You are on page 1of 116

GOVERNMENT OF INDIA

CENTRAL PUBLIC WORKS DEPARTMENT


Name of Work: Up gradation of 44 Nos Staff Quarters (Type I 10 Nos, Type II
11 Nos, Type-III 22Nos and 1 No of Type IV Quarters) including providing internal
Electrical Installations for Customs Department at Tuticorin.

NIT
O/O SUPERINTENDING ENGINEER, MADURAI CENTRAL CIRCLE,
CPWD,NIRMAN BHAWAN, MADURAI-625017

COMPOSITE N. I. T.
N.I.T. No.

56/SE/MCD-I/ 2015-16

Name of work:

Up gradation of 44 Nos Staff Quarters (Type -I 10 Nos,


Type -II 11 Nos, Type-III 22 Nos and 1 No of Type IV
Quarters) including providing internal Electrical Installations
for Customs Department at Tuticorin.

Composite Estimated Cost

For Civil Components:

Rs.94,46,726/-

For Elect. Components:


Package-C1

Rs.11,17,187/-

Total:

Rs.1,05,63,913/-

Earnest Money

Rs.2,11,278/-

Performance Guarantee

5% of tendered value.

Security Deposit

2.5% of tendered value Plus 2.5% of Performance Guarantee for


contracts involving maintenance of the building and services / other
works.
09 (Nine) Months

Time Allowed

Certified that this composite NIT contains

to

sheets only.

This NIT for Composite work amounting to Rs.1,05,63,913/- (Rupees One Crore Five Lakhs
Sixty Three Thousand Nine Hundred and Thirteen only) is approved.

Assistant Engineer (P)

MDUCC/CPWD/Madurai

Executive Engineer,

MCD-I/CPWD/Madurai

NOTICE INVITING TENDER


NIT No.-56/SE/MCD-I/2015-16
Name of Work: Up gradation of 44 Nos Staff Quarters (Type I 10 Nos, Type II
11 Nos, Type-III 22Nos and 1 No of Type IV Quarters) including providing internal
Electrical Installations for Customs Department at Tuticorin.
INDEX
Sl. No
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
S
Sec

23
24
25
26
27
28

Description
Part-A
Notice Inviting e-Tender (Press Notice)
Information & Instructions to Tenderers for e-Tendering
Information to Contractors
List of Documents to be filled in by the tenderers
CPWD -6 for e-Tendering
Guidelines regarding signing of integrity pact by the Tenderer
Integrity pact
Integrity agreement
Form of EMD ( Bank Guarantee bond)
Form CPWD 8 (Item Rate Tender )
Form of Schedules (A-F) for Major component ( Civil portion)
Table-I Equipments for testing materials and concrete at site lab
Table-II Plants & Equipments required
Table-III Recovery rates for quantities beyond permissible variation
Brief particulars of the work ( Civil)
Part-B
Section-1 Special conditions
Section-2 Special conditions for Green building
Section-3 Form of performance security (Guarantee) Bank Guarantee Bond
Section-4 Particular specification and special conditions for cement and
steel brought by the contractor
Section-5 Additional conditions and particular specifications for RCC work
( DMC)
Section -6 Stainless steel hand rail
Section-7 Particular specifications and additional conditions for
water proofing work
Section -8 Additional specifications
Forms for Guarantee Bond for removal of defects in water proofing works
List of approved make of materials ( Civil works )
Schedule of Quantities ( Major components)- Civil portion

Page No

29

Part-C

30

Schedule for Electrical Works CPWD Form No. 8

31

Section O Special Instructions

32

Section I General Information

33

Section II Commercial Information

34

Section III Additional Conditions

35

Annexure-A List of Approved Makes For Materials

36

Consent Letter From Associated Electrical Contractor

37

Schedule of Quantities Part- B Electrical Portion

38

General Abstract - (Composite) Civil and Electrical Works

Certified that this NIT contains sheets

Assistant Engineer (P),


MCD-I / CPWD / MADURAI

to

(Sheets

) only.

Executive Engineer
MCD-I/CPWD/MADURAI

PART - A

C.P.W.D.

PRESS NOTICE

NOTICE INVITING e Tender


The Executive Engineer, Madurai Central Division-I, CPWD, Madurai-625002 on behalf of the
President of India invites online item rate com posite tenders from eligible registered
contractors of CPWD (Composite) Category and above for the following work:

NIT No -_56/SE/MCD-I 2015-16

Name of Work: Up gradation of 44 Nos Staff Quarters (Type I 10 Nos, Type II


11 Nos, Type-III 22Nos and 1 No of Type IV Quarters) including providing internal
Electrical Installations for Customs Department at Tuticorin.

Estimated cost

Rs.1,05,63,913/- (CIVIL Rs.94,46,726/-+ E&M Package C-1 Rs.11,17,187/-/-)

Earnest Money

Rs.2,11,280/-

Period of Completion: 09 (Nine) Months,


Last Time & date of submission of Tenders Up to 09:30 Hrs on 28-11-2015
The Tender forms and other details can be obtained from the website
www.tenderwizard.com/CPWD or www.cpwd.gov.in. The press notice is also available on
www.eprocure.gov.in

Executive Engineer,
Madurai Central Division-I,
CPWD, Madurai

INFORMATION & INSTRUCTIONS TO TENDERDERS FOR e-TENDERING

10.30 Hours on 28/ 11 / 2015

7 Days after the opening of the Tender document

=======================

Last date & Period during Time and date


time of online which EMD, of opening of
submission of other document
Tenders
Tenders
shall be
physically
submitted

Up to 09:30 hours on 28/11/ 2015

Rs.2,11,280/-

Up gradation of 44 Nos Staff Quarters Civil Works:


Rs.94,46,726/(Type I 10 Nos, Type II
11 Nos, E&M Works:
Type-III 22Nos and 1 No of Type IV Package-C1
Rs.11,17,187/Quarters) including providing internal
----------------------------------------Electrical Installations for Customs Total:
Rs.1,05,63,913/Department at Tuticorin.

09 (Nine) Months

NIT No.

Estimated cost put to tender Earnest


Money

1.

No.56/SE/MCD-I/2015-16

Sl. No.

Name of Work & location

Period of
Completion

The Executive Engineer, Madurai Central Division-I, CPWD, Madurai-625002 on behalf of the President of India invites online item
rate com posite tenders from eligible registered contractors of CPWD (Composite) Category and above for the following
work:

INFORMATION TO CONTRACTOR
NAME OF WORK: Up gradation of 44 Nos Staff Quarters (Type I 10 Nos, Type II

11 Nos, Type-III 22Nos and 1 No of Type IV Quarters) including providing internal


Electrical Installations for Customs Department at Tuticorin.

A.

The contractor submitting the tender should read the schedule of quantities, additional conditions,
additional specifications, particular specifications and other terms and conditions given in the NIT
and drawings. The tenderer should also read the General Conditions of Contract for CPWD
Works 2014 with up to date correction slips, which is available as Government of India
Publications; however, provisions included in the tender document shall prevail over the
provisions contained in the standard form. The set of drawings and NIT shall be available with the
Executive Engineer, Madurai Central Division-I, CPWD, Madurai. The contractor should also
visit the site of work and acquainted himself with the site conditions before tendering. The
following conditions, which already form part of the tender conditions, are specially brought to his
notice for compliance while filling the tender. They are requested to comply following instructions.

B.

Tenders with any condition including that of conditional rebates shall be rejected. Rates of such
tenders shall not be entered in the tender opening register at the time of opening of tender.

C.

Sales Tax, Excise Duty, Work Contract Tax, VAT 2%, Labour Cess 1% etc., as applicable shall
be borne by the contractor himself. The contractor shall quote his rates considering all such taxes
and except service tax. The levy of service tax on Central Government Departments in the
present case does not arise and hence the agency has to make necessary attempt to get
exemption from levy of Service Tax. In spite of the above provision, if the contractor pays the
service tax at the insistence and demand of the concerned departments, the same shall be
reimbursable to contractor by the Engineer-in-charge after satisfying that it has been actually and
genuinely paid by the contractor.

D.

It will be obligatory on the part of the tenderer to tender for and sign the tender documents for all
the component parts. The department reserves right to accept tender in full or in part.

E.

Specialized installations such as Lifts, UPS and VRFAC system are to be maintained through
AMC for a period of five years (minimum) by the OEM or their authorized representative after the
completion of warranty period. Undertaking for the same shall be obtained from the OEM /
authorised representative and submitted along with the tender. Rate for AMC for a period of 5
years also shall be quoted as per separate schedule enclosed for the same. Commitment for the
rate shall be obtained from OEM / authorised representative and submitted along with the tender.
Separate agreement will be drawn with OEM / authorised representative by the CPWD / any
agency authorised by CPWD for maintenance after completion of the warranty period.

F.

The ESI and EPF contribution on the part of employer in respect of this contract shall be paid by
the contractor. These contribution on the part of the employer paid by the contractor shall be
reimbursed by the Engineer-in charge to the contractor on actual basis.

G.

Eligibility Criteria
(a) To become eligible for participating in the Tender process the Tenderders shall satisfy the
following Eligibility Criteria.
Approved and eligible Contractor borne on the list of the CPWD (Composite Category)
(b) The eligible contractors are allowed to participate in this tender with an undertaking that they
will either obtain valid electrical license at the time of execution of electrical work or associate
contractors of eligible class having valid electrical license of eligible requirements for E & M
package and has to submit the details of such agency(s) with the Executive Engineer of minor
component within the prescribed time. Name of the agency(s) to be associated shall be
approved by the Engineer-in-Charge of minor component.
(c) They shall be issued tender on production of valid electrical license from competent authority
in the name of the contractor. However, the civil contractors shall be allowed to participate in
composite tender with an undertaking that they will either obtain valid electrical license at the
time of execution of electrical work or associate contractors having valid electrical license of
eligible class.

To become eligible for submission / uploading, the Tenderer shall have to furnish an undertaking
as under
UNDERTAKING
The Physical EMD shall be deposited by me / us with the Executive Engineer calling the tender in case
I/We become the lowest tenderer within a week of the opening of Tender otherwise department may reject
the tender and also take action to withdraw my/our enlistment (The scanned copy to be uploaded at
the time of submission of Tender.)
H.
The Tender document consisting of plans, specifications, schedule of quantities 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 in the office of The Executive Engineer, Madurai Central
Division-I, Central PWD, Madurai- during the office hours on all days except on Second
Saturday, Sunday & Public holidays and also can be downloaded free of cost from website
www.tenderwizard.com/CPWD or www.cpwd.gov.in.
Applicants are advised to keep visiting the above mentioned web-sites from time to time (till the
deadline for Tender submission) for any updates in respect of the tender documents, if any.
Failure to do so shall not absolve the applicant of his liabilities to submit the applications complete
in all respect including updates thereof, if any. An incomplete application may be liable for
rejection.
Those contractors not registered on the website mentioned above, are required to get registered
themselves beforehand. If needed they can be imparted training on online tendering process as
per details available on the website. The intending Tenderder must have valid appropriate class
(Composite) Category digital signature to submit the Tender.
I.

The intending Tenderder has to fill all the details such as Bankers name, number, amount & date
of Earnest Money in the form of Treasury Challan or Demand Draft or Pay order or Banker`s
Cheque or Deposit at Call Receipt (Drawn in favour of the Executive Engineer, Madurai
Central Division-I, CPWD, Madurai- shall be scanned and uploaded to the e-tendering website
within the period of Tender submission. A part of earnest money is acceptable in the form of bank
guarantee also. In such case, 50% of earnest money or Rs 20 lakhs, whichever is less, will have
to be deposited in shape prescribed above, and balance in shape of Bank Guarantee issued by a
Scheduled Bank which is to be scanned and uploaded by the intending Tenderers. Interested
contractors who wish to participate in the tender have also to make following payments in the
form of Demand Draft or Pay order or Banker`s Cheque from any Scheduled Bank and to be
scanned and uploaded to the e-tendering website within the period of tender submission:

J.

The Physical EMD of which the scanned copy is uploaded shall be deposited by the lowest
tenderer within a week after opening of tender failing which the tender shall be rejected and
enlistment of the agency shall be withdrawn by the enlisting authority.
The following undertaking in this regard shall also be uploaded by the intending Tenderers:The Physical EMD shall be deposited by me/us with the EE calling the tender in case I/we
become the lowest tenderer within a week of the opening of Tender otherwise department
may reject the tender and also take action to withdraw my/our enlistment.

K.

.
L.

e-Tender Processing Fee Rs. 5,725/-shall be payable to M/s ITI Limited through their egateway by credit / debit card, internet banking or RGTS / NEFT facility. However, the
contractors who have annual registration with M/s. ITI limited may be exempted from
paying tender processing fee. Necessary details/documents as per proforma shall be scanned
and uploaded to the e-tendering website within the period of tender submission and certified copy
of each shall be deposited in an envelope marked as Eligibility Documents. The certified copies
of all the scanned and uploaded documents as specified for e-tendering shall have to be
submitted by all the Tenderers within a week after opening of Tender in the office of tender
opening authority.
The department reserves the right to reject any prospective application without assigning any
reason thereof and to restrict the list of qualified tenderers to any number deemed suitable by it, if
too many tenders are received satisfying the minimum laid down criteria.

M.

Contractor shall not divert any advance payments or part thereof for any other purpose other than
needed for completion of the contracted work. All advance payments received as per terms of the
contract (i.e. mobilization, secured advance against materials brought at site, secured advance
against plant & machinery and / or for work done during interim stages, etc.) are required to be reinvested in the contracted work to ensure advance availability of resources in terms of materials,
labour, plant & machinery needed for required pace of progress for timely completion of work.

N.

The intending Tenderder must read the terms and conditions of CPWD-6 carefully. He should
only submit his Tender if he considers himself eligible and he is in possession of all the
documents required.

O.

Information and instructions for Tenderers posted on website shall form part of Tender
document.

P.

New drop down menus for mode of payment towards cost of Tender documents, tender
processing fee and EMD have introduced. The intending Tenderer has to fill all the details of
Demand draft/Pay Order/ Bankers Cheque (Bankers name, amount, number and date) against
cost of Tender document, tender processing fee and EMD.

Q.

If any information furnished by the applicant is found incorrect at a later stage, he shall be liable to
be debarred from tendering/taking up of works in CPWD. The department reserves the right to
verify the particulars furnished by the applicant independently.

Executive Engineer,
Madurai Central Division-I,
CPWD, Madurai -.

List of Documents to be filled in by the tenderers in various forms to be scanned


and uploaded in JPG format or PDF format within the period of Tender submission:
1.

Treasury challan /Demand draft/Pay order or Bankers Cheque/ Deposit at Call Receipt/ /Fixed
Deposit Receipt of a Scheduled Bank/ Bank Guarantee of any Scheduled Bank against EMD

2.

Willingness certificate from concerned competent electrical contractor

3.

Undertaking with regard to physical submission of EMD as stated at Para K of instruction to


contractor.

4.

VAT/Sales Tax Registration Certificate

5.

Service Tax Registration Certificate

6.

CPWD Registration Certificate of the Main Contractor.

CPWD6 FOR e-TENDERING

GOVERNMENT OF INDIA
CENTRAL PUBLIC WORKS DEPARTMENT
LR; ESO T;RS

The Executive Engineer, Madurai Central Division-I, CPWD, Madurai-625002 on behalf of the
President of India invites online item rate com posite tenders from eligible regis tered
contractors of CPWD (Composite) Category and above for the work of :-

Up gradation of 44 Nos Staff Quarters (Type I 10 Nos, Type II 11 Nos, Type-III 22 Nos
and 1 No of Type IV Quarters) including providing internal Electrical Installations for
Customs Department at Tuticorin.
The work is estimated to cost Rs.1,05,63,913/-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 Tenders. He will also nominate Division which will deal with all matters
relating to the invitation of Tenders.
For composite tender, besides indicating the combined estimated cost put to Tender, should clearly
indicate the estimated cost of each component separately. The eligibility of Tenderders will correspond to
the combined estimated cost of different components put to Tender.

2.

Agreement shall be drawn with the successful Tenderder on prescribed Form No. CPWD 8 which is
available as a Govt. of India Publication and also available on website www.cpwd.gov.in. Tenderder shall
quote his rates as per various terms and conditions of the said form which will form part of the agreement
including the Tender documents.

3.

The time allowed for carrying out the work will be 09 (Nine) 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 tender documents.

4.

(i) The site for the work is available. The work is to be executed over the existing functional office building.
(ii) The architectural and structural drawings shall be made available in phased manner, as per
requirement of the same as per approved programme of completion to be submitted by the contractor after
award of work.

5.

The Tender 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 free of cost.

6.

After submission of the Tender the contractor can re-submit revised Tender any number of times but before
last time and date of submission of Tender as notified.

7.

While submitting the revised Tender, 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 Tender as
notified.

8.

Earnest Money Rs.2,11,280/-can be paid in the form of Treasury Challan or Demand Draft or Pay order
or Banker`s Cheque or Deposit at Call Receipt or Fixed Deposit Receipt (drawn in favour of Executive
Engineer, Madurai Central Division-I, CPWD, Madurai-, payable at Madurai) shall be scanned and
uploaded to the e-tendering website within the period of Tender submission specified hereinafter.

9.

Earnest money shall have to 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 Tenders which is to be scanned and
uploaded by the intending Tenderers.
The following undertaking in this regard shall also be uploaded by the intending Tenderers:The Physical EMD shall be deposited by me/us with the EE calling the Tender in case I/we become the
lowest Tenderer within a week of the opening of Tender otherwise department may reject the Tender and
also take action to withdraw my/our enlistment or debar me/us from tendering in CPWD.
Interested contractor who wish to participate in the Tender has also to make following payments within the
period of Tender submission:
e-tender processing fee Rs 5,725/- shall be payable to M/s ITI Limited through their e-gateway by
credit /debit card, internet banking or RGTS/NEFT facility . However, the contractors who have

annual registration with M/s. ITI limited may be exempted from paying tender processing
fee
Eligibility documents as specified in CPWD-6 and information and instruction for Tenderers forming part of
this Tender document, shall be scanned and uploaded to the e-Tendering website within the period of
Tender submission. Also, certified copies of all the scanned and uploaded eligibility documents as
specified in on this Tender document shall have to be submitted by the Tenderers physically in the
office of tender opening authority within the period as specified in the time table given in the sheet
of Tender document containing information and instructions for Tenderers for e-tendering. The
physical EMD of the scanned copy of EMD uploaded shall be deposited by the lowest Tenderer within a
week after opening of tender failing which the Tender shall be rejected and enlistment of the agency shall
be withdrawn by the enlisting authority/ the agency shall be debarred from tendering in CPWD.
Online Tender documents submitted by intending Tenderers shall be opened only of those Tenderers, 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.
9a.

The Tender submitted shall become invalid and cost of Tender & e-Tender processing fee shall not be
refunded if:
(i)

The Tenderer is found ineligible.

(ii)

The Tenderer does not upload all the documents (including VAT registration/ Sales Tax
registration as stipulated in the Tender document including the undertaking about deposition of
physical EMD of the scanned copy of EMD uploaded.

(iii)

If any discrepancy is noticed between the documents as uploaded at the time of submission of
Tender and hard copies as submitted physically by the lowest Tenderer in the office of Tender
opening authority.

(iv)

The lowest Tenderer does not deposit physical EMD within a week of opening of Tender.

(v)

If a tenderer quotes nil rates against each item in item rate tender or does not quote any
percentage above / below on the total 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
the lowest tenderer.

10.

The contractor whose Tender is accepted will be required to furnish performance guarantee of 5% (Five
Percent) of the Tender 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 along with Tender shall be returned after receiving the
aforesaid performance guarantee. The contractor whose bid is accepted will also be required to
furnish either copy of applicable licenses/registrations or proof of applying for obtaining labour
licenses, registration with EPFO,ESIC and BOCW Welfare Board and Programme Chart (Time and
Progress) within the period specified in ScheduleF.

11.

THE DESCRIPTION OF THE WORK IS AS FOLLOWS:

Up gradation of 44 Nos Staff Quarters (Type I 10 Nos, Type II 11 Nos,


Type-III 22Nos and 1 No of Type IV Quarters) including providing internal
Electrical Installations for Customs Department at Tuticorin.
Intending Tenderers are advised to inspect and examine the site and its surroundings and satisfy
themselves before submitting their tenders 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 tender. A tenderer shall be deemed to have full
knowledge of the site whether he inspects it or not and no extra charge consequent upon any
misunderstanding or otherwise shall be allowed. The tenderer 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 tender by a tenderer 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.
12

The competent authority on behalf of the President of India does not bind itself to accept the lowest or any
other tender and reserves to itself the authority to reject any or all the tenders received without the
assignment of any reason. All tenders in which any of the prescribed condition is not fulfilled or any
condition including that of conditional rebate is put forth by the tenderer shall be summarily rejected.

13

Canvassing whether directly or indirectly, in connection with tenderers is strictly prohibited and the tenders
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 Tender and the Tenderders shall be bound to perform the same at the rate quoted.

15

The contractor shall not be permitted to tender 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 Gazetted 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 tender or engagement in the contractors service.

17

The Tender for the works shall remain open for acceptance for a period of Forty Five (45) days from
the date of opening of Tender. If any Tenderers withdraws his Tender before the said period or issue of
letter of acceptance, whichever is earlier, or makes any modifications in the terms and conditions of the
Tender 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
Tenderders shall not be allowed to participate in the retendering process of the work.

18

This notice inviting Tender shall form a part of the contract document. The successful Tenderer/contractor,
on acceptance of his Tender by the Accepting Authority shall within 15 days from the stipulated date of start
of the work, sign contract consisting of: a. The Notice Inviting Tender, all the documents including Special Conditions, General Specifications/
Particular Specifications and drawings, if any, forming part of the Tender as uploaded at the time of
invitation of Tender and the rates quoted online at the time of submission of Tender and acceptance
thereof together with any correspondence leading thereto.
b. Standard C.P.W.D. Form 8

19

For Composite Tenders

19.1.1 The EE-in-charge of the Division of the major component will call Tenders for the composite work. The
Earnest Money will be fixed with respect to the combined estimated cost put to tender for the composite
tender.
19.1.2 The Tender document will include following four components:
Part A:- CPWD-6, CPWD Form- 8 including Schedule A to F for the major component of the work,
Standard General Conditions of Contract for CPWD 2014 as amended/ modified up to date.
Part B:- General / specific conditions, specifications, Safety practices Schedule of quantities for
civil work.etc applicable to major component(s) of the work.
Part C:- Schedule A to F for minor component of the work. (Superintending
Engineer/Executive Engineer 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 and specifications applicable to minor component(s) of the work.
Schedule of quantities applicable to Electrical works.
19.1.3 The eligible Tenderers shall quote rates for all items of major component as well as for all items of minor
components of the Tender.
19.1.4 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 in charge of minor components.
One such signed set of agreement shall be handed over to EE in - charge of minor component. EE of
major component (ie, Civil works) will operate Part- A and Part- B (Civil) of the agreement. EE in charge of minor component(s) (ie, Electrical works) shall operate Part- C (Electrical) along with
Part- B of the agreement.

19.1.5 Entire work under the scope of composite tender including major and all minor components shall be
executed under one agreement.
19.1.6 Security Deposit will be worked out separately for each component corresponding to the tendered amount
of the respective component of works.
19.1.7 The main contractor has to enter into agreement with contractor(s) associated by him for execution of
minor component(s). Copy of such agreement shall be submitted to EE-in-charge of each 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.
19.1.8 Running payment for the major component shall be made by EE of major discipline to the main contractor.
Running payment for minor components shall be made by the Engineer-in-charge of the discipline of minor
component directly to the main contractor.
19.1.9

The composite work shall be treated as complete when all the components of the work are
complete. The completion certificate of the composite work shall be recorded by Engineer-incharge of major component after record of completion certificate of all other components.

19.1.10 Final bill of whole work shall be finalized and paid by the EE of major component. Engineer(s) in charge of
minor component(s) will prepare and pass the final bill for their component of work and pass on the same
to the EE of major component for including in the final bill for composite contract.
19.1.11 It will be obligatory on the part of the tenderer to sign the tender documents for all components before the
first payment is released.

Executive Engineer,
Madurai Central Division-I,
CPWD, Madurai
(For and on behalf of President of India)

GUIDELINES REGARDING SIGNING OF INTEGRITY PACT BY THE TENDERDER AT THE TIME OF


SUBMISSION OF TENDER (Vide No. DG/CON/255A dated 10.08.2011)
Sub: Clarification regarding Introduction of Integrity Pact introduced vide OM No. CON 255 dated
23.05.2011
A new provision of Integrity Pact (IP) was introduced in GCC-2014 vide OM No. CON/255 dated
23.05.2011. In the OM it is mentioned that at the time of submission of Tender, it shall be mandatory to
sign the pact by the Tenderder failing which the Tenderder will stand disqualified from the tendering
process and such Tender would be summarily rejected.
Some fields Units have raised their doubts regarding submission of duly signed Integrity Pact by the
Tenderer at the time of submission of Tender. In this regard it is clarified that:1.
Submission of duly signed Integrity Pact by the Tenderer is applicable in case of manual
tendering where e-tendering is not followed.
2.
In case of manual tendering Executive Engineer should sign the first page addressed to the
intending Tenderer at the time of issue of tender form and before submission of the Tender, each
Tenderder shall sign IP at respective places and submit the Tender. If duly signed IP is not submitted by
the Tenderer, such Tender shall not be considered.
3.
In case of e-tendering, Integrity Pact shall be treated in the same manner as other components of
the Tender document. In e-tendering, the intending Tenderer does not sign any document physically and
entire Tender document is submitted through digital signature. Since IP is a part of Tender 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 Tender document, the Integrity Pact shall also be
signed between Executive Engineer and successful Tenderder after acceptance of Tender.

INTEGRITY PACT
To,
..,
..,
..
Sub: NIT No.:
_________________________________________________________*
for the work : Up gradation of 44 Nos Staff Quarters (Type I 10 Nos, Type II 11 Nos,

Type-III 22Nos and 1 No of Type IV Quarters) including providing internal Electrical


Installations for Customs Department at Tuticorin.
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 Tenderder will sign the integrity Agreement, which is an integral part of
tender/Tender documents, failing which the tenderer/Tenderder will stand disqualified from the
tendering process and the Tender of the Tenderder 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

To,
The Executive Engineer,
Madurai Central Division-I,
Central PWD.
Madurai.

INTEGRITY PACT

Subject: Submission of Tender for the work Up gradation of 44 Nos Staff Quarters (Type I 10

Nos, Type II 11 Nos, Type-III 22 Nos and 1 No of Type IV Quarters) including


providing internal Electrical Installations for Customs Department at Tuticorin.
Dear Sir,
I/We acknowledge that CPWD is committed to follow the principles thereof as enumerated in the Integrity
Agreement enclosed with the tender/Tender 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
TENDER 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/Tender 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/Tender, CPWD shall have unqualified, absolute and unfettered right to disqualify the
tenderer/Tenderder and reject the tender/Tender is accordance with terms and conditions of the
tender/Tender.
Yours faithfully

(Duly authorized signatory of the Tenderder)


(To be signed by the Tenderder and same signatory competent / authorized to sign the relevant
contract on behalf of Firm / Company)

INTEGRITY AGREEMENT
This Integrity Agreement is made at ............... on this ...........day of ........... 20......
BETWEEN
President of India represented through Executive Engineer, Madurai Central Division-I, CPWD, Madurai
(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)
Tenderder/Contractor and which expression shall unless repugnant to the meaning or context
here of include its successors and permitted assigns)
Preamble
WHEREAS the Principal / Owner has floated the Tender (NIT No__*_____________________________)
(hereinafter referred to as Tender/Tender) and intends to award, under laid down organizational procedure,
contract for Up gradation of 44 Nos Staff Quarters (Type I 10 Nos, Type II 11 Nos, Type-III 22Nos and
1 No of Type IV Quarters) including providing internal Electrical Installations for Customs Department
at Tuticorin. herein after 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 Tenderder(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/Tender 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 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.

(b)

The Principal/Owner will, during the Tender process, treat all Tenderder(s) with equity and reason. The
Principal/Owner will, in particular, before and during the Tender process, provide to all Tenderder(s) the
same information and will not provide to any Tenderder(s) confidential / additional information through
which the Tenderder(s) could obtain an advantage in relation to the Tender process or the Contract
execution.
(c)

The Principal/Owner shall endeavor to exclude from the Tender process any person, whose conduct
in the past has been of biased nature.

2)

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 Tenderder(s)/Contractor(s)


1)

It is required that each Tenderer/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 Tenderer(s)/Contractor(s) commit 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 Tenderer(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 Tenderer(s)/Contractor(s) will not enter with other Tenderer(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 Tenders or
any other actions to restrict competitiveness or to cartelize in the Tendering process.

c)

The Tenderer(s)/Contractor(s) will not commit any offence under the relevant IPC/PC Act. Further
the Tenderer(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 as part
of the business relationship, regarding plans, technical proposals and business details,
including information contained or transmitted Electronically.

d)

The Tenderer(s)/Contractor(s) of foreign origin shall disclose the names and addresses of agents/
representatives in India, if any. Similarly Tenderer(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 tender 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 Tendeder(s)/Contractor(s) will, when presenting his Tender, 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 Tenderer(s)/Contractor(s) will not instigate third persons to commit offences outlined above
or be an accessory to such offences.

4)

The Tenderer(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 Tenderer(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 Tenderder(s)/Contractor(s) and the
Tenderder/ Contractor accepts and undertakes to respect and uphold the Principal/Owners
absolute right:
1) If the Tenderer(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 disqualify the Tenderer(s)/Contractor(s) from the Tender
process or terminate/determine the Contract, if already executed or exclude the
Tenderer/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 Tenderer(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
Tenderer/Contractor.
3) Criminal Liability: If the Principal/Owner obtains knowledge of conduct of a Tenderer or
Contractor, or of an employee or a representative or an associate of a Tenderer 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 Tenderer 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 Tenderer 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
Tenderer/Contractor as deemed fit by the Principal/ Owner.

3)

If the Tenderer/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 Tenderders/Contractors/Subcontractors


1)

The Tenderer(s)/Contractor(s) undertake(s) to demand from all subcontractors a commitment in


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

2)

The Principal/Owner will enter into Pacts on identical terms as this one with all Tenderers and
Contractors.

3)

The Principal/Owner will disqualify Tenderers, who do not submit, the duly signed Pact between
the Principal/Owner and the Tenderer, along with the Tender or violate its provisions at any
stage of the Tender process, from the Tender process.

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 Tenderders, 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
Headquarters 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.

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. 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 Tenderder/Contractor)
WITNESSES:
1. .............................................. (signature, name and address)
2. ............................................... (signature, name and address)
Place:
Dated :

Form of Earnest Money Deposit (Bank Guarantee Bond)


WHEREAS, contractor.................. (Name of contractor) (herein after called "the contractor") has
submitted his tender dated ............. (date) for the construction of .............................................. (name of
work) (herein after called "the Tender")
KNOW ALL PEOPLE by these presents that we ......................................... (name of bank) having our
registered office at ................................... (herein after called "the Bank") are bound unto Executive
Engineer, Madurai Central Division-I, CPWD, Madurai in the sum of Rs. ......................... (Rs. in words
.................................................) for which payment well and truly to be made to the said Executive
Engineer, Madurai Central Division-I, CPWD, Madurai the Bank binds itself, his successors and
assigns by these presents.
SEALED with the Common Seal of the said Bank this ................. day of ................. 20.... THE
CONDITIONS of this obligation are:
(1)

If after tender opening .. of tender; the Contractor withdraws, his tender during the period
of validity of tender (including extended validity of tender) specified in the Form of Tender;

(2)

If the contractor having been notified of the acceptance of his tender by the Executive Engineer,
Madurai Central Division-I, CPWD, Madurai-.

We undertake to pay to the Executive Engineer, Madurai Central Division-I, CPWD, Madurai either up
to the above amount or part thereof upon receipt of his first written demand, without the Executive
Engineer, Madurai Central Division-I, CPWD, Madurai having to substantiates his demand, provided
that in his demand the Executive Engineer, Madurai Central Division-I, CPWD, Madurai will note that
the amount claimed by him is due to him owing to the occurrence of one or any of the above conditions,
specifying the occurred condition or conditions.
This Guarantee will remain in force up to and including the date ______________* after the deadline for
submission of tender as such deadline is stated in the Instructions to contractor or as it may be extended
by the Executive Engineer, Madurai Central Division-I, CPWD, Madurai, notice of which extension(s)
to the Bank is hereby waived. Any demand in respect of this Guarantee should reach the Bank not later
than the above date.
DATE .............

SIGNATURE OF THE BANK

WITNESS ..................

SEAL

(SIGNATURE, NAME AND ADDRESS)

*Date to be worked out on the basis of validity period of 6 months from last date of receipt of tender.

GOVERNMENT OF INDIA
CENTRAL PUBLIC WORKS DEPARTMENT
STATE : TAMIL NADU
ZONE : SOUTH ZONE-IV
BRANCH : B & R

CIRCLE : MADURAI CENTRAL CIRCLE


DIVISION-MADURAI CENTRAL DIVISION-I

CPWD-8

ITEM RATE TENDER & CONTRACT FOR WORKS


Tender for the work of Up gradation of 44 Nos Staff Quarters (Type I 10 Nos,
Type II 11 Nos, Type-III 22Nos and 1 No of Type IV Quarters) including providing
internal Electrical Installations for Customs Department at Tuticorin.
(i)

To be submitted online upto 09:30 Hours on 28/11/2015 to the office of the Executive Engineer,
Madurai Central Division-I, CPWD, Madurai.
(ii) To be opened online in the presence of tenderers who may be present at 10.30 Hours on
28/11//2015, in the Office of the Executive Engineer, Madurai Central Division-I, CPWD,
Madurai.

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, of 2014 with
amendments up to the last date of submission of tenders, 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 respect with the
specifications, designs, drawing and instructions in writing referred to in Rule-1 of General Rules and
Directions and in Clause 11 of the Conditions of contract of 2014 with amendments up to the last date of
submission of tenders and with such materials as are provided for, by, and in respect of accordance with,
such conditions so far as applicable.
We agree to keep the tender open for Forty Five (45) days from the date of opening of Tender and not to
make any modification in its terms and conditions.
A sum of Rs.2,11,280/-will be deposited by me/us with EE calling the tenders in case I/we become the
lowest tenderer within a week of Tender 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 a scheduled bank as earnest money. If I/We, fail to furnish the prescribed
performance guarantee within prescribed period, I/We agree that the said President of India or his
successors, in office shall without prejudice to any other right or remedy, be at liberty to forfeit the said
earnest money absolutely. Further, if I/We fail to commence work as specified, I/We agree that
President of India or the successors in office shall without prejudice to any other right or remedy
available in law, be at liberty to forfeit the said performance guarantee absolutely, the said performance
guarantee shall be a guarantee to execute all the works referred to in the tender documents upon the
terms and conditions contained or referred to 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 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 for ever. 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 cancel the
agreement and to forfeit the entire amount of Earnest Money Deposit/ Performance Guarantee.(Scanned
copy to be uploaded at time of submission of Tender)
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: **
Address: **
Occupation: **

Postal Address **

ACCEPTANCE
The above tender (as modified by you as provided in the letters mentioned hereunder) is accepted by me
for an 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 President of India

Signature *
Dated: *..

Designation *

PROFORMA OF SCHEDULES
(FOR CIVIL COMPONENT)
SCHEDULE A
Schedule of quantities for Civil Works and Civil Development works as per Part-B from page 104 To 115
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'
Tools and plants to be hired to the contractor
S. No.

Description

Hire charges per day

Place of Issue

NIL
SCHEDULE D
Extra schedule for specific requirements /document for the work, if any.
Special conditions of contract
Particular Specification.
Proforma of Guarantee Certificate.
SCHEDULE E
Reference to General Conditions of Contract: General Conditions of Contract 2014 with
amendments issued up to date
Name of Work: Up gradation of 44 Nos Staff Quarters (Type I 10 Nos, Type II 11 Nos,

Type-III 22Nos and 1 No of Type IV Quarters) including providing internal Electrical


Installations for Customs Department at Tuticorin.
Estimated cost of work
(i)

Civil Components

: Rs.94,46,726/-

(ii)

E & M Components (Package C1)

: Rs.11,17,187/-

(iii)

Total

: Rs.1,05,63,913/-

Earnest Money

: Rs.2,11,280/(To be returned after receiving performance guarantee)

(ii) Performance Guarantee :


(iii) Security Deposit:

5% of tendered amount
2.5% of tendered value Plus 2.5% of Performance Guarantee for
contracts involving maintenance of the building and services / other
works.

SCHEDULE 'F' (GENERAL RULES & DIRECTIONS)


Officer inviting tender: Executive Engineer,
Madurai Central Division-I,
Central Public Works Department,
Madurai.
Definitions:
2(v)

Engineer-in-Charge

2(viii)

Accepting Authority

2(x)

Percentage on cost of materials and


Labour cover all to overheads and
profits
Standard Schedule of Rates

2(xi)
2(xii)
9(ii)

Department
Standard CPWD Contract Form GCC
2014, CPWD Form 8 as modified &
corrected upto

Executive Engineer, Madurai Central Division-I,


CPWD, Madurai or his successors thereof.
Superintending Engineer, Madurai Central Circle, CPWD,
Madurai -17 or his successors thereof
15%
DSR 2014 with amendments up to date of submission of
Tender.
Central Public works Department (CPWD)
CPWD Form 8 & GCC 2014 modified & Corrected up-to
last date of submission of Tenders.

Clause 1
(i) Time allowed for submission of Performance Guarantee, Programme 15 (Fifteen) days
chart(Time and progress) , and applicable labour licenses,
registration with EPFO, ESIC & BOCW Welfare board or proof of
applying there of from the date of issue of letter of acceptance.
(ii) Maximum allowable extension with late fee @ 0.1% per day of
15(Fifteen) days with late fee @
Performance Guarantee amount beyond the period provided in (i)
0.1% per day of the PG amount.
above
Clause 2
a) acceptance
Authority for fixing compensation under clause 2 Superintending Engineer, Madurai Central Circle,
CPWD, Madurai
Clause 2A
Whether Clause 2A shall be applicable
acceptance

No

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

15 (Fifteen) days or date of handing over of site


whichever is later

Table of Mile stones for Civil works


Sl.
No.

Description of Mile stone

Completion of 20% agreement value

2
3
4
5

Completion of 40% of agreement value


Completion of 60% of agreement value
Completion of 80% of agreement value
Completion of 100% of agreement value

Time
allowed in
days
(From
date of
start)
54
108
162
216
270

Amount to be withheld in case of Nonachievement of mile stone

In the event of not achieving the


necessary progress as assessed from the
running payment, 1% of the tendered
value of work will be withheld for failure of
each milestone

NOTE: The full works for the respective buildings shall include all internal Civil & Electro-Mechanical
services and external services required for immediate occupancy. However the (mile stones for external
electrical services are given in the part B Specification and condition of contract for E&M works.)
With held amount shall be released if and when subsequent milestone is achieved within respective time
specified. The main contractor will ensure that electrical components of the work are executed in time
without giving any chance for slippage of milestone an account of delay in execution of associated
electrical works by him. However, in case milestones are not achieved by the contractor for the work, the
amount shown against milestone shall be withheld by the Engineer-in-charge of the respective
components.
NOTE: Intending tenderer may submit phasing of activities/milestones on the basis of their resources and
methodology at the time of tendering corresponding to physical milestones/stages indicated in the above
table. These shall be formed part of the agreement after approval of the accepting authority, otherwise it
would be assumed that agency agrees with the above mentioned physical milestones.
Time allowed for execution of work: 09 (Nine) Months
Items as given in part B

Authority to decide:
(i)

Extension of time :-

(ii)

Rescheduling of mile stones :-

(iii)

Shifting of date of start in case of


delay in handing over of site :-

Superintending Engineer, Madurai Central Circle, CPWD,


Madurai-17
Superintending Engineer, Madurai Central Circle,
Central PWD, Madurai-17
Superintending Engineer, Madurai Central Circle,
Central PWD, Madurai-17

Clause 5.1
The Contractor shall submit a programme chart (Time and Progress) for each mile stone along with
performance guarantee and get it approved by the Department.
Clause 6, 6A
Clause applicable

6A

Clause 7
Gross work to be done together with net payment /adjustment Rs. 12 lakhs for civil works or part
of advances for material collected, if any, since the last such thereof as per discretion of Engineer-inpayment for being eligible to interim payment
charge.

Clause: 7A
Whether clause 7A shall be applicable:

Yes.

No Running account bill shall be paid for the work till the applicable labour licenses, registration
with EPFO, ESIC, and BOCW Welfare Board, whatever applicable are submitted by the contractor
to the Engineer-in-charge.
Clause 10A
List of testing equipment to be provided by the contractor at site lab as per [TABLE-1] of Annexure-I
attached Page ----- to ----Clause 10 B (ii)
Whether Clause 10 B (ii) shall be applicable

No

Clause 10C
Component of labour expressed as percent of value of
work

Clause 10CA

: Applicable

Sl.
No.

Material covered
under this clause

Ordinary cement(OPC) Grade


43

---

Reinforcement bars TMT-Fe


500 D
(Primary Producer
/manufacturer)

---

Structural steel

---

25 %

Nearest Materials (other than Base Price and its corresponding


cement includes cement period of all the materials covered
component used in RMC
under clause 10 CA
brought at site from outside
approved RMC plants, if any ,
reinforcement bars and
structural steel) for which all
India Wholesale Price Index to
be followed.

Clause 10CC
Clause 10CC to be applicable in contracts with
Stipulated period of completion exceeding the
Period shown in next column

Rs.7,000/- Per MT

Rs. 43,050 /- Per MT

Rs. 41,476 /- Per MT

12 months
Hence Clause 10 CC is not applicable for
this work / contract

Schedule of component of other materials, Labour, POL etc. for price escalation:Component of civil (Except materials covered under clause 10CA) /
Expressed as percent of total value of civil work
---75%
Component of labour expressed as percent of total value of civil work.
---25%
Component of P.O.L. expressed as percent of total value of civil work.
---Nil
Note : Xm : 40% (should be equal to (100) (materials covered under Clause 10CA i.e. cement, steel and
other material specified in Clause 10CA + Component of Labour + Component of P.O.L).
Clause 11
Specifications to be followed for
execution of work

Civil work : CPWD Specifications 2009 volume- I & II


with corrections slips up to the last date of
submission/uploading of tender

Clause 12
Type of work: -

: Upgradation work

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
12.2.&12.3

12.5

:Please refer below

Deviation limit beyond which


Clauses 12.2 &12.3 shall apply
for works above plinth level.

50% (Fifty percent)

i) Deviation Limit beyond which


12.3
shall
apply
for building
work
clauses
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

50% (Fifty percent)

100% (One Hundred percent)

Clause 16
Competent Authority for deciding reduced rates.

Superintending Engineer, MCC, CPWD, Madurai


up to 5% of tender amount, beyond which CE
(SZ)IV, CPWD, Madurai-17 .

Clause 18
List of mandatory machinery, tools & plants to be deployed by the contractor at site:As per [TABLE-2] of Annexure-I attached (Page - ----- & -----)
Clause 25
Constitution of Dispute Redressal Committee
Claim amount
Upto Rs.25 lakhs
Chairman
Director (Works-cum-TLQA),SR-I
CPWD, Chennai
Member
Executive Engineer, Trichy Central
Division, CPWD, Trichy.
Member
Executive Engineer (P), o/o CE(SZ)IV,
CPWD, Madurai.
Presenting officer

Executive Engineer, Madurai Central


Division No. I, CPWD, Madurai.

More than Rs.25 lakhs


Chief Engineer, SZ-I, CPWD,
Chennai
Director (Works-cum-TLQA),SR-I,
CPWD, Chennai
Superintending Engineer, IIM
Trichy Project Circle, CPWD,
Trichy.
Superintending Engineer, Madurai
Central Circle, CPWD, Madruai

Note: The above constitution of Dispute Redressal Committee is subject to change, for which necessary
notification shall be issued by the competent authority of the department, if required.

Civil
Project Manager
cum planning/
quality//site/ Billing
Engineer

Major+minor
componetent

1.

Designation
( (Principal
Technical / Technical
Representative)

Minimum
Experience

Sl. No.

Minimum
Qualification of
Technical
Representative
(of Major +
Minor
Component)
Graduate
Engineer
Or
Diploma
Engineer

Discipline

Clause36 (i) Requirement of Technical Representative(s) and Recovery Rates(for civil works)

2 Yrs
or
5 Yrs
respe
ctively

1No
Major
comp
onent

Rate at which recovery shall be


made from the contractor in the
event of not fulfilling provision of
clause 36 (i)
Figures (in
Words
Rs.)
15,000/per month
per person

(Rupees Fifteen
Thousand only) per
Month

Assistant Engineers retired from Government services, who are holding Diploma will be treated at par with
Graduate Engineers. Diploma holder with minimum 10 year relevant experience with a reputed
construction company can be treated at par with Graduate Engineers for the purpose of such deployment
subject to the condition that such diploma holders should not exceed 50% of requirement of degree
engineers.
The contractor shall submit a certificate of employment of the technical representative(s) (in the form of
copy of Form -16 or CPF deduction issued to the Engineers employed by him) along with every account
bill/final bill and shall produce evidence if at any times so required by the Engineer-in-charge.
Clause 42
(i)
(ii)

(a) Schedule/statement for determining theoretical quantity of


cement & bitumen on the basis of Delhi Schedule of Rates

DSR 2014 with upto date


correction slips.

Variations permissible on theoretical quantities:


(a) Cement
For works with estimated cost put to tender more than Rs. 5
lakh.
Bitumen for all works
(b) Steel Reinforcement and structural steel sections for each
diameter, section and category
(c) All other materials

2% (Two percent)
plus / minus .
2.5% (Two decimal five
percent) plus only and Nil on
minus side.
2% (Two percent) plus /
minus
Nil

(TABLE-1)
Equipments for Testing of Materials & Concrete at Site Laboratory
All necessary equipment for conducting all necessary tests shall be provided at the site in the well
furnished site laboratory of minimum size 30 feet X 15 feet by the contractor at his own cost The following
minimum laboratory equipments shall be set up at site office laboratory at the cost of contractor for which
nothing extra is payable.
Sl. No.

Equipment

Numbers
(Minimum)

1.

Graduated glass measuring cylinder

2.

Sets of sieves of 450mm internal dia for coarse aggregate [100mm,

As per requirement
1

80mm, 40mm; 20mm; 12.5mm,


3.

10mm;
with lid dia
and for
pan]
Sets
of 4.75mm
sieves ofcomplete
200mm internal
fine aggregate [4.75mm;

2.36mm; 1.18mm; 600 microns; 300 microns & 150 micron , with lid and
pan]
4.

Sieve Brushes and sieve shaker capable of 200mm and 300mm dia

sieves , manually operated with timing switch assembly


5.

Physical balance weight up to 5 kg

6.

Measuring jars 100ml, 200ml, 500ml

7.

Gauging trowels 100mm & 200mm with wooden

1
1No each size
1

Handle
8.

Spatula 100mm & 200mm with long blade wooden

Handle
9.

Vernire calipers 12 & 6 size

1 each

10.

Screw gauge 0.1mm-10mm, least count 0.05

11.

Counter scale capacity 1 kg and 10 kg

1 each

12.

Iron Weight of 5 kg, 2 kg, 1 kg, 500 gm, 200 gm, 100 gm

1 each

13.

Brass Weight of 50 gm, 20 gm, 10 gm, 5 gm, 2 gm, 1 gm

1 each

14.

Measuring cylinder TPX or Poly propylene capacity 100 ml, 500 ml, 250

1 each

ml, 100 ml
15.

Wash Bottles capacity 500 ml

16.

Set of box spanner ratchet

17.

Hammer 1lb& 2lb

18.

Hacksaw with 6 blades

19.

Measuring steel tape 2 mtr, 3mtr, 5mtr and 30 mtr

20.

Wheel Barrow

21.

Floor Brushes, hair dusters, scrappers, wire brush, paint brushes,


shutter steel plat oil, kerosene with stove etc.

1
1each
1
2 Nos each
2
3each

(TABLE-II)
PLANT AND EQUIPMENT REQUIRED TO BE OWNED / TAKEN ON LEASE BY THE CONTRACTOR

Sl. No.

Equipment

Numbers (Minimum)

Needle Vibrators.

2.
3.

Auto level & staff.


Water tanker(Minimum capacity of 5000 litres)

1
1

4.

Welding machine 400 Ampere

5.

Screener for coarse sand and fine sand

6.

Centrifugal mono block water pump minimum


capacity 2 HP

7.

Drilling machine

8.

Shuttering with necessary props

100 sq.mt.

9.

Double steel scaffolding and staging materials

100 sq.mt.

10.

Floor grinding/polishing machines

1 No.

11.

Granite cutting machine

1 No.

12.

Ceramic tile cutting machine

2 No.

13.

Granite polishing machine

1 No.

14.

Granite hand polishing machine

1No.

15.

Computer for billing with colour printer.

1No.

16.

Any other machinery required for completion of the


work as per decision of Engineer-in-charge.

1 No.

As per Actual requirement

Note: The above list is only indicative and not exhaustive. The contractor may be required to
deploy more T&P as per requirement of work and as per the direction of the Engineer-in-charge.

(TABLE- III)
RECOVERY RATES FOR QUANTITIES BEYOND PERMISSIBLE VARIATION
S. No.

Description of Item

Rates in figures and words at which recovery shall be


made from the Contractor
Excess
beyond
permissible
variation

Less use
beyond permissible variation

1.

Ordinary Portland cement 43 Grade

2.

Steel Reinforcement TMT Bar of all


diameters (Fe 500 D Grade)

Nil

Rs. 47,355/- Per MT

Structural steel

Nil

Rs.45,624/- Per MT

Nil

Items of civil works which are to be executed through specialized agency:


Water proofing works.
Plumbing works.
Aluminium doors and windows, aluminium partition.
Stainless steel railing.
Interior works of false ceiling,

Rs. 7,700/- Per MT

1.

BRIEF PARTICULARS OF THE WORK


(CIVIL COMPONENTS)
Salient details of the work for which Tenders are invited are as under:

Name of work

Up gradation of 44 Nos Staff Quarters (Type I 10 Nos, Type II


11 Nos, Type-III 22Nos and 1 No of Type IV Quarters) including
providing internal Electrical Installations for Customs Department at
Tuticorin.

Composite Estimated Cost

: For Civil Components


For E&M Components

Period of Completion

Rs.94,46,726/-

C1

Rs.11,17,187/-

Total

Rs.1,05,63,913/-

09 (Nine) Months.

The proposed project site situated at Customs Department staff quarters, Tuticorin.

Up gradation of 44 Nos Staff Quarters (Type I 10 Nos, Type II 11 Nos, Type-III 22


Nos and 1 No of Type IV Quarters) including providing internal Electrical
Installations for Customs Department at Tuticorin.
Electrical and Mechanical services:
Sub work 2:- Package C1. Providing internal electrical installation.

2.

Work shall be executed according to CPWD General Conditions of Contract 2014 with
correction slips up to the last date of submission of tender available separately at publication /
CPWD website www.cpwd.gov.in

3.

The location plan, plans & elevations are available with Executive Engineer, Madurai Central
Division-I, CPWD, Madurai for inspection and general architectural drawings are part of tender
document uploaded to tendering website www.tenderwizard.com/CPWD.

PART-B

SECTION 1
1.0

SPECIAL CONDITIONS

GENERAL
1.1
The Contractors are advised to inspect and examine the site and its surroundings and satisfy
themselves with the nature of site, the means of access to the site, the constraints of space for stacking
material / machinery, labour etc. constraints put by local regulations, if any, weather conditions at site,
general ground / subsoil conditions etc. or any other circumstances which may affect or influence their
tenders. The site is available for work.. The contractor shall carry out survey of the work area, at his own
cost, setting out the layout and fixing of alignment of the building as per architectural and Structural
drawings in consultation with the Engineer-in-Charge and proceed further ensuring full structural continuity
and integrated and monolithic construction. Any discrepancy between the architectural drawings and
actual layout at site shall be brought to the notice of the Engineer-in-charge.
1.2
The Contractor shall, if required by him, before submission of the tender, inspect the drawings in
the Office of the Executive Engineer, Madurai Central Division-I, CPWD, Madurai. The Department
shall not bear any responsibility for the lack of knowledge and also the consequences, thereof to the
Contractor. The information and data shown in the drawings and mentioned in the tender documents have
been furnished, in good faith, for general information and guidance only. The Engineer-in-Charge, in no
case, shall be held responsible for the accuracy thereof and/or interpretations or conclusions drawn there
from by the Contractor and all consequences shall be borne by the Contractor. No claim, whatsoever,
shall be entertained from the Contractor, if the data or information furnished in tender document is
different or in-correct otherwise or actual working drawings are at variance with the drawings available for
inspection or attached to the tender documents. It is presumed that the Contractor shall satisfy himself for
all possible contingencies, incidental charges, wastages, bottlenecks etc. likely during execution of work
and acts of coordination, which may be required between different agencies. Nothing extra shall be
payable on this account.
1.3
The nomenclature of the item given in the schedule of quantities gives in general the work content
but is not exhaustive i.e. does not mention all the incidental works required to be carried out for complete
execution of the item of work. The work shall be carried out, all in accordance with true intent and
meaning of the specifications and the drawings taken together, regardless of whether the same may or
may not be particularly shown on the drawings and/or described in the specifications, provided that the
same can be reasonably inferred there from may be several incidental works, which are not mentioned in
the nomenclature of each item but will be necessary to complete the item in all respect. All these
incidental works / costs which are not mentioned in item nomenclature but are necessary to complete the
item shall be deemed to have been included in the rates quoted by the contractor for various items in the
schedule of quantities. No adjustment of rates shall be made for any variation in quantum of incidental
works due to variation / change in actual working drawings. Also, no adjustment of rates shall be made
due to any change in incidental works or any other deviation in such element of work (which is incidental
to the items of work and are necessary to complete such items in all respects) on account of the directions
of Engineer-in-Charge. Nothing extra shall be payable on this account.
1.4
The contractor(s) shall give to the local body, 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 lights either for illumination or for cautioning the public at night. Proper temporary
barricading by fencing with G.I. sheets, shall be carried out by the Contractor at the start of phased works
and al-round water body created as per direction of Engineer-in-charge work to physically define the
boundaries of the plot for restricted entry to only those involved in the work and also to prevent any
accidents, at the same time without causing any inconvenience to the traffic and the users of the handed
over buildings in the adjacent plots. It shall be done by providing, erecting, maintaining temporary
protective barricading of minimum 3.0 metres in height, made in panels, with each panel having MS

frames / MS scaffolding pipes of suitable size and stiffness, with 24 gauge thick GI corrugated sheet or
suitably stiffened plain GI sheet fixed on frames. If the height of barricade is required more than 3.0M then
the cost of barricading over and above 3.0M shall be borne by the department. Such panels shall be
suitably connected to each other for stability with nuts and bolts, hooks, clamps etc. and fixed firmly to the
ground at about 2 metres spacing, for the entire duration till completion of the work. He shall also provide
and erect temporary protective barricades within the plot, if required, to prevent any accident. Temporary
protective roofing near the Entrance to the building, under construction, shall be made to protect the
visiting officials from getting hurt by falling debris etc. Also, one or more coat of enamel paint of shade as
approved and directed by the Engineer-in-Charge shall be applied on the panels and CPWD shall be
painted over that in suitable sizes, shapes and numbers as directed by the Engineer-in-Charge. It shall be
dismantled and taken away by the Contractor after the completion of work at his own cost with the
approval of the Engineer-in- Charge. Nothing extra shall be payable on this account.
1.5
The Contractor(s) shall take all precautions to avoid accidents by exhibiting necessary caution
boards day and night. In case of any accident of labours / contractual staffs the entire responsibility will
rest on the part of the contractor and any compensation under such circumstances, if becomes payable,
shall be entirely borne by the contractor.
1.6
The work shall generally be carried out in accordance with the CPWD Specifications 2009 Vol. I
& II with up to date correction slips, additional/Particular Specifications, Architectural /Structural drawings
and as per instructions of Engineer-in-Charge. Any additional item of the work, if taken up subsequently,
shall also confirm to the relevant CPWD specifications as mentioned above. Working (both Architect and
structural) drawings will be released progressively to the contractor commensurate to the construction
schedule approved by EIC.
1.7
The several documents forming the tender are to be taken as mutually complementary to one
another. Detailed drawings shall be followed in preference to small scale drawings and figured dimensions
in preference to scale dimensions.
In case of any difference or discrepancy between the description of items as given in the schedule of
quantities, particular specifications for individual items of work (including special conditions) and I.S.
Codes etc., the following order of preference shall be observed.
(i)

Description of items as given in Schedule of quantities

(ii)

Particular specifications

(iii)

Special conditions

(iv)

Additional Condition

(v)

Tender drawings attached

(vi)
of

CPWD Specifications including correction slips issued up to the last date of uploading/submission
tender.

(vii)

General Conditions of Contract for CPWD work including correction slips issued up to the last
date of uploading/submission of tender.

(viii)

Indian Standards Specifications of B.I.S.

(ix)

ASTM, BS, or other foreign origin codes mentioned in tender document.

(x)

Manufacturers specifications and as decided by the Engineer-in-Charge.

(xi)

Sound Engineering practices or well established local construction practices.

1.8
The works to be governed by this contract shall cover delivery and transportation up to
destination, safe custody at site, insurance, erection, testing and commissioning of the entire works.
The works to be undertaken by the contractor shall inter-alia include the following:
Preparation of detailed SHOP drawings and AS BUILT drawings wherever applicable.
Obtaining of Statutory permissions where-ever applicable and required.
Pre-commissioning tests as per relevant standard specifications, code of practice, Acts and Rules
wherever required.
1.9
Warranty obligation for the equipments and / or fittings/fixtures supplied by the contractor.
Contractor shall provide all the shop drawings or layout drawings for all the co-ordinated services before
starting any work or placing any order of any of the services etc. These shop drawings/layout drawings
shall be got approved from Engineer-in-charge before implementation and this shall be binding on the
contractor. The contractor shall submit material submittals along with material sample for approval of
Engineer-in-Charge prior to delivery of material at site.
1.10 The work shall be carried out in accordance with the approved architectural drawings, structural
drawings, service 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, nomenclature of items and specifications etc. issued for the work and satisfy himself
that the information available from there is complete and unambiguous. The figure and written dimension
of the drawings shall be superseding the measurement by scale. 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 occurring by the commencement of work on the basis of any
erroneous and or incomplete information and no claim whatsoever shall be entertained by the department
on this account.
The delay caused on account of non-timely action by the contractor in resolution of the
differences whatsoever shall not be considered as valid ground for extension of time unless otherwise
accepted by EIC.
1.11 Unless otherwise provided in the Schedule of quantities vide Part-B on page to the
rates tendered by the contractor shall be all inclusive and shall apply to all heights, lifts, leads and depths
of the building and nothing extra shall be payable to him on this account. Payment for centering,
shuttering, however, if required to be done for floor heights greater than 3.5m shall be admissible at rates
arrived in accordance with clause 12 of the agreement if not already specified.
1.12 The Contractor(s) shall take instructions from the Engineer-in-Charge regarding collection and
stacking of materials at any place. No excavated earth or building rubbish shall be stacked on areas
where other buildings, roads, services and compound walls are to be constructed. The stacking shall take
place as per stacking plan. However, if any change is required, the same shall be done with the approval
of Engineer-in-Charge.
1.13 The Contractor shall bear all incidental charges for cartage, storage and safe custody of
materials, if any, issued by department as well as to those materials also arranged by the contractor.
Wherever the BOQ item stipulates design, the contractor shall have to supply designs and shop drawings
which shall have to be vetted by CPWD or any other Institute of repute as approved by Engineer-inCharge, and all costs towards the same, including charges for vetting shall be deemed to have been
included in the quoted rates.
1.14 Any cement slurry added over base surface (or) for continuation of concreting for better bond is
deemed to have been built in the items and nothing extra shall be payable or extra cement considered in
consumption on this account.

1.15 The contractor shall give performance test of the entire installation(s) as per the specifications in
the presence of the Engineer-in-charge or his authorized representative before the work is finally accepted
and nothing extra what-so-ever shall be payable to the contractor for such test.
1.16 Water tanks, taps, , water supply & drainage pipes, fittings & accessories should conform to byelaws of local body/corporation, where CPWD specifications are not available. The Contractor should
engage approved, licensed plumbers for the work and get the materials (fixtures/fittings) tested, by the
municipal Body/ Corporation authorities wherever required at his own cost. The Contractor shall submit for
the approval of the Engineer-in-Charge, the name of the plumbing agency (along with their working
experience in recent past) proposed to be engaged by him.
1.17 The contractor shall make his own arrangements for water and for obtaining electric connections
if required and make necessary payments directly to the State Govt. departments concerned. Contractor
shall get the water tested from laboratory approved by the Engineer-in-charge at regular interval as per
the CPWD Specifications 2009. All expenses towards collection of samples, packing, transportation etc.
shall be borne by the contractor.
Work shall normally be done in a single shift/day. However if the work is required to be executed in
more than one shift in a day for meeting the time lines, the Contractor with prior approval of the Engineerin-charge, shall have to make necessary arrangements for the same and all costs towards the same shall
be deemed to have been included in the quoted rates.
1.18

PREVENTION OF NUISANCE AND POLUTION CONTROL

The contractor shall take all necessary precautions to prevent any nuisance or inconvenience to the
owners, tenants or occupiers of adjacent properties and to the public in general and to prevent any
damage to such properties from pollutants like smoke, dust, noise. The contractor shall use such
methodology and equipment so as to cause minimum environmental pollution of any kind during
construction and minimum hindrance to road users and to occupants of the adjacent properties or other
services running adjacent/near vicinity. The contractor shall make good at his cost and to the satisfaction
of the Engineer-in-Charge, any damage to roads, paths, cross drainage works or public or private property
whatsoever caused due to the execution of the work or by traffic brought thereon by the contractor. All
waste or superfluous materials shall be carried away by the contractor, without any reservation, entirely to
the satisfaction of the Engineer-in-Charge.
1.19 Utmost care shall be taken to keep the noise level to the barest minimum so that no disturbance
as far as possible is caused to the nearby occupants/users of building(s), if any.
1.20

SECURITY AND TRAFFIC ARRANGEMENTS

In the event of any restrictions being imposed by the Security agency of Client Department / CPWD/
Madurai Traffic or any other authority having jurisdiction in the area on the working or movement of labour
/material, the contractor shall strictly follow such restrictions and nothing extra shall be payable to the
contractor on such accounts. The loss of time on these accounts, if any, shall have to be made up by
augmenting additional resources whatever required.
1.21 The contractor is required to make his own arrangements to provide huts for labourers as is
acceptable to local bodies and nothing extra shall be paid on this account. He shall make his own
arrangements for stores, field office etc. Before tendering, he shall visit the site and assess the manner in
which he is able to arrange the above facilities. The Engineer-in-Charge shall in no way be responsible
for any delay on this account and no claim, whatsoever, on this account shall be entertained.
1.22 No payment shall be made for any damage caused by rain, snowfall, flood or any other natural
calamity, whatsoever during the execution of the work. The contractor shall be fully responsible for any
damage to the govt. property and the work for which payment has been advanced to him under the
contract and he shall make good the same at his risk and cost. The contractor shall be fully responsible
for safety and security of his material, T&P/Machinery brought to the site by him.

1.23 The contractor shall construct suitable godowns, yard at the site of work for storing all other
materials so as to be safe against damage by sun, rain, damages, fire, theft etc. at his own cost and also
employ necessary watch and ward establishment for the purpose at his cost.
1.24 All materials obtained from contractor shall be got checked by the representative of Engineer-inCharge on receipt of the same at site before use.
1.25 Royalty at the prevalent rates shall have to be paid by the contractor on all the boulders, metals,
shingle sand and bajri etc. collected by him for the execution of the work, direct to the Revenue authority
or authorized agent of the State Government concerned or Central Government.
1.26 The contractor shall be responsible for the watch and ward/guard of the buildings, safety of all
fittings and fixtures including all equipments, services provided by him against pilferage and breakage
during the period of Installations and thereafter till the building is physically handed over to the Client
Department. No extra payment shall be made on this account and no claim shall be admissible on this
account.
1.27 The Contractor shall keep himself fully informed of all acts and laws of the Central & State
Governments, all orders, decrees of statutory bodies, tribunals having any jurisdiction or authority, which
in any manner may affect those engaged or employed and anything related to carrying out the work. All
the rules & regulations and bye-laws laid down by Collector / TN State Govt. and any other statutory
bodies shall be adhered to, by the contractor, during the execution of work. The Contractor shall also
adhere to all traffic restrictions notified by the local authorities. The extra sewerage charges (one time
charges for commencement of work) required to be paid to the Municipal Corporation/ other statutory
bodies shall be paid by the department and need not be considered by the contractor. All statutory taxes,
levies, charges (including water and sewerage charges, charges for temporary service connections and /
or any other charges) payable to such authorities for carrying out the work, shall be borne by the
Contractor. The water charges (for municipal water connection as well as tanker water) shall be borne by
the contractor. Also, if the contractor obtains water connection for the drinking purposes from the
municipal authorities or any other statutory body, the consequent sewerage charges shall be borne by the
contractor. The clause 31A of the General conditions of contract for CPWD works is not applicable to the
tender. The Contractor shall arrange to give all notices as required by any statutory / regulatory authority
and shall pay to such authority all the fees that is required to be paid for the execution of work. He shall
protect and indemnify the Department and its officials & employees against any claim and /or liability
arising out of violations of any such laws, ordinances, orders, decrees, by himself or by his employees or
his authorized representatives. Nothing extra shall be payable on these accounts. The fee payable to
statutory authorities for obtaining the various permanent service connections and Occupancy Certificate
for the building shall be borne by the Department.
1.28 For works below ground level the contractor shall keep that area free from water. If dewatering or
bailing out of water is required the contractor shall do the same at his own cost and nothing extra shall be
paid except otherwise provided in the items of Schedule of Quantities.
1.29 The Contractor shall make all necessary arrangements for protecting from rains, fog or likewise
extreme weather conditions, the work already executed and for carrying out further work, during monsoon
including providing and fixing temporary shelters, protections etc. Nothing extra shall be payable on this
account and also no claims for hindrance shall be entertained on this account.
1.30 In case of flooding of site on account of rain or any other cause and any consequent damage,
whatsoever, no claim financially or otherwise shall be entertained notwithstanding any other provisions
elsewhere in the contract agreement. Also, the Contractor shall make good, at his own cost, the damages
caused, if any. Further, no claims for hindrance shall be entertained on this account.
1.31 The contractor will take reasonable precautions to prevent his workman and employees from
removing and damaging any flora (plant/vegetation) from the project area.

1.32

SETTING OUT

(i)
The Contractor shall carry out survey of the work area, at his own cost, setting out the layout of
building in consultation with the Engineer in-Charge & proceed further. Any discrepancy between
architectural drawings and actual layout at site shall be brought to the notice of the Engineer incharge. It shall be responsibility of the Contractor to ensure correct setting out of alignment. Total station
survey instruments only shall be used for layout, fixing boundaries, and centre lines, etc., Nothing extra
shall be payable on this account.
(ii)
The Contractor shall establish, maintain and assume responsibility for grades, lines, levels and
benchmarks. He shall report any errors or inconsistencies regarding grades, lines, levels, dimensions etc.
to the Engineer in-Charge before commencing work. Commencement of work shall be regarded as
the Contractors acceptance of such grades, lines, levels, and dimensions and no claim shall be
entertained at a later date for any errors found.
(iii)
If at any time, any error appears due to grades, lines, levels and benchmarks during the progress
of the work, the Contractor shall, at his own expense rectify such error, if so required, to the satisfaction of
the Engineer in-Charge. Nothing extra shall be payable on this account.
(iv)
Though the site levels are indicated in the drawings the Contractor shall ascertain and confirm the
site levels with respect to benchmark from the concerned authorities. The Contractor shall protect and
maintain temporary/ permanent benchmarks at the site of work throughout the execution of work. These
benchmarks shall be got checked by the Engineer-in-Charge or his authorized representatives. The work
at different stages shall be checked with reference to bench marks maintained for the said
purpose. Nothing extra shall be payable on this account.
(v)
The approval by the Engineer-in-Charge, of the setting out by the Contractor, shall not relieve the
Contractor of any of his responsibilities and obligation to rectify the errors/ defects, if any, which may be
found at any stage during the progress of the work or after the completion of the work.
(vi)
The Contractor shall be entirely and exclusively responsible for the horizontal, vertical and other
alignments, the level and correctness of every part of the work and shall rectify effectively any errors or
imperfections therein. Such rectifications shall be carried out by the Contractor at his own cost to the
entire satisfaction of the Engineer in-Charge.
(vii)
The rates quoted by the Contractor are deemed to be inclusive of site clearance, setting
out work (including marking of reference points, center lines of buildings),construction and maintenance of
reference bench mark(s), taking spot levels, construction of all safety and protection devices, barriers,
barricading, signage, labour safety, labour welfare and labour training measures, preparatory works,
working during monsoon, working at all depths, height and location etc. and any other incidental works
required to complete this work. Nothing extra shall be payable on this account.
1.33 The rate of items of flooring is inclusive of providing sunken flooring in bathrooms, kitchen etc.
and nothing extra on this account is admissible.
1.34 A site laboratory with the minimum equipments as specified in CPWD specifications/in this
agreement shall be established, made functional and maintained within one month from the award of work
as per Table-I at page no to . without any extra cost to the department. In case of non
compliance / delay in compliance in this, a recovery @ Rs.250/- per day will be imposed which will be
recovered from the immediate next R/A Bill of the Contractor.
The agency should make temporary arrangement for sewage disposal, water supply and electricity
for completed building to make them to functional in case permanent arrangements are not ready.

1.35

INTEGRATED SERVICE DRAWINGS

Before taking up the work, the contractor shall be provided with integrated drawings for various
civil and electrical services showing details of lay out plan including sectional elevations and contractor
shall plan and mobilize his resources as per the Integrated drawings and as per the site conditions to
facilitate convenient execution, installation as well as maintenance of these services. Nothing extra shall
be payable on this account.
1.36

TOOLS AND PLANTS

The Tenderder should have own constructions equipment required for the proper and timely
execution of the work. Nothing extra shall be paid on this account.
No tools and plants including any special T&P etc. shall be supplied by the Department and the Contractor
shall have to make his own arrangements at his own cost. No claim of hindrance (or any other claim)
shall be entertained on this account.
1.37

SCAFFOLDING

Wherever required for the execution of work, all the scaffolding shall be provided and suitably fixed, by the
Contractor. It shall be provided strictly with steel double scaffolding system, suitably braced for stability,
with all the accessories, gangways, etc. with adjustable suitable working platforms to access the areas
with ease for working and inspection. Single scaffolding system is strictly prohibited and shall invite
necessary action. It shall be designed to take all incidental loads. It should cater to the safety features for
workmen. Nothing extra shall be payable on this account. It shall be ensured that no damage is caused
to any structure due to the scaffolding.
1.38 The Contractor shall do proper sequencing of the various activities by suitably staggering the
activities within various pockets in the plot so as to achieve early completion. The agency to deploy
adequate equipment, machinery and labour as required for the completion of the entire work within the
stipulated period specified. Also ancillary facilities shall be provided by contractor commensurate with
requirement to complete the entire work within the stipulated period. Nothing extra shall be payable on
this account. Adequate number/sets of equipment in working condition, along with adequate stand-by
arrangements, shall be deployed during entire construction period. It shall be ensured by the Contractor
that all the equipment, Tools & Plants, machineries etc. provided by him are maintained in proper working
conditions at all times during the progress of the work and till the completion of the work.
Further, all the constructional tools, plants, equipment and machineries provided by the Contractor, on site
of work or his workshop for this work, shall be exclusively Intended for use in the construction of this work
and they shall not be shifted/ removed from site without the permission of the Engineer-in-Charge. Slab
cycle requirements: The contractor shall plan and design concrete strength at various stages of work
commensurate to the slab cycle requirement through submitted shuttering plan/design, which shall be the
sole responsibility of the contractor and this shall not absolve him of his responsibility despite approvals
accorded by Engineer-in-charge. The quoted rate shall be deemed to include the cost of the above.
1.39 The Contractor shall maintain all the work in good condition till the completion of entire work. The
Contractor shall be responsible for and shall make good, all damages and repairs, rendered necessary
due to fire, rain, traffic, floods or any other causes. The Engineer-in-Charge shall not be responsible for
any claims for injuries to person/workmen or for structural damage to property happening from any
neglect, default, want of proper care or misconduct on the part of the Contractor or of any other of his
representatives, in his employment during the execution of the work. The compensation, if any, shall be
paid directly to the Department / authority / persons concerned, by the Contractor at his own cost.

1.40

ROYALTY

Royalty at the prevalent rates shall be paid by the Contractor or the RMC supplier as per the terms of
supply between them, on all materials such as boulders, metals, all sizes stone aggregates, brick
aggregates, coarse and fine sand, moorum, river sand, gravels and bajri etc. collected by him for the
execution of the work, directly to the revenue authority of the state government concerned. Further,
contractor needs to submit proof of submission of full royalty to the state government or local authority.
Nothing extra shall be payable on this account.
1. 41

PRESERVATION AND CONSERVATION MEASURES

(i)
Existing drains, pipes, cables, over-head wires, sewer lines, water lines and similar services, if
any, encountered in the course of the execution of work shall be protected against the damage by the
contractor at his own expense. In case the same are to be removed and diverted, expenditure incurred in
doing so shall be payable to the contractor. The contractor shall work out the cost, get the same approved
by Engineer-in-Charge before taking up actual execution. 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.
(ii)
All fossils, coins, articles of value of antiquity, structures and other remains or things of geological
or archaeological interest discovered on project location during excavation/construction shall be the
property of the Government, and shall be dealt with as per provisions of the relevant legislation. The
contractor will take reasonable precaution to prevent his work men or any other persons from removing
and damaging any such article or thing. He will, immediately upon discovery thereof and before removal
acquaint the Engineer-in-charge of such discovery and carry out the official instructions of Engineer-incharge for dealing with the same, till then all work shall be carried out in a way so as not to
disturb/damage such article or thing.
1.42

RESPONSIBILITY

(i)

He shall protect and indemnify the CPWD and its officials & employees against any claim and /or
liability arising out of violations of any such laws, ordinances, orders, decrees, by himself or by his
employees or his authorized representatives. Nothing extra shall be payable on these accounts.

(ii)

The fee payable to statutory authorities for obtaining the various permanent service connections
and Building Use Certificate for the building shall be borne by the CPWD.

(iii)

The Contractor shall assume all liability, financial or otherwise in connection with this contract and
shall protect and indemnify the CPWD from any and all damages and claims that may arise on
any account. The Contractor shall indemnify the Department CPWD against all claims in respect
of patent rights, royalties, design, trademarks- of name or other protected rights, damages to
adjacent buildings, roads or members of public, in course of execution of work or any other
reasons whatsoever, and shall himself defend all actions arising from such claims and shall
indemnify the Department in all respect from such actions, costs and expenses. Nothing extra
shall be payable on this account.

1.43

CO-OPERATION
CONTRACTORS

WITH

OTHER

CONTRACTORS/SPECIALIZED

AGENCIES/

SUB-

(i)

The Contractor shall take all precautions to adhere by the environmental related restrictions
imposed by any statutory body having jurisdiction in on work site as well as prevent any pollution
of streams, ravines, river bed and waterways. All waste or superfluous materials shall be
transported by the Contractor, entirely to the satisfaction of the Engineer- in-Charge and disposed
at designated places only. Utmost care shall be taken to keep the noise level to the barest
minimum so that no disturbance as far as possible is caused to the occupants / users of adjoining
buildings. No claims what so ever on account of site constraints mentioned above or any other
site constraints, lack of public transport, inadequate availability of skilled, semi-skilled or unskilled
workers in the near vicinity, non-availability of construction machinery spare parts and any other
constraints not specifically stated here, shall be entertained from the Contractor. Therefore, the
tenderers are advised to visit site and get first-hand information of site constraints. Accordingly,
they should quote their tenders. Nothing extra shall be payable on this account.

(ii)

The Contractor shall cooperate with and provide the facilities to the sub-Contractors and other
agencies working at site for smooth execution of the work. The contractor shall indemnify the
CPWD against any claim(s) arising out of any disputes. The Contractor shall:

(a)

Allow use of scaffolding, toilets, sheds etc.

(b)

Properly co-ordinate their work with the work of other Contractors.

(c)

Provide control lines and benchmarks to his Sub-Contractors and the other Contractors.

(d)

Provide electricity and water at mutually agreed rates.

(e)

Provide hoist and crane facilities for lifting material at mutually agreed rates.

(f)

Co-ordinate with other Contractors for leaving inserts, making chases, alignment of services etc.
at site.

(g)

Adjust work schedule and site activities in consultation with the Engineer-in- Charge and
other Contractors to suit the overall scheduled completion.
Resolve the disputes with other Contractors/ sub-contractors amicably and the Engineer-inCharge shall not be made intermediary or arbitrator.

(i)

The work should be planned in a systematic manner so as to ensure proper co-ordination of


various disciplines viz. & water supply, drainage, rain water harvesting, electrical, fire fighting,
information technology, communication & electronics and any other services.

(iv)
Other Associated agencies will also simultaneously execute and install the works of substation / generating sets, air-conditioning, lifts, etc. for the work and the contractor shall afford
necessary facilities for the same. The contractor shall leave such recesses, holes, openings trenches etc.
as may be required for such related works (for which inserts, sleeves, brackets, conduits, base
plates, 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 and brick work,
if required, and nothing extra shall be payable on this account.
(v)
The contractor shall conduct 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 contractor or he shall arrange his work with that of the
others in an acceptable and in a proper coordinated manner and shall perform it in proper sequence to the
complete satisfaction of others.

1.44

SUPERVISION OF WORK

The Contractor shall depute Site Engineer & skilled workers as required for the work. He shall submit
organization chart along with details of Engineers and supervisory staff. It shall be ensured that all
decision making powers shall be available to the representatives of the Contractor at Chennai itself to
avoid any likely delays on this account. The Contractor shall also furnish list of persons for specialized
works to be executed for various items of work. The Contractor shall identify and deploy key persons
having qualifications and experience in the similar and other major works, as per the field of their
expertise. If during the course of execution of work, the Engineer-in-Charge is of the opinion that the
deployed staff is not sufficient or not well experienced; the Contractor shall deploy more staff or betterexperienced staff at site to complete the work with quality and in stipulated time limit. Principle Technical
representative of the Contractor having minimum twenty years of experience in similar nature of work as
mentioned in the clause 36 of the General Conditions of the Contract, shall always be available at the site
during the actual execution of the work.
1. 45

Specialized Agencies

The composite tender comprises of two main components: viz. civil work and E & M works. The list of
specialized items for civil & E&M works which are to be got executed through specialized agencies are as
below:
Water proofing works.
Plumbing works.
Aluminium doors and windows, aluminium partition.
Stainless steel railing.
Granite cladding (Both wet & dry stone cladding).
Fire fighting with wet riser and sprinkler system/Fire-fighting/fire alarm system.
Lifts.
The specialized agency should have successfully completed at least one work of similar nature.
The contractor shall submit the following details of the specialized agency before execution of work for
approval of EIC:
List of similar works carried out by the agency during the last five years along with the name of work,
name and address of clients, year of execution, value of work done and brief specification of the work.
The credentials for such completed works shall be obtained from the Project Manager/Executive Engineer
concerned along with contact address.
The main contractor shall submit the credential of specialized agency well in advance as per the direction
of Engineer-in-charge. After verification of the same, written approval will be conveyed to main contractor
in this regard. The quantum of credentials will be broadly in line with CPWD guidelines. The main
Contractor shall not change the specialized agency. However, if the change is warranted, he may do so,
with permission of Engineer-in-charge. However before making any such change he has to enter into
similar agreement as with previous agency & submit the same to Engineer in Charge for approval.
This shall however be without any change in the accepted rates of the contract agreement and without
any cost implications to the Department.

(ii)
It shall be the responsibility of main contractor to sort out any dispute / litigation with the
Specialized Agencies without any time & cost overrun to the Department. The main contractor shall be
solely responsible for settling any dispute / litigation arising out of his agreement with the Specialized
Agencies. The contractor shall ensure that the work shall not suffer on account of litigation/ dispute
between him and the specialized agencies / sub- contractor(s). No claim of hindrance in the work shall be
entertained from the Contractor on this account. No extension of time shall be granted and no claim what
so ever, of any kind, shall be entertained from the Contractor on account of delay attributable to the
selection/rejection of the Specialized Agencies or any dispute amongst them.
1. 46

RATES

The rates quoted by the Contractor are deemed to be inclusive of site clearance, setting out work, profile,
setting lay out on ground, establishment of reference bench mark(s), installing various signage, taking
spot levels, survey with total station, construction of all safety and protection devices, compulsory use of
helmet and safety shoes, and other appropriate safety gadgets by workers, imparting continuous training
for all the workers, barriers, preparatory works, construction of clean, hygienic and well ventilated workers
housings in sufficient numbers as per drawing supplied by Engineer in charge, working during monsoon
or odd season, working beyond normal hours, working at all depths, height, lead, lift, levels and location,
implementation of green building norms to achieve desired GRIHA LD(3 Star) Rating etc. and any
other unforeseen but essential incidental works required to complete this work. Nothing extra shall be
payable on this account and no extension of time for completion of work shall be granted on these
accounts.
II The rates quoted by the tenderer, shall be firm and inclusive of all taxes and levies
(including works contract tax and construction labour welfare cess but excluding service tax).No foreign
exchange shall be made available by the Department for importing (purchase) of equipment, plants,
machinery, materials of any kind or any other items required to be carried out during execution of the
work. No delay and no claim of any kind shall be entertained from the Contractor, on account of variation
in the foreign exchange rate.
Ancillary and incidental facilities required for execution of work like labour camp, stores, fabrication yard,
offices for Contractor, watch and ward, temporary ramp required to be made for working at the basement
level, temporary structure for plants and machineries, water storage tanks, installation and
consumption charges of temporary electricity, telephone, water etc. required for execution of the work,
liaison and pursuing for obtaining various No Objection Certificates, protection works, testing facilities /
laboratory at site of work, facilities for all field tests and for taking samples etc. during execution or any
other activity which is necessary (for execution of work and as directed by Engineer-in-Charge), shall be
deemed to be included in rates quoted by the Contractor, for various items in the schedule of quantities.
Nothing extra shall be payable on these accounts. Before start of the work, the Contractor shall submit to
the Engineer-in-Charge, a site / construction yard layout, specifying areas for construction, site office,
positioning of machinery, material yard, cement and other storage, steel fabrication yard, site laboratory,
water tank, etc.
For completing the work in time, the Contractor might be required to work in two or more shifts (including
night shifts). No claim whatsoever shall be entertained on this account, not with-standing the fact that the
Contractor may have to pay extra amounts for any reason, to the labourers and other staff engaged
directly or indirectly on the work according to the provisions of the labour and other statutory bodies
regulations and the agreement entered upon by the Contractor with them. All material shall only be
brought at site as per program finalized with the Engineer-in- Charge. Any pre-delivery of the material not
required for immediate consumption shall not be accepted and thus not paid for.

1. 47

SAFETY MEASURES

(i) WARNING/ CAUTION BOARDS: All temporary warning / caution boards / glow signage display such
as Construction Work in Progress, Keep Away, No Parking, Diversions & protective Barricades etc.
shall be provided and displayed during day time by the Contractor, wherever required and as
directed by the Engineer-in-Charge. These glow signage and red lights shall be suitably illuminated
during night also. The Contractor shall be solely responsible for damage and accident caused, if any, due
to negligence on his part. Also he shall ensure that no hindrance, as far as possible, is caused to general
traffic during execution of the work. This signage shall be dismantled & taken away by the Contractor after
the completion of work, only after approval of the Engineer in Charge. Nothing extra shall be payable
on this account.
SIGN BOARDS: The Contractor shall provide and erect a display board of size and shape as required
and paint over it, in a legible and workman like manner, the details about the salient features of the
project, as required by the Engineer-in-Charge. The Contractor shall fabricate and put up a sign board in
an approved location and to an approved design indicating name of the project, Client/Owner, Engineerin-charges, Structural Consultants, Department etc. besides providing space for names of other
Contractors, Sub-Contractors and specialized agencies within 15 days from issue of award letter. Nothing
extra shall be payable on this account. In case of non compliance/delay in compliance in this, a penalty
@ Rs. 500/- per day will be imposed which will be recovered from the immediate next R/A Bill of
the Contractor.
Necessary protective and safety equipments such as helmet, safety shoes, gloves etc shall be
provided to the Site Engineers, Supervisory staffs, labours, technical staffs of the contractor
and also to the Departmental officials supervising / inspecting the works by the Contractor at his
own cost and to be used at site. Nothing extra will be paid on this Account.
Nylon net (50x50mm aperture and 4mm dia) at site shall be fixed to hooks etc., along periphery of
building at various levels required and as directed by Engineer-in-charge for safety of the work
staffs for which nothing extra will be paid on this Account..
No inflammable materials including P.O.L shall be allowed to be stored in huge quantity at site. Only
limited quantity of P.O.L may be allowed to be stored at site subject to the compliance of all rules /
instructions issued by the relevant authorities and as per the direction of Engineer in- Charge in this
regard. Also all precautions and safety measures shall be taken by the Contractor for safe handling of the
P.O.L products stored at site. All consequences on account of unsafe handling of P.O.L shall be borne by
the Contractor.
1. 48 QUALITY ASSURANCE
The proposed work is a prestigious campus development project and quality of work is of
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 specialized flooring work, silicon
sealant and backer rod fixing in expansion joints, factory made door- window shutters, proper slope
maintaining in toilet units, - water supply installation, water proofing treatment, will specially require
engagement of skilled workers having experience particularly in execution of such items.
The contractor shall ensure quality construction in a planned and time bound manner. Any substandard material / work beyond set out tolerance limit shall be summarily rejected by the Engineer-incharge & 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.

In addition to the supervision of work, CPWD Engineers shall also be carrying out regular and periodic
inspection of the ongoing activities in the work and deficiencies, shortcomings, inferior workmanship
pointed out by them shall be communicated by CPWD engineers to the contractor. Upon receipt of
instructions from Engineer in Charge these are also to be made good by necessary improvement,
rectification, replacement up to his complete satisfaction. Special attention shall be paid towards line and
level of internal and external plastering, exposed smooth surface of RCC members by providing fresh
shuttering plates, rubberized linings to all the shuttering joints, accurate joinery work in wooden doors and
windows, thinnest joints in stone/ tiling / cladding work, non-hollowness in floor and dado tiles work,
protection of scratches over flooring by impounding layer of plaster of Paris, water tight pipe linings,
absence of hollow vertical joints in brick masonry, proper compaction of filled up earth etc. to achieve an
Institution of International standards and up keeping of quality assurance shall be of paramount
importance, as such the Contractor shall submit, within 15 days after the date of award of work, a detailed
and complete method statement for the execution, testing and Quality Assurance, of such items of works,
as directed by the Engineer-in-Charge. All the materials to be used in the work, to make the finished work
complete in all respects, shall comply with the requirements of the specifications and shall pass all the
tests required as per specifications as applicable or such specifications / standards as directed by the
Engineer-in- Charge. However, keeping the Quality Assurance in mind, the Contractor shall submit, on
request from the Engineer-in- Charge, his own Quality Assurance procedures for basic materials and such
items, to be followed during the execution of the work, for approval of the Engineer-in-Charge.
All materials and fittings 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. If a particular
brand of material is specified in the item of work in Schedule of Quantity, the same shall be used after
getting the same approved from Engineer-In-Charge. Wherever brand / quality of material is not specified
in the item of work, the contractor shall submit the samples as per suggested list of brand names given in
the tender document / particular specifications for approval of Engineer-In-Charge. For all other items,
materials and fittings of ISI Marked shall be used with the approval of Engineer-In-Charge. Wherever ISI
Marked material / fittings are not available, the contractor shall submit samples of materials / fittings
manufactured by firms of repute conforming to relevant specifications or IS codes and use the same only
after getting the approval of Engineer-In-Charge.
The Contractor shall procure and provide all the materials from the manufacturers / suppliers as
per the list attached with the tender documents, as per the item description and particular specifications
for the work. The equivalent brand for any item shall be permitted to be used in the work, only when the
specified make is not available. This is, however, subject to documentary evidence produced by the
contactor for non-availability of the brand specified and also subject to independent verification by the
Engineer-in-Charge. In exceptional cases, where such approval is required, the decision of Engineer-inCharge as regards equivalent make of the material shall be final and binding on the Contractor. No claim,
whatsoever, of any kind shall be entertained from the Contractor on this account. Nothing extra shall be
payable on this account. Also, the material shall be procured only after written approval of the Engineerin-Charge. All materials whether obtained from Govt. stores or otherwise shall be got checked by the
Engineer-in-Charge or his authorized supervisory staff on receipt of the same at site before use.
The contractor has to establish field laboratory at site including all necessary equipment for field tests as
given in Schedule F. All the relevant and applicable standards and specifications shall be made
available by the contractor at his cost in the field laboratory. The contractor shall designate one of his
technical representatives as Quality Assurance Engineer, who shall be responsible for carrying out all
mandatory field/laboratory tests. The contractor shall also provide adequate supporting staff at his cost
for carrying out field tests, packaging and forwarding of samples for outside laboratory tests and for
maintaining test records. The tests, as necessary and where no field laboratory facilities are available,
shall be conducted in the laboratory approved by the Engineerin- Charge. For materials for which field
testing equipment is established at site, for those materials 90% of total tests shall be done at the

laboratory established at site by contractor and remaining 10% in the reputed laboratories approved by
Engineer-in-charge. The samples shall be taken for carrying out all or any of the tests stipulated in the
particular specifications and as directed by the Engineer-in-Charge or his authorized representative.
All the registers of tests carried out at Construction Site or in outside laboratories and all material at
site (MAS) registers including cement register shall be maintained by the contractor which shall be issued
to the contractor by Engineer-in-charge. All the entries in the registers will be made by the designated
Engineering Staff of the contractor and same should be regularly reviewed by JE/AE/AEE/EE. Contractor
shall be responsible for safe custody of all the registers.
The Contractor shall at his own risk and cost make all arrangements and shall provide all such facilities
including material and labour, the Engineer-in-Charge may require for collecting, preparing, forwarding the
required number of samples for testing as per the frequency of test stipulated in the contract specifications
or as considered necessary by the Engineer-in-Charge, at such time and to such places, as directed by
the Engineer-in-Charge. Nothing extra shall be payable for the above.
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 result of such tests and consequences thereon shall be binding on the Contractor .The Contractor
or his authorized representative shall remain in contact with the Engineer-inCharge or his authorized
representative associated for all such operations. No claim of payment or claim of any other kind,
whatsoever, shall be entertained from the Contractor.
All the testing charges shall be borne by the contractor/ department in the manner indicated below:
By the contractor, if the results show that the material does not confirm to relevant specifications and BIS
codes or any other relevant code for which confirmatory test is carried out.
By the department, if the results show that the material confirms to relevant specifications and BIS codes
or any other relevant code for which confirmatory test is carried out.
All the hidden items such as water supply lines, drainage pipes, conduits, sewers etc. are to be properly
tested as per the design conditions before covering and their measurements in computerized
measurement book duly test checked shall be deposited with Engineer in charge or his authorized
representative, prior to hiding these items.
Water tanks, taps, , water supply and drainage pipes, fittings and accessories should confirm to bylaws
and municipal body / corporation where CPWD Specifications are not available. The contractor should
engage licensed plumbers for the work and get the materials (fixtures/fittings) tested by the Municipal
Body/Corporation authorities wherever required at his own cost.
The contractor shall give performance test of the entire installation(s) as per the standing specifications
before the work is finally accepted and nothing extra whatsoever shall be payable to the contractor for the
test.
The contractor shall have to execute guarantee bonds in respect of water proofing works as per Performa
enclosed.
The Contractor shall arrange electricity at his own cost for testing of the various electrical installations as
directed by Engineer-in-Charge and for the consumption by the contractor for executing the work. Also all
the water required for testing various electrical installations, fire pumps, wet riser / fire fighting equipments,
fire sprinklers etc. and also testing water supply, and drainage lines, water proofing of underground sump,
overhead tanks, water proofing treatment etc. shall be arranged by the contractor at his own cost.
Nothing extra shall be payable on this account.

1. 49

SUBMISSION AND DOCUMENTATION

(i)
The Contractor shall display all permissions, licenses, registration certificates, bar charts, other
statements etc under various labour laws and other regulations applicable to the works, at his site office.
He should also keep at site at least one set of BIS Codes and other relevant codes at site and produce the
same if asked for by Engineer-In-Charge. In case of non compliance, these codes will be purchased from
the Market and actual cost of purchase will be recovered from the next RA Bill of the Contractor.
The Contractor shall make available four (04) sets of completed Building Drawings, As Built Drawings
along with literatures, manuals, warranty certificates etc. of various installed fittings, fixtures and
equipment for the completed projects. This shall be the prerequisite for payment of final bill.
The Contractor shall make available three (03) sets of all drawings of internal and external services i.e.
Water Supply line and Drainage lines. This shall be the prerequisite for payment of final bill. These
drawings shall have the following information:
Run off for all piping and their diameters including soil, waste pipes and vertical stacks.
Ground and invert level of all drainage pipes together with locations of all manholes and
connections, up to outfall.
Run off for all water supply lines with diameters location of control valves, access panels etc.
The contractor shall make available four (04) sets of computerized Standard Measurement Books (SMBs)
having measurement of all the permanent standing in a building.
(viii)
The Performance Guarantee shall not be released to the contractor until the aforesaid drawings
are submitted to the Engineer-in-Charge
(ix)
The contractor will submit computerized measurement sheet for the work carried out by him for
making payment as per Clause 6A of the CPWD General Conditions of Contract 2014 with correction
slips upto the last date of submission of tender. For casting of RCC members and other hidden items the
corrected and duly test checked measurement sheets of reinforcement or that of other hidden items shall
be deposited with Engineer in charge or his authorized representative, before casting of RCC or other
hidden items. The delay in submission of corrected and duly checked measurement sheet may, therefore,
delay casting of RCC or execution of hidden item for which no hindrance shall be recorded.
(x)
To avoid delay, contractor should submit all samples well in advance so as to give timely orders
for procurement.

1.50 PROJECT PROGRAM CHART:


The Contractor shall prepare an submit a integrated programme chart(Time and progress)for each mile
stone along with performance guarantee within fifteen days of issue of award letter including civil as well
as E & M activities 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 program within the stipulated period and submit the
same for approval of the Engineer-In-Charge within fifteen days of the award of the work. These shall
be submitted by the contractor through electronic media besides forwarding hard copies of the same. The
integrated program chart so submitted should not have any discrepancy with the physical milestones
attached in the contract agreement. The program chart should include the following: (i) Descriptive note explaining sequence of various activities.
Program for procurement of materials by the contractor.
Program for arranging and deployment of manpower both skilled and unskilled so as to achieve targeted
progress.

Program of procurement of machinery/equipment having adequate capacity, commensurate with the


quantum of work to be done within the stipulated period, by the contractor.
Program for achieving fortnightly micro milestones and periodic milestones.
In case of non compliance/delay in compliance in this, a penalty @ Rs.2500/- per day will be
imposed which will be recovered from the immediate next R/A Bill of the Contractor for same
component.
If at any time, it appears to the Engineer-In-Charge that the actual progress of work does not conform to
the approved program referred above, the contractor shall produce a revised program showing the
modifications to the approved program by additional inputs to ensure completion of the work within the
stipulated time.
The submission for approval by the Engineer-In-Charge of such program 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.
Submission of Progress Reports:
Apart from the above integrated program chart, the contractor shall be required to submit fortnightly
progress report of the work in a computerized form on 1st and 16th of every month. The progress report
shall contain the following, apart from whatever else may be required as specified above:
Construction schedule of the various components of the work through a bar chart for the next two
fortnights (or as may be specified), showing the micro- milestone/milestones, targeted tasks (including
material and labour requirement) and up to date progress. At least 10 digital photographs showing all the
parts of construction site of executions of different items in soft copy has to be submitted in every
fortnightly progress report.
Progress chart of the various components of the work that are planned and achieved, for the
fortnight as well as cumulative up to the fortnight under reckoning, with reason for deviations, if any
in a tabular format.
Plant and machinery statement, indicating those deployed in the work.
Man-power statement indicating:
Individually the names of all the staff deployed on the work, along with their designations.
No. of skilled workers (trade wise) and total no. of unskilled workers deployed on the work and their
location of deployment i.e. blocks.
Financial statement, indicating the broad details of all the running account payment received up to
date, such as gross value of work done, advances taken, recoveries effected, amount withheld, net
payments details of alvan payment received, extra/substituted/deviation items if any, etc.
In case of non compliance / delay in compliance in submission of fortnightly, a penalty @
Rs. 2500/- per fortnightly report will be imposed which will be recovered from the immediate next
R/A Bill of the Contractor for same component.
PROJECT REVIEW MEETINGS:
The contractor, immediately on award of work shall submit details of his key personnel to be engaged for
the work at site. In addition, he shall furnish the Engineer-in-charge detailed organogram involved with
the work.
The contractor shall present the programme and status at various review meetings as required.
Weekly Review Meetings: Shall be attended by Local Team headed by Project-in-charge along with PMC
team and client representative and representative of AED consultants for every alternative weeks.

Agenda

a) Weekly programme v/s actual achieved in the past week and


programme for next week.
b) Remedial actions and hold up analysis.
c) Any decision on quarries raised either by contractor/PMC.

Monthly Review Meetings: Shall be attended by Project in charge and the Management
Representative who can take independent decisions along with PMC team and clients representatives
and representative of AED consultants.

Agenda

a) Progress Status/Statistics.
b) Completion Outlook.
c) Major hold ups/slippages.
d) Assistance required.
e) Critical issues.
f) Any decision on querries raised either by Contractor/PMC.
g) Anticipated cash flow requirement for next two months.

1.51

TEMPORARY WATER/ ELECTRICITY/ TELEPHONE CONNECTION

Arrangement of temporary telephone connection, water and electricity required by Contractor, shall
be made by him at his own cost and also necessary permissions shall be obtained by him directly from
concerned authorities, under intimation to the Department. Also, all initial cost and running charges, and
security deposit, if any, in this regard shall be borne by him. The Contractor shall adhere by all the rules/
bye laws applicable in this regard and he shall be solely responsible for any penalty on account of
violation of any of the rules/byelaws in this regard. Nothing extra shall be payable on this account.
The Contractor shall be responsible for maintenance and watch and ward of the complete installation and
water / electricity meter and shall also be responsible for any pilferage, theft, damage, penalty etc. in this
regard. The Contractor shall indemnify the Department against any claim arising out of pilferage, theft,
damage, penalty etc. whatsoever on this account. Nothing extra shall be payable on this account.
The Department shall in no way be responsible for either any delay in getting electric and/or water and/or
telephone connections for carrying out the work or not getting connections at all. No claim of delay or any
other kind, whatsoever, on this account shall be entertained from the Contractor. Also contingency
arrangement of stand-by water & electric supply shall be made by the Contractor for commencement and
smooth progress of the work so that work does not suffer on account of power failure or disconnection or
not getting connection at all. No claim of any kind whatsoever shall be entertained on this account from
the Contractor. Nothing extra shall be payable on this account.

1.52

CLEANLINESS OF SITE

(i)
The Contractor shall not stack building material/malba/muck on the land or road of the local
development authority or on the land owned by the others, as the case may be. So the muck, rubbish etc.
shall be removed periodically as directed by the Engineer-in-Charge, from the site of work to the approved
dumping grounds as per the local byelaws and regulations of the concerned authorities and all necessary
permissions in this regard from the local bodies shall be obtained by the Contractor. Nothing extra shall be
payable on this account. In case, the Contractor is found stacking the building material/malba as stated
above, the Contractor shall be liable to pay the stacking charges/penalty as may be levied by the local
body or any other authority and also to face penal action as per the rules, regulations and bye-laws of
such body or authority. The Engineer in-Charge shall be at liberty to recover, such sums due but not paid
to the concerned authorities on the above counts, from any sums due to the Contractor including amount
of the Security Deposit and performance guarantee in respect of this contract agreement.
(ii)
The contractor shall take instructions from the Engineer-In-Charge regarding collection and
stacking of materials at any place. No excavated earth or building rubbish shall be stacked on areas
where other buildings, roads, services and compound walls are to be constructed.
(iii)
The site of work shall be always kept clean due to constraints of space and to avoid any nuisance
to the users of buildings in the adjacent plots. The Contractor shall take all care to prevent any waterlogging at site. The waste water, slush etc. shall not be allowed to be collected at site. It may be directly
pumped into the creek with prior approval of the concerned authorities. For discharge into public drainage
system, necessary permission shall be obtained from relevant authorities after paying the necessary
charges, if any, directly to the authorities. The work shall be carried out in such a way that the area is kept
clean and tidy. All the fees/charges in this regard shall be borne by the Contractor. Nothing extra shall be
payable on this account.
1.53

INSPECTION OF WORK

(i)
In addition to the provisions of relevant clauses of the contract, the work shall also be open to
inspection by Senior Officers of CPWD and their representatives .The contractor shall at times during the
usual working hours and at all times at which reasonable notices of the intention of the Engineer-in-charge
or other officers as stated above to visit the works shall have been given to the contractor, either himself
be present to receive the orders and instructions or have a responsible representative duly accredited in
writing, to be present for that purpose.
(ii)

Inspection of the work by Client Department.

The committee/consultant appointed by CPWD shall be inspecting the works including workshops and
fabrication factory to ensure that the works in general being executed according to the design, drawings
and specifications laid down in the contract. Their observations shall be communicated by CPWD
engineering staff and compliance is to be reported to CPWD.
The committee/consultant appointed by CPWD shall certify on completion of particular building that it has
been constructed according to the approved drawings design and specifications.
(iii)
Senior Officers of CPWD, Dignitaries from Central Ministry / Department, Client
Department Authorities shall be inspecting the on-going work at site at any time with or without
prior intimation. The contractor shall, therefore, keep updated the following requirements and
detailing.

Display Board showing detail of work, weekly progress achieved with respect to targets, reason of
shortfall, status of manpower, wages being paid for different categories of workers.
Entrance and area surrounding to be kept cleaned.
Display layout plan key plan, Building drawings including plans, elevations and sections.
Upto date displays of Bar chart, CPM and PERT etc.
Keep details of quantities executed, balance quantities, deviations, possible Extra item, substituted Item
etc.
Keep plastic / cloth mounted, one sets of building drawings.
Set of Helmets and safety shoes for exclusive use for officers/dignitaries visiting at site.
1.54

FINAL TESTING OF THE INSTALLATION

The Contractor shall demonstrate trouble free functioning of all the Civil and E & M installations and
services. The Engineer-in-Charge or his authorized representatives shall carry out final inspection of the
various Civil and E & M services and installations. Any defect(s) noticed during demonstration shall be
rectified by the Contractor at his own cost to the entire satisfaction of the Engineer-in-Charge. Nothing
extra shall be payable on this account.
1.55

SUBMISSION OF AS BUILT DRAWINGS AND OBTAINING OCCUPATION CERTIFICATE

The contractor shall coordinate and facilitate consultant for obtaining occupation certificate / completion
certificate from local bodies including getting the required site visits conducted by such authorities with a
view to obtain the same.
1.56

DEFECT LIABILITY PERIOD (REFUND OF SECURITY DEPOSIT)

The defect liability / maintenance period shall be 12 months after the date of completion of work for this
contract agreement. The Security Deposit shall be released after the defect liability period of 12 months
after completion of entire project works and for this the contractor shall have produce a certificate stating
that no defects are pending for rectification from the head of CPWD, but subject to other provisions
specified elsewhere in the contract agreement.
1.57

GENERAL CLARIFICATIONS

i)

Wherever any reference to any Indian Standards occurs in the documents relating to this contract,
the same shall be inclusive of all amendments issued thereto or revisions thereof, if any, up to the
date of receipt of tenders.

ii)

Unless otherwise specified in the schedule of quantities, the rates for all items of work shall be
considered, as inclusive of pumping out or bailing out water, if required throughout the
construction period for which no extra payment shall be made. This shall also include water
encountered from any source such as rains, floods, sub soil water table being high and/or due to
any other cause whatsoever.

iii)

All stone aggregate and stone ballast shall be of hard stone variety to be obtained from approved
quarries.
Coarse sand should be obtained from approved sources. The same shall be clean and sharp
angular grit type. The coarse sand shall be screened before using, if required. If the sand
brought to site is dirty, it must be washed in clean water to bring the sand to the required
specifications. Nothing extra shall be payable on this account.

v)

The rates for all items of work, shall unless clearly specified otherwise, include cost of all
operations and all inputs of labour, material, T & P, scaffolding, wastages, watch and ward, other
inputs, all incidental charges, all taxes, cess, VAT, duties, levies etc. required for execution of the
work.

1.58

PRODUCT DELIVERY, STORAGE AND HANDLING OF CHEMICALS

The contractor shall construct storage space for Chemicals materials to ensure that the storage conditions
are as recommended by the manufactures.
All the materials shall be procured and delivered in sealed containers with labels legible and intact.
All the chemicals {polymers, epoxy, water proofing compound, plasticizer, Polysulphide, SBR based
elastomeric, APP (Atactic Polypropylene Polymer), all exterior and interior paints, polish etc.) shall be
procured in convenient packs say 20 litres/Kgs.} capacity packing only or as approved by the Engineer-inCharge, and not in bigger capacity containers, say 200 litre (Kgs.) drums unless otherwise specifically
permitted by the Engineer-in-Charge. One sample from each lot of the chemical procured by the
contractor shall be tested in a laboratory as approved by the Engineer-in-charge
All material required for the execution of the work shall be got approved, procured and deposited with the
Departmental supervisory staff. The materials shall be kept in joint custody of the contractor and the
Department. The watch and ward of such material shall, however, remain to be the responsibility of the
contractor and no claim, whatsoever, on this account shall be entertained. Different containers of each
chemical shall be serially numbered on packing and also consumed in that order. Day-to-Day account of
receipt, issue and balance shall be regulated by the Department and proper account shall be maintained
at site of work in the prescribed form as per the standard practice.
All the chemicals shall be procured by the contractor directly from the manufacturer. In exceptional
circumstances, the contractor may be allowed to procure the materials from the authorized dealers of the
manufacturers, if specifically permitted by the Engineer-in-Charge.
The original copies of challan/cash memos towards the quantity of various chemicals procured shall be
made available by the contractor at the request from the Engineer-in- Charge and a copy of the same
shall be kept in record.
The Name of manufacturers, manufacturers product identification, manufacturers mixing instructions,
warning for handling and toxicity and date of manufacturing and shelf life shall be clearly and legibly
mentioned on the labels of the each container.
The contractor shall submit for the chemicals procured, manufacturers and / or authorized dealers
certificate regarding supplying and verifying conformance to the material specifications, as specified.
All filled containers shall be handled in safe manner and in a way to avoid breaking container seals.
Empty containers of the chemicals should not be removed from site till the completion of work and shall
be removed only with the written approval of the Engineer-in-Charge.
All arrangements for measuring, dosing and mixing of material / chemicals at site have to be made by the
contractor.
Contractor shall suitably advise his site Engineer and all the workers as regards safe handling of
chemicals. Necessary protective and safety equipments in form of hand gloves, goggles etc. shall be
provided by the contractor and be also used at site.
All incidental charges of any kind including cartage, storage and wastage and safe custody of material etc.
shall be borne by the contractor and no claim, whatsoever, shall be entertained on this account.
The chemicals shall be tested in an independent laboratory as approved by the Engineer-in-charge at the
frequency as specified. If required, more samples may have to be tested as per the directions of the
Engineer-in-Charge. Nothing extra shall be payable on this account. However testing charges shall be
borne by the department for the samples satisfying the requirements specified in the tender.
1.59

DE-WATERING

(i)
De-watering required, if any, shall be done conforming to BIS Code IS: 9759 (guide lines for dewatering during construction) and / or as per the specifications approved by the Engineer-in-Charge.
Design of an appropriate and suitable dewatering system shall be the Contractors responsibility. Such

scheme shall be modified / augmented as the work proceeds based on fresh information discovered
during the progress of work, at no extra cost. At all times during the construction work,efficient drainage of
the site shall be carried out by the Contractor and especially during the laying of plain cement concrete,
taking levels etc. The Contractor shall also ensure that there is no danger to the nearby properties and
installations on account of such lowering of water table. If needed, suitable precautionary measures shall
be taken by the Contractor. Also the scheme of dewatering adopted shall have adequate built in
arrangement to serve as stand-bye to attend to repair of pumps etc. and disruption of power / fuel
supply. Nothing extra shall be payable on this account.
(ii)
In trenches where surface water is likely to get into cut / trench during monsoons, a ring bund of
puddle clay or by any other means shall be formed outside, to the required height, and maintained by the
Contractor. Also, suitable steps shall be taken by the Contractor to prevent back flow of pumped water
into the trench. Nothing extra shall be payable on this account.
1.60

INSURANCE POLICIES

Before commencing the execution of work, the Contractor shall, without in any way limiting his
obligations and liabilities, insure at his own cost and expense against any damage or loss or injury, which
may be caused to any person or property, at site of work. The Contractor shall obtain and submit to the
Engineer-in-Charge proper Contractor All Risk Insurance Policy for an amount equivalent to contract value
for this work, with Engineer-in-Charge as the first beneficiary. The insurance shall be obtained in joint
names of Engineer-in-Charge and the Contractor (who shall be second beneficiary). Also, he shall
indemnify the Department from any liability during the execution of the work. Further, he shall obtain and
submit to the Engineer-in-Charge, a third party insurance policy for maximum Rs.10 lakh for each
accident, with the Engineer-in-Charge as the first beneficiary.
The insurance shall be obtained in joint names of Engineer-in-Charge and the Contractor (who shall be
second beneficiary). The Contractor shall, from time to time, provide documentary evidence as regards
payment of premium for all the Insurance Policies for keeping them valid till the completion of the work.
The Contractor shall ensure that Insurance Policies are also taken for the workers of his Sub-Contractors /
specialized agencies also. Without prejudice to any of its obligations and responsibilities specified above,
the Contractor shall within 10 days from the date of letter of acceptance of the tender and thereafter at the
end of each quarter submit a report to the Department giving details of the Insurance Policies along with
Certificate of these insurance policies being valid, along with documentary evidences as required by the
Engineer-in-Charge. No work shall be commenced by the Contractor unless he obtains the Insurance
Policies as mentioned above. Also, no payment shall be made to the Contractor on expiry of insurance
policies unless renewed by the Contractor. Nothing extra shall be payable on this account. No claim of
hindrance (or any other claim) shall be entertained from the contractor on these accounts.
1.61

TRAINING OF THE PERSONNEL

The contractor shall arrange at no extra cost to the Department to train two persons from the department
(CPWD), one each for civil and electrical works, on how to operate and carryout preventive maintenance
of the systems (both civil and electrical) . The contractor shall arrange this training from well qualified and
experience personnel for at least seven days.
1.62

APPLICABLE PERMITS

1.62.1 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 levied 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 lights either for illumination or for cautioning the public at night.
1.62.2 The contractor shall ensure that applicable permits mandated by the local bodies and in case
warranted for this work are obtained as required under the Applicable Laws. An indicative but not
exhaustive list of some of the applicable permits are mentioned below for the guidance of the Contractor.

1.62.3 Consequences on account of failure to obtain the mandatory permits shall be the sole
responsibility of the contractor and no claim what so ever shall be entertained by the EIC. Any liability
incurred by EIC on account of such failure shall be recovered from the amounts/payments due to the
contractor.
Permission of the State Government for extraction of boulders from quarry;
Permission of Pollution Control Board for installation of crushers;
License for use of explosives;
Permission of the State Government for drawing water from river/reservoir;
License from Inspector of factories or other competent authority for setting of Batching Plant;
Clearance of Pollution Control Board for setting up Batching Plant;
Clearance of Pollution Control Board for Asphalt Plant;
Clearance of Pollution Control Board for installation of diesel generator sets;
Fire safety clearance from fire authorities;
Permission of State Government for cutting of trees; if any.
Permit for employing unskilled/semi skilled labour during day/night.
Permit for disposal of solid waste/excess material or soil,
Permissions from the public utilities for diversion of utilities including reinstatement/reconstruction to
original specifications;
Approvals for electric supply/distributions;
Any other permits or clearance required under the Applicable laws.
1.63 The recoveries to be made towards non fulfillment of conditions of submission of SMP as part of
the compliance with GRIHA guidelines, technical staff, field laboratory and safety measures is nonrefundable. It is over and above the compensation levied(if any) under clause 2.
1.64 The recoveries, if any, towards late procurement of centring and shuttering, T&P equipment,
automatic batching plant, delay in submission of construction programmes, progress reports are
refundable, if the targeted portions are completed within the stipulated period of completion of contracted
work and extension of time is granted without levy of compensation. Else this is non-refundable and is
over and above the compensation levied (if any) under clause 2.
1.65 The contractors shall have provident fund code number and any sub contractor engaged
should also have provident fund code. All the workers deployed by the contractors or sub
contractors shall be enrolled as members of provident fund and should be given the universal
account number (UAN). while clearing the bills of contractor, certificate be produced by contractor
to the EE employing directly or indirectly by him are registered for EPF and the due contributors
have been into their account.

SECTION -2:

SPECIAL CONDITIONS FOR GREEN BUILDING

The building is registered for obtaining GRIHA LD Rating from GRIHA Secretariat to obtain
minimum 3 Star rating. The contractor is required to execute the work in a befitting manner to obtain the
targeted GRIHA LD rating.
Special conditions for GRIHA rating:2.1

The contractor shall prepare scheme for the approval of Engineer in-charge for obtaining GRIHA
LD rating in the criteria relevant to the execution of work as per advice of Green Building
Consultant of main Consultant.

2.2

The contractor shall plan and execute the work in a manner to preserve and protect the
landscape during construction and shall arrange the materials/equipment and follow the
procedure as per GRIHA LD rating as applicable.

2.3

All the mandatory criteria of GRIHA and additional conditions for Green Building practices
are to be necessarily followed for entire academic parcel.

2.4

The contractor shall comply with NBC norms on construction safety, health and sanitation
as per GRIHA LD rating system.

2.5

The construction activity shall be done in a befitting manner and the contractor shall adopt
measures to prevent air pollution at site in compliance with criterion 9 of GRIHA rating as
applicable.

2.6

The contractor shall comply with all the instructions and schemes for execution of Green
building.

2.7

Nothing shall be paid extra for all these conditions except for the items existing in the schedule of
quantities. For such items work done shall be paid on the basis of the agreement rates.

2.8

Pre-construction Stage
Construction Vehicles, Equipment and Machinery
All vehicles, equipment and machinery to be procured for construction shall conform to the
relevant Bureau of India Standard (BIS) norms. Emission from the vehicles must conform to
environmental norms. Dust produced from the vehicular movement and other site activities is to
be mitigated by sprinkling of water. Noise limits for construction equipments shall not exceed 75
dB(A), measured at one meter from the edge of the equipment in free area, as specified in the
Environment Protection Act,1986, schedule VI part E, as amended on 9th May,1993. The
maximum noise levels near the construction site should be limited to 65 dB (A) Leq (5 min) in
project area.

2.9

Construction Stage
Construction Wastes Disposal
(i) The pre-identified dump locations will be a part of solid waste management plan to be
prepared by the Contractor in consultation with Engineer in-charge.
(ii) Contractor shall get approved the location of disposal site prior to commencement of
the excavation on any section of the project location.
(iii) Contractor shall ensure that any spoils of material / construction waste will not be disposed off in
any municipality solid waste collection bins.

2.10

Procurement of Construction Materials

(i)

All vehicles delivering construction materials to the site shall be covered to avoid spillage of
materials and maintain cleanliness of the roads.

(ii)

Wheel Tyres of all vehicles used by of the contractor, or any of his sub contractor or materials
suppliers shall be cleaned and washed clear of all dust/mud before leaving the project premises.
This shall be done by routing the vehicles through tyre washing tracks.

(iii)

Contractor shall arrange for regular water sprinkling at least twice a day (i.e. morning and
evening) for dust suppression of the construction sites and unpaved roads used by his
construction vehicles.

2.11

Water Pollution

(i)

The Contractor shall take all precautionary measures to prevent the wastewater during
construction to accumulate anywhere.

(ii)

The wastewater arising from the project is to be disposed off in the manner that is acceptable to
the CPCB.

2.12

Air and Noise Pollution


Contractor shall use dust screens and sprinkle water around the construction site to arrest
spreading of dust in the air and surrounding areas.

(i)

Contractor shall ensure that all vehicles, equipment and machinery used for construction are
regularly maintained and confirm that emission levels comply with environmental emission
standards/norms.

(i)

For controlling the noise from Vehicles, Plants and Equipments, the Contractor shall
confirm the following:

(iii)

All vehicles and equipment used in construction will be fitted with exhaust silencers.

(iv)

Servicing of all construction vehicles and machinery will be done regularly and during routine
servicing operations, the effectiveness of exhaust silencers will be checked and if found defective
be replaced.

will
(v)

Noise emission from compactors (rollers) front loaders, concrete mixers, cranes (movable),
vibrators and saws should be less than 75 dB(A).

(vi)

As per the standards/guidelines for control of Noise Pollution from Stationary Diesel
Generator (DG) sets, noise emission in dB(A) from DG Sets (2-1010 KVA) should be less than
94+10 log 10 (KVA). The standards also suggest construction of acoustic enclosure around the
DG Set and
provision of proper exhaust muffler with insertion loss of minimum 25 dB(A) each
as mandatory.

2.13

Personal Safety Measures for Labour

Contractor shall provide the following items for safety of workers employed by contractor and associate
agencies:
Protective footwear / helmet and gloves to all workers employed for the work on mixing, cement,
lime mortars, concrete etc. and openings in water pipeline/sewer line.
Welders protective eye-shields to workers who are engaged in welding works.
Safety helmet and Safety harness/ belt Provide adequate sanitation/safety facilities for construction
workers to ensure the health and safety of the workers during construction, with effective provisions for
the basic facilities such as sanitation, drinking water and safety equipments or machinery.
All the workers should be wearing helmet and shoes all the time on site.
Masks and gloves should be worn whenever and wherever required.

Adequate drinking water facility should be provided at site, adequate number of decentralized latrines and
urinals to be provided for construction workers.
Full time workers ( if any with the approval of Engineer-in-Charge) residing on site should be provided with
clean and adequate temporary hutment.
First aid facility should also be provided.
Overhead lifting of heavy materials should be avoided. Barrow wheel and hand-lift boxes should be used
to transport materials onsite.
Tobacco and cigarette smoking should be prohibited onsite.
All dangerous parts of machinery are well guarded and all precautions for working on machinery are
taken. Maintain hoists and lifts, lifting machines, chains, ropes and other lifting tackles in good
condition. Provide safety net of adequate strength to arrest falling material down below.
Use of durable and reusable formwork systems to replace timber formwork and ensure that formwork
where used is properly maintained. Ensure that walking surfaces or boards at height are of sound
construction and are provided with safety rails and belts. Provide protective equipments such as helmets.
Provide measure to prevent fire. Fire extinguisher and buckets of sand to be provided in fire-prone area
and elsewhere.
Provide sufficient and suitable light for working during night to ensure that measures to protect workers
from materials of construction, transportation, storage and other dangers and health hazards are taken to
ensure that the construction firm/division/company have sound safety policies. Comply with the safety
procedure, norms and guidelines (as applicable) as outlined in NBC 2005 (BIS 2005).Adopt additional
best practices and prescribed norms as in NBC 2005 (BIS2005).
2.14 Identify roads on-site that would be used for vehicular traffic. Update vehicular roads (if these are
unpaved) by increasing the surface strength by improving particle size, shape and mineral type that make
up the surface base. Add surface gravel to reduce source of dust emission. Limit amount of fine particles
(smaller than 0.075mm) to 10 -20%. Limit vehicular speed on site 10km/h. Nothing extra will be payable
for this.
2.15 All material storages should be adequately covered and contained so that they are not exposed to
situations where winds on site could lead to dust/particulate emissions.
2.16 Spills of dirt or dusty materials shall be cleaned up promptly so the spilled material does not
become a source of fugitive dust and also to prevent of seepage of pollutant laden water into the ground
aquifers. When cleaning up the spill, ensure that the clean up process does not generate additional
dust. Similarly, spilled concrete slurries or liquid wastes should be contained/cleaned up immediately
before they can infiltrate into the soil/ground or runoff in nearby areas.
2.17
(i)
(ii)
(iii)
(iv)
2.18
(i)
(ii)
(iii)
(ii)

Ensure that water spraying is carried out by wetting the surface by spraying water on:
Any dusty material.
Areas where demolition work is carried out.
Any unpaved main-haul road and.
Areas where excavation or earth moving activities are to be carried out.
The contractor shall ensure the following:
Cover and enclose the site by providing dust screen, sheeting or netting to scaffold along the
perimeter of a building.
Covering stockpiles of dusty material with impervious sheeting.
Covering dusty load on vehicles by impervious sheeting before they leave the site.
Transferring, handling/storing dry loose materials like bulk cement and dry pulverized fly ash
inside a totally enclosed system.

Special conditions for GRIHA compliance for works:1. As per the project Agenda, it shall be our Endeavour to achieve 3 Star GRIHA rating for the
construction being taken up under this tender document for which the contractor shall be
responsible.
2. The contractor shall ensure that the following provisions are complied with during the construction
besides GCC provisions related to a) CPWD safety code b) Model rules and c) CPWD contractors
labour regulations.
2.1. Reduction in air pollution during construction by taking necessary measures. For example,
providing site barricading. Covering stock piles, covering bricks and loads of dusty materials,
carry out wheel washing of vehicles entering/exiting the site, sprinkle water on roads with
loose dust, cordoning of material stocking area and construction work area.
2.2. Efficient water use during construction.
2.3. Efficient reduction in waste during construction by segregating hazardous and inert waste and
such segregated waste shall be safely disposed off.
2.4. Smoking is strictly prohibited on site.
2.5. All the construction materials are properly stacked without only spillage and wastage.
3. No extra payment shall be made for all the operations described above and below such as
(i)

covering stock piles, covering bricks and loads of dusty materials, carrying-out wheel
washing of vehicles entering/exiting the site, sprinkling water on roads with loose dust,
cordoning of materials stacking area and construction work area. It may be noted that
the quoted rate covers the cost of these operations. In case the special conditions for
GRIHA compliances is not strictly followed during the execution of the work the fine
specified as below shall be levied for each activity per day of failure.

Sl. No.

Operations

Fine per day

1.

Covering stock piles in full or part

Rs.100 / day

2.

Covering bricks and loads of dusty materials in full or part.

Rs.100 / day

3.

Carry out wheel washing of vehicles entering/exiting the site in Rs. 350 / day
full or part

Sprinkler water on roads having loose dust in full or part.

5.

Cordoning of material stocking area and construction work Rs.100 / day


area in full or part.

Rs.270/ day

4. If the non compliance of GRIHA norms are observed for more than a week it shall be construed
that the agreement conditions are not performed by the Agency and action shall be taken as
deemed fit by the Engineer-in-Charge.

(v) Spills of dirt or dusty materials shall be cleaned up promptly so that the spilled material does not
become a source of fugitive dust and also to prevent seepage of pollutant laden water into the
ground aquifers. When cleaning up the spill, ensure that the clean-up process does not generate
additional dust. Similarly, spilled concrete slurries or liquid wastes should be contained / cleaned up
immediately before they can infiltrate into the soil/ground or runoff in nearby areas.
(vi) Clear vegetation only from areas where work will start right away.
2.19
Adopt measures to prevent air pollution in the vicinity of the site due to construction
activities. There is no standard reference for this. The best practices should be followed (as adopted
from international best practice documents and codes).
2.20 Provide safety barricading of site by drawing ribbon band along the site boundary, next to a road
or other public area.
2.21 The contractor shall provide experienced personnel with suitable training to ensure that these
methods are implemented. Prior to the commencement of any work, the method of working, plant
equipment and air pollution control system to be used on site should be made available for the inspection
and approval of the Engineer in-Charge to ensure that these are suitable for the project.
2.22 Employ measures to segregate the waste on-site into inert, chemical or hazardous wastes.
Recycle the unused chemical/hazardous wastes such as oil, paint, batteries and asbestos. As per GRIHA
LD(inert and Hazardous waste must be collected and storied separately from site. Proper training must
be given to all construction workers in order to train them to be able to handle different kind of waste on
site. In addition to segregating the inert and hazardous waste, it is also important to either reuse the
construction waste on site or safety dispose it off to designated agencies for recycling.
2.23 To preserve the existing landscape and protect it from degradation during the process of
construction. Select proper timing for construction activity to minimize the disturbance such as soil
pollution due to spilling of the construction material and its mixing with rainwater. The construction
management plan including soil erosion control management plan shall be prepared accordingly for each
month. The application of erosion control measures includes construction of gravel pits and tyre washing
bays of approved size and specification for all vehicular site entry/exits, protection of slopes greater than
10%. Sedimentation Collection System and run-off diversion systems shall be in place before the
commencement of construction activity. Preserve and protect the existing vegetation by not-disturbing or
damaging to specified site areas during construction.
2.24 The Contractor should follow the construction plan as proposed by the Engineer-in-charge
/ landscape consultant to minimize the site disturbance such as soil pollution due to spilling. Use staging
and spill prevention and control plan to restrict the spilling of the contaminating material on site.
2.25 Spill prevention and control plans should clearly state measures to stop the source of the spill.
Measures to contain the spill and measures to dispose the contaminated material and hazardous
wastes. It should also state the designation of personnel trained to prevent and control spills. Hazardous
wastes include pesticides, paints, cleaners and petroleum products.
2.26 A soil Erosion and Sedimentation Control Plan (ESCP) should be prepared prior to construction
and should be applied effectively.
2.27 The contractor shall prepare and submit Spill prevention and control plans before the start of
construction, clearly stating measures to stop the source of the spill, to contain the spill, to dispose the
contaminated material and hazardous wastes, and stating designation of personnel trained to
prevent and control spills. Hazardous wastes include pesticides, paints, cleaners, and petroleum
products.

2.28 The contractor shall ensure that no construction leaches (Ex: cement slurry) is allowed to
percolate into the ground. Adequate precautions are to be taken to safeguard against this including
reduction of wasteful curing processes, collection, basic filtering and reuse. The contractor shall follow
requisite measures for collecting drainage water run-off from construction areas and material storage
sites and diverting water flow away from such polluted areas. Temporary drainage channels, perimeter
dike/swale, etc. shall be constructed to carry the pollutant laden water directly to the treatment device or
facility (municipal sewer line).
2.29 All lighting installed by the contractor around the site and at the labour quarters during
construction shall be energy efficient fixtures as described by electrical consultant of the appropriate
illumination levels. This condition is a must, unless specifically prescribed otherwise.
2.30 All paints, adhesives and sealants should comply with the VOC limits prescribed as a Green
initiatives as follows:
Table 1- VOC limits for paints, adhesives and sealants
Paints
Non-flat paints

VOC Limit (g/l)


150

Adhesives
Wood flooring Adhesive

VOC Limit (g/l)


100

Flat (Mat) paints

50

Tile Adhesive

65

Anti-corrosive/anti- rust paints

250

Indoor Carpet Adhesive

50

Varnish

350

Wood

30

Lacquer

550

Stains Water Proofing sealer

250

2.31 All the building materials and systems used on site must be as per the specifications and
approved makes by the Engineer-In-Charge.
2.32 All required certificates explaining the properties of the building material/system needs to be
obtained from the manufacturer/vendor as required by the green building rating authority. The final
certificates would be produced after the approval of green building consultant with necessary due
diligence. The purchase orders of all the materials made with the manufacturers / authorized vendors
should be maintained and shall be provided for the process with due diligence upon request.
2.33

Water saving measures as suggested by the consultants need to be followed on site.

2.34 The contractor / subcontractor shall prepare and submit a Site Management Plan (SMP)
within 10 days of start, for approval by the Engineer in-charge. This SMP shall indicate the locations of
godown, stockpiles, barricading, waste storage, offices, vehicular movement routes etc. In short this SMP
would comprehensively represent how the site activities shall be managed conforming to GRIHA LD
guidelines. Contractor will be penalized @ Rs. 2000/- per day of delay on non-submission of SMP
beyond due date to be recovered from next RA bill.
2.35 Any other site management measures suggested by the Engineer-in-charge / green building
consultant shall be followed on site.

2.36 The contractor shall submit to the Engineer in-Charge after construction of the buildings, a
detailed as built quantification of the following within 10 days of recording of completion. Contractor will
be penalized @ Rs. 500 per day of delay in submission of detailed as built quantification.
(i)

Total materials used

(ii)
(iii)
(iv)
(v)
(vi)

Total waste generated,


Total waste reused,
Total water used,
Total electricity consumed, and
Total diesel consumed.

2.37

Evidence for the implementation of the all the above required measures shall be provided
to the Engineer-in-Charge in the form of photographs and templates as required which is required
for the submission to the green building rating authority (ADaRSH).

2.38

Nothing extra shall be payable for above provisions unless otherwise specified in Schedule
of Quantity.

**********

SECTION 3:
Modified Form
FORM OF PERFORMANCE SECURITY (GUARANTEE)
BANK GUARANTEE BOND
In consideration of the President of India (hereinafter called The Government) having
offered

to accept the terms and conditions of the proposed

agreement between.

and..(hereinafter called the said Contractor (s)) for


the work ...
(Hereinafter called the said agreement) having agreed to production of a irrevocable Bank
Guarantee for Rs. (Rupees only) as 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
(Indicate the name of the Bank)
undertake to pay to the Government an amount not exceeding

Rs.

(Rupeesonly ) on demand by the Government.


2.

We .do hereby under take to pay the amounts due and payable

under this Guarantee without any demure, merely on a demand from the Government stating
that the amount claimed is required to that recoveries due or likely to be due from the
contractor(s). Any such demand made on the Bank shall be conclusive as regard 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 therein under and the contractor(s) shall have no claim against us for making
such payment.

Wefurther agree that the guarantee herein


(indicate the name of the bank)

contained shall remain in full force and effect during the period that would be taken for the
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


(indicate the name of the Bank)

the Government 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


(Indicate the name of the Bank)

Guarantee except with 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 liabilities under this guarantee
restricted to Rs ___________ (Rupees______________ Only) and unless a claim in writing is
lodged with us within six months of the date of expiry or extended date of expiry or extended
date of expiry of this guarantee all our liabilities under this guarantee shall stand discharged.
Dated the ..day of ..for..(indicate the name of bank)

SECTION 4: PARTICULAR SPECIFICATION AND SPECIAL CONDITIONS FOR


CEMENT AND STEEL BROUGHT BY THE CONTRACTOR
CEMENT
4.1 The contractor shall procure 43 grade (conforming to IS:8112 Ordinary Portland as required in the
work, from reputed manufacturers of cement having a production capacity of one million tonnes per
annum or more such as ACC, Ultratech, Jaypee. Vikram, Shree Cement, Ambuja, Century Cement
and J. K. Cement or from any other reputed cement manufacturer having a production capacity
not less than one million tones per annum as approved by ADG, SSR I. 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 taken in 50kg 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 relevant BIS codes. In case test results indicate that the cement arranged
by the contractor does not conform to the relevant BIS codes, the same shall stand rejected and shall be
removed from the site by the contractor at his own cost within a weeks time of written order from the
Engineer-in-Charge to do so. Every fresh cement batch should be brought to site at least 30 days before
they are to be used / consumed in the work.
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 2 months requirement shall be constructed by
the contractor at site of work for which no extra payment shall be made. Double lock provision shall be
made to the door of cement godown. The keys of one lock shall remain with Engineer-in-Charge or his
authorized representative and keys 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 or his authorized representatives.
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 including its transportation cost to testing laboratories. The frequency and details of
the tests shall be decided by the Engineer-in-Charge depending on the quantum of supply in each batch.
The cost of tests shall be borne by the contractor / Department in the manner indicated below:
(a)

By the contractor, if the results show that the cement does not conform to the relevant BIS
codes.

(b)

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

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 the conditions laid therein.
In case the cement consumption is less than theoretical consumption including permissible variation,
recovery at rate so prescribed shall be made. In case of excess consumption no adjustment shall be
made. Cement brought to site and cement remaining unused after completion of work shall not be
removed from site without written permission of the Engineer-in-charge.
4.2 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 so within 3 days of receipt of such notice, the
Engineer-in-charge shall get it removed at the cost of the contractor.

4.3 The cement bags shall be stacked on proper floors consisting of two layers of dry bricks laid on well
consolidated earth at a level of at least one foot above ground. The stacks shall be in rows of 2 and 10
bags high with minimum of 0.6m clear. Bags should be placed horizontally continuous in each line. Actual
size / shape of go down shall be as per site requirement and nothing extra shall be paid on this account.
The decision of Engineer-in-charge regarding capacity shall be final.
4.4.Cement register for the cement shall be maintained at site. The account of daily receipts and issues of
cement shall be maintained in the register in the proforma prescribed and signed daily by contractor or his
authorized agent.
STEEL
4.5 The contractor shall procure TMT bars of Fe500 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. The TMT bars procured from primary producers shall conform to
manufacturers specifications.
The specifications of TMT bars procured from primary producers, shall meet the provisions of IS 1786:
2008 pertaining to Fe500 D grade of steel.
The contractor shall have to obtain and furnish test certificates to the Engineer-in-charge in respect of all
supplies of steel brought by him to the site of work.
Samples shall also be taken and got tested by the Engineer-in-charge as per the provisions in this regard
in 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 2.1 above, the same shall stand rejected, and it shall
be removed from the site of work by the contractor at his cost within a weeks time of written orders from
the Engineer-in-charge to do so.
The steel reinforcement bars shall be brought to the site in bulk supply of 10 tonnes or more or as decided
by the Engineer-in-Charge.
The steel reinforcement shall be stored by the contractor at site of work in such a way as to prevent
distortion and corrosion, and nothing extra shall be paid on this account. Bars of different sizes and
lengths shall be stored separately to facilitate easy counting and checking.
For checking nominal mass, tensile strength, bend test, re-bend test, etc., specimen of sufficient length
shall be cut from each size of the bar at random, and at frequency not less than that specified below:Size of bar

For consignment below 100 tonnes

For consignment over 100 tonnes

Under 10mm dia

One sample for each 25 tonnes or One sample for each 40 tonnes or part
part thereof
thereof

10 mm to 16mm dia

One sample for each 35 tonnes or One sample for each 45 tonnes or part
part thereof
thereof

Over 16 mm dia

One sample for each 45 tonnes or One sample for each 50 tonnes or part
part thereof
thereof

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 / Department in the manner
indicated below:

a)
By the contractor, if the results show that the steel does not conforms to relevant BIS
codes.
b)

By the Department, if the results show that the steel conforms to relevant BIS codes.

The actual issue and consumption of steel on work shall be regulated and proper accounts shall be
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 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 needs to
be made.
The steel brought to site and steel remaining unused shall not be removed from site without the written
permission of the Engineer-in-Charge.
For the purpose of payment, the actual weight of reinforcement steel shall be worked out as
below:
To arrive at unit weight for the purpose of payment three random samples each of 1meter length shall be
collected for each diameter of re-bar from every consignment received at site. Actual weight of three
specimens for each diameter shall be taken and average weight calculated and recorded. The average
weight so arrived at shall be compared with theoretical weight of that particular diameter of rebar. Actual
or theoretical weight whichever is less shall be considered for making payment for that consignment.
However final payment shall be made on the basis of weighted average of all the consignment. The
decision of the Engineer-in-charge as regards the random samples and average weight shall be final and
binding on the contractor and no claim of any kind shall be entertained in this regard.
GUARANTEE FOR ALUMINIUM WORK
The contractor shall be fully responsible for and shall guarantee proper design and performance of his
installed system for a period of 10 years from the date of completion of work.
The design and installation shall be to the best international standards and shall specially take account of
wind and seismic loads, storms, thermal stresses, building movements and the like.
In additional 10 year guarantee (to be furnished in non-judicial stamp paper of value Rs.100/-) in
prescribed Performa shall be given for performance of glazed units, anodizing, EPDM/silicon gaskets and
sealants. All the Guarantees shall be submitted before final payment and shall not in any way limit any
other rights to correct which the Employer may have under the Contract.
In addition 2%(two percent) of the cost of all the items under sub-head ALUMINIUM WORK, as mentioned
in schedule of quantities, shall be withheld from the bills towards guarantee as specified above. This
amount to be withheld towards guarantee shall be in addition to the other amounts to be withheld as
mentioned elsewhere in the contract agreement. However, half of this amount (withheld) would be
released after five years from the date of completion of the work, if the performance, as required, is
satisfactory. The remaining withheld amount shall be released after 10 years from the date of completion
of work, if the performance, as required, is satisfactory. If any defects is noticed during the guarantee
period, it shall be rectified by the contractor within seven days of issue of notice to the contractor,
temporarily, to the satisfaction of the CPWD / Client Department or any other authorized
representative of client department and within a period of one month the permanent rectification of the
defects/replacement of defective materials should be carried out by the contractor. If not attended to, the
same shall be got done through other agency at the risk and cost of the contractor and the cost, which
shall be final and binding on the contractor, shall be recovered from the amount withheld towards the
guarantee as mentioned above or any other amount due to the contractor. However, the amount withheld
as guarantee can be released in full, irrevocable bank guarantee, from a Schedule/Nationalized Banks, of
the same amount, for the guarantee period is submitted by the contractor in favour of CPWD. The
defects, if any, shall be rectified in a workmanlike manner, retaining the same aesthetics and other
functional parameters of the original work.

SECTION 5.0:
WORK

ADDITIONAL CONDITIONS AND PARTICULAR SPECIFICATIONS FOR

R.C.C.

(DESIGN MIX CONCRETE)


GENERAL:5.1
The RCC work shall be done with RMC of Design Mix Concrete, unless otherwise specified in the
nomenclature of items, wherever letter M has been indicated, the same shall imply for the Design Mix
Concrete. The Ready Mix Concrete shall be as per IS: 4926 and as per CPWD Specification and guide
lines. For the nominal mix in RCC, CPWD specification shall be followed. The Design Mix Concrete will be
designed based on the principles given in IS: 456, 10262 and SP 23. The contractor shall carry out design
mixes for each class of concrete indicating that the concrete ingredients and proportions will result in
concrete mix meeting requirements specified. The cement shall be actually weighed as presumption of
each bag having 50 kg shall not be allowed. In case of use of admixture, the mix shall be designed with
these ingredients as well. The specification mentioned herein below shall be followed for Design Mix
Concrete.
INGREDIENTS
i)

Coarse Aggregate: - As per CPWD Specifications


Fine Aggregate: - As per CPWD Specifications.
Water: - As per requirements laid down in IS 456-2000 and CPWD specifications.

8112.

Cement: Cement arranged by the contractor will be OPC (in bags) conforming to IS :

5.2
Admixture:- Type of Admixture shall be got approved from Engineer-in-Charge. Admixtures
of approved quality shall be mixed with concrete to achieve the desired workability within specified water
cement ratio. The admixture shall conform to IS: 9103. The chloride content in the admixture shall satisfy
the requirement of BS: 5075. The total amount of chlorides in the admixture mixed concrete shall also
satisfy the requirements of IS: 456-2000
5.3
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.
5.4
Grade of concrete:- The characteristic compressive strength of
shall be given as below :Sl.
No

(i)

Grade

Compressive

Designation

strength on 15cm
cubes min 7 days (
N/mm2)

M-25

As per Design
Mix report

Specified

various grades of concrete


Minimum

characteristic
cement content *
compressive strength (Kg per cum)
at 28 days (N/mm2)

Maximum
water cement ratio

25 + Characteristic 330 or As per As per IS code / As per


strength (as per IS
design mix
Design mix report
Code)
report approved
approved by the
whichever is
Engineer-in-Charge.
more

The Concrete mix will be designed for minimum workability as specified in para 7 of IS456-2000

WORKABILITY OF CONCRETE (UNLESS OTHERWISE SPECIFIED ELSEWHERE OR AS DECIDED


BY ENGINEER IN CHARGE.
Placing Conditions

Degree of

Slump (mm)

Workability
(1)

(2)

(3)

Lightly reinforced sections in slabs, beams,


walls, columns

Low

25-75

Heavily reinforced section in slabs, beams,


walls, columns.

Medium

50-100

Pumped concrete

Medium

75-100

5.5

The recommended values of slump for various members to confirm IS 456

5.6
In the designation of concrete mix letter M refers to the mix and the number to the specified
characteristic compressive strength of 15 cm Cube at 28 days expressed in N/mm2. It is specifically
highlighted that in addition to above requirement the maximum cement content of OPC for any grade shall
not exceed 430 kg/cum.
5.7
The concrete design mix with or without admixture will be carried out by the contractor and got
approved by any reputed NABL accredited laboratory as per direction of Engineer-In-Charge.
5.8
For such approval various ingredients for mix design as submitted by contractor shall be sent to
the lab / test houses through the Engineer-In-Charge of the project and got it tested in approved
laboratories as may be decided by the Engineer-in-charge. Sample of aggregate sent shall be preserved
at site by the department. For each different set of coarse aggregates & Fine aggregates, fresh design
shall be done and got approved by the Department. The admixture if used by contractor shall be at his
own cost without any extra payment.
5.9

* Note: The Cement content means ordinary Portland cement of 43 grade.

5.10 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 in approved Lab. by Engineer-InCharge shall be submitted by the contractor as per the direction of the Engineer in charge.
In case of failure of batching plant and site conditions warrants for smooth progress of work, RMC of
suitable design mix may be allowed with the written permission of Engineer-in-charge, and with no claim
of extra cost from the contractor.
5.11

APPROVAL OF DESIGN MIX

(i)

The mix design for a specified grade of concrete shall be done for a target mean
compressive strength Tck = Fck + 1.65s
Where Fck = Characteristic Compressive Strength at 28 days
s = Standard deviation which depends on degree of quality control.

(ii)

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 per IS relevant IS Standards/ Codes.

(iii)

Out 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.

5.12

CHARGES FOR DESIGN MIX

(i)

All cost of mix designing and testing connected therewith including charges payable to the
laboratory shall be borne by the contractor.

5.13

DESIGN MIX CONCRETE FROM FULLY AUTOMATIC COMPUTERISED CONCRETE


BATCHING AND MIXING PLANT

(i)

Proportioning Concrete
In proportioning cement concrete, the quantity of both cement and aggregates shall be
determined by weight. The cement shall be weighed separately from the aggregates. Water shall
either be measured by volume in calibrated tanks or weighed. All measuring equipment shall be
maintained in a clean and serviceable condition. The amount of mixing water shall be adjusted to
compensate for moisture content in both coarse and fine aggregates. The moisture content of
aggregates shall be determined in accordance with IS : 2386 (Part III). Suitable adjustments shall
also be made in the weights of aggregates to allow for the variation in weight of aggregates due to
variation in moisture content.
PRODUCTION OF CONCRETE
The concrete shall be RMC .produced in a central batching and mixing plant with, computerized
printing for contents and admixture dosage. The batching plant shall be fully automatic. Automatic
batcher shall be charged by devices which, when actuated by a Single starter switch will
automatically start the weighing operation of each material and stop automatically, when the
designated weight of each material has been reached. The batching plant shall have automatic
arrangement for dispensing the admixture and shall also be capable of discharging water in more
than one stage. A print out from the batching plant for every lot shall be submitted. A batching
plant essentially shall consist of the following components: Separate storage bins for different
sizes of aggregates, silo for cement; and water storage tank.
Batching equipment
Mixers
Control panels
Mechanical material feeding and elevating arrangements
The Contractor shall arrange for inspection of automatic batching plant within seven days of issue
of letter of award to facilitate inspection and approval of same by Engineer-In-Charge. Nothing
extra will be paid for this.
The compartments of storage bins for aggregates shall be approximately of equal size. The
cement compartment shall be centrally located in the batching plant. It shall be watertight and
provided with necessary air vent, aeration fittings for proper flow of cement & emergency cement
cut off gate. The aggregate and sand shall be charged by power operated centrally revolving
chute. The entire plant from mixer floor upward shall be enclosed and insulated. The batch bins
shall be constructed so as to pass by self-cleansing during drawdown. The batch bins shall in
general conform to the requirements of IS :4925.
The batching equipment shall be capable of determining and controlling the prescribed amounts
of various constituent materials for concrete accurately i.e. water, cement, sand, individual size of
coarse aggregates etc. The accuracy of the measuring devices shall fall within the following limits.

5.14

Measurement of Cement

2% of the quantity of cement in each batch

Measurement of Water

3% of the quantity of water in each batch

Measurement of Aggregate

3% of the quantity of aggregate in each batch

Measurement of Admixture

3% of the quantity of admixture in each batch

MIXING CONCRETE

The mixer in the batching plant shall be so arranged that mixing action in the mixers can be observed from
the operators station. The mixer shall be equipped with a mechanically or electrically operated timing,
signaling and metering device which will indicate and assure completion of the required mixing period.
The mixer shall have all other components as specified in IS: 4925.
5.15

TRANSPORTATION, PLACING AND COMPACTION OF CONCRETE

(i) Mixed concrete from the batching plant shall be transported to the point of placement by transit mixers
or through concrete pumps or steel closed bottom buckets capable of carrying 6 cum concrete. In case
the concrete is proposed to be transported by transit mixer, the mixer speed shall not be less than 4 rev/
min. of the drum nor greater than a speed resulting in a peripheral velocity of the drum as 70 m / minute at
its largest diameter. The agitating speed of the agitator shall be not less than 2 rev / min. nor more than 6
rev / min. of the drum. The number of revolutions of the mixing drum or blades at mixing speed shall be
between 70 to 100 revolutions for a uniform mix, after all ingredients, have been charged into the
drum. Unless tempering water is added, all rotation after 100 revolutions shall be at agitating speed of 2
to 6 rev / min. and the number of such rotations shall not exceed 250. The general construction of transit
mixer and other requirements shall conform to IS : 5892.
(ii) In case concrete is to be transported by pumping, the conduit shall be primed by pumping a batch of
mortar / thick cement slurry through the line to lubricate it. Once the pumping is started, it shall not be
interrupted (if at all possible) as concrete standing idle in the line is liable to cause a plug. The operator
shall ensure that some concrete is always there in the pump-receiving hopper during operation. The lines
shall always be maintained clean and shall be free of dents.
(iii) Materials for pumped concrete shall be batched consistently and uniformly. Maximum size of
aggregate shall not exceed one-third of the internal diameter of the pipe. Grading of aggregate shall be
continuous and shall have sufficient ultra fine materials (materials finer than 0.25mm). Proportion of fine
aggregates passing through 0.25mm shall be between15 & 30% and that passing through 0.125 mm
sieve shall not be less than 5% of the total volume of aggregate. When pumping long distances and
through hot weather, set- retarding admixtures may be used. Admixtures to improve workability can be
added. Suitability of concrete shall be through pumping shall be verified by trial mixes and by performing
pumping tests.
5.16 PREPARATION OF MIXES AS PER APPROVED DESIGN MIX AND CONDUCTING
CONFIRMATORY TEST AT FIELD LAB.
(i)
The contractor shall make the cubes of trial mixes as per approved Mix design at site laboratory
for all grades, in presence of Engineer in charge using sample of approved materials proposed to be used
in the work prior to commencement of concreting and get them tested in his presence to his entire
satisfaction for 7 days and 28 days. Test cubes shall be taken from trial mixes as follows.
For each mix, a set of six cubes shall be made from each of the three consecutive batches. Three
cubes from each set of six shall be tested at age of 7 days and remaining three cubes at age of 28 days.
The cubes shall be made, cured, transported and tested strictly in accordance with specifications. The

average strength of nine cubes at age of 28 days shall exceed the specified target mean strength for
which design mix has been approved , the evaluation of test results will be done as per IS : 456-2000.
5.17

WORK STRENGTH TEST

TEST SPECIMEN
Work strength test shall be conducted in accordance with IS: 516 on random sampling. Each test shall be
conducted on six specimen, three of which shall be tested at 7 days and remaining three at 28 days.
Additional samples shall be prepared, if required, as per direction of Engineer in charge for testing
samples cured by accelerated method as described in IS : 9103.
TEST RESULTS OF SAMPLE
The test results of the sample shall be the average of the strength of three specimens. 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 tests shall be done at the laboratory established at site by the contractor and
remaining 10% in the laboratory of Government Engineering colleges, or in any other approved laboratory
as directed by the Engineer-in-charge.
5.18

STANDARD FOR ACCEPTANCE

i)

Standard of acceptance shall be same as specified in clause 16 of IS 456-2000.

ii)
In order to keep the floor finish as per direction of Engineer-in-charge and as per Architectural
drawings and to provide required thickness of the flooring as per specification, the level of top surface of
RCC shall be accordingly adjusted at the time of its centering, shuttering and casting for which nothing
extra shall be paid to the contractor.
5.19

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.
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.
Velocity criterion for Concrete Quality Grading.
Sl. No.

Pulse velocity by Cross Probing

Concrete Quality Grading

(km/sec)
1

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)
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.
iv)
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.
v)
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 Modified 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.
5.20

MEASUREMENT
As per CPWD specifications.

5.21

TOLERANCES
As per CPWD specifications

5.22

RATE :

i) The rate includes the cost of materials and labour involved in all the operations described above
except for the cost of centering, shuttering and reinforcement, which will be paid separately.
ii)
In case of actual average compressive , strength being less than specified strength which shall
be governed by Para Standard of Acceptance as above the rate payable shall be worked out
accordingly on the basis of analysis.
iii)
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 tests (like
cutting cores, ultrasonic pulse velocity test, load test 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 and reduced rates shall be regulated in accordance with
Para 5.4.13 of Revised CPWD specification 2009, Vol.-I.
iv)
As per general engineering practice, level of floors in toilet / bath, balconies, shall be kept 12 to
20mm or as required, lower than general floors shuttering should be adjusted accordingly. The landing
level of mumti / Staircase cabin shall be Kept one riser level higher than adjoining slab level so as to
accommodate water proofing treatment over terrace slab. In case of kitchen slab the portion of floor trap
below kitchen platform be kept at lower level as per drawings. Nothing extra is payable on this account.

v)
For the execution of centering and shuttering, the contractor shall use propriety Reebole
chemical mould release agent of FOSROC or equivalent as shuttering oil as approved by Engineer-incharge and nothing extra shall be paid on this account.
5.23

COVER/SPACER BLOCK

The contractor shall provide approved type of support for maintaining the bars in position and
ensuring required spacing and correct cover of concrete to reinforcement as called for in the drawings,
spacer blocks of required shape and size. Chairs and spacer bars shall be used in order to ensure
accurate positioning of reinforcement. Spacer blocks shall be cast well in advance with approved
proprietary pre-packed free flowing mortars (Conbextra as manufactured by M/S Fosroc Chemicals India
Ltd. Or equivalent as approved by the Engineer-in-charge at his discretion) of high early strength and
same colour as surrounding concrete, Pre-cast cement mortar/concrete blocks/blocks of polymer shall not
be used as spacer blocks unless specially approved by the Engineer-in-charge, rate of RCC items is
inclusive of cost of such cover blocks.

SECTION 6.0

STAINLESS STEEL HAND RAIL

i)
Providing, fabricating and fixing in position welded built up section using stainless steel
section/pipes and connecting plates, of Grade S.S 304 (SS 316 Grade shall be used for exterior
applications) and of required diameter & thickness as per the Engineer-in-charge and Drawings and
details, at the junctions of doors, on walls, other locations as directed etc. including cutting, welding,
grinding, bending to required profile and shape, finish, hoisting, buffing and polishing, cutting chase /
embedding in RCC / Masonry, fixing using stainless steel screws, nuts, bolts and washers or stainless
steel fasteners as required to make it rigidly fixed & stable and making good the plaster/ flooring etc. all
complete, at all floors and all levels as directed by the Engineer-in Charge. Prototype samples to be
approved by Engineer-in-charge before mass fabrication.
ii)
Rate includes cost of all inputs of materials, labour, T&P, etc. involved in the work and all
incidental charges to execute this item. However, for the purpose of payment only the actual weight of the
stainless pipes and stainless steel plates provided and fixed shall be measured in kg.

SECTION 7.0 : PARTICULAR SPECIFICATION AND ADDITIONAL CONDITIONS FOR WATER


PROOFING WORK
The work shall be got executed as per CPWD Specifications and as per the manufacturers specification
through specialized agency as approved by the Engineer-in-Charge.
The contractor shall furnish the following particulars immediately after the issue of letter of acceptance by
the Department.
The name of the specialized firm.
The trade names of the product, which would be used.
List of works where the treatment has been used.
Quantity of chlorides and sulphides used in the product.
GUARANTEE FOR WATER PROOFING TREATMENT
The contractor shall be fully responsible for and shall guarantee proper performance of the entire
waterproofing system for a period of 10 (Ten) years from the final completion of works. In addition, specific
10 years written guarantee (to be furnished in a non-judicial stamp paper of value not less than Rs.100/-)
in approved proforma shall be submitted for the performance of the system, before final payment and shall
not in any way limit any other rights the Employer may have under the contract .Guarantee for water
proofing shall comprises of all the items described above in particular specification.
All water-proofing work shall be carried out through approved specialist agency as per method of
working approved by the Engineer-in-charge. However the Contractors shall be solely responsible for
waterproofing treatment until the expiry of the above guarantee period.
Ten years guarantee in prescribed proforma attached shall be given by the contractor for the water
proofing treatment. Towards that 10% (ten percent) of the cost of these items of water proofing under this
sub head shall be retained as guarantee to watch the performance of the work executed. However, half of
this amount (withheld) would be released after five years from the date of completion of the work, if the
performance of the waterproofing works is satisfactory. The remaining withheld amount shall be released
after completion of ten years from the date of completion of work, if the performance of the waterproofing
work is satisfactory. If any defect is noticed during the guarantee period, it should be rectified by the
contractor within seven days of issuing of notice by the Engineer-in-Charge and, if not attended to,
the same shall be got done through other agency at the risk and cost of the contractor and recovery shall
be effected from the amount retained towards guarantee. In any case, the contractor and the specialist
agency, during the guarantee period, shall inspect and examine the treatment once in every year and
make good any defect observed and confirm the same in writing. The security deposit can be released in
full, if bank guarantee of equivalent amount, valid for the duration of guarantee period, is produced and
deposited with the Department.

GUARANTEE TO BE EXECUTED BY CONTRACTOR FOR REMOVAL OF DEFECTS AFTER


COMPLETION OF WORK IN RESPECT OF WATER PROOFING WORKS.
This agreement made this

day of two thousand and between

(Name of the contractor, hereinafter call 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 where by 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 / leak proof for ten years from the date of completion of the total project.
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 from the date completion of work.
Provided that the Guarantor will not be responsible for leakage caused by earthquakes or structural
defects or misuse of roof or alterations and for such purpose
a)
Misuse of roof shall mean by operation, which will damage roofing 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 roof or construction adjoining
to existing roof, where by roofing treatment is removed in parts.
The decision of the Engineer-in-Charge with regard to cause of leakage shall be final.
During this period of guarantee, the Guarantor shall make good all defects and in case of any defects
being found, render the building water proof at his own cost, to the satisfaction of the Engineer-in- Charge
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 Department through 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 is the Guarantor fails to execute the necessary rectification or commits breach there under then the
Guarantor will indemnify the Principal and his successors against all loss, damage, cost expense or
otherwise which may be incurred by him by reasons of any default on the part of GUARANTOR in
performance and observance of this supplementary agreement. As to the amount of loss and / or damage
and / or cost incurred by the Government, the decision of the Engineer-in-Charge will be final and binding
on the parties.

In witness where of these presents has been executed by the Obligator _____________ and
by
_____________________________
and for and on behalf of the PRESIDENT OF INDIA on the day
month and year first above written.

Signed, sealed and delivered by (OBLIGOR) in the presence of:


1.
2.

Signed for and on behalf of THE PRESIDENT OF INDIA BY_______________________


presence of:
1.
2.

in the

SECTION 8.0: ADDITIONAL SPECIFICATIONS


8.1

CLASSIFICATION OF SOILS FOR EARTH WORK IN EXCAVATION

8.1.1 The earth work shall be classified under the following categories and measured separately for
each category
(a) All kinds of soils: Generally any strata, such as sand, gravel, loam, clay, mud, black cotton moorum,
shingle, river or nallah bed boulders, siding of roads, paths etc. and hard core, macadam surface of any
description (water bound, grouted tarmac etc.), lime concrete, mud concrete and their mixtures which for
excavation yields to application of picks, showels, jumper, scarifiers, ripper and other manual digging
implements.
(b) Ordinary rock: Generally any rock which can be excavated by splitting with crow bars or picks and
does not require blasting, wedging or similar means for excavation such as lime stone, sand stone, hard
laterite, hard conglomerate and unreinforced cement concrete below ground level.
If required light blasting may be resorted to for loosening the materials but this will not in any way
entitle the material to be classified as Hard rock.
(c) Hard rock: Generally any rock or boulder for the excavation of which blasting is required such as
quartzite, granite, basalt, reinforced cement concrete (reinforcement to be cut through but not separated
from concrete) below ground level and the like.
8.2

CONDITIONS FOR WATER:

The contractor shall make his own arrangement for providing water for construction and drinking purpose.
Water charges shall not be recovered on account of it. Contractor shall get the water tested from any
laboratory approved by the Engineer-in-charge at regular interval as per the CPWD specifications 2009.
All expenses towards collection of samples, packing transportation except testing charges etc. shall be
borne by the contractor.
8.3

FORM WORK

8.3.1

The work shall be done in general as per CPWD Specifications.

8.3.2 Only M.S. Centering/shuttering and scaffolding material unless & otherwise specified shall be used
for all R.C.C. work to give an even finish of concrete surface. However, marine-ply shuttering in
exceptional cases as per site requirement may be used on specific request from contractor to be
approved by the Engineer-in-charge.
8.3.3. Double steel scaffolding having two sets of vertical supports shall be provided for external wall
finish, cladding etc. The supports shall be sound and strong, tied together with horizontal pieces over
which scaffolding platform shall be fixed. Scaffolding shall have steel staircase for inspection works at
upper levels.
8.3.5 In order to keep the floor finish as per architectural drawings and to provide required thickness of the
flooring as per specifications, the level of top surface of RCC shall be accordingly adjusted at the time of
its centring, shuttering and casting for which nothing extra shall be paid to the Contractor.
8.3.6. As per general engineering practice, level of floors in toilets/bath, balconies, shall be kept 20mm
lower than general floor as required. Shuttering should be adjusted accordingly. Nothing extra is payable
on this account.

Steel shuttering as approved by the Engineer-in-charge shall be used by the contractor. Minimum
size of shuttering plates shall be 600mm x 900mm except for the case when closing pieces required to
complete the shuttering panels. Dented, broken, cracked, twisted or rusted shuttering plates shall not be
allowed to be used on the work.
The shuttering plates shall be cleaned properly with electrically driven sanders to remove any
cement slurry or cement mortar or rust. Proper shuttering oil or de-bonding compound shall be applied on
the surface of the shuttering plates in the requisite quantity before assembly of steel reinforcement.
8.3.7. For the execution of centring and shuttering, the contractor shall use propriety Reebole chemical
mould release agent of FOSROC or equivalent as shuttering oil as approved by Engineer-in-charge and
nothing extra shall be paid on this account.
8.3.8. Concreting of upper floor shall not be done until concrete of lower floor has set at least for 14 days
but form work and reinforcement can be taken up after the concrete has set at least for three days.
8.4.

STONE WORK

8.4.1

The execution of stone work shall be in general as per CPWD Specifications.

8.4.2 All exposed surface of stone are to be fine chisel hand dressed/gang-saw cut/hammer dressed as
per item.
8.4.3 The types of stones proposed, but not limited to, for the scope of work are:
Hard Granite.
8.4.4. All the stones shall be natural stone, compact, hard and resistant to water absorption. All stones
shall be consistent in colour, texture, grain and mineral composition. Any variations in the inherent
characteristics of the stone and of the quarry from where it is sourced shall be specifically brought to the
notice of the Engineer-in-charge for decision. Each finished stone panel/sill/cornices etc. shall be free
from weathering, decolorization and defects(ie. Vents, cracks, holes, seams, fissures etc.) which are liable
to affect the physical properties, durability and the appearance of its intended use.
8.4.5. Samples of each item of stone work either individually or in combination shall be prepared for
approval of Engineer-in-charge before commencement of work. Sample stone shall be clearly marked
indicating stone type, quarry name, selection grade and location reference along with confirmation of
acceptance by the Engineer-in-charge. The stones shall illustrate the accepted range of colour, texture
and finish of the stones as approved by the Engineer-in-charge.
8.4.6. The sample stone shall remain at the designation place till ordered to be removed by engineer in
charge and shall be the reference point for quality check.
8.4.7. Inspection or any other action by the Engineer-in-charge shall not be taken as approved until it is
confirmed in writing.
8.4.8. Contractor either on the basis of the drawing/shop drawing shall prepare a full panel mock up at the
location direction by the Engineer-in-charge inclusive of all the necessary anchorage, joining, accessories
etc. complete including modifications as directed, if any, prior to the actual commencement of work.
8.4.9. Every stone shall be cut to the required size and shape, so as to be free from any waviness and to
give truly vertical and horizontal joints. In stone work (other than cladding/veneering), the faces that are to
remain exposed in the final position and the adjoining faces to depth of 6 mm shall be fine chisel hand
dressed unless otherwise specifically mentioned so that when checked with a 60 cm straight edge no
point varies from it by more than 1 mm. The top and bottom faces that are to form the bed joints shall be
chisel dressed so that variation from a 60 cm straight edge at no point exceeds 3 mm. Faces which are to
form the vertical joints should be chisel dressed so that variation at any point with 60 cm straight edge
does not exceed 6 mm. Any vertical face that is to come against backing of brick/stone masonry/RCC/CC
shall be dressed such that variation from a straight edge does not exceed 10 mm. All angles and edges
that are to remain exposed in the final position shall be true, square and free from chippings.

8.4.10. Exposed face for cladding (Veneering) work shall be gang-saw cut unless specified otherwise in
the nomenclature of item. The vertical face that is to come against backing of masonry shall not be
dressed so as to ensure better grip with the backing. The dressed stone shall be of the thickness, as
specified, with permissible tolerance of + 2 mm.
8.4.11. All holes, rebates, recessed, etc. for providing fixing and inserts shall be pre-drilled and worked
using precision machine tools. The working on various stones to suit the requirements in building may be
allowed to be carried outside the site campus by the Engineer-in-charge on the request of Contractor
without asking for any extra cost on this account. The contractor is to supply list of equipments, tool,
precision tools for stone work, cladding on circular columns, etc.
8.4.12. Bond stone shall be bonded as a course in the brick-work. The nitch to hold the vertical stone shall
be carefully made to precise sizes as indicated on detailed drawings. Bond stone shall extend towards
inside as shown in drawings. Bond stone used in sills shall be fine chiseled/ polished as per item, to slope
on outside as indicated on detailed drawings.
8.4.13. Sequence of execution for cladding work shall be suggested by the contractor for approval of
Engineer-in-charge.
8.4.14. The cladding stone shall be secured to the R C C surfaces by means of stainless steel cramps and
pins of the specified sizes. The cramps and the pins shall be laid in cement mortar 1:2 (1 cement :2 fine
sand). A proposal for fixing arrangement shall be submitted by the contractor to the Engineer-in-charge for
his approval.
8.4.15. Anchor bolts and other mechanical fixing devices which will show on the face of the stones shall
not be permissible unless and otherwise specifically mentioned.
8.4.16. Whenever necessary jib crane or other mechanical appliances shall be used to hoist the heavy
pieces of stones and place these into correct positions, care being taken that the corners of the stone are
not damaged. Stones shall be covered with gunny bags, before trying chain or rope is passed over it, and
it shall be handled carefully. No piece which has been damaged shall be used in work.
8.4.17. The contractor shall only employ experienced and specialized workmen for carrying out the stone
work. It is the sole responsibility of the contractor to provide and fix the stone securely and to ensure that
no stone shall fall and/or get disturbed from its position after fixing.
8.4.18.The stone work shall include making necessary joints, recesses / notches / holes / grooves etc. to
anchor cladding stones, accommodate stainless steel cramps/ pin, to house wooden rough ground, socket
outlet boxes, trunking for cables, etc. for which nothing extra is payable to the contractor. However, cost of
stainless steel cramps, pins metallic channels for cable trunking, wooden rough ground, dash-fasteners
are to be paid for separately.
8.4.19.Stone jalis shall be supplied and fixed as per the Architect drawing. It shall be fixed in grooves /
rebates etc to adjoining Stone work / Brick work /RCC as shown in the drawing or as directed by
Engineer-in-charge. Necessary sample for the same shall be got approved from the Engineer-in-charge
before execution. The breakage of stone jali during fixing shall be the responsibilities of the contractor and
replacement shall be provided at his risk and cost.

8.5. STAINLESS STEEL CRAMPS & SILICON COATING


8.5.1 The size & shape of the cramps shall be as per drawing and as per directions of Engineer-in-charge.
The samples of steel cramps should be got approved in advance before starting the stone cladding work.
8.5.2. The sample of silicone water base repellent should be got approved from Engineer-in-charge before
starting the execution. The silicone based water repellents to be used for application shall confirm to the
as per Manufactures specification as approved by Engineer-in-charge. Silicone coating shall preferably
be applied in two coats working from top to bottom area by low pressure spray equipment ( 3-10 Kg/sqm).
An interval of 2 to 3 hours between the coats shall be given. In case of coatings to be applied by brush, a
wide fine hair brush shall be used. The rate shall includes cost of material, labour and all operations as
above.
8.6

FLOORING

8.6.1. All the work in general shall be carried out as per CPWD Specifications 2009.
8.6.2 The ceramic tiles shall be as specified in the item. The tiles shall be of specified colours as shown
in the drawings and will be laid in pattern as per architectural drawings. Nothing extra shall be paid for
laying tiles in specific pattern. The tiles shall be of first quality of approved make.
8.6.3. Proper gradient shall be given to flooring for toilets, verandah, kitchen, courtyard etc. so that the
wash water flows towards the direction of floor trap. Any reverse slop if found, these shall be made good
by the contractor by ripping open the floor/grading concrete and nothing extra shall be paid for such
rectifications.
8.6.4. The flooring and skirting will be executed as per pattern shown in the Architectural drawings and as
per approval of Engineer-in-Charge.
8.7. Stone flooring: All work in general shall be carried out as per CPWD Specifications 2009.
8.7.1 Whenever flooring is to be done in patterns of stones, the contractor shall get samples of each
pattern laid and approved by the Engineer-in-charge before final laying of such flooring. Nothing extra
shall be payable on this account.
i) The samples shall not be of a size less than 600mm x 600mm or as required by Engineer in Charge.
ii) The sample produced shall be fully supported by the details of location/quarry and the same shall not
be removed except with the written permission of Engineer-in-Charge.
Samples for Flame burnt/finish granite shall be produced separately. Flame burning shall be carried out
after the selection of the basic granite sample. Flame burning shall be uniform and with a uniform texture
across the entire surface of the slab.
The Flame burning of the stone slab shall be inspected by the Engineer in Charge as and when found
necessary and full support for the inspection shall be provided.
Full width stone over kitchen platform shall be provided except to adjust for closing pieces.The marble/any
stone flooring in treads and risers of stair case is to be laid in single piece. Nothing extra shall be paid on
these accounts.
8.7.2. 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 proper gradient shall be given to flooring for toilets,
verandah, kitchen, courtyard, etc. as per the directions of Engineer-in-charge.

8.7.3. The rate of item of marble/ Kota stone flooring is inclusive of providing patters of required oblong
shaped pattern with combination of both and nothing extra will be paid on this account. However the
overall kota stone flooring is measured first after its laying and thereafter necessary cutting is made to
insert Jaisalmeer marble in pattern as per architectural drawings and the marble shall be measured as per
actual measurement and as per rate quoted. Nothing extra will be paid on this account. However any
specific flower pattern is given the payment shall be made for the same by measuring the full dimension of
Jaisalmeer marble.
8.8. WOOD WORK
8.8.1

The wood work in general shall be carried out as per CPWD Specifications 2009.

i)

The samples of species of timber to be used shall be deposited by the contractor with the
Engineer in Charge before commencement of the work. The contractor shall produce cash
vouchers and certificates from standard kiln seasoning plant operator about the timber to be
used on the work having been kiln seasoned by them, failing which it would not be accepted as
kiln seasoned.

ii)

Specified timber shall be of good quality and well seasoned. It shall have uniform colour,
reasonably straight grains and shall be free from knots, cracks, shakes and sapwood.

iii)

Wood work shall not be painted, oiled or otherwise treated before it has been approved by the
Engineer-in-Charge

iv)

All portion of timber including architrave abutting against masonry concrete stone or embedded in
ground shall be painted with approved wood preservative or with boiling coal tar.

v)

All fittings and fixtures shall be got approved from the Engineer-in-Charge before procurement
well in advance and the approved samples shall be kept at site till completion of the work.

8.8.2 Factory made wooden shutter, as specified shall be obtained from factories to be approved by the
Engineer in Charge shall conform to relevant IS Code. The contractor shall inform well in advance to the
Engineer in Charge the names and address of the factory where from the contractor intends to get the
shutters manufactured. The contractor will place order for manufacturing of shutters only after written
approval of the Engineer in Charge in this regard is given. The contractor is bound to a Tender by the
decision of the Engineer in Charge and recommends 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 they meet the specified tests. The contractor will also
arrange stage wise inspection of the shutters at factory by the Engineer in Charge or his authorized
representative. The contractor will have no claim if the shutters brought at site are rejected by the
Engineer in Charge in part or in full lot due to bad workmanship/quality. Such shutters will not be
measured and paid. The contractor shall remove the same from the site of work within 7 days after the
written instructions in this regard are issued by the Engineer in Charge.
i)

The shutters should be brought at site without primer / painting.

ii)

Inspection of shutters shall be carried out for dimensions & tolerances, size & type
construction & workmanship, finish & glazing at the following frequency: -

general

Lot Size

ii)

Sample Size

Permissible
number
defectiveness

Upto 25

26 to 50

51 to 100

101 to 150

13

151 to 300

20

301 to 500

32

501 to 1000

50

1001 & above

80

of

Criteria for conformity

Any sample shutter failing in any one or more of the requirements inspected for as above shall be
considered as defective. A lot shall be considered as having satisfied the requirements of the standard if
the number of defective shutters in the sample does not exceed the corresponding permissible number of
defectiveness given above.
iv) Testing The shutters shall be tested for species seasoning & treatment, defects in the timber,
panel material, construction & workmanship in the approved Govt. Laboratory at the frequency mentioned
in CPWD specification: If shutters are found defective in any one of the criterion double the shutter shall be tested & if found
permissible can be accepted. If shutter is found defective in more than one criterion, the whole lot shall be
rejected.
v)

Finish

a)

All components of door shutter shall have smooth finish.

b)

Panels of the door shutters shall be flat and well sanded to a smooth and level Surface.

c)

All the surfaces of door shutters which are required to be painted or polished or varnished shall be
got approved from the Engineer In Charge before applying protective coat of primer, polish or
varnish.

8.8.3

Specification for Stainless Steel Fitting for Doors and windows/ ventilators.

a)

The stainless steel fittings and fixtures shall be machine made and free of fabrication marks,
residual effects of welding /riveting etc.

b)

The fitting shall be finished in a Satin fish (brushed finish-satins commercial purpose) except
wherever specified otherwise. The brush effect shall be uniform and without any variations.

c)

Irrespective of the stipulations contained above, the contractor shall produce samples for all the
fitting in advance and a written approval for the chosen sample shall be obtained form the
Engineer-in-Charge. The decision of the Engineer-in-Charge in respect of the specification,
quality and make of fitting to be used at site shall be final and binding on the contractor. Nothing
extra shall be payable on this account.

d)

All the fittings shall provided with all such accessories as are required to complete the item in
working condition whether specifically mentioned or not in the schedule of quantities, specification
& elsewhere in this tender document. The quoted rates shall be deemed to be all inclusive for a
complete item fit for use including all material. Labour, T & P, Specials, fixing arrangements, nuts,
bolts, screws, bushes, all required connection pieces etc. as well as making good the surface
wherever required

e)

All the accessories including brackets, nuts, bolts, screws, bushes etc. shall be of the quality and
make specified by the manufacture of the fitting.

f)

All the fitting shall be got fixed through the authorized Fixing Agency on the approved list of
manufacturer of fitting. The said Fixing Agency shall be got approved from the Engineer-inCharge before start of fixing at site.

g)

All the fitting including accessories shall be accompanied with certificate of origin and
representative test certificate of conformance with relevant code form the manufacturer with
each lot supply. The test certificate should clearly indicate the lot numbers of the supplied fittings.

8.9.

FINISHING

8.9.1. The work shall be carried out as per CPWD specifications.


The Primer, Synthetic Enamel paint, distemper etc., of makes as approved by the Engineer in charge and
of low VOC, shall only be used and brought to the site of, work in the original sealed containers. The
material brought to the site of work shall be sufficient for at least 60 days of work. The material shall be
kept under the joint custody of contractor and representative of the Engineer-in-Charge. The empty
containers shall not be removed from the site till the completion of the work without permission of the
Engineer-in-Charge.
8.10.

WATER SUPPLY, INSTALLATIONS AND DRAINAGE

8.10.1.The contractor shall furnish all labour, materials and equipment, transportation and incidental
necessary for supply, installation, testing and commissioning of the complete Plumbing / system as
described in the Specifications and as shown on the drawings. This also includes any material,
equipment, appliances and incidental work not specifically mentioned herein or noted on the
Drawings/Documents as being furnished or installed, but which are necessary and customary to be
performed under this contract.
The Plumbing / System shall comprise of following:
a.

Fixtures and Fittings.

b.

Internal and External Water Supply.

Internal and External Drainage

Approval from Local Authorities

Balancing, testing & commissioning.

Test reports and completion drawings

8.10.2 The contractor shall procure and install all pipes, Sockets /Nipples including shut-off valve etc for
mounting sensors/transmitters for the interface to Building Automation System.
8.10.3 The contractor shall ensure that senior and experienced plumbers are assigned exclusively for
this work. Such plumber(s) should have valid license from the local authorities. The project management
shall be done through modern technique. For quality control & monitoring of workmanship, contractor shall
assign at least one engineer who would be exclusively responsible for ensuring strict quality control,
adherence to specifications and ensuring top class workmanship for the installation.

8.10.4 The work shall be in conformity with the Bye-laws, Regulations and Standards of the local
authorities concerned. But if these Specifications and Drawings call for a higher standard of materials and
/ or workmanship than those required by any of the above regulations and standards, then these
Specifications and Drawings shall take precedence over the said regulations and standards. However, if
the Drawings and specifications require something which violates the Bye-laws and Regulations, then the
Bye-laws and Regulations shall govern the requirement of this installation.
8.10.5 The contractor shall obtain all permits/ licenses and pay for any and all fees required for the
inspection, approval and commissioning of their installation. However, all receipted amount shall be
reimbursed on production of proof of payment.
8.10.6 The Plumbing / Drawings given by the Engineer In-Charge or issued with tenders are
diagrammatic only and indicate arrangement of various systems and the extent of work covered in the
contract. These Drawings indicate the points of supply and of termination of services and broadly suggest
the routes to be followed. Under no circumstances shall dimensions be scaled from these Drawings. The
contractor shall follow these drawings in preparation of his shop drawings, and for subsequent installation
work.
8.10.7.The contractor shall examine all architectural, structural, plumbing, electrical and other services
drawings and check the as-built works before starting the work, report to the Engineer In-Charge any
discrepancies and obtain clarification. Any changes found essential to coordinate installation of his work
with other services and trades, shall be made with prior approval of the Engineer In-Charge without
additional cost to the department.
8.10.8. All the shop drawings shall be prepared on computer through AutoCAD System based on
Architectural Drawings and site measurements. Within two months of the award of the contract, contractor
shall furnish, for the approval of Engineer In-Charge, the two sets of detailed shop drawings of complete
work and materials including layouts for Plant room, Pump room, Typical toilets drawings showing exact
location of supports, flanges, bends, tee connections, reducers, detailed piping drawings showing exact
location and type of supports, valves, fittings etc; external insulation details for pipe insulation etc.
8.10.9.These shop drawings shall contain all information required to complete the work. These Drawings
shall contain details of construction, size, arrangement, operating clearances, performance characteristics
and capacity of all items of equipment, also the details of all related items of work by other contractors.
Each shop drawing shall contain tabulation of all measurable items of equipment/materials/works and
progressive cumulative totals from other related drawings to arrive at a variation-in-quantity statement at
the completion of all shop drawings. Minimum 4 sets of drawings shall be submitted after final approval
along with CD. When he makes any amendments in the above drawings, the contractor shall supply two
fresh sets of drawings with the amendments duly incorporated along with check prints, for approval. The
contractor shall submit further four sets of shop drawings to the Engineer In-Charge for the exclusive use
by the Engineer In-Charge and all other agencies. No material or equipment may be delivered or installed
at the job site until the contractor has in his possession, the approved shop drawing for the particular
material/equipment / installation.
8.10.10 Shop drawings shall be submitted for approval four weeks in advance of planned delivery and
installation of any material to allow the Engineer In-Charge ample time for scrutiny. No claims for
extension of time shall be entertained because of any delay in the work due to his failure to produce shop
drawings at the right time, in accordance with the approved programme.
8.10.11 Samples of all materials like valves, pipes and fittings etc. shall be submitted to the Engineer InCharge prior to procurement for approval and retention by Engineer In-Charge and shall be kept in their
site office for reference and verification till the completion of the Project. Wherever directed a mockup or
sample installation shall be carried out for approval before proceeding for further installation without any
extra cost.

8.10.12 Approval of shop drawings shall not be considered as a guarantee of measurements or of building
dimensions. Where drawings are approved, said approval does not mean that the drawings supersede the
contract requirements, nor does it in any way relieve the contractor of the responsibility or requirement to
furnish material and perform work as required by the contract.
8.10.13 All materials and equipment shall conform to the relevant Indian Standards and shall be of the
approved make and design. Makes shall be in conformity with list of approved manufacturers.
8.10.14 Balancing of all water systems and all tests as called for the CPWD Specifications shall be carried
out by the contractor through a specialist group, in accordance with the Specifications and ASPE /
ASHRAE Guide lines and Standards. The installation shall be tested and shall be commissioned only after
approval by the Engineer In-Charge. All tests shall be carried out in the presence of the representatives of
the Engineer In-Charge and nothing extra shall be payable on this account.
8.10.15 The contractor shall submit completion plans for water supply, internal installations and building
drainage work within 15 days of the date of completion. These drawings shall be submitted in the form of
two sets of CDs and four portfolios (300 x 450 mm) each containing complete set of drawings on
approved scale indicating the work as - installed. These drawings shall clearly indicate complete plant
room layouts, piping layouts and sequencing of automatic controls, location of all concealed piping,
valves, controls and other services. In case the contractor fails to submit the completion plans as
aforesaid, security deposit shall not be released and these shall be got prepared at his risk and cost
8.10.16 The CCI/CI/PVC pipe and GI pipe etc. wherever necessary shall be fixed to RCC columns,
beams etc. with rawl plugs and nothing extra shall be paid for this.
8.10.17 The variation in consumption of material shall be governed as per CPWD specification and
clauses of the contract to the extent applicable.
8.11 GENERAL
8.11.1 Rates for all items quoted shall be inclusive of all work and items given in the above mentioned
specifications and Schedule of Quantities and applicable for the work under floors, in shafts or at ceiling
level at all heights and depths. All rates are inclusive of cutting holes and chases in RCC and masonry
work and making good the same.
All rates are inclusive of pre testing and on site testing of the installations, materials and
commissioning.
8.11.2 Cleaning and Disinfection of Pipelines:On completion of hydraulic tests and before a pipe is disinfected, it shall be proved to be free from
obstruction, debris and sediment by scouring or by any other process which the Engineer-in-charge may
prescribe. Upon satisfactory completion of testing and cleaning, the pipelines shall be disinfected as
order. Chlorine solution shall be applied at the charging point as the pipeline is being filed and dosing shall
be continued until the pipeline is full and at least 50 parts of chlorine per million parts of water have been
made available and distributed evenly. If ordinary bleaching power is used, proportions will 150 gms of
power to 1000 litre of water. If a proprietary brand is used, the proportion shall be as specified by the
manufacturer. The treated water shall be left in pipeline for a period as directed but not exceeding 24
hours chlorine residual tests shall be taken at various points along the pipeline. The disinfection process
shall be repeated until the sample of water taken from the pipeline are declared fit for human consumption
by a recognized laboratory.

8.12 MELAMINE POLISH


8.12.1. The wood/veneer surface before polishing shall be well sanded to obtain smooth and even
surface. A coat of appropriate wood sealer of the same manufacturer approved for melamine polish shall
be applied over the surface before polishing. The surface shall be sand papered again to remove the
excess filler material and to obtain smooth even surface. Melamine polish of approved brand and
manufacture in matt or glossy finish stained to required shade shall be machine sprayed in required coats
over the prepared surface. Final polished surface shall be even, smooth and free from waviness. The
natural grains of the wood/veneers shall be clearly visible from the final polished surface. Consumption of
the melamine polish shall not be less than 0.25 lits/sqm.
8.12.2. For measurement paras under 13.23.6 of CPWD Specifications 2009 shall be applicable.
8.12.3. Rate
Rate shall include the cost of all materials and labour involved in all the operations described above.
9.CONSTRUCTION JOINTS
Construction joints in PCC, RCC and Light Weight Concrete works etc., shall be provided only at places
as per approved structural drawings. It shall not in any manner structurally or functionally affect the
structure. If, any additional construction joint is required to be provided, it shall be done with approval of
the Engineer-in-Charge
The centring, shuttering, strutting etc., required for the construction joint in PCC, RCC and Light Weight
Concrete works shall be provided as per the CPWD Specifications. Nothing extra shall be payable on this
account.
It is clarified that, since the building in the basement portion is more than 45 metres long, shrinkage strips
may be required to be left for the short term shrinkage and creep in the RCC slabs and beams to take
place, as directed by the Engineer-in-charge and as per structural drawings. These shall be cast
afterwards as directed by the Engineers-in-charge. The reinforcement bars (dowels) shall be left in
position as per structural drawings and suitable supported and protected till the slab / beam is cast. All
the wastage and incidental charges shall be borne by the contractor. Nothing extra shall be paid on this
account.
10.

TREATMENT TO THE CONSTRUCTION JOINTS AND RECTIFICATION OF DEFECTS.

All care shall be taken to minimize the number of construction joints in the basement raft and walls as well
as in the leveling course of PCC at base. Still, wherever the construction joints are provided, these shall
be slightly opened up and then suitably filled with cement mortar 1:3 (1 cement: 3 fine sand) after applying
a bond coat of cement slurry. The aluminium nipples shall be fixed in the cavity and crevices, if required.
Then cement slurry of w/c ratio 0.5 shall be pressure grouted through these nipples as required, which
shall then be suitably cut. Nothing extra shall be payable on this account.
All care shall be taken to avoid any honey combed concrete or any cavity. Still, if any honey combed
concrete or cavity in RCC wall is encountered the same shall be rectified by removing all loose concrete
by chiseling. The chipped concrete surface shall be cleaned and made dust free by blowing compressed
air and then washed clean with water (but without excess water). Then a bond coat of polymer modified
cement slurry @ 2.2 kg of cement per sq. m. of concrete surface, in two coats, shall be applied as
specified. The second coat shall be applied immediately within 15-20 minutes of application of the first
coat.
A coat of polymer modified cement plaster of mix 1:3 (1 cement: 3 fine sand) of the required thickness
shall be applied as specified to fill the cavity if the required thickness is less than 20 mm. If the required
thickness is more than 20 mm. the cavity shall be filled by concrete of relevant grade after providing the
required centering and shuttering. The surface shall then be moist cured for minimum 7 days. Nothing
extra shall be payable on this account.

11.

MISCELANEOUS

Mixer having arrangement of weighing water for controlling W.C. ratio should only be used in all PCC and
RCC works where there is no provision for Ready Mix Concrete.
Only factory made round type concrete cover blocks of same mix shall be used. No other type of cover
blocks shall be permitted.
Any cement slurry if added over base surface (or for continuation of concreting) for bond, its cost shall be
deemed to have been included in the respective items, unless otherwise, explicitly stated and nothing
extra shall be payable nor extra cement considered in the cement consumption on this account.
Centering and shuttering for all concrete and reinforced concrete wherever required shall be in steel and /
or plywood to produce a smooth and uniform finish on all exposed surfaces. However, all props, bracings,
scaffolding etc., shall be in steel. The entire responsibility of planning, design, erection and safety of
formwork shall lie with the Contractor.
12. Extra for shuttering in curved profile
It is clarified that only the portion of shuttering in elevation (ad not segmental) shall be measured for
payment under this item. The shuttering curved in plan shall not be measured separately for payment and
its rate is deemed to be included in the cost of respective item for payment and mode of measurement
shall be as per the CPWD specifications. For shuttering curved in elevation the steel / ply shuttering shall
be fabricated to achieve the curved profile as per the architectural drawings.
The contractor shall arrange and provide at the site of work all the equipments for field testing as required
like balances, sieves, slump cone , dial gauges, compression testing machines(still the samples shall be
tested in an independent laboratory as approved by the Engineer-in-Charge), graduated measuring
cylinders, steel tapes, vernier calipers, micrometer screw gauges, plumb bobs, spirit levels , Schmidt
rebound hammer, total station survey equipment, magnifying glass, screw drivers, plastic bags for
samples, etc.
Allowing establishing the site laboratory by the contractor shall not absolve the contractor from fulfilling the
criteria of getting the tests done in an independent laboratory. The decision of the Engineer-in-Charge of
allowing any test in the site laboratory or any other laboratory shall be final and binding on the contractor
and no claim of any kind whatsoever shall be entertained from the contractor on this account. Even if the
certain items of work are carried out by the specialized contractors, the responsibility for the work shall
however rest with the contractor only.
Unless otherwise specified for the item, the maximum water cement ratio for any grade of concrete shall
not be more than 0.5.The contractor shall within 15 days of issue of letter for commencement of the work,
submit the mix design for various grades of concrete along with 7days crushing strength reports and
within 40 days submit 28 days crushing strength reports, for the samples for the mix. Nothing extra shall
be payable on account of admixing any chemical admixture for achieving any characteristic for the
concrete. Concreting shall be commenced only after the approval of the mix design by the Engineer-inCharge.
Wherever required the M.S. inserts shall be provided during the casting of RCC / PCC. The payment of
providing and fixing inserts shall be made separately. However contractor shall have to bear all the
incidental costs and expenses on this account. As far as possible the contractor shall plan that the
concreting is carried out during day shift.

13. PARTICULAR SPECIFICATIONS ALUMINIUM WORK


a. The material for the work shall be procured from the approved manufacturer as per the list attached
with the tender documents. The Contractor shall procure and submit samples of various materials to be
used in the work for the approval of Engineer-in-Charge and no work shall commence before such
samples are approved. Samples of un-anodized as well as polyester powder coated aluminium sections,
microwave cured EPDM gaskets, glass, stainless steel screws, anchor fasteners, hardware and any other
material or components requiring approval of samples, in opinion of Engineer-in-Charge, shall be
submitted for the approval as mentioned above. The above samples shall be retained as standards of
materials and workmanship.
b. The Contractor shall prepare the shop drawings for the aluminium windows giving details of the various
aluminium sections, microwave cured EPDM gaskets, cleats, anchor fasteners, hardware, sealants, glass
etc. and submit the same for the approval of Engineer-in-Charge.
c. Only after the approval of the samples and the shop drawings by the Engineer-in-Charge, the
Contractor shall procure the material for the work. All materials brought to the site by the Contractor, for
use in the work, as well as fabricated components shall be subject to inspection and approval by
Engineer-in-Charge. The Contractor shall produce manufacturers test certificates for any material or
particular batch of materials supplied by him.
d. The Contractor shall prepare a finished sample of the aluminium window along with glazing panel and
fittings etc. for approval of workmanship and material. Nothing extra shall be payable on this account.
e. Aluminium sections to be used for various works shall be appropriate to meet technical, structural,
functional and aesthetic considerations. The polyester powder coating shall be carried out in an approved
factory / workshop as specified in the tender documents. The Aluminum sections, shall be weighed for its
unit weight i.e. Kg/m before powder coating if they are to be powder coated. The aluminum sections shall
be weighed for its unit weight i.e. Kg/m after anodization if they are to be anodized.
f. Fabrication
All joints shall be accurately fabricated and be hairline in appearance. The finished surface shall be free
from visible defects. All the aluminium windows/ventilators/doors shall be factory made and shall be
brought to site for assembly and fixing.
g. All hardware used shall conform to the relevant specifications and as per samples approved by the
Engineer-in-Charge. Design, quality, type, number and fixing of hardware shall be generally in accordance
with architectural drawings and as approved by the Engineer-in-Charge before use.
h. All doors, windows, ventilators and glazing etc. shall be made water tight with microwave cured EPDM
gaskets and weather silicone sealants to the satisfaction of the Engineer-in-Charge, for which nothing
extra shall be payable.
i. The frames shall be strictly as per Architectural drawings, the corners of the frame being fabricated to
the true right angles. Both the fixed frames and openable shutter frames shall be fabricated out of sections
cut to required length, mitered and mechanically jointed for satisfactory performance. All members shall
be accurately machine milled and fitted to form hairline joints. The jointing accessories such as aluminium
cleats, stainless steel screws etc. shall not to cause any bi-metallic reaction by providing separators,
wherever required.6.5 Vertical members of the aluminium frame work shall be embedded in the floors,
wherever required, by cutting and making good of the floor.

FIXING OF ALUMINIUM FRAME WORK

j. The screws used for fixing fixed aluminium frames of the aluminium windows to masonry walls / RCC
members and aluminium members to other aluminium members shall be of stainless steel grade 304of
approved make and quality. Threads of machine screws used shall conform to requirement of I.S. 4218.
k. For the aluminium windows, the gap between the aluminium frames and the R.C.C / Masonry and also
any gaps in the various sections shall be filled with weather silicone sealant DC 795 of Dow Corning or
equivalent in the required bite size, to ensure water tightness including providing and fixing backer rod ,
wherever required. The weather silicone sealant shall be of such approved colour and composition that it
would not stain or streak the masonry / R.C.C. work. It should not sag or flow and shall not set hard or dry
out under any conditions of weather and shall be tooled properly. The weather silicone sealant shall be
used as per the manufacturers specifications and shall be of approved colour and shade. Any excess
sealant shall be removed / cleared. Nothing extra shall be payable for the above.
l. Fixing of glass panes shall be designed in such a way that replacing damaged / broken glass panes is
easily possible without having to remove or damage any members or interior finishing materials.
m. PROTECTIONS AND CLEANING:

All glass panes shall be retained within aluminium framing by use of exterior grade microwave cured
EPDM gaskets. Use of glazing or caulking compounds around the perimeter of glass will not be permitted.
There shall be no whistling or rattling. Before installation of glass, Contractor shall ensure the following:
All glazing rebates shall be square, to plumb, true to plane, dry and free from dust.
Glass edge shall be clean and cut to exact size and grounded
Low E Heat strengthened glass of specified thickness in doors, windows, ventilators and fixed glazing
etc. shall be of approved make and standard quality conforming to C.P.W.D. Specifications.
4 mm thick glass panes shall be provided for openings not exceeding 0.5 sqm. For openings exceeding
0.5 sqm in area, 5.0 mm thick glass panes shall be provided unless specified otherwise.
n. MEASUREMENT AND RATES:

Aluminium frame work shall be measured as per CPWD specifications.


For glazing, the actual area of the glass panels excluding the portion in the beading shall be measured in
sqm upto two decimal places, for payment.
Stainless steel adjustable heavy duty friction hinges and the aluminium handles for the openable side
hung windows shall be of "Earl BihariEbco, make or equivalent as approved by the Engineer-in-Charge. 2
nos. friction hinges shall be provided per shutter.
The cost of designing and preparation of shop drawings, all the samples, mock up of window etc. is
deemed to be included in the cost of the relevant items. Nothing extra shall be payable on this account.
The item for aluminium for fixed portions for aluminium windows and frame work for partitions shall include
cost of all inputs of labour, polyester power coated (anodized aluminium sections, including cleats, other
fixtures, weather silicone sealants, stainless steel screws, nuts, bolts, rawl plugs, backer rods,
polyethylene tapes etc. which shall be required for fabrication and erection of aluminium work) T & P, all
incidental charges, wastages etc. involved in the work. However, for the purpose of payment, the weight
of aluminium sections for the fixed window frame and frame work for partitions, shall be measured in Kg.
The aluminium cleats, stainless steel screws, nuts, bolts, separators etc. shall not be measured separately
for payment and their cost is deemed to be included in the cost of this item. The item for aluminium for
frame work for fixed partitions shall also include cost of providing and fixing stainless steel anchor
fasteners as required.

The item of aluminium for the openable aluminium shutters for windows and doors etc., shall include cost
of all inputs of labour, material (polyester powder coated aluminium sections, including such as cleats /
angles, other fixtures, stainless steel screws nuts, bolts, stainless steel hinges, weather silicone sealant
etc. which shall be required for fabrication of aluminium work) T & P, all incidental charges, wastages etc.
involved in the work. However, for the purpose of payment, the weight of aluminium sections for the
window shutter (sash frame) shall be measured in Kg. The aluminium cleats, stainless steel anchor
fasteners, screws, nuts, bolts, separators, stainless steel hinges, etc. shall not be measured separately for
payment and their cost is deemed to be included in the cost of this item. The anodized aluminium snap
beading for fixing glass panels in the openable shutters of the windows shall be measured separately ( on
weight basis) and paid under this item of aluminium frame work for window shutters.
The glass shall be paid for separately under relevant item. The cost providing and fixing Microwave cured
EPDM gasket, felt etc. is included in the cost of this item and shall not be measured separately for
payment.
The item for the aluminium frame work includes cost of making provision for fixing fittings, wherever
required, as per the item description (The cost for providing fitting (handle, lock and buffer) shall be paid
for separately).

FORMS FOR GUARANTEE BONDS


GUARANTEE BOND FOR REMOVAL OF DEFECTS IN WATER PROOFING WORKS.
This Agreement made this _____day of _________________two thousand and _______ between
_______________________ (Name of the contractor, hereinafter called the Guarantor on the one part)
and President of India (hereinafter called the Government on the other part).
WHEREAS this agreement is supplementary to a contract (hereinafter called the contract)
dated_________ and made between the GUARANTOR on the one part and the Government on the other
part for construction _________________(Name of the work) whereby the GUARANTOR, 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 completion of the work.
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 from the date of completion of the work as a whole.
Provided 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 water 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 water proofing treatment is removed in parts;
(c) The decision of the Engineer in - Charge with regard to cause of leakage shall be final
During this period of guarantee, the GUARANTOR shall make good all defects and in case of any defects
being found, render the building water-proof at his cost to the satisfaction of the Engineer in Charge /
authorized representative of NISM, and shall commence the work for such rectification within seven days
from the date of issue of the notice from Engineer in Charge / authorized representative of NISM
calling upon him to rectify the defects, failing which the work shall be got done by Department / NISM
through some other Contractor at the GUARANTORS cost and risk. The decision of the Engineer in
Charge / authorized representative of NISM as to the cost, payable by the Guarantor shall be final and
binding.

That if the GUARANTOR fails to execute the necessary rectification of water proofing or commits breach
there under, then the Guarantor will indemnify NISM and his successors against all loss, damage, cost
expense or otherwise which may be incurred by him by reasons of any default on the part of
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 / NISM, the decision of the Engineer in
Charge / NISM will be final and binding on the parties.
IN WITNESS WHEREOF these presents has been executed by the Obligator
____________________________________and by _____________________________and for an 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 PRESIDENT OF INDIA BY .. in the presence of:
1.
2.

LIST OF APPROVED MAKE OF MATERIALS


Sl.No.
1
1.1
1.2
2

(FOR CIVIL WORKS)


Vendors

2.2

Materials
Earth work
Chlorpyriphos (Pre-construction treatment)
Damp proof material
Concrete works
Cement
(OPC/PPC)
White cement

2.3

Chemical Admixtures

2.4
3
3.1
4
4.1

Expansion joint board


RCC Works
Reinforcement steel
SAIL , TATA(TISCO) , RINL,JSW
Steel work
Structural Steel
SAIL , TATA(TISCO), RINL, Jindal
M.S. Pipe, Tubes, Bar, Flats, Angle, Tee
SAIL, TATA (TISCO),RINL,Jindal
Sections
Brick works
Xtralite from Ultratech, Aerocon from HIL,
AAC blocks
Siporex India limited,
Concrete blocks
Wood & PVC Work
Green ply, Century, Kit ply, Ravella door,
Wooden Flush Doors
Kailash, Shakthi
Green Ply, Garnet, Century, Kit Ply,
Water proof Ply
Anchor,Mayura
Archidply, Century, Donear, Green Ply, Kitply,
Commercial Ply.
Anchor,Mayura
Greenlam, Century, Merino, Royal Touch, Kitply,
Laminate
Formica, Decolam,Mayura
Novopan/Merino/Green Lam/ Kitlam, Ecoboard
Pre-laminated particle board-Exterior grade
Associate/Archid ply/Century
Gypsum board
Saint Gobain, Lafarge, Boral Board, Armstrong
Asian paints, melamine Gold wood finish of
Melamine Polish
Pidilite Industries, Timbertone of ICI Dulux.
Door Hardware
Dolma, Kich , Classic, Haffle, Ozone, Geze.
Hydraulic door closers / Floor springs
Godrej, Hardwyn, Dolma, Everite.
Locks / Latches
Dorset, Godrej, Harrison, plaza, yale
Metallic Steel Fire Door
Shakti Met Door, Promat, Godrej
Fire smoke Seal
Hilti, Raven
Fire Rated Hardware
Dorma, Ingersolrand, Geze
Non Metallic Fire Door
Shakti Met Door, Naviar / Promat, Godrej
Stainless steel screws for fabrication and fixing
Kundan/puja/Atul
of windows.
Butt Hinges openable Window shutters
Haffle , Alu Alpha
Mild Steel Butt Hinges/ Piano Hinges
Jolly, Garg, AMIT,Jyoti
Nuts Bolts/ Screws
Kundan, Puja, Atul
Concealed Tower Bolt
Dorma, Ingersolrand, Alu Alpha
Acoustic Insulation
U.P. Twiga Ltd, Lloyd Insulation, Saint Gobain,

2.1

4.2
5
5.1
5.2
6
6.1
6.2
6.3
6.4
6.5
6.6
6.7
6.8.
6.9.
6.10.
6.11.
6.12.
6.13.
6.14.
6.15.
6.16.
6.17.
6.18.
6.19.
6.20.

DE-NOCIL , Bayer
Impermo, Duraseal, ACCO-proof
ACC, Ultratech, Coromandel,Ramco,Deccan
ACC, Birla , J.K white
MC Bauchemie, Pidilite , Sunanda chemicals,
Sika , FOSROC, ChokseyChemicals
Supreme Industries, SIL FILL or equivalent

6.21.

Glass/ reflective Glass

Saint Gobain, Asahi, Pilkington, Glaverbel

6.22.
6.23.

Clear Float Glass


Source for tempering Refl.Glass / Clear

6.24.

Fire rated Glass

Saint Gobain, Asahi, Pilkinton


FUSO, Saint Gobain, Gurind, Impact Safety
Pyoswiss of Saint Gobain, pyran of schott,
Pilkington

Flooring

7.1

Vitrified Tiles

7.2
7.3
7.4
7.5.
7.6
7.7
7.8

Glazed Ceramic Tiles


Synthetic sports flooring
Linoleum sports flooring
False Floor
Engineered wood flooring
Floor Springs(for Non-DSR items)
Cement Concrete Parking tiles

7.9

Interlocking Concrete Blocks

7.10.
7.10.
8

9.2
9.3
9.4
9.5
9.6
10
10.1

High Density fibre (HDF) Pre-Laminated board


Synthetic Carpet Tiles
Finishing
Paint/primer/oil bound
distemper Acrylic paint
Water proof cement paint
Synthetic enamel paint
Cement based wall putty
Acrylic textured plaster
Ready mix Cement plaster
Fire Retardant paint
Mirror Glass
Anti Corrosive Bitumastic Paint
Epoxy Paint
Epoxy Coating
Silicon coating
Aluminium Work
Aluminium Systems / Anodized aluminum
sections.
Aluminium Fittings
Aluminium Sections
Friction stay hinges
E.P.D.M. Gaskets
Silicon Gaskets
Water Proofing
Water proofing compound

10.2

Membrane Waterproofing system

10.3

Chemical Waterproofing system

10.4
11.1

Water stops
PVC Perforated Pipes

8.1
8.2
8.3
8.4
8.5
8.6.
8.7
8.8
8.9.
8.10.
8.11.
8.12.
9
9.1

Asian, NITCO, RAK, Restile, Kajaria,


Somany,Johnson
NITCO, RAK, Kajaria, Somany, Asian,Johnson.
Armstrong, LG, Wonder floor
Armstrong, Forgo, Gerflo
Hewetson, Unifloor, Unitile, kebao, Pinnacle
Armstrong, wernel, Pergo
Dorma , Ingersoland , GEZE
NITCO, Poddar, Eurocon, Dazzle ultra.
Ultra, Shree, Hindustan Tiles, Vyara Tiles Pvt.,
Ltd. Nitco
Pergo, Armstrong
TOLI, Hollitex, Standard Carpets
Asian Paints, ICI Dulux, Nerolac, Berger,Nippon
Snowcem India Ltd, Asian Paints, Berger, Nippon
Berger, Nerolac, Asian, ICI,Nippon
JK wall putty, Birla wall case, Asian Paints, Altek.
Asian Paints, Spectrum paints, Heritage.
Wall plast, Ultretech, Madras cement Ltd.
Jotun, Hilti, Akzonobel
Modi Guard, Saint Gobain, Asahi, Atul
Asian / Berger / Shalimar
Asian /Berger /Shalimar
BASF , Forsoc , Laticrete
Dowcorning, BASF, GE, Wecker
Hindalco / Jindal / Bhoruka / Indal
Classic, crown, Jyoti
Hindalco / Jindal / Bhoruka / Indal
Earl-Bihari
Anand / Roop / Bohra / Hanu / Amee Rubber
Sree Gaurav, Roop
Fosroc, Sika, Pidilite, CICO, Impermo, Acco proof
BASF, STP limited, Texsa, WR Grace, Pidilite,
Hydro tech ltd.
BASF, MC-Bauchemie, Sika, Sunanda Specialty
Coatings, Perma Construction Aid Pvt. Ltd.
Forsoloc, Pidilite
Hydrotite, BASF, Hydroswell
Rex Polyextrusion Ltd, Akash Enterprises,

11.2
12
12.1
12.2
12.3
12.4
12.5
12.6
12.7
12.8
12.9
12.10.
12.11.
12.12.
12.13.
12.14.
12.15.
12.16.
12.17
12.18
12.19.
12.20.
12.21.
12.22.
12.23
12.24
12.25
12.26.
12.27.
12.28.
13
13.1
13.2
13.3
13.4
13.5
13.6
13.7
13.8
13.9
13.10.
13.11
13.12
13.13

Play equipments
Miscellaneous
Structural Sealant

Zenplas Pipes Pvt. Ltd


Koochie Play, Playworld Systems

Dow Corning, Wacker, GE, Fowroc, BASF


Pidilite, Chemetall-Raj, Fosroc, choksey
Polysulphide sealant
chemicals, Tuff seal
Bitumen Impregnated Board
Shalitex or equivalent
Polyethylene backer rod
Supreme Ind. Ltd. Or equivalent
Epoxy
Fosroc / STP / CICO / Ardex
False Ceiling Members(Perimeter, ceiling Armstrong, Gyp. Steel of India Gypsum Ltd
section, intermediates, angles etc.)
(Saint Gobain)
Welding rod
ADVANI, Esab
Metal Deck sheet
TATA, SAIL
Shear Stud / Connector
KOCO or equvalent
Clamp. Rebar, Chemical fastener
Hilti, Fischer, Wurth
Anchor Fasteners / bolts
Hilti, Fischer, Halfen
Masking Tapes
3M, Sun Control, Wonder Polymer
Dash Fasteners
Hilti, Fischer, Anchor, Kundan.
Stainless Steel Bolts, Washers and Nuts
Kundan / Puja / Atul , Hilti
Stainless Steel Pressure Plate Screws
Kundan / Puja / Atul
Stainless Steel Friction Stay hinges
Hetich , Haffle , Securistyle , Earl Bihari, ROTO
Weather Silicon make and grade
Dow Corning / Momentive (GE)
Structural Silicon
Dow Corning / Momentive (GE)
GRC Jali
Terrafirma , Ecovision & Mahesh GRC
Stainless Steel
Salem , Jindal , SAIL
Danpalon , Alcox , Polygal , V.A. Corporation ,
Polycarbonate Sheet
Joy Fab, Yadav Engineering
Post tensioning system
CRUX , VSL , Utracon , BBR
PT Strands
DP Wires , Tata , Usha Martin
Adhesive
Dunlop, Vamorganic, Sika, Forsoloc
Grouts
Balendura, Lativete, Kerakoll, Weber
Solar studs / Median markers
3M, Avery Dennision, Nikkalite
Polycarbonate Convex Mirrors, Rubberised
Unique safety solutions
road hump
Air transfer grills
Cool grills Pune, Systemair India
Public Health Engg.
Vitreous Commodes / wash basin
Hindware, Roca, Parryware, Kohler
Water supply fixtures / fittings like bib cocks,
Jaguar, Parryware, Kohler,Leader.
shower panels
GI Pipes
TATA, Zenith, Jindal.
GI pipe fittings
Zoloto, Unik, HB, ICS
Indian Hume Pipe, AI-Hume pipe , Madurai spun
RCC Pipes
pipes, Jain & Co.,
Ductile Iron covers & gratings
Neco or approved equivalent
Ductile Iron pipes
Lanco, Jindal, Kesoram, Electrosteel,
DI fittings
Electrosteel, Kartar
SCI pipes
Neco Kesoram, electrosteel
SWR PVC pipes and fittings
Supreme, Astral , Finolex, Prince.
CPVC pipe and fittings
Supreme, Astral , Finolex, Prince.
UPVC pipes
Supreme, prince, Finolex
Water supply valves
Zoloto, RB Leader , ARCO

13.14
13.15
13.16.
13.17.
13.18
13.19.
13.20.
13.21.
13.22.
13.23.
13.24

Kitchen sinks
CI Manhole cover
SFRC Cover and grating
Air release valves
CI double flange sluice valve
Plastic Encapsulated Foot Rest
Gun Metal valves
CI Double flanged sluice valves
CI Double flanged Non-return valves
Thermal insulation treatment
Glass mosaic tiles

13.25

Sandwich PUF paneled roofing sheets

Nirali or Hindware , Johnson , Franki Diamond


Neco , BIC
Kutty , KK , Advent , Newtech
Kirloskar, RBM, Kartar
Kirloskar , RBM , Kartar
KK India , KGM , Accurate Buildcon
Zolto , leader , sant , Andco India
Kirloskar , IVS , BURN , Zoloto , Leader
Kirloskar
Pidilite, BASF
Italia, Palladio, Bisazza
Lloyd Insulation (India) Ltd., Zindal Mectec Pvt
Ltd.

NOTE: Equivalent material and finishes of any other specialized make may be used, in case it is
established that the brands specified above are not available in the market but only after approval
of the alternate brand by the Engineer-in-charge.

SCHEDULE OF QUANTITIES
NAME OF WORK : Up gradation of 44 Nos Staff Quarters (Type I 10 Nos, Type II (11 Nos, TypeIII 22Nos and 1 No of Type IV Quarters) including providing internal Electrical Installations for
Customs Department at Tuticorin.
Sl.No:

Description of Item

Qty

Unit

Providing and laying in position cement


concrete of specified grade excluding the cost of
centering and shuttering - All work up to plinth
level :
1:5:10 (1 cement : 5 coarse sand : 10 graded
stone aggregate 40 mm nominal size)

44.00

cum

Providing and laying in position cement


concrete of specified grade excluding the cost of
centering and shuttering - All work up to plinth
level :
1:5:10 (1 cement : 5 coarse sand : 10 graded
brick aggregate 40 mm nominal size)

10.00

cum

8.00

cum

178.00

each

178.00

each

450.00

metre

1.1
2

2.1

3.1

4.1
5

5.1
6

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)
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 :
150x10 mm
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 :
100 mm
Providing and fixing factory made door frame
(single rebate) made out of single piece
extruded solid PVC foam profile with
homogenous fine cellular structure having
smooth outer integral skin having 62 mm width
& 32 mm thickness, frame will be mitred &
Jointed with self driven self tapping screws of
size 38 mm x 4 mm & PVC solvent cement ,
including fixing the frame to wall with suitable
dia & length anchor fastener as per
manufacturer's specification and direction of
Engineer-in-charge.

Rate
Rs.

Amount
Rs.

7.1
8

8.1
9

10

11

12

Providing and fixing factory made 30 mm thick


door shutter made of solid PVC foam profile.
The styles & rails shall be of size 75 mm x 30
mm having wall thickness 5 mm. The styles, top
& bottom rails shall have one side wall
thickness of 15 mm integrally extruded on the
hinge side of the profile for better screw holding
power. The styles and rails shall be reinforced
with M.S. tubes of size 33 mm x 17 mmx 1 mm,
painted with primer , all four corners of
reinforcement to be welded or sealed. Solid
PVC extruded bidding (push fit type) will be set
inside the styles and the rails with a cavity, to
receive single piece extruded 5 mm
PVC sheet as panel. The styles and rails will be
mitred cut and joint with the help of PVC
solvent cement & self driven self tapping
screws. Single piece extruded solid PVC lock
rail of size 100 mm x 30 mm with wall
thickness 5 mm & 15 mm integrally extruded in
the middle of the lock rail & fixed with styles
with the help of PVC solvent cement & self
driven self tapping screws of size 100 mm x 8
mm
complete
as
per
manufacturer's
specifications and direction of Engineer-incharge.
Non decorative finish.

141.00

sqm

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) :
20 mm thick

50.00

sqm

10.00

sqm

257.00

metre

67.00

sqm

1271.00

sqm

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
Extra for pre finished nosing in treads of steps
of
Kota
stone/
sand
stone slab.
Extra for Kota stone/ sand stone in treads of
steps
and
risers
using
single length up to 1.05 metre .
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, includingpointing in white cement mixed
with pigment of matching shade complete.

13

14

15

15.1
16

16.1
17

17.1
18

19

19.1

Providing and laying Antiskid Ceramic floor


tiles of size 300x300mm or more (thickness to
be specified by the manufacturer), of 1stquality
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.
Providing and laying Ceramic glazed floor tiles
of size 300x300 mm (thickness to be specified
by the manufacturer) of 1st quality conforming
to IS : 15622 of approved make in colours such
as White, Ivory, Grey, Fume Red Brown, laid
on 20 mm thick cement mortar 1:4 (1 Cement :
4 Coarse sand), including pointing the joints
with white cement and matching pigment etc.,
complete
Distempering with 1st quality acrylic distemper,
having VOC (Volatile Organic Compound )
content less than 50 grams/ litre, of approved
brand and manufacture, including applying
additional coats wherever required, to achieve
even shade and colour.
One coat.
Wall painting with acrylic emulsion paint,
having VOC (Volatile Organic Compound )
content less than 50 grams/ litre, of approved
brand and manufacture, including applying
additional coats wherever required, to achieve
even shade and colour.
One coat.
Painting with synthetic enamel paint, having
VOC (Volatile Organic Compound) content less
than 150 grams/ litre, of approved brand and
manufacture, including applying additional
coats wherever required to achieve even shade
and colour.
One coat.
Making the opening in brick masonry including
dismantling of brick work, including providing
and fixing R.C.C. collars NP2 class for 300mm
dia length not less than 300mm and wall
thickness and including reinforcemetn as per
CPWD specifications 2009 Vol -I & II with
upto date correction slips iincluding necessary
centering , shuttering, finishing and setting in
CM 1:3 ( 1 Cement : 3 fine sand) but excluding
reinforcement for exhaust fan fixing at all floor
levels including making good the damages to
walls complete to match the existing surface:
Demolishing cement concrete manually/ by
mechanical means including disposal of
material within 50 metres lead as per direction
of Engineer - in - charge
Nominal concrete 1:3:6 or richer mix (i/c
equivalent

81.00

sqm

1800.00

sqm

5600

sqm

5400

Sqm

2600

sqm

44.00

each

9.00

cum

19.2

Nominal concrete 1:4:8 or leaner mix (i/c


equivalent design mix)

20

Dismantling stone slab flooring laid in cement


mortar including stacking of serviceable
material and disposal of unserviceable material
within 50 metres lead
Dismantling doors, windows and clerestory
windows (steel or wood) shutter including
chowkhats, architrave, holdfasts etc. complete
and stacking within 50 metres lead :
Of area 3 sq. metres and below

21

21.1
22

22.1
23

24

25

26

27

28

Dismantling G.I. pipes (external work)


including excavation and refilling trenches after
taking out the pipes, manually/ by mechanical
means including stacking of pipes within 50
metres lead as per direction of Engineer-incharge :
15 mm to 40 mm nominal bore
Dismantling of flushing cistern of all types
(C.I./PVC/Vitrious
China)
including
dismantling
the
brackets
of
existing
specifications and including stacking of useful
materials near the site and disposal of
unserviceable materials within 50 metres lead.
Dismantling of wash basin of any size including
dismantling the CP Brass wastte, PVC
connection pipe and existing brackets including
stacking of useful materials near the site and
disposal of unserviceable materials within 50
metres lead.
Dismantling of kitchen sink of all types (
Vitreous / PVC / Steel RCC) of any size
including dismantling the existing brackets and
CP brass waste including stacking of useful
materials near the site and disposal of
unserviceable materials within 50 metres lead.
Dismantling old plaster or skirting raking out
joints and cleaning the surface for plaster
including disposal of rubbish to the dumping
ground within 50 metres lead.
Hacking of CC Flooring and cleaning and
preparation of the old CC flooring surface to
have good bonding with the Ceramic tile
flooring to be layed with tile adhesive as per
the directions of the Engineer-in-charge.
Providing and fixing C.P. Brass Hand shower
(Health Faucet) of Jawar brand of code No.
ALD-573 or equivalent ( The weight of Handle
and lever should be not less than 130 grams.
The weigth of 1 metre length flexible pipe
should be not less than 200 grams) including
necessary screws etc complete.

54.00

cum

77.00

sqm

89.00

each

150.00

metre

45.00

each

45.00

each

45.00

each

1271.00

sqm

2087.00

sqm

1.00

Nos

29

30

30.1

31

31.1

32

33

34

34.1

Providing and fixing 600 mm length and 20mm


diametre (O.D) C.P. Brass Towel rail of Jagwar
brand of code No. AQN 7711 or equivalent.
(The weight of Towel rail should be not less
than 870 grams ) including necessary screws
etc. complete.
Providing and fixing water closet squatting pan
(Indian Type W.C. Pan) with 100 mm and sand
cast Iron P or S trap, low level white P.V.C.
dual flushing cistern 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 viterous china Orissa pattern W.C. pan of
size 580x440mm with integral type foot rests of
parryware Niagara IWC - CO 252 or equivalent
with slim line smar cistern of dual flush type (2
lites & 4 litres)
Providing and fixing white viterous china
pedestal type water closet (European type W.C.
Pan) with seat and lid, low level white P.V.C.
dual flush type cistern with manually controlled
device (handle lever), conforming to IS: 7231,
with all fittings and fixtures complete including
cutting and making good the walls and floor
wherever required.
W.C. Pan with ISI marked white solid plastic
seat and lid of parryware Niagara EWC-CO 252
or equivalent with slim line smart cistern of dual
flush type ( 2 litres & 4 litres).
Providing and fixing stainless steel coat hanger
SS 304 grade, 380mm over all length , and
29x1.5mm cross section dimension fixed with 5
Nos stainless steel SS 304 grade hooks of size
38x7x5mm total weigth not less than 215 gm,
fixed to the bed Room walls and inside the
cupboards with stainless steel screws including
cutting the walls and making good the finished
surface etc complete as directed by the Engineer
in charge in bed rooms.
Providing and fixing stainless steel SS 304
grade double hook of 50x50mm overall length,
and width and 8mm dia fixed with stainless
steel SS 304 grade base plate 28x58x1.5mm
size total weigth not less than 67 gm, fixed to
the bath/ toilet walls with stainless steel screws
including cutting the walls and making good the
finished surface etc complete as directed by the
Engineer-in-charge.
Providing and fixing wash basin with C.I.
brackets, 15 mm C.P. brass pillar taps, 32 mm
C.P. brass waste of standard pattern, including
painting of fittings and brackets, cutting and
making good the walls wherever require :
White Vitreous China Wash basin size 550x400
mm with a pair of 15 mm C.P. brass pillar taps

2.00

each

44.00

Nos

1.00

each

116.00

each

47.00

each

45.00

each

35

35.1

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

35.1.1
35.2

510x1040 mm bowl depth 250mm.


Kitchen sink without drain board

43.00

each

35.2.2
36

610x510 mm bowl depth 200mm.


Providing and fixing 600x450 mm bevelled
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.

1.00

each

45.00

each

37

Providing and fixing soil, waste and vent pipes :

37.1
37.1.1

100 mm dia.
Centrifugally cast (spun) iron socket & spigot
(S&S) pipe as per IS: 3989

45.00

metre

37.2
37.2.1

75 mm diameter :
Centrifugally cast (spun) iron socketed pipe as
per IS: 3989

112.00

metre

38

38.1

Providing and filling the joints with spun yarn,


cement slurry and cement mortar 1:2 ( 1 cement
: 2 fine sand) in S.C.I./ C.I. Pipes :
75 mm dia pipe

135.00

each

38.2

100 mm dia pipe

90.00

each

90.00

each

43.00

each

43.00

each

45.00

each

39

39.1
39.1.1
40

41

41.1

42

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
Providing and fixing PTMT liquid soap
container 109 mm wide, 125 mm high and 112
mm distance from wall of standard shape with
bracket of the same materials with snap fittings
of approved quality and colour, weighing not
less than 105 gms.
Providing and fixing PTMT towel rail complete
with brackets fixed to wooden cleats with CP
brass
screws
with
concealed
fittings
arrangement of approved quality and colour.
600 mm long towel rail with total length of 645
mm, width 78 mm and effective height of 88
mm, weighing not less than 190 gms
Providing and fixing PTMT shelf 440 mm long,
124 mm width and 36 mm height of approved
quality and colour, weighing not less than
300 gms

43

43.1
43.2

Providing and fixing Chlorinated Polyvinyl


Chloride (CPVC) pipes, having thermal stability
for hot & cold water supply, including all CPVC
plain & brass threaded fittings, including fixing
the pipe with clamps at 1.00 m spacing. This
includes jointing of pipes & fittings with one
step CPVC solvent cement and testing of joints
complete as per direction of Engineer in Charge.
Internal work - Exposed on wall
20 mm nominal outer dia .Pipes.
25 mm nominal outer dia .Pipes.

43.3

32 mm nominal outer dia .Pipes.

110.00

metre

56.00

metre

180.00

metre

44.1

Providing and fixing Chlorinated Polyvinyl


Chloride (CPVC) pipes, having thermal stability
for hot & cold water supply, including all CPVC
plain & brass threaded fittings, i/c fixing the
pipe with clamps at 1.00 m spacing. This
includes jointing of pipes & fittings with one
step CPVC solvent cement and the cost of
cutting chases and making good the same
including testing of joints complete as per
direction of Engineer in Charge
Concealed work, including cutting chases
and making good the walls etc
15 mm nominal outer dia .Pipes.

54.00

metre

44.2

20 mm nominal outer dia .Pipes.

90.00

metre

90.00

each

44.00

each

43.00

each

45.00

each

177.00

each

172.00

each

1.00

each

44

45
45.1
45.1.1
46

46.1
47

48

49
49.1
50

51
51.1

Providing and fixing uplasticised


connection pipe with brass unions :
30 cm length

PVC

15 mm nominal bore
Providing and fixing C.P. brass stop cock
(concealed) of standard design and of approved
make conforming to IS:8931.
15 mm nominal bore
Providing and fixing PTMT swivelling shower,
15 mm nominal bore, weighing not less than 40
gms
Providing and fixing PTMT soap Dish Holder
having length of 138mm, breadth 102mm,
height of 75mm with concealed fitting
arrangements,weighing not less than 106 gms
Providing and fixing PTMT bib cock of
approved quality and colour
15mm nominal bore, 86 mm long, weighing not
less than 88 gms
Providing and fixing PTMT angle stop cock 15
mm nominal bore, weighing not less than 85
gms
Providing and fixing C.P. brass shower rose
with 15 or 20 mm inlet :
100 mm diameter

52

53

53.1
53.1.1

54

54.1

55

55.1

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.
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
Anodised aluminium (anodised transparent or
dyed to required shade according to IS: 1868,
Minimum anodic coating of grade AC 15)
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)
Anodised aluminium (anodised transparent or
dyed to required shade according to IS: 1868,
Minimum anodic coating of grade AC 15)
Providing and fixing fly proof stainless steel
grade 304 wire gauge, to windows and
clerestory windows using wire gauge with
average width of aperture 1.4 mm in both
directions with wire of dia. 0.50 mm all
complete.
With aliminium beading and rubber gaskets (
aluminium beading shall be paid for seperatly).
Total

Contractor

54.00

sqm

2000.00

kg

2500.00

kg

750.00

sqm

Executive Engineer
MCD-I/ CPWD/Madurai

You might also like