10.07.2015 Views

Annexure A

Annexure A

Annexure A

SHOW MORE
SHOW LESS

Create successful ePaper yourself

Turn your PDF publications into a flip-book with our unique Google optimized e-Paper software.

<strong>Annexure</strong> AThe Assistant Engineer(E) M-3521, PWD EMD M-352, FSL Building, Sector-14, Rohini, Delhi, on behalf of Presidentof India, invites sealed item rate tenders from approved and eligible contractors of CPWD up to 3.00 PM on…………**for the following work :-Name of Work(1) ARMO EI and fans, Pumps at CFDL,Lawrence Road, Delhi. (2) RMO E.I. & fans,Pumps & Compound light in Police Station andResidential Complex, Saraswati Vihar, Delhi. (3)ARMO E.I. & Fans, Pumps and Compound Lightin vars. schools under AE (E) M-3521 (SH:Repairing of Pumps i/c accessories)Estimated Cost Rs. 1,06,871/-Earnest Money Rs. 2,137/-Time AllowedLast date and time of receipt of application forpurchase of tender upto 4 PM onOne Month14.10.2009Last date and time of issue of tender upto 4 PM on: 15.10.2009Cost of tender documents Rs. 500/-Time and date of Receipt of tender upto 3 PM 19.10.2009Time and date of Opening of tender at 3.30 PM on 19.10.2009Assistant Engineer (E) M-3521,PWD EMD M-352, FSL Building,Rohini, Delhi-110 085.


GOVERNMENT OF INDIACENTRAL PUBLIC WORKS DEPARTMENTCPWDPWD –7/8STATE: - DELHI CIRCLE: - M-35BRANCH: - E&M DIVISION: - M-352ZONE:- M-3 SUB-DIVISION: - M-3521PERCENTAGE RATE TENDER / ITEM RATE TENDER & CONTRACT FOR WORKS(A) Tender for the work of As per <strong>Annexure</strong>(i) To be submitted by 1500 hours on……………………….. As per <strong>Annexure</strong>(ii) To be opened in presence of tenderers who may be present at 1530 hours on ………………………..Issued to:-M/s …………….......……………………………………………………………..**(Contractor)Signature of officer issuing the documentsAssistant Engineer (E) M-3521, PWD EMD M- 352, FSL Building, Rohini, Delhi.Date of Issue: ...............……..**TENDER…...** to be filled by AEI/We have read and examined the notice inviting tender, schedule A,B,C,D,E & F, applicable specifications, Drawings & Designs, General Rules andDirections, Conditions of Contract, Clauses of Contract, Special Conditions, Schedule of Rate & other documents and Rules referred to in the condition ofcontract and all other contents in the tender document for the work.I/We hereby tender for the execution of the work specified for the President of India within the time specified in Schedule "F" , viz., schedule of quantities andin accordance in all respects with the specifications, design, drawings and instructions in writing referred to in Rule-1 of General Rules and Directions and inClause-11 of the Conditions of contract and with such materials as are provided for, by, and in respects in accordance with, such conditions so far asapplicable.I/We agree to keep the tender open for sixty (60) days from the due date of submission thereof and not to make any modification in its terms and conditions.A sum of Rs……………………… has been deposited in cash/receipt treasury challan/deposit at call receipt of a scheduled bank/fixed deposit receipt ofschedule bank/demand draft of a scheduled bank as earnest money. If I/we, fail to furnish the prescribed performance guarantee within prescribed period, I/weagree that the said President of India or his successors in office shall without prejudice to any other right or remedy, be at liberty to forfeit the said earnestmoney absolutely. Further, if I/we fail to commence work as specified, I/we agree that President of India or his successors in office shall without prejudice toany other right or remedy available in lw, be at liberty to forfeit the said earnest money and the performance guarantee absolutely, otherwise the said earnestmoney shall be retained by him towards security deposit to execute all the works referred to in the tender documents upon the terms and conditions containedor referred to therein and to carry out such deviations as may be ordered, upto maximum of the percentage mentioned in Schedule ‘F’ and those in excess ofthat limit at the rates to be determined in accordance with the provision contained in Clause 12.2 and 12.3 of the tender form.I/We hereby declare that I/We shall treat the tender documents, drawings and other records connected with the work as secret / confidential documents andshall not communicate information / derived therefrom to any person other than a person to whom I/We am / are authorised to communicate the same or usethe information in any manner prejudicial to the safety of the state.Dated ......………*Witness:Address:Occupation:Signature of ContractorPostal Address *ACCEPTANCEThe above tender (as modified by you as provided in the letters mentioned hereunder) is accepted by me for and on behalf of the President of India for a sumof Rs. ......………...** (Rupees..........................…………………………………………………………………...**).The letter referred to below shall form part of this agreement:-a) For & on behalf of the President of IndiaSignature......……………………............**b) ............**Dated .....…………..**Designation: Assistant Engineer (E) M-3521PWD EMD M-352, FSL BuildingSector-14, Rohini, Delhi


SCHEDULESSCHEDULE 'A'Schedule of Quantities :- Attached.SCHEDULE 'B'Schedule of materials to be issued to the contractor.Sl. No. Description of Item Quantity Rates in figures & words at Place of Issuewhich the material will becharged to the contractor1 2 3 4 5SCHEDULE 'C'Tools and Plants to be hired to the contractorAs per <strong>Annexure</strong>Sl. No. Description Hire charges per day Place of issueSCHEDULE 'D'1 2 3 4--------------------NIL---------------Extra schedule for specific requirements/documents for the work, if any.NilSCHEDULE 'E'Schedule of component of Cement, Steel, Other Materials, Labour etc. for Price escalation.CLAUSE 10 CC --- Not applicableComponent of Cement - Expressed as per cent of total value of work Xc --------------- %Component of Steel - Expressed as per cent of total value of work Xs --------------- %Component of civil (except cement & steel)/Electrical construction Materials -Expressed as per cent of total value of work. Xm ---------------- %Component of Labour - Expressed as per cent of total value of work Y ---------------- %Component of P.O.L. - Expressed as per cent of total value of work Z ---------------- %Not ApplicableSCHEDULE 'F'Reference to General conditions of contract :-General conditions of contract for CPWD works-2003 withamendments attached at page 17 to 30 and correction slips issuedupto the last date of issue of tender.Name of Work :- As per <strong>Annexure</strong>Estimate cost of Work :- Rs. As per <strong>Annexure</strong>(i) Earnest Money :- Rs. As per <strong>Annexure</strong>(ii) Performance Guarantee :- 5% of the tendered value of work.(iii) Security Deposit :- 5% of the tendered value of work.GENERAL RULES AND DIRECTIONS:Officer Inviting Tender Assistant Engineer (E) M-3521 / PWD EMD M-352Maximum percentage for quantity of items of work to be executedbeyond which rates are to be determined in accordance withClauses 12.2 & 12.3.See BelowDefinitions:2(v) Engineer-in-Charge Assistant Engineer (E) M-3521 / PWD EMD M-3522(viii) Accepting Authority Assistant Engineer (E) M-3521 / PWD EMD M-3522(x)Percentage on cost of materials andlabour to cover all overheads and profits. 15%2(xi) Standard Schedule of Rates DSR 1994/95 with Correction slips issued upto thelast date of issue of tenders.


2(xii) Department PWD (NCTD)9(ii) Standard CPWD contract Form CPWD form 7/8 – 2005, as modified andcorrected upto the last date of issue of tender.Clause 1i) Time allowed for submission of Performance Guarantee Fifteen Daysfrom the date of issue of tender of acceptance, in daysii) Maximum allowable extension beyond the period Seven Daysprovided in (i) above in daysClause 2Authority for fixing compensation under clause 2.Clause 2AWhether Clause 2A shall be applicableClause 5Number of days from the date of issue of letter of acceptanceFor reckoning date of startMile Stone (s) :-Superintending Engineer (E),PWD Elect. Maintenance Circle M-35 (NCTD)New Delhi.Yes/NoFifteen DaysAs per table given belowS.No. Financial Progress Time allowed(from date of start)1.2.3.4.Amount to be withheld in case of nonachievement of milestonei. Time allowed for execution of work As per <strong>Annexure</strong>ii Authority to give fair and reasonable Superintending Engineer (E),extension of time for completion ofPWD Elect. Maintenance Circle M-35 (NCTD)work.New DelhiClause 7Gross work to be done together with net payment/adjustment ofadvances for material collected, if any, since the last suchpayment for being eligible to interim payment.Clause 10CCClause 10CC to be applicable in contracts with stipulated period ofCompletion exceeding the period shown in next columnClause 11Specifications to be followed for execution of work…………….. monthsCPWD SpecificationsClause 1212.2 & 12.3 Deviation limit beyond which 25% for all workclause 12.2 & 12.3 shall apply.12.5 Deviation limit beyond which 100%clause 12.2 & 12.3 shall applyfor foundation work.Clause 16Competent Authority for deciding reduced rates.Superintending Engineer (E),PWD Elect. Maintenance Circle M-35 (NCTD)New DelhiClause 36 (i)Minimum qualifications & experience requiredfor Principal Technical Representatives.(a) PROJECT MANAGER Graduate Engineer (Civil) or retired AE possessing at least recognizeddiploma in Civil Engg.(b) SITE ENGINEER : Recognised diploma holder in Elect Engineering.(c)Discipline to which the PrincipalTechnical Representative should belong.Elect.(d) Minimum experience of works. Five Years in Electrical Works(e) Recovery to be affected from the contractor in Project Manager @ Rs.10000/-per month.the event of not fulfilling provision of Clause 36(i)Site Engineer @ Rs.8000/- per month.


Clause 42i) (a) Schedule/statement for determining theoretical quantity N.Aof cement & bitumen on the basis of Delhi Schedule ofRates _____________ printed by CPWD.ii)Variations permissible on theoretical quantities:-a) Bitumen for all works. (i) Tack coat N.A(ii) DBM /DBC N.Ab) Steel reinforcement and structural steel sections N.Afor each diameter, section and category.c) CementRECOVERY RATES FOR QUANTITIES BEYOND PERMISSIBLE VARIATIONSl. No.Description of ItemRates in figures and words at which recovery shall be made from the contractor.Rate in schedule ‘B’ plus 10% in case material issued by Department.Excess use beyond permissible Less use beyondVariation the permissible variation1 2 3 4Material to be arranged by contractor :1. Emulsified Bitumen N.A.2. Bitumen of grade 60/70 N.A3. Modified Bitumen (CRMB-60) N.AAssistant Engineer (E) M-3521,PWD EMD M-352, FSL BuildingRohini, Delhi-110 085.


SCHEDULE OF WORKN/W: (1) ARMO EI and fans, Pumps at CFDL, Lawrence Road, Delhi. (2) RMO E.I. & fans, Pumps &Compound light in Police Station and Residential Complex, Saraswati Vihar, Delhi. (3) ARMO E.I. &Fans, Pumps and Compound Light in vars. schools under AE (E) M-3521 (SH: Repairing of Pumps i/caccessories)S.no Description of Items Qty. Rate Unit Amount1) Dismantling of existing defective 7.5/10 HP Sewage submersiblepump set from the under ground tank/ main hole etc. as reqd. 1 job job2) Lowering of upto 10 HP Sewage Submersible P/set along with G.I.pipe in above well/under ground tank with the help of chain pulleyand tripot etc. as reqd. 1 job job3) Supply & Fixing of following material in the existing cubicalpanel, interconnection etc. as reqd.i) 3 phase DOL Starter with relay ( MK - 1 type) 2 nos jobii) Single phase preventor (VSP - 2) 2 nos jobiii) ML 1.5 Contactor (L&T) 1 nos job4) Taking out of upto 10 HP submersible/mono submersible p/setalong with GI pipe from well/underground tank with the help ofchain pulley block and tripot etc. as reqd. 6 job job5) Dismantling the burnt stator winding wire of the followingsubmersible/ mono-submersible motor rewinding the same withwaterproof PVC insulated winding wire of proper size i/c testing,commissioning at site as required.i) 5 H.P. (O.D. 200) 8" 3 job eachii) 7.5 H.P. (O.D. 200) 8" 2 job eachiii) 10 H.P. (O.D. 200) 8" 1 job each6) Supplying and fixing of following accessories in above submersiblemotor including scrapping of old parts etc. as required.i) Turning and polishing of rotorsleeve suitable for OD in 200mm(8") 6 job jobii) P/F G.M. bearing bush suitable for O.D. 200 mm (8") 24 nos. eachiii) P/F Thrust bearing & thrust plate suitable for OD in 200mm (8") 6 set setiv) S/F rubber water seal suitable for O.D. in 200mm (8") 9 nos. each7) Supplying and lowering of 50mm GI pipe Medium class with GIflange with nut-bolts, packing etc. as required. (Jindal/Tata make) 18 mtrs mtr.8) S/F 3 x 2.5 sq.mm. flat waterproof copper conductor sub.-cable etc.as required. 15 mtrs mtr.


9) P/F water proof submersible cable joint etc. as reqd. 6 nos. each10) Lowering of upto 10 HP Submersible/Mono-submersible P/set inbore well/under ground tank with help of chain pulley block &tripot etc. as reqd. 5 nos. eachTotalRs.Terms & Conditions :-1) The work shall be carried out as per CPWD Specifications.2) No T &P shall be issued by the Deptt. to the contractor.3) The Material shall have to be got approved by the Engineer-in-Charge.4) Any damage done to the installation shall be specified by theagency.5) Dismantled material shall be returned back to the Deptt.6) Where makes are not specified, the material shall be of reputedmakes only.7) Guarantee shall stand for six months by the contractor for repairedarticles. AE(E) M-3521


SPECIFICATION AND SPECIAL CONDITIONS1. Work shall be carried out as per CPWD specifications for electrical works 2005, for internal F.1 CPWDspecification and 1995 for external services and the Indian Electricity Rule-1956 as amended upto date forsuch works.2. All the materials, whatsoever, to be supplied and provided by the contractor should be of standard andapproved quality. These should be got approved from the Engineer-in-Charge or his authorizedrepresentative before installation. No payment will be made for any unapproved or sub standard/rejectedmaterials used on the work. Rejected material should be removed from the site of work within 48 hoursfailing which the same will be liable for removal by the department at the risk and cost of contractorwithout any liability.3. The electric work shall be done in closed co-ordination and in phase, strictly with civil works whereverthese are in control of this office no claim for idle labour shall be entertained under this agreement.4. Any damage done to the building while executing the electric work should be made good to thesatisfaction of the department. The chases, holes etc. cut in the walls and roofs should be filled within twodays. All malba should be removed on the same day. In case of failure to do so it will be got done by theEngineer-in-Charge or his authorized representative at contractor’s risk and cost.5. All watch and ward of the materials installed at work will be responsibility of the contractors till theirhanding over to the department on completion of work. Merely recording of measurement and runningpayments made to the contractor. There will be regular handing over/taking over the installation. Anymissing item shall have to be made good by the contractor.6. Contractor shall submit neatly prepare electric inventory of fittings provided along with completion plan intriplicate (one of them on tracing cloth) and also test report of the electrical installation failing whichnecessary recovery will be affected.7. Laying of the conduit, position of switches, fittings and cable routes etc. should be got approved by theEngineer-in-Charge or his authorized representative. It will be in the interest of the contractor to mark theabove layout at site and get it approved before actual execution of the work otherwise it will be acceptedand the contractor will have to get it redone for which no extra payment will be made.8. Persons executing electrical work should have electrical license as required under I.E. Act.9. The earthing shall invariably be done in presence of the AE/JE in-charge of the work.10. All interconnections in the switch boards shall be carried out with suitable cables commensurate with thecurrent carrying capacity.11. The sub-main and circuit wiring stipulated or otherwise on linear basis will be measured and paid from endto end of conduit. No extra payment will be made for loose wiring for connections. Sufficient length ofwire is, however, to be left as per directions of Engineer-in-Charge or his authorized representative forconnections etc.12. All I.C. switches and DBs wherever required will be numbered and marked with paint and nothing will bepaid on this account.13. All I.C. Boxes and junction boxes should be cleared and cleaned properly and painted form before wiringand fixing the accessories.14. Wherever wooden battens are provided inside the C.I. Box, for fixing accessories, these should be paintedwith single coat of paint/varnish and fixed security by means of machine screws to C.I. Box which willhave the threads for machine screws.


15. The phenolic laminated sheet covered for the switch boards shall be 3mm thick (nominal) and ofHylem/Formica make (both sides finished). The colour and design should be got approved from theEngineer-in-Charge or his authorized representative.16. Some conduit laying work might have been done before the work is awarded. The recovery for such itemsas are utilized by his or his contract will be done on the basis of rates which will be decided in terms ofClause-12 of Agreement.17. While quoting the rates, the contractor should clearly mentioned makes of the switchgears and fittingsincluded in the tender.18. The switch board should be got fabricated from a reputed fabricator after getting sketch drawing indicatingthe details of members approved by the Engineer-in-Charge or his authorized representatives.19. The depth of C.I./M.S. boxes shall be as specified in the schedule of work, wherever it is not specified, theminimum depth should be 100mm.20. If any condition/s is put by the contractor, which is not as per CPWD specifications/terms and conditionsof NIT, his tender is liable to be rejected.21. All termination of electrical cables for sizes higher than G sq.mm. shall have to be done with properthimbles/reducer uncrimping process Copper thimble reducer shall be used for copper cable andaluminium ones for Al. cables.22. Before cable is laid in the ground the route must be got approved from Engineer-in-Charge, the cabletrench shall be as straight as possible.23. Erection and cement concrete foundation for poles/feeder pillars and all under ground items are to be donein the presence of authorized representative of Engineer-in-Charge and in whose presence the cement andaggregate is to be mixed. The collars of the wiring poles shall be plastered with cement and mixture togive smooth finish. All masonry ACC work should be properly cured as per CPWD specifications forbuilding works. All C.C. collars are to be painted with at least 3 coats of paint. Colour of paint to be gotapproved from Engineer-in-Charge of his authorized representative.24. ‘B’ class G.I. pipes and the paint to be used on the work shall be ISI marked only conduit pipes, conduitaccessories and fittings should confirm to relevant ISI specifications.25. Numbering/Marking of poles, fittings, fans etc. shall be got done through a regular painter. The mannerand the colour of enamel paint to be used for this purpose shall be got approved from Engineer-in-Chargeor his authorized representative.26. All screws/nuts bolts should be galvanized/cadmium plated/passivatee only as the case may be.27. Minimum size of M.S. flats for making the clamps for fixing GI pipe, brackets should be 50 mm X 6 mmwherever not specified minimum size of bolts, used shall be 12mm dia (nominal) Minimum size of M.S.flats to be used for making clamps for fixing M.S. Box on the pole shall be 25 mm X 5 mm. Two clampsshall be used for fixing the brackets/M.S. Boxes on each pole until and unless specified in the item.28. Contractor will have to abide by the instructions contained in CPWD Manual Volume-II (upto date)applicable to him.29. Malba shall be removed from the site daily and site kept neat and clean failing which the same is liable tobe got removed by the department at the risk and cost of contractor.


LIST OF APPROVED MAKES1. PVC insulated copper wires ISI marked (FR) : KALINGA / PLAZA / Skyline / Ekta2. Cables – Underground type : Plaza / Grandlay / Kalinga / National / Ekta3. Switch, sockets, plugs etc. i/c Telephone socket : ANCHOR / LEADER (ISI marked)4. Ceiling Rose : MJ / ANCHOR / (ISI Marked)5. MCB/MCB Distribution Board : GE / C&S / STANDARD / M.G.6. MCCB : GE / SIEMENS / L&T / MG7. Cable Glands & Lugs : DOWELLS / ACTION8. Steel Conduit : ISI Marked NIC / BEC Make only9. PVC Conduit : ISI marked and as per Engg.-in-Charge’s selection only.10. Telephone cables and wires : NATIONAL /KALINGA /PLAZA / SKYLINE / GRANDLAY11. Industrial sockets in sheet steel enclosure with MCB : MDS / SIEMENS / CROMPTON12. Change over Switch : L&T / GE / HAVELLS13. M.V. Boards/Distribution Boards : TRIDENT SWITCHGEAR/ASPL, GHAZIABAD/ RISHAVCONTROL / As per CPWD Specifications14. Push Buttons : SIEMENS / BCH15. Indicating Lamps : SIEMENS / EE / BCH16. Fuse & fuse bases : SIEMENS / EE / CROMPTON17. Selector switches & rotary switches : KAYCEE / EE / CROMPTON / CUTLER HAMMER18. Indicating instruments : AE / L&T19. G.I. Pipes : Jindal / Tata / and as per approval of Engineer-in-charge only20. Brass Batten Holder : ISI marked only and as per approval of Engineer-in-charge only21. Sheet for Switch Boards : Hylem / Skylam22. Chokes/Ballast : Phillips / Bajaj / Crompton23. Condenser 2.5 mfd : Anchor / Kinjal / Kapil Ashian / USHA24. Tube Starter : Anchor / Kinjal / Philips25. Starter Holder : Anchor / Kinjal / Philips26. Ball Bearing : SKF / NBC27. Bulk Head Fitting : Bajaj / Phillips / Crompton28. Flood light fittings/Street light fitting : Bajaj / Phillips / Crompton29. Conduit Accessories : RAMA / RASHM / MK / AKG30. Modular Switches, Sockets, Plugs etc. i/c Telephonesocket.: ANCHOR ROMA / MK / CRAB TREE31. CFL/HPSV/MH Lamp : Bajaj / Crompton /Philips32. Voltmeter/Ammeter : AE / L&T33. GM Valves (ISI) : Sant / BS / Leader34. C.I. Valves : Kirloskar / M&M35. PVC Tank : Sintex / Sheetal / Ganga

Hooray! Your file is uploaded and ready to be published.

Saved successfully!

Ooh no, something went wrong!