You are on page 1of 36

1

TENDER DOCUMENT

FOR
THE WORK OF



Improvement of entrance of Admin. Bldg. at RAKNPA ,
Ghaziabad.

Estimated Cost : Rs. 711107/-
EMD : Rs. 14222/-
Time of Completion : 45Days




Certified that this tender document contains pages from 01 (One) to 34 (Thirty
Four) and no page is missing or torn.




Executivet Engineer
Postal Civil Division
New Delhi
Postal Civil Division
New Delhi
2


NAME OF TENDERER: .

NAME OF WORK: Improvement of entrance of Admin. Bldg. at RAKNPA , Ghaziabad.

I N D E X
SL.
NO.
DETAILS
PAGES
FROM TO
1) Cover Page 1 1
2) Index 2 2
3)
Important instructions to the tenderers who have downloaded the
tender document from the website
3 3
4) Declaration 4 5
5) CPWD -6 6 10
6) CPWD -8 (Abridged form) 11 12
7) Performa of schedules 13 16
8) Correction slip No.1, 4, & 5 17 20
9) Special Conditions for Aluminium Works 21 21
10)
Guarantee to be executed by contractors for removal of defects after
completion in respect of water proofing works
22 22
11) Additional conditions, additional specifications & important notes 23 28
12) Special conditions for ISI marked items 29 29
13) Schedule D Special conditions/specific requirements for the work 30 30
14) Schedule of quantity 31 34
15)



Certified that this N.I.T. contains pages from 01 (One) to 34 (Thirty Four) and no page is missing or torn.



Executivet Engineer
Postal Civil Division
New Delhi
3

IMPORTANT INSTRUCTIONS TO TENDERERS WHO HAVE DOWNLOADED THE TENDER
DOCUMENT FROM WEB

The tenderers who have down loaded the tenders from the web, should read the following
important instructions carefully before actually quoting the rates & submitting the tender documents:
-

1. The tenderer should see carefully & ensure that the complete tender document including
schedule of quantity has been down loaded & there are 34 Pages in all in the tender document.

2. The printout of tender document should be taken on 12 (A4) paper only.

3. The tenderer should ensure that no page in the down loaded tender document is missing.

4. The tenderer should ensure that all pages in the down loaded tender document are legible &
clear & are printed on a good quality paper.

5. The tenderer should ensure that every page of the downloaded tender document is signed by
tenderer with stamp (seal).

6. On page 3,4,5,13,18,22,23,31,32,& 45 of the down loaded tender document, the name of the
tenderer should be filled by the tenderer.

7. The tenderer should ensure that the down loaded tender document is properly bound and
sealed before submitting the same.

8. The loose / spiral bound tenders not properly sealed shall be rejected out-rightly.

9. In case of any correction/addition/alteration/omission in the tender document, it shall be treated
as non- responsive and shall be rejected.

10. The tenderer shall furnish a declaration to this effect that no addition/ deletion/corrections have
been made in the tender document submitted and it is identical to the tender document appearing
on Web site.

11. The tenderer should read carefully & sign the declaration given on the next page before
submitting the tender.

12. The cost of tender should be submitted along with the EMD as detailed in NIT.

13. In case of any doubt in the down loaded tender, the same should be got clarified from the O/o
Executivet Engineer (C), Postal Civil Division, New Delhi before submitting the tender.




CONTRACTOR Executivet Engineer (C)










4
D E C L A R A T I O N
( TO BE GIVEN BY THE TENDERERS WHO HAVE DOWNLOADED THE TENDER DOCUMENT
FROM THE WEB )

It is to certify that :

1) I / we have submitted the tenders in the Performa as downloaded directly from the website.

2) I/ We have submitted tender documents which are same / identical as available in the website.

3) I / we have not made any modification / corrections / additions etc in the tender documents
downloaded from web by me / us.

4) I / We have checked that no page is missing and all pages as per the index are available &
that All pages of tender document submitted by us are clear & legible.

5) I / we have signed (with stamp) all the pages of the tender document before submitting the
same.

6) I / we have sealed the tender documents properly before submitting the same.
7) I / We have submitted the cost of tender along with the EMD.

8) I have read carefully & understood the important instructions to the all tenderers & to tenderers
who have down loaded the tenders from the web.

9) In case at any stage later, it is found there is difference in our downloaded tender documents
from the original, Department shall have the absolute right to take any action as deemed fit without
any prior intimation to me / us.

10) In case at any stage later, it is found that there is difference in our downloaded tender
documents from the original, the tender / work will be cancelled and Earnest Money/ Security
Deposit will be forfeited at any stage whenever it is so noticed. The department will not pay any
damages to me / us on this account.

11) In case at any stage later, it is found that there is difference in our downloaded tender
documents from the original, I / We may also be debarred for further participation in the tender in
the department & would also render me / us liable to be removed from the approved list of
contractors of the Department.





Dated

(CONTRACTOR)
(SIGN WITH SEAL)


















5



DECLARATION LETTER
To
The Executive Engineer(C),
Postal Civil Division,
New Delhi.

Sub: - Improvement of entrance of Admin. Bldg. at RAKNPA , Ghaziabad.


1. I am/we are registered with DOT/ DOP as Class ____________ Contractor(s) (copy enclosed) and our
registration number is ______________________. It is certified that as on date, the said registration is valid
upto ______________.

2. I am / we are Non-DOP registered contractor(s)(copy enclosed), registered with the
______________________(name of the enlisting organisation). Also particulars of the authority, class and
the limit of amount upto which I am/ we are eligible to tender are furnished below:

Enlisting Authority
(name & address)
Class of registration Tendering Limit
(` In Lakhs)

3. It is certified that this/these above mentioned registration(s) is/are valid as on date and I/We shall inform the
Department myself/our-self as soon as my /our registration expires or is cancelled/ revoked.

4. The attested copies of documents showing eligibility credentials i.e. requisite work experience as
prescribed in CPWD-6 have been submitted in the sealed envelope No.-1 in accordance with Clause 1.2.1
of CPWD-6.

5. The declaration is hereby given in respect of Para 12 of CPWD-6, which will become part of the agreement.
I, ______________________________S/o __________________________ R/o
_________________________________________________ hereby certify that none of my / our
relative(s) as defined in Para 12 of CPWD-6 is / are employed in DOP Civil Zone. In case at any stage, it is
found that information given by me / us is falls / incorrect, department shall have the absolute right to take
any decision as deemed fit without prior intimation to me / us.

1. The declaration is hereby given that:
I / We _________________________________________________ do hereby solemnly declare that I
shall abide by all the rules/ condition/ provisions of U.P. EPF Act/Scheme. In case of default by the
undersigned, the sole responsibility shall be mine / us.

2. I am/We are enclosing EMD of `______________by Cash/ Bankers cheque/CDR/ FDR/ DD
no._______________ dated______________ in favour of Accounts Officer, Postal Civil Division, New Delhi
issued by __________________________________________ ( fill the name of the issuing Bank)

3. I am/We are enclosing ____________ number of sheets including attested copies of eligibility documents
listed at Sr. No: 1 or 2, 4 & 5 above along-with my /our application.

4. I / We hereby declare that all copies enclosed as above are attested by Gazetted Officer.

5. I / We will produce the original documents of all the attested copies submitted herewith whenever required
by the department.
Yours faithfully,

(CONTRACTOR)
(Contractors signature along with seal)

NAME : __________

ADDRESS :
Phone: __________________Fax____________ :
Mobile No.: ______________ :





6



CPWD 6
GOVERNMENT OF INDIA
DEPARTMENT OF POSTS
(CIVIL WING)
SHORT NOTICE INVITING TENDER

NIT No.: NIT/EEPCND/2014-15/12 Dated:-14.07.2014

Item rate tenders are invited on behalf of the President of India from approved and eligible
contractor from the approved list of Department of Posts, BSNL, CPWD, MES, ail!a"s, Local State
PWD #B$% and allied Departments of local state PWD #B$% eligible for tendering in respective
State PWD #B$% for b&ilding !or's for the Improvement of entrance of Admin. Bldg. at
RAKNPA , Ghaziabad.. (he Central)State *overnment +nderta'ings in their o!n capacit" shall
also be eligible to tender &nder &s&al terms and conditions applicable to them from time to time,

(he enlistment of the contractors sho&ld be valid on the last date of sale of tenders,
In case onl" the last date of receipt of application and sale of tenders are e-tended, the enlistment
of contractor sho&ld be valid on either of the t!o date.s i,e, original date of sale of tender or on
the e-tended date of sale of tenders,


/,/ (enders !ill be received &p to 0122 P,M, on 34,24,32/4
#a% Estimated cost p&t to tender s, 5///25)6
#b% Earnest mone" to be deposited s, /4333)6 in the shape of deposit at call receipt of a
sched&led ban' ) fi-ed deposit receipt of a sched&le ban' ) demand draft of a sched&le
ban' iss&ed in favo&r of 7cco&nts 8fficer, Ne! Delhi, Postal Civil, Division, Ne! Delhi,
#c% Period of completion allo!ed 49Da"s ,

(enders !ill be opened at 0,02 p,m, b" E-ec&tive Engineer #C% or his a&thorised
representative on the same da" in the presence of those !ho !ant to be present at Ne!
Delhi in the office of E-ec&tive Engineer #C%, Postal Civil Division, Ne! Delhi,

/,3 7ll intending tenderers, other than those enlisted !ith Department of Posts !hile
appl"ing for above !or' sho&ld have completed satisfactoril" &nder Central
*overnment)State *overnment)P&blic Sector +nderta'ings ) 7&tonomo&s bod" of
Central *ovt ) Local State *ovt atleast three similar !or's each of val&e not less than 42:
of estimated cost or t!o similar !or's each of val&e not less than 92: of estimated cost
or one similar !or' val&e not less than ;2: of estimated cost #ro&nded to nearest one
tho&sand r&pees% in last 5 "ears ending last da" of the month previo&s to one in !hich the
tenders are invited, #for the p&rpose of this cla&se <similar !or' means < 7), M) !or's
and b&ilding !or's%,

/,0 (he contractors shall s&bmit list of completed !or's of the re=&isite magnit&de along !ith
attested copies of certificates)testimonials of their satisfactor" completion from the
department concerned obtained from an officer not belo! the ran' of the E-ec&tive
Engineer in charge of the !or' !hile appl"ing for iss&e of tender forms, (he !or'
completed !ith imposition of lev" of compensation for dela" shall not be considered as
satisfactoril" completed !or' for the p&rpose of !or' e-perience,

/,4 I )!e &nderta'e and confirm that eligible similar !or's has)have not been got e-ec&ted
thro&ght another contractor on bac' to bac' basis, >&rther that, if s&ch a violation comes
to the notice of department, then I)!e shall be debarred for tendering in Department of
post in f&t&re forever, 7lso, if s&ch a violation comes to the notice of Department before
date of start of !or', the engineer in charge shall be free to forfeit the entire amo&nt of
Earnest Mone" Deposit,)Performance g&arantee,
7
,

3 7greement shall be dra!n !ith the s&ccessf&l tenderer on prescribed >orm No, C,P,W,D, ;
!hich is available as a *ovt, of India P&blication, (enderer shall =&ote his rates as per
vario&s terms and conditions of the said form !hich !ill form part of the agreement,

0 (he time allo!ed for carr"ing o&t the !or' !ill be !"a#$ from the date of start as
defined in sched&le ?>. or from the date of handing over of the site, !hichever is later, in
accordance !ith the phasing, if an", indicated in the tender doc&ments,

4 (he site for the !or' is available,

9 La" o&t plan sho!ing the site of proposed !or' other details can be seen in the office of
EE #E % PCD oop nagar @amm& on all !or'ing da"s,
Conditions and tender forms can be had on application from E-ec&tive Engineer #C%, Postal
Civil Division, Ne! Delhi on pa"ment of the s, 922)6#A >ive h&ndred onl"% in cash as cost
of tender #non6ref&ndable%,
7pplication for tender forms !ill be received &p to 4 p,m, on 33,25,32/4 and tenders !ill
be sold &p to 4 p,m, on 30 ,25,32/4
In case of holida" is declared on an" of the above noted da"s, that activit" !ill be
a&tomaticall" shifted to ne-t !or'ing da",

B#i% (enders shall be accompanied !ith Earnest mone" of A /4333)6 #In cash &p to A /2222)6%
)eceipt (reas&r" Challan)Deposit at call receipt of a sched&led ban')fi-ed deposit receipt
of a sched&led ban')demand draft of a sched&led ban' iss&ed in favo&r of 7,8,, PCD, Ne!
Delhi 92: of earnest mone" or A 32 lacs, !hichever is less, !ill have to be deposited in the
shape prescribed above and balance amo&nt of earnest mone" can be accepted in the
form of Ban' g&arantee iss&ed b" a sched&led ban' having validit" for B months or more
from the last date of receipt of tenders,

B#ii% (he tender and the earnest mone" #incl&ding cost of tender if do!nloaded from !eb%
shall be placed in separate sealed envelopes, each mar'ed <(enderC and <Earnest Mone"C
respectivel",

In cases !here earnest mone" in cash is acceptable, the same shall be deposited !ith the
Cashier of the Division and the receipt placed in the envelope meant for earnest mone",
Both the envelopes shall be s&bmitted together in another sealed envelope !ith the name
of !or' and d&e date of opening !ritten on envelope, !hich !ill be received b" the EE#C%
or his a&thoriDed representative in office at /,/ above &p to 0,22 P,M, on 34,24,32/4 and
!ill be opened b" him or his a&thoriDed representative in office at /,/ above on the same
da" at 0,02 P,M, (he envelope mar'ed <(enderC of onl" those tenderers shall be opened,
!hose earnest mone" #incl&ding cost of tender if do!nloaded from !eb%, placed in the
other envelope, is fo&nd to be in order,

5 (he contractor !hose tender is accepted !ill be re=&ired to f&rnish performance
g&arantee of 9: #five percent% of the tendered amo&nt !ithin the period specified in
Sched&le >, (his g&arantee shall be in the form of cash #in case g&arantee amo&nt is less
than A /2222)6% or Deposit at call receipt of an" sched&led ban')Ban'er.s che=&e of an"
sched&led ban')Demand Draft of an" sched&led ban')pa" order of an" sched&led ban' #in
case g&arantee amo&nt is less than A /, 22,222)6% or *ovt, Sec&rities or >i-ed Deposit
eceipts or *&arantee Bonds of an" sched&led Ban' or the State Ban' of India in
accordance !ith the prescribed form, In ca$e the contractor fail$ to depo$it the $aid
performance g%arantee &ithin the period a$ indicated in 'ched%le ()*, incl%ding the
e+tended period if an#, the ,arne$t -one# depo$ited b# the contractor $hall be
forfeited a%tomaticall# &itho%t an# notice to the contractor.

; (he description of the !or' is as follo!1
8

Improvement of entrance of Admin. Bldg. at RAKNPA , Ghaziabad.

Copies of other dra!ings and doc&ments pertaining to the !or's !ill be open for
inspection b" the tenderers at the office of the above mentioned officer,

(enderers are advised to inspect and e-amine the site and its s&rro&ndings and satisf"
themselves before s&bmitting their tenders as to the nat&re of the gro&nd and s&b6soil #so
far as is practicable%, the form and nat&re of the site, the means of access to this site, the
accommodation the" ma" re=&ire and in general shall themselves obtain all necessar"
information as to ris's, contingencies and other circ&mstances !hich ma" infl&ence or
affect their tender, 7 tenderer shall be deemed to have f&ll 'no!ledge of the site
!hether he inspects it or not and no e-tra charges conse=&ent on an" mis&nderstanding
or other!ise shall be allo!ed, (he tenderer shall be responsible for arranging and
maintaining at his o!n cost all materials, tools $ plants, !ater, electricit" access, facilities
for !or'ers and all other services re=&ired for e-ec&ting the !or' &nless other!ise
specificall" provided for in the contract doc&ments, S&bmission of a tender b" a tenderer
implies that he has read this notice and all other contract doc&ments and has made
himself a!are of the scope and specifications of the !or' to be done and of conditions
and rates at !hich stores, tools and plant, etc, !ill be iss&ed to him b" the *overnment
and local conditions and other factors having a bearing on the e-ec&tion of the !or',

E (he competent a&thorit" on behalf of the President of India does not bind itself to accept
the lo!est or an" other tender and reserves to itself the a&thorit" to reFect an" or all the
tenders received !itho&t the assignment of an" reason, 7ll tenders in !hich an" of the
prescribed condition is not f&lfilled or an" condition incl&ding that of conditional rebate is
p&t forth b" the tenderer shall be s&mmaril" reFected,

/2 Canvassing !hether directl" or indirectl", in connection in !ith tenders is strictl"
prohibited and the tenders s&bmitted b" the contractors !ho resort to canvassing !ill be
liable to reFection,

// (he competent a&thorit" on behalf of President of India reserves to himself the right of
accepting the !hole or an" part of the tender and the tenderer shall be bo&nd to perform
the same at the rate =&oted,

/3 (he contractor shall not be permitted to tender for !or's in the Postal Civil Circle
."ivi$ion in ca$e of contractor$ of /ortic%lt%re0N%r$er# categor#1 responsible for a!ard
and e-ec&tion of contracts in !hich his near relative is posted as Divisional 7cco&ntant or
as an officer in an" capacit" bet!een the grades of S&perintending Engineer and @&nior
Engineer #both incl&sive%, Ge shall also intimate the names of persons !ho are !or'ing
!ith him in an" capacit" or are s&bse=&entl" emplo"ed b" him and !ho are near relatives
to an" gaDetted officer in the Department of Posts or in the Ministr" of Comm&nications $
I(, 7n" breach of this condition b" the contractor !o&ld render him liable to be removed
from the approved list of contractors of this Department,

/0 No Engineer of gaDetted ran' or other *aDetted officer emplo"ed in Engineering or
7dministrative d&ties in an Engineering Department of the *overnment of India is allo!ed
to !or' as a contractor for a period of one "ear after his retirement from *overnment
service, !itho&t the previo&s permission of the *overnment of India in !riting, (his
contract is liable to be cancelled if either the contractor or an" of his emplo"ees is fo&nd
an" time to be s&ch a person !ho had not obtained the permission of the *overnment of
India as aforesaid before s&bmission of the tender or engagement in the contractor.s
service,

/4 (he tender for the !or's shall remain open for acceptance for a period of E2 #ninet"% da"s
from the date of opening of tender, If an" tenderer !ithdra!s his tender before the said
9
period or iss&e of letter of acceptance, !hichever is earlier, or ma'es an" modifications in
the terms and conditions of the tender !hich are not acceptable to the department, then
the *overnment shall, !itho&t preF&dice to an" other right or remed", be at libert" to
forfeit 92: of the said earnest mone" as aforesaid, >&rther the tenderer shall not be
allo!ed to participate in the re6tendering process of the !or',

/9 (his Notice Inviting (ender shall form a part of the contract doc&ment, (he s&ccessf&l
tenderer)contractor, on acceptance of his tender b" the 7ccepting 7&thorit", shall, !ithin
/9 da"s from the stip&lated date of start of the !or', sign the contract consisting of16
#a% (he notice inviting tender, all the doc&ments incl&ding additional conditions,
specifications and dra!ings, if an", forming the tender as iss&ed at the time of invitation
of tender and acceptance thereof together !ith an" correspondence leading thereto,
#b% Standard C,P,W,D, >orm ;,

/B (he blan' tender doc&ment !ith additional conditions and sched&le of =&antities ) other
sched&le can also be do!nloaded from Web site !!!,eproc&re,gov,in . (he cost of
tender A 922)6 #Non6ref&ndable% shall be s&bmitted along !ith EMD in the same manner
as specified in para B above,

/5 IN'2R342I5N' )5R 2,N",R,R 3'ING "56N75A"," 2,N",R "543-,N2' )R5-
6,B'I2, 8
#i% (he do!nloaded <(ender doc&mentsC sho&ld be properl" bo&nd and !a- sealed,
Loose) spiral bo&nd s&bmission shall be reFected o&t rightl" #in case of an" correction )
addition ) alteration ) omissions in the tender doc&ments shall be treated as non
responsive and shall be reFected%, Ever" page of do!nloaded tender shall be signed b" the
contractor,
#ii% (he tenderers shall also s&bmit attested copies of eligibilit" and e-perience partic&lars
in a separate sealed envelop s&perscribing <Eligibilit" Doc&mentsC in addition to the
?(ender. and ?EMD. as specified in para B#i% above, (he envelope containing eligibilit"
doc&ment shall be opened first, (he envelope containing ?(ender. and ?EMD. shall onl" be
opened for those tenderers !ho meet the eligibilit" criteria as per this NI(, (he envelopes
containing (ender $ EMD of the Contractor !ho do not s&bmit the eligibilit" doc&ments
in the above manner shall not be opened,
/; (enders, in !hich an" of the prescribed conditions is not f&lfilled or an" condition
incl&ding that conditional rebate is p&t forth b" the tenderer, shall be s&mmaril" reFected,
Go!ever, the tenders !ith &nconditional rebates !ill be acceptable,
(his notice is also available on !ebsite !!!,eproc&re,gov,in,

E-ec&tivet Engineer #C%
>or $ on behalf of President of India,

















10


FORM OF EARNEST MONEY (BANK GUARANTEE)

WGEE7S, contractor,,,,,,,,,,,,,,,,,, #Name of contractor% #hereinafter called Hthe contractorH% has
s&bmitted his tender dated ,,,,,,,,,,,,, #date% for the constr&ction of ,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,, #name of
!or'% #hereinafter called Hthe (enderH%
IN8W 7LL PE8PLE b" these presents that !e ,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,, #name of ban'% having o&r
registered office at ,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,, #hereinafter called Hthe Ban'H% are bo&nd &nto
,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,, #Name and division of E-ec&tive Engineer% #hereinafter called Hthe Engineer6
in6ChargeH% in the s&m of s, ,,,,,,,,,,,,,,,,,,,,,,,,, #s, in !ords ,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,% for !hich
pa"ment !ell and tr&l" to be made to the said Engineer6in6Charge the Ban' binds itself, his s&ccessors and
assigns b" these presents,
SE7LED !ith the Common Seal of the said Ban' this ,,,,,,,,,,,,,,,,, da" of ,,,,,,,,,,,,,,,,, 32,,, ,
(GE C8NDI(I8NS of this obligation are1
#/% If after tender opening the Contractor !ithdra!s, his tender d&ring the period of validit" of tender
#incl&ding e-tended validit" of tender% specified in the >orm of (enderJ
#3% If the contractor having been notified of the acceptance of his tender b" the
Engineer6in6Charge1
#a% fails or ref&ses to e-ec&te the >orm of 7greement in accordance !ith the Instr&ctions to
contractor, if re=&iredJ 8
#b% fails or ref&ses to f&rnish the Performance *&arantee, in accordance
!ith the provisions of tender doc&ment and Instr&ctions to
contractorJ 8
#c% fails or ref&ses to start the !or', in accordance !ith the provisions of the contract and
Instr&ctions to contractor, 8
#d% fails or ref&ses to s&bmit fresh Ban' *&arantee of an e=&al amo&nt of this Ban' *&arantee,
against Sec&rit" Deposit after a!ard of contract,
We &nderta'e to pa" to the Engineer6in6Charge &p to the above amo&nt &pon receipt of his first
!ritten demand, !itho&t the Engineer6in6Charge having to s&bstantiates his demand, provided that in his
demand the Engineer6in6Charge !ill note that the amo&nt claimed b" his is d&e to him o!ing to the
occ&rrence of one or an" of the above conditions, specif"ing the occ&rred condition or conditions,
(his *&arantee !ill remain in force &p to and incl&ding the dateK ,,,,,,,,,,,,, after the deadline for
s&bmission of tender as s&ch deadline is stated in the Instr&ctions to contractor or as it ma" be e-tended b"
the Engineer6in6Charge, notice of !hich e-tension#s% to the Ban' is hereb" !aived, 7n" demand in respect
of this *&arantee sho&ld reach the Ban' not later than the above date,
D7(E ,,,,,,,,,,,,, SI*N7(+E 8> (GE B7NI
WI(NESS ,,,,,,,,,,,,,,,,,, SE7L

#SI*N7(+E, N7ME 7ND 7DDESS%
KDate to be !or'ed o&t on the basis of validit" period of B months from last date of receipt of tender,























11


CPWD- 8
GOVERNMENT OF INDIA
DEPARTMENT OF POSTS

STATE: U.P CIRCLE: Ambala
BRANCH: Civil Wing DIVISION: New Delhi
ZONE : NCR Zone SUB DN : Ghaziabad

ITEM RATE TENDER & CONTRACT FOR WORKS

Tender for the work of:- Improvement of entrance of Admin. Bldg. at RAKNPA , Ghaziabad..


i) To be submitted by 15:00 hrs on 24.04.2014
ii) To be opened in Presence of tenderers who may be present at 15:30 hrs on 24.04.2014 in
the office of the Executivet Engineer(c), Postal Civil Division, New Delhi.

Issued to:- _________________________________
(Contractor)
Date of issue:- ________________________



Executivet Engineer (C)
Postal Civil Division
New Delhi



T E N D E R



I/We have read and examined the notice inviting tender, schedule, A,B,C,D,E & F, Specifications applicable,
Drawings & Designs, General Rules and Directions, Conditions of Contract, Clauses of contract, Special
conditions, Schedule of Rate & other documents and Rules referred to in the conditions of contract and all other
contents in the tender document for the work.
I/We hereby tender for the execution of the work specified for the President of India within the time specified in
Schedule F, Viz., schedule of quantities and in accordance in all respects with the specifications, designs,
drawings and instructions in writing referred to in Rule-1 of General Rules and Directions and in Clause 11 of
the Conditions of contract and with such materials as are provided for, by, and in respects in accordance with,
such conditions so far as applicable.
We agree to keep the tender open for ninety (90) days from the due date of submission thereof and not to make
any modifications in its terms and conditions.

A sum of Rs. 14222/- is hereby forwarded in Deposit at call receipt of a Scheduled Bank/fixed deposit receipt of
Scheduled Bank/Demand Draft of a scheduled Bank as earnest money, If I/we, fail to furnish the prescribed
performance guarantee within prescribed period, I/we agree that the said President of India or his successors in
office shall without prejudice to any other right or remedy, be at liberty to forfeit the said earnest money
absolutely. Further, if I/We fail to commence work as specified, I/We agree that President of India or his
successors in office shall without prejudice to any other right or remedy available in law, be at liberty to forfeit
the said earnest money and the performance guarantee absolutely, otherwise the said earnest money shall be
retained by him towards security deposit to execute all the works referred to in the tender documents upon the
terms and conditions contained or referred to therein and to carry out such deviations as may be ordered, up to
maximum of the percentage mentioned in Schedule F and those in excess of that limit at the rates to be
determined in accordance with the provision contained in Clause 12.2 and 12.3 of the tender form. Further,
I/We agree that in case of forfeiture of Earnest money or both Earnest money and performance guarantee as
afore said, I/We shall be debarred for participation in the re-tendering process of the work.





12





I/We hereby declare that I/we shall treat the tender documents drawings and other records connected with the
work as secret/confidential documents and shall not communicate information/derived there from to any person
other than a person to whom I/we am/are authorized to communicate the same or use the information in any
manner prejudicial to the safety of the State.

Dated.. Signatures of Contractor
Postal Address



Witness:

Address:

Occupation:

ACCEPTANCE

The above tender (as modified by you as provided in the letters mentioned hereunder) is accepted by me for
and on behalf of the President of India for a sum of ` ____________ (` _____ ________ __________ _______
______________ _________ ______________ _________________)

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

i)

ii)

iii)


Signatures.

Designation.

Dated.. For & on behalf of the President of India

























13



SCHEDULES

SCHEDULE A - Schedule of Quantities (Enclosed)

SCHEDULE B -

Schedule of materials to be issued to the contractor.

S.No. Description of item Quantity Rates in figures & words Place of issue
at which the material
will be charged to the
contractor
1. 2. 3. 4. 5.

Schedule B deleted
SCHEDULE C

Tools and plants to be hired to the contractor

S.No. Description Hire charges per day Place of issue

1. 2. 3. 4.

Schedule C deleted

SCHEDULE D-

Extra schedule for specified requirements/documents for the work, if any.
Additional conditions/ specification, important notes


SCHEDULE E

Reference to General Conditions of contract
Name of work: - Improvement of entrance of Admin. Bldg. at RAKNPA , Ghaziabad.

i) Estimated cost of Work:- ` 711107/-

ii) Earnest Money:- ` 14222/-

iii) Performance Guarantee- 5% of tendered Value

iv) Security Deposit 5% of tendered Value



SCHEDULE F


General Rules & Directions:-

Officer Inviting tender:- Executivet Engineer(c), Postal Civil Division, New Delhi
Maximum percentage for quantity of items of work to
be executed beyond which rates are to be determined
in accordance with Clauses 12.2. & 12.3 See below

Definitions:

i) Engineer-in-Charge: Executivet Engineer(c), Postal Civil Division, New Delhi

ii) Accepting Authority: Superintending Engineer (c), Postal Civil Circle, Ambala
iii) Percentage on cost of materials 15%
14
and labour to cover all over-
heads and profits.



iv) Standard Schedule of Rates: DSR-2012

v) Department: Department of Posts

vi) Standard CPWD contract Form CPWD form 8 as modified & corrected up to date correction
slip and General conditions.
Clause 1

i) Time allowed for submission of Performance Guarantee 10 days
from the date of issue of letter of acceptance, in days.

ii) Maximum allowable extension beyond the period 05 days
provided in (i) above in days.

Clause

Authority for fixing compensation under clause 2. S.E(c), PCC, Ambala


Clause 2A

Whether Clause 2A shall be applicable: No

Clause 5
Number of days from the date of issue of letter
of acceptance for reckoning date of start. 15 Days

S.No. Financial progress Time allowed
(From date of start)
1.
2.
3.
4.
1/8
th
(of whole work)
3/8
th
(of whole work)
3/4
th
(of whole work)
Full
1/4
th
(of whole work)
1/2 (of whole work)
3/4
th
(of whole work)
Full

Time allowed for execution of work: 45Days

Clause 6, 6A

Clause applicable :- (6 or 6A) Clause 6

Clause 7

Gross work to be done together with net payment/adjustment `7.89 Lac
of advances for material collected, if any, since the last such
Payment for being eligible to interim payment.

Clause 10 A
List of testing equipments to be provided by the contractor as site lab.
1.Cube moulds 2. Jar for silt cement testing . 3. Set of sieves. 4. Weighing Balance. 5. Slump Cone
Clause 10 B (II)
Whether clause 10 B (ii) shall be applicable No
Clause 10 C
Component of labour expressed as percent of value of work=25%
Clause 10CC Not applicable







15


Clause 10CA
Materials Covered under this
clause
Nearest materials (other than
cement, reinforcement bars
and structural steel) for which
All India Wholesale Price
Index to be followed:
Base Price of all the Materials
covered under Clause 10 CA
(A) Cement
(B) Steel
(C) Structural Steel
Nil (A) --*--
(B) --*--
(C) --*--

*includes Cement component used in RMC brought at site from outside approved RMC plant, if any.
** Base price and its corresponding period of all the materials covered under clause 10CA is to be
mentioned at the time of issuing of NIT. In case of recall of tenders the base price may be modified
by adopting latest base prices, and its corresponding period.


Clause 11
Specifications to be followed for execution of work:- CPWD specifications 2009 volume- 1
And volume-II with upto date correction Slip.

Clause 12
12.2 & 12.3 Deviation Limit beyond which clauses 50%
12.2. & 12.3 shall apply for building
Work.
12.5 Deviation Limit beyond which clauses 100%
12.2 & 12.3 shall apply for foundation
Work.




Clause 16
Competent Authority for deciding reduced rates:- S.E(C), PCC, Ambala

Clause 36 i)
Requirement of Technical Representative(s) and recovery Rate
S.No. Minimum
Qualification of
Technical
Representative
Discipline Designation
(Principal
Technical/
Technical
representative)
Minimum
Experience
Number Rate at which recovery
shall be made from the
contractor in the event
of not fulfilling provision
of clause 36(i)
Figures Words
1. Graduate
Engineer
Or
Diploma
Engineer

Civil


Civil
Principal
Technical
Representative
Nil


5 years

01


10000/- `Ten
thousand
only per
month.

Clause 42

i) Schedule/statement for determining theoretical quantity of cement & bitumen on the basis
of Delhi Schedule of Rates 2013 printed by C.P.W.D.

ii) Variation permissible on theoretical quantities:
a) Cement for works with estimated cost put to 2% Plus/ minus
tender not more than ` 5 lakhs



b) Bitumen for all works 2.5% plus only & nil on minus side


c) Steel Reinforcement and Structural steel 2% plus/minus
16
sections for each diameter, section and
category

d) All other materials NIL

Price to be considered for recovery.
Recovery rate for quantities beyond permissible variation.




Rate in figures and words at which recovery
shall and made from the contractor
Sl. No. Description of item Excess use beyond
permissible
variation
Less use beyond
the permissible
variation
1 Cement
2 Steel Reinforcement
3 Structural Sections
4 Bitumen issued free
5 Bitumen issued at
stipulated fixed price.













































17






CORRECTION SLIP NO.1
(Correction to Form CPWD-6 & 7/8 (2008)
(For use in Department of Posts: India)

CORRECTION TO:- Definition under CONDITIONS OF CONTRACT all reference to:-
i) Director General of Works, CPWD,
ii) CPWD/Public Works Department,
iii) Administrative Head of CPWD,
iv) Chief Engineer, CPWD
v) CPWD Circle &
vi) Ministry of Urban Development

In various clauses shall be taken to mean:-

i) Chief Engineer(c), Department of Posts,
ii) Department of Posts/Civil Wing,
iii) Administrative Head of Department of Posts
iv) Chief Engineer(c), Department of Posts
v) Postal Civil Circle/Zone &
vi) Ministry of Communications & IT, Department of Posts

EXCEPT IN:- In the following places and clauses where no modifications are intended:-

i) CPWD safety code,
ii) Clause 11, 19B, 19C, 19G and 19K.
iii) Model rules for protection of health and Sanitary arrangement for workers employed by
CPWD or its contractors (Heading only)
iv) Central Public Works Department Contractors Labour Regulations (In Heading and
Regulations No.1 only),
v) CPWD- Delhi Schedule of Rates and Specifications




Contractor Engineer-in-Charge














18


Correction slip No.4
Amendment to General rules and directions of GCC 2010 incorporating amendments upto OM
No DGW/CON/248 dated 08.01.2010
Existing Para 4 of GCC, 2010, to be read as under

Any person who submits a tender shall fill up the usual printed form stating at what rate he is willing
to undertake each item of the work. Tenders, which propose any alteration in the work specified in
the said form of invitation to tender, or in the time allowed for carrying out the work, or which
contain any other condition of any sort, including conditional rebates, will be summarily rejected.
No single tender shall include more than one work, but contractors who wish to tender for two or
more works shall submit separate tender for each. Tender shall have the name and number of the
works to which they refer, written on the envelopes.
The rate(s) must be quoted in decimal coinage. Amounts must be quoted in full rupees by ignoring
fifty paisa and considering more than fifty paisa as rupee one.
In case the lowest tendered amount (worked out on the basis of quoted rate of individual items) of
two or more contractors is same, then such lowest contractors may be asked to submit sealed
revised offer quoting rate of each item of the schedule of quantity for all sub section/ sub heads as
the case may be, but the revised quoted rate of each item of schedule of quantity for all sub
sections/ sub heads should not be higher than their respective original rate quoted already at the
time of submission of tender. The lowest tender shall be decided on the basis of revised offer.
If the revised tendered amount( worked out on the basis of quoted rate of individual items) of two or
more contractors received in revised offer is again found to be equal, then the lowest tender,
among such contractors, shall be decided by draw of lots in the presence of SE of the circle, EE (
S) in charge of major & minor components(s) (also DDH in case Horticulture work is also included
in the tender), EE(P) or EE(HQ) of the circle & the lowest contractors those have quoted equal
amount of their tenders.
In case of any such lowest contractor in his revised offer quotes rate of any item more than their
respective original rate quoted already at the time of submission of tender, then such revised offer
shall be treated invalid. Such case of revised offer of the lowest contractor or case of refusal to
submit revised offer by the lowest contractor shall be treated as withdrawal of his tender before
acceptance and 50% of his earnest money shall be forfeited.
In case all the lowest contractors those have same tendered amount (as a result of their quoted
rate of individual items), refuse to submit revised offers, then tenders are to be recalled after
forfeiting 50% of EMD of each lowest contractors.
Contractor, whose earnest money is forfeited because of non-submission of revised offer, or
quoting higher revised rate(s) of any item(s) than their respective original rate quoted already at the
time of submission of his bid shall not be allowed to participate in the re-tendering process of the
work.
.















19


Correction slip No.5
Amendment to General rules and directions of GCC 2010 incorporating amendments up to OM
No DGW/CON/248 dated 08.01.2010
Clause 10CA of GCC of 2010 to be read as under
If after submission of the tender, the price of materials specified in Schedule F increases/decreases
beyond the base price(s) as indicated in Schedule F for the work, then the amount of the
contract shall accordingly be varied and provided further that any such variations shall be effected
for stipulated period of Contract including the justified period extended under the provisions of
Clause 5 of the Contract without any action under Clause 2.
However for work done/during the justified period extended as above, it will be limited to indices
prevailing at the time of stipulated date of completion or as prevailing for the period under
consideration whichever is less.
The increase/decrease in prices of cement, steel reinforcement and structural steel shall be
determined by the Price indices issued by the Director General, CPWD. For other items provided
in the Schedule F, this shall be determined by the All India Wholesale Price Indices of materials as
published by Economic Advisor to Government of India, Ministry of Commerce and Industry. Base
price for cement, steel reinforcement and structural steel shall be as issued under the
authority of Director General CPWD applicable for Delhi including Noida, Gurgaon, Faridabad &
Ghaziabad and for other places as issued under the authority of Zonal Chief Engineer, CPWD and
base price of other materials issued by concerned Zonal Chief Engineer and as indicated in
Schedule F.In case, price index of a particular material is not issued by Ministry of Commerce and
Industry, then the price index of nearest similar material as indicated in Schedule F shall be
followed.
The amount of the contract shall accordingly be varied for all such materials and will be worked out
as per the formula given below for individual material:-
Adjustment for component of individual material
CI-CIo
V=P x Q x --------------
CIo
Where,
V= Variation in material cost i.e increase or decrease in the amount of rupees to be paid or
recovered.
P= Base Price of material as issued under authority of DG,CPWD or concerned Zonal Chief
Engineer and as indicated in Schedule F.
Q= Quantity of material brought at site for bonafide use in the works since previous bill.
Clo- Price index for cement, steel reinforcement bars and structural steel as issued by the DG,
CPWD and corresponding to the time of base price of respective material indicated in Schedule F.
For other items, if any, provided in Schedule F, All India Wholesale Price Index for the material as
published by the Economic Advisor to the Government of India, Ministry of Industry and Commerce
and























20



corresponding to the time of base price of respective material indicated in Schedule F.
Cl= Price index for cement, steel reinforcement bars and structural steel as issued under the
authority of DG, CPWD for period under consideration, For other items, if any, provided in
Schedule F. All India Wholesale Price Index for the material for period under consideration as
published by Economic Advisor to Government of India, Ministry of Industry and Commerce.
Note: (i) In respect of the justified period extended under the provisions of clause 5 of the contract
without any action under clause 2, the index prevailing at the time of stipulated date of completion
or the prevailing index of the period under consideration, whichever is less, shall be considered.
Provided always that provision of the preceding Clause 10 C shall not be applicable in respect of
Materials covered in this Clause.
(ii) If during progress of work or at the time of completion of work, it is noticed that any material
brought at site is in excess of requirement, then amount of escalation if paid earlier on such excess
quantity of material shall be recovered on the basis of cost indices as applied at the time of
payment of escalation or as prevailing at the time of effecting recovery, whichever is higher.
(iii) Cement mentioned wherever in this clause includes Cement component used in RMC brought
at site from outside approved RMC plants, if any.
Para IV below Clause 37
(iv) ESI and EPF contributions in respect of this contract shall be payable by the Contractor and
any payment in respect of this shall be made by the contractor only and Government shall not
entertain any claim whatsoever in this respect. In case of any demand from the ESI & EPF
authorities against the contractor, the same shall be deducted from their bills/dues.




























21



SPECIAL CONDITIONS FOR ALUMINIUM WORKS
(For Doors, Windows, Ventilators and Partitions)

1. Extruded aluminium sections of JINDAL, INDAL or Equivalent as approved by the
Engineer-in-Charge shall only be used. The various aluminium sections of JINDAL make generally
used in doors, windows, ventilators, partitions etc, are indicated in the table attached. The sections
of other size, shape and thickness may also be used is approved by the Engineer-in-Charge.
Various tests of aluminium sections shall be conducted in accordance with relevant provisions of
IS:1868, IS:5523 & IS:5528.
2. Aluminium doors, windows, ventilators and partitions shall be fabricated generally as per
the approved (architect) drawings. Alternatively, the contractor shall submit the drawings indicating
the proposed sections to be used by him and the fixing arrangements, for approval. The Engineer-
in-Charge shall have the right to reject or modify these drawings before approval and the contractor
is bound to execute the work in accordance with drawings approved by the Engineer-in-Charge.
3. Samples of doors, windows, ventilators and partitions as per approved drawings, shall be
fabricated and got approved from the Engineer-in-Charge before taking up the execution of these
items.
4. Aluminium sections shall be jointed to each other, wherever required, with extruded
aluminium angle cleats of suitable size and of thickness not less than 6mm in frames of
doors/windows/ventilators/partitions & door shutters and not less than 4mm in window shutters, with
stainless steel screws. All joints, unless specified, shall be mitred.
5. Fabricated aluminium frames shall be given a lacquer coating, which shall be maintained
during the entire period of construction to prevent any damage to the anodic (Powder) coating to
aluminium sections. The surface shall be cleaned and polished before handing over the works.
Nothing extra shall be paid on this account.
6. Sliding-Shutters in partly openable windows, shall be provided with heavy-duty nylon rollers
with concealed bearings and aluminium stoppers and special locking arrangements as approved by
the Engineer-in-Charge. The interlocking styles of sliding shutters shall be provided with PVC
weather sealing gasket. To drain off rain water collected in between channels, cuts of 15mm width
shall be provided at both ends of the bottom track as directed by the Engineer-in-Charge.
Side-Hung-Shutters in fully openable windows, shall be provided with best quality heavy-
duty type anodic (Powder) coated aluminium hinges with stainless steel pins/bolts, anodized
(Powder) coated aluminium peg stays and fasteners of suitable size and shape.
7. RATES:- Actual weight of extruded aluminium sections, angle cleats and snap beadings,
excluding the weight of all fittings and fixtures, shall be measured for payment. The cost of all
fittings and fixtures (i.e. stainless steel screws, nylon rollers, locking arrangements, gasket, making
cuts, hinges, pins/bolts, peg stays, fastners) and the wastage of extruded aluminium sections, shall
be deemed to be included in the agreement rate and noting extra whatsoever shall be payable.
Panelling and glazing shall be paid separately.




Contractor Engineer-in-Charge






22

GUARANTEE TO BE EXECUTED BY CONTRACTORS FOR REMOVAL OF DEFECTS AFTER
COMPLETION IN RESPECT OF WATER PROOFING WORKS
(Refer Original and Main Agreement NoDated..)
The Agreement made this . Day of . Two thousand and .
between .. son of of
. (hereinafter called the Guarantor of the one part) and the
PRESIDENT OF INDIA (hereinafter called Government of the other part).
WHEREAS this agreement in supplementary to a contract (hereinafter called the Contract), dated
/../.. and made between the GUARANTOR of the one part and the Government of
the other part, whereby the contractor, inter alia, undertook to render the buildings and structures in
the said contract recited completely water and leak-proof.
AND WHEREAS GUARANTOR agreed to give a guarantee to the effect that the said
structures will remain water and leak-proof for five years from the date of giving of water proofing
treatment.
NOW THE GUARANTOR hereby guarantees that water-proofing treatment given by him
will render the structures completely leak-proof and the minimum life of such water proofing
treatment shall be five years to be reckoned from the date after the maintenance period prescribed
in the Contract.
Provided that the guarantor will not be responsible for leakage caused by earth quake or
structural defects or misuse of roof or alteration and for such purpose:
a) Misuse of roof shall mean any operation which will damage proofing treatment, like
chopping of fire wood and things of the same nature which might cause damage to roof;
b) Alteration shall mean construction of an additional storey or a part of the roof or
construction adjoining to existing roof whereby proofing treatment is removed in parts;
c) The decision of the Engineer-in-Charge with regard to cause of leakage shall be final.
During this period of guarantee, the guarantor shall make good or defects and in case of any defect
being found, render the building water proof to the satisfaction of the Engineer-in-Charge at his cost
and shall commence the work for such rectification within seven days from the date of issue of
notice from the Engineer-in-Charge calling upon him to rectify the defects, failing which the work
shall be got done by the Department by some other contractor at the GUARANTORS cost and risk.
The decision of Engineer-in-Charge as to the cost, payable by the guarantor shall be final and
binding.
That if GUARANTOR fails to execute the water-proofing or commits breach there under
then the guarantor will indemnify the principle and his successors against all loss, damage, cost,
expense or otherwise which may be incurred by him by reason of any default on the part of the
GUARANTOR in performance and observance of this supplementary agreement. As to the amount
of loss and /or damage and/or cost incurred by the Government, the decision of the Engineer-in-
Charge will be final and binding on the parties.
IN WITNESS WHEREOF these presents have been executed by the obligor
and by . and for and on behalf of the PRESIDENT OF INDIA
on the day, month and year first above written.
Signed, sealed and delivered by OBLIGOR in the presence of :
1., 2.
Signed for and on behalf of THE PRESIDENT OF INDIA by in the
presence of :
1 , 2.

Contractor Engineer-in-Charge
Refer appendix-25 of CPWD Works Manual 2007)



23

ADDITIONAL CONDTIONS, ADDITIONAL SPECIFICATIONS & IMPOTANT NOTES

A ADDITIONAL CONDITIONS

1. The contractor shall at his own expense, provide all materials, required for work.

2. The Contractor shall maintain safe custody of materials brought to the site. The contractor shall also
employ necessary watch and ward establishment for the work and other purposes as required at his
own cost.

3. For Cement and Steel and other materials, as prescribed, the quantities brought at site shall be
entered in the respective material at site accounts and shall be treated as issued for maintenance of
daily consumption.

4. The procurement of cement and Reinforcement Steel and their issue and consumption shall be
governed as per conditions laid down hereunder.

4.1 CEMENT

4.1.1 The contractor shall procure 43 grade (Conforming to I.S: 8112) Ordinary Portland Cement, as
required in the work, from reputed manufactures of cement, having a production-capacity of one
million tonnes per annum or more. Such as A.C.C. L&T, Vikmam, Shri Cement and Cement
Corporation of India etc. as approved by Ministry of Industry, Government of India, and holding
license to use ISI Certification mark for their product. Supply of cement shall be taken in 50 kg bags
bearing manufacturers name and ISI marking. Samples of cement arranged by the contractor shall
be taken by the Engineer-in-charge and got tested in accordance with provisions of the relevant
BIS Codes. In case test results indicate that the cement arranged by the contractor does not
conform to the relevant BIS Codes, the same shall stand rejected and shall be removed from the
site by the contractor at his own cost within a weeks time of written order from the Engineer-in-
Charge to do so.

4.1.2 The cement shall be brought at site in bulk supply as decided by the Engineer-in-Charge.

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

4.1.4 The contractor shall supply free of charge the cement required for testing. The cost of tests shall be
borne by the contractor/Department in the manner indicated below.

(i) By the contractor, if the results show that the cement does not conform to
relevant BIS Codes.

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

4.2 STEEL

4.2.1 The contractor shall procure steel reinforcement bars conforming to relevant BIS Codes form main
producers as approved by the Ministry of Steel and Secondary Producers or re-rollers having valid
BIS licence. For TMT Bars conforming to relevant BIS codes, procurement shall be made from
main producers and secondary producers having valid BIS Licence. The contractor shall have to
obtain and furnish test certificates to the Engineer-in-Charge in respect of all supplies of steel
brought by him to the site of work. Samples shall also be taken and got tested by the Engineer-in-
Charge as per the provisions in this regard in the relevant BIS Codes. In case the test results
indicate that the steel arranged by the contractor does not conform to BIS Codes, the same shall
stand rejected and shall be removed from the site of work within a weeks time from written order
from the Engineer-in-Charge to do so.



24


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

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

For Consignment
-----------------------------------------------------------
Size(Diameter) of bar Below 100 tonnes Over 100 tonnes
Under to 10mm dia One sample for each One sample for each 40
25 tonnes or part thereof tonnes or part thereof

10mm to 16 mm dia One same for each One sample for each 45
35 tonnes or part tonnes or part thereof
thereof
Over 16mm dia One sample for each One sample for each 50
45 tonnes or part Tonnes or part thereof
thereof.


4.2.4 The contractor shall supply free of charge the steel bars required for testing. The cost of tests shall
be borne by the contractor/Department in the manner indicated below.

(i) By the contractor, if the results show that the steel does note conform to
relevant BIS Codes.
(ii) By the Department, if the results show that the steel conforms to relevant BIS
codes.

4.2.5 Coefficient of weight i.e., the weight per unit length of the steel procured by the contractor shall be
ascertained at site before using it and certified by the Engineer-in-Charge. In case weight per unit
length is beyond the rolling margin as laid down in the BIS: 1786, the steel will be rejected and
shall be removed as per para 5.2.1 above from the site of work within a weeks time from written
order from the Engineer-in-Charge to do so. In case weight per unit length is more than the
standard coefficient of weight for the diameter, but is within the rolling margin, then the payment
shall be made as per the standard weight per unit length, and, where the weight per unit length is
lesser than the standard coefficient of weight for the diameter, but is within the rolling margin, the
payment shall be restricted with respect to the actual weight per unit length of the diameter.

4.3 The standard sectional weights referred to in standard table under para 5.3.3, CPWD
Specifications for Cement Mortar, Cement Concrete and RCC works, are to be considered for
conversion of length of various sizes of Steel Reinforcement bars into weight.

4.4 The actual issue and consumption of steel and cement on the work shall be regulated and proper
accounts maintained as provided in clause 10 of the contract. The theoretical consumption of
cement and steel shall be worked out as per procedure prescribed in Clause 42 of the contract ad
shall be governed by conditions laid therein.

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

5. No payment shall be made to contractor for any damaged caused by rain, snowfall, floods or any
other natural cause what so ever during the execution of work because of cause(s) not covered
under Clause 43 of the Contract. The damage to work will be made good by the contractor at his
cost, and no claim on this account be entertained.

6. Some restrictions may be imposed by the security staff etc. on the working and/or movement of
labour, materials etc. and the contractor shall be bound to follow all such restrictions/instructions
and nothing extra shall be payable on this account.



25


7. The Contractor shall comply with proper and legal orders and directions of the local or public
authority or municipality and abide by their rules and regulations and pay all fees and charges
which he may be liable and nothing extra shall be payable on this account. The work shall be
carried out without infringing on any of the local Municipal Bye-Laws.

8. The contractor shall engage licensed plumber for sanitary, water supply, drainage work and also
get all the materials and system (including the materials supplied if any, by the department) tested
by the Municipal Authority, whenever required, at his own cost including testing fees, transport etc.
according to Municipal by Laws. The contractor shall produce necessary certificate from the
Municipal Authorities after completion of work. Nothing extra will be paid on this account.

9. The water supply sanitary installation and drainage work shall be carried out in a manner complying
in all respects with the requirement of relevant by laws of the local municipal authority of the place
at no extra of the department.

10. The rate for every item of work to be done under this contract shall be for all heights, depths,
lengths and widths of the structure (except where specially mentioned in the item) and nothing
extra will be paid on this account.

11. The contractor shall take all precautions to avoid all accidents by exhibiting necessary caution
boards such as day and night boards, speed limit boards and flags, red lights and providing
barriers etc. He shall be responsible for all the damages and accidents caused due to negligence
on his part. No hindrance shall be caused to traffic during the execution of work. Nothing extra will
be paid on this account.

12. The contractor will work in close liaison, during the works, with other contractors of water supply,
sanitary, drainage arrangements, electrical installation and any other works and adjust his work
plan accordingly.

13. The contractor shall be required to produce samples of all materials and fittings sufficiently in
advance for obtaining approval of the Engineer-in-Charge.

14. The contractor shall be responsible to arrange on his own cost all necessary tools and plants
required for execution of work. The contractor shall provide at his own cost suitable weighing and
measurement arrangements at site for checking weight/dimensions as may be necessary for the
execution of the work. The contractor shall maintain all work in good condition during the execution
and till completion of entire work allotted to him.

15. Any damage done by the contractor to any existing work during the course of execution of work
tendered for shall be made good by him at his own cost.

16. The rate for all items of work wherein cements is used inclusive of charges for curing.

17. Samples of various materials required for testing shall be provided free of charges by the
contractor. Testing charges, if any shall be borne by the Deptt. If the test results are satisfactory
and are in conformity to the relevant provisions of the specifications. All other expenditure required
to be incurred for taking samples, conveyance, packing, octroi/Tax, if any, etc. shall be borne by
the contractor himself.

18. The contractor shall keep the site clear thoroughly of rubbish unless scaffolding and materials etc.
from time to time as well as before the actual date of completion of the work as per directions of the
Engineer-in-Charge.

19. The doors and windows frames & shutters shall not be painted, oiled or otherwise treated and fixed
in position before these are approved by the Engineer-in-Charge.


20 OTHER TAXES AND ROYALTIES

20.1 Works Contract Sales Tax as prevalent as per statutory orders of State/Central Government and
shall be charged on gross value of all the bills and shall be recovered from bill of the contractor as
works contract sales tax should there be any increase in rate of works Contract Sales Tax during
execution of the contract, the same shall also be payable by the contractor.

26

20.2 Royalty shall have to be paid by the contractor on all materials such as stone, bricks, boulders,
metal, shingle, bajri, stone aggregate, coarse sand and fine sand etc. or any other materials used
for the execution of the work direct to the Revenue Authority of the District/ State Govt. concerned.
The contractor shall obtain No Demand Certificate from the District/State Govt. authority
concerned before the final bill is paid, failing which necessary recovery will be effected at the
applicable rates in the final bill.

20.3 The contractor shall obtain labour clearance certificate from the designated Labour Commissioner
or other designated authority of the State/Central Government and submit same to the Engineer-in-
Charge before payment of final bill.

21. PROGRAMME FOR EXECUTION OF WORK


21.1 The contractor shall submit a time and progress chart to the Engineer-in-Charge including the
duration of various construction activities for completion of work within 15 days from the date of
award. The total time taken for various activities should not exceed the stipulated time of
completion specified in the tender. The chart should be updated as per the progress in the work
and shall be operated as per Clause 5 of the contract.

21.2 The work shall be executed as per programme approved by Engineer-in-Charge of the work. No
claim what so ever will be entertained on this account.

22 ARRANGEMENT OF WATER AND PAYMENT OF CHARGES ETC. IN CONNECTION WITH
WATER USED FOR CONSTRUCTION PURPOSE

22.1 The contractor shall make his own arrangement for the water to be used for construction purpose.
The contractor will get the water tested before execution of work. The water used for construction
shall conform to the relevant provisions as mentioned under para 3.1.1 on page 68 of revised
CPWD specifications 2009 for cement mortar, cement concrete and RCC works.

22.2 Water required for the execution of work may be sup-plied to the contractor in case of availability of
water at discretion of the Engineer-in-Charge in accordance to Clause 31-A of contract documents.

22.3 The charge (if any) etc. incidental to water used for construction purpose shall be borne by the
contractor/agency under the following cases:-

22.3.1 In case of temporary water connection from municipal mains the water charges and sewerage
charges (including water used for construction purposes) have to be borne by the Contractor.

22.3.2 In case of water used from other sources, the prior permission for using the water for construction
purpose has to be obtained from municipal corporation/ Local Bodies by the Contractor. Water
charges sewerage charges, or any other charges, for use of water from other sources for
construction purposes have to be borne by the contractor.

B PARTICULAR SPECIFICATIONS

1. GENERAL

1.1 The work, shall in general, conform to the CPWD specifications shall mean CPWD specifications
2009 Vol. I to II with up to date correction slips.

1.1.1 Should there be any difference between the specifications mentioned above and the specifications
given in the Schedule of quantities, the later shall prevail.

1.1.2 If the specifications for any item are not available in the CPWD specifications cited above, relevant
BIS Specifications should be followed.

1.1.3 In case BIS Specifications are also not available, the decision of Engineer-in-Charge given in
writing based on acceptable sound engineering practice and local usage shall be final and binding
on the contractor.




27


1.2 The work will be carried out in accordance with the architectural drawings and structural drawings.
The Structural and architectural drawings shall have to be properly correlated before executing the
work.

1.2.1 In case of any difference noticed between Architectural and Structural drawings, the contractor
shall obtain decision in writing of the Engineer-in-Charge.

1.2.2 In case of discrepancy in the item given in the schedule of quantities appended with the tender and
architectural drawings relating to the relevant item, former shall prevail unless otherwise given in
writing by the Engineer-in-Charge.

2. The following modifications to the above specifications shall, however, apply.

2.1 EARTH WORK

2.1.1 During excavation and trenching work etc. the contractors shall ensure compliance to the
guidelines in such matters laid down by the local body/bodies to ensure that there is minimum
hazard to the operating personals and users, minimum inconvenience to the users, minimized
damage to the underground plan/ services of other utilities in a coordinated way, in the interest of
public convenience and overall safety.

2.1.2 Any trenching and digging for laying sewer lines/ water lines/ cables etc. shall be commenced by
the contractor only when all men, machinerys and materials have been arranged and closing of the
trench(s) thereafter shall be ensured within the least possible time.

2.1.3 Surplus excavated earth which is beyond the requirement of D.O.P. shall have to be disposed of by
the contractor at his own cost beyond the municipal limits or at places identified by the local bodies
or as directed by the Engineer-in-Charge after obtaining written permission of the Engineer-in-
Charge and no payment will be made by the Department for such disposal of this surplus
excavated earth.


2.1.4 The contractor shall, at his own expense and without extra charges, make provision for all shoring,
pumping, dredging or bailing out water, if necessary, irrespective of the source of water. The
foundation trenches shall be kept free from water while all the works below Ground level are in
progress, without any extra payment.

2.2 Reinforced Cement Concrete Work & Plain Cement Concrete
General

2.2.1 Where only one variety of sand is available, the sand will be sieved for use in finishing work to
achieve the required particle size distribution as per CPWD specifications in order to obtain smooth
surface and nothing extra shall be paid to the contractor on this account.

2.2.2 Sand to be used shall not have any chloride/sulphate or any other impurities beyond permissible
limit given in the CPWD specification.

2.2.3 Water:- It shall conform to requirements laid down in IS: 456-2000 and CPWD Specification.

2.3 R.C.C. work (Nominal mix concrete)-Water-Cement Ratio:-

For RCC Works, wherever nominal mix of concrete is stipulated in the items for work, For
maintaining proper quality and durability requirements of the structure, maximum water-cement
ratio shall be restricted to 0.55. If in normal course of work, the required workability is not achieved;
suitable plasticizers/admixtures may be used for improving the workability of concrete with the
approval of Engineer-in-Charge for which nothing extra shall be paid.

2.3.1 For concreting work, mixer with lifting hopper shall have to be used for mixing concrete.


2.4 Cement Slurry, if any,. Added over base, surface(or) for continuation of concreting for better bond
is deemed to have been in built in the terms (Unless other wise explicitly stated and nothing extra
shall be payable (or) extra cement considered in consumption on this account.

28
2.5 Centering and Shuttering for R.C.C. work:-

The concrete surface shall be free from honey combing, offsets, superfluous mortar, Cement slurry
and foreign matter. The form work shall be assembled in such a way as to facilitate removal of their
parts in proper sequence without any damage to the exposed cement concrete surfaces and
corners etc. The contractor shall keep skilled staff for special care and supervision to check the
form work and concreting so that every member is made true to its size, shape, level and alignment
so that it does not result in any deformation, snug, buldges etc. The contractor shall also take
suitable precautionary measure to prevent breaking and chipping of corners and edges of
completed work until the building is handed over. The size of shuttering plates for slabs shall not be
less than 0.6m x 0.9m in general. However, Contractor has to provide tape to seal the joint properly
to get smooth surface. Further shuttering shall be of such quality that there are no undulations and
surfaces will be fairly even and no extra thick ceiling plaster shall be permitted to make the surface
even.


2.6 STEEL WORK:-All Steel doors, steel windows, steel ventilators, wire gauge, steel glazing, steel
grill shall be according to the Architects detailed drawings. These shall conform to the CPWD
specification.

2.6.1 In the case of composite steel windows the rates shall include the cost of coupling mullion and
transom etc. where windows with inside openable shutters are fixed along with windows with
shutters openable outside, such inside openable windows shall be fitted with suitable friction hinges
and openable outside with box type hinges, lever handles or otherwise as approved by the
Engineer-in-Charge of the work. For such windows, cement concrete block of size 15cm x 10cm x
10cm shall be provided. Nothing extra shall be paid on this account.

2.6.2 In the case of steel windows and doors, steel glazing, wire gauge steel ventilators, rolling shutters,
grills etc. an approved quality-priming coat of zinc chromate shall be applied over and above shop
coat of primer. Nothing extra shall be payable for providing shop-coat primer.

3. IMPORTANT NOTES;-

3.1 Mandatory tests as provided for in the CPWD specification or other specification referred to above
shall be got done as prescribed.

3.2 Any infringement and/or breach of the above specification and condition (s) etc. shall render the
contractor liable to action(s) under various Clauses of the contract and such action stipulated in
conditions therein.

3.3 The quoted rates for various items in the tender shall be inclusive of all the additional conditions
and specification and for adherence to all these conditions and specifications, no extra payment
shall be made to the Contractor.


3.4 DESIGN & DRAWINGS:- The contractor shall arrange and supply structural design and drawings
as per Special Conditions attached with the tender documents. This aspect should be taken into
consideration while quoting the rates, as nothing extra will be paid separately nor any claim on this
account will be entertained.











29
SPECIAL CONDITIONS FOR ISI MARKED ITEMS

1. Copies of vouchers of ISI mark items shall be submitted, then only the payment shall be made.
2. If the contractor fails to provide copies of vouchers, then materials shall be test from Laboratory viz.
Nation Test House, Calcutta/Delhi and Sriram Test House , New Delhi and expenses shall be
borne by the contractor.
3. If any material other then specified in the nomenclature of the item is provided, the deduction will
be made as per the actual market rate difference between them.



SPECIAL CONDITIONS FOR PAINT WORK

1. For paint work, the theoretical quantity as per manufacturers specifications shall be brought to the
site in a single lot and not in batches and shall be got approved by the Engineer-in-Charge.


SPECIAL CONDITIONS FOR VITRIFIED TILES, CERAMIC TILES AND FLOOR TILES

1 Original vouchers shall be produced at the time of execution of work and the same shall be
enclosed with the bill for record.
2 Shade, colour, manufacturer shall be got approved from the Engineer-in-Charge before execution.





Contractor Engineer-in-Charge








30

SCHEDULE D
Special Conditions/ Specific requirements for the work:-

1. The Products shall qualify the tests as per BIFMA standards. The Product/ Company should
have ISO:9001:2000 and ISO 14001:2004 certificates.
2. The work shall be carried out as per the detailed drawings made available by the Engineer-in-
Charge.
3. The contractor shall submit the details of the item prior to its purchase.
4. The Engineer-in-charge/ Officer from DOP shall be allowed to inspect the material in the
factory/ showroom of the manufacturer of the item, prior to convey the final approval to the
contractor for its procurement.
5. The contractor shall be liable to bring the material at site in good condition.
6. The Engineer-in-charge may ask for the proof of purchase from the approved manufacturer of
the item, in the form of invoice/ bill from the contractor to support that the material has been
procured from the same manufacturer as approved in Sr. No. 3 above.
7. The rates quoted by the contractor shall be inclusive of all taxes viz. VAT, Tax/ Cess charged
by the Local bodies.
8. The rates shall include all carriage, packing, unpacking and FOR Delivery at site.
9. The contractor shall insure 6 months warranty in addition to defect liability period as mentioned
in standard CPWD-8 for all the items. (This will be in form of a Guarantee Bond. No money will
be withheld from the bill on this account).
10. The contractor shall be liable for any damage made to the existing property of the Govt. during
installation work; the contractor at his own cost should rectify the same.
11. The Department shall recover the IT with cess as applicable from the bills paid for the work.
12. The Department shall recover the Sales Tax as applicable for Civil Contracts by Government
from the bills paid for work.



Contractor Engineer-in-Charge














31



Schedule of Quantities

Name of work:-Improvement of entrance of Admin Bldg at RAKNPA
Ghaziabad.
,$timated 4o$t89:;;;<:09

,-"89 ;===09

2ime !"a#$

S.No Desription of Item Qty Unit Rate in word & fig Amount
/ Dismantling old plaster or s'irting
ra'ing o&t Foints and cleaning the
s&rface for plaster incl&ding disposal of
r&bbish to the d&mping gro&nd !ithin
92 metres lead, /2,22 S=m


3 Demolishing cement concrete
man&all") b" mechanical means
incl&ding disposal of material !ithin
92 metres lead as per direction of
Engineer 6 in 6 charge,
a% Nominal concrete /101B or richer mi-
#i)c e=&ivalent design mi-%
2,92 C&m


0 Dismantling al&mini&m) *"ps&m
partitions, doors, !indo!s, fi-ed
glaDing and false ceiling incl&ding
disposal of &nserviceable s&rpl&s
material and stac'ing of serviceable
material !ith in 92 meters lead as
directed b" Engineer6in6charge,
/9,22 S=m


4 Providing and fi-ing 02-02cm heav"
d&t" f&ll bod" vitrified paving tile of
approved ma'e 'aFaria or e=&avelent
in all colo&r shades approved b"
engineer in charge !ith cement
mortar /10 #/Cement10 Coarse sand%
thic'ness to be specified b" the
man&fact&rer $ Fointing !ith gre"
cement sl&rr" L0,0Ig)s=m i)c
pointing in !hite cement mi-ed !ith
matching pigment of shade complete,
0;0 s=m


9 Providing and la"ing in position
cement concrete of specified grade
e-cl&ding the cost of centering and
sh&ttering 6 7ll !or' &p to plinth level 1

32
c% /1314 #/ cement 1 3 coarse sand 1 4
graded stone aggregate 32 mm
nominal siDe% /,22 C&m


B >inishing !alls !ith Premi&m 7cr"lic
Smooth e-terior paint !ith Silicone
additives of re=&ired shade

a% 8ld !or' #(!o or more coats applied
L /,40 ltr) /2 s=m% over e-isting
cement paint s&rface,
92,22 S=m


5 Providing and fi-ing /;mm thic' gang
sa! c&t mirror polished premo&lded
and prepolished% machine c&t for
'itchen platforms, vanit" co&nters,
!indo! sills , facias and similar
locations of re=&ired siDe of approved
shade, colo&r and te-t&re laid over
32mm thic' base cement mortar /14 #/
cement 1 4 coarse sand% Foints treated
!ith !hite cement, mi-ed !ith
matching pigment, epo-" to&ch &ps,
incl&ding r&bbing, c&ring, mo&lding
and polishing to edges to give high
gloss finish etc, complete at all levels,

b% *ranite of an" colo&r and shade

#i% 7rea of slab &pto 2,92 s=m
0B,22 S=m


; Providing and fi-ing /3 mm thic'
frameless to&ghened glass door
sh&tter of approved brand and
man&fact&re, incl&ding providing and
fi-ing top $ bottom pivot $ spring
t"pe fi-ing arrangement and ma'ing
necessar" holes etc, for fi-ing re=&ired
door fittings, all complete as per
direction of Engineer6in6charge #Door
handle, loc' and stopper etc, to be
paid separatel"%,
E,22 S=m


E Providing and fi-ing designed stain less
steel pipe handle of 8M8Ne ma'e or
e=&valent of siDe 492mm long I)c
ma'ing holes in glass door etc all
complete as per direction of Engineer6
in6charge, 4,22 each


/2 Providing and fi-ing stainless steel loc'
for glass door sh&tter I)c all necessar"
scre!s of approved =&alit" *odreF or
e=&avalant complete as per direction
of Engineer in Charge,
4,22 each


33
// Distempering !ith oil bo&nd !ashable
distemper of approved brand and
man&fact&re to give an even shade

a%
8ld !or' #t!o or more coats% 09,22 S=m


/3 Painting !ith s"nthetic enamel paint
of approved brand and man&fact&re to
give an even shade 1

a% (!o or more coats on ne! !or',
39,22 S=m


/0 Providing and fi-ing al&mini&m
handles ISI mar'ed anodised #anodic
coating not less than grade 7C /2 as
per IS 1 /;B;% transparent or d"ed to
re=&ired colo&r or shade !ith
necessar" scre!s etc, complete 1

b% /22 mm
3,22 No,


/4 Providing and fi-ing al&mini&m to!er
bolts ISI mar'ed anodised #anodic
coating not less than grade 7C /2 as
per IS 1 /;B; % transparent or d"ed to
re=&ired colo&r or shade !ith
necessar" scre!s etc, complete 1

c% 322-/2 mm
3,22 No,


/9 Providing and fi-ing al&mini&m sliding
door bolts ISI mar'ed anodised #anodic
coating not less than grade 7C /2 as
per IS 1 /;B;% transparent or d"ed to
re=&ired colo&r or shade !ith n&ts and
scre!s etc, complete 1

b% 392-/B mm
/,22 No,


34
/B Providing and fi-ing al&mini&m !or'
for doors, !indo!s, ventilators and
partitions !ith e-tr&ded b&ilt &p
standard t&b&lar sections)appropriate
M sections and other sections of
approved ma'e conforming to IS1 500
and IS1 /3;9, fi-ing !ith dash fasteners
of re=&ired dia and siDe, incl&ding
necessar" filling &p the gaps at
F&nctions, i,e, at top, bottom and sides
!ith re=&ired EPDM r&bber)neoprene
gas'et etc, 7l&mini&m sections shall be
smooth, r&st free, straight, mitred and
Fointed mechanicall" !herever
re=&ired incl&ding cleat angle,
7l&mini&m snap beading for glaDing )
paneling, C,P, brass) stainless steel
scre!s, all complete as per
architect&ral dra!ings and the
directions of Engineer6in6charge,
#*laDing, paneling and dash fasteners
to be paid for separatel"% 1

a% >or fi-ed portion

#ii% Po!der coated al&mini&m #minim&m
thic'ness of po!der coating 92
micron% B9,22 Ig


/5 Providing and fi-ing glaDing in
al&mini&m door, !indo!, ventilator
sh&tters and partitions etc, !ith EPDM
r&bber ) neoprene gas'et etc,
complete as per the architect&ral
dra!ings and the directions of
engineer6in6charge , #Cost of
al&mini&m snap beading shall be paid
in basic item%1
c% With float glass panes of ; mm
thic'ness B,22 S=m






Executive Engineer (C)
Postal Civil Division
New Delhi.



35



















36

You might also like