You are on page 1of 173

fu--fo

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

Upto 05.10.2015 on 03:00 pm

15 Months

Rs. 17,23,741/-

Time & date of opening


of tender

Earnest Money

Civil
: Rs.8,02,25,889/Electrical : Rs.59,61,152/Total
: Rs.8,61,87,041/-

Last date & time of


submission of bid, EMD,
e-tender processing fee
and other Document as
specified in the bid
document

Estimated cost
put to bid

NIT NO.

Name
of
work
and
location

C/o Two Nos. 120 men Barrack i/c


EI, fans, Light fixtures for 36th
Bn.
ITBP
at
Lohaghat,
Champawat (UK)

1
1

05/CE/EE/CPWD/ALMORA/2015-16
(First Recall)

S. No.

State PWD(B&R) of Uttarakhand for the following work:-

* To be filled by Executive Engineer.


1.

Non CPWD Contractors should fulfill the following requirements to


become eligible to apply.
a) They should be registered/enlisted in appropriate class of MES, BSNL,
Railway and State PWD(B&R) of Uttarakhand with tendering limit not
less than estimated cost put to bid.
b) They should have satisfactorily completed the works as mentioned below
during the last Seven years ending previous day of last date of submission
of bids:
C
I
O

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 value of executed works shall be brought to current costing level by


enhancing the actual value of work at simple rate of 7% per annum;
calculated from the date of completion to last date of receipt of
applications for bids. (scanned copies of work experience certificates
meeting to this criteria shall be uploaded by the agency).
1.

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.

Those contractors not registered on the website mentioned above, are


required to get registered beforehand. If needed they can be imparted
training on online bidding process as per details available on the website.

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.

10. List of Documents to be scanned and uploaded within the period of


bid submission:
1. Treasury
Challan/Demand
Draft/Pay
Order
or
Bankers
Cheque/Deposit at Call Receipt/FDR/Bank Guarantee of any
Scheduled Bank against EMD
2. Enlistment Order of the Contractor.
3. Certificates of Work Experience (required from non-CPWD and
CPWD class II contractors).
4. Affidavit as per clause 1.2.3 of CPWD6 (required from non-CPWD
and CPWD class II contractors) on non judicial stamp paper of Rs.
10/-.
5. Certificate of Registration for Sales Tax/VAT and acknowledgement
of upto date filled return.
6. Certificate of Registration for Service Tax and acknowledgement of
upto date filled return.
7. An undertaking on the letterhead of the agency/firm that The
Physical EMD shall be deposited by me/us with the EE calling the bid
in case I/we become lowest bidder within a week of opening of
financial bid otherwise department may reject the bid and also take
action to withdraw my/our enlistment /debar me/us from tendering in
CPWD.

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 :-

1.2.1 Conditions for Non-CPWD contractors only.


a) They should be registered/enlisted in appropriate class of MES, BSNL,
Railway and State PWD(B&R) of Uttarakhand with tendering limit not
less than estimated cost put to bid.
b) They should have satisfactorily completed the works as mentioned below
during the last Seven years ending previous day of last date of submission
of bids:
Three similar works each costing not less than Rs 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 mean Building work with RCC framed Structure including
Internal Civil and Electrical Services.
The value of executed works shall be brought to current costing level by
enhancing the actual value of work at simple rate of 7% per annum, calculated
from the date of completion to the last date of submission of tender.
C
I
O

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

To become eligible, the bidders shall have to furnish an affidavit on the


non judicial stamp paper on Rs. 10/- as under:I/We undertake and confirm that eligible similar works(s) has/have not been got
executed through another contractor on back to back basis. Further that, if such
a violation comes to the notice of Department, then I/we shall be debarred for
bidding 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.
(Scanned copy to be uploaded at the time of submission of bid).

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.

(i) The site for the work is available. OR


The site for the work shall be made available in parts
(ii) The architectural drawings for the work are available and the structural
drawings are to be submitted by the contractor. Or
The architectural and structural drawing shall be made available in phased
manner, as per requirement of the same as per approved program for
completion submitted by the contractor after award of work.
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 except
Standard General Conditions of Contract Form can be seen from website
www.tenderwizard.com/CPWD or www.cpwd.gov.in or www.eprocure.gov.in
free of cost.

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.

Earnest Money in the form of Treasury Challan or Demand Draft or Pay


order or Bankers Cheque or Deposit at Call Receipt or Fixed Deposit
Receipt (drawn in favour of Executive Engineer, Almora Central Division,
Almora) shall be scanned and uploaded to the e-Tendering website within
the period of bid submission.
A part of earnest money is acceptable in the form of bank guarantee also. In
such case, minimum 50% of earnest money or Rs. 20 lac, whichever is less,
shall have to be deposited in shape prescribed above, and balance may be
deposited in shape of Bank Guarantee of any scheduled bank having validity
for six months or more from the last date of receipt of bids which is to be
scanned and uploaded by the intending bidders.
The physical EMD of the scanned copy of EMD uploaded shall be deposited by
the lowest bidder within a week after opening of financial bid failing which the bid
shall be rejected and enlistment of the agency shall be withdrawn by the enlisting
authority. The agency shall be debarred from tendering in CPWD.
The following undertaking in this regard shall also be uploaded by the intending
bidders:The Physical EMD shall be deposited by me/us with the EE calling the bid in
case I/we become the lowest bidder within a week of the opening of financial bid
otherwise department may reject the bid and also take action to withdraw my/our
enlistment/debar me/us from tendering in CPWD.
Interested contractor who wish to participate in the bid has also to make
following payments within the period of bid submission:
e-tender processing fee Rs. 5,700/- if registration with tender processing
fee is continued, shall be payable to M/s ITI Limited through their egateway by credit /debit card, internet banking or RGTS/NEFT facility .
Copy of Enlistment Order and certificate of work experience and other
documents as specified in the press notice shall be scanned and uploaded to the
e-Tendering website within the period of bid submission. However, certified
copy of all the scanned and uploaded documents as specified in press
notice shall have to be submitted by the lowest bidder only along with
physical EMD of the scanned copy of EMD uploaded within a week
physically in the office of tender opening authority.
Online bid documents submitted by intending bidders shall be opened only of
those bidders, who has deposited e-Tender Processing Fee with M/s ITI
Limited and Earnest Money Deposit and other documents scanned and
uploaded are found in order.
The bid submitted shall be opened at 03:30 PM on 05.10.2015.
( ..*to be filled by EE)
C
I
O

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)

The bidder is found ineligible.


The bidder does not upload all the documents (including service tax
registration/ VAT registration/Sales Tax registration) as stipulated in the
bid document including the undertaking about deposition of physical
EMD of the scanned copy of EMD uploaded..
If any discrepancy is noticed between the documents as uploaded at the
time of submission of bid and hard copies as submitted physically by the
lowest bidder in the office of bid opening authority.
The lowest bidder does not deposit physical EMD within a week of
opening of bid.
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.

10.

The contractor whose bid is accepted will be required to furnish performance


guarantee of 5% (Five Percent) of the bid amount within the period specified in
Schedule F. This guarantee shall be in the form of cash (in case guarantee
amount is less than Rs. 10000/-) or Deposit at Call receipt of any scheduled
bank/Banker's cheque of any scheduled bank/Demand Draft of any scheduled
bank/ Pay order of any Scheduled Bank of any scheduled bank (in case
guarantee amount is less than Rs. 1,00,000/-) or Government Securities or Fixed
Deposit Receipts or Guarantee Bonds of any Scheduled Bank or the State Bank
of India in accordance with the prescribed form. In case the contractor fails to
deposit the said performance guarantee within the period as indicated in
schedule 'F', including the extended period if any, the Earnest Money deposited
by the contractor shall be forfeited automatically without any notice to the
contractor. The earnest money deposited alongwith bid shall be returned after
receiving the aforesaid performance guarantee.

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.

Canvassing whether directly or indirectly, in connection with bidders is strictly


prohibited and the bids submitted by the contractors who resort to canvassing
will be liable to rejection.

14.

The competent authority on behalf of President of India reserves to himself the


right of accepting the whole or any part of the bid and the bidder shall be bound
to perform the same at the rate quoted.

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.

No Engineer of Gazetted rank or other Gazetted officer employed in Engineering


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

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

shall be submitted to EE/DDH in charge of minor component as well as to EE in


charge of major component. In case of change of associate contractor, the main
contractor has to enter into agreement with the new contractor associated by
him.
Tenders with any condition including that of conditional rebates in the tender
document shall be rejected forthwith.
The rate (s) must be quoted in decimal coinage. Amount must be calculated and
rounded in full rupees by ignoring fifty paisa and considering more than fifty
paisa as rupee one. Online rates of items will be filled in figures only. Amount
shall be worked out by the system automatically for all the items.
The successful tenderer shall be required to submit a Performance Guarantee of
5% (Five percent) of the composite contract amount within a period of issue of
letter of acceptance as specified in schedule F.
The contractor shall have to execute guarantee bonds in respect of water supply
and sanitary installation works and water proofing works as per Performa at
Annexure I & II.
Sales tax/VAT, purchase tax, turn over tax, Excise duty, work contract tax or any
other tax on materials as applicable shall be paid by the contractor himself. The
contractor shall quote his rates considering all such taxes. However, service tax
shall be separately reimbursable to the Agency as per Circular No.
DGW/CON/241 dated 28/01/2009.
Attention is also drawn to Clauses 6, 6A and 7 & 7A of General Condition of
Contract for CPWD works 2014, which prescribes the procedure for
computerized recording of measurement and preparation of bill by contractor.
Intending tenderer may submit physical mile stone on the basis of their
resources and methodology at the time of tendering as indicated in the
Schedule F, otherwise it will be assumed that agency is agreeable to physical
mile stones mentioned in the table.
Intending tenderer may give detailed activities/programme for each mile stone
fixed in the tender document while submitting the tender.
Recovery rates for less use of materials beyond permissible limits is given in
Schedule F of Part-A & C & also for excess use of departmentally issued
material.

Signature of the Divisional Officer,


For and on behalf of the President of India

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

Haldwani Central Circle

BRANCH

B&R

DIVISION

Almora Central Division

ZONE

NZ-IV,CPWD,Dehradun

SUB-DIVISION

Lohaghat Central SubDivision

ITEM RATE BID AND CONTRACT FOR WORKS


Tender 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)
i)

To be submitted online by 3.00 PM on 05.10.2015 in the office of the


Executive Engineer, Almora Central Division, CPWD, Almora.

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)

For & on behalf of the President of India


Dated _______________
Signature____________________
Designation ________________

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)

As per separate sheets attached

SCHEDULE B
Schedule of materials to be issued to the contractor:
S.
No.

Description of
item

Quantity

Rates in figures & words at which the


material will be charged to the contractor

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:

As attached in tender form

SCHEDULE E:
Reference to General
Conditions of contract:
Name of Work:
Estimated cost of the work:

Earnest money

General Conditions of contract for Central PWD


Works 2014 as amended/ modified up to last date of
submission of bid
C/o Two Nos. 120 men Barrack i/c EI, fans, Light
fixtures for 36th Bn. ITBP at Lohaghat, Champawat
(UK)
Rs. 8,02,25,889/- Civil work
Rs. 59,61,152/- Elect. work
Rs. 8,61,87,041/- Total
Rs. 17,23,741/- (to be returned after receiving
Performance Guarantee)

C
I
O

NIL

AE(P)

EE(P)

Page 15

fu--fo
fo-ds-yks-fu
Performance Guarantee
Security Deposit

5% (Five percent) of accepted tendered amount


2.5% (Two Point Five percent) of accepted tendered
amount.

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 :

Chief Engineer, NZ-IV, CPWD,


Dehradun or successor
thereof.

2(x)

Percentage on cost of materials and


labour to cover all overheads and
profits :

2(xi)

Standard Schedule of Rates:

2(v)

Civil Items of Work:

15% for DSR items and M/R


Items

DSR-2014 with up to date correction


slips and Market Rates

2(xii)

Department:

Central Public Works Department

9(ii)

Standard CPWD contract


Form:

GCC 2014, CPWD Form 8 as modified &


corrected up to last date of submission of
bid

Clause 1

i)

ii)

Time allowed for submission of


Performance
Guarantee,
Programme Chart(Time and
Progress)
and
applicable
labour licenses, registration
with EPFO, ESIC and BOCW
Welfare Board or proof of
applying thereof from the date
of issue of letter of acceptance
Maximum allowable extension
C
I
O

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

Authority for fixing Compensation Superintending


Engineer, Haldwani
under Clause 2
Central Circle, CPWD,
Haldwani or successor
thereof

Clause 2 A

Whether Clause 2A shall be


applicable
i) Number of days from the date of
issue of letter of acceptance for
reckoning date of start
ii) Time allowed for execution of
work

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 .

Mile stone/Bar Chart(s)-

Superintending Engineer,
Haldwani Central Circle, CPWD,
Haldwani or successor thereof .

As per construction programme given below :


Note:- In the event of not achieving the necessary
progress as assessed from mile stone chart, 1.25% of
the accepted tendered value of work will be withheld
for failure of each mile stone.
Mile stones of the Contract

Description of mile stone

Period for
completion
from date of
start in
days/months

Withheld
amount for non
achievement of
mile stone.

RCC up to Plinth level of all works


Total financial value of work under this mile
stone shall not be less than Rs 215.00 lacs
excluding secured advance.

4 Months

1.25% of the
accepted
tendered value.

Complete RCC framed structure of all


works
Electrical conduiting work in slabs and

8 Months

1.25% of the
accepted
tendered value.

Sl.
No.

22 Days

Extension of time

Shifting of date of start


in case of delay in
handing
Over site

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.

Complete Brick work, Complete internal


& external Plaster, Waterproofing in
toilet areas, plumbing & sanitary works,
Flooring, Tile work, one coat internal
and external painting of all works
Complete Electrical conduiting work in
slabs and brick walls
Total financial value of work under this mile
stone shall not be less than Rs 646.00 lacs
excluding secured advance.

12 Months

1.25% of the
accepted
tendered value.

Fixing of windows & doors, plumbing &


sanitary fixtures, final internal and
external painting work etc., Completion
of all work as per agreement
Electrical wiring, fixing of electrical
fittings
Testing & commissioning of all services
as per agreement and cleaning of site.

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

Gross work to be done together with net


payment/Adjustment of advances for material
collected, if any, since the last such payment
for being eligible to interim payment

Clause 7A

Whether Clause 7A shall be applicable

Clause 10A

List of testing equipment to be provided by the contractor at site lab.


(i) Electronic/digital weighing balance(1 nos.):
(a)7 kg to 10 kg capacity, semi-self indicating type-Accuracy 10 gm.
(b) 500 gm capacity, semi-self indicating type-Accuracy 1 gm.
(ii) Cube Testing Machine of 100 tonne capacity(1 No.) along with 18 nos.
cube moulds
(iii)Sieves set as per IS 460-1962 & sieve shaker(1 nos.)
(iv)Slump Cone(1 No.)
(v)Oven(1 nos.)
(vi)Graduated Measuring Cylinder(1 nos.)
(vii) Enamel trays (for efflorescence test for bricks)-1 nos.
(viii) Ultrasonic Pulse Velocity Test Equipment For concrete(1 No.)
(ix)Measuring Steel Tape 3m (2 Nos.) & 15m (2 Nos.) and Laser Distance
Meter of 200 metre range with bluetooth connectivity 2 Nos
(x) Other instruments(1 nos.each): Vernier calipers, screw gauge,plumb
bob, spirit level minimum 30 cm long with 3 bubbles, wire gauge (Circular
type) disc, steel foot rule, long nylon thread, magnifying glass, moisture
meter

Clause 10 B
(ii), (iii)

Whether clause 10-B (ii) and 10-B (iii) shall be


applicable.

Clause 10 C

Component of labour expressed as


percentage of value of work

Clause 10 CA

Materials covered
under this clause.

Nearest material (other Base price of all the


than
cement, materials covered under
reinforcement bars and clause 10 CA
structural steel) for which
All India Whole sale price
Index is to be followed.

1. PPC Cement
2. Steel
Reinforcement
(TMT) bars
3.Structural Steel

1. Rs. 5,110/- Per MT


2. RS. 41,714/- Per MT

Rs. 65 Lacs

Yes

No
25% for building work
5% for road
works/External Water
Supply
10% for external
sewerage

3. RS. */- Per MT

Base price will be


Considered as issued by
CE(NZ-IV) for the month
of August, 2015.
---**---

--**-- To be filled by EE.

C
I
O

NIL

AE(P)

EE(P)

Page 19

fu--fo
fo-ds-yks-fu
Clause 10 CC

Clause 10CC to be applicable in contracts with Applicable(Except


stipulated period of completion exceeding the material covered under
period shown in next column
Clause10 CA),12 months
Schedule of component of other materials,
labour, POL etc. for price escalation:
a) Component of
Civil(except materials
covered under clause 10 CA)/Electrical Xm=40%
construction materials expressed as percent of
total value of work
b)
Component of Labour expressed as
Y=25%
percent of total value of work
c) Component of P.O.L. expressed as percent
Z=Nil%
of total value of work.

Clause 11

Specification to be followed for execution of work:

CPWD Specifications 2009 Vol. 1 and Vol. 2 with up to date correction


For Civil
items of work slips.(Hereinafter called CPWD specifications) and as per manufacturers
specification and recommendations. For road items, MORTH
Specifications shall be followed.
Clause 12
Type of work
12.2 & 12.3

12.5

Clause 16

Project Work and Original work/New


Road Construction Work
Deviation limit beyond which clause
12.2 & 12.3 shall apply for all items in
superstructure(above plinth level) of
building work
(i)Deviation limit beyond which clause 12.2
& 12.3 shall apply for foundation work
(except earth work)
(ii)Deviation limit for items in earth work
subhead of DSR or related items

Clause 25

30%

100%

Competent Authority for Deciding reduced rates:


For Civil items of work

Clause 18

30%

Chief Engineer, NZ-IV, CPWD, Dehradun


or successor thereof.

List of mandatory machinery, tools & plants to be deployed by the


contractor at site on Page no. 90-91
Constitution of Dispute Redressal Committee
Chairman-1
Members-2

C
I
O

NIL

AE(P)

EE(P)

Page 20

fu--fo
fo-ds-yks-fu

Chairman
Member

Constitution of Dispute Redressal Committee


For Total Claims Up to
For Total Claims more than
Rs.25 Lacs
Rs.25 Lacs
Director (Works cum TLQA), NR-II,
CE,NZ-II Lucknow
Lucknow
(i)EE(C), Dehradun Central DivisionI, Dehradun or EE(E), Dehradun
Central Electrical Division
(ii) EE(C), Almora Central Division,
Almora (For Civil / Composite
Claims) or EE(E), Dehradun Central
Electrical Division(For Electrical
Claims only)

(i)Director (Works cum TLQA),


NR-II, Lucknow
(ii) SE(C), Lucknow Central
Circle, Lucknow
(For Civil / Composite Claims) or
SE(E), Lucknow Central
Electrical Circle, Lucknow
(For Electrical Claims only)

Clause 31

Applicable.

Clause 31 (A)

Not Applicable.

Minimum
experience

number

Requirement of Technical Representative(s) and Recovery Rate


Designation
Rate at which recovery shall be
(Principal
made from the contractor in the
Technical/Techni
event of not fulfilling provision
cal
of Clause 36(i) Per person
representative
Figures (Rs.
Words
Per person)
( Rs. Per
person)
Project
Manager

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

(For Civil Work)


1

ii) Graduate
Engineer
or
Diploma
Engineer

Civil

i) Graduate
Engineer

Twenty Five
Thousand

i) Graduate
Engineer
Or
Diploma
Engineer

Electrical

(For Electrical Work)


Project
Plaining/quality/
Site/Billing
Engineer

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)

Schedule/ statement for determining theoretical


quantity of cement & bitumen on the basis of
Delhi Schedule of Rates printed by CPWD
Variations
quantities

ii)
a)

permissible

on

D.S.R. 2014 with


up to date
correction slips

theoretical

Cement for works with estimated cost put to


tender not more than Rs. 5 lakhs.

3% plus/minus

For works with estimated cost put to Tender is


more than Rs. 5 lakhs

2% plus/minus

b)

Bitumen all works

c)

Steel reinforcement and structural steel Sections


for diameter, section and category.

d)

All other materials

2.5% plus only &


nil on minus
side.
2% plus/minus.
Nil

RECOVERY RATES FOR QUANTITIES BEYOND PERMISSIBLE VARIATION

Sl
No

Rates in figures and words at which recovery


shall be made from the contractor
Description of items

Excess beyond
permissible variation

1.

PPC Cement

N. A

2.

Steel reinforcement (TMT )


Bars

N.A.

3.

Structural Steel sections

N.A.

C
I
O

Less use beyond the


permissible variation

110% of base price


considered for the
operation of clause
10 CA.

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

(Duly authorized signatory of the Bidder)

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)

The Principal/Owner commits itself to take all measures necessary to prevent


corruption and to observe the following principles:
(a)

No employee of the Principal/Owner, personally or through any of his/her


family members, will in connection with the Tender, or the execution of
C
I
O

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.

If the Principal/Owner obtains information on the conduct of any of its employees


which is a criminal offence under the Indian Penal code (IPC)/Prevention of
Corruption Act, 1988 (PC Act) or is in violation of the principles herein mentioned
or if there be a substantive suspicion in this regard, the Principal/Owner will
inform the Chief Vigilance Officer and in addition can also initiate disciplinary
actions as per its internal laid down policies and procedures.

Article 2: Commitment of the Bidder(s)/Contractor(s)


1)

It is required that each Bidder/Contractor (including their respective officers,


employees and agents) adhere to the highest ethical standards, and report to the
Government / Department all suspected acts of fraud or corruption or
Coercion or Collusion of which it has knowledge or becomes aware, during the
tendering process and throughout the negotiation or award of a contract.

2)

The Bidder(s)/Contractor(s) commits himself to take all measures necessary to


prevent corruption. He commits himself to observe the following principles during
his participation in the Tender process and during the Contract execution:
a)

The Bidder(s)/Contractor(s) will not, directly or through any other person


or firm, offer, promise or give to any of the Principal/Owners employees
involved in the Tender process or execution of the Contract or to any third
person any material or other benefit which he/she is not legally entitled to,
in order to obtain in exchange any advantage of any kind whatsoever
during the Tender process or during the execution of the Contract.

b)

The Bidder(s)/Contractor(s) will not enter with other Bidder(s) into any
undisclosed agreement or understanding, whether formal or informal.
This applies in particular to prices, specifications, certifications, subsidiary
contracts, submission or non-submission of bids or any other actions to
restrict
competitiveness or to cartelize in the bidding process.

c)

The Bidder(s)/Contractor(s) will not commit any offence under the


relevant IPC/PC Act. Further the Bidder(s)/Contract(s) will not use
improperly, (for the purpose of competition or personal gain), or pass on
to others, any information or documents provided by the Principal/Owner
C
I
O

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)

The Bidder(s)/Contractor(s) of foreign origin shall disclose the names and


addresses of agents/representatives in India, if any. Similarly
Bidder(s)/Contractor(s) of Indian Nationality shall disclose names and
addresses of foreign agents/representatives, if any. Either the Indian
agent on behalf of the foreign principal or the foreign principal directly
could bid in a tender but not both. Further, in cases where an agent
participate in a tender on
behalf of one manufacturer, he shall not be allowed to quote on behalf of
another manufacturer along with the first manufacturer in a
subsequent/parallel tender for the same item.

e)

The Bidder(s)/Contractor(s) will, when presenting his bid, disclose any


and all payments he has made, is committed to or intends to make to
agents, brokers or any other intermediaries in connection with the award
of the Contract.

3)

The Bidder(s)/Contractor(s) will not instigate third persons to commit offences


outlined above or be an accessory to such offences.

4)

The Bidder(s)/Contractor(s) will not, directly or through any other person or firm
indulge in fraudulent practice means a 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).

Article 3: Consequences of Breach


Without prejudice to any rights that may be available to the Principal/Owner under law or
the Contract or its established policies and laid down procedures, the Principal/Owner
shall have the following rights in case of breach of this Integrity Pact by the
Bidder(s)/Contractor(s) and the Bidder/ Contractor accepts and undertakes to respect
and uphold the Principal/Owners absolute right:
1)

If the Bidder(s)/Contractor(s), either before award or during execution of Contract


has committed a transgression through a violation of Article 2 above or in any
other form, such as to put his reliability or credibility in question, the
Principal/Owner after giving 14 days notice to the contractor shall have powers to
C
I
O

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)

Forfeiture of EMD/Performance Guarantee/Security Deposit: If the


Principal/Owner has disqualified the Bidder(s) from the Tender process prior to
the award of the Contract or terminated/determined the Contract or has accrued
the right to terminate/determine the Contract according to Article 3(1), the
Principal/Owner apart from exercising any legal rights that may have accrued to
the Principal/Owner, may in its considered opinion forfeit the entire amount of
Earnest Money Deposit, Performance Guarantee and Security Deposit of the
Bidder/Contractor.

3)

Criminal Liability: If the Principal/Owner obtains knowledge of conduct of a


Bidder or Contractor, or of an employee or a representative or an associate of a
Bidder or Contractor which constitutes corruption within the meaning of IPC Act,
or if the Principal/Owner has substantive suspicion in this regard, the
Principal/Owner will inform the same to law enforcing agencies for further
investigation.

Article 4: Previous Transgression


1)

The Bidder declares that no previous transgressions occurred in the last 5 years
with any other Company in any country confirming to the anticorruption approach
or with Central Government or State Government or any other Central/State
Public Sector Enterprises in India that could justify his exclusion from the Tender
process.

2)

If the Bidder makes incorrect statement on this subject, he can be disqualified


from the Tender process or action can be taken for banning of business
dealings/ holiday listing of the Bidder/Contractor as deemed fit by the Principal/
Owner.

3)

If the Bidder/Contractor can prove that he has resorted / recouped the damage
caused by him and has installed a suitable corruption prevention system, the
Principal/Owner may, at its own discretion, revoke the exclusion prematurely.

Article 5: Equal Treatment of all Bidders/Contractors/Subcontractors


1)

The Bidder(s)/Contractor(s) undertake(s) to demand from all subcontractors a


commitment in conformity with this Integrity Pact. The Bidder/Contractor shall be
responsible for any violation(s) of the principles laid down in this agreement/Pact
by any of its Subcontractors/sub-vendors.

2)

The Principal/Owner will enter into Pacts on identical terms as this one with all
Bidders and Contractors.
C
I
O

NIL

AE(P)

EE(P)

Page 28

fu--fo
fo-ds-yks-fu
3)

In case of e-tendering, Integrity Pact shall be treated in the same manner as


other components of the bid document. In e-tendering, the intending bidder is not
required to sign any document physically and entire bid document is submitted
through digital signature. Since IP is a part of bid document no separate physical
submission is required with other documents to be submitted in the office of
tender opening authority. In addition to other component of bid document, the
Integrity Pact along shall also be signed between Executive Engineer and
successful bidder after acceptance of bid.

Article 6- Duration of the Pact


This Pact begins when both the parties have legally signed it. It expires for the
Contractor/Vendor 12 months after the completion of work under the contract or till the
continuation of defect liability period, whichever is more and for all other bidders, till the
Contract has been awarded.
If any claim is made/lodged during the time, the same shall be binding and continue to
be valid despite the lapse of this Pacts as specified above, unless it is
discharged/determined by the Competent Authority, CPWD.
Article 7- Other Provisions
1)

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)

Changes and supplements need to be made in writing. Side agreements have


not been made.

3)

If the Contractor is a partnership or a consortium, this Pact must be signed by all


the partners or by one or more partner holding power of attorney signed by all
partners and consortium members. In case of a Company, the Pact must be
signed by a representative duly authorized by board resolution.

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.

Article 8- LEGAL AND PRIOR RIGHTS


All rights and remedies of the parties hereto shall be in addition to all the other legal
rights and remedies belonging to such parties under the Contract and/or law and the
same shall be deemed to be cumulative and not alternative to such legal rights and
remedies aforesaid. For the sake of brevity, both the Parties agree that this Integrity
Pact will have precedence over the Tender/Contact documents with regard any of the
provisions covered under this Integrity Pact.
C
I
O

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

Contractor has to provide reinforcement cover blocks made of approved


proprietary pre packed free flowing mortars (Conbextra as manufactured by
M/s Fosroc Chemical India Ltd. or approved equivalent) of high early
strength.

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

The Contractor, whose tender is accepted, will be required to furnish


performance guarantee of 5% (Five Percent) of the tendered amount within
the period specified in Schedule "F".
The Contractor, whose tender is accepted, will also be required to furnish by
way of Security deposit for the fulfillment of his contract, an amount equal to
5% of the tendered value of the work. The Security deposit will be collected
by deductions from the running bills of the contractor at the rates mentioned
above and the earnest money deposited at the time of tender, will be treated
as a part of the security deposit.
On acceptance of the tender, the name of the accredited representative(s) of
the contractor who would be responsible for taking instructions from the
Engineer-in-Charge shall be communicated in writing to the Engineer-incharge.
Sales Tax/VAT, purchase tax, turnover tax or any other tax on material in
respect of this contract shall be payable by the Contractor and Government
will not entertain any claim whatsoever in respect of the same.
The contractor shall give a list of both Gazetted and Non-Gazetted CPWD
employees related to him.
The tender for composite work includes in addition to building work all other
works such as sanitary and water supply installations drainage installation,
electrical work, horticulture work, roads and paths etc. The tenderer apart
from being a registered contractor (B&R) of appropriate class, must
associate himself with agencies of appropriate class which are eligible to
tender for sanitary and water supply drainage, electrical and horticulture
works in the composite tender.
The contractor shall comply with the provisions of the Apprentices Act 1961,
and the rules and orders issued there under from time to time. If he fails to do
so, his failure will be a breach of the contract and the Superintending
Engineer/Executive Engineer may in his discretion, without prejudice to any
other right or remedy available in law, cancel the contract. The contractor
shall also be liable for any pecuniary liability arising on account of any
violation by him of the provisions of the said Act.

C
I
O

NIL

AE(P)

EE(P)

Page 32

fu--fo
fo-ds-yks-fu
ADDITIONAL CONDITIONS
1.

Unless otherwise provided in the Schedule of Quantities/Specifications, the rates


tendered by the contractor shall be all inclusive and shall apply to all heights,
lifts, leads and depths of the work and nothing extra shall be payable to him on
account of the same. Extra payment for centering/shuttering, if required to be
done for heights greater than 3.5 m shall however be admissible at the rates
arrived at in accordance with clause 12 of the agreement, if not already
specified.

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.

Samples of various materials required for testing shall be provided free of


charges by the contractor. Testing charges, if any, unless otherwise provided
shall be borne by the department. All other expenditure required to be incurred
for taking the samples; conveyance, packing etc. shall be borne by the contractor
himself.

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.

In case the supply of timber/steel frames/shutters for doors, windows etc. is


made by some other agency, the contractor shall make necessary arrangements
for their safe custody on the direction of the Engineer-in-charge till the same are
fixed in position by him & nothing extra shall be paid on this account.

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.

Contractor shall have to execute a Guarantee Bond in respect of Water Proofing


works as per Performa attached in this N.I.T. He shall also have to execute
guarantee bonds for water supply and sanitary installations work on the
Performa attached in this NIT.

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.

Wherever work is specified to be done or material procured through specialized


agencies, their names shall be got approved well in advance from Engineer in
charge. Failure to do so shall not justify delay in execution of work. It is
suggested that immediately after award of work, contractor should negotiate with
concerned specialist agencies and send their names for approval to Engineer in
charge. Any material procured without prior approval of Engineer in charge in
writing is liable to be rejected. Engineer in charge reserves right to get the
materials tested in laboratories of his choice before final acceptance. Non
standard materials shall not be accepted.

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.

The construction joints shall the provided in predetermined locations only as


decided by Engineer in charge. The cost of shuttering for these construction
joints shall be included in item of Concrete work / RCC work and nothing extra
shall be payable on this account to the contractor.

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.

No chase cutting/dismantling of plaster/RCC/CC shall be allowed, so contractor


has to execute the electrical work accordingly.

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.

The contractor or his authorized representative shall associate in collection,


preparation, forwarding and testing of such samples. In case, he or his
authorized representative is not present or does not associate him, the results or
such tests and consequences thereon shall be binding on the contractor.

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.

Departmental Issue of Materials:

37.1

The materials shall be issued to the contractor at the place of delivery as


mentioned in the Schedule-B during the working hours as per the rules of CPWD
stores in force from time to time. If these are delivered at any other place,
adjustments on accounts of the difference in cost of cartage shall be affected as
per the terms of clause 12 of the contract agreement. The contractor shall
however have to cart the materials to the site of work at his cost as soon as
these are issued.

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

Registers for the materials to be issued by the department shall be maintained


as required by the Engineer-in-charge and these shall be signed by the
contractor or his authorized agent and representative of Engineer-in-charge on
each day of transactions.

37.6

Cement bags shall be stored in separate godowns to be constructed by the


contractor at his own cost as per sketch (which is only indicative and actual size
will depend on the site requirements) given in CPWD specifications with weather
proof roofs and walls. Each godown shall be provided with a single shutter door
with two locks. The key of one lock shall remain with Engineer-in-charge or his
authorized representative and that of the other lock with the authorized agent of
the contractor at the site of work so that the cement is issued from the godown
according to the daily requirements with the knowledge of both parties and
proper account for the same is maintained in the standard proforma.
PROFORMA FOR THE CEMENT REGISTER
PARTICULARS OF RECEIPT
Date
of
receipt
1

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.

The contractor shall take all precautions to avoid accidents by exhibiting


necessary caution boards day and night speed limit boards red flags, red lights
and providing barriers. He shall be responsible for all dangers and incidents
caused to existing / new work due to negligence on his part. No hinderances
shall be caused to traffic during the execution of the work.

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.

The contractor shall submit for the approval of Engineer-in-Charge names of


specialised agencies of repute along with their technical capacity proposed to be
engaged by him for executing specialized works, who must have executed
satisfactorily works of value as specified in mandatory conditions.

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.

The submission for approval by the Engineer-in-Charge of such programme or


the furnishing of such particulars shall not relieve the contractor of any of his
duties or responsibilities under the contract. This is without prejudice to the right
of Engineer-in-Charge to take action against the contractor as per terms and
conditions of the agreement.

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.

The order of preference in case of any discrepancy as indicated in condition No.


8.1 under Conditions of Contract give in standard CPWD contract form may be
read as the following:
i)

Nomenclature of items as per schedule of quantities.

ii)

Additional conditions, General Conditions, Additional Specification and


Particular Specifications attached with the tender document.

iii)

CPWD Specifications 2009, Vol I & II with up-to-date correction slips..

iv)

Architectural Drawings.

v)

Indian standard specifications of B.I.S.

vi)

Sound Engineering Practice.

vii)

Decision of Engineer-in-charge.

A reference made to any Indian Standard specification in these documents, shall


imply to the latest version of that standard. Including such revision/amendments
as issued by the bureau of Indian standard upto last date of receipt of tenders.
The contractor shall keep at his own cost all such publications of relevant Indian
standard applicable to the work at site.
3.

The proposed building is a prestigious project and quality of work is paramount


importance. Contractor shall have to engage well experienced skilled labour and
deploy modern T&P and other equipment to execute the work. Many items like
stone masonry & stone cladding works, stone flooring, structural glazing, PVDF
coating aluminium composite panel and other specialised flooring work, Wood
work will specially require engagement of skilled workers having experience
particularly in execution of such items.

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.

The rate of items of flooring is inclusive of providing sunk flooring in Bath-rooms,


kitchen, etc. and nothing extra on this account shall be payable.

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.

The contractor shall ensure quality control measures on different aspects of


construction including materials, workmanship and correct construction
methodologies to be adopted. He shall have to submit quality assurance
programme within two weeks of the award of work. The quality assurance
programme should include method statement for various items of work to be
executed along with check lists to enforce quality control.

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.

The contractor shall submit shop drawings of staging and shuttering


arrangement, aluminum work, and other works as desired by Engineer In
Charge for his approval before execution. The contractor shall also submit bar
bending schedule for approval of Engineer in charge before execution.

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)

Equipment for concrete testing

i) Concrete cube moulds 15x15x15cm.

18Nos.

ii) Pruning Rods 2Kg weight length 40cm and ramming face 25mm

1 No.

iii) Extra Bottom plates for 15cm cube mould

6 Nos.

iv) Standard Vibration table for cubes

1 No

v) Dial gauges 25 mm travel- 0.01 mm/division Least count-

1 No.

vi) Compression testing machine of 100 tonne capacity.

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

BIS marked materials except otherwise specified 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/materials. Wherever BIS marked
materials are brought to the site of work, the contractor shall if required, by the
Engineer-in-Charge furnish manufacturers test certificate to establish that the
material produced by the contractor for incorporation in the work satisfies the
provisions of BIS codes relevant to the material and/or the work done.

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

In case there is any discrepancy in frequency of testing as given in the list of


mandatory test and that in the individual sub-head of work as per CPWD
specification 2009 Vol. 1 & 2 the higher of the two frequencies of testing shall be
adopted.

11

Maintenance of Cement Register:

(i)

All the register of tests to be carried out at construction site or in outside


laboratories shall be maintained by the contractor which shall be issued to
the contractor by Engineer-in-Charge in the same manner as being issued to
CPWD field staff.

(ii)

The test registers to be issued to the contractor are :


a) Materials at site account register.
b)

Cement register.

c)

Master test registers.

d)

Cube test register.

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

Ultrasonic Pulse Velocity Method of Test for RCC


i)
The underlying principle of assessing the quality of concrete is that
comparatively higher velocities are obtained when the quality of concrete
in terms of density, homogeneity and uniformly is good. The
consistency of the concrete as regards its general quality gets
established. In case of poorer quality lower velocities are obtained. If
there are cracks, voids or flaws inside the concrete which come in the
way of transmission of pulse, lower velocities are obtained.

ii)

The quality of concrete in terms of uniformity, incidence or absence of


internal flaws, cracks and segregation etc. indicative of the level of
workmanship employed, can thus be assessed using the guidance given
in table below, which have been evolved for characterizing the quality
concrete in structure in term of the ultrasonic pulse velocity.

C
I
O

NIL

AE(P)

EE(P)

Page 48

fu--fo
fo-ds-yks-fu
Velocity criterion for Concrete Quality Grading
S.

Pulse Velocity by Cross Probing

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

Note : In Case of doubtful quality it may be necessary to carry


further tests.

iii)

iv)

v)

Pulse velocity method of test of concrete is to be conducted for


CPWD works as a routine test. The acceptance criteria as per the above
table will be applicable which is as per IS 13311 (part-1): 1992. From
the above Good and Excellent grading are acceptable and below
these grading the concrete will not be acceptable.
5% of the total number of RCC members in each category i.e. beam,
column, slab and footing may be tested by UPV test method for
establishing quality of concrete. It is suggested that test be conducted
on RCC beam near joint with column, on RCC column near joint with
beam, on RCC footings and rafts. On RCC rafts a suitable grid can be
worked out for determining number of tests. In addition doubtful areas
such as honeycombed locations, locations, where continuous seepage is
observed, construction joints and visible loose pockets will also be tested.
The test results are to be examined in view of the above acceptance
criteria Good and Excellent and wherever concrete is found with less
than required quality as per acceptance criteria, repairs to concrete will
be made. Honeycombed areas and loose pockets will be repaired by
grouting using Portland Cement Mortar/Polymer Modifies Cement Mortar
/Epoxy Mortar ,etc. after chipping loose concrete in appropriate manner.
In areas where concrete is found below acceptance criteria and defects
are not apparently visible on surface ,injecting approved grout in
appropriate proportion using epoxy grout /acrylic Polymer modified
cements slurry made with shrinkage compensating cement / plain
cement slurry etc will be resorted to for repairs.(refer relevant chapters
from CPWD Hand Book on Repairs and Rehabilitation of RCC
Buildings).Repair to concrete will be done till satisfactory results are
obtained as per the acceptance criteria by retesting of the repaired area.
If satisfactory results are not obtained dismantling and relaying of
concrete will be done.
C
I
O

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)

1.3.7 REMOVAL OF REJECTED/SUB-STANDARD MATERIALS

The following procedure shall be followed for the removal of rejected/substandard materials from the site of work:

Whenever any material brought by the contractor to the site of work is


rejected, entry thereof should invariably be made in the Site Order
Book under the signature of the Assistant Engineer, giving the
approximate quantity of such materials.
As soon as the material is removed, a certificate to that effect shall be
recorded by the Assistant Engineer against the original entry, giving the
date of removal and mode of removal, i.e., whether by truck, carts, or
by manual labour. If the removal is by truck, the registration number of
the truck should be recorded.
When it is not possible for the Assistant Engineer to be present at the
site of work at the time of actual removal of the rejected/sub-standard
materials from the site, the required certificate should be recorded by
the Junior Engineer, and the Assistant Engineer should countersign the
certificate recorded by the Junior Engineer.

C
I
O

NIL

AE(P)

EE(P)

Page 50

fu--fo
fo-ds-yks-fu

1.

The contractor shall procure Portland Pozzolana Cement conforming to IS:


1489 (Part-I) as required in the work, from reputed manufacturers of
cement, such as A.C.C., Ultratech, Vikram, Shri cement, Ambuja, Jaypee
Cement, Century Cement, J.K. Cement or from any other reputed
cement Manufacturer having a production capacity not less than
one million tonnes per annum as approved by ADG for the sub
region. The tenderers may also submit a list of names of cement
manufacturers which they propose to use in the work. The tender accepting
authority reserves right to accept or reject name(s) of cement
manufacturer(s) which the tenderer proposes to use in the work. No change
in the tendered rates will be accepted if the tender accepting authority does
not accept the list of cement manufacturers, given by the tenderer, fully or
partially.
Supply of cement shall be made in 50 kg. bags bearing manufacturers name
and ISI marking. Samples of cement arranged by the contractor shall be
taken by the Engineer-in-Charge and got tested in accordance with
provisions of the relevant BIS codes. In case the test results indicate that
the cement arranged by the contractor does not confirm to the relevant BIS
code the same shall stand rejected and shall be removed from the site by
the contractor at his own cost within a weeks time of written order from the
Engineer-in-Charge to do so.

2.

The cement shall be brought at site in bulk supply of approximately 50


tonnes or as decided by the Engineer-in-Charge.
The cement godown of the capacity to store a minimum of 1000 bags of
cement shall be constructed by the contractor at site of work for which no
extra payment shall be made.

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.

The steel reinforcement shall be brought to the site in bulk supply of 20


tonnes or more or as directed by the Engineer-in-charge.

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

One sample for each


25 tonnes or part
thereof

One sample for each


40 tonnes or part
thereof

10 mm to 16 mm dia
bars

One sample for each


35 tonnes or part
thereof

One sample for each


45 tonnes or part
thereof

Over 16 mm dia bars

One sample for each


45 tonnes or part
thereof

One sample for each


50 tonnes or part
thereof

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.

Reinforcement including authorized spacer bars and lappages shall be


measured in length of different diameters, as actually (not more than as
specified in the drawing) used in the work, nearest to a centimeter. Wastage
and unauthorized overlaps shall not be measured.

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.

Mixing of different type of steel/different grades of steel shall not be allowed


in the same structural members as main reinforcement to satisfy clause 26.1
of IS:456.

17.

Tolerances on Nominal Mass (individual sample) shall be as under:Sl. No.

Nominal size mm

Tolerances on the Nominal


Mass, percentage

Upto and including 10 mm

-8%

Over 10 upto & including 16 mm

-6%

Over 16 mm

-4%

C
I
O

NIL

AE(P)

EE(P)

Page 55

fu--fo
fo-ds-yks-fu

The order of preference in case of any discrepancy as indicated in condition No.


8.1 under Conditions of Contract give in standard CPWD contract form may be
read as the following:
i)

Nomenclature of items as per schedule of quantities.

viii)

Particular specification and special condition, if any.

ix)

CPWD specifications.

x)

Architectural Drawings

xi)

Indian standard specifications of B.I.S.

xii)

Sound Engineering Practice

A reference made to any Indian Standard specification in these documents, shall


imply to the latest version of that standard. Including such revision/amendments
as issued by the bureau of Indian standard upto last date of receipt of tenders.
The contractor shall keep at his own cost all such publications of relevant Indian
standard applicable to the work at site.
2

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.

Unless otherwise provided in the Schedule of Quantities/Specifications, the rates


tendered by the contractor shall be all inclusive and shall apply to all heights, lifts,
leads and depths of the work and nothing extra shall be payable to him on account
of the same. Extra payment for centering/shuttering, if required to be done for
heights greater than 3.5 m shall however be admissible at the rates arrived at in
accordance with clause 12 of the agreement, if not already specified.

C
I
O

NIL

AE(P)

EE(P)

Page 56

fu--fo
fo-ds-yks-fu
4

The proposed building is a prestigious project and quality of work is paramount


importance. Contractor shall have to engage well experienced skilled labour and
deploy modern T&P and other equipment to execute the work. Many items like
stone masonry & stone cladding works, stone flooring, structural glazing, PVDF
coating aluminium composite panel and other specialised flooring work, Wood
work will specially require engagement of skilled workers having experience
particularly in execution of such items.

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.

The contractor shall take all precautions to avoid accidents by exhibiting


necessary caution boards day and night speed limit boards red flags, red lights
C
I
O

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

adequate capacity commensurate with the quantum of work to be


done within the stipulated period by the contractor.
23

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

The submission for approval by the Engineer-in-Charge of such programme or


the furnishing of such particulars shall not relieve the contractor of any of his
duties or responsibilities under the contract. This is without prejudice to the right
of Engineer-in-Charge to take action against the contractor as per terms and
conditions of the agreement.

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

stacked/collected in areas where other buildings, roads, services, compound


walls etc. are to be constructed.
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.
31
i)

The contractor shall submit for the approval of Engineer-in-Charge names of


specialized agencies of repute along with their technical capacity proposed to be
engaged by him, who must have executed satisfactorily works of value as
specified in mandatory conditions.

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

Condition regarding secured advance :-

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

The work shall be done as per CPWD specifications.


2.1

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

For non-scheduled items, the decision of the Superintending Engineer regarding


theoretical quantity of the cement which should have been actually used shall be
final and binding on the contractor.

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

Cement register for the cement shall be maintained at site.


Cement bags shall be stored in separate godowns to be constructed by the
contractor at his own cost as per sketch (which is only indicative and actual size
will depend on the site requirements) given in CPWD specifications with weather
proof roofs and walls. Each godown shall be provided with a single shutter door
with two locks. The key of one lock shall remain with Engineer-in-charge or his
authorized representative and that of the other lock with the authorized agent of
the contractor at the site of work so that the cement is issued from the godown
according to the daily requirements with the knowledge of both parties and
proper account for the same is maintained in the standard proforma.
C
I
O

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

DESIGN MIX CONCRETE:

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)

The minimum/maximum cement content for design mix concrete shall be


maintained as per the quantity mentioned above. In case where the
quantity of cement required is higher than the minimum specified above to
achieve desired strength based on an approved mix design extra shall
become payable to the contractor.

(iii) Design slump has to be constantly monitored and maintained during


placing of concrete through slump tests carried out as per CPWD
specification 2009 Vol. 1 for Mortar, Concrete and RCC works, and records
maintained accordingly.
2.6.8 The concrete mix design/laboratory tests with and without admixture shall be
got done by contractor at his own cost and will be carried out by the contractor
through one of the following laboratory/Test houses:
(i)
IIT Roorkee
(ii)

IET Lucknow

(iii)

HBTI Kanpur

(iv)

AMU Aligarh

(v)

NCCBM Ballabhgarh

(vi)

IIT Delhi

(vii)

Approved Lab/Govt. Engineering Institutions as directed by the Engineerin-charge.

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

APPROVAL OF DESIGN MIX

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

For Good quality of control


4.00
5.00
5.00
5.00

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.

2.11 WORK STRENGTH TEST


TEST SPECIMEN
C
I
O

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

The minimum frequency of sampling of concrete of each grade shall be


according to the following:Quantity of concrete in the Number of samples.
work cubic metre per day
1-5
1
6-15
2
16-30
3
31-50
4
51 & above
4 + one additional sample for additional 50
cubic metre or part thereof.
Note: At least one sample shall be taken from each shift.
2.12 STANDARDS OF ACCEPTANCE- As per CPWD specifications/IS 456
Code

2.13

In case of rejection of concrete on account of unacceptable compressive


strength governed by para Standard of Acceptance as above the work for
which samples have failed shall be redone at the cost of contractors. However
the Engineer-in-Charge may order for additional test (like cutting cores,
ultrasonic pulse velocity test, load tests on structure or part of structure etc.) to
be carried out at the cost of contractor to ascertain if the portion of structure
wherein concrete represented by the sample has been used, can be retained on
the basis of results of individual or combination of these tests. The contractor
shall take remedial measures necessary to retain the structure as approved by
the Engineer-in-Charge without any extra cost. However for payment the basis
of rate payable to contractor shall be governed by the 28 days cube test results.

2.14

Only MS centering/shuttering and scaffolding material unless & otherwise


specified shall be used for all RCC. Work to give an even finish of concrete
surface. However marine ply shuttering in exceptional cases as per site
C
I
O

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

Pre-cast reinforced concrete units shall be of grade or mix as specified. Provision


shall be made in the mould to accommodate fixing devices such as hooks, flats
etc. And forming of notches and holes. Each unit shall be cast in one operation.
A sample of the unit shall be got approved from Engineer-in-Charge before
taking up the work.

3.2

Pre-cast units shall be clearly marked to indicate the top of member and its
locations.

3.3

Pre-cast units shall be stored, transported and placed in position in such a


manner that these are not damaged.

4
4.1

SANITARY INSTALLATIONS, WATER SUPPLY AND DRAINAGE

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.

WATER PROOFING TREATMENT

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)

The successful bidder is required to submit the detailed execution


programme within 10 days from the award of the work. The agency will
be required to submit list of plumbing and sanitary consultants through
which design is to be conducted. Out of list of plumbing and sanitary
consultants so submitted, Engineer-in-charge will approve the consultant.
The plumbing and sanitary drawings will be submitted by the agency as
per detailed execution programme.
The entire responsibility for the quality of work will however rest with the
building contractor only.

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

Vitreous China sanitary fittings, procured from producer of firms Neycer,


Hindustan, Cera , Parryware shall only be used subject to approval of samples
by the Engineer-in-Charge unless otherwise specified in the items.

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

Sensor operated flush valves shall be of make AOS or ASRA or equivalent.

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

A. Specification for Random Rubble Masonry

8.1

Scope

8.2

Materials

This specification covers materials joints, laying and


mode of measurement of Random Rubble Masonry.
Stones: The stone shall be the type specified such as
granite, trap, limestone, sand stone, quartztic etc. and
shall be obtained from the quarries, approved by the
C
I
O

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

Note 1 : Test for compressive strength shall be


carried out as laid down in IS: 1121 (Part-I)1974
Note : Test for water absorption shall be carried out
as laid down in IS : 1121-1974
(a)

(i)

Dressing : The stone shall be merely knocked off at


the sharp and irregular corns, edges and wherever
necessary for lifting well into the work.
No bushing exceeding 20mm shall be allowed on the
face. The quoins shall be neatly dressed to form the
required angle (i.e. at jambs and corners).
Bond Stone : The stones shall not be less than 400
sq. cm in cross sectional area at any point and shall
run right through the for wall up to 60 cms and in case
the wall thickness exceeds 60 cms a line of two or
more bond stone shall be laid from face to back
C
I
O

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

overlapping each other by 15cms minimum, the


length of such bond stones shall be at least 50cms.
Face stones : At least 25% stone 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 not be less than 200
sq. cms in cross section.
Hearting and backing : Where hearting can
accommodate a fair proportion of the stones used in
the hearting shall be of large size 25% of them shall
exceed 0.01 cum. in content.
Quoins : The quoins shall be at least 30 cms in
average length and 0.01cum in content and laid
alternately as headers and stretchers, out of then
stone at course not exceeding 1 meter centre to
centre , shall be provide with a minimum length of
50cms and cross-sections 200 sq. cm (Size of bond
specified above) on each exposed face.
Jamb Stones : The jambs shall be made with stones
specified for quoins except that the stone which were
required to be provided at 1 metre centre to centre on
both the exposed faces shall here be provided only
on the jamb and the length shall be equal to the
thickness of the wall for wall up to 60cms and a line of
headers shall be provided for walls thicker than 60
cms as specified for bond.
The masonry shall be carried out in regular courses of
height not exceeding 50 cms and masonry on any
day will not be raised more than 60 cms in height
when using mortars having compressive strength less
than 20 kg/sq. cm at 28 days and 100 cms when
using mortars exceeding this strength.
No attempt shall be made to level up the masonry at
each course by the use of thin stones.
The Joints shall not exceed 30mm at any point on the
face. Clips of the stones and spells shall be wedged
into the face beds and joint to avoid excessive bed
and joint thickness.
Stones shall be laid on their natural bed and shall be
solidly bedded full in mortar with close joints, chips of
stone spells be wedged into the work wherever
necessary. No dry work or hollow spaces shall be
allowed and every stone whether large or small shall
be carefully selected
to fit snugly the intersties
between the large stones. Masonry shall be built
breaking joints in all the three directions. Bone
stones and headers shall be properly laid into the
work and shall be marked by the contractor with white
lead paint. The bond stones shall be provided at the
rate of two bond stones per square metre of face
C
I
O

NIL

AE(P)

EE(P)

Page 79

fu--fo
fo-ds-yks-fu

8.6

Raking out joints

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

Scope : This specification covers materials, joints, laying and mode of


measurement of coursed rubble facing masonry.

2.

Materials : As per specification for Random Rubble Masonry.

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.

Raking out Joints : As per specification for Random Rubble Masonry.

10

Mortar : As per specification for Random Rubble Masonry.

11

Scaffolding : As per specification for Random Rubble Masonry.

12

Protection : As per specification for Random Rubble Masonry.

13

Curing : As per specification for Random Rubble Masonry.

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

Specification of Aluminum Work

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

Extent and Intent :


The work shall be carried out through an approved specialist contractor who
shall furnish all materials, labour, accessories equipment tool & plant,
incidental. Required for providing and installing anodized aluminum door,
windows, claddings, louvers and other items as called for on the drawings.
The drawings and specifications cover the major requirement only. The
supplying of additional fastenings, accessory features and mentioned
specifically herein but which are necessary to make a complete installation
shall be a part of the contract.

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

Handling and Stacking :


Fabricated materials shall be carted in an approved manner to protect the
material against any damage during transportation. The loading and
unloading shall be carried out with utmost care. On receipt of materials at
site, they shall be carefully examined to detect any damaged pieces.
Arrangements shall be made for expeditious replacement of damaged pieces
/ parts. Materials found to be acceptable on inspections shall be repacked in
crates and stored safely.

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

Where aluminum comes into


plaster or dissimilar metals,
lacquer paint or plastic tape
avoided. Insulation materials
completion.

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

contact with masonry brick work / concrete /


it shall be coated with approved insulation
to ensure that electro chemical corrosion is
shall be trimmed off to clear flush line on

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

The contractor shall be responsible for assembling composite, bedding


set straight plumb, level and for their satisfactory operation after fixing is
complete.

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

The doors windows assembled as shown on drawings shall be placed in


correct final position in this opening and marks made on concrete members
at jambs, sills and heads against the holes provided in frames for anchoring.
The frame shall then be removed then the opening and laid aside. Neat holes
with parattle sides of appropriate size shall then be drilled in the concrete
members with an electric drill at the marking to house the expansion bolts.
The expansion bolts shall then be inserted in the holes, struck with a light
hammer till the nut is forced into the anchor shall. The frame shall then be
placed in final position. In the opening and anchored to the support through
cadmium plated machine screws of required sized threaded to expansion
bolts. The frame shall be set in the opening by using wooden wedges at
supports and be plumbed in position. the wedges shall invariably be placed
at meeting points of glazing bars and frames.

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

The various tests on aluminum sections shall be conducted in accordance


with the relevant IS codes.

9.12.2

The minimum number of each unit of doors / windows shall be selected at


random by Engineer-in-Charge as such that all the aluminum section shall be
got tested.
S.
No.
1.

Details

No. of Tests

Doors, Windows & Ventilators

5% of Nos. manufactured.

9.12.3

The sample of major member of each unit of doors / windows shall be


selected at random by Engineer-in-Charge as such that all the aluminum
section shall be got tested.

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

The samples of species of timber to be used shall be got approved and


deposited by the contractor with the EE before commencement of the work. The
contractor shall produce cash vouchers and certificates from kiln seasoning
C
I
O

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

The rate of T- angle iron frame shall include the following.


(a)

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.

13 VARIATION IN CONSUMPTION OF MATERIALS


13.1

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

The theoretical quantity of cement to be utilized in item of concrete involving use


of single aggregate and mixed by volume batching shall be computed on the
basis of the coefficient for cement to be used in different item of the work
provided in DSR reducing each of the co-efficient by 5%. However, where the
concrete is mixed by weight batching no such reduction shall be made from
theoretical co-efficient given in DSR 2014 for concrete with crushed stone
aggregate.

C
I
O

NIL

AE(P)

EE(P)

Page 89

fu--fo
fo-ds-yks-fu

LIST OF MACHINERY, TOOLS & PLANTS TO BE DEPLOYED BY THE


CONTRACTOR AT SITE AS & WHEN REQUIRED
Sl.
No.
1

Name of Equipment

Numbers

Excavators (various sizes)

1 No.

Equipment for hoisting & lifting


1

Tower Crane or Builders hoist (Desirable)

Nil.

Equipment for Concrete work


1

Automatic Concrete batching plant of sufficient capacity as per


direction of Engineer-in-Charge

1 No.

Concrete pump (Desirable)

1 No.

Concrete transit mixer

1 No.

Concrete mixer (diesel)

1 Nos.

Concrete mixer (electrical)

1 Nos.

Needle vibrator (electrical)

2 Nos.

Needle vibrator (petrol)

2 Nos.

Surface vibrator

2 Nos.

Equipment for Building work


1

Bar bending Machine

1 No.

Bar cutting machine

1 No.

Drilling machine

1 No.

Welding machine i/c transformer


Cube testing machines

1 No.

5
6
7

M.S. pipes
Steel shuttering

Steel scaffolding

Grinding/polishing machines

1 No.
1 Set

For 800 sqm. Equivalent area or


4as desired by EngineerinCharge

2 Nos.

Equipment for transportation


1

Tippers

1 No.

Trucks

1 No.

Pneumatic equipment
1

Air compressors (diesel)

Nil

Dewatering equipment
C
I
O

NIL

AE(P)

EE(P)

Page 90

fu--fo
fo-ds-yks-fu
1

Pump (diesel)

Nil

Pump (electric) (Desirable)

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

PREFERRED MAKES OF MATERIALS


Acceptable makes of materials to be used in the work are enclosed. In
case of non availability of these makes, the Engineer-in-charge may allow use
of alternative makes. Only BIS marked materials shall be used in the work. Non
BIS marked materials may be permitted by the Engineer-in-charge only when
BIS marked materials are not manufactured
LIST OF ACCETABLE MAKES FOR CIVIL WORKS
S.No.
Material
1
(i) 43 Grade Ordinary Portland
Cement / Portland Pozzolona
Cement.
(ii) White Cement
2
Reinforcement Steel (TMT-Fe500)

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

Green, Century, Merino, Kitply,


Duro
Asian Paints Melamine Gold, Wudfin
of Pidilite, Timbertone of ICI Dulux.
HARDWYN, Godrej, Dorma, Dorset
Hardware Kilong, Alualpha
Saint Gobain, AIS, Pilkington
JINDAL, Dorma, GEZE
Saint Gobain, AIS, Pilkington

Pilkington, SCHOTT, FERILITE,


Saint Gobain.
Mccoy
Architectural
System,
Skylight Thermoform
Vergola,Abucob
Kutty Doors, Shakti Metdoor,
G.I. Steel door frame
NAVAIR,
ROMAT,
Synergy
Thrislington.
Earl-Bihari, Ebco, Rotto, Cotswold,
Friction Stay Hinges
GU, Dorset
Hanu, Osaka, Avigiri, Alps, Anand
EPDM Gasket
AIS, Art N Glass (Chandigarh),
Glass processor
for
making
Kochar Glass Pvt. Ltd. (Bhopal),
DGU/Toughning
Kaenal Glass (Bhiwadi),
GSE
(Noida)
NEROLAC, BERGER, J&N
Ployster Powder Coating Shades
Plastics,
Dow
Corning,
Silicon based water repellant G.E.
BECKER
/Weather Sealant
Fosroc, Pidilite, Sika
Poly-Sulphide Sealant
Ultra Tiles, Unitile, NITCO
Mosaic tiles/ Chequered Tiles
Morbito, Somany, RAK
Ceramic Tiles / Glazed tiles
Vitrified Tiles (Antiskid/Matt/Glazed) Morbito, Somany, RAK
Armstrong, Unitex, LG Houses
PVC Flooring
NITCO, Unitile, NTC, Ultra
Paver block & Kerb Stone
Pidilite, Bal Endura, Fosroc, Ferrous
Tile/ Stone Adhesive
Crete
Bal Endura, Pidilite, Fosroc, Ferrous
Grouting Compound
Crete
C
I
O

NIL

AE(P)

EE(P)

Page 93

fu--fo
fo-ds-yks-fu
36
37
38
39
40

Dash / Anchoring Fasteners


Nuts / Bolts & Screws
Wall putty
Curing compound
Oil Bound Washable Distemper

41

Acrylic Distemper

42

Premium Acrylic Emulsion Paints

43

Cement Primer

44
45

Steel Primer
Wood Primer

46

Textured Exterior Paint

47

Synthetic Enamel Paint

48
49

Epoxy Paint
Fire Paint

50
51
52
53

G.I. / M.S. Pipe


G.I. Fittings
HDPE Pipes
DI PIPES

54
55
56
57

DI Fittings
CI Fittings
CI Double flanged sluice valveb
Float Valve

HILTI, Fischer, Bosch, Wurth.


GKW, Hilti,
Birla wall care, JK White
Fosroc, Sika, Cico
Asian
Paints
(Tractor
acrylic
distemper), ICI (Maxilite), Burger
Bison(Berger),
Tractor(Asian),
Maxilite (ICI)
ICI (Super smooth), Nerolac (Beauty
gold), Asian Paints (Premium
emulsion/
professional
interior
emulsion), Burger
BP
White(Berger),
Decoprime
WT(Asian), White primer (ICI)
ICI, Nerolac, Asian Paints
ICI, Nerolac, Asian Paints (White)
Asian paints (Apex with honeycomb
roller finish) ICI (Weather shield
with honeycomb roller finish,
Kansai
Nerolac
(Excel
with
honeycomb roller finish)
Asian(Apcolite
Premium
gloss
enamel), ICI (Dulux gloss synthetic
enamel), Kansai Nerolac (Synthetic
enamel)
Asian, ICI, Kansai Nerolac,
Akzo Nobel Coatings
India
Ltd., PROMAT, Jotun, Asian
Paints
Tata, Jindal (Hisar)
Unik, AVR, Zoloto
Reliance, JainPipes, ORIPLAST
Electrosteel,
Jindal,
TATA
DUCTURA
Kartar , Electrosteel
Neel , Kartar , Sarkar
Kirloskar, Sondhi, Kejriwal
L&K, Leader, Zoloto,

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

UPVC pipe and Fittings


Centrifugally Cast (spun) Iron Pipes
& Fittings
Centrifugally Cast (spun) Iron
(Class LA) Pipes
C.I. Manhole covers, frames & GI
Gratings
SFRC Manhole covers & gratings
Gun metal Valves , globes
CP Brass Fittings
Sanitary Fittings & accessories
Water Meter

72

Brass stop & Bib Cock


Mirror Glass
U-PVC Pipe
PVC Pipe & Fittings
Non Return valve (Check valve)
to 1
Brass Ferrules

73

Insulation for hot water pipes

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

Hardware & Door fittings


Door closer
Stainless Steel Sink (Out of Salem
steel)
European WC
Washbasin
Urinals
C
I
O

Astral, Supreme, Finolex


NECO, Kapilansh, SKF , BIC
Neco, Electro Steel, Kapilansh
NECO, RAJ Iron Foundary Agra,
BIC, SKF
KK, JAIN, PARGATI
Sant, Leader, Zoloto
Jaquar, Kohler, Parryware, Hindware
Jaquar, Kohler, Parryware, Hindware
Prima, Kranti, Leader, Zoloto,
Dashmesh
Zoloto, Sant, L&K, Leader,
Atul, Modi Guard, Golden Fish
Astral, Supreme, Finolex
Supreme, Finolex, Kisan
Zoloto, Sant, Leader
Dhawan Sanitary Udyog (PRIMA),
Kalsi ,Annapurna
KAIFLEX
,
ARMAFLEX,
CAREFLEX
KAIFLEX
,
ARMAFLEX,
CAREFLEX
PYPKOTE, ARMAFLEX,
AKPOLYKOTE,
Merino Industries Ltd (Titan Series),
Green Sturdo, Green Ply Industries
Ltd (Greenlam Sturdo Classic),
Trespa,Dorma
Dorma, Kich, Ozone, Dorset
Dorma, Kich, Godrej
Neelkanth, Niralli, Jyna
Hindware, Parryware, Kohler, Jaquar
Hindware, Parryware,Kohler, Jaquar
Hindware, Parryware, Jaquar, Kohler

NIL

AE(P)

EE(P)

Page 95

fu--fo
fo-ds-yks-fu
83
84
85
86
87
88

CPVC Pipes & Fittings


Stone ware pipes
Gully Traps
RCC Pipes (NP-2)
Atactic Polypropylene
UPVC Doors & Windows

89
90
91

Extruded Polystrene Insulation


Board
Heat Resistant Tiles
Gypsum Plaster

92
93

Floor hardener
Modular Expansion Joint

Finolex, Supreme, Ashirwad, Astra


Perfect, Taya
Perfect, Parry
Lakshmi, Sood & Sood, Jain & Co.
STP, HTL, Hydro Tech Ltd., Pidilite
Fenesta, Aluplast , Prizma Winsol
Pvt. Ltd.
Dowcorning, Supreme, Texas, Analco
Swastik, Thermax
Ferrous
Crete,
Gyproc
Saint
Gobain, Boral
Ironite, Ferrok, Hardonate
Herculus, CS, Vexcolt. Devin.

Note: - CE (NZ-IV), CPWD, Dehradun reserves the right to add or delete


any materials and Brands in the list of approved materials/brands on the
recommendations of Engineer-in-charge

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.

__________________________

SIGNED 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 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.

__________________________

SIGNED 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 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

______________________ (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.

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

_________________________ 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.

__________________________

SIGNED 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 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

do hereby undertake to pay the amounts due


and payable
(Indicate the name of the
Bank)

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

further agree that


contained shall

the

guarantee

herein

(Indicate the name of the


Bank)
C
I
O

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

further agree with the Government that the


Government
(Indicate the name of the
Bank)

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

lastly undertake not to revoke this guarantee


except with
(Indicate the name of the
Bank)

the previous consent of the Government in writing.


8.
This guarantee shall be valid up to _____________, unless extended on
demand by Government. Notwithstanding anything mentioned above, our liability
against
this
guarantee
is
restricted
to
Rs.
_________
(Rs.
_______________________________only) and unless a claim in writing is lodged with
us within six months of the date of expiry or the extended date of expiry of this
guarantee all our liabilities under this guarantee shall stand discharged.
Dated:
the
_______________________
______________________________________
for

day

of

(Indicate the name of the Bank)


C
I
O

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

List of items to be executed through specialized agencies


1. Stone Works
2. Water Supply, Sanitary & drainage works
3. Water proofing work.
4. Aluminium work for doors and windows.

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.

The decision of the tender

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

Schedule of Quantities (CIVIL WORK)


Name of Work : C/o Two Nos. 120 Men Barrrack at 36th Bn. ITBP Lohaghat, Distt.
Champawat (UK).
SLNo

Description
1

1.1

1.1.1
1.2

1.2.1
1.3

1.3.1

Earth work in excavation by mechanical


means (Hydraulic excavator) / manual means
over areas (exceeding 30cm in depth. 1.5 m in
width as well as 10 sqm on plan) including
disposal of excavated earth, lead upto 50m
and lift upto 1.5m, disposed earth to be
levelled and neatly dressed.
All kinds of soil
Earth work in excavation by mechanical
means (Hydraulic excavator) / manual means
in foundation trenches or drains (not
exceeding 1.5 m in width or 10 sqm on plan),
including dressing of sides and ramming of
bottoms, lift upto 1.5 m, including getting out
the excavated soil and disposal of surplus
excavated soil as directed, within a lead of 50
m.
All kinds of soil.

1.4

Filling available excavated earth (excluding


rock) in trenches, plinth, sides of foundations
etc. in layers not exceeding 20cm in depth,
consolidating each deposited layer by
ramming and watering, lead up to 50 m and lift
upto 1.5 m.
Supplying and filling in plinth with Local sand
under floors, including watering, ramming,
consolidating and dressing complete.

2.1

6570.00

cum

670.00

cum

140.00

metre

Rate (`)
`)

Amount (`)
`)

Excavating trenches of required width for


pipes, cables, etc including excavation for
sockets, and dressing of sides, ramming of
bottoms, depth upto 1.5 m, including getting
out the excavated soil, and then returning the
soil as required, in layers not exceeding 20 cm
in depth, including consolidating each
deposited layer by ramming, watering, etc. and
disposing of surplus excavated soil as
directed, within a lead of 50 m :
All kinds of soil
Pipes, cables etc. exceeding 80 mm dia. but
not exceeding 300 mm dia

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

1:5:10 (1 cement : 5 coarse sand : 10 graded


stone aggregate 40 mm nominal size)

391.00

cum

2.2

Providing and laying cement concrete in


retaining walls, return walls, walls (any
thickness)
including attached
pilasters,
columns, piers, abutments, pillars, posts,
struts, buttresses, string or lacing courses,
parapets, coping, bed blocks, anchor blocks,
plain window sills, fillets, sunken floor,etc., up
to floor five level, excluding the cost of
centering, shuttering and finishing :
1:2:4 (1 Cement : 2 coarse sand : 4 graded
stone aggregate 20 mm nominal size)

8.00

cum

Making plinth protection 50 mm thick of


cement concrete 1:3:6 (1 cement : 3
coarse sand : 6 graded stone aggregate
20 mm nominal size) over 75mm thick
bed of dry brick ballast 40 mm nominal
size, well rammed and consolidated and
grouted with fine sand, including finishing
the top smooth.

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

REINFORCED CEMENT CONCRETE

3.1

Centering and shuttering including strutting,


propping etc. and removal of form for :

3.1.1

Foundations, footings, bases of columns, etc.


for mass concrete

3.1.2

Walls (any thickness) including attached


pilasters, butteresses, plinth and string
courses etc.
Suspended floors, roofs, landings, balconies
and access platform

3.1.3
3.1.4

Shelves (Cast in situ)

3.1.5

Lintels, beams, plinth beams,


bressumers and cantilevers

3.1.6

Columns, Pillars, Piers, Abutments, Posts and


Struts
Stairs, (excluding landings) except spiralstaircases

3.1.7

girders,

3.1.8

Small lintels not exceeding 1.5 m clear


span, moulding as in cornices, window
sills, string courses, bands, copings, bed
plates, anchor blocks and the like

3.1.2

Edges of slabs and breaks in floors and walls

3.1.2.1

Under 20 cm wide

3.1.2.2

Weather shade, Chajjas, corbels etc.,


including edges
Steel reinforcement for R.C.C. work including
straightening, cutting, bending, placing in
position and binding all complete upto plinth
level.
Thermo-Mechanically Treated bars

3.2

3.2.1
3.3

63760.00

Kg

Steel reinforcement for R.C.C. work including


straightening, cutting, bending, placing in
position and binding all complete above plinth
level.

C
I
O

NIL

AE(P)

EE(P)

Page 111

fu--fo
fo-ds-yks-fu
3.3.1
3.4

Thermo-Mechanically Treated bars

193310.00

Kg

3.4.1

Providing and laying in position machine


batched and machine mixed design mix M-25
grade cement concrete for reinforced cement
concrete work, using cement content as per
approved design mix, including pumping of
concrete to site of laying but excluding the cost
of centering, shuttering, finishing and
reinforcement,
including
admixtures
in
recommended proportions as per IS: 9103 to
accelerate, retard setting of concrete, improve
workability without impairing strength and
durability as per direction of Engineer-incharge. (Note :- Cement content considered in
this item is @ 330 kg/cum. Excess/less
cement used as per design mix is
payable/recoverable separately).
All works upto plinth level

738.00

cum

3.4.2

All works above plinth level upto floor V level

1389.00

cum

Add for using extra cement in the items of


design mix over and above the specified
cement content therein.
BRICK WORK

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

Brick work with common burnt clay F.P.S.


(non modular) bricks of class designation 7.5
in foundation and plinth in:
Cement mortar 1:6 (1 cement : 6 coarse sand)
Brick work with common burnt clay F.P.S. (non
modular) bricks of class designation 7.5 in
superstructure above plinth level up to floor V
level in all shapes and sizes in :
Cement mortar 1:6 (1 cement : 6 coarse sand)

655.00

cum

Half brick masonry with common burnt clay


F.P.S. (non modular) bricks of class
designation 7.5 in superstructure above plinth
level up to floor V level.
Cement mortar 1:4 (1 cement :4 coarse sand)

2943.00

sqm

Brick edging 7cm wide 11.4 cm deep to


plinth protection with common burnt clay
F.P.S. (non modular) bricks of class
designation 7.5 including grouting with
cement mortar 1:4 (1 cement : 4 fine
sand).

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

Raj Nagar Plain white marble/ Udaipur


green marble/ Zebra black marble
Area of slab upto 0.50 sqm

179.00

sqm

52.00

sqm

78.00

each

35.20

cum

583.00

sqm

4 mm thick glass pane

354.00

sqm

Providing and fixing ISI marked flush door


shutters conforming to IS : 2202 (Part I)
non-decorative type, core of block board
construction with frame of 1st class hard
wood and well matched commercial 3 ply
veneering with vertical grains or cross
bands and face veneers on both faces of
shutters :
35 mm thick including ISI marked
Stainless Steel butt hinges with necessary
screws

285.00

sqm

Granite of any colour and shade


Area of slab over 0.50 sqm
Extra for providing opening of required size &
shape for wash basin/ kitchen sink in kitchen
platform, vanity counter and similar location in
marble/Granite/stone
work,
including
necessary holes for pillar taps etc. including
moulding, rubbing and polishing of cut edges
etc. complete.
W O O D A N D P. V. C. W O R K
Providing wood work in frames of doors,
windows, clerestory windows and other
frames, wrought framed and fixed in position
with hold fast lugs or with dash fasteners of
required dia & length ( hold fast lugs or dash
fastener shall be paid for separately).
Sal wood

Providing and fixing panelled or panelled


and glazed shutters for doors, windows
and clerestory windows, including ISI
marked M.S. pressed butt hinges bright
finished of required size with necessary
screws, excluding panelling which will be
paid for separately, all complete as per
direction of Engineer-in-charge.
second class teak wood
30 mm thick shutters
Providing and fixing panelling or panelling
and glazing in panelled or panelled and
glazed shutters for doors, windows and
clerestory windows (Area of opening for
panel inserts excluding portion inside
grooves or rebates to be measured).
Panelling for panelled or panelled and
glazed shutters 25 mm to 40 mm thick :
Float glass panes

C
I
O

NIL

AE(P)

EE(P)

Page 113

fu--fo
fo-ds-yks-fu
6.4.2

25 mm thick (for cupboard) including ISI


marked nickel plated bright finished M.S.
piano hinges with necessary screws

663.00

sqm

6.5

Extra for cutting rebate in flush door shutters


(Total area of the shutter to be measured).

728.00

sqm

6.6

Providing and fixing M.S. grills of required


pattern in frames of windows etc. with
M.S. flats, square or round bars etc.
including priming coat with approved steel
primer all complete.
Fixed to openings /wooden frames with
rawl plugs screws etc.
Providing 40x5 mm flat iron hold fast 40
cm long including fixing to frame with 10
mm diameter bolts, nuts and wooden
plugs and embedding in cement concrete
block 30x10x15cm 1:3:6 mix (1 cement :
3 coarse sand : 6 graded stone aggregate
20mm nominal size).

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

Providing and fixing aluminium sliding door


bolts, ISI marked anodised (anodic coating not
less than grade AC 10 as per IS : 1868),
transparent or dyed to required colour or
shade, with nuts and screws etc. complete :
300x16 mm

6.8.2

250x16 mm

6.9

6.9.1

Providing and fixing aluminium tower bolts, ISI


marked, anodised (anodic coating not less
than grade AC 10 as per IS : 1868 )
transparent or dyed to required colour or
shade, with necessary screws etc. complete :
250x10 mm

6.9.2

150x10 mm

6.10

Providing and fixing aluminium pull bolt


lock, ISI marked, anodised (anodic
coating not less than grade AC 10 as per
IS : 1868) transparent or dyed to required
colour and shade, with necessary screws
bolts, nut and washers etc. complete.

6.11

6.11.1

Providing and fixing aluminium handles, ISI


marked, anodised (anodic coating not less
than grade AC 10 as per IS : 1868)
transparent or dyed to required colour or
shade, with necessary screws etc. complete :
125 mm

6.11.2

100 mm

6.12

6.12.1

Providing and fixing aluminium hanging floor


door stopper, ISI marked, anodised (anodic
coating not less than grade AC 10 as per IS :
1868) transparent or dyed to required colour
and shade, with necessary screws etc.
complete.
Twin rubber stopper

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

Providing and fixing Fiber Glass Reinforced


plastic (FRP) Door Frames of cross-section 90
mm x 45 mm having single rebate of 32 mm x
15 mm to receive shutter of 30 mm thickness
.The laminate shall be moulded with fire
resistant grade unsaturated polyester resin
and chopped mat . Door frame laminate shall
be 2 mm thick and shall be filled with suitable
wooden block in all the three legs. The frame
shall be covered with fiber glass from all sides.
M.S. stay shall be provided at the bottom to
steady the frame.
Providing and fixing to existing door frames.

6.15

30 mm thick Fiberglass Reinforced Plastic


(F.R.P.) flush door shutter in different plain and
wood finish made with fire retardant grade
unsaturated polyester resin, moulded to 3 mm
thick FRP laminate all around, with suitable
wooden blocks inside at required places for
fixing of fittings and polyurethane foam (PUF)/
Polystyrene foam to be used as filler material
throughout
the
hollow
panel,
casted
monolithically with testing parameters of
F.R.P. laminate conforming to table - 3 of IS:
14856, complete as per direction of Engineerin-charge.

6.16

Providing and fixing wire gauge shutters


using stainless steel grade 304 wire
gauge with wire of dia 0.5 mm and
average width of aperture 1.4 mm in both
directions for doors, windows and
clerestory windows with necessary
screws :
35 mm thick shutters

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

With ISI marked stainless steel butt


hinges of required size
second class teak wood

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

Providing and fixing circular/ Hexagonal cast


iron or M.S. sheet box for ceiling fan clamp, of
internal dia 140 mm, 73 mm height, top lid of
1.5 mm thick M.S. sheet with its top surface
hacked for proper bonding, top lid shall be
screwed into the cast iron/ M.S. sheet box by
means of 3.3 mm dia round headed screws,
one lock at the corners. Clamp shall be made
of 12 mm dia M.S. bar bent to shape as per
standard drawing.

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

Steel work welded in built up sections/


framed work, including cutting, hoisting,
fixing in position and applying a priming
coat of approved steel primer using
structural steel etc. as required.
In gratings, frames, guard bar, ladder,
railings, brackets, gates and similar works
Providing and fixing hand rail of approved
size by welding etc. to steel ladder railing,
balcony railing, staircase railing and
similar works, including applying priming
coat of approved steel primer.
M.S. tube

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.

Providing and laying rectified Glazed


Ceramic floor tiles of size 300x300 mm or
more (thickness to be specified by the
manufacturer), of 1st quality conforming
to IS : 15622, of approved make, in
colours White, Ivory, Grey, Fume Red
Brown, laid on 20 mm thick cement
mortar 1:4 (1 Cement: 4 Coarse sand),
including grouting the joints with white
cement and matching pigments etc.,
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

Providing and laying vitrified floor tiles in


different sizes (thickness to be specified by the
manufacturer) with water absorption less than
0.08% and conforming to IS : 15622, of
approved make, in all colours and shades, laid
on 20mm thick cement mortar 1:4 (1 cement :
4 coarse sand), including grouting the joints
with white cement and matching pigments etc.,
complete.
Size of Tile 600x600 mm

461.00

sqm

47.00

sqm

Providing and laying Vitrified tiles in different


sizes (thickness to be specified by
manufacturer), with water absorption less than
0.08 % and conforming to I.S. 15622, of
approved make, in all colours & shade, in
skirting, riser of steps, over 12 mm thick bed of
cement mortar 1:3 (1 cement: 3 coarse sand),
including grouting the joint with white cement &
matching pigments etc. complete.
Size of Tile 600x600 mm
ROOFING
Providing and fixing on wall face unplasticised
Rigid PVC rain water pipes conforming to IS :
13592 Type A, including jointing with seal ring
conforming to IS : 5382, leaving 10 mm gap for
thermal expansion, (i) Single socketed pipes.
110 mm diameter

442.00

metre

34.00

each

34.00

each

34.00

each

136.00

each

34.00

each

Providing and fixing on wall face unplasticised


- PVC moulded fittings/ accessories for
unplasticised Rigid PVC rain water pipes
conforming to IS : 13592 Type A, including
jointing with seal ring conforming to IS : 5382,
leaving 10 mm gap for thermal expansion.
Coupler
110 mm bend
Bend 87.5
110 mm bend
Shoe (Plain)
110 mm Shoe
Providing and fixing unplasticised -PVC pipe
clips of approved design to unplasticised PVC rain water pipes by means of 50x50x50
mm hard wood plugs, screwed with M.S.
screws of required length, including cutting
brick work and fixing in cement mortar 1:4 (1
cement : 4 coarse sand) and making good the
wall etc. complete.
110 mm
Providing and fixing to the inlet mouth of rain
water pipe cast iron grating 15 cm diameter
and weighing not less than 440 grams.

C
I
O

NIL

AE(P)

EE(P)

Page 117

fu--fo
fo-ds-yks-fu
9.7

Providing and fixing tiled false ceiling of


6mm thick cement board plain Multipurpose
Cement Board (High Pressure steam cured
high impact polypropelene reinforced) as per
IS: 14862 of size 595x595 mm in true
horizontal level suspended on inter locking
metal grid of hot dipped galvanized steel
sections (galavanized @ 120 grams/sqm, both
side inclusive) consisting of main "T" runner
with suitably space joints to get required
length and of size 24x38 mm made from
0.30mm thick (minimum sheet, 1200mm long
spaced between main "T" at 600mm center to
center to form a grid of sheet to be interlocked
at middle of the 1200x600mm panel to form
grids of 600mmx600mm and wall angle of
size 24x24x0.3 mm and laying false ceiling
tiles of approved texture in the grid including,
required, cutting/ making, opening for
services like diffusers, grills, light fittings,
fixtures, smoke detectors etc. Main "T"
runners to be suspended from celing using GI
slotted cleats of size 27x37x25x1.6 mm fixed
to ceiling with 12.5 mm dia and 50mm long
dash fasterners, 4mm GI adjustable rods with
galvanised butterfly level clips of size 85 x 30
x 0.8 mm spaced at 1200 mm center to center
along main T, bottom exposed width of 24
mm of all T-sections shall be prepainted with
polyester paint, all complete for all heights as
per specifications, drawings and as directed by
Engineer-in-Charge.

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

12 mm cement plaster of mix :


1:6 (1 cement: 6 fine sand)
15 mm cement plaster on the rough side of
single or half brick wall of mix :
1:6 (1 cement: 6 fine sand)
6 mm cement plaster of mix :
1:3 (1 cement : 3 fine sand)

10.4

Extra for plastering exterior walls of height


more than 10 m from ground level for every
additional height of 3 m or part thereof.

10.5

Providing and applying plaster of paris


putty of 2 mm thickness over plastered
surface to prepare the surface even and
smooth complete.

10.6

Finishing walls with Premium Acrylic Smooth


exterior paint with Silicone additives of
required shade :
New work (Two or more coats applied @ 1.43
ltr/ 10 sqm over and including priming coat of
exterior primer applied @ 2.20 kg/ 10 sqm)

10.6.1

409

C
I
O

NIL

AE(P)

EE(P)

Page 118

fu--fo
fo-ds-yks-fu
10.7

Applying priming coat :

10.7.1

With ready mixed pink or Grey primer of


approved brand and manufacture on wood
work (hard and soft wood)

10.8

Distempering with 1st quality acrylic distemper


(ready mixed) of approved manufacturer, of required
shade and colour complete, as per manufacturers
specification.

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

New work (two or more coats)

4590.00

sqm

10950.00

sqm

10950.00

sqm

5740.00

sqm

4490.00

sqm

28.00

each

14.00

each

Applying one coat of water thinnable cement primer


of approved brand and manufacture on wall surface :
Water thinnable cement primer

Painting with synthetic enamel paint of


approved brand and manufacture to give an
even shade :
Two or more coats on new work
Providing and applying white cement based
putty of average thickness 1 mm, of approved
brand and manufacturer, over the plastered
wall surface to prepare the surface even and
smooth complete.
SANITARY INSTALLATIONS
Providing and fixing water closet squatting pan
(Indian type W.C. pan ) with 100 mm sand cast
Iron P or S trap, 10 litre low level white P.V.C.
flushing cistern, including flush pipe, with
manually controlled device (handle lever)
conforming to IS : 7231, with all fittings and
fixtures complete, including cutting and making
good the walls and floors wherever required :
White Vitreous china Orissa pattern W.C. pan
of size 580x440 mm with integral type foot
rests

Providing and fixing white vitreous china


pedestal type water closet (European type
W.C. pan) with seat and lid, 10 litre low
level white P.V.C. flushing cistern,
including flush pipe, with manually
controlled
device
(handle
lever),
conforming to IS : 7231, with all fittings
and fixtures complete, including cutting
and making good the walls and floors
wherever required :
W.C. pan with ISI marked white solid
plastic seat and lid
Providing and fixing white vitreous china
flat back half stall urinal of size
580x380x350 mm with white PVC
automatic flushing cistern, with fittings,
standard size C.P. brass flush pipe,
spreaders with unions and clamps (all in
C.P. brass) with waste fitting as per IS :
2556, C.I. trap with outlet grating and
other couplings in C.P. brass, including
painting of fittings and cutting and making
good the walls and floors wherever
C
I
O

NIL

AE(P)

EE(P)

Page 119

fu--fo
fo-ds-yks-fu
required :
11.3.1

Range of three half stall urinals with 10


litre P.V.C. automatic flushing cistern

11.4

Providing and fixing Stainless Steel A ISI 304


(18/8) kitchen sink as per IS : 13983 with C.I.
brackets and stainless steel plug 40 mm,
including painting of fittings and brackets,
cutting and making good the walls wherever
required :
Kitchen sink with drain board

11.4.1
11.4.1.1
11.5

11.5.1
11.6

11.6.1

510x1040 mm bowl depth 225 mm

12.00

each

2.00

each

42.00

each

Providing and fixing white vitreous china wash


basin including making all connections but
excluding the cost of fittings :
Flat back wash basin of size 550x400 mm
Providing and fixing P.V.C. waste pipe for sink
or wash basin including P.V.C. waste fittings
complete.
Flexible pipe

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

Providing and fixing 600x450 mm beveled


edge mirror of superior glass (of approved
quality) complete with 6 mm thick hard board
ground fixed to wooden cleats with C.P. brass
screws and washers complete.
Providing and fixing toilet paper holder :
C.P. brass
Providing and fixing soil, waste and vent pipes
:
100 mm dia

11.9.1.1

Centrifugally cast (spun) iron socket & spigot


(S&S) pipe as per IS: 3989

11.10

Providing and fixing M.S. holder-bat clamps of


approved design to Sand Cast iron/cast iron
(spun) pipe embedded in and including cement
concrete blocks 10x10x10 cm of 1:2:4 mix (1
cement : 2 coarse sand : 4 graded stone
aggregate 20 mm nominal size), including cost
of cutting holes and making good the walls etc.
:
For 100 mm dia pipe

11.10.1
11.11

11.11.1
11.11.1.1
11.12
11.12.1
11.12.1.1

Providing and fixing bend of required degree


with access door, insertion rubber washer 3
mm thick, bolts and nuts complete.
100 mm dia
Sand cast iron S&S as per IS - 3989
Providing and fixing plain bend of required
degree.
100 mm dia
Sand cast iron S&S as per IS : 3989

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

Providing and fixing single equal plain junction


of required degree with access door, insertion
rubber washer 3 mm thick, bolts and nuts
complete.
100x100x100 mm
Sand cast iron S&S as per IS - 3989

Sand cast iron S&S as per IS - 3989

11.15

Providing and fixing terminal guard :

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

Sand cast iron S&S as per IS - 3989

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

Providing and fixing collar :


100 mm
Sand cast iron S&S as per IS - 3989

Providing lead caulked joints to sand cast


iron/centrifugally cast (spun) iron pipes
and fittings of diameter :
100 mm
Providing and fixing trap of self cleansing
design with screwed down or hinged grating
with or without vent arm complete, including
cost of cutting and making good the walls and
floors :
100 mm inlet and 100 mm outlet
Sand cast iron S&S as per IS: 3989
Painting sand cast iron/ centrifugally cast
(spun) iron soil, waste vent pipes and fittings
with two coats of synthetic enamel paint of any
colour such as chocolate grey, or buff etc. over
a coat of primer (of approved quality) for new
work :
100 mm diameter pipe
Providing and fixing superior quality C P towel
ring of approved make (Jaquar Cat.no. ACN
1121 BN or Equivalent) complete as per
direction of Engineer-in-Charge.

11.21

Providing and fixing superior quality C.P. towel


rail of approved make (Jaquar Cat.no. ACN
1111 NM or Equivalent) complete with
brackets fixed with CP brass screws 600mm
long

12.1

84.00

100 mm

11.20

12

each

100x100x100 mm

11.14.1.1
11.15.1

68.00

Providing and fixing single equal plain junction


of required degree :

WATER SUPPLY

12.1.1

Providing and fixing G.I. pipes complete with


G.I. fittings and clamps, i/c cutting and making
good the walls etc.
25. mm dia nominal bore

12.1.2

50 mm dia nominal bore

C
I
O

NIL

AE(P)

EE(P)

Page 121

fu--fo
fo-ds-yks-fu
12.2

12.2.1

Providing and fixing G.I. Pipes complete with


G.I. fittings and clamps, i/c making good the
walls etc. concealed pipe, including painting
with anti corrosive bitumastic paint, cutting
chases and making good the wall :
15 mm dia nominal bore

12.2.2

20 mm dia nominal bore

12.3

66.00

metre

544.00

metre

Providing and fixing gun metal gate valve with


C.I. wheel of approved quality (screwed end) :

12.3.1

25mm nominal bore

8.00

each

12.3.2

50mm nominal bore

2.00

each

32.00

each

42.00

each

12.4

12.4.1
12.5

Providing and fixing ball valve (brass) of


approved quality, High or low pressure,
with plastic floats complete :
20 mm nominal bore
Providing and fixing uplasticised
connection pipe with brass unions :

12.5.1

45 cm length

12.5.2

15 mm nominal bore

12.6

PVC

Painting G.I. pipes and fittings with synthetic


enamel white paint with two coats over a ready
mixed priming coat, both of approved quality
for new work :

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

Providing and fixing G.I. Union in G.I. pipe


including cutting and threading the pipe and
making long screws etc. complete (New work)
:
20 mm nominal bore

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

Providing and placing on terrace (at all


floor levels) polyethylene water storage
tank, ISi : 12701 marked, with cover and
suitable locking arrangement and making
necessary holes for inlet, outlet and
overflow pipes but without fittings and the
base support for tank.

per
litre

Providing and fixing C.P. brass bib cock of


approved quality conforming to IS:8931 :

12.9.1

15 mm nominal bore

12.10

Providing and fixing C.P. brass angle valve for


basin mixer and geyser points of approved
quality conforming to IS:8931 a) 15 mm
nominal bore
15mm nominal bore

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

Providing and fixing superior quality Hand


shower 80mm round shape, multi flow (Health
Faucet)
(Jaquar Cat.no. HSH- 1931 or
Equivalent) with 8mm dia, 1.5 meter long
flexible tube of approved make
(Jaquar
Cat.no.SHA 549 D8or Equivalent) and wall
hook complete as per direction of Engineer-inCharge.

4.00

Each

42.00

Each

84.00

Each

38.00

Each

156.00

metre

155.00

metre

12.00

each

Providing and fixing superior quality Central


hole basin mixer without pop up waste system
of approved make (Jaquar Cat.no. CON 167
KBN or Equivalent) with 450mm long Braided
hoses central hole basin mixer complete as
per direction of Engineer-in-Charge. (a) 15mm
nominal bore

Providing and fixing superior quality


concealed stop cock regular body with
adjustable wall flange of approved make
(Jaquar Cat.no. CON-083 KN or
Equivalent) complete as per direction of
Engineer-in-Charge.(a) 15mm nomimal
bore.
Providing and fixing superior quality CP
bras shower with connecting legs, wall
flanges
of
approved make (Jaquar
Cat.no.HSH1937 or Equivalent) complete
as per direction of Engineer-in-Charge.
(a) 15mm nominal bore
DRAINAGE
Providing, laying
and jointing glazed
stoneware pipes class SP-1 with stiff mixture
of cement mortar in the proportion of 1:1 (1
cement : 1 fine sand) including testing of joints
etc. complete :
150 mm diameter
Providing and laying cement concrete 1:5:10
(1 cement : 5 coarse sand : 10 graded stone
aggregate 40 mm nominal size) all-round S.W.
pipes including bed concrete as per standard
design :
150 mm diameter S.W. pipe
Providing and fixing square-mouth S.W. gully
trap class SP-1 complete with C.I. grating brick
masonry chamber with water tight C.I. cover
with frame of 300 x300 mm size (inside) the
weight of cover to be not less than 4.50 kg and
frame to be not less than 2.70 kg as per
standard design :
180x150 mm size P type
With common burnt clay F.P.S. (non modular)
bricks of class designation 7.5

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

Constructing brick masonry manhole in


cement mortar 1:4 ( 1 cement : 4 coarse sand
) with R.C.C. top slab with 1:2:4 mix (1 cement
: 2 coarse sand : 4 graded stone aggregate 20
mm nominal size), foundation concrete 1:4:8
mix (1 cement : 4 coarse sand : 8 graded
stone aggregate 40 mm nominal size), inside
plastering 12 mm thick with cement mortar 1:3
(1 cement : 3 coarse sand) finished with
floating coat of neat cement and making
channels in cement concrete 1:2:4 (1 cement :
2 coarse sand : 4 graded stone aggregate 20
mm nominal size) finished with a floating coat
of neat cement complete as per standard
design :
Inside size 90x80 cm and 45 cm deep
including C.I. cover with frame (light duty)
455x610 mm internal dimensions, total weight
of cover and frame to be not less than 38 kg
(weight of cover 23 kg and weight of frame 15
kg) :
With common burnt clay F.P.S. (non modular)
bricks of class designation 7.5

12.00

each

4.00

metre

Extra for depth for manholes :


Size 90x80 cm
With common burnt clay F.P.S. (non modular)
bricks of class designation 7.5
ALUMINIUM WORK
Providing and fixing aluminium work for doors,
windows, ventilators and partitions with
extruded built up standard tubular sections/
appropriate Z sections and other sections of
approved make conforming to IS: 733 and IS:
1285, fixing with dash fasteners of required dia
and size, including necessary filling up the
gaps at junctions, i.e. at top, bottom and sides
with required EPDM rubber/ neoprene gasket
etc. Aluminium sections shall be smooth, rust
free, straight, mitred and jointed mechanically
wherever required including cleat angle,
Aluminium snap beading for glazing / paneling,
C.P. brass / stainless steel screws, all
complete as per architectural drawings and the
directions of Engineer-in-charge. (Glazing,
paneling and dash fasteners to be paid for
separately) :
For fixed portion
Polyester powder coated aluminium (minimum
thicknessof polyester powder coating 50
micron)
For shutters of doors, windows & ventilators
including providing and fixing hinges/ pivots
and making provision for fixing of fittings
wherever required including the cost of EPDM
rubber / neoprene gasket required (Fittings
shall be paid for separately)
Polyester powder coated aluminium (minimum
thicknessof polyester powder coating 50
micron)

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

Providing and fixing glazing in aluminium door,


window, ventilator shutters and partitions etc.
with EPDM rubber / neoprene gasket etc.
complete as per the architectural drawings and
the directions of engineer-in-charge . (Cost of
aluminium snap beading shall be paid in basic
item):
With float glass panes of 5.50 mm thickness

16.00

Providing and fixing anodised aluminium


(anodised transparent or dyed to required
shade according to IS: 1868. Minimum
anodic coating of grade AC 15) sub frame
work for windows and ventilators with
extruded built up standard tubular
sections of approved make conforming to
IS: 733 and IS: 1285, fixed with dash
fastener of required dia and size (Dash
fastener to be paid for separately).
Providing and fixing aluminium round
shape handle of outer dia 100 mm with
SS screws etc. complete as per direction
of Engineer-in-charge
Powder coated minimum thickness 50
micron aluminium

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

Providing and laying integral cement based


water proofing treatment including preparation
of surface as required for treatment of roofs,
balconies, terraces etc consisting of following
operations: a) Applying a slurry coat of neat
cement using 2.75 kg/sqm of cement admixed
with water proofing compound conforming to
IS. 2645 and approved by Engineer-in-charge
over the RCC slab including adjoining walls
upto 300 mm height including cleaning the
surface before treatment. b) Laying brick bats
with mortar using broken bricks/brick bats 25
mm to 115 mm size with 50% of cement
mortar 1:5 (1 cement : 5 coarse sand) admixed
with water proofing compound conforming to
IS : 2645 and approved by Engineer-in-charge
over 20 mm thick layer of cement mortar of
mix 1:5 (1 cement :5 coarse sand ) admixed
with water proofing compound conforming to
IS : 2645 and approved by Engineer-in-charge
to required slope and treating similarly the
adjoining walls upto 300 mm height including
rounding of junctions of walls and slabs c)
After two days of proper curing applying a
second coat of cement slurry using 2.75 kg/
sqm of cement admixed with water proofing
compound conforming to IS : 2645 and
approved by Engineer-in-charge. d) Finishing
the surface with 20 mm thick jointless cement
mortar of mix 1:4 (1 cement :4 coarse sand)
admixed with water proofing compound
conforming to IS : 2645 and approved by
Engineer-in-charge including laying glass fibre
cloth of approved quality in top layer of plaster
and finally finishing the surface with trowel with
neat cement slurry and making pattern of
300x300 mm square 3 mm deep. e) The whole
terrace so finished shall be flooded with water
for a minimum period of two weeks for curing
and for final test. All above operations to be
done in order and as directed and specified by
the Engineer-in-Charge :
With average thickness of 120 mm and
minimum thickness at khurra as 65 mm.

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)

(Operative schedules shall be supplied separately to each intending


tenderer)
SCHEDULE A
Schedule of Quantities (as per PWD-3)

As per separate sheets attached for Electrical


Items of 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

Hire charges per day


3

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

As per Civil Component

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).

Estimated cost of work:


As per Civil Component
i) Earnest money:

Indicated in schedule F of
Civil component

ii) Performance Guarantee:

5% of the tendered value

iii) Security deposit:

2.5% of the tendered value

GENERAL RULES &

Officer inviting tender:

C
I
O

As per Civil Component

NIL

AE(P)

EE(P)

Page 128

fu--fo
fo-ds-yks-fu
DIRECTIONS :

Maximum percentage for quantity of


items of work to be executed
beyond which rates are to be
determined in accordance with
Clauses 12.2 & 12.3

Definitions:
2(v)
Engineer-in Charge

For Elect. Items of Work

See below

Executive Engineer (E),


Haldwani Project Elect. Divn,
CPWD. Haldwani

2(vii)

Accepting Authority

As per Civil Component

2(x)

Percentage on cost of materials and labour to cover


all overheads and profits

As per Civil Component

2(xi)

Standard Schedule of Rates:


Electrical Items of Work:

Schedule of rates 2014 (internal)


Schedule of rates 2014 (External)

2(xii)

Department:

Central Public Works Department

9(ii)

Standard CPWD contract Form:

CPWD form 8 as modified & corrected upto


date (Whether correction vide latest
circulars are incorporated or not in this
document).

Clause 1

iii)

iv)

Time allowed for submission of Performance


Guarantee from the date of issue of letter of
acceptance
Maximum allowable extension beyond the
period as provided in i) above

15 Days
7 Days

Clause 2

Authority for fixing Compensation under


Clause 2

Superintending
Engineer
(C),
Haldwani Central Circle, CPWD.
Haldwani Or successor thereof

Clause 2 A

Whether Clause 2A shall be applicable


i)
Number of days from the date of
issue of letter of acceptance for
reckoning date of start
ii) Time allowed for execution of work

Yes

Clause 5

22 Days
As per Civil Component

Authority to decide:
i)

Superintending Engineer (C),


Haldwani Central Circle, CPWD.
Haldwani Or successor thereof

Extension of time

ii) Rescheduling of mile stones

Superintending Engineer (C),


Haldwani Central Circle, CPWD.
Haldwani Or successor thereof

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.

Mile stone(s)- As per construction programme.


Same mile stones shall be applicable for civil as well as electrical parts of the work
as attached. The electrical contractor will ensure that electrical components of the work are
executed in time without giving any chance for slippage of mile stones on account of delay
in execution of associated electrical works by him. However in case mile stones are not
achieved by the contractor for the project the amount to be with held under clause 5 of the
contract will be done by the Executive Engineer (C) only and not by Executive Engineer (E).
In the event of not achieving the necessary milestones as assessed from mile stone bar
chart, amount as shown in chart will be withheld for failure of each mile stone.
As per Civil
Component

Clause 6, 6A

Clause applicable

Clause 7

Gross work to be done together with net


payment/Adjustment of advances for material collected,
if any, since the last such payment for being eligible to
interim payment
List of testing equipments to be provided by the
contractor at site lab.

Clause 10A

As per Civil
Component
----

Clause 10 B
(ii) & (iii)

Whether clause 10-B (ii) & (iii) shall be applicable.

As per Civil
Component

Clause 10 C

Component of labour expressed as percent of value of


work

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:

Base Price of all the


materials covered under
clause 10CA :

As per Civil Component


Clause 10 CC

Clause 10CC to be applicable in


contracts with stipulated period of
completion exceeding the period
shown in next column

Clause 11

Specification to be followed for execution of work:

For Electrical Items of


Work:

As per Civil Component

CPWD General Specification 2005(Part-I)


Internal & 1995 (Part-II) External amended upto
date

Clause 12
12.2 & 12.3

Deviation limit beyond which clause 12.2 &


12.3 shall apply for building work

C
I
O

30%

NIL

AE(P)

EE(P)

Page 130

fu--fo
fo-ds-yks-fu
12.5

Deviation limit beyond which clause 12.2 &


12.3 shall apply for foundation work
Competent Authority for Deciding reduced rates:
For Electrical
Items of Work:

Superintending Engineer(El.),
Dehradun Central Electrical Circle,
CPWD, Dehradun

Requirement of Technical Representative(s) and Recovery Rate

Minimum
Qualification of
Technical
Representative

Designation
(Principal
Technical/Technica
l representative

number

Sl.
No.

Discipline

Clause 36(i)

Minimum
experience

Clause 16

100%

Rate at which recovery shall


be made from the contractor
in the event of not fulfilling
provision of Clause 36(i) Per
person
Figures
Words
(Rs. Per
(Rs. Per
person)
person)

As per Civil Component

Assistant Engineers retired from Government services that are holding Diploma will be
treated at par with Graduate Engineers.
Clause 42
i)

a)

ii)

Schedule/ statement for determining theoretical


quantity of cement & bitumen on the basis of Delhi
Schedule of Rates 2007 printed by CPWD

N.A.

Variations permissible on theoretical quantities


a)

Cement for works with estimated cost put to tender


not more than Rs. 5 lakhs.

N.A.

For works with estimated cost put to Tender is


more than Rs. 5 lakhs

N.A.

b)

Bitumen all works

N.A.

c)

All other materials

Nil

RECOVERY RATES FOR QUANTITIES BEYOND PERMISSIBLE VARIATION

Sl
No

Description of items

Rates in figures and words at which recovery shall


be made from the contractor
Excess beyond
permissible variation

Less use beyond the


permissible variation

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

General Commercial & Technical Conditions:


1.0
All the works shall be carried out as per CPWD General specification for
Electrical Works, Part-I (Internal) 2013 & Part-II (External) 1994, amended up to
date and should also comply with relevant provisions of the Indian Electricity
Rules and Acts as applicable, amended up to date.
2.0

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.

Prices quoted shall be firm.

4.0

Taxes and Duties:

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

Works to be arranged by the department:

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

Supply of materials to the contractor if stipulated in the tender


documents.

Works to be done by the contractor:


Unless and otherwise mentioned in the tender documents, the following works
shall be done by the contractor, and therefore their cost shall be deemed to be
included in their tendered cost:-

9.0

(i)

Foundations for equipments and components where required, including


foundations bolts.

(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)

Testing and commissioning of completed installation.

(vi)

Storage space for all equipments, components and materials for the work

Storage and Custody of Materials:


The contractor has to make his own arrangement for the storage of the material
at site & necessary watch and ward of the electrical installation during the
execution of work till the same is handed over to the department. No extra
payment will be made on this account. The storage space shall however be
arranged by the department at site, if available.
The main contractor shall arrange for proper storage of the electrical fans and
fittings at site and that double lock system shall be arranged for the fans and
fittings after receipt at site until the time they are taken for installation. The
contractor shall however be responsible for proper storage and safe custody of
the same till their installation and handing over to the department.

10.0

Electric Power Supply and Water Supply:


Power and water supply will be arranged by the contractor at the site for
installation purpose.
However, for final testing purpose after complete installation of the electrical
items, electricity supply will be made available free of cost to the contractor.
C
I
O

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

Tools for handling and Erecting:


All tools and tackles required for handling of equipments and materials at site of
work as well as for their assembly and erection and also necessary test
instruments shall be the responsibility of the contractor.

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

Co-ordination with other agencies:


The contractor shall co-ordinate with all other agencies involved in the building
work so that the building work is not hampered due to delay in his work.
Recessed conduit and other works, which directly affect the progress of building
work, should be given priority.

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

Structural Alterations to Buildings:


(i)

No structural member in the building shall be damaged/altered, without


prior approval from the competent authority through the Engineer-ncharge.

(ii)

Structural provisions like openings, cutouts, if any, provided by the


department for the work, shall be used. Where these required
modifications, or fresh provisions are required to be made, such
contingent works shall be carried out by the contract at his cost.

(iii)

All such openings in floors provided by the department shall be closed by


the contractor after installing the cables/conduits/rising mains etc. as the
case may be, by any suitable means as approved by the Engineer-incharge without any extra payment.

(iv)

All chases required in connection with the electrical works shall be


provided and filled by the contractor at his own cost to the original
architectural finish of the buildings.

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

Work in occupied buildings:


(i)

When work is executed in occupied buildings, there would be minimum of


inconvenience to the occupants. The work shall be programmed in
consultation with the Engineer-in-charge and the occupying department.
If so required, the work may have to be done even before and after the
office hours.

(ii)

The contractor shall be responsible to abide by the regulations or


restrictions set in regard to entry into, and movement within the premises.

(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)

All wiring diagrams shall be deemed to be Drawings within the meaning


of the term as used in Clause 11 of the conditions of contract (PWD 7 or
PWD 8). They shall indicate the main switch board, the distribution
boards (with circuit numbers controlled by them), the runs of various
mains and sub mains and the position of all points with their controls.

(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

Conformity to IE act, IE Rules, and standards:

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

General requirements of components:

19.1.

Quality of material: All materials and equipments supplied by the contractor


shall be new. They shall be of such design, size and materials as to
satisfactorily function under the rated conditions of operation and to withstand
the environmental conditions at site.

20.0

Inspection of materials and equipments:

20.1.

Materials and equipments to be used in the work shall be inspected by the


departmental officers. Such inspection will be of following categories:

20.2.

(i)

Inspection of materials / equipments to be witnessed at the


Manufacturers premises in accordance with relevant BIS /Agreement
Inspection Procedure.

(ii)

To receive materials at site with Manufacturers Test Certificate(s)

(iii)

To inspect materials at the authorized dealers go downs to ensure


delivery of genuine materials at site.

(iv)

To receive materials after physical inspection at site.

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)

Inspection at factory or at godown of the manufacturer, as required, shall


be arranged by the firm for a mutually agreed date. Certificate for
genuineness of the fittings shall have to provided duly signed by the
manufacturers officer not below the rank of Regional Manager.

(v)

Delivery of material shall be taken up only with the consent of


department, after clearance of the material.

(vi)

Department shall reserve the right to waive inspection in lieu of suitable


test certificate, at its discretion.
C
I
O

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.

All components in a wiring installation shall be of appropriate ratings of voltage,


current and frequency, as required at the respective sections of the electrical
installations in which they are used.

21.2.

All conductors, switches and accessories shall be of such size as to be capable


of carrying the maximum current, which will normally flow through them, without
their respective ratings being exceeded.

22.0

Conformity to standards:

22.1.

All components shall confirm to relevant Indian Standard Specifications wherever


existing. Materials with ISI certification mark shall be preferred.

22.2.

Relevant Indian Standards including amendments or revisions thereof up to the


date of tender acceptance shall be applicable in the respective contracts for
respective items, firm to ensure its compliance.

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.

Good workmanship is an essential requirement to be complied with. The entire


work of manufacture/fabrication, assembly and installation shall confirm to sound
engineering practice.

24.2.

Proper supervision/skilled workmen: The contractor shall be a licensed electrical


contractor of appropriate class suitable for execution of the electrical work. He
shall engage suitably skilled/licensed workmen of various categories for
execution of work supervised by supervisors / Engineer of appropriate
qualification and experience to ensure proper execution of work. They will carry
out instruction of Engineer-in-charge and other senior officers of the Department
during the progress of work.

24.3.

Use of quality materials: Only quality materials of reputed make as specified in


the tender will be used in work.

24.4.

Fabrication in reputed workshop: Switch boards and LT panels shall be


fabricated in a factory/workshop having modern facilities like quality fabrication,
C
I
O

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:

After the work is completed, it shall be ensured that the installation is


tested and commissioned.
27.0

Completion plan and completion certificate:

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)

General layout of the building.

(ii)

Locations of main switchboard and distribution boards, indicating the


circuit numbers controlled by them.

(iii)

Position of all points and their controls.

(iv)

Types of fittings, viz. fluorescent, pendants, brackets, bulk head, fans,


exhaust fans etc.

(v)

Name of work, job number, tender reference, actual date of completion,


names of Division/ Sub-division and name of the firm who executed the
work with their signature.

(vi)

Cable layout showing general distribution diagram alongwith position of


cable joints, if any.

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.

Note : The quantity of material in the BOQ is indicative. Contractor has to


assess the actual requirement of material at site before placing the
order, keeping in view the drawing and site requirement from the
shortest route. No claim for payment for unused excess material
shall be entertained.
C
I
O

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)

Nomenclature of item as per Schedule of Quantities.

(b)

Additional specifications, particular


conditions for Electrical Works.

(c)

General conditions.

(d)

Contract Clauses of General conditions of contract for CPWD 2014.

(e)

CPWD specifications for electrical works as applicable.

(f)

Architectural/structural drawings and specifications mentioned in


drawings.

(g)

Indian standard specifications of BIS.

(h)

Sound engineering practice as per directions of the Engineer-incharge.

(i)

Manufacturers specifications.

specifications

and

special

A reference made to any Indian Standard Specifications in these


documents, shall imply reference to the latest version of that standard, including
such revisions/amendments as issued by the Bureau of Indian Standards upto
last date of receipt of tenders. The contractor shall keep at his own cost all such
publications of relevant Indian Standards applicable to the work at site.
1.

The main contractor shall engage appropriate class of contractor enlisted in


CPWD for electrical work. The main contractor shall not indulge in
procurement of electrical items and getting the work done on labour contract
with the electrical contractor. The whole electrical component shall be
executed by the eligible electrical contractor on a turnkey basis i.e.
procurement of material & engaging labour. The associate electrical
contractor shall submit the completion certificate of electrical work executed
by him alongwith necessary test reports, completion plan etc.

2.

The contractor shall take all safety precautions to avoid accidents by


exhibiting caution boards, red flags, red lights and by providing necessary
barriers and all other measures required from time to time. The contractor
shall be responsible for all damages and accidents due to negligence on his
part.

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.

All materials shall be got checked & approved by the Engineer-in-charge on


receipt of the same at site before use and rejected material is to be removed
from the site immediately.

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.

All hardware items such as screws, thimbles, connectors, earth/neutral


terminals, wires etc. which are essentially required for completing any
item as per specifications will be deemed to have been included in the
item even when the same have not been specifically mentioned.

2.

All hardware material such as nuts/bolts/screws/washers etc. to be used


in the work shall be zinc/cadmium plated iron. The galvanized boxes of
modular switch/sockets etc. shall be of the same make as of switch/socket
etc.

3.

While laying conduit, suitable minimum number of junction boxes shall be


left for pulling the wires. These shall be placed in such a way that the
same do not remain noticeable.

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.

Multi stranded FRLS PVC insulated copper conductors wires are to be


used in the work. Termination of multi-stranded conductors shall be done
using crimping type copper thimbles at both the ends. Nothing extra shall
be paid for the same.

6.

The contractor shall follow the shortest route for circuits, submain, point
wiring etc.

7.

The connections of switches, sensors, earthing conductors &


interconnections cables shall be made by adequate rating thimbles of
approved standard makes only and nothing extra on this account shall be
paid.

8.

Check nuts shall be provided while terminating the M.S. conduits in switch
board boxes for which nothing extra shall be paid.

9.

All distribution boards shall be marked with circuits controlling the


rooms/area/SDB controlled

10.

Material to be used in the work shall be ISI marked. The makes of


material have been indicated in the list of acceptable makes. No other
make will be acceptable. The material to be used in the work shall be got
approved from the Engineer-in-charge before its use at site. 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

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.

Modular type switches/sockets/telephone outlets/TV sockets are to be


provided wherever indicated in the items. The same shall be of only one
make. The modular plates of switches, sockets, telephone & TV sockets
etc. shall be in two parts i.e. plates with frames with in quoted rates.

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.

Wherever it is not possible to provide rigid conduits, flexible conduit pipe


shall be provided for drawing/running the wires. However, such
arrangement has to be kept to the barest minimum and only with the prior
approval of Engineer-in-charge.

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.

The contractor shall provide only metallic junction boxes/looping boxes


with cover of required sizes even in PVC conduiting and such boxes shall
be measured as a part of conduit/wiring without any extra payment.

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.

The ceiling roses wherever required to be provided are included in the


scope of work without extra payment and the same shall also be of
C
I
O

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

SNo. A)Type of Test/specification


1
High bright white power LEDs shall be used in
the luminaries and the wattage of these LEDs
shall be >1 W and < 3W.
LED
2
Manufacturer shall submit proof of
procurement of LEDs and LM-80 Test reports of
specific LED used in the proposed Luminaire.
(only above LED chip details to be offered).
3
Life span of LEDs used in the Luminaire shall be
more than 50,000 hours at 70% light output.
(Manufacturer shall submit the proof - L70 &
TM 21 Test Report)
4
Colour rendering index (CRI) of the LEDs used in
the luminaire shall be greater than 70
5
LED chip efficiency shall be more than 135
Lumens/watt at Tj 25 C (Manufacturer shall
submit the proof - LED Technical Data Sheet to
be submitted
6
Colour temperature of the luminaire shall be in
the range of nominal 5700 Deg K ( CCT as per
BIS/ANSI only)
7
Power factor
> 0.95
8
System Efficacy
Shall be nominal 100
(lumen/watt)
lumen/watt, System
lumen output
supported by LM79
report shall be
submitted.
9
CRI of Luminaries
> 70 (Supported by
LM79 report shall be
submitted.)
10
Operating voltage
140 V to 270V
universal electronic
driver with internal
surge protection of 4
KV (Applicability IS
15885, Driver Safety
16104-1/2)
11
LED Drive current
>=350 mA<1000 mA
C
I
O

Test

LM-80/IS16105 test report


including technical data sheet
of LED Chip from
ILAC/MRA/KOLAS/NVLAP/EPA
International Certifying
Agencies

LM 79/IS 16106-2012 from


NABL certified TPL

NIL

AE(P)

EE(P)

Page 147

fu--fo
fo-ds-yks-fu
12
13

14

LED driver efficiency


Luminaire Body Temp
should not exceed 30
deg. C from ambient
(45 deg.c) with
tolerance of 10deg.C
after 24 Hrs.NABL
report to be
submitted.
Heat dissipation / heat
sink

(B) LED street lights


1
Luminaire Diffuser

Operating
temperature

3
4
5

Protections
Working humidity
Conformation
standards of
luminaire (Test
reports of luminaire)

> 85%

Well-designed thermal This value shall not exceed


management system
junction temperature
with defined heat sink (Specified in LM 80 report at
which life > 50000 hrs )

To be of toughened glass with proper IP66


protection. &each LED on the MCPCB
should have individual lens mounted on a
lens plate.
Range: -10C to +50C

IP 66 Surge protection 4 kv, IEC61000-4-5


10% to 90% RH
LM80 (IS16105) NABL Acc. Lab certificate
for LED
And
LM79 (IS16106) , IEC60598 / IS;10322 for
LED Luminaire
The luminaire should conform to IEC
60598/ IS:10322 The luminaire should be
tested as per IEC 60598-2-3:2002/
IS:10322 Part 5 Sec-3 standards and
following test reports should be
submitted: Heat Resistance Test, Thermal
Test, Ingress Protection Test, Drop Test
Electrical / Insulation Resistance Test,
Endurance Test, Humidity Test ,
Photometry Test (LM79 report), Vibration
C
I
O

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.

(c )Indoor Light Specification


1
Operating Voltage Range
2
Expected Input Frequency
3
Power Factor
4
Luminaire efficacy Im/watt
5
Driver efficiency
6
LED efficacy
7
CRI (typical)
8
Working Temperature
9
I P Protection Level
10
Lamp Casing
11
Life
12
LED type
13
CRI
14
Expected Life of components
15

Safety

16

LM79 Test Certificate

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.

The applicant should submit the willingness from an eligible electrical


contractors to get associated with the applicant for execution of the
electrical component of works in wholesome manner and as per the
conditions set out in the MOU to be entered into, between the one who is
awarded the work and the associated eligible electrical contractor.

2.

In support of the eligibility conditions of the proposed associated electrical


contractor, copy of their registration documents, Electrical Contractors
License, Sales Tax Documents duly attested by the applicants (Main
Contractor) shall be submitted to the EE(C) who will submit these
documents to the SE(E) through Executive Engineer (E) in charge for
deciding the eligibility within three days of receipt of the same. Each such
an electrical contractor will certify that they are not debarred as on the day
of application for sale of tender.

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.

In the event of the concerned E&M agency not performing satisfactorily or


failure of associate/ sub-contractor to complete the E&M work, the main
contractor on the written direction of the department, shall remove the
Associate/sub-contractor deployed on the work and shall submit name of
new associate who fulfill the conditions mentioned in NIT to execute the
leftover work without any loss of time or variation in cost to the department
in this regard. Such associates shall also enter into tripartite
Agreement/Contract along with the main tenderer and the departmental
officer and shall meet all the guarantee for the equipments already
supplied for which payment has been released by the Deptt. in part. If any
equipment supplied for the work, during the currency of the earlier
Associate/sub-contractor and paid partly by the Deptt. ,becomes
redundant /not in a position to be installed and commissioned and put to
beneficial use due to change in agency for execution of E&M work, the
main contractor shall be liable for replacement of the equipment(s) at no
cost to Department. No change of Electrical Contractor will be allowed
without prior approval of the Superintending Engineer (E).

5.

Executive Engineer (E) shall be the Engineer-in-charge as far as electrical


works are concerned. Separate tender schedule abbreviated CPWD-8
and Special Conditions for Electrical Work are appended with this tender.
It will be obligatory on the part of the contractor/tenderer to sign the tender
documents for all the component parts. After award of the work, the
C
I
O

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.

The associate or sub-contractor shall sign a tripartite Agreement/Contract


along with the main tenderer and the departmental officer, for technical
compliance of specification, guarantee etc.

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-

Charge of actual conduit layout in the drawings before execution of


any conduit work.

C
I
O

NIL

AE(P)

EE(P)

Page 154

fu--fo
fo-ds-yks-fu
MEMORANDUM OF UNDERSTANDING [M.O.U] BETWEEN
1]

M/S [Name of the firm with full address]


Enlistment Status
Valid Upto:
[Henceforth called the main contractor]
And

2]

M/S [Name of the firm with full address]


Enlistment Status
Valid Upto:
[Henceforth,

called

Associated

Electrical

Contractor

or

Electrical

Contractor for the execution of following Electrical Work ]


Name of work : C/o Two Nos. 120 men barrack i/c EI, fans, Light fixtures
for 36th Bn. ITBP at Lohaghat, Haldwani (UKD).
We state that M.O.U between us will be treated as an agreement and has
legality as per Indian Contract Act [amended upto date] and the department
[CPWD] can enforce all the terms and conditions of the agreement for execution
of the above work. Both of us shall be responsible for the execution of work as
per the agreement to the extent this MOU allows. Both the parties shall be paid
consequent to the execution as per agreement to the extent this MOU permits.
In case of any dispute, either of us will go for mediation/arbitration by the
Superintending Engineer[E]. Any of us may appeal against the
mediation/arbitration to the Chief Engineer,
NZ-IV, CPWD, Dehradun. His
decision shall be final and binding on both of us.
We have agreed as under:
1]

The electrical contractor will execute all electrical works in the


wholesome manner as per terms and conditions of the agreement.
Payment of the associated electrical contractor shall be governed
vide para 19.1.11 & 19.1.12 of CPWD-6 & clause 7 of GCC-2014.

C
I
O

NIL

AE(P)

EE(P)

Page 155

fu--fo
fo-ds-yks-fu
2]

The electrical contractor shall be liable for disciplinary action if he


failed to discharge the action[s] and other legal action as per
agreement besides forfeiture of the security deposit.

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]

All the correspondence regarding execution of the electrical work


shall be done by the Department with the Main Contractor with a
copy to the associated contractor. In case of non-compliance of the
provisions of agreement, the main contractor, as well as the
associated contractor shall be responsible. The action under
clauses 2 and 3 shall be initiated and taken against the main
contractor.

SIGNATURE OF MAIN CONTRACTOR

SIGNATURE OF ASSOCIATED
ELECTRICAL CONTRACTOR.
Date
Place:

Date:
Place

COUNTERSIGNED

EXECUTIVE ENGINEER (ELECTRICAL)


HALDWANI PROJECT ELECTIRCAL DIVISION,
CPWD, HALDWANI

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:

Signature of the Electrical Contractor

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.

M S Conduit i/c accessories (ISI


marked)
PVC conduit i/c accessories
DWC Pipe
GI Pipe

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.

Modular switch, socket / Telephone


socket / cable TV socket / Data outlet
Socket / Metal Boxes / Occupancy
sensor
Piano type Switches / Socket / TV /
Telephone Outlet (ISI marked)
Terminal Blocks and connectors

11.

MCCB, MCB DB, RCBOs / RCCBs

12.

MCB / Timer

13.
14.

SFU, FSU, HRC Fuses, cable


management system / DLP Trunking
Ammeter / Voltmeter

15.

Selector Switch / CTs

16.

Change over Switch / Meter Board

17.

Indicating Lamps

18.

Energy Meter / Multifunctional /


Intelligent Energy Meter.

HPL / L&T / Hensel / Anchor / Siemens.

19.

Compact air insulated rising main

20.

Ceiling fan / Exhaust fan. (Only


energy efficient fans, consuming 50
W and CMM 200 for 1200 mm & 60
W and CMM 240 for 1400 mm shall
be used) & Wall mounted fans.
Fan Regulator (P/T & Modular).

Legrand / Schneider / L&T Hager / GE /


ABB.
Crompton / Orient / Polar / Khaitan /
Ortem / Usha / Havells.

9.

21.

Anchor / Havells / Ess Ess Kay / Cona.


Elmex / Essen / Connect Well.
Schneider Electric / Legrand / L&T Hagger
/ ABB / Siemens/ Crabtree (Xpro).
Schneider Electric / Siemens / L & T /
Legrand / L&T Multiline / ABB / Havells.
Schneider Electric / Siemens / Legrand /
L&T / MK / Havells.
AE / IMP / Rishabh / HPL
(only digital type to be used)
Kayee / Siemens / Bhartiya Cutler
Hammer / L&T
HPL / H-Elcon / Standard / L&T / Siemens
/ Havells
Teknic / Siemens / L&T / Vaishnov

Legrand (Mosaic/Myrius) / M.K.(Blenze) /


C
I
O

NIL

AE(P)

EE(P)

Page 158

fu--fo
fo-ds-yks-fu

22.

Following Fluorescent / CFL / LED


fittings i/c straight, retrofit and spiral
CFL tube fittings complete in all
respect etc.
For nominal 15 watt 1200mm LED
tube fitting complete with all
accessories etc.
For nominal 40 watt 1200mm LED
tube fitting complete with all
accessories etc.
For 15 watt surface mounted circular
type LED tube fitting complete with
all accessories etc.

For 14 watt LED Mirror light fitting


complete with all accessories etc.

For 8 watt Bulk head/Brick light


fitting complete with all accessories
etc.
For nominal 35 Watt IP 66 protection
LED street light fitting complete with
all accessories etc.

23.

Anchor (AVE) / Crabtree.


GE / Osram / Phillps / Wipro / Crompton /
Havells / Trilux)

(Make & specifications equivalent to


Phillips model No. TMC 501 PITLED +15
W LED tube in above mentioned makes.
(Make & specifications equivalent to
Phillips model No. BN208C LED 40DL
1200 FR in above mentioned makes.
(Make & specifications equivalent to
Phillips model No. DN170C LED 1OS6500 PSU WH in above mentioned
makes.
(Make & specifications equivalent to
Phillips model No. BN 550W 6500 LED
12S in above mentioned makes.
(Make & specifications equivalent to
Phillips model No. WT 202W LED 6S
PSU S1 PC in above mentioned makes.
(Make & specifications equivalent to
Phillips model No. BR 409 LED CW 036
MR FG S1 PSU GR in above mentioned
makes.
Wipro / Surya / Bajaj / Havells / Endo /
Phillips.

27.

Box type four feet 1 x 28 W /Bulk


Head fitting i/c Surface / recess
mounting downlighter.
HID Lamps (HPMV, HPSV & Metal
Halide
Wall Brackets
Angle Holder /Batten Holder (ISI
marked)
Chokes / Ballasts of various ratings.

Phillips / Bajaj / Havells

28.

Electronic driver for LED fittings

Phillips / Bajaj / Havells

29.

Geysers, Geyser element


&Thermostat etc.
NRV / Gate Valve
Paints
Panel Board / Feeder Pillar

Racold / Daspass /Bajaj /


Venus/Crompton.
Sant / Leader / BS
ICI / Asian / Berger
Tricolite Electric Industries (Pvt.) Ltd./
Advance Panel and Switchgears Pvt. Ltd. /
Adlec Mundka / Associated Switch Gears
projects Ltd./ Prestine / Neptune / Sudhir
Gesets Ltd. / Advanace Power Control
system Pvt. Ltd. / Control & Switchgears
Pvt. Ltd. / Sterling willson / Milestorne /
Unilec / ABB make.

24.
25.
26.

30.
31.
32.

GE / Osram / Phillips / Wipro / Crompton /


HPL / Bajaj / Havells / Surya.
DECON/Phillips / Havells
Kinjal / Emperor / Anchor

C
I
O

NIL

AE(P)

EE(P)

Page 159

fu--fo
fo-ds-yks-fu

Schedule of Quantity (ELECTRICAL WORK)


Name of Work:- C/o Two Nos. 120 men barrack i/c EI, fans, Light fixtures for 36th Bn.
ITBP at Lohaghat, Haldwani (UK).
S.
No.

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

Wiring for circuit/ submain wiring


alongwith earth wire with the
following sizes of FRLS PVC
insulated copper conductor, single
core cable in surface/ recessed
steel conduit as required.
2 X 1.5 sq. mm + 1 X 1.5 sq. mm
earth wire
4 X 1.5 sq. mm + 2 X 1.5 sq. mm
earth wire
2 X 6 sq. mm + 1 X 6 sq. mm
earth wire
4 X 6 sq. mm + 2 X 6 sq. mm
earth wire
4 X 10 sq. mm + 2 X 10 sq. mm
earth wire
Supplying and fixing suitable size
GI box with modular plate and
cover in front on surface or in
recess, including providing and
fixing 6 pin 5/6 & 15/16 amps
modular socket outlet and 15/16
amps modular switch, connection
etc. as required.
Supplying and fixing suitable size
GI box with modular plate and
cover in front on surface or in
recess, including providing and
fixing 3 pin 5/6 amps modular
socket outlet and 5/6 amps
modular switch, connection etc. as
required. (For light plugs to be
used in non residential buildings).
SH:-II (Fittings)
Supplying, installation, testing and
commissioning
of1200
mm
Nominal 15 watt LED tube fitting
with suitable LED lamp complete
with all accessories etc. as
required.
Supplying, Installation, testing &
commissioning of Nominal 15 watt
surface mounted circular type
LED fitting complete in all respect
including
connection etc. as
required.
Supplying, Installation, testing &
commissioning of Nominal 14 watt
LED mirror light fitting complete
with all accessories etc as

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

Supplying and fixing Brass batten


/ polycarbonate angle holder
including
connections etc as
required.
SITC of
surface mounted
Nominal 40 watt, 1200 mm LED
luminaire , minimum 4000 lumen
out put suitable for true ceiling i/c
connection on 3 x 1.5 Sqmm
FRLS PVC insulated copper
conductor , single core cable etc
as required.
Supplying, Installation,testing and
commissioning of 08 watt bulk
head/Brick light fitting complete
with all
accessories with
electronic ballast and tube etc.
directly on ceiling/wall i/c lamp etc.
as required.
SITC of following sizes electric
ceiling fan, capacitor type with
double ball bearing complete with
capacitor , 300 mm down rod,
canopies, three numbers blades
made of Aluminium alloy, but
without speed regulator , suitable
for single phase AC, 230 volts 50
Hz, supply with 3 x 1.5 Sqmm
FRLS PVC insulated copper
conductor , single core cable etc
as required.
1200 mm sweep
1400 mm sweep
Supplying and fixing stepped type
2 module electronic fan regulator
on the existing modular plate
switch box i/c connections but
excluding modular plate etc. as
required.
Supplying, installation, testing &
commissioning of 300/305 mm
sweep Heavy duty Exhaust fan
complete with louvers/shutters in
the
existing
opening
i/c

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

Supplying and installation of fresh


air fan having metal blade with
louver shutter 230 mm sweep in
the existing opening i/c making
the hole to suit the size of the
above fan making good the
damage, connection, testing ,
commissioning etc as required.

11

Extra for making exhaust fan/fersh


air fan opening for fresh air/
Heavy duty Exhaust fan to install
300/305 mm sweep fresh air/
Heavy duty Exhaust fan i/c
making good the damage etc as
required.
SH:-III (Distribution Board)
Supplying and fixing of 20 amps,
240 volts DP sheet steel
enclosure with 1 No. 20 amps 10
KA rating "C" series DP MCB on
surface ro in recess i/c making
provision for entry of electrical
cord
of
AC/Geyser,
with
connections i/c testing and
commissioning etc as required.
Supplying and fixing following way
vertical
type
TP&N
MCB
distribution board of steel sheet
for 415 volts on surface/recess
complete with loose wire box of
sheet steel, dust protected, duly
powder painted, inclusive of 200
amps tinned copper bus bar,
common neutral link, earth bar,
din bar for mounting MCBs,
terminal
connectors
for
all
incoming and outgoing circuits,
duly prewired with adequate size
of FRLS PVC insulated copper
conductor upto the terminal
connector/ neutral link, earthing
etc as required (But without MCB/
RCCB/ Isolator).
4 way double door

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)

Supplying and fixing following way


TP&N MCB distribution board of
steel sheet for 415 volts on
surface/ recess complete with
loose
wire
box,
terminal
connectors for all incoming and
outgoing circuits, duly prewired
with suitable size FRLS PVC
insulated copper conductor up to
terminal blocks, tinned copper bus
bar, neutral link, earth bar, din bar,
detachable
gland
plate,
interconnections, powder painted
including
earthing
etc.
as
required.(But
without
MCB/
RCCB/ Isolator)
8 way TPN MCB DB
Supplying and fixing of following
rating, 415 volts, "C" series,
miniature circuit breaker suitable
for lighting and other load of
following poles in the existing
MCB
DB
complete
with
connections,
testing
and
commissioning etc. as required.
63 Amp 4 pole MCB

b)

63 Amp 3 pole MCB

Supplying and fixing 5 amps to 32


amps rating, 240 volts, "C" series,
miniature circuit breaker suitable
for lighting and other load of
following poles in the existing
MCB
DB
complete
with
connections,
testing
and
commissioning etc. as required.
single pole

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

Providing and fixing of lightning


conductor finial made of 25 mm
dia 300 mm long GI tube having
single prong at Top with 85 mm
dia 6 mm thick GI base plate
including holes etc as reqd.
Providing and fixing GI Tape, 20
mm x 3 mm thick on parapet or
surface of wall for lighting
conductor as required ( for
Horizontal run)
Providing and fixing GI Tape, 20
mm x 3 mm thick on parapet or
surface of wall for lighting
conductor as required ( for
Vertical run)
Providing and fixing testing joint
made of 20 mm x 3 mm thick GI
strip 125 mm long with 4 Nos of
GI bolts, nuts, check nut and
spring washers etc complete as
reqd.
Providing and fixing GI tape, 32
mm x 6 mm from earth electrode
directly in ground as required.
Supplying and flxing of following
size medium 'B' class G.I pipe
with accessories under the
road/along with the retaining
wall/under the floor including
cutting the road/nala/retaining
wall/floor and making good the
damages etc.as required.
80 mm dia
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 reqd.

12 Sets

Set

300 Mtrs.

Mtr

160 Mtrs.

Mtr

12 Nos

Each

100 Mtrs

Mtr

24 Mtrs

Mtr

600

Mtrs

Mtr

SH:-V (Panel Board)

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.

Supply and erection of 5


Mtr.Galvanised (as per BS EN
ISO 1461) octagonal pole with
base plate 200x200x12mm, top
70mm and bottom 130mm of
3mm thick sheet suitable for
maximum wind speed utp
160Km/Hr. including foundation
bolts and foundation with M 20
grade RCC and FE 415 grade
reinforcement (450x450x800)
(foundaton should be as per
design approved by pole
monufacturer) GI base plate
G.I.
anchor
plate
etc.as
required. each pole shall be
supplied with a junction/looping
box complete with 6Amp 10 KA
'C' curve S.P. MCB serew less
din
mounting
connectors
suitable for 10-25 Sq.mm.
terminations complete with din
bar shorting links end locks
including supplying and fxing of
0.50 Mtr.long single arm hot
depped galvanised bracket
suitable for street light fittings
and supplying and drawing of
3x2.5Sq.mm FRLS copper
conductor single core cable
from junction box to luminaire
complete including termination
with copper lugs 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

Supplying installation of LED


street light fitting Nominal 35
watt IP 66 Protection, single
piece
pressure
die
cast
aluminum housing with heat
resistant toughened glass on
existing pole bracket including
correction with 31.5 sq.mm
PVC copper wire including
testing and commissioning
complete as required.

Supplying and fixing of 750 mm


length GI pipe bracket fabricated
from 32 mm dia medium class GI
pipe ISI marked bended to
required angle at one end, direct
on pole with the help of 2 Nos.
M.S. clamp of suitable size
fabricated with 40mm5mm thick
M.S. flat etc as required.
Supplying and making cable end
termination
with
brass
compression gland and AI. Lugs
for
following
size
PVC
sheathed/XLPE A.I. conductor
cable of 1.1 KV grade as reqd.
(i) 3.5120 sq.mm
(ii) 3.550 sq.mm
(iii) 416 sq.mm
Supplying and laying of 1 No.
double walled corrugated high
density polyethylene pipe having
corrugation on the outer wall and
plain surface inner wall confirming
to IS 14930 Part-I and II complete
with necessary HDPF fitting for
protection of 1.1KV grade under
ground cable directly in ground at
a depth of 50cm including
excavation and refilling the trench
etc as required.
(a) 78mm outer dia

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

14 watt mirror light


p10 watt Bulk head/Brick
light
Polycarbonat holder
Ceiling fan (1400 mm
sweep)
Ceiling fan (1200 mm
sweep)
300/305 mm sweep heavy
duty Exhaust fan

6 Pin 15 A power point


3 Pin 5/6 A light plug
20 Amps DP enclosure
4 way VTPN MCB DB
8 way ETPN MCB DB
63 Amps TPN MCB
63 Amps TP MCB
6-32 Amps SP MCB

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)

Fresh air fan (230 mm


sweep)

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

You might also like