Professional Documents
Culture Documents
fo-ds-yks-fu
INFORMATION AND INSTRUCTIONS FOR BIDDERS FOR ETENDERING FORMING PART OF BID DOCUMENT AND TO BE
POSTED ON WEBSITE
(Applicable for inviting open bids)
The Executive Engineer, Almora Central Division, C.P.W.D., Almora on
behalf of President of India invites online item rate bids from approved and
eligible contractors of CPWD and those of appropriate list of MES, BSNL, Railway and
Period of Completion
At 05.10.2015 on 03:30
15 Months
Rs. 17,23,741/-
Earnest Money
Civil
: Rs.8,02,25,889/Electrical : Rs.59,61,152/Total
: Rs.8,61,87,041/-
Estimated cost
put to bid
NIT NO.
Name
of
work
and
location
1
1
05/CE/EE/CPWD/ALMORA/2015-16
(First Recall)
S. No.
NIL
AE(P)
EE(P)
Page 1
fu--fo
fo-ds-yks-fu
Three similar works each costing not less than Rs 345.00 Lacs OR two
similar works each costing not less than Rs 518.00 Lacs OR one similar
work costing not less than Rs. 690.00 Lacs.
Similar work would means Building work with RCC framed Structure
including internal Civil and Electrical Services.
The intending bidder must read the terms and conditions of CPWD-6
carefully. He should only submit his bid if he consider himself eligible and
he is in possession of all the documents required.
2.
Information and Instructions for bidders posted on website shall form part
of bid document.
The bid document consisting of plans, specifications, the schedule of
quantities of various types of items to be executed and the set of terms
and conditions of the contract to be complied with and other necessary
documents
can
be
seen
and
downloaded from
website
www.tenderwizard.com/CPWD or www.cpwd.gov.in free of cost.
3.
4.
But the bid can only be submitted after depositing Processing Fee in
favour of ITI Limited and uploading the mandatory scanned documents
such as Demand Draft or Pay order or Banker`s Cheque or Deposit at call
Receipt or Fixed Deposit Receipts and Bank Guarantee of any Scheduled
Bank towards EMD in favour of respective Executive Engineer and other
documents as specified. The contractors already registered on etendering portal will have option to continue by paying tender processing
fee at existing rates up to one year from the date of registration, or to
switch over to the new registration system without tender processing fee
any time. All new registrations from 01-04-2015 will be without tender
processing fee.
5.
6.
The intending bidder must have valid class-III digital signature to submit
the bid.
7.
On opening date, the contractor can login and see the bid opening
process. After opening of bids he will receive the competitor bid sheets.
C
I
O
NIL
AE(P)
EE(P)
Page 2
fu--fo
fo-ds-yks-fu
8.
Contractor can upload documents in the form of JPG format and PDF
format.
9.
Contractor must ensure to quote rate of each item. The column meant for
quoting rate in figures appears in pink colour and the moment rate is
entered, it turns sky blue.
In addition to this, while selecting any of the cells a warning appears that if
any cell is left blank the same shall be treated as "0". Therefore, if any
cell is left blank and no rate is quoted by the bidder, rate of such item shall
be treated as "0" (ZERO).
However, If a tenderer quotes nil rates against each item in
item rate tender or does not quote any percentage above/below on
the lowest amount of the tender or any section/sub head in
percentage rate tender, the tender shall be treated as invalid and will
not be considered as lowest tenderer.
Executive Engineer
Almora Central Division
CPWD, Almora
C
I
O
NIL
AE(P)
EE(P)
Page 3
fu--fo
fo-ds-yks-fu
PART-A
CPWD-6, CPWD-8 INCLDUING SCHEDULE A TO F
FOR THE WORK, STANDARD GENERAL CONDITIONS
OF CONTRACT FOR CPWD WORKS 2014 AS AMENDED/
MODIFIED UP TO THE DATE OF SUBMISSION OF BID.
C
I
O
NIL
AE(P)
EE(P)
Page 4
fu--fo
fo-ds-yks-fu
CPWD-6 FOR e-TENDERING
1. Item rate bids are invited on behalf of President of India from approved and
eligible contractors of CPWD and those of appropriate list of MES, BSNL,
Railway and State PWD(B&R) of Uttarakhand for the work of C/o Two Nos.
120 men Barrack i/c EI, fans, Light fixtures for 36th Bn. ITBP at Lohaghat,
Champawat (UK)(First recall)
The enlistment of the contractor should be valid on the last date of submission of
bids.
In case the last date of opening of bid is extended, the enlistment of contractor
should be valid on the original date of submission of bids.
1.1 The work is estimated to cost for Civil Rs. 8,61,87,041/- (Civil work Rs.
8,02,25,889/- + Rs. 59,61,152/- Elect. work)
This estimate, however, is given merely as a rough guide.
1.1.1
The authority competent to approve NIT for the combined cost and belonging to
the major discipline will consolidate NITs for calling the bids. He will also
nominate Division, which will deal with all matters relating to the invitation of bids.
For composite tender, besides indicating the combined estimated cost put to
tender, should clearly indicates the estimated cost of each component
separately. The eligibility of tenderer will correspond to the combined cost of
different components put to tender.
1.2
Intending bidders is eligible to submit the bid provided he has definite proof
from the appropriate authority, which shall be to the satisfaction of the
competent authority, of having satisfactorily completed similar works of
magnitude specified below :-
NIL
AE(P)
EE(P)
Page 5
fu--fo
fo-ds-yks-fu
Note :When bids are open to non CPWD contractors also, class II
contractors of CPWD shall also be eligible if they satisfy the eligibility
criteria specified in 1.2.1 (b) above.
1.2.2
1.2.3
When tenders are invited from non CPWD contractors and CPWD class II
contractors as per provisions of clause 1.2.1 above, it will be mandatory for non
CPWD contractors and CPWD class II contractors to upload the work
experience certificate(s) and the affidavit as per the provisions of clause 1.2.2.
2.
Aggrement shall be drawn with the successful bidder on prescribed Form No.
CPWD 8 which is available as a Govt. of India publication and also available on
website www.cpwd.gov.in. Bidders shall quote his rates as per various terms &
conditions of the said form which will form part of the agreement.
3.
The time allowed for carrying out the work will be 15 Months from the date of
start as defined in schedule F or from the first date of handing over of the site,
whichever is later, in accordance with the phasing, if any, indicated in the bid
documents.
4.
6.
After submission of the bid the contractor can re-submit revised bid any number
of times but before last time and date of submission of bid as notified.
C
I
O
NIL
AE(P)
EE(P)
Page 6
fu--fo
fo-ds-yks-fu
7.
While submitting the revised bid, contractor can revise the rate of one or more
item(s) any number of times (he need not re-enter rate of all the items)but before
last time and date of submission of bid as notified.
8.
NIL
AE(P)
EE(P)
Page 7
fu--fo
fo-ds-yks-fu
9.
The bid submitted shall become invalid and & e-tender processing fee shall not
be refunded if:
(i)
(ii)
(iii)
(iv)
(v)
10.
11.
Intending Bidders are advised to inspect and examine the site and its
surroundings and satisfy themselves before submitting their bids as to the nature
of the ground and sub-soil (so far as is practicable), the form and nature of the
site, the means of access to the site, the accommodation they may require and
in general shall themselves obtain all necessary information as to risks,
contingencies and other circumstances which may influence or affect their bid. A
bidder shall be deemed to have full knowledge of the site whether he inspects it
or not and no extra charge consequent on any misunderstanding or otherwise
shall be allowed. The bidder shall be responsible for arranging and maintaining
at his own cost all materials, tools & plants, water, electricity access, facilities for
workers and all other Services required for executing the work unless otherwise
specifically provided for in the contract documents. Submission of a bid by a
bidder implies that he has read this notice and all other contract documents and
has made himself aware of the scope and specifications of the work to be done
and of conditions and rates at which stores, tools and plant, etc. will be issued to
him by the Government and local conditions and other factors having a bearing
on the execution of the work.
C
I
O
NIL
AE(P)
EE(P)
Page 8
fu--fo
fo-ds-yks-fu
12.
The competent authority on behalf of the President of India does not bind itself to
accept the lowest or any other bid and reserves to itself the authority to reject
any or all the bids received without the assignment of any reason. All bids in
which any of the prescribed condition is not fulfilled or any condition including
that of conditional rebate is put forth by the bidders shall be summarily rejected.
13.
14.
15.
The contractor shall not be permitted to bid for works in the CPWD Circle
(Division in case of contractors of Horticulture/Nursery category) responsible for
award and execution of contracts, in which his near relative is posted a Divisional
Accountant or as an officer in any capacity between the grades of
Superintending Engineer and Junior Engineer (both inclusive). He shall also
intimate the names of persons who are working with him in any capacity or are
subsequently employed by him and who are near relatives to any gazette officer
in the Central Public Works Department or in the Ministry of Urban Development.
Any breach of this condition by the contractor would render him liable to be
removed from the approved list of contractors of this Department.
16.
17.
The bid for the works shall remain open for acceptance for a period of sixty (60)
days from the date of opening of bids. If any bidder withdraws his bid before the
said period or issue of letter of acceptance, whichever is earlier, or makes any
modifications in the terms and conditions of the bid which are not acceptable to
the department, then the Government shall, without prejudice to any other right
or remedy, be at liberty to forfeit 50% of the said earnest money as aforesaid.
Further the bidder shall not be allowed to participate in the rebidding process of
the work.
18.
This notice inviting Bid shall form a part of the contract document. The
successful bidder/contractor, on acceptance of his bid by the Accepting Authority
shall within 15 days from the stipulated date of start of the work, sign the contract
consisting of:a) The Notice Inviting Bid, all the documents including additional conditions,
specifications and drawings, if any, forming part of the bid as uploaded at the
time of invitation of bid and the rates quoted online at the time of submission of
bid and acceptance thereof together with any correspondence leading thereto.
C
I
O
NIL
AE(P)
EE(P)
Page 9
fu--fo
fo-ds-yks-fu
b) Standard C.P.W.D. Form 8 or other Standard C.P.W.D. Form as applicable.
19. a) The Executive Engineer in charge of the major component will call bids for the
composite work. The Earnest money will be fixed with respect to the combined
estimated cost put to tender for the composite bid.
b)
The bid document will include following three components :Part A :- CPWD -6, CPWD 8 including schedule A to F for major component of
the work, Standard General Conditions of Contract for CPWD 2014 as amended/
modified up to last date of submission of bid.
Part B :- General/specific conditions, specifications and schedule of quantities
applicable to major component of the work.
Part C :- Schedule A to F for minor component of the work, (SE/EE in charge of
major component shall also be competent authority under clause 2 and clause 5
as mentioned in schedule A to F for major components) General/specific
conditions, specifications and schedule of quantities applicable to minor
component(s) of the work.
The Major Component of work is Civil Work and Minor Component of work
is Electrical Work.
The bidders must associate himself, with agencies of the appropriate class
eligible to bid for each of the minor component individually.
The eligible bnidder shall quote rates for all the items of major component as well
as for all items of minor components of the work.
After acceptance of the tender by competent authority, the EE in charge of major
component of the work shall issue letter of award on behalf of the President of
India. After the work is awarded, the main contractor will have to enter into one
agreement with EE in charge of major component and has also to sign two/or
more copies of agreement depending upon number of EEs/DDH in charge of
minor components. One such signed set of agreement shall be handed over to
EE/DDH in charge of minor component. EE of major component will operate part
A and part B of the agreement. EE/DDH in charge of minor component(s) shall
operate Part C along with Part A of the agreement.
The bidders should also read the General Conditions of Contract for CPWD
Works Manual 2014 amended up to last date of submission of bid of this work,
which is available as Govt. of India Publications; however provisions included in
the tender document shall prevail over the provisions contained in this standard
form. The set of drawings and NIT shall be available with the Executive
Engineer.
The contractor should also visit the site of work and acquaint himself with the site
and soil conditions before tendering.
The main contractor shall execute the minor component(s) also. He should be
either an eligible contractor himself or associate with himself an eligible
agency(s) for execution of electrical work as per CPWD-6 for e-tendering. The
contractor shall indicate the names of upto three such agencies within prescribed
time as Minor component agencies. In case the details of electrical agency are
not submitted by the bidder or are not proper then these shall be submitted
before acceptance of the bid.
The main contractor has to enter into agreement with the contractor(s)
associated by him for execution of minor component(s). Copy of such agreement
C
I
O
NIL
AE(P)
EE(P)
Page 10
fu--fo
fo-ds-yks-fu
C
I
O
NIL
AE(P)
EE(P)
Page 11
fu--fo
fo-ds-yks-fu
CPWD-8
GOVERNMENT OF INDIA
CENTRAL PUBLIC WORKS DEPARTMENT
STATE
Uttarakhand
CIRCLE
BRANCH
B&R
DIVISION
ZONE
NZ-IV,CPWD,Dehradun
SUB-DIVISION
ii)
The online Bid shall be opened in presence of tenderers who may be present at
3.30 PM on 05.10.2015 in the office of the: Executive Engineer, Almora
Central Division, CPWD, Almora.
TENDER
I/We have read and examined the Notice Inviting tender, schedule,
A,B,C,D,E&F. Specifications applicable, Drawings & Designs, General Rules and
Directions, Conditions of Contract, clauses of contract, Special conditions,
Schedule of Rate & other documents and rules referred to in the conditions of
contract and all other contents in the tender document for the work.
I/We hereby tender for the execution of the work specified for the 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 sixty (60) days from the due date of its
opening of bid and not to make any modifications in its terms and conditions.
A sum of Rs.17,23,741/- is hereby forwarded in Cash/Receipt Treasury
Challan/Deposit at call Receipt of a Scheduled Bank/Fixed deposit receipt of
scheduled bank/demand draft of a scheduled bank/bank guarantee issued by
scheduled bank as earnest money. If I/we, fail to furnish the prescribed
performance guarantee or fail to commence the work 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 of 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
C
I
O
NIL
AE(P)
EE(P)
Page 12
fu--fo
fo-ds-yks-fu
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 & Performance Guarantee as aforesaid, I/We shall be debarred for
participation in the re-tendering process of the work.
I/We undertake and confirm that eligible similar work(s) has/ have not been got
executed through another contractor on back to back basis. Further that, if such
a violation comes to the notice of Department, then I/we shall be debarred for
tendering in CPWD in future forever. Also, if such a violation comes to the notice
of Department before date of start of work, the Engineer-in-Charge shall be free
to forfeit the entire amount of Earnest Money Deposit/Performance Guarantee.
I/We hereby declare that I/we shall treat the tender documents drawings and
other records connected with the work as secret/confidential documents and
shall not communicate information derived 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:
Signature of
Contractor
Witness:
Postal Address
Address:
Occupation:
(..*. to be filled by Executive Engineer)
C
I
O
NIL
AE(P)
EE(P)
Page 13
fu--fo
fo-ds-yks-fu
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
Rs._____________________________________________
(Rupees____________
______________________________________________________________________
______________________________________________________________________
_________________________________)
The letters referred to below shall form part of this contract Agreement:a)
b)
c)
C
I
O
NIL
AE(P)
EE(P)
Page 14
fu--fo
fo-ds-yks-fu
SCHEDULE A, B, C, D, E & F
FOR THE WORK (CIVIL WORK)
SCHEDULE A
Schedule of Quantities (as per PWD-3)
SCHEDULE B
Schedule of materials to be issued to the contractor:
S.
No.
Description of
item
Quantity
Place of
issue
-----------NIL ----------------
SCHEDULE C
Schedule of Tools and Plants to be hired to the contractor :
S. No.
1
Description
Hire charges per day
2
3
--------------NIL ----------------
Place of issue
4
SCHEDULE D
Extra schedule for specific requirements/document for
the work, if any:
SCHEDULE E:
Reference to General
Conditions of contract:
Name of Work:
Estimated cost of the work:
Earnest money
C
I
O
NIL
AE(P)
EE(P)
Page 15
fu--fo
fo-ds-yks-fu
Performance Guarantee
Security Deposit
SCHEDULE F
General rules and direction
Executive Engineer, Almora Central
Division, CPWD, Almora
Maximum percentage of quantity of items See at appropriate clause under definitions
of work to be executed beyond which rates
are to be determined in accordance with
Clause 12.2 & 12.3
Officer inviting tender
Definitions :
Engineer-in-Charge :
Executive Engineer,
Almora Central Division,
CPWD, Almora or successor
thereof.
2(vii)
Accepting Authority :
2(x)
2(xi)
2(v)
2(xii)
Department:
9(ii)
Clause 1
i)
ii)
15 Days
NIL
AE(P)
EE(P)
Page 16
fu--fo
fo-ds-yks-fu
with late fee @0.1% per day of
Performance
Guarantee
amount beyond the period as
provided in i) above
7 Days
Clause 2
Clause 2 A
Clause 5
Authority to decide
15 months
Superintending Engineer,
Haldwani Central Circle, CPWD,
Haldwani or successor thereof.
Rescheduling of mile
stone
Superintending Engineer,
Haldwani Central Circle, CPWD,
Haldwani or successor thereof .
Superintending Engineer,
Haldwani Central Circle, CPWD,
Haldwani or successor thereof .
Period for
completion
from date of
start in
days/months
Withheld
amount for non
achievement of
mile stone.
4 Months
1.25% of the
accepted
tendered value.
8 Months
1.25% of the
accepted
tendered value.
Sl.
No.
22 Days
Extension of time
No
C
I
O
NIL
AE(P)
EE(P)
Page 17
fu--fo
fo-ds-yks-fu
Description of mile stone
Sl.
No.
Period for
completion
from date of
start in
days/months
Withheld
amount for non
achievement of
mile stone.
12 Months
1.25% of the
accepted
tendered value.
15 Months
1.25% of the
accepted
tendered value.
brick walls
Total financial value of work under this mile
stone shall not be less than Rs 515.00 lacs
excluding secured advance.
3
The with held amount due to non-achievement of mile stone may be released if the
subsequent mile stone is achieved in the specified time.
Mile stones shall be applicable both for Major Component (Civil Work) as well as for
Minor Component (Electrical Work) of the work as attached. The main contractor will
ensure that electrical components of the work are executed in time without giving any
chance for slippages of mile stones on account of delay in execution of associated
electrical work by him. However, in case mile stones are not achieved by the contractor
for the work, the amount shown against milestone shall be withheld by the Executive
Engineer in charge of the major component.
Note : Intending tenderer may submit physical activities/mile stones on the basis of their
resources and methodology at the time of tendering corresponding to physical mile
stones /stages as indicated in the above table. These shall be formed part of agreement
after approval of the accepting authority, otherwise it would be assumed that agency
agrees with the above mentioned physical mile stones.
Clause 6/ 6A
Clause applicable :
Clause 6A
C
I
O
NIL
AE(P)
EE(P)
Page 18
fu--fo
fo-ds-yks-fu
Clause 7
Clause 7A
Clause 10A
Clause 10 B
(ii), (iii)
Clause 10 C
Clause 10 CA
Materials covered
under this clause.
1. PPC Cement
2. Steel
Reinforcement
(TMT) bars
3.Structural Steel
Rs. 65 Lacs
Yes
No
25% for building work
5% for road
works/External Water
Supply
10% for external
sewerage
C
I
O
NIL
AE(P)
EE(P)
Page 19
fu--fo
fo-ds-yks-fu
Clause 10 CC
Clause 11
12.5
Clause 16
Clause 25
30%
100%
Clause 18
30%
C
I
O
NIL
AE(P)
EE(P)
Page 20
fu--fo
fo-ds-yks-fu
Chairman
Member
Clause 31
Applicable.
Clause 31 (A)
Not Applicable.
Minimum
experience
number
5
years
1
No
25,000/- PM
Project
Plaining/quality/
Site/Billing
Engineer
2
years
1
No
15,000/- PM
Fifteen
Thousand
5
years
1
No
15,000/- PM
Fifteen
Thousand
2
years
1
No
15,000/- PM
1
No
15,000/- PM
Discipline
Clause 36(i)
Sl
.
Minimum
N
Qualification of
o.
Technical
Representative
ii) Graduate
Engineer
or
Diploma
Engineer
Civil
i) Graduate
Engineer
Twenty Five
Thousand
i) Graduate
Engineer
Or
Diploma
Engineer
Electrical
5
years
C
I
O
Fifteen
Thousand
Fifteen
Thousand
NIL
AE(P)
EE(P)
Page 21
fu--fo
fo-ds-yks-fu
Assistant Engineers retired from Government services that are holding Diploma will be
treated at par with Graduate Engineers. Even if contractor (or partner in case of
firm/company) is himself an Engineer/Overseer(s), it is necessary on part of contractor
to employ Engineer(s) and/or/Overseer for the supervision of the work(s) as per
stipulation.
For supervision of civil as well as electrical items of work, technical representatives of
the respective disciplines will be required to be deployed.
Clause
42
i)
a)
ii)
a)
permissible
on
theoretical
3% plus/minus
2% plus/minus
b)
c)
d)
Sl
No
Excess beyond
permissible variation
1.
PPC Cement
N. A
2.
N.A.
3.
N.A.
C
I
O
NIL
AE(P)
EE(P)
Page 22
fu--fo
fo-ds-yks-fu
INTEGRITY PACT
To,
..,
..,
..
Sub: NIT No. . for the work ...................
Dear Sir,
It is here by declared that CPWD is committed to follow the principle of
transparency, equity and competitiveness in public procurement.
The subject Notice Inviting Tender (NIT) is an invitation to offer made on the
condition that the Bidder will sign the integrity Agreement, which is an integral part of
tender/bid documents, failing which the tenderer/bidder will stand disqualified from the
tendering process and the bid of the bidder would be summarily rejected.
This declaration shall form part and parcel of the Integrity Agreement and signing
of the same shall be deemed as acceptance and signing of the Integrity Agreement on
behalf of the CPWD.
Yours faithfully
Executive Engineer
C
I
O
NIL
AE(P)
EE(P)
Page 23
fu--fo
fo-ds-yks-fu
To,
Executive Engineer,
..,
..
Sub: Submission of Tender for the work of ........
Dear Sir,
I/We acknowledge that CPWD is committed to follow the principles thereof as
enumerated in the Integrity Agreement enclosed with the tender/bid document.
I/We agree that the Notice Inviting Tender (NIT) is an invitation to offer made on
the condition that I/We will sign the enclosed integrity Agreement, which is an integral
part of tender documents, failing which I/We will stand disqualified from the tendering
process. I/We acknowledge that THE MAKING OF THE BID SHALL BE REGARDED
AS AN UNCONDITIONAL AND ABSOLUTE ACCEPTANCE of this condition of the NIT.
I/We confirm acceptance and compliance with the Integrity Agreement in letter
and spirit and further agree that execution of the said Integrity Agreement shall be
separate and distinct from the main contract, which will come into existence when
tender/bid is finally accepted by CPWD. I/We acknowledge and accept the duration of
the Integrity Agreement, which shall be in the line with Article 1 of the enclosed Integrity
Agreement.
I/We acknowledge that in the event of my/our failure to sign and accept the
Integrity Agreement, while submitting the tender/bid, CPWD shall have unqualified,
absolute and unfettered right to disqualify the tenderer/bidder and reject the tender/bid is
accordance with terms and conditions of the tender/bid.
Yours faithfully
C
I
O
NIL
AE(P)
EE(P)
Page 24
fu--fo
fo-ds-yks-fu
To be signed by the bidder and same signatory competent / authorised to
sign the relevant contract on behalf of CPWD.
INTEGRITY AGREEMENT
This Integrity Agreement is made at ............... on this ........... day of ...........20......
BETWEEN
President of India represented through Executive Engineer, .................................,
(Name of Division) CPWD, ....................................................................... (Address of
Division), (Hereinafter referred as the Principal/Owner, which expression shall unless
repugnant to the meaning or context hereof include its successors and permitted
assigns)
AND
.............................................................................................................
(Name
and
Address
of
the
Individual/firm/Company)
through
.................................................................... (Hereinafter referred to as the (Details of
duly authorized signatory) Bidder/Contractor and which expression shall unless
repugnant to the meaning or context hereof include its successors and permitted
assigns)
Preamble
WHEREAS the Principal / Owner has floated the Tender (NIT No. ................................)
(hereinafter referred to as Tender/Bid) and intends to award, under laid down
organizational procedure, contract for ..............................................................................
.................................................. (Name of work) hereinafter referred to as the
Contract.
AND WHEREAS the Principal/Owner values full compliance with all relevant laws of the
land, rules, regulations, economic use of resources and of fairness/transparency in its
relation with its Bidder(s) and Contractor(s).
AND WHEREAS to meet the purpose aforesaid both the parties have agreed to enter
into this Integrity Agreement (hereinafter referred to as Integrity Pact or Pact), the
terms and conditions of which shall also be read as integral part and parcel of the
Tender/Bid documents and Contract between the parties.
NOW, THEREFORE, in consideration of mutual covenants contained in this Pact, the
parties hereby agree as follows and this Pact witnesses as under:
Article 1: Commitment of the Principal/Owner
1)
NIL
AE(P)
EE(P)
Page 25
fu--fo
fo-ds-yks-fu
(b)
(c)
2)
the Contract, demand, take a promise for or accept, for self or third
person, any material or immaterial benefit which the person is not legally
entitled to.
The Principal/Owner will, during the Tender process, treat all Bidder(s)
with equity and reason. The Principal/Owner will, in particular, before and
during the Tender process, provide to all Bidder(s) the same information
and will not provide to any Bidder(s) confidential / additional information
through which the Bidder(s) could obtain an advantage in relation to the
Tender process or the Contract execution.
The Principal/Owner shall endeavour to exclude from the Tender process
any person, whose conduct in the past has been of biased nature.
2)
b)
The Bidder(s)/Contractor(s) will not enter with other Bidder(s) into any
undisclosed agreement or understanding, whether formal or informal.
This applies in particular to prices, specifications, certifications, subsidiary
contracts, submission or non-submission of bids or any other actions to
restrict
competitiveness or to cartelize in the bidding process.
c)
NIL
AE(P)
EE(P)
Page 26
fu--fo
fo-ds-yks-fu
as part of the business relationship, regarding plans, technical proposals
and business details, including information contained or transmitted
electronically.
d)
e)
3)
4)
The Bidder(s)/Contractor(s) will not, directly or through any other person or firm
indulge in fraudulent practice means a willful misrepresentation or omission
of facts or submission of fake/forged documents in order to induce public
official to act in reliance thereof, with the purpose of obtaining unjust
advantage by or causing damage to justified interest of others and/or to
influence the procurement process to the detriment of the Government
interests.
5)
The Bidder(s)/Contractor(s) will not, directly or through any other person or firm
use Coercive Practices (means the act of obtaining something, compelling an
action or influencing a decision through intimidation, threat or the use of force
directly or indirectly, where potential or actual injury may befall upon a person,
his/ her reputation or property to influence their participation in the tendering
process).
NIL
AE(P)
EE(P)
Page 27
fu--fo
fo-ds-yks-fu
disqualify the Bidder(s)/Contractor(s) from the Tender process or
terminate/determine the Contract, if already executed or exclude the
Bidder/Contractor from future contract award processes. The imposition and
duration of the exclusion will be determined by the severity of transgression and
determined by the Principal/Owner. Such exclusion may be forever or for a
limited period as decided by the Principal/Owner.
2)
3)
The Bidder declares that no previous transgressions occurred in the last 5 years
with any other Company in any country confirming to the anticorruption approach
or with Central Government or State Government or any other Central/State
Public Sector Enterprises in India that could justify his exclusion from the Tender
process.
2)
3)
If the Bidder/Contractor can prove that he has resorted / recouped the damage
caused by him and has installed a suitable corruption prevention system, the
Principal/Owner may, at its own discretion, revoke the exclusion prematurely.
2)
The Principal/Owner will enter into Pacts on identical terms as this one with all
Bidders and Contractors.
C
I
O
NIL
AE(P)
EE(P)
Page 28
fu--fo
fo-ds-yks-fu
3)
This Pact is subject to Indian Law, place of performance and jurisdiction is the
Head quarters of the Division of the Principal/Owner, who has floated the
Tender.
2)
3)
4)
Should one or several provisions of this Pact turn out to be invalid; the remainder
of this Pact remains valid. In this case, the parties will strive to come to an
agreement to their original intensions.
5)
It is agreed term and condition that any dispute or difference arising between the
parties with regard to the terms of this Integrity Agreement / Pact, any action
taken by the Owner/Principal in accordance with this Integrity Agreement/ Pact
or interpretation thereof shall not be subject to arbitration.
NIL
AE(P)
EE(P)
Page 29
fu--fo
fo-ds-yks-fu
IN WITNESS WHEREOF the parties have signed and executed this Integrity Pact at the
place and date first above mentioned in the presence of following witnesses:
...............................................................
(For and on behalf of Principal/Owner)
.................................................................
(For and on behalf of Bidder/Contractor)
WITNESSES:
1. ..............................................
(signature, name and address)
2. ...............................................
(signature, name and address)
Place :
Dated :
C
I
O
NIL
AE(P)
EE(P)
Page 30
fu--fo
fo-ds-yks-fu
SALIENT / MANDATORY REQUIREMENTS FOR THE TENDERER
Name of C/o Two Nos. 120 men Barrack i/c EI, fans, Light fixtures for 36th Bn.
Work:
ITBP at Lohaghat, Champawat (UK)
1
The intending bidder can visit the office of the Engineer-in-charge on any
working day between 10:00 am to 04:00 pm and see & examine the
architectural drawings of the work.
2
Separate schedule of quantity is included in this tender for civil and electrical
items of work. If the tenderer wants to offer any unconditional rebates on
their rates, the same should also be offered in the respective components of
civil and electrical schedule separately. The contractor shall quote the Item
rates in figures only accurately so that there is no discrepancy in rates
written in figures only.
3
Time allowed for the execution of work is 15 months.
4
The contractor(s) shall submit a detailed program of execution in accordance
with the master programme/milestone within ten days from the date of issue
of award letter.
5
Quality of the project is of utmost importance. This shall be adhered to in
accordance with the provisions of CPWD specifications and guidelines given
in the relevant paras.
6
The contractor (s) shall make his own arrangements for electricity and water
required for the execution of work.
7
Cement shall be arranged by the contractor himself.
8
Steel Reinforcement shall be arranged by the contractor himself.
9
Contractor has to deploy required Plant and machinery on the project.
Minimum number of plant and machinery to be deployed by him is indicated
in this NIT. However, if any additional type and number of plants and
machines are required at site, the same shall be deployed by the agency
without any extra cost which shall be in order to adhere to the time schedule,
as specified in this NIT. In case the contractor fails to deploy the plant and
machinery whenever required and as per the direction of the Engineer-incharge, he (Engineer-in-charge) shall be at a liberty to get the same
deployed at the risk and cost of the contractor.
10
The contractor shall submit the running bills in the shape of the computerised
MB in pages of A-4 size as per the standard format of department and shall
act as per modified clause 6A of CPWD-8.
11
12
The officer inviting tenders shall have the right of rejecting all or any of the
tenders and will not be bound to accept the lowest or any other tender.
In the case of any tender where unit rate of any item / items appear
unrealistic, such tender will be considered as unbalanced and in case the
tenderer in unable to provide satisfactory explanation such a tender is liable
to be disqualified and rejected.
13
C
I
O
NIL
AE(P)
EE(P)
Page 31
fu--fo
fo-ds-yks-fu
14
15
16
17
18
19
20
C
I
O
NIL
AE(P)
EE(P)
Page 32
fu--fo
fo-ds-yks-fu
ADDITIONAL CONDITIONS
1.
2.
The contractor shall make his own arrangement for obtaining electric
connection(s) if required and make necessary payments directly to the
department concerned.
3.
Other agencies doing works related with this project may also simultaneously
execute their works and the contractor shall afford necessary facilities for the
same. The contractor shall leave such necessary holes, openings etc. for
laying/burying in the work, pipes cables, conduits, clamps, boxes and hooks for
fan clamps etc. as may be required for the other agencies. Nothing extra over
the Agreement rates shall be paid for doing these.
4.
Some restrictions may be imposed by the security staff etc. on the working and
for movement of labour, materials etc. The contractor shall be bound to follow all
such restrictions/instructions and nothing extra shall be payable on account of
the same.
5.
The contractor shall fully comply with all legal orders and directions of the Public
or local authorities or municipality and abide by their rules and regulations and
pay all fees and charges for which he may be liable in this regard. Nothing extra
shall be paid/reimbursed for the same.
6.
The building work shall be carried out in the manner complying in all respects
with the requirements of the relevant bylaws and regulations of the local body
under the jurisdiction of which the work is to be executed or as directed by the
Engineer-in-charge and nothing extra shall be paid on this account.
7.
The work of water supply, internal sanitary installations and drainage etc. shall
be carried out as per the bylaws of the Municipal Corporation or any other local
body and the contractor shall produce necessary completion certificates from
such authority after completion of work.
8.
All water tanks, taps, sanitary, water supply and drainage pipes fittings and
accessories etc. shall conform to the bylaws and specifications of the Municipal
Body/Corporation where CPWD specifications are not available.
9.
The contractor shall engage licensed plumbers for the work and the materials
(fixtures/fittings) tested by the local Municipal Body/Corporation wherever
required at his own cost. Nothing extra shall be paid/reimbursed for the same.
10.
The contractor shall give a performance test of the entire installation(s) as per
standing specifications before the work is finally accepted by making his own
arrangements for water supply, electricity etc. and nothing extra whatsoever shall
be payable for the same.
C
I
O
NIL
AE(P)
EE(P)
Page 33
fu--fo
fo-ds-yks-fu
11.
If as per local Municipal regulations, huts for labour are not to be erected at the
site of work, the contractor shall be required to provide such accommodation at a
place as is acceptable to the local body and nothing extra shall be paid on this
account.
12.
The structural and architectural drawings shall at all times be properly co-related
before executing any work. However, in case of any discrepancy in the item
given in the schedule of quantities appended with the tender and Architectural
drawings relating to the relevant item, the former shall prevail unless otherwise
given in writing by the Engineer-in-charge.
13.
The contractor shall bear all incidental charges for cartage, storage and safe
custody of materials issued by department.
14.
15.
Any cement slurry added over base surface (or) for continuation of concreting for
better bond is deemed to have been in-built in the items and nothing extra shall
be payable (or) extra cement considered in consumption on this account.
16.
For the purpose of recording measurements and preparing running account bills,
the abbreviated nomenclature indicated in the publications Abbreviated
Nomenclature of Items of DSR 2014 shall be accepted. The abbreviated
nomenclature shall be taken to cover all the materials and operations as per the
complete nomenclature of the relevant items in the agreement and relevant
specifications.
In case of items for which abbreviated nomenclature is not available in the
aforesaid publication and also in case of extra and substituted items for which
abbreviated nomenclature are not provided for in the agreement, full
nomenclature of item shall be reproduced in the measurement books and bill
forms for running account bills.
For the final bill, however, full nomenclature of all the items shall be adopted in
preparing abstract in the measurement books and in the bill forms.
17.
The contractor shall have to make approaches to the site, if so required and
keep them in good condition for transportation of labour and materials as well as
inspection of works by the Engineer in charge. Nothing extra shall be paid on this
account.
18.
No payment will be made to the contractor for damage caused by rains, or other
natural calamities during the execution of the works and no such claim on this
account will be entertained.
19.
The contractor shall take instructions from the Engineer-in-charge for stacking of
materials. No excavated earth or building materials etc. shall be
stacked/collected in areas where other buildings, roads, services, compound
walls etc. are to be constructed.
20.
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
C
I
O
NIL
AE(P)
EE(P)
Page 34
fu--fo
fo-ds-yks-fu
have been arranged and closing of the trench(s) thereafter shall be ensured
within the least possible time.
21.
It shall be ensured by the contractor that no electric live wire is left exposed or
unattended to avoid any accidents in this regard.
22.
23.
The contractor shall maintain in perfect condition, all portions executed till
completion of the entire work allotted to him. Where however phased delivery of
work is contemplated these provisions shall apply separately to each phase.
24.
The entire royalty at the prevalent rates shall have to be paid by the contractor
on all the boulders, metals, shingle sand etc. collected by him for execution of
the work, directly to the Revenue authority or authorized agents of the State
Government concerned or the Central Government, as the case may be.
25.
Various factory made materials shall be procured from reputed and approved
manufacturers or their authorized dealers. Decision of Engineer in charge in this
regard shall be final and binding.
26.
It must be ensure that all materials to be used in work bear BIS certification
mark. In cases where BIS certification system is available for a particular
material/product but not even a single producer has so far approached BIS for
certification the material can be used subject to the condition that it should
confirm to CPWD specification and relevant BIS codes. In such case written
approval of the Technical sanctioning Authority may be obtained before use of
such material in the work.
27.
28.
The terms machine batched, machine mixed and machine vibrated concrete
used elsewhere in agreement shall mean the concrete produced in concrete
batching and mixing plant and if necessary transported by transit concrete
mixers, placed in position by the concrete pumps, tower crane and vibrated by
surface vibrator /needle vibrator / plate vibrator, as the case may be to achieve
required strength and durability.
29.
30.
Doors and frames shall be procured from specialist firms and name of such
agencies shall be got approved from the Engineer in charge well in advance.
C
I
O
NIL
AE(P)
EE(P)
Page 35
fu--fo
fo-ds-yks-fu
31.
32.
The gradation of fine sand to be used in plaster work shall be strictly as per
CPWD Specifications 2009, conforming to IS 1542-1977. The plastered surface
shall be fairly smooth without any undulation of any kind for applying paint/white
wash.
33.
34.
The contractor shall invariably prepare the samples of finishing items i.e. flooring
of different types, external & internal finishing i/c colour scheme of paint, tiles in
dado, flooring in platforms & staircase, water supply & sanitary fittings and any
other item as per direction of Engineer-in-charge. The contractor shall proceed
with further finishing items only after getting the samples of these items approved
in writing from Engineer-in-charge. In case of construction of residential quarters,
one sample quarter complete in all shape for each category, shall be prepared
by the contractor and got approved from Engineer-in-charge in writing. The
contractor shall be allowed to proceed with further quarters only after getting the
sample quarters approved in writing from Engineer-in-charge No extra claim
whatsoever beyond the payments due at agreement rates will be entertained
from the contractor on this account.
35.
36.
The contractor shall get the water tested with regard to its suitability of use in the
works and get written approval from the Engineer in charge before he proceeds
with the use of same of execution of works. If the tube-well water is not suitable,
the contractor shall arrange Municipal water or from any other sources at his own
cost and nothing extra shall be paid to the contractor on this account. The water
shall be got tested at frequency specified in latest CPWD specifications/BIS
code.
37.
37.1
37.2
Materials like reinforcing bars, flats, tees, angles, sheets, CI and SCI pipes etc.,
if contemplated to be issued shall be issued in available sizes and lengths and
the contractors shall bear the cost of cutting and shaping them according to the
requirements of work. No claim for the wastage on this account shall be
entertained.
C
I
O
NIL
AE(P)
EE(P)
Page 36
fu--fo
fo-ds-yks-fu
37.3
The contractor shall bear all incidental charges for cartage, storage and safe
custody of materials issued by the departments and shall construct suitable
godowns, yards at the site of work for storing all materials as to be safe against
damage by sun, rain, dampness, fire, theft etc. at his own cost and also employ
necessary watch and ward establishment for the purpose, at his own cost.
Materials to be charged directly to work and stipulated for issue free of cost shall
also be issued to the contractor as soon as those are received at site or at the
stipulated place of issue. The provision of this para shall apply equally and fully
to those as well.
37.4
All materials obtained from the Govt. stores or otherwise on receipt shall be got
checked by the Engineer-in-charge of the work or his representations before use.
37.5
37.6
Quantity
received
Progressiv
e total
Date of
issue
Quantity
issued
Items of work
for which
issued
6
PARTICULARS OF ISSUE
Qty.
returned at
the end of
the day
7
Total
issued
Daily balance
in hand
Contractor's
initial
10
JEs
initial
11
Remarks
(AE/EEs
periodical
check)
12
Separate cement registers showing the receipt of the OPC and PPC shall be
maintained at site. The contractor shall construct separate godowns for storage
of OPC & PPC at site and nothing extra on this account shall be payable.
37.7
Cement issued shall be for consumption at site only. No cement for factory made
items and those not manufactured at site shall be issued.
C
I
O
NIL
AE(P)
EE(P)
Page 37
fu--fo
fo-ds-yks-fu
GENERAL CONDITIONS
The contractor (s) shall inspect the site of work before tendering and acquaint
himself with the site conditions and no claim on this account shall be entertained
by the department.
The contractor (s) shall get himself acquainted with nature and extent of the work
and satisfy himself about the availability of materials from kiln or approved
quarries for collection and conveyance of materials required for construction.
2.
The contractor (s) shall study the soil investigation report for the site, available in
the office of the Engineer-in-Charge and satisfy himself about complete
characteristics of soil and other parameters of site. However, no claim on the
alleged inadequacy or incorrectness of the soil data supplied by the department
shall be entertained.
3.
The tenderer shall see the approaches to the site. In case any approach from
main road is required by the contractor, the same shall be provided, improved
and maintained by the contractor at his own cost. No payment shall be made on
this account.
4.
The contractor (s) shall give to the Municipality, Police and other authorities all
necessary notices etc. that may be required by law and obtain all requisite
Licenses for temporary obstructions, enclosures etc. and pay all fee, taxes and
charges which may be leviable on account of these operations in executing the
contract. He shall make good any damage to the adjoining property whether
public or private and shall supply and maintain light and other illumination on for
cautioning the public at night.
5.
6.
The contractor shall provide at his own cost suitable weighing surveying and
levelling and measuring arrangements as may be necessary at site for checking.
All such equipments shall be got calibrated in advance from laboratory, approved
by the Engineer-in-Charge. Nothing extra shall be payable on this account.
7.
Contractor shall provide permanent bench marks and other reference points for
the proper execution of work and these shall be preserved till the end of work. All
such reference points shall be in relation to the levels and locations, given in the
Architectural and plumbing drawings
8.
On completion of work, the contractor shall submit at his own cost four prints of
as built drawings to the Engineer-in-Charge with in 30 days of completion of
work. These drawings shall have the following information:
a)
Run of all piping and their diameters including soil waste pipes & vertical
stacks.
b)
Ground and invert levels of all drainage pipes together with locations of
all manholes and connections upto outfall.
C
I
O
NIL
AE(P)
EE(P)
Page 38
fu--fo
fo-ds-yks-fu
c)
Run of all water supply lines with diameters, location of control valves,
access panels etc.
If above said drawings are not submitted by the contractor within the
above specified time then final bill will not be paid and Security Deposit
shall not be released.
9.
10.
The works shall be carried out in accordance with the Architectural drawings and
structural drawings, to be issued from time to time by the Engineer-in-Charge.
Before commencement of any item of work, the contractor shall correlate all the
relevant architectural and structural drawings issued for the work and satisfy
himself that the information available there of is complete and unambiguous. The
discrepancy, if any shall be brought to the notice of the Engineer-in-Charge
before execution of the work. The contractor alone shall be responsible for any
loss or damage executing by the commencement of work on the basis of any
erroneous and or incomplete information.
11.
The contractor shall take all precautions to avoid accidents by, exhibiting caution
boards day and night, speed limit boards, red flags, red light and providing
necessary barriers and other measures required from time to time. The
contractor shall be responsible for all damages and accidents due to negligence
on his part.
12.
Other agencies will also simultaneously execute and install the works of
electrification, air conditioning, lifts, fire-fighting etc. for this work and the
contractor shall provide necessary facilities for the same. The contractor shall
leave such recesses, holes openings etc. as may be required for the electric, airconditioning and other related works (for which inserts, sleeves, brackets,
conduits base pinion, clamps etc. shall be supplied free of cost by the
department unless otherwise specifically mentioned) and the contractor shall fix
the same at time of casting of concrete, stone work & brick work, if required and
nothing extra shall be payable on this account.
13.
All materials obtained from Govt. stores or otherwise shall be get checked by the
Engineer-in-Charge or his any authorized supervisor staff on receipt of the same
at site before use.
14.
The contractor shall conduct work so as not to interfere with or hinder the
progress or completion of the work being performed by other contractor(s) or by
the Engineer-in-Charge and shall as far as possible arrange his work and shall
place and dispose off the materials being used or removed so as not to interfere
with the operations of other contractor or he shall arrange his work with that of
the others in an acceptable and coordinated manner and shall perform it in
proper sequence to the complete satisfaction of others.
15.
All Architectural drawings given in the tender other than those indicated in
nomenclature of items are only indicative of the nature of the work and
materials/fixings involved unless and otherwise specifically mentioned. However,
the work shall be executed in accordance with the drawings duly approved by
the Engineer-in-Charge.
C
I
O
NIL
AE(P)
EE(P)
Page 39
fu--fo
fo-ds-yks-fu
16.
PROGRAMME CHART
i)
The contractor shall prepare an integrated programme chart for the execution
of work, showing clearly all activities from the start of work to completion,
with details of manpower, equipment and machinery required for the
fulfilment of the programme within the stipulated period or earlier as indicated
in the mile stones under clause 5 of the contract and submit the same for
approval to the Engineer-in-Charge within ten days of the award of the
contract.
ii) The programmes chart should include the following:a) Descriptive note explaining sequence of various activities.
b) Net work (PERT/CPM/BAR CHART)
c) Programme for procurement of materials by the contractor
d) Programme of procurement of machinery/equipments having
adequate capacity commensurate with the quantum of work to be
done within the stipulated period by the contractor.
19.
If appears to the Engineer-in-Charge that the actual progress of work does not
conform to the approved programme referred above the contractor shall produce
a revised programme showing the modifications to the approved programme to
ensure completion of the work within the stipulated time for completion .
20.
21.
If the work is carried out in more than one shift or during night no claim on this
accounts shall be entertained.
22.
Existing drains, pipes, cables, over-head wires, sewer lines, water lines and
similar services encountered in the course of the execution of work shall be
protected against the damage by the contractor at his own expense. The
contractor shall not store materials or otherwise occupy any part of the site in a
manner likely to hinder the operation of such services.
23.
The contractor shall be responsible for the watch and ward/guard of the
buildings, safety of all fittings and fixtures including sanitary and water supply
fittings and fixtures provided by him against pilferage and breakage during the
period of installations and thereafter till the building is physically handed over to
the department. No extra payment shall be made on this account.
24.
The day to day receipt and issue accounts of different grade/brand of cement
shall be maintained separately in the standard proforma by the Jr. Engineer-inCharge of work and which shall be duly signed by the contractor or his
authorised representative.
25.
The contractor shall render all help and assistance in documenting the total
sequence of this project by way of photography, slides, audio-video recording
etc. Nothing extra shall be payable to the contractor on this account. However
C
I
O
NIL
AE(P)
EE(P)
Page 40
fu--fo
fo-ds-yks-fu
cost of photographs, slides, audio/videography etc shall be born by the
department.
26.
The contractor shall be fully responsible for the safe custody of materials brought
by him issued to him even though the materials are under double lock key
system.
27.
The rate of items of flooring is inclusive of providing sunk flooring at bath rooms
kitchen etc. and nothing extra on this accounts is admissible.
28.
No payment shall be made to the contractor for any damage caused by rain,
snowfall, floods, earthquake or any other natural causes whatsoever during
execution of work. The damages of the work will be made good by the contractor
at his own cost and no claim on this account shall be entertained.
29.
For construction works which are likely to generate malba/rubbish to the tune of
more than a tempo/truck load, contractor shall dispose of malba, rubbish & other
unserviceable materials and wastes at their own cost to the notified/specified
dumping ground and under no circumstances these shall be stacked/dumped,
even temporarily outside the construction premises.
30.
The Plinth Level of Building is to be kept as per Architectural drawings. All the
items of works such as PCC, RCC, Brickwork and shuttering etc. in foundation
upto this plinth level with be measured and paid as the work done upto plinth
level. Nothing extra due to higher plinth will be paid and contractors rates quoted
for all these items shall, therefore, the deemed to cater for extra height of plinth.
C
I
O
NIL
AE(P)
EE(P)
Page 41
fu--fo
fo-ds-yks-fu
ADDITIONAL SPECIFICATIONS
1.
The work in general shall be executed as per the description of the item,
specifications and conditions attached and CPWD specifications 2009, Vol I & II
with up-to-date correction slips and instructions of Engineer-in-Charge.
2.
ii)
iii)
iv)
Architectural Drawings.
v)
vi)
vii)
Decision of Engineer-in-charge.
4.
Samples of all materials and fittings to be used in the work in respect of brand
manufacturer and quality shall be got approved from the Engineer-in-Charge,
well in advance of actual execution and shall be preserved till the completion of
the work. Articles bearing BIS certifications mark shall only be used unless no
manufacturer has got BIS mark for the particular material. Any material/fitting
whose sample has not been approved in advance and any other unapproved
material brought by the contractor shall be immediately removed as soon as
directed.
5.
The rates for all items of work shall unless clearly specialised otherwise include
cost of all labour, material tools and plants and other inputs involved in the
execution of the item.
6.
The contractor (s) shall quote all inclusive rates against the items in the schedule
of quantities and nothing extra shall be payable for any of the conditions and
specifications mentioned. In the tender documents unless specifically specified
otherwise.
C
I
O
NIL
AE(P)
EE(P)
Page 42
fu--fo
fo-ds-yks-fu
7.
Unless otherwise specified in the schedule of quantities the rates for all items
shall be considered as inclusive of pumping/baling out water, if necessary, for
which no extra payment shall be made. Those conditions shall be considered to
include water from any source such as inflow of flood, surface and sub-soil water
etc. and shall apply to the execution in any season.
8.
The rate for all items in which the use of cement is involved is inclusive of
charges for curing.
9.
The foundation trenches shall be kept free from water while works below ground
level are in progress.
10.
The work shall be executed and measured as per metric dimensions given in the
schedule of quantities, drawings etc. (FPS units wherever indicated are for
guidelines only).
11.
Payment for items of RCC work, brick work and concrete work above different
floor shall be made at the rates provided for those items. For operation of these
rates, the floor level shall be considered as top of the main structural slab in that
floor viz. top of RCC slab in main room and not top of any sunk or depressed
floor for lavatory slabs.
12.
13.
The SCI/CI pipes and GI pipes wherever necessary shall be fixed to RCC
columns, beams etc. with rawl plugs and nothing extra shall be paid for this.
14.
The contractor shall be responsible of the protection of the sanitary and water
supply fittings and other fittings and fixtures against pilferage and breakage
during the period of installation and thereafter until the building is handed over.
C
I
O
NIL
AE(P)
EE(P)
Page 43
fu--fo
fo-ds-yks-fu
PART-B
GENERAL / SPECIFIC CONDITIONS,
SPECIFICATIONS AND SCHEDULE OF
QUANTITIES APPLICABLE TO MAJOR
COMPONENT OF THE WORK.
C
I
O
NIL
AE(P)
EE(P)
Page 44
fu--fo
fo-ds-yks-fu
1.
2.
The contractor shall get the source of all other materials, not specified else
where in the document, approved from the Engineer-in-Charge. The contractor
shall stick to the approved source unless it is absolutely unavoidable. Any
change shall be done with the prior approval of the Engineer-in-Charge for which
tests etc. shall be done by the contractor at his own cost. Similarly, the
contractor shall submit brand/ make of various materials not specified in the
agreement, to be used for the approval of the Engineer-in-Charge along with
samples and once approved, he shall stick to it.
3.
4.
Test Laboratories :
A)
Laboratory at site :
The contractor shall establish a testing lab at site and provide testing equipment
and materials for the field tests mentioned in the list of mandatory tests given in
CPWD specifications 2009 Vol. 1 & 2. Nothing extra shall be payable to him on
this account.
The representatives of the department shall be at liberty to inspect the testing
facilities at site and conduct testing at random in consultation with Engineer in
charge. The contractor shall provide all necessary facilities for the purpose. The
laboratory shall be equipped, inter alia, with the following equipments:
a) Balances:
i) 7 kg to 10 kg capacity, semi-self indicating type Accuracy 10 gm.
ii) 500 gm capacity, semi-self indicating type Accuracy 1 gm.
iii) Pan Balance- 5 kg Capacity- Accuracy 10 gm.
b) Ovens- Electrically operated, thermostatically controlled upto 1100CSensitivity 10C.
c) Sieves: as per IS: 460
C
I
O
NIL
AE(P)
EE(P)
Page 45
fu--fo
fo-ds-yks-fu
i) IS Sieves 450 mm internal dia of sizes 100 mm, 80 mm, 63 mm, 50
mm, 40 mm, 25 mm, 20 mm, 12.5 mm, 10 mm, 6.3 mm, 4.75 mm, complete
with lid and pan.
ii) IS Sieves 200 mm internal dia (brass frame) consisting of 2.36 mm,
1.18 mm, 500 microns, 425 microns, 300 microns, 212 microns, 150
microns, 90 microns, 75 microns with lid and pan.
d) Sieve shaker capable of 200 mm and 300 mm dia sieves, manually
operated with timing switch assembly.
e) Equipment for slump test- slump cone, steel plate, taping rod, steel
scale, scoop.
f)
18Nos.
ii) Pruning Rods 2Kg weight length 40cm and ramming face 25mm
1 No.
6 Nos.
1 No
1 No.
1 No.
Not less than 90% tests for material be performed at site lab with above stated
equipments, however at least 10% testing of materials shall be got done from
external laboratories. However, for the tests to be carried out by the external
laboratories, the contractor shall supply free of charge all the materials required
for testing, including transportation. If the tests which were to be conducted in
the site laboratory are conducted in other laboratories for any the reasons the
cost of such tests shall be borne by the contractor.
B)
Other Laboratories :
B1
The contractor shall arrange carrying out all tests required under the agreement
through the laboratory as approved by the Engineer-in-Charge and shall bear all
charges in connection therewith including charges for testing for all materials
except cement for which separate condition is provided in tender document.
C)
Sampling of Materials :
C1
Sample of building materials fittings and other articles required for execution of
work shall be got approved from the Engineer-in-Charge. Articles manufactured
by companies of repute and approved by the Engineer-in-Charge shall only be
used. Articles bearing BIS certification mark shall be used in case the above are
not available, the quality of samples brought by the contractor shall be judged
C
I
O
NIL
AE(P)
EE(P)
Page 46
fu--fo
fo-ds-yks-fu
by standards laid down in the relevant BIS specifications. All materials and
articles brought by the contractor to the site for use shall conform to the
samples approved by the Engineer-in-Charge which shall be preserved till the
completion of the work.
C2
The contractor shall ensure quality construction in a planned and time bound
manner. Any sub-standard material/work beyond set out tolerance limit shall be
summarily rejected by the Engineer-in-Charge.
C3
C4
The contractor shall procure all the materials in advance so that there is
sufficient time to testing and approving of the materials and clearance of the
same before use in work.
C5
All materials brought by the contractor for use in the work shall be got checked
from the Engineer-in-Charge or his authorized representative of the work on
receipt of the same at site before use.
C6
The contractor shall be fully responsible for the safe custody of the materials
issued to him even if the materials are in double lock and key system.
C7
The Stone aggregate/stone, sand shall be brought from any quarries subjected
to the said materials confirm CPWD specifications.
The day to day receipt and issue accounts of different grade/brand of cement
shall be maintained separately in the standard proforma by the Jr. Engineer-inCharge of work and which shall be duly signed by the contractor or his
authorised representative.
The contractor shall render all help and assistance in documenting the total
sequence of this project by way of photography, slides, audio-video recording
etc. Nothing extra shall be payable to the contractor on this account. However
cost of photographs, slides, audio/videography etc shall be born by the
department.
The contractor shall be fully responsible for the safe custody of materials
brought by him issued to him even though the materials are under double lock
key system.
Separate cement registers showing the receipt of the OPC and PPC shall be
maintained at site. The contractor shall construct separate godowns for storage
of OPC & PPC at site and nothing extra on this account shall be payable.
C
I
O
NIL
AE(P)
EE(P)
Page 47
fu--fo
fo-ds-yks-fu
9
Cement issued shall be for consumption at site only. No cement for factory made
items and those not manufactured at site shall be issued.
10
11
(i)
(ii)
Cement register.
c)
d)
e)
Paint register.
f)
Inspection register.
g)
Drawing register.
(iii)
All the entries in the register will be made by the designated engineering staff of
the contractor and same should be regularly reviewed by JE/AE/EE.
(iv)
Contractor shall be responsible for safe custody of all the test registers.
(v)
Submission of copy of all test registers, material at site register along with each
alternate running account bill and final bill shall be mandatory. These registers
should be duly checked by AE(P) in division office.
12
ii)
C
I
O
NIL
AE(P)
EE(P)
Page 48
fu--fo
fo-ds-yks-fu
Velocity criterion for Concrete Quality Grading
S.
Concrete Quality
Grading
No.
(Km/Sec.)
Above 4.5
Excellent
4.5 to 3.5
Good
3.5 to 3.0
Medium
Below 3.0
Doubtful
iii)
iv)
v)
NIL
AE(P)
EE(P)
Page 49
fu--fo
fo-ds-yks-fu
1.3.5 The contractor shall supply free of charge the materials required for testing
including its transportation cost to testing laboratories. The cost of tests carried
out shall be borne by the contractor / Department in the manner indicated
below:
By the contractor, if the results show that the material does not
conform to relevant codes / particular specification / manufacturers
specification. (b) By the Department, if the results show that the
material conforms to relevant codes / particular specification /
manufacturers specification.
1.3.6 The contractor shall ensure quality construction in a planned and time bound
manner. Any sub-standard material / work beyond set out tolerance limit shall
be summarily rejected by the Engineer-in-charge & contractor shall be bound to
replace / remove such sub-standard / defective work immediately. If any
material, even though approved by Engineer-in-charge is found defective or
not conforming to specifications shall be replaced / removed by the
contractor at his own risk & cost.
(a)
The following procedure shall be followed for the removal of rejected/substandard materials from the site of work:
C
I
O
NIL
AE(P)
EE(P)
Page 50
fu--fo
fo-ds-yks-fu
1.
2.
3.
Double lock provision shall be made to the door of the cement godown. The
keys of one lock shall remain with the Engineer-in-charge or his authorized
representative and the key of the other lock shall remain with the contractor.
The contractor shall be responsible for the watch and ward and safety of the
cement godown. The contractor shall facilitate the inspection of the cement
godown by the Engineer-in-Charge at any time.
4.
The cement shall be got tested by the Engineer-in-Charge and shall be used
on the work only after satisfactory test results have been received. The
contractor shall supply free of charge the cement required for testing
C
I
O
NIL
AE(P)
EE(P)
Page 51
fu--fo
fo-ds-yks-fu
including its transportation cost to test laboratories. The cost of tests shall be
born by the contractor/department in the manner indicated below :
a)
By the contractor, if the results show that the cement does not conform to
relevant CPWD Specifications / BIS code or specification mentioned else
where in the documents.
b)
By the department, if the results show that the cement conforms to relevant
CPWD Specifications / BIS code or specification mentioned else where in the
documents.
5.
The actual issue and consumption of cement on work shall be regulated and
proper accounts maintained as provided in clause 10 of the contract. The
theoretical consumption of cement shall be worked out as per procedure
prescribed in clause 42 of the contract and shall be governed by conditions
laid therein. In case the cement consumption is less than theoretical
consumption including permissible variation, recovery at the rate show
prescribed shall be made. In case of excess consumption no adjustment
need to made.
6.
The cement brought to site and the cement remaining unused after
completion of the work shall not be removed from site without the written
permission of the Engineer-in-Charge.
7.
The damaged cement shall be removed from the site immediately by the
contractor on receipt of a notice in writing from the Engineer-in-Charge. If he
does not do show within three days of receipt of such notice, the Engineerin-Charge shall get it removed at the cost of the contractor.
8.
The contractor may use OPC in place of PPC only after written permission of
Engineer-in-Charge. In such case, no extra payment shall be made in any
form to the contractor by the Department.
C
I
O
NIL
AE(P)
EE(P)
Page 52
fu--fo
fo-ds-yks-fu
1.
The contractor shall procure TMT bars of Fe 500 D grade from primary steel
producers such as SAIL, Tata Steel Ltd, RINL, Jindal Steel & Power
Ltd and JSW Steel Ltd or any other producer as approved by CPWD
who are using iron ore as the basic raw material/input and having
crude steel capacity of 2.0 million tonnes per annum and above.
1.1 TMT bars shall meet the provisions of IS 1786: 2008 pertaining to Fe 500 D
grade of steel.
2.
The contractor shall have to obtain vouchers and furnish test certificates to
the Engineer-in-charge in respect of all supplies of steel brought by him to
the site of work.
3.
Samples shall also be taken and got tested by the Engineer-in-charge as per
the provisions in this regard in the relevant BIS codes. In case the test
results indicate that the steel arranged by the contractor does not conform to
the specifications as defined under para 1.1 and 1.2 above, the same shall
stand rejected and it shall be removed from the site of work by the
contractor at his cost within a week time of written orders from the
Engineer-in-charge to do so.
4.
5.
The steel reinforcement bars shall be stored by the contractor at site of work
in such a way as to prevent distortion & corrosion, and nothing extra shall be
paid on this account. Bars of different sizes and lengths shall be stored
separately to facilitate easy counting and checking.
6.
For checking nominal mass, tensile strength, bend test, re-bend test etc.
specimens of sufficient length shall be cut from each size of the bar at
random at frequency not less than that specified below:
Size of bar
For consignment
below 100 tonnes
For consignment
over 100 tonnes
Under 10 mm dia
bars
10 mm to 16 mm dia
bars
C
I
O
NIL
AE(P)
EE(P)
Page 53
fu--fo
fo-ds-yks-fu
7.
The contractor shall supply free of charge the steel required for testing
including its transportation to testing laboratories. The cost of tests shall be
borne by the contractor.
8.
The actual issue and consumption of steel on work shall be regulated and
proper accounts maintained as provided in clause 10 of the contract. The
theoretical consumption of steel shall be worked out as per procedure
prescribed in clause 42 of the contract and shall be governed by the
conditions laid therein. In case the consumption is less than theoretical
consumption including permissible variations recovery at the rate so
prescribed shall be made. In case of excess consumption no adjustment
need to be made.
9.
The steel brought to the site and the steel remaining unused shall not be
removed from site without the written permission of the Engineer-in-charge
10.
Steel bars brought by the contractor for use in the work shall be got checked
from the Engineer-in-Charge or his authorized representative of the work on
receipt of the same at site before use.
11.
In case the contractor brings surplus quantity of steel the same after
completion of the work will be removed from the site by the contractor at his
own cost after approval of the Engineer-in-Charge.
12.
13.
The standard sectional weights referred to as in Table 5.4 under para 5.3.4
in CPWD specifications for works 2009 Vol. 1 will be considered for
conversion of length of various sizes of MS bars, Tor steel bars and TMT bars
into standard weight.
14.
Records of actual sectional weight shall also be kept dia-wise & lot-wise. The
average sectional weight for each diameter shall be arrived at from samples
from each lot of steel received at site. The decision of the Engineer-inCharge shall be final for the procedure to be followed for determining the
average sectional weight of each lot. Quantity of each diameter of steel
received at site of work each day will constitute one single lot for the
purpose. The weight of steel by conversion of length of various sizes of bars
based on the actual weighted average sectional weight shall be termed as
derived actual weight.
15.
If the derived weight as in para 14 above is lesser than the standard weight
as in para 13 above, the derived actual weight shall be taken for payment.
If the derived actual weight is found more then the standard weight then the
standard weight as worked out in para 13 above shall be taken for payment.
C
I
O
NIL
AE(P)
EE(P)
Page 54
fu--fo
fo-ds-yks-fu
In such case nothing extra shall be paid for the difference between the
derived actual weight and the standard weight.
16.
17.
Nominal size mm
-8%
-6%
Over 16 mm
-4%
C
I
O
NIL
AE(P)
EE(P)
Page 55
fu--fo
fo-ds-yks-fu
viii)
ix)
CPWD specifications.
x)
Architectural Drawings
xi)
xii)
Except for the items, for which particular specifications are given or where it is
specifically mentioned otherwise in the description of items in the schedule of
quantities the work shall generally be carried out in accordance with the CPWD
specifications 2009 Vol. 1 and Vol. 2 (with upto date corrections slips).
(Hereinafter to be referred to as CPWD specifications) and instructions of
Engineer-in-Charge. Wherever CPWD specifications are silent the latest IS
codes/specification shall be followed.
C
I
O
NIL
AE(P)
EE(P)
Page 56
fu--fo
fo-ds-yks-fu
4
a) The contractor (s) shall inspect the site of work before tendering and acquaint
himself with the site conditions and no claim on this account shall be entertained
by the department.
b) The contractor (s) shall get himself acquainted with nature and extent of the
work and satisfy himself about the availability of materials from kiln or approved
quarries for collection and conveyance of materials required for construction.
The contractor (s) shall study the soil investigation report for the site, available
in the office of the Engineer-in-Charge and satisfy himself about complete
characteristics of soil and other parameters of site. However, no claim on the
alleged inadequacy or incorrectness of the soil data shall be entertained.
The tenderer shall see the approaches to the site. In case any approach from
main road is required by the contractor, the same shall be made good, improved
and maintained by the contractor at his own cost. No payment shall be made on
this account.
The contractor (s) shall give to the Municipality, Police and other authorities all
necessary notices etc. that may be required by law and obtain all requisite
Licenses for temporary obstructions, enclosures etc. and pay all fee, taxes and
charges which may be leviable on account of these operations in executing the
contract. He shall make good any damage to the adjoining property whether
public or private and shall supply and maintain light and other illumination on
for cautioning the public at night.
NIL
AE(P)
EE(P)
Page 57
fu--fo
fo-ds-yks-fu
and providing barriers. He shall be responsible for all dangers and incidents
caused to existing / new work due to negligence on his part. No hindrances shall
be caused to traffic during the execution of the work.
10
Contractor shall provide permanent bench marks and other reference points for
the proper execution of work and these shall be preserved till the end of work.
All such reference points shall be in relation to the levels and locations, given in
the Architectural and plumbing drawings
11
The contractor shall make his own arrangement for obtaining electric
connection(s) if required and make necessary payments directly to the
department concerned.
12
Other agencies doing works related with this project may also simultaneously
execute their works and the contractor shall afford necessary facilities for the
same. The contractor shall leave such necessary holes, openings etc. for
laying/burying in the work, pipes cables, conduits, clamps, boxes and hooks for
fan clamps etc. as may be required for the other agencies. Nothing extra over
the Agreement rates shall be paid for doing these.
13
Some restrictions may be imposed by the security staff etc. on the working and
for movement of labour, materials etc. The contractor shall be bound to follow
all such restrictions/instructions and nothing extra shall be payable on account of
the same.
14
The contractor shall fully comply with all legal orders and directions of the Public
or local authorities or municipality and adhere by their rules and regulations and
pay all fees and charges for which he may be liable in this regard. Nothing extra
shall be paid/reimbursed for the same.
15
The building work shall be carried out in the manner complying in all respects
with the requirements of the relevant bylaws and regulations of the local body
under the jurisdiction of which the work is to be executed or as directed by the
Engineer-in-charge and nothing extra shall be paid on this account.
16
The contractor shall give a performance test of the entire installation(s) as per
standing specifications before the work is finally accepted by making his own
C
I
O
NIL
AE(P)
EE(P)
Page 58
fu--fo
fo-ds-yks-fu
arrangements for water supply, electricity etc. and nothing extra whatsoever
shall be payable for the same.
17
If as per local Municipal regulations, huts for labour are not to be erected at the
site of work, the contractor shall be required to provide such accommodation at
a place as is acceptable to the local body and nothing extra shall be paid on this
account.
18
It shall be ensured by the contractor that no electric live wire is left exposed or
unattended to avoid any accidents in this regard.
19
The structural and architectural drawings shall at all times be properly co-related
before executing any work. However, in case of any discrepancy in the item
given in the schedule of quantities appended with the tender and Architectural
drawings relating to the relevant item, the former shall prevail unless otherwise
given in writing by the Engineer-in-charge.
20
The contractor shall maintain in perfect condition, all portions executed till
completion of the entire work allotted to him. Where however phased delivery of
work is contemplated these provisions shall apply separately to each phase.
21
The entire royalty at the prevalent rates shall have to be paid by the contractor
on all the boulders, metals, shingle sand etc. collected by him for execution of
the work, directly to the Revenue authority or authorized agents of the State
Government concerned or the Central Government, as the case may be.
22
PROGRAMME CHART
ii) The contractor shall prepare an integrated programme chart for the
execution of work, showing clearly all activities from the start of work to
completion, with details of manpower, equipment and machinery required for
the fulfillment of the programme within the stipulated period or earlier as
indicated in the mile stones under clause 5 of the contract and submit the
same for approval to the Engineer-in-Charge within ten days of the award of
the contract.
C
I
O
NIL
AE(P)
EE(P)
Page 59
fu--fo
fo-ds-yks-fu
ii) The programmes chart should include the following:e) Descriptive note explaining sequence of various activities.
f) Net work (PERT/CPM/BAR CHART)
g) Programme for procurement of materials by the contractor
h) Programme of
procurement
of
machinery/equipments having
If it appears to the Engineer-in-Charge that the actual progress of work does not
conform to the approved programme referred above the contractor shall
produce a revised programme showing the modifications to the approved
programme to ensure completion of the work within the stipulated time for
completion.
24
25
If the work is carried out in more than one shift or during night no claim on this
accounts shall be entertained.
26
Existing drains, pipes, cables, over-head wires, sewer lines, water lines and
similar services encountered in the course of the execution of work shall be
protected against the damage by the contractor at his own expense. The
contractor shall not store materials or otherwise occupy any part of the site in a
manner likely to hinder the operation of such services.
27
The contractor shall be responsible for the watch and ward/guard of the
buildings, safety of all fittings and fixtures including sanitary and water supply
fittings and fixtures provided by him against pilferage and breakage during the
period of installations and thereafter till the building is physically handed over to
the department. No extra payment shall be made on this account.
C
I
O
NIL
AE(P)
EE(P)
Page 60
fu--fo
fo-ds-yks-fu
28
The contractor shall bear all incidental charges for cartage, storage and safe
custody of materials issued by department.
29
Any cement slurry added over base surface for continuation of concreting for
better bond is deemed to have been built in the items and nothing extra shall be
payable for extra cement considered in consumption on this account.
30
The contractor shall take instructions from the Engineer-in-charge for stacking of
materials.
No
excavated
earth
or
building
materials
etc.
shall
be
ii)
The works shall be carried out in accordance with the Architectural drawings and
structural drawings, to be issued from time to time by the Engineer-in-Charge.
Before commencement of any item of work, the contractor shall correlate all the
relevant architectural and structural drawings issued for the work and satisfy
himself that the information available there of is complete and unambiguous.
The discrepancy, if any shall be brought to the notice of the Engineer-in-Charge
before execution of the work. The contractor alone shall be responsible for any
loss or damage executing by the commencement of work on the basis of any
erroneous and or incomplete information.
iii) The contractor shall take all precautions to avoid accidents by, exhibiting caution
boards day and night, speed limit boards, red flags, red light and providing
necessary barriers and other measures required from time to time. The
C
I
O
NIL
AE(P)
EE(P)
Page 61
fu--fo
fo-ds-yks-fu
contractor shall be responsible for all damages and accidents due to negligence
on his part.
iv) Other agencies will also simultaneously execute and install the works of
electrification, air conditioning, lifts, fire-fighting etc. for this work and the
contractor shall provide necessary facilities for the same. The contractor shall
leave such recesses, holes openings etc. as may be required for the electric, airconditioning and other related works (for which inserts, sleeves, brackets,
conduits base pinion, clamps etc. shall be supplied free of cost by the
department unless otherwise specifically mentioned) and the contractor shall fix
the same at time of casting of concrete, stone work & brick work, if required and
nothing extra shall be payable on this account.
v)
The contractor shall conduct work so as not to interfere with or hinder the
progress or completion of the work being performed by other contractor(s) or by
the Engineer-in-Charge and shall as far as possible arrange his work and shall
place and dispose off the materials being used or removed so as not to interfere
with the operations of other contractor or he shall arrange his work with that of
the others in an acceptable and coordinated manner and shall perform it in
proper sequence to the complete satisfaction of others.
vi) All Architectural drawings given in the tender other than those indicated in
nomenclature of items are only indicative of the nature of the work and
materials/fixings involved unless and otherwise specifically mentioned. However,
the work shall be executed in accordance with the drawings duly approved by
the Engineer-in-Charge.
32
Samples of all materials and fittings to be used in the work in respect of brand
manufacturer and quality shall be got approved from the Engineer-in-Charge,
well in advance of actual execution and shall be preserved till the completion of
the work. Articles bearing BIS certifications mark shall only be used unless no
manufacturer has got BIS mark for the particular material. Any material/fitting
whose sample has not been approved in advance and any other unapproved
material brought by the contractor shall be immediately removed as soon as
directed.
C
I
O
NIL
AE(P)
EE(P)
Page 62
fu--fo
fo-ds-yks-fu
Unless otherwise specified in the schedule of quantities the rates for all items
shall be considered as inclusive of pumping/baling out water, if necessary, for
which no extra payment shall be made. Those conditions shall be considered to
include water from any source such as inflow of flood, surface and sub-soil water
etc. and shall apply to the execution in any season.
33
On completion of work, the contractor shall submit at his own cost four prints of
as built drawings to the Engineer-in-Charge within 30 days of completion of
work. These drawings shall have the following information:
d)
Route of all piping and their diameters including soil waste pipes & vertical
stacks.
e)
Ground and invert levels of all drainage pipes together with locations of all
manholes and connections upto outfall.
f)
Route of all water supply lines with diameters, location of control valves, access
panels etc.
34
Secured advance shall be admissible only on those bonafide materials which are
likely to be used in the work in a period not exceeding six months from the date
of secured advance payment. If agency fails to use the material (in respect of
which secured advance have been paid) in the work in this specified period of six
month, the said component of secured advance shall be recovered from next
running account bill paid to the agency. Secured advance on the same material
shall not be paid again.
C
I
O
NIL
AE(P)
EE(P)
Page 63
fu--fo
fo-ds-yks-fu
C
I
O
NIL
AE(P)
EE(P)
Page 64
fu--fo
fo-ds-yks-fu
C
I
O
NIL
AE(P)
EE(P)
Page 65
fu--fo
fo-ds-yks-fu
1.
EARTH WORK
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. RCC WORK
If the quantity of cement actually used in the work is found to be more than the
theoretical quantity of cement including authorised variation, nothing extra shall
be payable to the contractor on this account. In the event of it being discovered
that after the completion of the work, the quantity of cement used is less than
the quantity ascertained as herein before provided (allowing variation on the
minus side as stipulated in clause 42) the cost of quantity of cement so less used
shall be recovered from the contractor at the rate as specified in schedule F.
Decision of the Engineer-in-Charge in regard to the quantity of cement which
should have been actually used as per the schedule and recovery at the rate
specified shall be final and binding on the contractor.
2.2
2.3
Cement brought to site and cement remaining unused after completion of work
shall not be removed from site without written permission of the Engineer-inCharge.
2.4
In case the contractor brings surplus quantity of cement the same after
completion of the work will be removed from the site by the contractor at his
own cost after approval of the Engineer-in-Charge.
2.5
NIL
AE(P)
EE(P)
Page 66
fu--fo
fo-ds-yks-fu
PROFORMA FOR THE CEMENT REGISTER
PARTICULARS OF RECEIPT
Date
Quantity Progressive
Date of
Quantity
of
received
total
issue
issued
receipt
1
2
3
4
5
Items of work
for which issued
6
PARTICULARS OF ISSUE
Qty.
returned at
the end of
the day
7
2.6
Total
issued
Daily balance
in hand
Contractor's
initial
JEs
initial
10
11
Remarks
(AE/EEs
periodical
check)
12
The contractor shall be required to submit two separate design mix of concrete
with and without using plasticizers, separately. The decision of the engineer-incharge to specify the design mix of concrete based on above shall be final.
2.6.1 Coarse aggregate: As per CPWD Specifications
2.6.2 Fine Aggregate: As per CPWD Specifications.
2.6.3 Water: It shall conform to requirements laid down in IS: 456 : 2000 and CPWD
specifications.
2.6.4 Cement: Cement arranged by the contractor will be PPC (in bags) conforming to
IS: 1489-Part-I. If for any reasons, cement other than that specified in this para
for example OPC of grade 43 or higher grade is brought to site by contractor,
the issue, payments rate as well as the quantity to be used in the design mix
concrete will remain unchanged.
2.6.5 Slump: Design slump should be clearly specified in the mix design.
2.6.6 Admixtures shall not be used without approval of Engineer-in-charge. Wherever
required, admixtures of approved quality shall be mixed with concrete as
specified. The admixtures shall conform to IS: 9103. The contractor shall not be
paid anything extra for admixture required for achieving desired workability
without any change in specified water cement ratio for RCC/CC work.
2.6.7 Grade of Concrete : The compressive strength of various grades of concrete shall
to be given as below:
Grade
designation
Compressive
strength on
Specified
characteristic
C
I
O
Minimum
cement
Maximum
water
NIL
AE(P)
EE(P)
Page 67
fu--fo
fo-ds-yks-fu
i
ii
iii
iv
M 25
M 30
M 35
M 40
15 cm cubes
min. 7 days
(N/mm2)
As per design
As per design
As per design
As per design
compressive
strength at 28
days (N/mm2)
25
30
35
40
quantity (Kg.
per cum. Mtr.)
cement
ratio
As per CPWD
specification/
BIS Code
0.50
0.45
0.45
0.40
Note
(i)
In the designation of a concrete mix letter M refers to the mix and number
to the specified characteristic compressive strength of 15 cm x 15 cm x 15
cm cube 28 days expressed in N/mm2
(ii)
IET Lucknow
(iii)
HBTI Kanpur
(iv)
AMU Aligarh
(v)
NCCBM Ballabhgarh
(vi)
IIT Delhi
(vii)
The various ingredients for mix design / laboratory tests shall be sent to the test
houses through the Engineer-in-Charge and the samples of such aggregate &
cement shall be preserved at site by the department
2.6.9 The contractor shall submit the mix design report from any of above approved
laboratory for approval of Engineer-in-Charge with in 30 days from the date of
issue of letter of acceptance of the tender. No concreting shall be done until the
mix design is approved by the Engineer-in-charge. In case of white portland
C
I
O
NIL
AE(P)
EE(P)
Page 68
fu--fo
fo-ds-yks-fu
cement and the likely use of admixtures in concrete with PPC/white portland
cement the contractor shall design and test the concrete mix by using trial mixes
with white cement and/or admixtures also for which nothing extra shall be
payable.
2.6.10 In case of change of source or characteristic properties of the ingredients used
in the concrete mix during the work, a revised laboratory mix design report
conducted at laboratory established at site shall be submitted by the contractor
as per the direction of the Engineer-in-Charge
2.7
The mix design for a specified grade of concrete shall be done for a target mean
compressive strength Tck=Fck+1.65 s.
Where Fck = Characteristic compressive strength of 28 days
s = Standard deviation which depends on degree of quality control
The degree of quality control for this work is good for which the standard
deviation (s) obtained for different grades of concrete shall be as below:
Grade of Concrete
M 25
M 30
M 35
M 40
Of the six specimen of each set three shall be tested at seven days and
remaining three at 28 days. The preliminary tests at seven days are intended
only to indicate the strength to be attained at 28 days
2.8
All cost of mix designing and testing connected therewith including charges
payable to the laboratory shall be borne by the contractor.
2.9
The batching plant shall conform to IS: 4925 and the capacity of automatic
concrete batching plant should be of sufficient capacity and suitable to
commensurate with the target mentioned in NIT with reference to quantity of
concrete, mile stone and completion time of the work. It shall have the facilities
of presetting the quantity to be weighed with automatic cutoff when the same is
achieved. Concreting at places may have to be resorted to through concrete
pump for which nothing extra shall be paid.
2.10
All other operations in concreting work like Mixing, Slump, Laying Placing of
concrete, compaction curing etc. not mentioned in this particular specification for
Design Mix of concrete shall be as per CPWD specification.
NIL
AE(P)
EE(P)
Page 69
fu--fo
fo-ds-yks-fu
Work strength test shall be conducted in accordance with IS: 456 on random
sampling. Each test shall be conducted on six specimens, three of which shall be
tested at 7 days and remaining three at 28 days.
TEST RESULTS OF SAMPLE
The test result of the sample shall be the average of the strength of three
specimen. The individual variation shall not be more than 15 percent of the
average. If more, the test results of the sample are invalid. 90% of the total test
shall be done at the laboratory established at site by contractor and remaining
10% in the laboratory of CPWD or in any other laboratory as directed by the
Engineer-in-Charge.
Lot size
2.13
2.14
NIL
AE(P)
EE(P)
Page 70
fu--fo
fo-ds-yks-fu
requirement may be used on specific request from contractor on approval by the
Engineer-in-Charge.
2.15
Necessary arrangements shall be made for field tests and all required
equipments shall be arrange by establishing field lab by the Agency for
mandatory tests of the materials as specified in CPWD specifications or as per
direction of Engineer-in-Charge. No extra payment shall be paid on this account.
PRE-CAST RCC WORK
3.1
3.2
Pre-cast units shall be clearly marked to indicate the top of member and its
locations.
3.3
4
4.1
The work of water supply and sanitary installations shall be got executed by the
agency as approved by Engineer-in-Charge.
(i)
The entire plumbing drawing and sanitary installation drawing/ details shall
be submitted by the contractor and got approved by the Engineer-inCharge before the execution.
(ii)
The entire responsibility for the quality of work will however rest with the
building contractor only.
4.2
The work of water supply, internal sanitary installations and drainage etc. shall
be carried out as per the bylaws of the Municipal Corporation or any other local
body and the contractor shall produce necessary completion certificates from
such authority after completion of work.
4.3
All water tanks, taps, sanitary, water supply and drainage pipes fittings and
accessories etc. shall conform to the bylaws and specifications of the Municipal
Body/Corporation where CPWD specifications are not available.
4.4
The contractor shall engage licensed plumbers for the work and the materials
(fixtures/fittings) tested by the local Municipal Body/Corporation wherever
required at his own cost. Nothing extra shall be paid/reimbursed for the same.
4.5
The contractor shall give a performance test of the entire installation(s) as per
standing specifications before the work is finally accepted by making his own
arrangements for water supply, electricity etc. and nothing extra whatsoever
shall be payable for the same.
C
I
O
NIL
AE(P)
EE(P)
Page 71
fu--fo
fo-ds-yks-fu
4.6
The work in general shall be carried out as per CPWD specifications. Rate
includes all materials, labour and all the operations mentioned in the respective
items unless and otherwise specifically mentioned.
4.7
The contractor shall give a satisfactory performance test of the entire installation
(s) before the work is finally accepted and nothing extra shall be payable to the
contractor on this account.
4.8
The contractor shall be responsible for all the protection of sanitary, water
supply fittings and fixtures against pilferage and breakage during the period of
installation until the completion / handing over of the work.
4.9
The contractor shall submit completion plans for water supply internal sanitary
installations and building drainage work within thirty days of the date of
completion. These plans are to be submitted on drawings prepared preferably
through computers (1 original copy + 3 photocopies) on suitable scales to show
the general arrangement and desired details.
The contractor shall associate himself with the specialized firm, to be approved
by the Engineer-in-charge in writing, for water proofing treatment for
basement/lower ground floor, underground tank and on roofs. Guarantee in the
prescribed proforma attached with tender document shall be given by the
specialized firm, for a period of 10 years from the date after the maintenance
period prescribed in the contract, which shall be counter signed by the
contractor as token of overall responsibility. In addition 10% (ten percent) of the
cost of water proofing items shall be retained as guarantee to watch the
performance of the work done. However half of this retained amount will be
released after five years, if the performance of the work done is found
satisfactory. If however any defect is noticed during the guarantee period, it
shall be rectified by the contractor within seven days of intimation. In case it is
not attended to, the same will be got done by another agency at the risk and
cost of the contractor. This guarantee deposit can however be released in full if
a bank guarantee of equivalent amount for 10 years is produced and deposited
with the department by the contractor.
5.1
The contractor shall associate himself with the specialized firm, to be approved
by the Engineer-in-charge in writing, for water proofing treatment for basement/lower
ground floor, underground tank and on roofs.
5.2 Treatment for roof surface with integral cement based compound (brick coba). This
item shall be got executed from specialized agency to be got approved from
Engineer-in-Charge. However if work is got done through specialized agency, as
approved by the Engineer-in-chrge.
C
I
O
NIL
AE(P)
EE(P)
Page 72
fu--fo
fo-ds-yks-fu
5.3 The brick bats shall be from over burnt bricks. The proprietary water proofing
compound shall bear I.S.I. mark and shall conform to IS: 2645. Before execution of
work water proofing compound has to be brought to and a certificate of its
conforming to IS code should be produced. The proprietary water proofing
compound shall be added at the rate recommended by the specialist firms but not
exceeding 3 percent by weight of cement. The Engineer in charge reserve the right
to collect the random sample from material brought at site and gets it tested from
laboratory of his choice. The material which does not conform to the specification
shall have to be removed forthwith by the contractor.
5.4 The finished surface after water proofing treatment shall have minimum slope of 1 in
80. At no point shall the thickness of water proofing treatment be less than 65mm.
5.5 While treatment of roof surface is done, it shall be ensured that the outlet drain pipes
have been fixed and mouths at the entrance have been eased and rounded off
properly for easy flow of water.
5.6 The surface where the water proofing is to be done shall be thoroughly cleaned with
wire brushes. All loose scales mortar splashes etc. shall be removed and dusted off.
The surface shall be treated with neat cement slurry admixed with proprietary water
proof compound to penetrate into crevices and fill up all the pores in the surface.
This cement slurry shall be applied at the junction of parapet and terrace slab
including the vertical face of the parapet.
5.7 After the slurry coat is laid, layer of over burnt brick bats shall be laid in cement
mortar of mix as specified by specialist firm but not leaner than 1:5 ( 1 cement : 5
coarse sand) admixed with proprietary water proofing compound to required gradient
and joints filled to half the depth. The bricks bat layer shall be rounded at the
junction with the parapet and tapered towards top for a height of 300mm. Curing of
this layer shall be done for 2 days.
5.8 After curing the surfaces shall be applied with a coat of cement slurry admixed with
proprietary water proofing compound.
5.9 Joints of bricks bat layer shall be filled fully with cement mortar of mix as specified by
the specialist firm but not leaner than 1:5 (1 cement : 5 coarse sand) admixed with
proprietary water proofing compound and finally top finished with average 20 mm
thick layers of cement mortar 1:4 (1 cement : 4 coarse sand) and finished smooth
with cement slurry mixed with proprietary water proofing compound. The finished
surface shall have marking of 300x300 mm false squares to give the appearance of
tiles.
5.10 Curing of water proofing treatment shall be done for a minimum period of two
weeks by flooding the water by making kiaries etc.
5.11 MESUREMENTS : The measurements shall be taken for plan area of terrace
only. Length and breadth shall be measured correct to one centimeter and area shall
be worked out to nearest 0.01 sqm. No deduction in measurements shall be made
for either opening or recesses for chimneys, stacks, roof lights and the like of areas
C
I
O
NIL
AE(P)
EE(P)
Page 73
fu--fo
fo-ds-yks-fu
up to 0.10 sqm nor anything extra shall be paid for forming such openings. For
similar areas exceeding 0.10 sqm, deductions will be made in measurements for full
openings and nothing extra shall be paid for making such opening.
5.12 Rates : The rate shall include the cost of all labour and materials involved in all
the operations described above.
GUARANTEE BOND
Ten Years Guarantee bond in prescribed Performa attached at Annexure-III
herewith shall be submitted by the contractor which shall also be signed by both
the specialized agency and the contractor to meet their liability / liabilities under
the guarantee bond. However, the sole responsibility about efficiency of water
proofing treatment shall rest with the building contractor.
Five percent of the cost of water proofing work shall be retained as
security deposit and the amount so withheld would be released after ten years
from the date of completion of the entire work under the agreement, if the
performance of the work done is found satisfactory. If any defect is noticed
during the guarantee period, it shall be rectified by the contractor within seven
days of receipt of intimation of defects in the work. If the defects pointed out are
not attended to within the specified period, the same will be got done from
another agency at the risk and cost of contractor.
However, the security deposit deducted may be released in full against bank
guarantee of equivalent amount in favour of Engineer in charge, if so decided by
the Engineer in charge.
The Security deposit against this item of work shall be in addition to the security
deposit mentioned elsewhere in contract form.
6.0 SPECIFICATIONS FOR WATER SUPPLY, SEWERAGE AND DRAINAGE
6.1
GENERAL
The scope of work comprises supply, laying, installation, commissioning and
testing of water supply, sewerage and drainage works including sanitary fixtures
and fittings. These works shall be executed as per the specifications of items
attached and CPWD specifications 2009 Volume I & II with up-to-date
correction slips up to the date of tender notice.
All the water supply and sanitary works shall be carried out by the licensed
plumbers approved by the local authorities and skilled workman experienced in
the trade. No work shall be covered without approval of the client.
All the works shall be completely concealed either within shafts or chases or in
fills and dropped ceilings, unless specifically shown in drawings or required
otherwise.
C
I
O
NIL
AE(P)
EE(P)
Page 74
fu--fo
fo-ds-yks-fu
All the works shall be adequate protected against corrosion, so that the whole
work is free from damage throughout.
The contractor shall be responsible for coordinating the work with works of other
trades sufficiently ahead of time to avoid unnecessary hold-ups. Hangers,
sleeves, recesses etc shall be left in time as the work proceeds whether or not
these are shown in drawings.
The contractor shall submit as directed by the Engineer-in-charge, samples
manufactures drawings, equipment characteristics and capacity data etc. of all
the equipment, accessories, devices etc. that he proposes to use in the
installation to the Engineer-in-charge for approval.
Before the work is handed over, the contractor shall clean all fixtures removing
all plaster, stickers, rust stains and other foreign matter, leaving every part in
acceptable condition and ready for use to the satisfaction of the Engineer-incharge.
All sanitary wares and fittings shall conform to IS standards. The contractor shall
submit samples of all fittings and fixtures proposed to be used to the Engineer-incharge for his approval. The approved samples shall remain with the Engineerin-charge till the completion of the work.
All the workmanship shall confirm to Indian Standard Codes of practice. The
fixing and finishing shall be neat true to level and in plumb. Manufacturers
instruction shall be followed closely regarding installation and commissioning.
All fixtures shall be protected throughout the progress of the work from damage.
Special care shall be taken to prevent damage and scratching of the fittings. Tool
marks on exposed fixtures shall be removed with hot water only at the final
completion of work.
All fixtures and accessories shall be fixed in accordance with a set pattern
matching the tiles or interior finish as per architectural requirements. Wherever
necessary the fittings centered to dimensions and pattern desired.
6.1.1
The work of water supply and sanitary installations shall be got executed by the
agency as approved by Engineer-in-Charge.
(ii)
(iii)
C
I
O
NIL
AE(P)
EE(P)
Page 75
fu--fo
fo-ds-yks-fu
6.1.2
The work in general shall be carried out as per CPWD specifications. Rate
includes all materials, labour and all the operations mentioned in the respective
items unless and otherwise specifically mentioned.
6.1.3
6.1.4
CP Brass pillar taps, bib cocks, flush valves angle etc. shall be of make
Gem/Jaguar / Kingson or equivalent as per sample approved by the Engineer-inCharge. CP Brass bib cock/stop cock shall be fixed with heavy duty CP flange.
6.1.5
SCI, CI Pipes and it fittings shall conform to the BIS specification wherever
required and making good the same for which nothing extra shall be paid.
6.1.6
The tendered rates shall include the cost of cutting holes in walls, floors, RCC
slabs etc. Wherever required and making good the same for which nothing extra
shall be paid.
6.1.7
The SCI pipe wherever necessary shall be fixed to RCC columns, beams etc.
with rawl plugs of approved quality and nothing extra shall paid for on this
account.
6.1.8
The contractor shall give a satisfactory performance test of the entire installation
(s) before the work is finally accepted and nothing extra shall be payable to the
contractor on this account.
6.1.9
6.1.10 P or S and floor traps (long arm upto 90 cm length or more) in WCs shall be of
deep seal type of RIF make or equivalent and shall have a minimum water seal
of 75 mm. Floor traps (long arm upto 90 cm length or more) shall have a
minimum water seal of 50 mm.
6.1.11 The contractor shall be responsible for all the protection of sanitary, water supply
fittings and fixtures against pilferage and breakage during the period of
installation until the completion / handing over of the work.
6.1.12 The pig lead to be used in jointing 100 mm, 75 m , 50 mm SCI pipe joints shall
not be less than 0.98 kg, 0.88 kg and 0.77 kg per joint respectively. A variation of
5% is allowed on higher side. However in case of variation on lower side, the
quantity of pig lead less used shall be recovered from the contractor at market
rate to be determined by the Engineer-in-Charge whose decision in the matter
shall be final.
6.1.13 The contractor shall submit completion plans for water supply internal sanitary
installations and building drainage work within thirty days of the date of
completion. These plans are to be submitted on drawings prepared preferably
through computers (1 original copy + 3 photocopies) on suitable scales to show
C
I
O
NIL
AE(P)
EE(P)
Page 76
fu--fo
fo-ds-yks-fu
6.2
the general arrangement and desired details in case the contractor fails to submit
the completion plans as aforesaid security deposit shall not be released.
INSPECTION AND TESTING
Inspection and testing of water supply installations shall be carried out as per
Section 1, Part IX of National Building Code of India 2005 with up to date
amendments.
Inspection and testing of sewerage and drainage installations shall be carried out
as per Section 2, Part IX of National Building Code of India 2005 with up to date
amendments.
6.3
GUARANTEE BOND
Ten years guarantee bond in prescribed Performa attached at Annexure-II
herewith shall be submitted by the contractor which shall also be signed by both
the specialist agency and the contractor to meet their liability / liabilities under the
guarantee bond. However, the sole responsibility shall rest with the building
contractor.
5% (Five percent) of the cost of water supply and sanitary installation work
shall be retained as security deposit and the amount so withheld would be
released after ten years from the date of completion of the entire work under the
agreement, if the performance of the work done is found satisfactory , if any
defects like leakage and manufacturing defects etc. is noticed during the
guarantee period, it shall be rectified by the contractor within seven days of the
receipt of intimation of defects in the work, if the defects pointed out are not
attended to within the specified period, the same will be got done from another
agency at the risk and cost of the contractor.
However, the security deposit deducted may be released in full against bank
guarantee of equivalent amount in favour of Engineer-in-charge, if so decided by
the Engineer in charge.
The Security deposit against this item of work shall be in addition to the security
deposit mentioned elsewhere in contract form.
7.0
ROAD WORK
Road work shall conform to CPWD specification 2009, in case the same is not
available in CPWD specification or if required as per item, the MORTH
specifications for roads and bridges 2001 shall be followed.
8.0
8.1
Scope
8.2
Materials
NIL
AE(P)
EE(P)
Page 77
fu--fo
fo-ds-yks-fu
Engineer in charge. Stone shall be hard, sound
durable and free from weathering decay and defects
like cavities, cracks , flaws, sand holes, injurious
veins, patches of loose or soft material and other
similar defects that
may adversely affect its
strength and appearance. As far as possible. Stones
shall be of uniform colour, quality or texture.
Generally stone shall not contain crypts crystalline
silica or chart, mica and other deleterious materials
like iron-oxide organic impurities etc.
Stone with round surfaces shall be not is used.
The compressive strength of common types of stones
shall be as per Table I and the percentage of water
absorption shall generally not exceed 5% for stones
other than specified in Table-I for literate this
percentage is 12%.
Table-I
Type of stone
Maximum
Water
absorption
percentage by
weight
Granite
0.50
Basalt
0.50
Lime Stone (Slab &
0.15
Tiles)
Sand Stone (Slab &
2.50
Tiles)
Marble
0.40
Quartzite
0.40
Laterite (Block)
12.00
Minimum
compressive
strength
Kg/Sq cm
1000
400
200
300
500
800
35
(i)
NIL
AE(P)
EE(P)
Page 78
fu--fo
fo-ds-yks-fu
(ii)
(iii)
(iv)
(v)
8.3
Courses
8.4
Thickness of
Joints
8.5
Laying
NIL
AE(P)
EE(P)
Page 79
fu--fo
fo-ds-yks-fu
8.6
8.7
8.8
Mortar
Scaffolding
:
:
8.9
Protection
8.10
Curing
8.11
Measurement
8.12
Rate
area.
All the joints on the faces to be pointed or plastered
shall be racked out with racking tool to a depth of
20mm while the mortar is still green.
The mortar used for joining shall be as specified.
Single scaffolding having one set of vertical supports
shall be sound and strong, tied together by horizontal
pieces, over which the scaffolding planks shall be
fixed. The inner end of the horizontal scaffolding
member may rest in a hole provided in the masonry.
Such holes however, shall not be allowed in pillars
under one metre in width or near the skew back of
arches. The holes left in masonry work for supporting
scaffolding shall be filled and made good with cement
concrete 1:3:6 (1 cement : 3 coarse sand : 6 Stone
aggregate 20 mm nominal size).
Green work shall be protected from rain by suitable
covering. The work shall also be suitable protected
from damage, mortar dropping and rain during
construction.
Masonry work in cement or composite mortar shall be
kept constantly moist on all faces for a minimum
period of seven days. In case of masonry with fat lime
mortar curing shall for at least seven days thereafter.
The work shall be measured by volume and the unit
shall be cubic metres.
Walling curved on plan to mean radius not exceeding
6 m shall be measured separately inclusive of all
cuttings waste and templates. Walling curved on plan
to mean radius exceeding 6m shall be included with
the general walling and shall be measured net only.
No deductions or additions on any account shall be
made for :(i)
Opening up to 500 sq. cm. in cross section (in
calculating this area the size of the openings
include any separate lintel or still but not extra
width of rebated reveals if any).
(ii)
Ends of dissimilar materials (i.e. joints rafters,
girders, purloins, trusses etc.) up to 500 sq.
cm. in cross section.
(iii)
Bearings of chajjas, slabs, steps, shelves etc.
when the bearings are not paid for the
respective items.
The rate shall include the cost of materials and labour
required for all the operations described above and
shall include the following :
Ranking out joints for plastering or pointing done as a
separate item, or finishing flush as the work proceeds.
Preparing tops and sides of existing walls for raising
and extending.
C
I
O
NIL
AE(P)
EE(P)
Page 80
fu--fo
fo-ds-yks-fu
Rough cutting and waste forming gables cores, skew
backs or spandrels of arches, splays at eaves and all
rough cutting in the body of walling unless otherwise
specified.
Bond stones or cement concrete bond blocks.
Leading and making holes for pipes etc.
Bedding and pointing wall plates, lintels, and sills etc.
in or on walls, bedding roof tiles and corrugates
sheets in or on walls.
Building in ends of joints, beams, lintels etc.
B. Specification for Coursed Rubble Facing Masonry
1
2.
3.
(i)
Size of Stones :
No dressed up stone shall be less in length and breadth than its heights. At least
25% stones shall be headers tailing into the work at least 2/3rd the thickness of wall
or full thickness of wall for walls 30 cms and less in thickness. Such stones shall
be evenly distributed over the entire face.
The quoins shall also be of the same height as the courses in which they occur
and at least 50 cms. in length.
The jambs shall be made with stones specified for quoins except that the length of
stone in alternate course shall be equal to the thickness of the wall for walls up to
60 cms.
(ii)
(iii)
4.
(a)
(b)
(c)
(d)
(e)
(i)
(ii)
(f)
Dressing of Stones :
Exposed face of stones shall be brought to near rectangular shape.
The bushing on exposed surfaces of the stones on outer surface of external walls
shall not exceed 2 cm.
Stones required to be used on outer surface of external walls; shall be dressed
before use in construction.
The beds and joints of exposed of stones on outer surface of external walls other
than quoins shall be hammer dressed at least for a distance of 4 cms from the face
to be square with the exposed faces. No rough tooling or chisel drafting would be
required. The depth of gap between the surfaces of sides and bed joints and
straight edge held against them shall not be more than 10 mm.
The beds and joints of quoins & jambs shall be hammer dressed for a distance of
at least 8 cms. from the face to be square with the exposed faces and with each
other. The depth of gap between the surfaces of sides & beds joints and straight
edge held against them shall not be more than 10mm.
No rough tooling & chisel drafting would be required on the edges of the quoin &
jamb stones except on the corner edge defining the angle of the quoins & jambs.
The corner edge defining the angle of the quoins & jambs shall have 2.5 cm wide
two line chisel drafting on both of the angle.
Masonry work shall be executed from exposed (outer) side of wall.
C
I
O
NIL
AE(P)
EE(P)
Page 81
fu--fo
fo-ds-yks-fu
5.
Courses : The stones shall be laid in courses not less than 15 cms. in height. All
the courses shall be of the same height. When otherwise approved no course shall
be thicker than any course below it. Only one stone be used in the height of the
course.
6.
(i)
Thickness of Joint :
The exposed face joints shall be more or less uniform in thickness and thickness
of any joint shall not exceed 20 mm.
Stones on outer side of wall shall be arranged suitably to stagger the vertical joints
and overlapping of vertical joints shall be avoided.
(ii)
7.
Hearting and Interior Face : The hearting and interior face shall be done in
Random Rubble Masonry, By virtue of doing coursed rubble facing on external
face of size of stones used and their dressing is carried out other than specified in
the Random Rubble Masonry on internal face, even than nothing extra shall be
paid over and above, the item of Random Rubble Masonry for internal face.
Laying : Each stone shall be laid in the work on its natural bed. Stones shall be
thoroughly wetted before laying when mortar used contains cement. The stones
shall be laid full in mortar. The face work, hearting and interior face work shall be
brought up simultaneously but no attempt should be made to level up the Random
Rubble Masonry at each step by the use of chips. The masonry shall be carried
truly in plumb and square. The courses shall be horizontal and joints vertical.
10
11
12
13
14
(a)
Measurement :
The work shall be measured as RR Masonry for the full thickness of walling in cum
and coursed stone facing masonry measured in square metres only over the
exposed external face of the wall which includes the additional work of dressing
wastage of material and extra cost of facing stone, if necessary.
Walling curved on plan to mean radius not exceeding 6m shall be measured
separately inclusive of all cuttings waste and templates. Walling curved on plan to
mean radius exceeding 6m shall be included with the general walling and shall be
measured net only.
No deductions or additions no any account shall be made for :
Opening up to 500 sq. cm. in cross section (In calculating this area the size of the
openings include any separate lintel or still but not the extra width of rebated
reveals if any.)
Ends of dissimilar materials (i.e. joists, beams, rafters, girders, purloins, trusses
etc.) up to 500 sq. cm. in cross section.
(b)
(c)
(i)
(ii)
C
I
O
NIL
AE(P)
EE(P)
Page 82
fu--fo
fo-ds-yks-fu
1 Rate : The rate shall include the cost of materials and labour required for all the
operations described above.
GUARANTEE BOND FOR STONE WORK:
All types of Stone work shall carry five years guarantee to be reckoned from the
date after the expiry of maintenance period prescribed in the contract of the work
against faulty workmanship, finishing, unsound materials, structural unstability
and other related problems as per guarantee bond Performa attached in this
tender document on Annexure-I.
Five years guarantee in prescribed proforma attached must be given by the
contractor in token of his overall responsibility. 10% (Ten Percent ) of the cost
of stone work would be retained as guarantee to the performance of the work
done. The guarantee against this item of work shall be in addition to the security
deposit mentioned elsewhere in the contract form. If any defects or deficiencies
are noticed during the guarantee period, the same shall be rectified by the
contractor within seven days of issue of the written notice by the Engineer-incharge, failing which the defects/deficiencies would be got removed by the
Engineer-in-charge from another agency at the risk and cost of the contractor.
However this amount of the guarantee can be released in full, if bank guarantee
of equivalent amount for the required period is produced and deposited with the
department.
9.0
Aluminum work under SH : aluminum work of tender document shall be got executed
from specialized agency. The specialized agency for the aluminum work shall be got
approved from the Engineer - in - Charge, well before actual commencement of the item
of work. Necessary performance certificates in respect of agencies proposed to be
engaged shall be submitted within 30 days from the date of issue of acceptance letter to
substantiate technical capability and experience of the agency for prior approval of the
Chief Engineer.
Specifications for Aluminum Door, Window, Ventilator:
9.1
9.2
General :
Aluminum doors, windows etc. shall be of sizes, section detail as shown on
the drawings. The details shown on the drawings indicate generally the sizes
C
I
O
NIL
AE(P)
EE(P)
Page 83
fu--fo
fo-ds-yks-fu
of the components parts and general standards. These may be varied slightly
to suit the standards adopted by the manufacture. Before proceeding with
any manufacturing, the contractor shall prepare and submit complete
manufacturing and installation drawings for approval of Engineer-in-Charge
and no work shall be performed until the approval of these drawings is
obtained.
9.3
Shop Drawings :
The contractor shall submit the shop drawings of doors, windows louvers
cladding and other aluminum work, based on architectural drawings to
Engineer-in-charge for his approval. The drawings shall show full size
sections of door, window etc. thickness of metal (i.e. wall thickness) details of
construction, sub frame / rough ground profile anchoring details, hardware as
well as connection of windows doors, and other metal work to adjacent work.
Samples of all joints and methods of fastening and joining shall be submitted
to the Engineer-in-Charge for approval well in advance of commencing the
work.
9.4
Samples :
Samples of doors, windows, louvers etc. shall be fabricated assembled and
submitted to the Engineer-in-Charge for his approval. They shall be of sizes,
types etc. as decided by Engineer-in-Charge. All samples shall be provided
the cost of the contractor.
9.5
Sections :
Aluminum doors and windows shall be fabricated from extruded section of
profiles as detailed on drawings. The sections shall be extruded by the
manufacturers approved by the Engineer-in-Charge. The aluminum extruded
section shall conform to IS designation 63400-WP(HV9WP old designation)
with chemical composition and technical properties as per IS : 733 and 1285.
The permissible dimensional tolerance of the extruded sections shall be such
as not to impair the proper and smooth function / operation and appearance
of doors and windows.
9.6
Fabrications :
Doors, window etc. shall be fabricated to sizes as shown at factory and shall
be of section, sizes combinations and details as shown in the Architectural
drawings, all doors, windows etc. shall have mechanical joints. The joints
shall be designed to withstand a wind load of 150 kgs. per sqm. the design
shall also ensure that the maximum deflection of any member shall be
accurately machined and fitted to form hairline joints prior to assembly. The
joint and accessories such as cleats brackets, etc. shall be of such materials
as not to cause any bi-metallic action, the design of the joints and
accessories shall be such that the accessories are fully concealed. The
fabrication of doors, windows etc. shall be done in suitable sections to
facilitate easy transportation, handing and installation. Adequate provision
shall be made in the door and windows members for anchoring to support
and fixing of hardware and other fixture as approved by the Engineer-inCharge.
C
I
O
NIL
AE(P)
EE(P)
Page 84
fu--fo
fo-ds-yks-fu
9.7
9.8
9.9
Anodizing :
All aluminum sections shall be anodized as per IS : 7088 and to required
colour as specified in the item as per IS : 1868 grading, after cutting the
members to requisite sizes. Anodizing shall be to the specified grade with
minimum average thickness of 15 microns when measured as per IS : 6012.
The anodic coating shall be properly sealed by steams or by boiling in
deionized water or cold sealing process as per IS : 1868 / IS : 6057.
Polythene tape protection shall be applied on the anodized sections before
they are brought to site. All care shall be taken to ensure surface protection
during transportation, storage at site and installation. The tape protection
shall be removed on installation. The sample will be tested in the approved
laboratory and cost of samples, cost of testing shall be borne by the
contractor.
Powder Coating:
The powder used for powder coating shall be polyester powder made by
Berger or Jenson& Nicholson or equivalent. The thickness of powder coating
shall not be less than 60 micron at any point measured with micrometer.
Protection of Finish :
All aluminum members shall be wrapped with approved self-adhesive nonstaining PVC tapes.
6.10 :
9.10.1
9.10.2
In the case of composite windows, and doors the different units are to be
assembled first. The assembled composite units should be checked for line,
level and plumb before final fixing is done. Unit may be serial numbered and
identified as how to be assembled in their final location of situation so
warrants.
9.10.3
9.10.4
Silicon Sealant :
The peripheral gaps between plastered faces / RCC and aluminum sections
shall be sealed both from inside and outside to make the windows watertight.
Gaps up to 10mm between the peripheral aluminum member and masonry /
RCC / Stone shall be sealed by inserting. Backer Rod manufactured by HT
C
I
O
NIL
AE(P)
EE(P)
Page 85
fu--fo
fo-ds-yks-fu
TROPLAST or Supreme Industries and by application of weather silicon /
sealant of DOW corning / GE silicon make.
9.10.5
9.11 :
9.11.1
Installation :
Just prior to installation the doors, windows etc. shall be uncrated and
stacked on edge on level bearers and supported evenly. The frame shall be
fixed into position true to line and level using adequate number of expansion
machine bolts, anchor fasteners of approved size and manufacture and in an
approved manner. The holes in concrete / masonry members for housing
anchor bolts shall be drilled with an electrical drill.
9.11.2
9.11.3 :
Neoprene Gaskets :
The E.P.D.M. gasket of suitable profile as manufactured by HANU
INDUSTRIES, ANNAND LESCUYER make shall be provided at all required
positions to make the glazing airtight. The contractor shall provide and install
Neoprene Gaskets of approved size and profile at all locations as shown and
as called for to render the doors windows etc. absolutely air tight and
weather tight. The contractor shall submit samples of the gaskets for
approval and procure after approval only.
9.11.4 :
Fittings :
The contractor shall cut the floor properly with stone cutting machine to exact
size and shape. The spindle of suitable length to accommodate the floor
finish shall be used. The contractor shall give the guarantee duly supported
by the company for proper functioning of floor springs at least for 10 years.
Hinges, stays handles, tower bolts, locks and other fittings shall be of quality
and manufacturer as approved by the Engineer in Charge.
9.12 :
Manufacture's Attendances :
The manufacture immediately proper to the commencement of glazing shall
adjust and set all windows and doors and accept responsibility for the
satisfactory working of the opening frames.
C
I
O
NIL
AE(P)
EE(P)
Page 86
fu--fo
fo-ds-yks-fu
9.12 :
Details of Test :
9.12.1
9.12.2
Details
No. of Tests
5% of Nos. manufactured.
9.12.3
9.12.4
The cost of sample, carriage of the samples shall be borne by the contractor.
Testing charges shall be born by department, but if samples fails in testing,
complete cost of testing charges shall be born by the contractor.
9.13 :
Acceptance Criterion :
The aluminum sections shall conform to the provisions of the relevant items.
For payment purpose only actual weight of sections shall be taken into
account. If however, the sectional weight of any aluminum section is higher
than the permissible variation then the weight payable shall be restricted to
the weight of the section including permissible variation.
9.14 :
Measurement :
Payment by weight shall be made for aluminum sections including beading
only and all fixing angles cleats fittings and fixtures such as handles and
hinges etc., shall not be included in the weight to be paid.
9.15 :
Rates :
The rates of the items shall include the cost of all materials, labors and inputs
required in all the above operations.
10 FLOORING
The rate of items of flooring is inclusive of providing sunken flooring in
bathrooms, kitchen etc. and nothing extra on this account is admissible. The
samples of flooring, dado & skirting as per approved pattern shall be prepared &
got approved from the Engineer-in-charge before execution of work.
11 WOOD WORK
11.1
NIL
AE(P)
EE(P)
Page 87
fu--fo
fo-ds-yks-fu
or/and chemical treatment plants about the timber section to be used on the work
having been kiln seasoned or/and chemically treated by them.
11.2
Factory made shutter as specified shall be obtained from factories as per list
given in Annexure-V or form any other factory to be approved by the Engineer in
charge. The contractor shall inform well in advance to the Engineer in charge the
names and address of the factory from where the contractor intends to get the
shutters manufactured. The contractor will place order for manufacture of
shutters only after written approval of the Engineer in charge in this regard is
given. The contractor is bound to abide by the decision of the Engineer in charge
and recommend a name of another factory from the approved list in case the
factory already proposed by the contractor is not found competent to
manufacture quality shutters. Shutters will however be accepted only if this meet
the specified tests. The contractor will also arrange stage wise inspection of the
shutters at factory of the Engineer in charge or his authorized representative.
Contractor will have no claim if the shutters brought at site are rejected by
Engineer in charge in part or in full lot due to bad workmanship / quality even
after inspection of factory. Such shutters will not be measured and paid and the
contractor shall remove the same from the site of work within 7 days after the
written instruction in this regard are issued by Engineer in charge or his
authorized representative.
12 STEEL WORK
12.7
12.8
M.S. sill/tie of 10mm dia bar welded to T-iron frames to keep the frames
vertical in correct position. The sill / tie shall be embedded in floor
concrete. No tie is necessary for window frames.
(b)
Each T iron frame for doors shall have 4 Nos. M.S. lugs 15x3mm, 10
cms long welded to each vertical member of the frame.
(c)
M.S. flat 6 x 25mm , 100mm long having threaded holes (No. of flats shall
correspond to the no. of butt hinges to be fixed to door / window shutters)
shall be welded at appropriate places at the back of the T-iron frames
for fixing the required butt hinges to the frame with machine screws.
All welded structural steel work shall be tested for quality of weld as laid down
in IS 822-1970 before actual erection if required.
The pig lead for caulking of joints of SCI pipes shall be used as per the
theoretical consumption for SCI pipes of sizes 100mm, 75mm, 50mm at 0.98Kg,
0.88 Kg and 0.77Kg. per joint respectively. Over and above the theoretical
quantities of lead as worked out a variation of 5% shall be allowed for wastage
etc. Any difference between the actual consumption of pig lead and the
theoretical consumption worked out on the above basis shall be recovered at
double the issue rate. Where the pig lead is arranged by the contractor, also a
C
I
O
NIL
AE(P)
EE(P)
Page 88
fu--fo
fo-ds-yks-fu
variation of 5% shall be allowed. In case the variation is on the lower side, the
quantity of pig lead used less shall be recovered from the contractor at market
rate to be determined by the Engineer-in-charge whose decision in this matter
shall be final.
13.2
C
I
O
NIL
AE(P)
EE(P)
Page 89
fu--fo
fo-ds-yks-fu
Name of Equipment
Numbers
1 No.
Nil.
1 No.
1 No.
1 No.
1 Nos.
1 Nos.
2 Nos.
2 Nos.
Surface vibrator
2 Nos.
1 No.
1 No.
Drilling machine
1 No.
1 No.
5
6
7
M.S. pipes
Steel shuttering
Steel scaffolding
Grinding/polishing machines
1 No.
1 Set
2 Nos.
Tippers
1 No.
Trucks
1 No.
Pneumatic equipment
1
Nil
Dewatering equipment
C
I
O
NIL
AE(P)
EE(P)
Page 90
fu--fo
fo-ds-yks-fu
1
Pump (diesel)
Nil
Nil
Power equipment
1
Diesel generator
1 No.
1. Workshop facilities for fabrication/addition and alterations, and other allied works
shall be arranged by the contractor at his own cost.
2. The list of equipment/T&P/machinery as per above is for general guidance. In
addition to these, machinery / equipment as required shall be arranged by the
contractor in case the requirement at any stage exceeds as per the programme
finalized at his own cost and nothing extra whatsoever on this account shall be
paid. This includes equipment for arrangement of concrete from RMC producing
plants also.
3. All the equipment, T&P and machinery shall be kept in good working conditions.
4. Equipment like batching plant, concrete pump excavators/Transit mixer etc. shall
be allowed to be moved away from the site when, the same are no longer
required at site of work in the opinion of Engineer-in-charge.
C
I
O
NIL
AE(P)
EE(P)
Page 91
fu--fo
fo-ds-yks-fu
5
6
7
8
9
10
11
12
Approved Make
ACC, Ultratech, Vikram, Shree
Cement, Ambuja, Jaypee Cement,
Century Cement, J.K. Cement.
Birla White , J. K. White
SAIL, Tata Steel, Rashtriya Ispat
Nigam Ltd (RINL), Jindal Steel &
Power Ltd. and JSW Steel Ltd.
Water
Proofing
Compounds, Weber, Fosroc, Pidilite, CICO, Sika,
Plasticizer,
Super
Plasticizer, Huntsman (Ciba Geigy), Ferrous
Grouts, Polymers, Polyexpanse, Crete
Other construction chemicals
SAIL, Tata Steel, Rashtriya Ispat
Tubular truss / Structural Steel
Nigam Ltd (RINL), Jindal Steel &
Power Ltd. and JSW Steel Ltd.
GE Plastic, LEXAN
Polycarbonate Sheet
Ezydeck of TATA / Lloyd Superdeck
Decking steel sheet
Fosroc, MBT, Sika, CICO, Asian
Admixtures
Kitply, Action TESA, Greenlam,
Particle Board
Merino.
Laminated
Particle
Board/ Kitply, Action TESA, Greenlam,
CenturyPly, Merino, Sunmica
Laminates
Flush door shutters/Factory made Duro, Kitply Industries (Swastik),
Century, A-1 wooden industries/Apaneled door shutters
teak, Green
Signum Fire Protection, Kutty Doors,
Fire Rated Doors
Shakti Metdoor, NAVAIR, ROMAT,
Synergy
Thrislington,
Promat
International.
False Ceiling System along with Armstrong, Hunter Douglas, Saint
Gobain, Aura(ASIPL)
supporting grid and metallic tiles
C
I
O
NIL
AE(P)
EE(P)
Page 92
fu--fo
fo-ds-yks-fu
13
Plywood/ Veneer
14
Melamine Polish
15
16
Floor Spring
Anodised Aluminium
(Heavy Duty)
Clear/Float/Frosted Glass
Stainless Steel Railing, Accessories
etc.
Hermitically sealed performance
glass & Toughened Glass
Fire rated vision Panels
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
NIL
AE(P)
EE(P)
Page 93
fu--fo
fo-ds-yks-fu
36
37
38
39
40
41
Acrylic Distemper
42
43
Cement Primer
44
45
Steel Primer
Wood Primer
46
47
48
49
Epoxy Paint
Fire Paint
50
51
52
53
54
55
56
57
DI Fittings
CI Fittings
CI Double flanged sluice valveb
Float Valve
C
I
O
NIL
AE(P)
EE(P)
Page 94
fu--fo
fo-ds-yks-fu
58
59
60
61
62
63
64
65
66
67
68
69
70
71
72
73
74
Insulation
for
external/exposed hot water
pipes
Pipe protection for external water
supply pipes
Toilet Cubicles
75
76
77
78
79
80
81
82
NIL
AE(P)
EE(P)
Page 95
fu--fo
fo-ds-yks-fu
83
84
85
86
87
88
89
90
91
92
93
Floor hardener
Modular Expansion Joint
C
I
O
NIL
AE(P)
EE(P)
Page 96
fu--fo
fo-ds-yks-fu
Annexure-I
TO BE EXECUTED BY THE CONTRACTOR FOR REMOVAL OF
DEFECTS AFTER COMPLETION IN RESPECT OF STONE WORKS
The agreement made this ___________ day of __________ Two Thousand and
________
between
____________________________
son
of
______________________ (hereinafter called the GUARANTOR of the one part) and
the PRESIDENT OF INDIA (hereinafter called the Government of the other part.)
WHEREAS THIS agreement is supplementary to 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 work in the said contract recited structurally stable
workmanship, finishing and use of sound materials.
AND WHEREAS THE GUARANTOR agreed to give a guarantee to the affect
that the said work will remain structurally stable and guaranteed against faulty
workmanship, finishing and unsound materials and other related problems.
NOW THE GUARANTOR hereby guarantee that work executed by him will
remain structurally stable after the expiry of maintenance period prescribed in the
contract for the minimum life of five years to be reckoned from the date after expiry of
maintenance period prescribed in the contract.
The decision of the Engineer-in-charge with regard to nature and cause of defect
shall be final.
During this period of guarantee, the guarantor shall make good all defects to the
satisfaction of 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 risk and cost. The decision of the Engineer-in-Charge as to the cost
payable by the Guarantor shall be final and binding.
That if the guarantor fails to make good all the defects, commits breach
thereunder, then the guarantor will indemnify the principal and his successor 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 both the parties.
IIN WITNESS WHEREOF these presents, have been executed by the obligator
__________
________________________________________________
and
_________________________ by __________________________________ for and
on behalf of the PRESIDENT OF INDIA on the day, month and year first above written.
SIGNED, sealed and delivered by OBLIGATOR in the presence of:
C
I
O
NIL
AE(P)
EE(P)
Page 97
fu--fo
fo-ds-yks-fu
1.
__________________________
2.
__________________________
__________________________
2.
__________________________
C
I
O
NIL
AE(P)
EE(P)
Page 98
fu--fo
fo-ds-yks-fu
Annexure-II
GUARANTEE TO BE EXECUTED BY THE CONTRACTOR FOR REMOVAL OF
DEFECTS AFTER COMPLETION IN RESPECT OF WATER SUPPLY, SANITARY
AND DRAINAGE INSTALLATIONS
The agreement made this ___________________ day of __________ Two
Thousand and _________ between __________________________________ son of
______________________ (hereinafter called the GUARANTOR of the one part) and
the PRESIDENT OF INDIA (hereinafter called the Government of the other part.)
WHEREAS THIS agreement is supplementary to 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 work in the said contract recited structurally stable
workmanship, finishing and use of sound materials.
AND WHEREAS THE GUARANTOR agreed to give a guarantee to the affect
that the said work will remain structurally stable and guaranteed against faulty
workmanship, finishing, manufacturing defects of materials and leakages, etc.
NOW THE GUARANTOR hereby guarantee that work executed by him will
remain structurally stable after expiry of maintenance period prescribed in the contract
for the minimum life of ten year to be reckoned from the date after the expiry of
maintenance period prescribed in the contract.
The decision of the Engineer-in-charge with regard to nature and cause of defect
shall be final.
During this period of guarantee, the guarantor shall make good all defects to the
satisfaction of 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 the Engineer-in-Charge as to the cost,
payable by the Guarantor shall be final and binding.
That if the guarantor fails to make good all the defects commits breach
thereunder, then the guarantor will indemnify the principal and his successor against all
loss, damage, cost expense or otherwise which may be incurred by him by reason of
C
I
O
NIL
AE(P)
EE(P)
Page 99
fu--fo
fo-ds-yks-fu
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 both the parties.
IN WITNESS WHEREOF these presents, have been executed by the obligator
_______________________________ and
_________________________ by
_____________________ for and on behalf of the PRESIDENT OF INDIA on the day,
month and year first above written.
SIGNED, sealed and delivered by OBLIGATOR in the presence of:
1.
__________________________
2.
__________________________
__________________________
2.
__________________________
C
I
O
NIL
AE(P)
EE(P)
Page 100
fu--fo
fo-ds-yks-fu
Annexure-III
GUARANTEE TO BE EXECUTED BY CONTRACTORS FOR REMOVAL OF
DEFECTS AFTER COMPLETION IN RESPECT OF WATER PROOFING
WORKS IN BASEMENT/TERRACE/TOILETS.
The agreement made this _______________ day of ______________ Two
Thousand and ______________ between ____________________ son of
_______________________ of ________________________ (hereinafter called the
Guarantor of the one party) and the PRESIDENT OF INDIA (hereinafter called the
Government of the other party).
WHEREAS THIS agreement is supplementary to a contract (hereinafter called
the Contract), dated _______________ and made between the GUARANTOR OF THE
ONE part and the Government of the one 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 THE GUARANTOR agreed to give a guarantee to the effect
that the said structures will remain water and leak-proof for ten 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 ten years to be reckoned form the date after the
maintenance period prescribed in the contract.
Providing that the Guarantor will not be responsible for leakage caused by
earthquake or structural defects or misuse of roof or alteration and for such purpose.
a) Misuse of roof shall mean any operation which will damage proofing
treatment, like chopping of firewood and things of the same nature which
might cause damage to the roof.
b) Alteration shall mean construction of an additional storey or a part of the roof
or construction adjoining to existing roof whereby proofing treatment is
removed in parts.
c) The decision of the Engineer-in-charge with regard to cause of leakage shall
be final.
During the period of guarantee, the guarantor shall make good all defects and in
case of any defect being found render the building water proof to the satisfaction of the
Engineer-in-charge at his cost and shall commence the work for such rectification within
seven days from the date of issue of the notice from the Engineer-in-charge calling upon
him to rectify the defects failing which the work shall be got done by the Department by
some other contractor at the GUARANTORS cost and risk. The decision of the
Engineer-in-charge as to the cost, payable by the Guarantor shall be final and binding.
That if the Guarantor fails to execute the water proofing or commits breach there
under, then the Guarantor will indemnify the Principal and his successor against all loss,
damage, cost, expense or otherwise which may be incurred by him by reason of any
default 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
C
I
O
NIL
AE(P)
EE(P)
Page 101
fu--fo
fo-ds-yks-fu
incurred by the Government of 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 of1. ________________________________
2. ________________________________
Singed for and on behalf of the President of India by
_________________
In the presence of
1. __________________________ 2. _____________________________
C
I
O
NIL
AE(P)
EE(P)
Page 102
fu--fo
fo-ds-yks-fu
Annexure-IV
TO BE EXECUTED BY THE CONTRACTOR FOR REMOVAL OF
DEFECTS AFTER COMPLETION IN RESPECT OF ALUMINUM WORKS
The agreement made this ___________ day of __________ Two Thousand and
________
between
____________________________
son
of
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 work in the said contract recited structurally stable
workmanship, finishing and use of sound materials.
AND WHEREAS THE GUARANTOR agreed to give a guarantee to the affect
that the said work will remain structurally stable and guaranteed against faulty
workmanship, finishing and unsound materials and other related problems.
NOW THE GUARANTOR hereby guarantee that work executed by him will
remain structurally stable after the expiry of maintenance period prescribed in the
contract for the minimum life of five years to be reckoned from the date after expiry of
maintenance period prescribed in the contract.
The decision of the Engineer-in-charge with regard to nature and cause of defect
shall be final.
During this period of guarantee, the guarantor shall make good all defects to the
satisfaction of 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 risk and cost. The decision of the Engineer-in-Charge as to the cost
payable by the Guarantor shall be final and binding.
C
I
O
NIL
AE(P)
EE(P)
Page 103
fu--fo
fo-ds-yks-fu
That if the guarantor fails to make good all the defects, commits breach
thereunder, then the guarantor will indemnify the principal and his successor 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 both the parties.
IIN WITNESS WHEREOF these presents, have been executed by the obligator
__________
________________________________________________
and
__________________________
2.
__________________________
__________________________
2.
__________________________
C
I
O
NIL
AE(P)
EE(P)
Page 104
fu--fo
fo-ds-yks-fu
Annexure-V
BANK GUARANTEE BOND
In consideration of the President of India (hereinafter called the Government) having
agreed under the terms and conditions of agreement No. _______________________
dated ______________ made between _____________ and __________________
(hereinafter called the contractor(s)) ____________ for the work _________ ________
___________________________________ (hereinafter called the said agreement)
having agreed to production of a irrevocable Bank Guarantee for Rs. ___________
(Rupees ___ ______ ________________________________________ only) as a
security/guarantee from the contractor(s) for compliance of his obligations in
accordance with the terms and conditions in the said agreement, we
(hereinafter referred to as the Bank) hereby undertake to
pay to the
(Indicate the name of the
Bank)
Government an amount not exceeding Rs.__________ (Rs. _______________
_________________ only) on demand by the Government.
2. We
under this Guarantee without any demure, merely on a demand from the Government
stating that the amount claimed is required to meet the recoveries due or likely to be due
from the said contractor(s). Any such demand made on the bank shall be conclusive as
regards the amount due and payable by the bank under this guarantee. However, our
liability under this guarantee shall be restricted to an amount not exceeding Rs.
_________ (Rupees __________________________________ only).
3.
We, the said bank further undertake to pay to the government any money so
demanded notwithstanding any dispute or disputes raised by the contractor(s) in any
suit or proceeding pending before any court or tribunal relating thereto, our liability under
this present being absolute and unequivocal.
The payment so made by us under this bond shall be a valid discharge of our
liability for payment thereunder and the contractor(s) shall have no claim against us for
making such payment.
4. We
the
guarantee
herein
NIL
AE(P)
EE(P)
Page 105
fu--fo
fo-ds-yks-fu
remain in full force and effect during the period that would be taken for performance of
the said agreement and that it shall continue to be enforceable till all the dues of the
Government under or by virtue of the said agreement have been fully paid and its claims
satisfied or discharged or till Engineer-in-charge on behalf of the government certified
that the terms and conditions of the said agreement have been fully and properly carried
out by the said contractor(s) and accordingly discharges this guarantee.
5. We
shall have the fullest liberty without our consent and without effecting in any manner our
obligations hereunder to vary any of the terms and conditions of the said agreement or
to extend time of performance by the said contractor(s) from time to time or to postpone
for any time or from time to time any of the powers exercisable by the government
against the said contractor(s) and to forebear or enforce any of the terms and conditions
relating to the said agreement and we shall not be relieved from our liability by reason of
any such variation, or extension being granted to the said contractor(s) or for any
forbearance, act of omission on the part of the government or any indulgence by the
Government to the said contractor(s) or by any such matter or thing whatsoever which
under the law relating to sureties would, but for this provision, have effect of so relieving
us.
6.
This guarantee will not be discharged due to the change in the constitution of the
Bank or the contractor(s).
7. We
day
of
NIL
AE(P)
EE(P)
Page 106
fu--fo
fo-ds-yks-fu
Annexure-VI
AFFIDAVIT
I /We have submitted a bank guarantee for the work ____________________________
______________________________________________________________________
__
(Name of work)
Agreement
No.
___________________________________________________________
Dated
____________________from
__________________________________________
(Name of the Bank with full address)
to the Executive Engineer _________________________________________with a
view
(Name of the Division)
to seek exemption from payment of performance guarantee in cash. This Bank
guarantee expires on ______________________________________________ I / We
undertake to keep the validity of the bank guarantee intact by getting it extended from
time to time at my / our own initiative up to a period of _______________________
months after the recorded date of completion of the work or as directed by the Engineer
in charge.
I / We also indemnify the Government against any losses arising out of nonencasement of the bank guarantee if any.
(Deponent)
Signature of Contractor
Note : The affidavit is to be given by the Executants before a first class Magistrate.
C
I
O
NIL
AE(P)
EE(P)
Page 107
fu--fo
fo-ds-yks-fu
Annexure-VII
Such specialized agencies should be in such business for more than last five years.
Those agencies should have satisfactorily completed at least five numbers such
specialized works of amount more as required under this notice inviting tenders, during
last three years.
The main agency shall have to submit credentials of such specialized agency along with
full technical details of works executed, to whom he want to engage for the work and
shall have to obtain prior approval from the engineer in charge.
The responsibility of the quality of work executed by the specialized agency shall be
owned jointly by the specialized agency and main agency. However, prime responsibility
shall be owed by the main agency.
C
I
O
NIL
AE(P)
EE(P)
Page 108
fu--fo
fo-ds-yks-fu
ADDITIONAL CONDITION FOR SUBMISSION OF THE
STRUCTURAL DESIGN & DRAWING
The Contractor/Agency shall submit hard and soft copies of structural design of whole
building along with detailed design calculations and six sets of structural drawings within
15 days of award of work. If he fails to submit the drawings along with detailed design
calculation by this time, the delay on this account will be attributable to the contractor.
The design should be based on the soil investigation report and the architectural
drawings supplied by the department. The design should be got done through a reputed
design consultant with the prior approval of the Engineer-in-charge. The
contractor/Agency has to get the drawings duly proof checked by some reputed
Govt. Institution. Nothing extra shall be paid to the Contractor/Agency on this account.
The work shall be executed in accordance with the drawings duly proof checked by
some reputed Govt. institution, which will be issued at regular intervals as per
requirement. No extra time for submission and approval of structural drawings will be
granted. Change in design if any, as may be required to meet the provision of relevant
IS code and the accepted designs principle and CPWD specification shall be made
accordingly by the Contractor/Agency without any cost.
accepting authority in this regard shall be final and binding on the Contractor/Agency
shall not be open to Arbitration.
C
I
O
NIL
AE(P)
EE(P)
Page 109
fu--fo
fo-ds-yks-fu
Description
1
1.1
1.1.1
1.2
1.2.1
1.3
1.3.1
1.4
2.1
6570.00
cum
670.00
cum
140.00
metre
Rate (`)
`)
Amount (`)
`)
Unit
EARTH WORK
1.3.1.1
1.5
Qty
3490.00
cum
82.00
cum
CONCRETE WORK
Providing and laying in position cement
concrete of specified grade excluding the cost
of centering and shuttering - All work up to
plinth level :
C
I
O
NIL
AE(P)
EE(P)
Page 110
fu--fo
fo-ds-yks-fu
2.1.2
391.00
cum
2.2
8.00
cum
239.00
sqm
509.00
sqm
557.00
sqm
3591.00
sqm
310.00
sqm
3713.00
sqm
2882.00
sqm
159.00
sqm
349.00
sqm
127.00
metre
143.00
sqm
2.2.1
2.3
3.1
3.1.1
3.1.2
3.1.3
3.1.4
3.1.5
3.1.6
3.1.7
girders,
3.1.8
3.1.2
3.1.2.1
Under 20 cm wide
3.1.2.2
3.2
3.2.1
3.3
63760.00
Kg
C
I
O
NIL
AE(P)
EE(P)
Page 111
fu--fo
fo-ds-yks-fu
3.3.1
3.4
193310.00
Kg
3.4.1
738.00
cum
3.4.2
1389.00
cum
1064.00
Qtls
9.00
cum
3.5
4
4.1
4.1.1
4.2
4.2.1
4.3
4.3.1
4.4
5
5.1
655.00
cum
2943.00
sqm
274.00
metre
MARBLE WORK
Providing and fixing 18 mm thick gang saw
cut, mirror polished, premoulded and
prepolished, machine cut for kitchen platforms,
vanity counters, window sills , facias and
similar locations of required size, approved
shade, colour and texture laid over 20 mm
thick base cement mortar 1:4 (1 cement : 4
coarse sand), joints treated with white cement,
mixed with matching pigment, epoxy touch
ups, including rubbing, curing, moulding and
polishing to edges to give high gloss finish etc.
complete at all levels.
C
I
O
NIL
AE(P)
EE(P)
Page 112
fu--fo
fo-ds-yks-fu
5.1.1
5.1.1.1
5.1.2
5.1.2.1
5.2
6
6.1
6.1.1
6.2
6.2.1
6.2.1.1
6.3
6.3.1
6.3.1.1
6.4
6.4.1
179.00
sqm
52.00
sqm
78.00
each
35.20
cum
583.00
sqm
354.00
sqm
285.00
sqm
C
I
O
NIL
AE(P)
EE(P)
Page 113
fu--fo
fo-ds-yks-fu
6.4.2
663.00
sqm
6.5
728.00
sqm
6.6
5460.00
kg
1532.00
each
30.00
each
152.00
each
292.00
each
2654.00
each
80.00
each
6.6.1
6.7
6.8
6.8.1
6.8.2
250x16 mm
6.9
6.9.1
6.9.2
150x10 mm
6.10
6.11
6.11.1
6.11.2
100 mm
6.12
6.12.1
C
I
O
904.00
each
1752.00
each
212.00
each
NIL
AE(P)
EE(P)
Page 114
fu--fo
fo-ds-yks-fu
6.14
6.14.1
6.15
6.16
6.16.1
6.16.1.1
6.16.1.1.
1
6.16.2
6.16.2.1
6.16.2.1.
1
7
7.1
403.00
metre
122.00
sqm
284.00
sqm
583.00
sqm
190.00
each
30 mm thick shutters
With ISI marked stainless steel butt
hinges of required size
second class teak wood
STEEL
WORK
C
I
O
NIL
AE(P)
EE(P)
Page 115
fu--fo
fo-ds-yks-fu
7.2
7.2.1
7.3
7.3.1
8
8.1
8.1.1
8.2
8.3
8.4
5340.00
kg
2420.00
kg
3102.00
sqm
360.00
sqm
1659.00
sqm
557.00
sqm
FLOORING
Kota stone slab flooring over 20 mm (average)
thick base laid over and jointed with grey
cement slurry mixed with pigment to match the
shade of the slab, including rubbing and
polishing complete with base of cement mortar
1 : 4 (1 cement : 4 coarse sand) :
25 mm thick
Kota stone slabs 20 mm thick in risers of
steps, skirting, dado and pillars laid on 12 mm
(average) thick cement mortar 1:3 (1 cement:
3 coarse sand) and jointed with grey cement
slurry mixed with pigment to match the shade
of the slabs, including rubbing and polishing
complete.
Providing and fixing Ist quality ceramic glazed
wall tiles conforming to IS: 15622 (thickness to
be specified by the manufacturer), of approved
make, in all colours, shades except burgundy,
bottle green, black of any size as approved by
Engineer-in-Charge, in skirting, risers of steps
and dados, over 12 mm thick bed of cement
mortar 1:3 (1 cement : 3 coarse sand) and
jointing with grey cement slurry @ 3.3kg per
sqm, including pointing in white cement mixed
with pigment of matching shade complete.
C
I
O
NIL
AE(P)
EE(P)
Page 116
fu--fo
fo-ds-yks-fu
8.5
8.5.1
8.6
8.6.1
9
9.3
9.3.1
9.4
9.4.1
9.4.1.1
9.4.2
9.4.2.1
9.4.3
9.4.3.1
9.5
9.5.1
9.6
461.00
sqm
47.00
sqm
442.00
metre
34.00
each
34.00
each
34.00
each
136.00
each
34.00
each
C
I
O
NIL
AE(P)
EE(P)
Page 117
fu--fo
fo-ds-yks-fu
9.7
10
FINISHING
10.1
10.1.1
10.2
10.2.1
10.3
10.3.1
Sqm
6260.00
sqm
4220.00
sqm
4970.00
sqm
1340.00
sqm
10950.00
sqm
4490.00
sqm
10.4
10.5
10.6
10.6.1
409
C
I
O
NIL
AE(P)
EE(P)
Page 118
fu--fo
fo-ds-yks-fu
10.7
10.7.1
10.8
10.8.1
10.9
10.9.1
10.10
10.10.1
10.11
11
11.1
11.1.1
11.2
11.2.1
11.3
4590.00
sqm
10950.00
sqm
10950.00
sqm
5740.00
sqm
4490.00
sqm
28.00
each
14.00
each
NIL
AE(P)
EE(P)
Page 119
fu--fo
fo-ds-yks-fu
required :
11.3.1
11.4
11.4.1
11.4.1.1
11.5
11.5.1
11.6
11.6.1
12.00
each
2.00
each
42.00
each
11.6.1.1
32 mm dia
42.00
each
11.6.1.2
40 mm dia
2.00
each
42.00
each
14.00
each
641.00
metre
192.00
each
36.00
each
74.00
each
11.7
11.8
11.8.1
11.9
11.9.1
11.9.1.1
11.10
11.10.1
11.11
11.11.1
11.11.1.1
11.12
11.12.1
11.12.1.1
C
I
O
NIL
AE(P)
EE(P)
Page 120
fu--fo
fo-ds-yks-fu
11.13
11.13.1
11.13.1.1
11.14
11.14.1
11.15
11.15.1.1
11.16
11.16.1
11.16.1.1
11.17
11.17.1
11.18
11.18.1
11.18.1.1
11.19
11.19.1
each
12.00
each
30.00
each
966.00
each
104.00
each
381.00
metre
42.00
Each
40.00
Each
368.00
metre
260.00
metre
11.21
12.1
84.00
100 mm
11.20
12
each
100x100x100 mm
11.14.1.1
11.15.1
68.00
WATER SUPPLY
12.1.1
12.1.2
C
I
O
NIL
AE(P)
EE(P)
Page 121
fu--fo
fo-ds-yks-fu
12.2
12.2.1
12.2.2
12.3
66.00
metre
544.00
metre
12.3.1
8.00
each
12.3.2
2.00
each
32.00
each
42.00
each
12.4
12.4.1
12.5
12.5.1
45 cm length
12.5.2
15 mm nominal bore
12.6
PVC
12.6.1
25 mm diameter pipe
368.00
metre
12.6.2
50 mm diameter pipe
260.00
metre
12.7
12.7.1
32.00
each
12.7.2
25 mm nominal bore
40.00
each
12.7.3
50 mm diameter pipe
10.00
each
12.8
12.9
per
litre
12.9.1
15 mm nominal bore
12.10
12.10.1
32000.00
C
I
O
52.00
each
138.00
each
NIL
AE(P)
EE(P)
Page 122
fu--fo
fo-ds-yks-fu
12.11
12.12
12.13
12.14
13
13.1
13.1.1
13.2
13.2.1
13.3
13.3.1
13.3.1.1
4.00
Each
42.00
Each
84.00
Each
38.00
Each
156.00
metre
155.00
metre
12.00
each
C
I
O
NIL
AE(P)
EE(P)
Page 123
fu--fo
fo-ds-yks-fu
13.4
13.4.1
13.4.1.1
13.5
13.5.1
13.5.1.1
14
14.1
14.1.1
14.1.1.1
14.1.2
14.1.2.1
12.00
each
4.00
metre
C
I
O
195.00
kg
156.00
kg
NIL
AE(P)
EE(P)
Page 124
fu--fo
fo-ds-yks-fu
14.3
14.3.1
14.4
14.5
14.5.1
15
15.1
16.00
117.00
sqm
Kg
8.00
each
203.00
sqm
WATER PROOFING
Providing and laying water proofing treatment
in sunken portion of WCs, bathroom etc., by
applying cement slurry mixed with water
proofing cement compound consisting of
applying
:
a) First layer of slurry of cement @ 0.488
kg/sqm mixed with water proofing cement
compound @ 0.253 kg/ sqm. This layer will be
allowed
to air
cure
for
4
hours.
b) Second layer of slurry of cement @ 0.242
kg/sqm mixed with water proofing cement
compound @ 0.126 kg/sqm. This layer will be
allowed to air cure for 4 hours followed with
water
curing
for
48
hours.
The rate includes preparation of surface,
treatment and sealing of all joints, corners,
junctions of pipes and masonry with polymer
mixed slurry.
C
I
O
NIL
AE(P)
EE(P)
Page 125
fu--fo
fo-ds-yks-fu
15.2
15.2.1
1028.00
sqm
Total
C
I
O
NIL
AE(P)
EE(P)
Page 126
fu--fo
fo-ds-yks-fu
PART-C
SCHEDULE A TO F FOR MINOR COMPONENT OF THE
WORK,
GENERAL/SPECIFIC
CONDITIONS,
SPECIFICATIONS AND SCHEDULE OF QUANTITIES
APPLICABLE TO MINOR COMPONENT OF THE
ELECTRICAL WORK.
C
I
O
NIL
AE(P)
EE(P)
Page 127
fu--fo
fo-ds-yks-fu
SCHEDULE A, B, C, D, E & F
FOR MINOR COMPONENT (ELECTRICAL WORK)
SCHEDULE B
Schedule of materials to be issued to the contractor:
Rates in figures & words at
S. No.
Description of item
Quantity which the material will be
charged to the contractor
1
2
3
4
--------------NIL ----------------
SCHEDULE C
Tools and plants to be hired to the contractor
S. No.
Description
1
2
Place of issue
5
Place of issue
4
--------------NIL ----------------
SCHEDULE D
Extra schedule for specific requirements/document for the work, if any:
As attached in
tender form
SCHEDULE E
Schedule of component of other Materials, Labour. POL etc. for price
escalation:
CLAUSE 10 CC
NIL
SCHEDULE F
Reference to General Conditions of contract.
Name of Work:
C/o Two Nos. 120 men barrack i/c EI, fans, Light fixtures for 36th Bn.
ITBP at Lohaghat, Haldwani (UK).
Indicated in schedule F of
Civil component
C
I
O
NIL
AE(P)
EE(P)
Page 128
fu--fo
fo-ds-yks-fu
DIRECTIONS :
Definitions:
2(v)
Engineer-in Charge
See below
2(vii)
Accepting Authority
2(x)
2(xi)
2(xii)
Department:
9(ii)
Clause 1
iii)
iv)
15 Days
7 Days
Clause 2
Superintending
Engineer
(C),
Haldwani Central Circle, CPWD.
Haldwani Or successor thereof
Clause 2 A
Yes
Clause 5
22 Days
As per Civil Component
Authority to decide:
i)
Extension of time
NOTE: Date of completion for civil as well as electrical items of work will be same. Levy of
compensation under Clause 2 as well as fair and reasonable extension of time will be
granted by the Superintending Engineer (C), Haldwani Central Circle, CPWD.
C
I
O
NIL
AE(P)
EE(P)
Page 129
fu--fo
fo-ds-yks-fu
Haldwani Or successor thereof in consultation with and on receipt of required
information in this regard from Executive Engineer, Almora Central Division, CPWD,
Almora for Civil works and Executive Engineer (El.), Haldwani Project Elect.
Division, CPWD. Haldwani for Electrical work.
Clause 6, 6A
Clause applicable
Clause 7
Clause 10A
As per Civil
Component
----
Clause 10 B
(ii) & (iii)
As per Civil
Component
Clause 10 C
As per Civil
Component
Clause 10 CA
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:
Clause 11
Clause 12
12.2 & 12.3
C
I
O
30%
NIL
AE(P)
EE(P)
Page 130
fu--fo
fo-ds-yks-fu
12.5
Superintending Engineer(El.),
Dehradun Central Electrical Circle,
CPWD, Dehradun
Minimum
Qualification of
Technical
Representative
Designation
(Principal
Technical/Technica
l representative
number
Sl.
No.
Discipline
Clause 36(i)
Minimum
experience
Clause 16
100%
Assistant Engineers retired from Government services that are holding Diploma will be
treated at par with Graduate Engineers.
Clause 42
i)
a)
ii)
N.A.
N.A.
N.A.
b)
N.A.
c)
Nil
Sl
No
Description of items
NIL
C
I
O
NIL
AE(P)
EE(P)
Page 131
fu--fo
fo-ds-yks-fu
TERMS AND CONDITIONS FOR INTERNAL AND EXTERNAL ELECTRICAL WORKS
The contractor is advised to visit the site of work to have an idea of the execution
of the work; failure to do so shall not absolve their responsibility to do the work
as specified in agreement.
3.0
Rates:
3.1.
The work shall be treated as on works contract basis and the rates tendered
shall be for complete items of work (except the materials, if any, stipulated for
supply by the department) inclusive of all taxes (including works contract tax, if
any), duties, and levies etc. and all charges for items contingent to the work,
such as packing, forwarding, insurance, freight and delivery at site for the
materials to be supplied by the contractor, watch and ward of all materials
(including those supplied by the department, if any) for the work at site etc
3.2.
4.0
4.1.
Being an indivisible works contract, Sales Tax, Excise Duty etc. are not payable
separately.
4.2.
The works contract tax shall be deducted from the bills of the contractor as
applicable in the State in which the work is carried out, at the time of payments.
5.0
Mobilization Advance:
No mobilization advance shall be paid for the work, unless otherwise stipulated
in tender papers for any individual works/ composite work.
6.0
Completeness of Tender:
All sundry fittings, assemblies, accessories, hardware items, foundation bolts,
termination lugs for electrical connections as required, and all other sundry items
which are useful and necessary for proper assembly and efficient working of the
various components of the work shall be deemed to have been included in the
tender, whether such items are specifically mentioned in the tender documents
or not.
7.0
Unless and otherwise specified in the tender documents, the following works
shall be arranged by the Department:
C
I
O
NIL
AE(P)
EE(P)
Page 132
fu--fo
fo-ds-yks-fu
(i)
8.0
9.0
(i)
(ii)
Cutting and making good all damages caused during installation and
restoring the same to their original finish.
(iii)
Sealing of all floor openings provided by him for pipes and cables, from
fire safety point of view, after laying of the same.
(iv)
Painting at site of all exposed metal surfaces of the installation other than
pre-painted items like fittings, fans, switchgear/distribution gear items,
cubical switchboard etc. Damages to finished surfaces of these items
while handling and erection, shall however be rectified to the satisfaction
of the Engineer-in-Charge.
(v)
(vi)
Storage space for all equipments, components and materials for the work
10.0
NIL
AE(P)
EE(P)
Page 133
fu--fo
fo-ds-yks-fu
Contractor will take due care to ensure safety of electrical installation during
execution of work.
11.0
12.0
Payment Terms:
Payment shall be made as per the relevant clauses of form PWD 7/8 forming
part of the tender documents.
13.0
13.1.
Care of buildings:
Care shall be taken by the contractor to avoid damage to the building during
execution of his part of the work. He shall be responsible for repairing all
damages and restoring the same to their original finish at his cost. He shall also
remove, at his costs, all unwanted and waste materials arising out of his work,
from the site.
14.0
(ii)
(iii)
(iv)
C
I
O
NIL
AE(P)
EE(P)
Page 134
fu--fo
fo-ds-yks-fu
15.0
Addition to an installation:
Any addition, temporary or permanent, to the existing electrical installation shall
not be made without a properly worked out scheme/design by a qualified
Electrical Engineer to ensure that such addition does not lead to overloading,
safety violation of the existing system.
16.0
17.0
(ii)
(iii)
The contractor shall not tamper with any of the existing installations
including their switching operations or connections there to without
specific approval from the Engineer-in-charge.
Drawings:
(i)
The work shall be carried out in accordance with the drawings and the
tender documents and also in accordance with modification thereto from
time to time as approved by the Engineer-in-charge.
(ii)
(iii)
All circuits shall be indicated and numbered in the wiring diagram and the
points shall be given the same number as the circuit to which they are
electrically connected.
(iv)
After award of the work, the firm will be required to submit the drawings
for the proposed work including layout plan, conduit routes etc. Work will
be carried out as per the approved drawings.
18.0
18.1.
All electrical works shall be carried out in accordance with the provisions of
Indian Electricity Act, 1910 and Indian Electricity Rules, 1956 amended up to
date (Date of call of tender unless specified otherwise). List of rules of particular
importance to electrical installations under these General Specifications is given
in Appendix C for reference.
C
I
O
NIL
AE(P)
EE(P)
Page 135
fu--fo
fo-ds-yks-fu
19.0
19.1.
20.0
20.1.
20.2.
(i)
(ii)
(iii)
(iv)
Adequate care to ensure that only tested and genuine materials of proper quality
are used in work shall be ensured by firm. The firm shall ensure that:
(i)
Material will be ordered & delivered at site only with the prior approval of
the department to ensure timely delivery.
(ii)
As and when the order is placed for the fittings/ fixtures, cables,
switchgears, poles, rising main, other main items etc, its copy shall be
endorsed to the CPWD Engineer-in-charge.
(iii)
The firm will be required to procure material like exhaust fans, MCBs &
DBs, switches & sockets, wires & cables, conduits and switchgears etc
directly from the manufacturer/ authorized dealers to ensure genuineness
& quality and as per the approved makes only. Proof in this regard shall
be submitted by the contractor before installation at site to the
department.
(iv)
(v)
(vi)
NIL
AE(P)
EE(P)
Page 136
fu--fo
fo-ds-yks-fu
20.3.
Similarly, for fabricated equipments, the contractor will first submit dimensional
detailed drawings for approval before fabrication is taken up in the factory.
Suitable stage inspection at factory also will be made to ensure proper use of
materials, workmanship and quality control.
21.0
Ratings of components:
21.1.
21.2.
22.0
Conformity to standards:
22.1.
22.2.
23.0
Interchangeability:
Similar parts of all switches, lamp holders, distribution fuse boards, Switch gears,
ceiling roses, brackets, pendants, fans and all other fittings of the same type
shall be interchangeable in each installation.
24.0
Workmanship:
24.1.
24.2.
24.3.
24.4.
NIL
AE(P)
EE(P)
Page 137
fu--fo
fo-ds-yks-fu
seven tank process, powder/epoxy paint plant, proper testing facilities, manned
by qualified technical personnel. These shall be as per make / item approved.
25.0
Testing:
All testes prescribed in this General Specification, to be done before, during and
after installation, shall be carried out, and the test results shall be submitted to
the Engineer-in-charge in prescribed Performa, forming part of the Completion
Certificate.
26.0
Commissioning on completion:
27.1.
For all works completion certificate after completion of work as given in Appendix
E of CPWD Specification shall be submitted to the Engineer-in-charge.
27.2.
Completion plan drawn to a suitable scale in tracing cloth with ink indicating the
following, along with three blue print copies of the same shall also be submitted.
28.0
(i)
(ii)
(iii)
(iv)
(v)
(vi)
Guarantee
The installation will be handed over to the department after necessary testing
and commissioning. The installation will be guaranteed against any defective
design/workmanship. Similarly, the materials supplied by the contractor will be
guaranteed against any manufacturing defect, inferior quality. The guarantee
period will be for a period of 36 months from the date of handing over to the
department. Installation/ equipments or components thereof shall be rectified/
repaired to the satisfaction of the Engineer-in-charge. The firm will be required to
submit guarantee of material from the manufacturer to the department.
NIL
AE(P)
EE(P)
Page 138
fu--fo
fo-ds-yks-fu
ADDITIONAL TERMS & CONDITIONS FOR ELCTRICAL WORK
Name of Work : - C/O 02 Nos. 120 Men Barrack for 36th Bn. ITBP at Lohaghat,
Haldwani (UKD). (SH:- Providing EI, Fans & Light fixtures).
The order of preference in case of any discrepancy as indicated in condition no.
1 under Conditions of contract given in the Standard CPWD Contract form
may be read as the following:
(a)
(b)
(c)
General conditions.
(d)
(e)
(f)
(g)
(h)
(i)
Manufacturers specifications.
specifications
and
special
2.
3.
The contractor shall give due notices to Municipality, Police and/or other
authorities that may be required under the law/rules under force and obtain
all requisite permissions/licenses for temporary obstructions/enclosures and
C
I
O
NIL
AE(P)
EE(P)
Page 139
fu--fo
fo-ds-yks-fu
pay all charges which may be leviable on account of his execution of the
work under the agreement. Nothing extra shall be payable on this account.
4.
The contractor shall leave such recesses, holes, openings, etc., as may be
required for the electric, air-conditioning and other related works. (For this
purpose any required inserts, sleeves, brackets, conduits, base plates,
insert plates, clamps etc. shall be arranged by the contractor and fix the
same at the time of casting of concrete, stone work & brick work, if required,
and nothing extra shall be payable on this account.
5.
The contractor shall give a trial run of the equipments and machinery for
establishing its capability to achieve the specifications within laid down
tolerances to the satisfaction of the Engineer-in-charge before
commencement of work.
6.
The work will be carried out in close coordination with the building work and
other agencies. Conduits will be laid in the slab within the specified time and
it will have to be ensured that the casting of slabs is not delayed for want of
laying of conduits. The conduits will also be laid in walls before the Plaster
work is undertaken so as to avoid breaking cutting of plaster while making
chase for laying of conduits subsequently. The contractor will have to
employ adequate labour for carrying out the work. No claim regarding the
idle labour for any reason will be entertained by the Department.
7.
No tools and plants including special T&P etc. shall be supplied by the
department and the contractor will have to make his own arrangements at
his expenses.
8.
All tools, plant and machinery provided by the contractor shall, when brought
at the site, be deemed to be exclusively intended for the construction and
completion of this work and the contractor shall not remove the same or any
part thereof(save for the purpose of moving it from one part of the site to
another) without the consent of the Engineer-in-charge.
9.
10. No foreign exchange shall be made available by the department for the
purchase of equipments, plants, machinery, materials of any kind or any
other items required to be carried out in execution of work.
11. The contractor shall carry out his work, so as not to interfere with or hinder
the progress or completion of the work being performed by other contractor
(s) or by the Engineer-in-charge and shall as far as possible arrange his
work and shall place and dispose off the materials being used or removed,
so as not to interfere with the operations of other contractors, or he shall
arrange his work with that of the others in an acceptable and coordinated
manner and shall perform it in proper sequence to the entire satisfaction of
Engineer-in-charge.
C
I
O
NIL
AE(P)
EE(P)
Page 140
fu--fo
fo-ds-yks-fu
12. All items which are not covered while carrying out electrical work shall be
removed and shall be cleared by the contractors as soon as the work is
completed.
13. The contractor shall give the Engineer-in-charge in every fortnight, a
progress report of the work done during the previous fortnight. The progress
of work will be reviewed periodically by the Engineer-in-charge with the
contractor and shortfalls, if any, sorted out. The contractor shall thereupon
take such action as may be necessary to bring back his work to schedule
without any additional cost to the department.
14. It shall be responsibility of the main contractor to sort out any dispute
involved with the associated contractor without any time and cost overrun to
the department. The main contractor shall be solely responsible for settling
the dispute/litigation arising out of his agreement with the associate
contractor. The contractor shall ensure that the work shall not suffer on this
account.
15. The contractor shall quote his rates considering the specifications, terms &
conditions and particular specifications and special conditions etc. and
nothing extra shall be payable whatsoever unless otherwise specified.
16. The main contractor shall be responsible for coordinating the activities of all
works and essential progress of works as per milestone and laid down
program.
17. The contractor shall be responsible for the watch and ward of the
site/property/material provided by him and materials issued by the
department against pilferage and breakage during the period of execution
and thereafter till the work is completed and physically handed over to the
department.
18. Samples of all materials, fittings and other materials/articles required for
execution of the work shall be got approved from the Engineer-in-charge.
Materials/articles manufactured by the firms of repute as indicated in tender
documents and approved by the Engineer-in-charge shall only be used.
19. The contractor shall ensure quality construction in a planned and time bound
manner. Any sub-standard material or work beyond set out tolerance limits
shall be summarily rejected by the Engineer-in-charge.
20. The contractor shall be required to make a sample flat for each type at the
earliest opportunity using all approved materials for approval of Engineer in
charge before mass scale finishing works are taken up.
21. Even ISI marked materials shall be subjected to quality test at the discretion
of the Engineer-in-charge besides testing of other materials as per the
specifications described for the item/material. Whenever ISI marked
materials are brought to the site of work; the contractor shall, if required by
the Engineer-in-charge, furnish manufacturers test certificates to establish
that the materials procured by the contractor for incorporation in the work
C
I
O
NIL
AE(P)
EE(P)
Page 141
fu--fo
fo-ds-yks-fu
satisfy the provisions of IS codes relevant to the material and/or the work
done.
22. The contractor shall have to engage well experienced skilled labour and
deploy modern T&P and other equipments to execute the work.
23. The firm shall use only electrically operated chase cutting machine for
cutting the chases in the wall for recessed conduit wiring.
24. The contractor will have to make his own arrangement for storage of
materials. No storage space shall be provided by department.
25. The contractor will have to make his own arrangement for water and power
supply for execution of works.
26. The contractor will have to ensure that the skilled labour i.e. wireman etc.,
Engaged in the execution of the work must possess valid electrical license,
otherwise he will not be permitted to execute the work.
27. The associate contractors executing the electrical works must possess the
valid electrical contractor license otherwise they will not be permitted to
execute the electrical works.
28. The contractor shall be responsible for removal of all defects in the work
during the guarantee/warranty period. The department shall carry out routine
maintenance only. However, if any failure is noticed during this period which
is attributable to poor quality of material and bad workmanship, the
contractor will be required to rectify the same at his own cost, failure of
which the department will be at liberty to get the defects rectified at the risk
& cost of the contractor. The contractor will also be required to carryout his
own inspection/testing during the guarantee/warranty period and attend to
any defect taking place during this period.
29. Priority to arrange the material shall be decided by the department. However
material required for the work shall be brought at site only at the appropriate
time keeping in view the progress of building works as well as Electrical &
Mechanical works. Decision of Engineer-in -charge in this regard shall be
final.
30. The contractor has to intimate his authorized representative, who will be
receiving instructions in his absence. The contractor /his authorized
representative is bound to sign the site order book as and when required by
the Engineer-in-charge and to comply with the instructions therein.
31. Suitable back plates providing for fixing the wall brackets and ceiling flush
fittings shall be supplied by the contractor free of cost.
32. It shall be responsibility of contractor to provide polythene/PVC plastic
cover for all SDBs/meter boards/feeder pillars/panels etc. so as to protect
them from wear & tear/damage during execution stage. Contractor shall
provide the covers for the materials if any being supplied departmentally
also. Nothing extra shall be paid on this account.
C
I
O
NIL
AE(P)
EE(P)
Page 142
fu--fo
fo-ds-yks-fu
33. Contractor is fully responsible for any kind of damage to the LT/HT cable
during execution of work. No joints shall be allowed if the cable is damaged.
Contractor has to replace the full length at his own cost.
34. The MCB should be of same make as that of MCB DBs.
35. Colour coding shall have to be adopted in the wiring system as per
specification.
36. Tinned copper Earthing lugs/Thimbles/ferrules shall be provided for
termination of earth wire to all Metallic outlet boxes/fittings/fixtures/fan
regulator/MCB
DB/switch
board/Meter
board
etc.,
properly
crimped/brazed/soldered for which nothing extra shall be paid.
37. Suitable crimping tools shall be used for crimping the lugs/thimbles/ferrules.
Nothing extra shall be paid on this account. The lugs/thimbles/ferrules
pressed by conventional/ordinary pliers shall not be accepted.
38. A suitable brass/tinned copper neutral link shall be fixed at suitable place in
the Metallic outlet boxes of all sizes to terminate neutral wire properly.
Nothing extra shall be paid on this account.
39. An earth termination with earth stud of brass/tinned copper i/c 2 No. metallic
washers or suitable earth bar of Brass/tinned copper with tinned copper
thimbles/ferrules/lugs should be suitably fixed at suitable place in the
Metallic outlet box for termination of protective earth conductor. Nothing
extra shall be paid on this account.
40. In the outlet boxes, phase from one switch to other switch shall be looped
with suitable size of solid copper conductor. Nothing extra shall be paid on
this account. Stranded conductor shall not be accepted.
41. Only required number of knockouts should be removed from Metallic outlet
boxes for entry of conduits. If more than required number of knockouts are
removed, the Metallic outlet box shall not be accepted.
42. Separate G.I. boxes shall be used for staircase light switches and bell push.
Nothing extra shall be paid on this account.
43. Metal sheath of Co-axial T.V. cable shall be terminated using 'U' shape
thimble/lugs/ferrules. Nothing extra shall be paid on this account.
44. To facilitate drawing of wires 16/18 SWG GI fish wire be provided along with
laying of recessed conduit. Nothing extra shall be paid on this account.
45. Cable connection to switch gear is deemed to be included in the item of end
termination. No extra payment shall be made for that.
C
I
O
NIL
AE(P)
EE(P)
Page 143
fu--fo
fo-ds-yks-fu
TECHNICAL SPECIFICATIONS FOR INTERNAL EI WORKS
1.
2.
3.
4.
Any conduit which is not be wired by the contractor shall be provided with
GI fish wire for wiring by some other agency subsequently. Nothing extra
shall be paid for the same.
5.
6.
The contractor shall follow the shortest route for circuits, submain, point
wiring etc.
7.
8.
Check nuts shall be provided while terminating the M.S. conduits in switch
board boxes for which nothing extra shall be paid.
9.
10.
11.
While deciding the size of switch boxes for light points/fan point, exhaust
fan point items, extra two modules will be provided for each fan point for
fixing of regulator(s) (fan regulator is to be provided under different item).
C
I
O
NIL
AE(P)
EE(P)
Page 144
fu--fo
fo-ds-yks-fu
Wherever extra modules are available, the same shall be provided with
blanking plates without any extra cost.
12.
13.
The building shall be provided with false ceiling in various areas. In order
to avoid maintenance problem the contractor will not provide any ceiling
rose/connector/looping box etc. above the false ceiling. The point wiring in
that case will be extended up to the fitting/fan etc. directly without
provisions of any termination arrangement in between. The wire from the
end point up to the fixture shall be considered to be included in the point
wiring. Nothing extra shall be paid for the same.
14.
15.
Earthing and all hidden items of work shall be carried out in the presence
of the Engineer-in-charge or his authorized representative.
16.
The fan box cover shall be made from 3mm thick phenolic laminated
sheet as per CPWD specification.
17.
18.
The metallic junction boxes & looping boxes shall be covered with
approved makes of phenolic laminated sheet. For telephone, television &
fire alarm system shall be provided at all the floors with in scope of work
without any extra cost as per requirement & layout approved by Engineerin-charge.
19.
The firm has to go through the site order book kept with the Junior
Engineer (E) regularly and has to sign the same and carryout the
instructions recorded therein by various officers of the department.
20.
The quantities of various items may vary from the quantities given in
schedule of work. The agency shall bring the various items & materials as
per actual requirement at site at the time of execution of work. Excess
quantities shall not be accepted & paid by the department.
21.
NIL
AE(P)
EE(P)
Page 145
fu--fo
fo-ds-yks-fu
modular type & of the same make as that of switches & sockets alongwith
earthing provision.
22.
The MCB distribution boards shall be factory fabricated in the works of the
manufacturer of the MCBs of any of the makes specified and the same
shall be duly pre-wired in the works. The board shall be brought to site in
ready for installation condition. The MCBs and the MCB distribution board
shall be of the same make.
23.
MCCB should have centrally adjustable overload setting 80% to 100% &
short circuit setting adjustable from 500% to 1000% of nominal current for
thermal type & overload setting 40% to 100% & short circuit setting
adjustable from 150% to 1000% of nominal current for microprocessor
type MCCB. All MCCB should be ICS=ICU.
C
I
O
NIL
AE(P)
EE(P)
Page 146
fu--fo
fo-ds-yks-fu
TECHNICAL SPECIFICATIONS OF LED FIXTURES
Test
NIL
AE(P)
EE(P)
Page 147
fu--fo
fo-ds-yks-fu
12
13
14
Operating
temperature
3
4
5
Protections
Working humidity
Conformation
standards of
luminaire (Test
reports of luminaire)
> 85%
As per IS:10322
Part 5 sec-3
sample will be
tested at
Ambient
Temperature +
10 Deg C.
From NABL
accredited Test
report(Accreditat
ion should be for
Photometry/Elec
tronics /Electrical
Testing) TEST
REPORT as per
IS:10322 part 5
Sec-3
/IEC:60598-2-3
NIL
AE(P)
EE(P)
Page 148
fu--fo
fo-ds-yks-fu
Finish
Luminaire
configuration /
technical
requirement
Test
Aesthetically designed housing with grey
color corrosion resistant polyester powder
coating
Side entry type. Shall consist of separate
optical and control gear compartments. It
should be easy replaceable in the field
condition.
Safety
16
190 - 270 V
50 HZ +/-5%
>0.9
>90
> 85%
> 130 Lm / Watt
>80
Avg Ambient at 45 Deg C
IP20
CRCA housing
L70 50,000 Burning hours
High Power LED
>80
50000 hrs at L-70
Should pass High Voltage Dielectric test of
1.5KV as per IS:10322
LM79 Test Certificate for lumens, CCT and
CRI must be provided for offered product
along-with offer.
C
I
O
NIL
AE(P)
EE(P)
Page 149
fu--fo
fo-ds-yks-fu
ADDITIONAL SPECIFICATION AND CONDITIONS (INTERNAL E.I.)
1. The work shall be carried out strictly in accordance with CPWD
specifications for electrical works Part-I Internal 2005 and 1995
(external) as amended upto date and in accordance with Indian
Electricity Rules, 1956, Indian Electricity Act, 1910 as amended
upto date and as per instructions of the Engineer-in-Charge
including as below and nothing will be paid extra.
2. All materials and makes to be used on this work by the contractor
shall be got approved from the Engineer-in-Charge before use at
site. Department has right to inspect the material at manufacturers
place before installation at site.
3. The Engineer-in-charge shall reserve the right to instruct the
contractor to remove the material, which in his opinion, is not as
per specifications / makes as acceptable & duly attached /
specified in the tender form.
4. The work shall be carried out according to approved
drawings/details which shall be subsequently issued to the
successful for execution of work and as per instructions of the
Engineer-in-Charge who will have the right to change the layout as
per requirement at site and the contractor shall not have any claim
due to change in layout.
5. All damages done to the building, roads, pathways, floors, walls
during execution of electrical work shall be the responsibility of the
contractor and the same will be made good immediately at his own
cost to the satisfaction of the Engineer-in-Charge. Any expenditure
incurred by the department in this condition shall be recovered
from the contractor and decision of the Engineer-in-Charge about
recovery shall be final.
6. The bad workmanship will not be accepted and defects shall be
rectified at contractors cost of the satisfaction of the Engineer-inCharge. The programme of electrical works are to be co-ordinated
in accordance with the building work and no claim for idle labour
will stipulated in the tender, electrical work shall have to be
completed within 30 days of the completion of civil work.
7. All the debris of the electrical works should be removed and the
site should be cleared by the contractor immediately after the
accruing of debris. Similarly any rejected material should be
immediately cleared off from the site by the contractor.
C
I
O
NIL
AE(P)
EE(P)
Page 150
fu--fo
fo-ds-yks-fu
8. Issue of material to the contractor wherever stipulated, shall be
according to the requirement at site from time to time depending
upon the progress of work.
9. Cement for this bonafied work is to be arranged and used by the
contractor himself and nothing extra will be paid on this account.
10. The contractor or his representative is bound to sign the site order
book as and when required by the Engineer-in-Charge and to
comply with the remarks therein.
11. The size of conduit and wiring shall be got approved from the
Engineer-in-Charge before taking upto the execution.
12. The contractor shall make his own arrangement at his own cost for
electrical/general tools and plants required for the work
13. Main board and main distribution board: The work shall be carried
out according to the drawings/details as approved by the Engineerin-Charge. The contractor shall have to get the samples approved
before the whole lot is brought to site and it shall include all inter
connections etc.
14. No Central/State sales tax/VAT/Contract tax/Excise duty etc. shall
be separately paid by the department. The rates tendered should
be inclusive all taxes and duties (exclusive of service tax)
Deduction of contract tax at source shall be made while releasing
payment through running/final bills @ 4% of such sum or as
applicable . A certificate specifying the rate and amount of
deduction shall however be issued. No Form-D, 31/32 (Road
permit) shall be issued by the department. The road permit shall be
arranged by the tenderer on his own.
15. The entire installation shall be at the risk and responsibility of the
contractor until these are tested and handed over to the
department. However if there is any delay in construction from the
department side, the installation may be taken over in parts, but
the decision on the same shall rest with Engineer-in-Charge which
shall be binding on the contractor.
16. Not withstanding the schedule of quantities, all items of interrelated
works considered necessary to make the installation complete and
operative are deemed to be included shall be provided by the
contractor at no extra cost.
17. The proof of purchase in the form of Invoice/cash memo, of all the
major components such as Cables, Wires, Fittings, MCB DBs,
Geysers, Exhaust fans etc. shall have to be produced by the
C
I
O
NIL
AE(P)
EE(P)
Page 151
fu--fo
fo-ds-yks-fu
contractor at the time of final bill or as and when demanded by the
department.
18. The report of all the XLPE insulated PVC sheathed armoured
power cables used at site of work shall have to be submitted by
the contractor at the time of submission of final bill.
19. The connection, inter connection, earthing and inter earthing for all
fittings / fans etc. shall be done by the contractor wherever
required and nothing extra shall be paid on this account.
20. Some of the items of work, if already executed: on that case the
successful tenderer shall have to use these items for completing
the work. For wiring, the existing conduit wherever required shall
be used by the contractor. The recovery will be made for these
items as accepted rate of other agencies.
21. Nothing extra shall be paid for :(a) Inter connections with thimbles/wires/tapes strips etc.
C
I
O
NIL
AE(P)
EE(P)
Page 152
fu--fo
fo-ds-yks-fu
SPECIAL CONDITIONS
The main lowest tenderer have to submit the following documents for
association of electrical contractor at least 7 days prior to depositing
performance guarantee.
1.
2.
3.
The main contractor will submit MOU signed with eligible registered
electrical contractor of CPWD only. The MOU in the enclosed form shall
be signed by both the parties i.e. main contractor as 1st party and
associated electrical contractor as 2nd party.
4.
5.
NIL
AE(P)
EE(P)
Page 153
fu--fo
fo-ds-yks-fu
contractor will have to execute separate agreement for electrical
component of the work with Executive Engineer (E), HPED, CPWD,
Haldwani. The main contractor shall not indulge in procurement of items
and getting the work done on labour contract with the associate electrical
contractor. The whole E&M component shall be executed by the eligible
associate electrical contractor on a turnkey basis i.e. procurement of
material & engaging labour. The associate electrical contractor shall
submit the completion certificate of E&M work executed by him alongwith
necessary test reports, completion plan etc.
6.
The main contractor shall be responsible and liable for proper and
complete execution of the Electrical work and ensure coordination and
completion of both civil and electrical work.
7.
8.
The associate or sub contractor shall attend the inspection of the work by
the Engineer-in-Charge of E&M works as and when required.
9.
Drawing & Inventories:- The list of electrical drawing and Inventories are
attached
(a) The Contractor is required to submit Good for Construction (GFC)
based on Inventories
(b) The Contractor has to submit and get approval from Engineer-in-
C
I
O
NIL
AE(P)
EE(P)
Page 154
fu--fo
fo-ds-yks-fu
MEMORANDUM OF UNDERSTANDING [M.O.U] BETWEEN
1]
2]
called
Associated
Electrical
Contractor
or
Electrical
C
I
O
NIL
AE(P)
EE(P)
Page 155
fu--fo
fo-ds-yks-fu
2]
3]
All the machinery and equipments, tools and tackles required for
execution of the electrical works, as per agreement, shall be the
responsibility of the electrical contractor.
4]
The site staff required for the electrical work shall be arranged by
the electrical contractor as per terms and conditions of the
agreement.
5]
Site order book maintained for the said work shall be signed by the
main contractor as well as by the Engineer of the Associated
Contractor or by Associated Contractor himself.
6]
SIGNATURE OF ASSOCIATED
ELECTRICAL CONTRACTOR.
Date
Place:
Date:
Place
COUNTERSIGNED
C
I
O
NIL
AE(P)
EE(P)
Page 156
fu--fo
fo-ds-yks-fu
WILLINGNESS CERTIFICATE
Name of work : C/o Two Nos. 120 men barrack i/c EI, fans, Light fixtures for 36th Bn.
ITBP at Lohaghat, Haldwani (UK).
I hereby give my willingness to work as electrical contractor for the above
mentioned work.
I will execute the work as per specifications and conditions for the agreement
and as per direction of the Engineer-in-Charge. Also I will engage full time technically
qualified supervisor/engineer for the works. I will attend inspection of officers of the
department as and when required.
Dated:
C
I
O
NIL
AE(P)
EE(P)
Page 157
fu--fo
fo-ds-yks-fu
LIST OF ACCEPTABLE MAKES
S.
Item
No.
1.
FRLS PVC insulated copper
conductor single core cable for
wiring. (ISI marked)
2.
Telephone Cables Co-axial TV
cables
3.
XLPE insulated PVC sheathed
aluminum cable upto 1.1 KV Gd
4.
5.
6.
7.
8.
Name of Manufacturers
Universal / Nicco / Finolex / L&T / R.R
Kabel / HPL / Polycab/ Havells.
Delton / Kent / Finolex / L&T / Polycab /
HPL.
Polycab /Finolex / L&T/ Nicco /
KEI/Grandlay / R.R Kabel / CCI /Universal/
Havells.
AKG /BEC / NIC / Steelcraft.
Precision /Asian / AKG / BEC / Kalinga .
REX / Duraline / Gemini pipe / Teleorr.
Tata /Jindal (Hissar) / Prakash Surya /
Swastik.
Legrand-( Myrius) / M.K.(Blenze) / Anchor
(AVE) / Havells (Athena/Crabtree) /ABB
(Cheiron).
10.
11.
12.
MCB / Timer
13.
14.
15.
16.
17.
Indicating Lamps
18.
19.
20.
9.
21.
NIL
AE(P)
EE(P)
Page 158
fu--fo
fo-ds-yks-fu
22.
23.
27.
28.
29.
24.
25.
26.
30.
31.
32.
C
I
O
NIL
AE(P)
EE(P)
Page 159
fu--fo
fo-ds-yks-fu
Description of Item
A)
1
(SH I:-Wiring)
Wiring
for
light
point/fan
point/Exhaust fan point/call bell
point with 1.5 Sqmm FRLS PVC
insulated copper conductor single
core cable in surface/ recessed
steel conduit, with modular switch,
modular plate, suitable GI box and
earthing the point with 1.5 sq.mm
FRLS PVC insulated copper
conductor single core cable etc.as
required.
Group-B
Wiring for twin control light point
with
1.5Sqmm
FRLS
PVC
insulated copper conductor single
core cable in surface/recessed
steel conduit, 2 way modular
switch modualr plate, suitable GI
box and earthing the point with
1.5Sqmm FRLS PVC insulated
copper condutor single core cable
etc as required.
Wiring for light/ power plug with
2X4 sq. mm FRLS PVC insulated
copper conductor single core
cable in surface/ recessed steel
conduit alongwith 1 No 4 sq. mm
FRLS PVC insulated copper
conductor single core cable for
loop earthing as required.
Wiring for light/ power plug with
4X4 sq. mm FRLS PVC insulated
copper conductor single core
cable in surface/ recessed steel
conduit alongwith 2 Nos 4 sq. mm
FRLS PVC insulated copper
conductor single core cable for
loop earthing as required.
a)
2
Qty
Rate
Unit
768 Pts.
Pt.
6 Pts.
Pt.
1250 Mtrs.
Mtr
475 Mtrs.
mtr.
C
I
O
Amt.
NIL
AE(P)
EE(P)
Page 160
fu--fo
fo-ds-yks-fu
5
a)
b)
c)
d)
e)
6
1150 Mtrs
mtr.
375 Mtrs
mtr.
450 Mtrs
mtr.
90 Mtrs
mtr.
90 Mtrs
mtr.
182 Nos
Each
152 Nos
Each
286 Nos
Each
4 Nos
Each
28 Nos
Each
C
I
O
NIL
AE(P)
EE(P)
Page 161
fu--fo
fo-ds-yks-fu
required.
a)
b)
8
150 Nos
Each
50 Nos
Each
96 Nos
Each
20 Nos
144 Nos
Each
Each
164 Nos
Each
10 Nos
Each
C
I
O
NIL
AE(P)
EE(P)
Page 162
fu--fo
fo-ds-yks-fu
10
11
a)
58 Nos
Each
68 Nos
Each
28 Nos
Each
4 Nos
Each
C
I
O
NIL
AE(P)
EE(P)
Page 163
fu--fo
fo-ds-yks-fu
3
a)
b)
a)
2
a)
1
SH:-IV (Earthings)
Earthing with G.I. earth plate 600
mm X 600 mm X 6 mm thick
including
accessories,
and
providing masonry enclosure with
cover
plate
having
locking
arrangement and watering pipe of
2.7 mtr. long etc. with charcoal/
coke and salt as required.
Providing and fixing 25 mm x 5
mm G.I. strip on surface or in
recess for connections etc. as
required.
16 Nos
Each
Each
16 Nos
Each
16 Nos
384 Nos
Each
16 Sets
Set
60 Mtrs.
mtr.
C
I
O
NIL
AE(P)
EE(P)
Page 164
fu--fo
fo-ds-yks-fu
3
a)
9
12 Sets
Set
300 Mtrs.
Mtr
160 Mtrs.
Mtr
12 Nos
Each
100 Mtrs
Mtr
24 Mtrs
Mtr
600
Mtrs
Mtr
C
I
O
NIL
AE(P)
EE(P)
Page 165
fu--fo
fo-ds-yks-fu
1
Fabrication
supplying,
Installation, Testing of outdoor
type totally enclosed weather
proof feeder pillar of suitable
size fabricated from 2mm thick
CRCA MS sheet with MS
channel base frame, suitable
for 415/500 volts, 50Hz A.C.
Supply with gland plate for
cable gland hinged front
openable double leaf door with
locking
arrangement,
i/c
suitable 4 strip AI. busbar,
powder coated painted with
approved
shade
and
connection/interconnections
with PVC insulated FRLS
copper wire of suitable size for
outgoing
and
incoming,
connection,
earthing
arrangement, including erection
of feeder pillar on cement
concrete foundation (depth not
less
than
300mm),
incorporating the
following
switch gears. etc. complete as
required.
(a) INCOMER
(i) 200 Amp four pole- 36 KA
MCCB
1 Nos.
(b) OUTGOING
(i) 63 Amp four pole MCB
16 Nos.
(ii)
32
Amp
SPN
MCB
1 Nos.
Supplying and laying of 1 No.
XLPE insulated PVC outer
sheathed
armoured
with
galvanized round steel wire cable
with stranded/solid aluminium
conductor suitable for rated
voltage of 1.1 KV grade ISI
marked
conforming
to
IS
7098/(Pt.I)/1988 with amendment
No.1 of following sizes in the
following manner as required.
(a) In the existing G.I. pipe/DWC
C
I
O
Nos.
Job
NIL
AE(P)
EE(P)
Page 166
fu--fo
fo-ds-yks-fu
pipe
(i) 3.5120 sq. mm.
(ii) 416 sq.mm
(b) On surface
(i) 3.550 sq. mm.
Providing and fixing 6 SWG dia GI
wire on surface or in recess for
loop earthing along with existing
surface/recessed conduit/submain
wiring/cable as required.
390 Mtrs.
305 Mtrs.
mtr
mtr
400
Mtrs
mtr
2100
Mtrs
mtr
25 Nos.
C
I
O
Each
NIL
AE(P)
EE(P)
Page 167
fu--fo
fo-ds-yks-fu
5
25 Nos
Each
40 Nos
Each
4 Nos
64 Nos
80 Nos
Each
Each
Each
700
Mtrs
mtr.
Total
C
I
O
NIL
AE(P)
EE(P)
Page 168
fu--fo
fo-ds-yks-fu
C
I
O
NIL
AE(P)
EE(P)
Page 169
3
surface /Wall mountedLED
fitting 40 Watt
15 Watt surface mounted
circular type fitting
10
2
2
14
6
2
2
2
2
4
2
2
-
4
2
6
2
2
2
1
1
-
13
6
2
21
1
12
6
2
4
4
-
C
I
O
AE(P)
T8 LED fitting 15
Watt
Total pt.
Ex fan pt.
S.N.
Fan pt.
G/F
Guest
room
with
Toilet
(2 Nos)
Store
(02
Nos.)
Recrea
tion
room
LT pt.
Location
fu--fo
fo-ds-yks-fu
ELECTRICAL INVENTORY
Name of work:- C/O 02 Nos. 120 Men Barrrack for 36th Bn. ITBP Lohaghat, Haldwani (UK). (SH:- Providing EI and fans)
NIL
EE(P)
Page 170
fu--fo
fo-ds-yks-fu
5
6
7
8
9
10
11
12
Entera
nce
lobby
Dinnin
g
Outsid
e
Balcon
y
Kitche
n
Ration
store
(02
Nos.)
Office
File
store,
Garrage
& Toilet
Verand
ah
Miscell
aneou
s
48
12
22
12
12
12
12
C
I
O
NIL
AE(P)
EE(P)
Page 171
fu--fo
fo-ds-yks-fu
Total
for G/F
F/F
1
2
for 36
men
Space
(02
Nos)
Outsid
e
Balcon
y
Miscell
aneou
s
Toilet
02 Set
Total
for F/F
Same
for S/F
& T/F
Total
for 01
Barrac
71
22
102
14
25
12
15
12
10
19
16
48
36
18
54
36
18
18
18
48
22
30
16
66
20
94
42
12
20
20
24
20
48
132
40
16
188
84
24
40
40
16
48
40
96
269
82
33
384
140
25
14
48
75
72
10
29
91
76
14
192
C
I
O
NIL
AE(P)
EE(P)
Page 172
fu--fo
fo-ds-yks-fu
k
Total
for 02
Barrac
k
Stair
case (
Two
way)
538
164
66
768
280
50
28
24
150
144
20
10
58
182
152
28
16
16
16
384
C
I
O
NIL
AE(P)
EE(P)
Page 173