temporary colonies for the labour work force etc. should be established sufficiently away from

the high water line and proper sanitation including toilets and bathrooms should be provided to

the inhabitants to prevent abuse of the inter-tidal area.

8. It should be ensured that inter-tidal and super tidal areas are restored to their original contours

after the construction is completed. General clean up along the corridor, adjacent areas and

inter-tidal regions should be taken up and extraneous materials such as drums, sacks, metal

scrap, ropes, excess sediment, make shift huts and cabins should be cleared from the site.

9. The effluents shall be discharged only after proper treatment. Sewage treatment facility should

be provided in accordance with the CRZ Notification, 1991.

10. Necessary precaution and design criteria should be used for construction and operation keeping

in view the possible impact of cyclone / tsunami on the structures.

11. A green belt shall be developed using native tree species/plants which should preferably be

resistant to high wind speed.

12. No ground water shall be tapped for the project within the coastal regulation zone.

Page 191: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

13. The total covered area on all floors shall not exceed 33 percent of the plot size, the overall

height of construction shall not exceed 9 meters and should be strictly in accordance with the

provisions of CRZ notification, 1991.

14. The project proponent shall obtain necessary forest clearance if any from the competent

authorities prior to construction of the Handicraft Centre and Entrance Plaza.

15. To prevent discharge of wastes into the marine environment, adequate system for collection,

treatment and disposal of wastes should be followed as per the standards of State Pollution

Control Board.

General Conditions :

1. Adequate provision for infrastructure facilities including water supply, fuel and sanitation must

be ensured for construction workers during the construction phase of the project to avoid any

damage to the environment.

2. Appropriate measures must be taken while undertaking digging activities to avoid any likely

degradation of water quality.

3. Adequate precautions should be taken during transportation of the construction material so

that it does not affect the environment adversely.

4. Borrow pits for each quarry sites for road construction material and dump sites must be

identified keeping in view the following

No excavation or dumping or dumping on private property be carried out without

written consent of the owner.

No excavation or dumping shall be allowed on wetlands, forest areas or other

ecologically valuable or sensitive locations.

Excavation work should be done in close consultation with the Soil Conservation and

Watershed development Agencies working in the area

Construction spoils including bituminous material and other hazardous materials must

not be allowed to contaminate water courses and the dump sites for such materials

must be secured so that they should not leach into the ground water.

5. The construction material should be obtained only from approved quarries. In case new quarries

are to be opened, specific approvals from the competent authority should be obtained in this

regard.

6. The borrow pits and other scars created during the road construction should be properly leveled

and reclaimed.

Page 192: BID DOCUMENTiczmpodisha.org/pdf/Bid_Document_of_Bhabakundeleswar...Bhubaneswar-14 along with soft copy (in CD)of the approved bid document is attached herewith for information and

7. Roof –top rain water harvesting should be implemented.

8. The project proponent will set up separate environment management cell for effective

implementation of the stipulated environmental safeguards under the supervision of a Senior

Executive.

9. In the event of a change in project profile or change in the implementation agency, a fresh

reference shall be made to the OSCZMA.

10. A copy of clearance letter will be marked to concerned Panchayat/local NGO, if any, from whom

recommendation/clearance has been received while processing the proposal.

11. The OSCZMA or any other competent authority may alter/modify the above conditions or

stipulate any further condition in the interest of environment protection.

12. Failure to comply with any of the conditions mentioned above may result in withdrawal of this

clearance and attract action under the relevant provisions of the Environment (Protection) Act,

1986.

13. Full support shall be extended to the officers of this Forest & Environment Department by the

project proponent during inspection of the project for monitoring purposes by furnishing full

details and action plan including action taken reports in respect of mitigation measures and

other environmental protection activities.

14. A six monthly monitoring report shall be submitted by the project proponent to the OSCZMA

regarding the implementation of the stipulated conditions.

15. The project proponent shall inform the OSCZMA, the date of financial closure and final approval

of the project by the concerned authorities and the date of start of land development work.

16. The information that the project has been accorded environmental clearance shall be publicized

in the local area by the project proponent by way of advertisement in at least two newspapers

one of which is in vernacular language having wide circulation in the area, besides display on

the notice board of the local GP.

17. The above conditions will be enforced inter-alia, under the provisions of the Water (Prevention

& Control of Pollution) Act, 1974, the Air (Prevention & Control of Pollution) Act, 1981, the

Environment (Protection) Act, 1986 and the Public Liability Insurance Act, 1991 along with their

amendments and rules made there under and also any other orders passed by the Hon’ble

Supreme court of India/High court of Orissa and any other court of Law relating to the subject

matter.


Recommended