Government of India Central Public Works Department Office of Executive Engineer, Ajmer Central Division, Ajmer (Rajasthan)
Government of India Central Public Works Department Office of Executive Engineer, Ajmer Central Division, Ajmer (Rajasthan)
C.P.W.D.
INDEX
Name of Work: C/o 2 nos. Toilet for Handicapped & 4 nos. Ramps at JNV
Chhan Tonk (Raj.).
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
-1- Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
The tender forms and other details can be obtained from the website
www.tenderwizard.com/CPWD and www.eprocure.gov.in.
Executive Engineer
Ajmer Central Division
CPWD, Ajmer
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
-2- Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
The Executive Engineer, Ajmer Central Division, CPWD, Ajmer on behalf of the President
of India invites online percentage rate (1st Recall) tenders from approved and eligible
contractors of CPWD for the following work:
Name of work & Period of Last date & time Time &
Location completion of submission of date of
bid, original EMD, opening of
NIT No
deposition of
original EMD and
other documents
as specified in the
press notice
1 2 3 6 7 8
1 C/o 2 nos. Toilet 04 Upto 12.30 P.M.
53/2018-19/EE/ACD/Ajmer
at JNV Chhan
Tonk (Raj.)
1. The intending bidder must read the terms and conditions of CPWD-6 carefully. He
should only submit his bid if he considers himself eligible and he is in possession of
all the documents required.
2. Information and instructions for bidders posted on website shall form part of bid
document.
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
-3- Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
6. The intending bidder must have valid class-III digital signature to submit the bid.
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
-4- Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
9. Contractors must ensure to quote rate of each item. The column meant for quoting
rate in figures appears in pink colour and the moment rate is entered, it turns sky blue.
In addition to this, while selecting any of the cells a warning appears that if any cell is
left blank the same shall be treated as “0”. Therefore, if any cell is left blank and no
rate is quoted by the bidder, rate of such item shall be treated as “0” (ZERO).
However, if a tenderer quotes nil rates against each item in item rate tender or does
not quote any percentage above/below on the 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 lowest tenderer.
10. The contractor shall get receipt of deposition of original EMD either in the office of
Executive Engineer inviting bids or division office of any Executive Engineer, CPWD
in the prescribed format annexed as Annexure-III and also upload it alongwith the
bid document.
11. The tenderer should also read the General Conditions of Contract for CPWD Works
2014 amended upto 21/12/2018 (available on CPWD above websites), which is
available as Govt. of India Publications.
12. Tenders with any condition including that of conditional rebates in the tender
document shall be rejected forthwith.
13. The contractor shall have to execute guarantee bonds in respect of water supply and
sanitary installation works and water proofing works as per Performa at Annexure-
VI & VII.
14. GST or any other tax applicable in respect of inputs procured by the contractor for
this contract shall be payable by the Contractor and Government will not entertain any
claim whatsoever in respect of the same. However, component of GST at time of
supply of service (as provided in CGST Act 2017) provided by the contract shall
be varied if different from that applicable on the last date of receipt of tender
including extension if any.
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
-5- Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
16. The department reserves the right to reject any prospective application without
assigning any reason and to restrict the list of qualified contractors to any number
deemed suitable by it, if too many bids are received satisfying the laid down criterion.
Executive Engineer
Ajmer Central Division
CPWD, Ajmer
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
-6- Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
1. Percentage rate (1st Recall) tenders are invited on behalf of President of India
from approved and eligible contractors of CPWD for the work of “C/o 2 nos. Toilet for
Handicapped & 4 nos. Ramps at JNV Chhan Tonk (Raj.).”
The enlistment of the contractors should be valid on the last date of submission of
tenders.
In case only the last date of submission of tender is extended, the enlistment of
contractor should be valid on the original date of submission of tenders.
2. Agreement shall be drawn with the successful tenderer on prescribed Form No.
CPWD 7 which is available as a Govt. of India Publication and also available on
website www.cpwd.gov.in. Tenderers shall quote his rates as per various terms and
conditions of the said form which will form part of the agreement.
3. The time allowed for carrying out the work will be 04 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.
(ii) The architectural & structural drawings for the work is available.
OR
The architectural and structural drawing shall be made available in phased manner, as
per requirement of the same as per approved programme of completion submitted by
the contractor after award of the work.
6. After submission of the bid the contractor can re-submit revised bid any number of
times but before last time and date of submission of tender as notified.
7. While submitting the revised bid, contractor can revise the rate of one or more item(s)
any number of times (he need not re-enter rate of all the items) but before last time
and date of submission of tender as notified.
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
-7- Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
9. Earnest Money 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, Ajmer Central Division, CPWD, Ajmer) shall be
scanned and uploaded to the e-Tendering website within the period of bid submission.
The original EMD should be deposited either in the office of Executive Engineer
inviting bids or Division office of any Executive Engineer, CPWD within the period
of bid submission. The EMD receiving Executive Engineer (including NIT issuing
EE/AE) shall issue a receipt of deposition of earnest money deposit to the bidder in a
prescribed format (enclosed) uploaded by tender inviting EE in the NIT.
The receipt shall also be uploaded to the e-tendering website by the intending bidder
upto the specified bid submission date and time.
A part of earnest money is acceptable in the form of bank guarantee also. In such
case, 50% of earnest money or Rs. 20 lac, whichever is less, will have to be deposited
in shape prescribed above, and balance may be deposited in shape of Bank Guarantee
of any scheduled bank having validity for six months or more from the last date of
receipt of bids which is to be scanned and uploaded by the intending bidders.
Copy of Enlistment Order and certificate of work experience and other documents as
specified in the press notice shall be scanned and uploaded to the e-Tendering website
within the period of bid submission. However, certified copy of all the scanned and
uploaded documents as specified in press notice shall have to be submitted by the
lowest bidder only within a week physically in the office of tender opening authority.
Online bid documents submitted by intending bidders shall be opened only of those
bidders, whose original EMD deposited with any division of CPWD and other
documents scanned and uploaded are found in order.
9A. The contractors registered prior to 01.04.2015 on e-tendering portal of CPWD shall
have to deposit tender processing fee at existing rates, or they have option to switch
over to the new registration system without tender processing fee any time.
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
-8- Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
11. The Contractor whose tender is accepted, will be required to furnish performance
guarantee of 5% (Five Percent) of the tendered amount within the period specified in
Schedule "F". This guarantee shall be in the form of cash (in case guarantee amount is
less than Rs. 10,000/-) 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 (in case guarantee amount is less than Rs. 1,00,000/-) or Government
Securities or Fixed Deposit Receipt 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 including Provident Fund Code No. if applicable and also ensure
the compliance of aforesaid provisions by the sub contractors, if any engaged by
the contractor for the said work and Programme Chart (Time and Progress) within
the period specified in Schedule F.
Copies of other drawing and documents pertaining to the works will be open for
inspection by the tenderers at the office of above mentioned officer.
C/o 2 nos. Toilet for Handicapped & 4 nos. Ramps at JNV Chhan Tonk
(Raj.).
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 on 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.
13. 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
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
-9- Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
15. 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 tenderer shall be bound to
perform the same at the rate quoted.
16. 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 gazette officer in the Central Public Works
Department or in the Ministry of Urban Development. Any breach of this condition
by the contractor would render him liable to be removed from the approved list of
contractors of this Department.
18. The tender for the works shall remain open for acceptance for a period of Fifteen (15)
days from the due date of its opening in case of single bid system / Sixty (60) days
from the date of opening of technical bid in case tenders are invited on 2 bid / envelop
system if any tenderer 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 tenderer shall not be
allowed to participate in the re-tendering process of the work.
19. 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 the contract
consisting of:-
a) The Notice Inviting Tender, all the documents including additional conditions,
specifications and drawings, if any, forming part of the tender as uploaded at
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
- 10 - Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
b) Standard C.P.W.D. Form 7 (GCC for CPWD works 2014) amendments upto
21/12/2018.
20.1.1 The Executive Engineer in charge of the major component will call tenders for
the composite work. The cost of tender document and Earnest Money will be
fixed with respect to the combined estimated cost put to tender for the
composite tender.
The tenderer must associate with himself, agencies of the appropriate class
eligible to tender for each of the minor component individually, if required.
The eligible tenderers shall quote rates for all items of major component as
well as for all items of minor components of work.
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
- 11 - Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
Entire work under the scope of composite tender including major and all
minor components shall be executed under one agreement.
The main contractor has to enter into agreement with the contractor(s)
associated by him for execution of minor component(s). The Memorandum of
Understanding for associate contractor is enclosed in this document. Copy of
such agreement shall be submitted to EE/DDH 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.
20.1.12(A) 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-in-charge of major component after record of
completion certificate of all other components.
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
- 12 - Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
Executive Engineer
Ajmer Central Division
CPWD, Ajmer
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
- 13 - Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
(A) Tender for the work of: - C/o 2 nos. Toilet for Handicapped & 4 nos. Ramps
at JNV Chhan Tonk (Raj.).
(i) To be submitted by 12.00 Noon on 28/12/2018 to EE, Ajmer Central Division,
CPWD, Ajmer.
(ii) To be opened in presence of tenderers who may be present at 12.30 P.M. on
28/12/2018 in the office of EE, Ajmer Central Division, CPWD, Ajmer.
TENDER
I/We have read and examined the notice inviting tender, schedule, A,B,C,D, E & F.
Specifications applicable, Drawings & Designs, General Rules and Directions, Conditions of
Contract, clauses of contract, Special conditions, Schedule of Rate & other documents and
Rules referred to in the conditions of contract and all other contents in the tender document
for the work.
I/We hereby tender for the execution of the work specified for the President of India
within the time specified in Schedule “F”, viz., schedule of quantities and in accordance in all
respects with the specifications, designs, drawings and instructions in writing referred to in
Rule-1 of General Rules and Directions and in Clause 11 of the Conditions of contract and
with such materials as are provided for, by, and in respects in accordance with, such
conditions so far as applicable.
We agree to keep the tender open for Fifteen (15) days from the due date of its
opening in case of single bid system / Sixty (60) days from the date of opening of technical
bid in case tenders are invited on 2 bid / envelop system and not to make any modifications in
its terms and conditions.
A sum is hereby forwarded in cash/receipt treasury challan/deposit at call receipt of a
scheduled bank/fixed deposit receipt of scheduled bank/demand draft of a scheduled bank/bank
guarantee issued by 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 rate to be determined in accordance with the provision contained in
Clause 12.2 and 12.3 of the tender form.
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
- 14 - Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
I/We undertake and confirm that eligible similar work(s) has/have not been got
executed through another contractor on back to back basis. Further that, if such a violation
comes to the notice of Department, then I/We shall be debarred for tendering in CPWD in
future forever. Also, if such a violation comes to the notice of Department before date of start
of work, the Engineer-in-Charge shall be free to forfeit the entire amount of Earnest Money
Deposit/Performance Guarantee.
I/We hereby declare that I/We shall treat the tender documents drawings and other
records connected with the work as secret/confidential documents and shall not communicate
information/derived therefrom to any person other than a person to whom I/we am/are
authorised to communicate the same or use the information in any manner prejudicial to the
safety of the State.
………………(yyy)
Dated : …………………(yyy) Signature of Contractor
Postal Address
Witness ......................... (yyy)
Address........................ (yyy)
Occupation.................... (yyy)
ACCEPTANCE
The above tender (as modified by you as provided in the letters mentioned hereunder) is
accepted by me for and on behalf of the President of India for a sum of Rs. _ _
(Rupees _ _)
The letters referred to below shall form part of this contract Agreement:-
a)
b)
c)
For & on behalf of the President of India
Signature
Dated ……………. Designation _ _
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
- 15 - Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
SCHEDULE ‘A’
Schedule of quantities
Schedule attached at Page No. 64 to 74
SCHEDULE ‘B’ :
NIL
SCHEDULE ‘C’
NIL
SCHEDULE ‘D’
Extra schedule for specific requirement/documents for the work, if any
------------------------------ NIL --------------------------------
SCHEDULE ‘E’ :
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
- 16 - Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
(ii) Security Deposit : 2.5% (Two & Half percent) of accepted tendered
value
SCHEDULE ‘F’
Definitions :
2(xiii) Standard CPWD Contract Form GCC for CPWD works 2014 CPWD
Form 7 as modified and corrected upto
21/12/2018
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
- 17 - Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
CLAUSE 2
Authority for fixing
compensation under clause 2 Superintending Engineer
Jaipur Central Circle
CPWD, Jaipur
or Successor thereof
CLAUSE 2 A
Whether Clause 2 (A) shall be
applicable No
CLAUSE 5
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
- 18 - Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
Authority to decide :
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
- 19 - Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
Name of Work : C/o 2 nos. Toilet for Handicapped & 4 nos. Ramps at JNV Chhan
Tonk (Raj.).
Note : Mile stones shall be applicable both for major component (civil work) as well as for
minor component (electrical work) of the work.
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
- 20 - Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
Clause 5.4
CLAUSE 6 / 6A
CLAUSE 7
CLAUSE 7A
Clause 8B
(i) This shall not apply for maintenance or upgradation contracts not involving any
services.
(i) For other works, the limit shall be as below :
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
- 21 - Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
Civil :-
All necessary equipment for conducting all necessary tests shall be provided at the
site in the well furnished site laboratory by the contractor at his own cost with proper light
and ventilation. The following minimum laboratory equipments shall be set up at site office
laboratory:-
S. Equipment Numbers
No. (Minimum)
1. Slump cone, steel plate, tamping rod, steel scale, scoop 1
2. Weighing scale platform type 100 Kg capacity 1
3. Graduated glass measuring cylinder As per
requirement
(Min 3 nos)
4. Sets of sieves of 450mm internal dia for coarse aggregate [100mm, 1
80mm, 40mm; 20mm; 12.5mm,
10mm; 4.75mm complete with lid and pan]
5. Sets of sieves of 200mm internal dia for fine aggregate [4.75mm; 1
2.36mm; 1.18mm; 600 microns; 300 microns & 150 micron , with
lid and pan]
6. Motorized sieve shaker 1
7. Cube moulds size 150mmx150mmx150mm As per
requirement
(Min. 12 Nos)
8 Cube Compression testing machine ((Digital) (Min 100kg 1
capacity)
9. Hot air oven temp. Range 50°C to 300°C- sensitivity 1 degree 1
10. Electronic balance 600gx0.1g., 10kg and 50 kg 1 each
11. Physical balance weight up to 5 kg 1
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
- 22 - Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
Materials covered under this clause Nearest Materials (other than Base Price and its corresponding
cement, reinforcement bars period of all the materials
and structural steel) for covered under clause 10CA
which all India Wholesale (October'2017)
Price Index to be followed
1. Cement (PPC) --------- Rs. -
2. Reinforcement bars TMT Fe-500D Rs. -
(As per approved make)
3. Structural Steel --------- Rs. -
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
- 23 - Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
CLAUSE 12
Type of work Project /Original work / Maintenance Work
12.2 & 12.3 Deviation limit beyond which 50% Extra / Substitute items
clause 12.2 & 12.3 shall apply and Deviated Quantities
for all items other than foundation beyond the limits
items as mentioned in clause 12.5 specified shall be dealt
12.5(i) Deviation limit beyond which 50% as per the provisions of
Clause 12.2 & 12.3 shall apply for clause12 for Project
foundation work (except earth work) / Original Work/
(ii) Deviation limit for items in earth work Maintenance work
sub-head of DSR or related items 100%
CLAUSE 16
Competent Authority for deciding
reduced rates Superintending Engineer
Jaipur Central Circle
CPWD, Jaipur
OR Successor thereof
CLAUSE 18
List of mandatory machinery, tools & plants to be deployed by the contractor at site
(i) Concrete Mixer with Hopper
(ii) Steel Shuttering 50 sqm. alongwith necessary props etc.
(iii) Semi-Automatic Batch Mix Plant with Non-Structural Members of capacity 5
cum/hour.
(iv) Needle and plate Vibrators
(v) Bar Bending Machine
(vi) Other machinery as per site requirement
(vii) Needle Grinder
(viii) Water pump
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
- 24 - Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
CLAUSE 36 (i)
"Requirement of Technical Representative (s) and Recovery Rate"
S. Minimum Discipline Designation Minimum Number Rate at which
No. Qualification of (Principal Experience recovery shall be
Technical Technical / made from the
Representatives Technical contractor in the
Representative) event of not fulfilling
provision of Clause
36(i) per month
1. Graduate (Civil) Project Manager 2 years 1 Rs. Rs.
Engineer / cum Planning / OR 20,000 Twenty
Diploma Quality / Site 5 years thousand
Engineer Billing Engineer only.
"Assistant Engineer retired from Government Services who are holding Diploma will be
treated at par with Graduate Engineer".
Diploma holder with minimum 10 year relevant experience with a reputed construction co.
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.
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
- 25 - Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
- 26 - Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
General Conditions
The work in general shall be carried out in accordance with the CPWD Specifications
2009 Vol. I to II (corrected up to 21/12/2018) hereinafter referred as CPWD
Specifications.
Agency(s) shall provide permanent bench marks, flag tops and other reference points
for the proper execution of work and these shall be preserved till the end of the work.
All such reference points shall be in relation to the levels and locations, given in the
Good for Construction drawings.
The agency shall give performance test of the water supply, sanitary, sewer and
electrical 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 agency for the test.
The work shall be carried out in accordance with the Good for Construction
Architectural, Civil and Electrical drawings issued by the Engineer-in-Charge.
Before commencement of any item of work the agency shall correlate all the relevant
architectural, civil and electrical drawings, BOQ items and specifications etc. and
satisfy itself that the information available is complete and unambiguous. The agency
alone shall be responsible for any loss or damage occurring by the commencement
and execution of work based on any erroneous and or incomplete information and no
claim whatsoever shall be entertained on this account.
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
- 27 - Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
The agency shall conduct his work, so as not to interfere with or hinder the
progress or completion of the work being performed by other agency(s) or by
the Engineer-in- Charge and shall as far as possible arrange his work and shall
place and dispose of the materials being used or removed, so as not to interfere
with the operations of other agency simultaneously working or he shall arrange
his work with that of the others in an acceptable and coordinated manner and
shall perform it in proper sequence to the complete satisfaction of others.
If the work is carried out in more than one shift or during night, no claim on this
account shall be entertained. The agency must take permission from the police
or other competent authorities etc. if required for work during night hours, no
claim / hindrance on this account shall be considered if work is not allowed
during night time.
The Agency shall be responsible for the watch and ward / guard of the buildings
safety, fittings and fixtures provided by him against pilferage and breakage during the
period of installations and thereafter till the building is physically handed over to the
department. No extra payment shall be made on this account.
Sample of building materials, fittings and other articles required for execution of
work shall be got approved from the Engineer-in-Charge before use in the
work. The quality of samples brought by the agency shall be judged by
standards laid down in the relevant CPWD/ BIS specifications. In case,
samples provided by agency are not approved, agency shall submit new samples
of the materials and other articles for approval of Engineer-in-charge. Decision
of Engineer-in-charge w.r.t. approval of samples of materials shall be final and
binding on the contractor. All materials and articles brought by the agency 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.
The agency shall procure the required materials in advance so that there is
sufficient time to testing of the materials and clearance of the same before use in
the work. The agency shall provide at his own cost suitable weighing and
measuring arrangements at site for checking the weight / dimensions as may be
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
- 28 - Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
- 29 - Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
Agency shall submit minimum “Quality Assurance” plan within 45 days after
award of work which shall be consisting of:
Lot size, number of required tests and frequency of testing. While deciding these
criteria CPWD Specifications & Provisions of BIS Code and Standard Practices
may be referred. Volume of work, Practical Difficulties and Site Conditions etc.
may also be kept in view. The lot size, number of tests and frequencies of testing
can be altered or modified by the Engineer-in-charge from the prescribed limits.
It should clearly indicate the Machinery and other Tool & Plants required to be
deployed at site by the agency. Entire Machinery and T&P may not be required at
the start of work, therefore, a proper time schedule by which each Machinery &
T&P is to be brought at site should also be indicated.
All the registers of tests carried out at Construction Site or in outside laboratories
shall be maintained by the agency, which may be inspected by Engineer-in-
charge or his/her representative.
The Agency shall allow access to Third Party Quality Assurance Agency (TPQA)
engaged by Engineer-in-charge to have a control on quality and methodology of
execution. At least 25% of Samples of materials including Cement Concrete
Cubes shall be taken jointly by Agency and TPQA / Engineer-in-charge or his
authorised representative. All arrangements for transporting and getting them
tested shall be made by the Agency.
All the test in field lab setup at construction site shall be carried out by the Quality
control team/engineer to be engaged by the agency which can be witnessed by
Engineer-in-charge or his/her representative. A daily intimation of tests to be
conducted on a day shall be given to Engineer-in-charge or his/her representative.
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
- 30 - Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
Agency shall be responsible for safe custody of all the test registers.
All material received at site shall be entered in MAS Register and copy of
Supply order, MTC & Bill-invoice shall be maintained in order. The MAS
Registers including Cement and Steel Registers shall be maintained by a
qualified staff of Agency which may be inspected by Engineer-in-charge or
his/her representative at any time. The intimation of receipt of material shall be
sent to Engineer-in-charge or his/her representative on day to day basis for his
approval.
As and when any important item is taken up for execution, the Agency shall
develop and submit a checklist and/or pour card. This sample checklist should
be got approved from the Engineer-in-charge and should be used at site. This
check list should be shown to the Engineer-in-charge or his/her designee during
inspection. This procedure is to be followed for all hidden items, CC/RCC work,
Steel-reinforcement, shuttering, cast-in-situ mosaic flooring, doors & windows,
plumbing, including water supply pipe lines, roof treatment, earth filling etc.
The agency shall maintain documentation of the total sequence of this project
by way of photography, audio-video recording etc. and submit to Engineer-in-
charge for record. Nothing extra shall be payable to the agency on this account.
The bidder shall acquaint himself with the proposed site of work, its approach
roads, working space available before quoting his rates.
The agency 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 and any
pollution of smoke, streams and water-ways. He 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
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
- 30 - Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
In the event of any restrictions being imposed by the Security agency, CPWD,
Traffic or any other authority having jurisdiction in the area on the working or
movement of labour /material, the agency shall strictly follow such restrictions
and nothing extra shall be payable to the agency on this account.
Agency shall have to engage well experienced skilled labour to execute the
work.
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
agency shall be fully responsible for any damage to the work for which the
payment has been advanced to him under the contract and he shall make good the
same at his risk and cost. The agency shall be fully responsible for safety and
security of his material, T&P, Machinery brought to the site by him.
The agency shall ensure that no construction leachate (e.g. cement slurry etc.), 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 agency 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).
The agency shall comply with the safety procedures, norms and guidelines (as
applicable) as outlined in the “Constructional practices and safety- 2005”,
National Building code of India, Bureau of Indian Standards. A copy of all
pertinent regulations and notices concerning accidents, injury and first-aid
shall be prominently exhibited at the work site. Depending upon the scope &
nature of work, a person qualified in first-aid shall be available at work site to
render and direct first-aid to causalities. A telephone may be provided to first-
aid assistant with telephone numbers of the hospitals displayed. Complete
reports of all accidents and action taken thereon shall be forwarded to the
competent authorities.
1.18.2 The agency shall ensure the following activities for construction workers
safety, among other measures:
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
- 31 - Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
Durable and reusable formwork systems to replace timber formwork and ensure
that formwork where used is properly maintained.
Ensuring that walking surfaces or boards at height are of sound construction and
are provided with safety rails or belts.
Provide sufficient and suitable light for working during night time.
The agency shall provide for adequate number of garbage bins around the
construction site and the workers facilities and will be responsible for the
proper utilization of these bins for any solid waste generated during the
construction. The agency shall ensure that the site and the workers facilities
are kept litter free. Separate bins should be provided for wet and dry waste and
labeled in both Hindi and English with suitable symbols.
Agency should spray curing water on concrete structure and shall not allow
free flow of water. Concrete structures should be kept covered with thick
cloth/gunny bags and water should be sprayed on them. Agency shall do water
ponding on all sunken slabs using cement and sand mortar. Use of curing
compound as per approval of engineer-in-charge in areas where wet water
curing not feasible shall be permissible and nothing extra shall be paid for the
same.
The Agency shall remove from site all rubbish and debris generated by the
Works and keep Works clean and tidy throughout the Contract Period. All the
serviceable and non-serviceable (malba) material shall be segregated and
stored separately. Malba, rubbish & other waste materials shall be disposed of
as directed by Engineer in Charge for which payment shall be made as per
Contract BOQ and decision of Engineer-in-charge.
The agency shall not store/ dump construction material or debris on the metalled
road.
The agency shall get prior approval from Engineer-in-Charge for the area where
the construction material or debris can be stored beyond the metalled road. This
area shall not cause any obstruction to the free flow of traffic
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
- 32 - Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
The agency shall take appropriate protection measures like raising wind breakers
of appropriate height on all sides of the plot/area using CGI sheets or plastic
and/or other similar material to ensure that no construction material dust fly
outside the plot area.
The agency shall ensure that all the trucks or vehicles of any kind which are
used for construction purposes/or are carrying construction material like material
like cement, sand and other allied material are fully covered. The agency shall
take every necessary precaution that the vehicles are properly cleaned and dust
free to ensure that enroute their destination, the dust, sand or any other
particles are not released in air/contaminate air.
The agency shall provide mask to every working on the construction site and
involving in loading, unloading and carriage of construction material and
construction debris to prevent inhalation of dust particles.
The agency shall provide mask to every worker working on the construction site
and involved in loading, unloading and carriage of construction material and
construction debris to prevent inhalation of dust particles.
The agency shall compulsory use of wet jet in grinding and stone cutting.
The agency shall comply all the preventive and protective environmental steps
as stated in the MoEF guidelines, 2010.
The agency shall carry out on- Road-Inspection for black smoke generating
machinery. The agency shall use cleaner fuel.
The agency shall ensure that all DG set comply emission norms notified by
MoEF.
The agency shall use vehicles having pollution under control certificate. The
emissions can be reduced by a large extent by reducing the speed of a vehicle to
20 Kmph. Speed bumps shall be used to ensure speed reduction. In case where
speed reduction cannot effectively reduce fugitive dust, the agency shall divert
traffic to nearby paved areas.
The agency shall ensure that the construction material is covered by tarpaulin.
The agency shall take all other precaution to ensure that no dust particles are
permitted to pollute air quality as a result of such storage.
The Agency shall take appropriate protection measures like raising wind
breakers of appropriate height on all sides of the plot/area using CGI sheets
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
- 33 - Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
Miscellaneous
For core cutting & sealing of joint with approved material (non-shrink grout) for
taking out of sanitary/ water supply/ fire-fighting cables, pipes etc. if any,
nothing extra shall be paid.
Agency shall arrange water for construction from its own sources within the
ambit of laws and guide lines issued by the competent authority in this regard.
CPWD shall support the agency for the same.
Any cement slurry / epoxy based bonding agent such as nito bond or
equivalent etc. added over base surface for continuation of concreting for
better bond is deemed to have been in-built in the items and nothing extra
shall be payable.
The work shall be carried out in accordance with the architectural drawings
and structural drawings, to be issued form 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 there from is complete and unambiguous. The
figure and written dimension of the drawings shall be superceding 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 on this account.
The terms machine batched, machine mixed and machine vibrated concrete
used elsewhere in agreement shall mean the concrete produced in concrete
batching and mixing plant and if necessary transported by transit concrete
mixers, placed in position by the concrete pumps, tower crane and vibrated
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
- 34 - Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
The contractor shall invariably prepare the samples of finishing items i.e.
flooring of different types, external & internal finishing i/c colour scheme of
paint, tiles in dado, flooring in platforms & staircase, water supply & sanitary
fittings and any other item as per direction of Engineer-in-charge. The
contractor shall proceed with further finishing items only after getting the
samples of these items approved in writing from Engineer-in-charge.
Royalty at the prevalent rates shall be payable 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.
The contractor shall get the water tested with regard to its suitability of use in
the works and get written approval from the Engineer-in-charge before he
proceeds with the use of same of execution of works. If the tubewell water is
not suitable, the contractor shall arrange Municipal water or from any other
sources at his own cost and nothing extra shall be paid to the contractor on
this account. The water shall be got tested at frequency specified in latest
CPWD specifications/BIS code.
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
- 35 - Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
Cement
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 agency
shall supply free of charge the cement required for testing including its
transportation cost to testing laboratories.
The actual issue and consumption of cement on work shall be regulated and
proper accounts maintained as provided in clause 10 of the contract. The
theoretical consumption of cement shall be worked out as per procedure
prescribed in clause 42 of the contract and shall be governed by conditions
laid therein. In case the cement consumption is less than theoretical
consumption including permissible variation, recovery at the rate so prescribed
shall be made. In case of excess consumption, no cost adjustment shall be
made.
The cement brought to the site and the cement remaining unused after
completion of the work shall not be removed from site without the written
permission of the Engineer-in-charge.
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
- 36 - Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
The contractor shall procure IS marked TMT bars of various grades from the
Steel manufactures or their authorized dealers (as per following selection
criteria) having valid BIS license for IS:1786-2008 (Amendment -1 November
2012)
The supply of reinforcement steel for all CPWD works should have following
selection criteria of steel manufacturers :-
Steel producers of any capacity using iron ore/processed iron ore as the basic
raw material adopting advanced refining technologies as given hereunder,
i. DRI-EAF = Direct Reduced iron-Electric arc furnace.
or
ii. BF-BOF = Blast furnace-Basic oxygen furnace.
or
iii. COREX-BOF = COREX - Basic oxygen furnace.
Chief Engineer CSQ (Civil) unit, Directorate of CPWD shall approve the
steel manufacturers.
The contractor shall have to obtain and furnish manufacturer test certificates to
the Engineer-in-charge in respect 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
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
- 37 - Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
The steel reinforcement bars 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
at frequency not lessthan that specified below:
10 mm to 16mm dia One sample for each 35 One sample for each 45 tonnes
Bars tonnes or part there of or part there of
Over 16mm dia bars One sample for each 45 One sample for each 50 tonnes
tonnes or part there of or part there of
The contractor shall supply free of charge the steel required for testing
including its transportation to testing laboratories. The cost of testing of steel
reinforcement shall be borne by the contractor.
The actual issue and consumption of steel on work shall be regulated and
proper accounts maintained as provided in clause 10 of the contract. The
theoretical consumption of steel shall be worked out as per procedure
prescribed in clause 42 of the contract and shall be governed by conditions
laid therein. In case the consumption is less than theoretical consumption
including permissible variations, recovery at the rate so prescribed shall be
made. In case of excess consumption no adjustment need to be made.
The Steel brought to site and remaining unused shall not be removed from site
without the written permission of Engineer-in-Charge.
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
- 38 - Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
The standard sectional weights referred to shall be as in Table 5.4 in para 5.3.4
in revised CPWD specifications 2009 Vol. I will be considered for conversion
of length of various sizes of TMT bars in to standard weight.
Record of actual sectional weights shall also be kept dia wise and lot wise.
The average sectional weight for each diameter shall be arrived at from
samples from each lot of steel received at site. The decision of the Engineer in
Charge shall be final for the procedure to be followed for determining the
average sectional weight of each lot. Quantity of each diameter of steel
received at site of work each day will constitute one single lot for the purpose.
The weight of steel by conversion of length of various sizes of bars based on
the actual weighted average sectional weight shall be termed as Derived
Actual Weight.
If the derived weight is less than the standard weight, then the Derived Actual
Weight shall be taken for payment.
If the derived actual weight is found more than the standard weight, than
standard weight as worked out as per para above shall be taken for payment.
Nothing shall be paid extra for the difference in Derived/ Actual Weight and
standard weight.
Every care should be taken to avoid mixing different types of grades of bars in
the same structural members as main reinforcement to satisfy relevant clause
of IS: 456. In case of buildings, wherever the situation necessitates, the change
over shall be permitted only from any one level onwards. In case of
foundations, all foundation elements (footings and grade beams) shall have the
same kind of steel. In the case of columns, all structural elements up to the
level of change, where the change over is taking place should have the same
kind of steel as those in columns.
The reinforcing steel brought to site of work shall be stored on brick / timber
platform of 30/40-cm height, nothing extra shall be paid on this account.
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
- 39 - Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
- 40 - Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
- 41 - Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
Design mix is to be carried out as per IS 10262, IS 456 and other relevant IS
codes / CPWD Specifications amended upto 11.09.2017.
The agency shall install fully automatic Batch Mix Plant at site or in nearby
area wherever permissible. If required, agency will arrange concrete from
RMC (Ready Mix Concrete) producing plants (located within 50 km distance
from the site of work) with prior approval from Engineer-in-charge.
For all purposes, the agency shall carry out fully, the responsibilities of the
“placement agency” and the “manufacturer of concrete”.
The Engineer-in-Charge will reserve the right to inspect at any stage and reject
the concrete if he is not satisfied about quality of product at the user‟s end.
Weight and quantity check on the ingredients, water and admixtures added for
batch mixing.
3.4.4 Testing of fresh concrete, recordings of results and declaring the mix
fit or unfit for use. This will include continuous control on the
workability during production and taking corrective action, if required.
All required relevant records of produced and used concrete shall be made
available to the Engineer-in-Charge or his authorised representative. Engineer-
in-Charge shall, as required, specify guidelines & additional procedures for
quality control & other parameters in respect of materials, production &
transportation of concrete mix which shall be binding on the agency. Only
concrete as approved in design mix by Engineer-in-Charge shall be produced
and transported to the site.
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
- 42 - Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
CRRI, Delhi.
In the event of all the above laboratories being unable to carry out the requisite
design/testing, the agency shall have to get the same done from any other
reputed laboratory with prior approval of the Engineer-in-Charge.
Waterproofing
The work shall be got executed from the specialized agency as approved by
the Engineer-in-Charge.
Total quantity of the water proofing compound required shall be arranged only
after obtaining the prior approval of the make by Engineer-in-charge in
writing. Materials shall be kept under double lock and key and proper account
of the water proofing compound used in the work shall be maintained. It shall
be ensured that the consumption of the compound is as per specified
requirements.
The finished surface after water proofing treatment shall have adequate
smooth slope as per the direction of the Engineer-in-charge.
Specialise agency and main contractor shall get water proofing work done
checked by engineer-in-charge or his authorized agency by flooding of water
for sufficient duration as directed by Engineer-in-charge. However, this
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
- 43 - Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
The approved specialized agency for the work of water proofing will have to
execute a guarantee bond in the prescribed proforma in this bid document for
removing any defects in waterproofing done by it in this contract for 10 years
after completion of entire work in the contract agreement. Guarantee bond
shall be signed by both the specialized agencies as approved by the Engineer-
in-Charge and the main contractor to meet their liability under the guarantee
bond.
10% of total cost of water proofing item (excluding cost of external plaster on
masonary, if water proofing compound added in external plaster also) shall be
retained as additional security deposit and the amount so withheld would be
released after ten years from the date of completion of the entire work under
the agreement. If the performance of the work done is found unsatisfactory
and any defects noticed during the guarantee period, they shall be rectified by
the agency within 10 days of receipt of intimation of defects in the work. If
the defects pointed out are not attended to within the specified period, the
same will be got done from another agency at the risk and cost of the agency.
Aluminium Work
The material for the work shall be procured from the approved manufacturer as
per Approved make list for materials annex in this contract agreement. 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.
Only after the approval of the material samples and sample windows 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 manufacturer‟s test certificates for any
material or particular batch of materials supplied by him.
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
- 44 - Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
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.
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.
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 aluminum cleats, stainless steel screws etc.
shall not to cause any bi-metallic reaction by providing separators, wherever
required.6.5 Vertical members of the aluminum frame work shall be embedded
in the floors, wherever required, by cutting and making good of the floor.
The screws used for fixing fixed aluminum frames of the aluminum windows
to masonry walls / RCC members and aluminum members to other aluminum
members shall be of stainless steel of approved make and quality and of
stainless steel grade 304. Threads of machine screws used shall conform to
requirement of I.S. 4218.
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 manufacturer‟s specifications and shall be of
approved colour and shade. Any excess sealant shall be removed / cleared.
Nothing extra shall be payable for the above.
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
- 45 - Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
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:
(iii) All glazing rebates shall be square, to plumb, true to plane, dry and free
from dust.
(iv) Glass edge shall be clean and cut to exact size and grounded
(v) 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.
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 Bihari”Ebco,
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,
mockup 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.
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
- 46 - Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
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 i.e. handle, lock and buffer shall be paid for separately).
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 addition to above, 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 withheld amount 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,
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
- 47 - Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
In case of painting over old work / new work, the contractor shall give proper
notice to the Engineer-in-charge after the surface is prepared & before
applying of primer coat / paint. The Engineer-in-charge shall either approve
the surface thus prepared or ask the contractor to rectify the defects pointed.
Only after approval by Engineer-in-charge, the priming / painting coat shall be
applied.
Primer coat shall be applied over cement based putty as per specifications of
the paint manufacturers. If the component of primer is not included in the
BOQ agreement item for painting, then payment for primer shall be made to
the contractor separately.
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
- 48 - Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
Various factory made materials shall be procured from reputed and approved
manufacturers or their authorized dealers and the material shall conform to the
make as specified in this contract agreement. However for the items not
appearing in the list, preference shall be given to those articles which bear ISI
certification marks. In case articles bearing ISI certification marks are not
available or where BIS certification system is available for a particular
material/product but not even a single producer has so far approached BIS for
certification, the material can be used subject to the condition that in such case
written approval of the Technical sanctioning authority may be obtained
before use of such material in the work.
All materials and articles brought by the contractor to the site for use shall
conform to the samples approved, which shall be preserved till the completion
of the work. However, such articles which bear ISI mark but stand banned by
CPWD will not be used. Not with standing the case of materials of "Approved
Make" as given, provisions of Clause 10A of the General Conditions of
Contract for Central PWD works shall be applicable on the materials of
"Approved Make" also.
For items / materials not appearing in the list of Approved make of materials,
decision of Engineer-in-charge shall be final and binding.
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
- 49 - Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
jkt LFkku l jdkj] [kku ¼xzqi &2½ foHkkx ds Ik= Øekad Ik -13¼6½ [kku@xzqi &2@80&ikVZ t ; iqj ]
fnukad 15-11-2011 ds vuql kj jkt dh; foHkkxksa] Lok; Ùk'kk"kh l aLFkkvksa] jkt dh; mi Øeksa e sa dk; Zj r
fuekZ. k Bsd snkjksa l s fuekZ.k dk; Z esa dke vkus okys [ kfut ksa esl sujh LVksu] feV~Vh cksYMj] ct jh] da dj]
eksj e] l k/kkj.k feV~Vh ¼bZV feV~Vh dks NksM+d j½ dh jk; YVh ol wy h ds l aca/k esaA
mi jksDr fo"k; kar xZr i woZ esa t kjh fd; s x; s i fji = fnukad 06 -10-2008 @ 08-10-2008 dks ekuuh;
mPp U; k; ky; ] t ks/kiqj } kjk , l -ch- fl foy fjV l a - 1309@09 esa i kfjr vkns' k fnukad 17 -01-2011
l s fi Vh'kudÙkkZ }kjk jk; YVh isM [ kfut i zkIr dj dke esa fy; s t kus ds ckot wn mDr i fji =
vYi kof/k vuqefr Ik= ysus gsr q ck/; djrk gS] bl dkj .k fujLr fd; k gS rFkk i fji = dks l a' kksf /kr
dj t kjh djus dh NwV i znku dh xbZA mDr fu.kZ; ds i zdk'k esa i fji = fnukad 06 -10-2008 @
08-10-2008 ds vfrØe.k esa jkt dh; foHkkxksa] Lok; Ùk'kk"kh l aLFkkvksa] jkt dh; mi Øeksa esa dk; Zj r
fuekZ. k Bsd snkjksa l s fuekZ. k d k; Z esa dke vkus okys [ kfut ksa i j ns; jkW; YVh ds Hkqxr ku ckcr~ fuEu
i zfØ; k r; dh t krh gSA ; g i zfØ; k r qj ar i zHkko l s ykxw gksxhA
1- l acaf/kr fuekZ.k foHkkx dks dk; kZns' k dh i zfr e; t h&f'kM~; wy] ft l esa fuekZ. k esa dke vkus
okys [ kfut ksa dh ek=k dk fooj.k gks ¼ ?kuehVj vFkok Vuksa esa½] l acaf/kr [kfu vfHk; ar k @
l gk; d [ kfu vfHk; ar k dk; kZy ; esa i zLrqr djuh gksxhA
2- Bsd snkj dks fuekZ. k dk; Z 'kq: djus l s i woZ fuEu esa l s dksbZ ,d fodYi l acaf/kr [ kfu
vfHk; ar k @ l gk; d [ kfu vfHk; ar k dk; kZy ; esa 'ki Fk Ik= ds l kFk i zLr qr d juk gksxkA
fodYi &, %& ; fn Bsd snkj vi us Lr j i j [ kfut ksa dk [ kuu djus gsr q vYi kof/k vuqe fr
i = i zkIr djuk pkgrk gS ft l dk dk; Z l ekfIr i j vf/k'kqYd fu/kkZj .k djkuk
pkgrk gS ,oa jk; yVh dh jkf'k jfuax fcyksa l s dVokuk pkgrk gSA
fodYi &ch %& ; fn Bsdsnkj vYi kof/k vu qefr i = i zkIr djuk pkgrk gS] i jUrq jk; YVh dh
jkf'k jfuax fcyksa l s dVkus ds ct k; [ kku foHkkx esa vYi kof/k vuqefr Ik=
i zkIr djr s l e; vfxze : Ik l s t ek djkuk pkgrk gSA
fodYi &l h %& ; fn Bsd snkj l Ei w. kZ [ kfut jk; YVh isM [kjhnuk pkgrk gS rFkk jfuax fcy
dh LVst i j fu/kkZj .k ds fy, jk; YVh Hkqxrku dk l eqfpr fjdkWMZ i zLrqr
djsxkA
fodYi &Mh %& ; fn Bsdsnkj fodYi ch o l h dks l fEefyr : Ik l s dke esa ysuk pkgrk gSA
3- Bsd snkj }kjk mi jksDr fcUnq l a[ ; k 2 ds vuql kj fodYi i zLrqr dj fn; s t kus i j l acaf/kr
[ kfu vfHk;ar k @ l gk; d [ kfu vfHk;ar k }kjk bl dh l wpuk fuekZ. k foHkkx dks nh t k; sxh
,oa fuekZ.k foHkkx fodYi ksa ds vuql kj] uhps nh xbZ O; oLFkk ds vuq: Ik] jk; YVh ol wy h ckcr~
dk; Zokgh djsxkA
4- fodYi &, ds Bsd snkjksa ds i zFke fcy i kfjr djus ds i woZ fuekZ. k&foHkkx [ kfu vfHk;ar k @
l gk; d [ kfu vfHk;ar k }kjk t kjh vYi kof/k vuqefr Ik= dh izfr i zkIr djsx k] vU; Fkk fcy
dk Hkqxrku ugha fd; k t k; sxkA ,sl s Bsd snkjksa ds jfuax fcyksa l s jk; YVh dh dVkSr h
fUkEukuql kj fu/kkZfjr nj l s dh t kdj psd vFkok egkys[ kkdkj ds ; gk¡ l ek; kst u ds ek/; e
l s e; dVkSr h fooj.k ds t ek djkuh gksxh &
1- l M+d fuekZ. k ¼okbMfuax l fgr½ 3%
2- Hkou fuekZ. k 2%
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
- 50 - Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
mDr fodYi ds Bsd snkj ; fn vfrfj Dr jkf'k t ek gks t kus ds dkj.k fjQ.M pkgrs
gS rks mUgsa fuekZ. k dk; Z l ekfIr ds 3 0 fnol dh vof/k esa vi uk fj dkWMZ ; Fkk dke esa fy; s
x; s [ kfut dk C; kSj k ¼fuekZ. k foHkkx l s i zekf.kr'kqnk½ [ kfut i zkIr fd; s t kus dk L=ksr ]
ml ds fcy@joUuk@vf/kd`r Bsdsnkj dh jk; YVh i pkhZ ft uesa fuekZ. k foHkkx ds Bsdsnkj dk
uke vafdr gks] vf/k'kqYd fu/kkZj .k g sr q [ kfu vfhk; ar k @ l gk; d [ kfu vfHk; ar k dk; kZy ; esa
i zLr qr djus gksaxsA mDr 30 fnol dh vof/k esa fjdkWMZ i zLrqr ugha djus i j fuekZ. k foHkkx
}kjk jfuax fcyksa l s dkVh xbZ jkf'k dks vafre ekuk t k; sxkA
5- fodYIk&ch ds Bsd snkjksa dks vYi kof/k vuqefr i = i zkIr djr s l e; [ kfut dh jk; YVh
l acaf/kr [ kfu vfHk; ar k @ l gk; d [ kfu vfHk;ar k dk; kZy ; esa t ek djkuh gksxhA fuekZ. k
foHkkx }kjk ,sl s Bsd snkjksa ds jfuax fcy dVkSr h fd; s cxSj i kfjr fd; s t k l dsaxs] i jUr q
vafre jfuax fcy [ kfu vfHk;ar k @ l gk; d [kfu vfHk; ar k l s vuki fÙk i zk Ir fd;s fcuk
i kfjr ugha fd; k t k; sxkA
6- fodYIk&l h ds Bsd snkjksa }kjk l acaf/kr jfuax fcy rd dke esa fy; s x; s [ kfut dk C; kSj k
¼fuekZ. k foHkkx l s i zekf.kr 'kqnk½] [ kfut i zkIr fd; s t kus dk L=ksr muds fcy@joUuk@
vf/kd`r Bsd snkj dh jk; YVh i phZ ft uesa fuekZ. k foHkkx ds Bsd snkj dk uke vafdr gks]
vf/k'kqYd fu/kkZj .k gsr q [ kfu vfHk;ar k @ l gk; d [ kfu vfHk; ar k dk; kZy ; esa i zLrqr djus gksaxsA
[ kfu vfHk; ar k @ l kg; d [kfu vfHk;ar k }kjk vf/k'kqYd fu/kkZj .k vkns' k t kjh dj fn; s
t kus i j fuekZ.k foHkkx }kjk l acaf/kr jfuax fcy i kfjr fd; k t k l dsxk] i jUrq vafre jfuax
fcy [kfu vfHk; ar k @ l gk; d [ kfu vfHk;ar k }kjk vuki fÙk izkIr fd; s fcuk i kfjr ugha
fd; k t k; sx kA
7- fodYi &Mh ds Bsd snkjksa dks vYi kof/k vuqefr i = i zkIr djrs l e; [ kfut dh jkW; YVh
l acaf/kr [kfu vfHk; ar k @ l gk; d [ kfu vfHk;ar k dk; kZ y; esa t ek djkuh gksxhA jk; YVh i sM
i zkIr fd; s x; s [kfut dk C; kSj k ¼fuekZ. k foHkkx l s i zekf.kr 'kqnk½] [ kfut izkIr fd; s t kus dk L=ksr
muds fcy @ joUuk @ vf/kd`r Bsd snkj dh jkW; YVh i phZ ft uesa fuekZ. k foHkkx dsBsd snkj
dk uke vafdr gks] vf/k'kqYd fu/kkZj .k gs rq [ kfu vfHk; ar k @ l gk; d [ kfu vfHk; ar k dk; kZy ;
esa i zLrqr djus gksaxsA [ kfu vfHk; ar k @ l gk; d [ kfu vfHk; ar k dk; kZy ; esa i zLrqr djus gksaxsA
[ kfu vfHk;ar k @ l gk; d [ kfu vfHk; ar k } kjk vf/k'kqYd fu/kkZj .k vkns' k t kjh
dj fn; s t kus i j fuekZ. k foHkkx } kjk l acaf/kr jfuax fcy i kfjr fd; k t k l dsxk] i jUrq
vafre jfuax fcy [ kfu vfHk;ar k @ l gk; d [kfu vfHk; ar k l s vuki fÙk i zkIr fd;s fcuk
i kfjr ugha fd; k t k; sxkA
8- BOT/BOOT ds rgr gksus okys fuekZ. k dk; ksZ vFkok ft u fuekZ. k dk; ksZ ds fcyksa dk Hkqxr ku
fdl h Hkh foHkkx }kjk ugha fd; k t krk gS] ml esa fodYi &, ] l h , oa Mh ykxw ugha gksxk]
budh ct k; fodYi &ch ykxw gksxkA
9- dk; Z l ekIr gksus i j fuekZ.k foHkkx }kjk Bsd snkj }kjk mi ; ksx dh xbZ [kfut dh okLrfod
ek=k dk fooj.k rFkk dkVh xbZ jk; YVh jkf'k dk C; kSj k l acaf/kr [ kfu vfHk; ar k @ l gk; d
[ kfu vfHk; ar k dks nsuk gksxkA
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
- 51 - Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
11- Bsd snkj }kjk i zfr caf/kr {ks=ksa t Sl s pkjkxkg Hkwfe] dspesaV , fj; k] ou @ vH; kj.; @ jk"Vªh;
m/kku rFkk muds l sQ~Vh t ksu {ks=] fofHkUu U; k; ky; ksa } kjk i zfrcaf/kr {ks= ksa esa [ kuu dk; Z ugha
fd; k t k; sxk ,oa Lohd`r [ kuu i V~Vk @ ykbZl sal {ks= esa ; k fdl h [ kkrsnkjh Hkwfe esa cxSj
i V~Vk/kkjh @ykbZl sal /kkjh ; k l acaf/kr [ kkr snkj dh fyf[ kr l gefr ds fcuk [kuu dk; Z ug ha
fd; k t k; sxkA bl ckcr~ vYi kof/k vuqKkIk= dk vkosnu Ik= i s' k djrs l e; gh 'ki Fk Ik=
nsuk gksxkA
jkt LFkku l jdkj] [kku ¼xzqi &2½ foHkkx ds Ik= Øekad Ik -13¼6½ [kku@xzqi &2@80&ikVZ t ; iqj ]
fnukad 18-10-2012 ds vuql kj bl foHkkx ds l el a[ ; d i fji = fnukad 15 -11-2011 ds fcUnq l a[ ; k
6 esa vka f'kd l a' kks/ku fd; k t krk gS fd bl fcUnq esa of.kZr jkW; YVh isM [ kfut i zkIr djus okys
Bsd snkjksa ds vf/k'kqYd fu/kkZj .k i zR; sd jfuax fcy o vafre fcy dh LVst i j fd; s t kus dh ct k;
i zFke jfuax fcy dh LVst ,oa vafre fcy dh LVst i j gh fd; s t k, A
bl ds vykok mDr i fji = ds fcUnq l a[ ; k 8 dks fuEui zd kj i zfrLFkkfi r fd; k t krk g %&
"BOT/BOOT ds rgr gksus okys fuekZ. k dk; ksZ] ft uesa fcyksa dk Hkqx rku fuekZ. k foHkkx
}kjk l aosnd dks ugha fd; k t kr k gS] muesa fodYi &^,* ykxw ugha gksx k] fodYi &ch ykxw
gksxk] fodYi &l h , oa fodYi & Mh bl 'krZ ds l kFk ykxw gksaxs fd dk; Z l ekfIr i j l aosnd
}kjk fuekZ. k foHkkx l s [ kfut dh ek=k dk fooj.k izkIr fd; k t kdj vf/k'kqYd fu/kkZj .k gsr q
fcUnq l a[ ; k 4 esa of.kZr nLrkost [ kfu vfHk; ar k dks i zLrqr djus gksaxs ,oa [ kfu vfHk; ar k }kjk jk;
YVh dh vns; rk dk i zek.k&Ik= t kjh fd; k t kosxkA fuekZ.k foHkkx }kjk l aosnd dks Vksy
ol wy h vf/kdkj Ik= @ dk; Z i w.kZ dk izek.k Ik= rc rd t kjh ugha fd; k t kosxk] t c rd
l aosnd [ kfu vfHk; ar k l s jkW; YVh dh vns; rk dk i zek.k Ik= i zkIr dj i zLrqr ugha dj nsosaA
jkt LFkku l jdkj] [kku ¼ xzqi &2½ foHkkx ds Ik= Øekad Ik -13¼6½ [kku@xzqi &2@80&ikVZ t ; iqj ]
fnukad 09-01-2013 ds vuql kj bl foHkkx ds l el a[ ; d i fji = fnukad 15 -11-2011 esa fuekZ. k foHkkx
ds Bsdsnkjksa l s [ kfut ksa i j jk; YVh ol wy h , oa i jfeV ds l aca/k esa O; oLFkk dh xbZ gS] ft l esa vkaf'kd
l a' kks/ku i fji = fnukad 18 -10-2012 l s fd; k x; k gSA mDr ds Øe esa i fji = fnukad 15 -11-2012 esa
fcUnq l a[ ; k 12 fuEu i zd kj t ksM+k t krk gS %&
^^12- t ks Bsdsnkj jk; YVh i sM [ kfut i zkIr dj fuekZ. k dk; Z l Ei kfnr djuk pkgrs gS] i jUr q
i zFke ; k vafre jfuaax fcy dh LVst i j vf/k'kqYd fu/kkZj .k ugha djokuk pkgrs gS] mUgsa
fodYIk ^bZ* ds : i esa oxhZd `r fd; k t kdj muds vafre fcy l s jk; YVh dh dVkSr h
fuEukuql kj fu/kkZj .k nj l s dh t kdj psd vFkok ,0t h0 ,Mt sLVeasV ds ek/; e l s [ kku
foHkkx ds vk; en esa t ek djokbZ t k, %&
1- l M+d fuekZ. k @ okbMfuax , oa Hkou fuekZ.k dk; Z 3%
2- fji s; fjax ,oa vU; dk; Z 1.5%
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
- 52 - Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
mDr fodYi BOT/BOOT Bsdsnkjksa } kjk fy; s t kus i j mUgs dk; Z dh dqy ykxr dk
mi jksDr njksa l s jkf'k [ k fu vfHk;ar k dk; kZy ; esa rhu l eku fdLrksa esa dk; Z l ekfIr l s i woZ
t ek djkuh gksxhA fuekZ. k foHkkx }kjk dk; Z dh vafr e l a' kksf/kr ykxr l s [ kfu vfHk; ar k dks
voxr djk; k t k, xk r Fkk r huksa fdLr t ek gks t kus ds [ kfu vfHk;ar k } kjk LkR; ki u fd;s
t kus i j fcUnq l a[ ; k 8 vuql kj fuekZ. k foHkkx ds vfHk; ar k }kjk Vksy ol wy h vf/kdkj Ik= @
dk; Z i w.kZr k i zek.k Ik= t kjh fd; s t k; saxsA
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
- 53 - Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
Preferred makes of materials to be used in the work are as under. In case of non
availability of these makes, the Engineer-in-charge may allow use of alternative BIS makes
of materials in the work. Non BIS marked materials may be permitted by the Engineer-in-
charge with prior approval of CE.
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
- 54 - Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
- 55 - Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
- 56 - Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
The materials which are not in above list, for that make will be approved by
competent authority / Engineer-in-charge
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
- 57 - Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
3. Last date of
submission of bid :- Upto 12.00 Noon on 28/12/2018
…………………………………………………………………………………………………
1. Name of Contractor :- …………………………………………
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
- 58 - Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
SEALED with the Common Seal of the said Bank this ................. day of ................. 20......
(1) If after tender opening 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 Engineer-
in-Charge:
(a) fails or refuses to execute the Form of Agreement in accordance with the
Instructions to contractor, if required;
OR
(b) fails or refuses to furnish the Performance Guarantee, in accordance with the
provisions of tender document and Instructions to contractor,
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 Engineer-in-Charge, 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 90 days for single bid works and
120 days for two bid system from last date of receipt of tender.
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
- 59 - Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
- 60 - Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
AFFIDAVIT
I / We also indemnify the Government against any losses arising out of non-
encashment of the bank guarantee if any.
(Deponent)
Signature of Contractor
Note : The affidavit is to be given by the Executants before a first class Magistrate.
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
- 61 - Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
- 62 - Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
- 63 - Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
DSR-2016
SUB-HEADS AND ITEM OF Net
S.No. Qty. Unit Estimated Code
WORK Rate Amount
1 EARTH WORK
1.1 Earth work in excavation by mechanical
means (Hydraulic excavator) / manual
means in foundation trenches or drains
(not exceeding 1.5 m in width or 10
sqm on plan), including dressing of
sides and ramming of bottoms, lift
upto 1.5 m, including getting out the
excavated soil and disposal of surplus
excavated soil as directed, within a
lead of 50 m.
2.8
1.1.1 All kinds of soil. 9.00 cum 197.40 cum 1777.00 2.8.1
1.2 Excavating trenches of required width
for pipes, cables, etc including
excavation for sockets, and dressing of
sides, ramming of bottoms, depth upto
1.5 m, including getting out the
excavated soil, and then returning the
soil as required, in layers not exceeding
20 cm in depth, including consolidating
each deposited layer by ramming,
watering, etc. and disposing of surplus
excavated soil as directed, within a
lead of 50 m :
2.1
1.2.1 All kinds of soil 2.10.1
1.2.1.1 Pipes, cables etc. exceeding 80 mm dia.
but not exceeding 300 mm dia 30.00 metre 267.45 metre 8024.00 2.10.1.2
1.3 Filling available excavated earth
(excluding rock) in trenches, plinth,
sides of foundations etc. in layers not
exceeding 20cm in depth, consolidating
each deposited layer by ramming and
watering, lead up to 50 m and lift upto
1.5 m. 9.00 cum 149.18 cum 1343.00 2.25
1.4 Supplying and filling in plinth with sand
under floors, including watering,
ramming, consolidating and dressing
complete. 1.00 cum 1088.73 cum 1089.00 2.27
2 CONCRETE WORK 4
2.1 Providing and laying in position cement
concrete of specified grade excluding
the cost of centering and shuttering -
All work up to plinth level :
4.1
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
- 64 - Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
- 65 - Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
4 BRICK WORK 6
4.1 Brick work with common burnt clay
F.P.S. (non modular) bricks of class
designation 7.5 in foundation and
plinth in: 6.1
4.1.1 Cement mortar 1:6 (1 cement : 6
coarse sand) 6.62 cum 5636.88 cum 37316.00 6.1.2
4.2 Brick work with common burnt clay
F.P.S. (non modular) bricks of class
designation 7.5 in superstructure
above plinth level up to floor V level in
all shapes and sizes in : 6.4
4.2.1 Cement mortar 1:6 (1 cement : 6
coarse sand) 8.20 cum 6622.93 cum 54308.00 6.4.2
4.3 Brick edging 7cm wide 11.4 cm deep to
plinth protection with common burnt
clay F.P.S. (non modular) bricks of class
designation 7.5 including grouting with
cement mortar 1:4 (1 cement : 4 fine
sand).
24.00 metre 46.50 metre 1116.00 6.44
5 STONE WORK 7
5.1 Random rubble masonry with hard
stone in foundation and plinth
including levelling up with cement
concrete 1:6:12 (1 cement : 6 coarse
sand : 12 graded stone aggregate 20
mm nominal size) upto plinth level with
:
7.1
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
- 66 - Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
- 67 - Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
9.12
with 7 mm (5 mm+2 mm) thick x 15
mm wide PVC sheet beading on inner
side, and joined together with solvent
cement adhesive. An additional 5 mm
thick PVC strip of 20 mm width is to be
stuck on the interior side of the 'C'
Channel using PVC solvent adhesive
etc. complete as per direction of
Engineer-in-charge, manufacturer's
specification & drawing.
6.5.1 30 mm thick plain PVC door shutters 3.78 sqm 3283.80 sqm 12413.00 9.120.1
7 STEEL WORK 10
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
- 68 - Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
8 FLOORING 11
8.1 Chequerred precast cement concrete
tiles 22 mm thick in footpath &
courtyard, jointed with neat cement
slurry mixed with pigment to match
the shade of tiles, including rubbing
and cleaning etc. complete, on 20 mm
thick bed of cement mortar 1:4 (1
cement: 4 coarse sand).
11.2
8.1.1 Dark shade pigment using ordinary
cement 27.00 sqm 849.81 sqm 22945.00 11.20.3
8.2 Providing and fixing Ist quality ceramic
glazed wall tiles conforming to IS:
15622 (thickness to be specified by the
manufacturer), of approved make, in
all colours, shades except burgundy,
bottle green, black of any size as
approved by Engineer-in-Charge, in
skirting, risers of steps and dados, over
12 mm thick bed of cement mortar 1:3
(1 cement : 3 coarse sand) and jointing
with grey cement slurry @ 3.3kg per
sqm, including pointing in white
cement mixed with pigment of
matching shade complete.
27.00 sqm 883.56 sqm 23856.00 11.36
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
- 69 - Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
10 FINISHING 13
10.1 12 mm cement plaster of mix : 13.1
10.1.1 1:6 (1 cement: 6 fine sand) 60.00 sqm 190.22 sqm 11413.00 13.1.2
10.2 15 mm cement plaster on the rough
side of single or half brick wall of mix :
13.2
10.2.1 1:6 (1 cement: 6 fine sand) 10.20 sqm 219.70 sqm 2241.00 13.2.2
10.3 20 mm cement plaster of mix : 13.3
10.3.1 1:6 (1 cement: 6 fine sand) 6.00 sqm 261.70 sqm 1570.00 13.3.2
10.4 Finishing walls with Acrylic Smooth
exterior paint of required shade : 13.46
10.4.1 New work (Two or more coat applied
@ 1.67 ltr/10 sqm over and including
priming coat of exterior primer applied
@ 2.20 kg/10 sqm) 80.00 sqm 113.94 sqm 9115.00 13.46.1
11 SANITARY INSTALLATIONS 17
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
- 70 - Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
- 71 - Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
- 72 - Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
13 DRAINAGE 19
13.1 Providing, laying and jointing glazed
stoneware pipes class SP-1 with stiff
mixture of cement mortar in the
proportion of 1:1 (1 cement : 1 fine
sand) including testing of joints etc.
complete : 19.1
13.1.1 100 mm diameter
4.00 metre 256.54 metre 1026.00 19.1.1
13.2 Providing and laying cement concrete
1:5:10 (1 cement : 5 coarse sand : 10
graded stone aggregate 40 mm
nominal size) all-round S.W. pipes
including bed concrete as per standard
design : 19.2
13.2.1 100 mm diameter S.W. pipe
4.00 metre 739.01 metre 2956.00 19.2.1
13.3 Providing and fixing square-mouth
S.W. gully trap class SP-1 complete
with C.I. grating brick masonry
chamber with water tight C.I. cover
with frame of 300 x300 mm size
(inside) the weight of cover to be not
less than 4.50 kg and frame to be not
less than 2.70 kg as per standard
design: 19.4
13.3.1 100x100 mm size P type
19.4.1
13.3.1.1 With common burnt clay F.P.S. (non
modular) bricks of class designation
7.5 2.00 nos. 1900.93 each 3802.00 19.4.1.1
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
- 73 - Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
14 WATER PROOFING 22
14.1 Grading roof for water proofing
treatment with 22.14
14.1.1 Cement concrete 1:2:4 (1 cement : 2
coarse sand : 4 graded stone aggregate
20 mm nominal size) 0.52 cum 6624.06 cum 3445.00 22.14.1
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
- 74 - Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .