0% found this document useful (0 votes)
109 views

Government of India Central Public Works Department Office of Executive Engineer, Ajmer Central Division, Ajmer (Rajasthan)

The document is a notice inviting tenders for the construction of 2 toilet facilities for handicapped persons and 4 ramps at Jawahar Navodaya Vidyalaya in Chhan, Tonk district of Rajasthan. It provides key details such as the name and location of the work, estimated project completion time of 4 months, last date and time for bid submission which is 12:00 noon on December 28th, 2018 and the time and date of bid opening which is 12:30 PM on December 28th, 2018. Interested contractors are advised to review bidding requirements and instructions before submitting their bids electronically.

Uploaded by

Apoorv Mahajan
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
109 views

Government of India Central Public Works Department Office of Executive Engineer, Ajmer Central Division, Ajmer (Rajasthan)

The document is a notice inviting tenders for the construction of 2 toilet facilities for handicapped persons and 4 ramps at Jawahar Navodaya Vidyalaya in Chhan, Tonk district of Rajasthan. It provides key details such as the name and location of the work, estimated project completion time of 4 months, last date and time for bid submission which is 12:00 noon on December 28th, 2018 and the time and date of bid opening which is 12:30 PM on December 28th, 2018. Interested contractors are advised to review bidding requirements and instructions before submitting their bids electronically.

Uploaded by

Apoorv Mahajan
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 76

GOVERNMENT OF INDIA

CENTRAL PUBLIC WORKS DEPARTMENT


OFFICE OF EXECUTIVE ENGINEER,
AJMER CENTRAL DIVISION,
AJMER (RAJASTHAN)

NIT No. 53/2018-19/EE /ACD/Ajmer

NAME OF WORK : C/o 2 nos. Toilet for Handicapped & 4


nos. Ramps at JNV Chhan Tonk (Raj.).
(1st Recall)
TIME ALLOWED : 04 months

DATE OF OPENING : 28/12/2018

C.P.W.D.
INDEX

Name of Work: C/o 2 nos. Toilet for Handicapped & 4 nos. Ramps at JNV
Chhan Tonk (Raj.).

SL. DESCRIPTION PAGE


NO. NOS.
1. Index 1
2. Press Notice 2
3. Information and Instructions for Contractors 3–6
PART – A
4. CPWD-6 for e-Tendering 7 – 13
5. CPWD – 7 14 – 15
PART – B
6. Schedule A, B, C, D, E, F 16 – 26
7. Additional Conditions & Specifications for Civil Work i/c Check 27 – 49
Points of Special Condition for Steel (Annexure-I)
8. Special Conditions regarding Royalty of Materials to be used in 50 – 53
Construction work
9. Approved Makes of Materials for Civil Works (Annexure-II) 54 – 57
10. Receipt of Deposition of Original EMD (Annexure-III) 58
11. Form of Earnest Money Deposit (Bank Guarantee Bond) 59
(Annexure-IV)
12. Form of Performance Security (Bank Guarantee Bond) (Annexure-V) 60 – 61
13. Guarantee Bonds/Affidavit for Work (Annexure-VI & VII) 62 – 63
14. Schedule of Quantity for Civil Work 64 – 74
15. Performa for quoting the rate in Percentage 75

Assistant Engineer (P) Executive Engineer


Ajmer Central Division Ajmer Central Division
CPWD, Ajmer CPWD, Ajmer

Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
-1- Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

A.E. (P) E.E.


PRESS NOTICE
CENTRAL PUBLIC WORKS DEPARTMENT
NOTICE INVITING E-TENDER

The Executive Engineer, Ajmer Central Division, CPWD, Ajmer invites on


behalf of the President of India online percentage rate tenders (1st Recall) from
approved and eligible contractors of CPWD for the following work(s) :
N.I.T. No. : 53/2018-19/EE/ACD/Ajmer, Name of Work: C/o 2 nos. Toilet for
Handicapped & 4 nos. Ramps at JNV Chhan Tonk (Raj, Period of completion : 04
months, Last time & date of submission of bid upto 12.00 Noon on 28/12/2018 & tender shall be
opened on 28/12/2018 at
12.30 P.M.

The tender forms and other details can be obtained from the website
www.tenderwizard.com/CPWD and www.eprocure.gov.in.

Note :- Matter below not to be published.

Executive Engineer
Ajmer Central Division
CPWD, Ajmer

Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
-2- Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

A.E. (P) E.E.


INFORMATION AND INSTRUCTIONS FOR CONTRACTORS FOR e-TENDERING
FORMING PART OF NIT AND TO BE POSTED ON WEBSITE

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

copy of receipt for tender


S. 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

(Four) 12.00 Noon on


Months
for Handicapped on 28/12/2018
28/12/2018
& 4 nos. Ramps

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.

3. The bid document consisting of plans, specifications, the schedule of quantities of


various types of items to be executed and the set of terms and conditions of the
contract to be complied with and other necessary documents can be seen and
downloaded from website www.tenderwizard.com/CPWD or www.cpwd.gov.in or
www.eprocure.gov.in free of cost.

Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
-3- Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

A.E. (P) E.E.


4. The bid can only be submitted after deposition of original EMD either in the office of
Executive Engineer inviting bids or division office of any Executive Engineer, CPWD
within the period of bid submission. and uploading the mandatory scanned documents
such as Demand Draft or Pay order or Banker`s Cheque or Deposit at Call Receipt or
Fixed Deposit Receipt and Bank Guarantee of any Scheduled Bank towards EMD in
favour of Executive Engineer, Ajmer Central Division, CPWD, Ajmer, receipt of
deposition of original EMD to division office of any Executive Engineer (including
NIT issuing EE/AE), CPWD and other documents as specified.
List of Documents to be scanned and uploaded within the period of bid submission :
I. Treasury Challan / Demand Draft / Pay order or Banker‟s Cheque / Deposit at
Call Receipt /FDR/Bank Guarantee of any Scheduled Bank against EMD.
II. Enlistment Order of the eligible contractors.
III. Scan copy of PAN Card.
IV. Scan copy of EPF registration certificate.
V. Scan copy of ESIC registration certificate
VI. Certificate of Registration for GST for the state in which the work is located
and acknowledgement of upto date return filed for GST. (Not later than one
year back from last date of receipt of tender.).
OR
If the contractor is presently not working in the state in which the work is
located then he has to submit and undertaking that :
(i) I am presently not working in the state where the work is to be
executed and do not have GST Registration of the concerned state.
VII. If the work is awarded to me, then I shall obtain GST registration within 30
days OR before the 1st payment is made.
VIII. Copy of receipt for deposited of original EMD issued from division office of
any Executive Engineer, CPWD (The EMD document shall only be issued
from the place in which the office of receiving division office is situated).
IX. Credential of the proposed associate Horticulture agencies for verification
and approval of department in Performa at Annexure-X.
X. Consent letter of such selected Horticulture agencies for association shall
also be enclosed in the prescribed format (Annexure-Y)
Note :- In case the bidder does not submit details as stated in S.No.IX & X, the same
shall be submitted within seven days of the issue of award letter in the O/o Engineer-
in-charge.
5. Those contractors not registered on the website mentioned above, are required to get
registered beforehand. If needed they can be imparted training on online bidding
process as per details available on the website.

6. The intending bidder must have valid class-III digital signature to submit the bid.

Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
-4- Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

A.E. (P) E.E.


7. On opening date, the contractor can login and see the bid opening process. After
opening of bids he will received the competitor bid sheets.
8. The contractor can upload documents in the form of JPG format and PDF format.

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 . . . . .

A.E. (P) E.E.


15. 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.

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 . . . . .

A.E. (P) E.E.


PART-"A"
CPWD-6 FOR e-TENDERING
GOVERNMENT OF INDIA
CENTRAL PUBLIC WORKS DEPARTMENT
NOTICE INVITING TENDER

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.

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

(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.

5. Tender document consisting of plans, specifications, the schedule of quantities of


various types of items to be executed and the set of terms & conditions of contract to
be complied with by the contractor whose tender may be accepted and other necessary
documents except Standard General Conditions of Contract Form can be seen from
website www.tenderwizard.com/CPWD or www.cpwd.gov.in or
www.eprocure.gov.in free of cost.

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

A.E. (P) E.E.


8. When bids are invited in three stage system and if it is desired to submit revised
financial bid then it shall be mandatory to submit revised financial bid, if not
submitted then the bid submitted earlier shall become invalid.

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.

10. The bid submitted shall become invalid if :


(i) The bidder is found ineligible.
(ii) The bidder does not deposit original EMD with division office of any
Executive Engineer, CPWD.
(iii) The bidder does not upload all the documents (including GST Registration) as
stipulated in the bid document including the copy of receipt for deposition
of original EMD.
(iv) If any discrepancy is noticed between the documents as uploaded at the time
of submission of bid and hard copies as submitted physically by the lowest
tenderer in the office of tender opening authority.
(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

Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
-8- Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

A.E. (P) E.E.


section / sub head in percentage rate tender, the tender shall be treated as
invalid and will not be considered as lowest tenderer.

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.

12. The description of the work is as follows:

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 . . . . .

A.E. (P) E.E.


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.

14. 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.

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.

17. No Engineer of gazette 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 contractor‟s service.

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 . . . . .

A.E. (P) E.E.


the time of invitation of tender and the rates quoted online at the time of
submission of bid and acceptance thereof together with any correspondence
leading thereto.

b) Standard C.P.W.D. Form 7 (GCC for CPWD works 2014) amendments upto
21/12/2018.

20. For Composite Tenders

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.

20.1.2 The tender document will include following three components:


Part A:- CPWD-6, CPWD-7 including schedule A to F for major
component of the work, Standard General Conditions of Contract
for CPWD 2014 or latest edition as applicable with all
amendments/modifications.
Part B:- General/specific conditions, specifications and schedule of
quantities applicable to major component of the work.
Part C :- Schedule A to F for minor component (Electrical) of the work.
(SE/EE in charge of major component shall also be competent
authority under clause 2 and clause 5 as mentioned in schedule A
to F for major components) General/specific conditions,
specifications and schedule of quantities applicable to minor
component(s) of the work.
Part D :- Schedule A to F for minor component (Horticulture) of the work.
(SE/EE in charge of major component shall also be competent
authority under clause 2 and clause 5 as mentioned in schedule A
to F for major components) General/specific conditions,
specifications and schedule of quantities applicable to minor
component(s) of the work.

The 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.

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
EE‟s/DDH in charge of minor components. One such signed set of agreement
shall be handed over to EE/DDH in charge of minor component(s). EE of
major component will operate part A and part B of the agreement. EE/DDH in

Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
- 11 - Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

A.E. (P) E.E.


charge of minor component(s) shall operate Part C & D along with Part A of
the agreement.

Entire work under the scope of composite tender including major and all
minor components shall be executed under one agreement.

Security Deposit will be worked out separately for each component


corresponding to the estimated cost of the respective component of works.

The main contractor has to associate agency(s) for minor component(s)


conforming to eligibility criteria as defined in the bid document and has to
submit detail of such agency(s) to Engineer-in-charge of minor component(s)
within prescribed time. Name of the agency(s) to be associated shall be
approved by Engineer-in-charge of minor component(s).

In case the main contractor intends to change any of the above


agency/agencies (for horticulture component) during the operation of the
contract, he shall obtain prior approval of Engineer-in-charge of minor
component. The new agency/agencies shall also have to satisfy the laid down
eligibility criteria. In case Engineer-in-charge is not satisfied with the
performance of any agency, he can direct the contractor to change the agency
executing such items of work and this shall be binding on the contractor.

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.

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.

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 . . . . .

A.E. (P) E.E.


(B) 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.

Executive Engineer
Ajmer Central Division
CPWD, Ajmer

Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
- 13 - Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

A.E. (P) E.E.


C.P.W.D.-7
GOVERNMENT OF INDIA
CENTRAL PUBLIC WORKS DEPARTMENT
STATE : Rajasthan ZONE: Northern Zone-III
CIRCLE : JAIPUR CENTRAL CIRCLE DIVISION : AJMER CENTRAL DIVISION

Percentage Rate Tender & Contract for Works

(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 . . . . .

A.E. (P) E.E.


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 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 _ _

(yyy) : to be filled in by Contractor

Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
- 15 - Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

A.E. (P) E.E.


PART-"B"
PROFORMA OF SCHEDULES

SCHEDULE ‘A’

Schedule of quantities
Schedule attached at Page No. 64 to 74

SCHEDULE ‘B’ :

Schedule of materials to be issued to the contractor

S.No. Description of Quantity Rates in figures & Place of issue


item words at which the
material will be
charged to the
contractor
1 2 3 4 5

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 requirement/documents for the work, if any
------------------------------ NIL --------------------------------
SCHEDULE ‘E’ :

1. Reference to General Conditions of contract: General Conditions of contract for


Central PWD Works 2014 incorporating all amendments issued upto 21/12/2018.
2. Name of work : C/o 2 nos. Toilet for Handicapped & 4 nos. Ramps at JNV
Chhan Tonk (Raj.).

Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
- 16 - Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

A.E. (P) E.E.


(i) Performance Guarantee : 5% (Five percent) of accepted composite
tendered value which shall be deposited with E-
in-C of major component of work

(ii) Security Deposit : 2.5% (Two & Half percent) of accepted tendered
value

SCHEDULE ‘F’

General Rules & Directions

(i) Officer inviting tender : Executive Engineer,


Ajmer Central Division
CPWD, Ajmer
(ii) Maximum percentage for quantity of
items of work to be executed beyond
which rates are to determined in
accordance with Clauses 12.2 & 12.3 See below

Definitions :

2(v) Engineer-in-charge Executive Engineer,


Ajmer Central Division
CPWD, Ajmer

2(viii) Accepting Authority Executive Engineer,


Ajmer Central Division
CPWD, Ajmer

2(x) Percentage on cost of materials


and labour to cover all overhead
and profits 15%

2(xi) Standard schedule of Rates DSR-2016 with upto date correction


slips issued upto 21/12/2018

2(xii) Department Central Public Works Department

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 . . . . .

A.E. (P) E.E.


CLAUSE 1
(i) Time allowed for submission of
Performance Guarantee, Programme
Chart (Time and Progress) and
Applicable labour licenses, Registration
with EPFO, ESIC and BOCW Welfare
Board including Provident Fund Code
No. or proof of applying thereof
from date of issue of letter of
acceptance. 07 Days
(ii) Maximum allowable extension
with late fee @0.1% per day of
performance guarantee amount
beyond the period as provided
in (i) above . 03 Days

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

Number of days from the date of issue of


letter of acceptance for reckoning date of
start 10 days

Schedule of handing over of site

Part Portion of Site Description Time Period for


handing over
reckoned from date
of issue of letter of
intent.
Part A Portion without any hindrance Full site At the Award of
Work
Part B Portions with Encumbrances Nil
Part C Portions dependent on work of
other agencies Nil

Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
- 18 - Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

A.E. (P) E.E.


Mile stone(s) as per table given below:- As per page No.20

Time allowed for execution of work 04 months

Authority to decide :

(i) Extension of time Executive Engineer,


Ajmer Central Division
CPWD, Ajmer

(ii) Rescheduling of mile stones Executive Engineer,


Ajmer Central Division
CPWD, Ajmer

(iii) Shifting of date of start in case


of delay in handing over of site Executive Engineer,
Ajmer Central Division
CPWD, Ajmer

Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
- 19 - Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

A.E. (P) E.E.


Mile Stone

Name of Work : C/o 2 nos. Toilet for Handicapped & 4 nos. Ramps at JNV Chhan
Tonk (Raj.).

Mile stone(s) as per table given below :-

S. Description of mile stone Period for Withheld


No. completion amount for
from date of non-
start in achievement
days/months. of mile
stone.
1.25% of
1 1/8th of the whole work in financial terms 30 days
accepted
tendered
amount.
1.25% of
2 3/8th of the whole work in financial terms 60 days
accepted
tendered
amount.
1.25% of
3 3/4th of the whole work in financial terms 90 days
accepted
tendered
amount.
Completion of entire work as per agreement including 1.25% of
4 120 days
cleaning of site all complete in all respect. accepted
tendered
amount.

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 . . . . .

A.E. (P) E.E.


Clause 5.2
Nature of Hindrance Register: Physical or Electronic

Clause 5.4

Schedule of rate of recovery for delay in submission of the modified programme in


terms of delay days

S.No. Contract Value Recovery Rs.


I. Less than or equal to Rs. 1 Crore 500
II. More than Rs. 1 Crore but less than or equal to Rs. 5 1000
Crore
III. More than Rs. 5 Crore but less than or equal to Rs. 20 2500
Crores
IV. More than Rs. 20 Crore 5000

CLAUSE 6 / 6A

Clause applicable 6A/6

CLAUSE 7

Gross work to be done together with


net payment/adjustment of advances
for material collected, if any, since
the last such payment for being
eligible to interim payment Rs. 1.57 Lacs

CLAUSE 7A

Whether Clause 7A shall be Yes


Applicable (No Running Account Bill shall be paid
for the work till the applicable labour
licences, registration with EPFO, ESIC
and BOCW Welfare Board, whatever
applicable are submitted by the
contractor to the Engineer-in-charge.

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 :

S.No. Contract Value Limit Rs.


I. Less than or equal to Rs. 1 Crore 2000
II. More than Rs. 1 Crore but less than or equal to Rs. 5 Crore 5000
III. More than Rs. 5 Crore but less than or equal to Rs. 20 Crores 25000
IV. More than Rs. 20 Crore 50000

Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
- 21 - Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

A.E. (P) E.E.


CLAUSE 10A :

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

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

12. Measuring jars 100ml, 200ml, 500ml As required


(Min 1 each)
13. Gauging trowels 100mm & 200mm with wooden As required
handle (Min 2 nos)
14. Spatula 100mm & 200mm with long blade wooden As required
handle (Min 4 nos)
15. Vernier calipers 12” & 6” size 1 each
16. Digital paint thickness meter for steel 500 micron Nil
range
17. GI /MS tray 600x450x50mm, 450x300x40mm,300x250x40mm 1 No each
18. Screw gauge 0.1mm-10mm, least count 0.05 1
19. Wash Bottles capacity 500 ml As required
20. Hacksaw with 6 blades 1
21. Measuring tape 2 mtr 1
22. Shovels & Spade 2
23. Plastic or G.I. Buckets 15 ltr, 10 ltr, 5 ltr 1 each

Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
- 22 - Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

A.E. (P) E.E.


24. Wheel Barrow 1
25. Floor Brushes, hair dusters, scrappers, wire brush, paint brushes, 1 each
shutter steel plat oil, kerosene with stove etc.
26. Any other equipment for site tests as outlined in BIS codes and as
directed by the Engineer-in-charge.
27. Computer with Laser Printer 1 set

CLAUSE 10B (ii)

Whether clause 10-B(ii) shall


be applicable No

CLAUSE 10C Not Applicable

Component of labour expressed 25%


as percentage of value of work

CLAUSE-10 (CA) Not Applicable

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. -

CLAUSE 10 (CC) Not Applicable


Clause 10 CC to be applicable in More than 12 Months
contracts with stipulated period of
completion exceeding the period shown
in next column
Schedule of component of other …………. Months
Materials, Labour, POL etc. for price
escalation.
Component of civil (except materials Xm ....................%
covered under clause 10CA) /Electrical
construction Materials expressed as
percent of total value of work. -
Component of Labour – expressed as Ym ....................%
percent of total value of work.
Component of P.O.L. - expressed as Zm ................... %
percent of total value of work.
Note : Xm………% should be equal to
(100) – (materials covered under clause
10CA i.e. Cement, Steel and other
material specified in clause 10 CA +
Component of Labour + Component of
P.O.L.)

Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
- 23 - Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

A.E. (P) E.E.


CLAUSE 11
Specification to be followed for
execution of work For Civil : CPWD Specification 2009
(Vol. I & II) with correction slips upto
21/12/2018

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 . . . . .

A.E. (P) E.E.


Clause 25
Constitution of Dispute Redressal Committee (DRC) :
(A) For total claims more than Rs. 25.00 lakhs
a. CE, NZ-II, Luknow – Chairman
b. Director (Works cum TLQA), NR-II, Lucknow – Member
c. SE(C), Lucknow Central Circle, Lucknow – Member
OR
SE(E), Lucknow Central Electrical Circle, Lucknow - Member
d. The SE-in-charge of the work shall present case before DRC but shall not have any
part in decision making.
(B) For total claims up to Rs. 25.00 lakhs
a. Director (Works cum TLQA), NR-II, Lucknow – Chairman
b. EE(C), Ajmer Central DivisionI, Jaipur - Member
OR
EE(E), Jaipur Central Electrical Division, depending upon nature of dispute.
(for all works under NZ-III except for works under their jurisdiction)
c. EE(C), Jodhpur Central Division, Jodhpur - Member
OR
EE(E), Jodhpur Central Electrical Division, depending upon nature of dispute.
d. EE(C), Ajmer Central Division, Jaipur. **(for dispute of works under Ajmer Central
DivisionI or Jodhpur Central Division) - **(Alternate Member)
e. The Executive Engineer-in-charge of the work shall present the case before DRC but
will not have any part in decision making.

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 . . . . .

A.E. (P) E.E.


CLAUSE 42
(i) Schedule/statement for determining DSR-2016 with correction slips upto
theoretical quantity of cement & bitumen 21/12/2018
on the basis of Delhi Schedule of Rates

(ii) Variations permissible on theoretical quantities


(a) (i) Cement for works estimated cost put to
tender not more than Rs. 5 Lakhs 3 % plus/minus
(ii) For works with estimated cost put to
tender more than Rs. 5 Lakhs 2 % plus/minus
(b) Bitumen for all works 2.5% plus only & nil on minus side
(c) Steel reinforcement and structural
steel section for each diameter,
section and category 2% plus/minus
(d) All other materials Nil

RECOVERY RATES FOR QUANTITY BEYOND PERMISSSIBLE VARIATION

S.No. Description of item Rate in figures and words at which recovery


shall be made from the contractor

Excess beyond Less use beyond


permissible variation the permissible variation
1. Cement (PPC) Nil 110% of base price
2. Cement (OPC) Nil considered for the
3. Reinforcement Bars TMT-500D operation of clause
(i) Primary Manufacturer Nil 10 CA
(ii) Secondary Manufacturer Nil
4. Structural Steel Nil

Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
- 26 - Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

A.E. (P) E.E.


ADDITIONAL CONDITIONS & SPECIFICATIONS

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.

Order of Preference: In case of any difference or discrepancy between the


description of items as given in the schedule of quantities, specifications for
individual items of work, contract conditions and/or 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, if any, for the item in agreement
(iii) Special conditions, if any, in agreement
(iv) Additional conditions, if any, in the agreement
(v) Tender drawings attached/ issued during execution
(vi) CPWD Specifications including correction slips up to 21/12/2018
(vii) General Conditions of Contract 2014 for CPWD works with correction slips
up to 21/12/2018
(viii) Indian Standards Specifications of B.I.S.
(ix) ASTM, BS or other foreign origin code mentioned in agreement.
(x) Manufacturer‟s specifications for the item, as decided by Engineer-in-charge.
(xi) Sound Engineering practices or well established local construction practices.

A The water shall be arranged by contractor. In case, contractor takes water


from government source free of cost then recovery of water charges shall be
made as per relevant Clauses.

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 . . . . .

A.E. (P) E.E.


The work of services will be executed simultaneously. The agency shall
minimize the scope of making recesses, holes, opening etc. as the same shall be
planned in advance and necessary grooves/niches shall be provided in shuttering
of RCC.

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.

BIS marked materials except otherwise specified shall be subjected to quality


test at the discretion of the Engineer-in-Charge besides testing of other materials
as per the specifications described for the item/material. Wherever BIS marked
materials are brought to the site of work, the agency shall, if required, by the
Engineer-in-Charge, furnish manufacturer‟s test certificate or test certificate
from approved testing laboratory to establish that the material procured by the
agency for incorporation in the work satisfies the provisions of contract
agreement, specifications / BIS codes relevant to the material and / or the work
done.

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 . . . . .

A.E. (P) E.E.


necessary for execution of work.

Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
- 29 - Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

A.E. (P) E.E.


Regarding testing of civil & electrical materials, the testing of materials shall be
conducted in Govt. Laboratory/ Govt. colleges/ IITs/NITs or from the laboratory
approved by Engineer-in-charge. The charges of testing of materials in approved
laboratory shall be borne as below :
(i) By the contractor, if the results show that the material does not conform to
contract provisions, relevant specifications and BIS codes or any other relevant
code for which confirmatory test is carried out.
(ii) By the department except steel reinforcement, if the results show that the material
conforms to contract provisions, relevant specifications and BIS codes or any
other relevant code for which confirmatory test is carried out
The samples for testing shall be supplied free of cost by the contractor. The contractor
shall also make all arrangements for transportation and delivery of samples of
materials to the testing laboratory and nothing extra shall be payable for the same.

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.

Receipt of Material, testing of the same & Maintenance of Register of Tests.

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 . . . . .

A.E. (P) E.E.


All the entries in the registers will be made by the designated Engineering Staff
of the Agency.

Agency shall be responsible for safe custody of all the test registers.

Submission of original/copy of all test registers, material at site register and


hindrance register along with each alternate Running Account Bill and with the
Final Bill shall be mandatory.

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.

Pour card, check-list for Execution of work

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.

Other Conditions for Civil Work

The bidder shall acquaint himself with the proposed site of work, its approach
roads, working space available before quoting his rates.

No Entry/exit/roads other than specified by the Engineer-in-charge for purpose


of construction activities will be allowed to be used for construction activity
purposes or movement of trucks/lorries/load-carriers and nothing extra/ delay
whatsoever will be accounted for on this part.

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 . . . . .

A.E. (P) E.E.


caused thereon by the agency. All waste or superfluous materials shall be
removed by the agency without any reservation entirely to the satisfaction
of the Engineer-in-Charge.

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:

Guarding all parts of dangerous machinery.

Precautionary signs for working on machinery

Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
- 31 - Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

A.E. (P) E.E.


Maintaining hoists and lifts, lifting machines, chains, ropes, and other lifting
tackles in good condition.

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 protective equipment; helmets etc.

Provide measures to prevent fires. Fire extinguishers and buckets of sand to be


provided in the fire-prone area and elsewhere.

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.

Conditions of National Green Tribunal

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 . . . . .

A.E. (P) E.E.


/inconvenience to the pedestrians. It should be ensured by the agency that no
accidents occur on account of such permissible 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 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.

Wind breaking wall around construction site.

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 . . . . .

A.E. (P) E.E.


or plastic and / or other similar material to ensure that no construction
material dust fly outside the plot area.

Any violation of orders of MoEF including guidelines of State Government,


SPCB or any officer of any department shall lead to stoppage of work for which
Agency shall be responsible and no hindrance shall be accounted in this
regard.

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.

In the case of items of which abbreviated nomenclature is not available in the


above cited publication and also in case of extra and substituted items of
works for which abbreviated nomenclature is not provided in the agreement,
the full nomenclature of items shall be reproduced in the measurements
books and bill forms for running account bill.

The full nomenclature of the items shall be adopted in preparing abstract of


final bill in the measurement book and also in the bill form for final bill.

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 . . . . .

A.E. (P) E.E.


by surface vibrator /needle vibrator / plate vibrator , as the case may be to
achieve required strength and durability.

The construction joints shall be provided in predetermined locations only as


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

The contractor shall invariably prepare the samples of finishing items i.e.
flooring of different types, external & internal finishing i/c colour scheme of
paint, tiles in dado, flooring in platforms & staircase, water supply & sanitary
fittings and any other item as per direction of Engineer-in-charge. The
contractor shall proceed with further finishing items only after getting the
samples of these items approved in writing from Engineer-in-charge.

In case of construction of residential quarters, one sample quarter complete


in all shape for each category, shall be prepared by the contractor and got
approved from Engineer-in-charge in writing. The contractor shall be
allowed to proceed with further quarters only after getting the sample
quarters approved in writing from Engineer-in-charge No extra claim
whatsoever beyond the payments due at agreement rates will be entertained
from the contractor on this account.

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.

PROGRAM CHART: The Contractor shall prepare an integrated program


chart and action thereof as per GCC 2014 - Clause 5.1 of Contract.

Escalation: Escalation under clause 10 CA of GCC shall not be payable on


cement consumed in Fly Ash Bricks.

Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
- 35 - Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

A.E. (P) E.E.


Special Conditions

Cement

Agency shall procure PPC conforming to IS : 1489 (Part 1) as required in the


work from cement manufacturers mentioned in the list of approved makes for
civil works or from any other reputed cement manufacturer having a
production capacity not less than 1 million tons per annum as approved by
ADG (NR-II), CPWD, Lucknow. Uses of GGBS /Fly ash with OPC is
permitted.

The supply of cement shall be taken in 50 kg. bags bearing manufacturer's


name and ISI marking. Samples of cement arranged by the agency shall be
taken by the Engineer-in-charge and got tested in accordance with provisions
of relevant BIS codes. In case the test results indicate that the cement arranged
by the agency does not conform to the relevant BIS codes, the same shall
stand rejected, and it shall be removed from the site by the agency at his own
cost within a week's time of written order from the Engineer- in-charge to do
so. Supply of cement shall be taken in 50-kg bags bearing manufacturer‟s
name, or his registered trademarks if any and grade and type of cement as well
as ISI marking. The packing of the cement bags shall be as per CPWD
specifications 2009.

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


more as decided by the Engineer-in-charge. The cement godown of required
capacity to store the cement shall be constructed by the agency at site of work.

The cement godown shall always be accessible for the Engineer-in-Charge or


his representative.

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 . . . . .

A.E. (P) E.E.


The damaged cement shall be removed from the site immediately by the
agency 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 agency.

Steel Reinforcement Bars

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 procured steel should have following qualities:-


i. Excellent ductility, bend ability and elongation of finished product due
to possible refining technology.
ii. Consumption of steel should be accurate as per design.
iii. Steel should have no brittleness problem in finished product.
iv. Steel should carry the quality of corrosion and earthquake resistance.
v. Quality steel with achievement of proper level of sulphur and
phosphorus as per IS:1786-2008.

Selection Criteria of steel manufacturers

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.

For production of liquid steel to finish product at single/multiple locations


with NABL or any other similarly placed accrediting Government body which
operates in accordance with ISO/IEC17011 and accredits labs as per ISO/IEC
17025 conforming to IS:1786-2008 (Amendment -1 November 2012). The
check list for incorporation any quality steel producer is enclosed for technical
assesment is given in Annexure.

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 . . . . .

A.E. (P) E.E.


indicate that the steel arranged by the contractor does not conform to the
specifications, the same shall stand rejected, and it shall be removed from the
site of work by the contractor at his cost within a week time of written orders
from the Engineer-in-Charge to do so.

The steel reinforcement bars shall be brought at site in bulk supply of 10


tonnes or more or as decided by the Engineer in charge.

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:

Size of bar For consignment below For consignment above


100tones 100tones
Under 10 mm dia One sample for each 25 One sample for each 40 tonnes
bars tonnes or part there of or part there of

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.

Reinforcement including authorized spacer bars and lappages shall be


measured in length for different diameters as actually (not more than as

Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
- 38 - Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

A.E. (P) E.E.


specified in the drawings)used in the work nearest to a centimetre. Wastage
and unauthorized overlaps shall not be measured.

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 . . . . .

A.E. (P) E.E.


Annexure-I
Special Condition for Steel
(Reference para 2.1)
Sr. Item Checkpoint Remarks
No.
1. Steel Producer a. Factory address and Registration
having b. Certificate of manufacturing process
manufacturing c. Refining process of steel Producer
facilities at plant BF- BOF route
Corex - BOF route
c. 3 DRI – EAF route
With documentary evidence either for
BOF or EAF
d. Steel plant having infrastructure for
producing sponge iron, billete and TMT
Rebars
e. Production and Quality Flow Chart
f. Plant Evaluation and Process
Verification
g. List of Plant & Machinery
2. Established Document verification for:
a. Govt. / PSUApprovals
b. Supply orders of TMT Re-bars in
Govt.
Projects (Minimum-5 years)
c. Verification of direct supply orders to
any
State/Central Govt. Department I
d. User Certificate issued by any Govt.
Department directly
3. Indigenous Documentary evidence like;
a. Certificate of Incorporation
b. Memorandum of Articles of
Association
c. Credit rating of the company from
CARE/CRISIL/ICRA should not be
C/D
grade (minimum last 3 year)
4. Reliable a. Test Results from Govt./NABL
accredited
laboratories
b. In-house testing facility for
physical/Chemical tests (NABL
accredited)
d. Calibration Certificates
e. List of Lab Equipments:
Spectrometer
Computerized UTM

Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
- 40 - Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

A.E. (P) E.E.


5. Use of iron- Verification of Iron-Ore/Process iron
ore/Processes iron ore Invoices
are as basic raw
materials
6. Plant verification to identify in-house
In- house rolling
facility rolling facilities, production of liquid
steel & crude steel
7. Licenses & a. ISO9001:2008 Certification
Certificates b. ISO 14001:2004 Certification
c. OHSAS 18001:2007 Certification
d. IS 1786:2008 (TMT) Re-bars)
e. IS 2830:1990 (Billets)
8. Product Range TMT Re-bars
FE415/415D/500/500D/550/550DCRS
(Corrosion Resistant) & EQR
Earthquake Resistant) TMT Re-Bars
Size 8 to 36 mm dia

Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
- 41 - Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

A.E. (P) E.E.


Design Mix Concrete from Batch Mix Plant or RMC.

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.

The Engineer-in-charge reserves the right to exercise control over the: -

Ingredients, water and admixtures purchased, stored and to be used in the


concrete including conducting of tests for checking quality of materials,
recording of test results and declaring the materials fit or unfit for use in
production of mix.

Calibration check of the RMC plant.

Weight and quantity check on the ingredients, water and admixtures added for
batch mixing.

Time of mixing of concrete.

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.

For exercising such control, the Engineer-in-charge shall periodically depute


his authorized representative at the RMC plant. It shall be responsibility of the
agency to ensure that all necessary equipment, manpower & facilities are
made available to Engineer-in-Charge and/or his authorised representative at
RMC plant.

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 . . . . .

A.E. (P) E.E.


The concrete mix design with and without admixture will be carried out by the
agency, at his own cost, through one of the following laboratories/Test houses
to be approved by Engineer-in-charge: -

Site laboratory of approved RMC plant or own batch mix plant


approved by Engineer-in-charge.

IITs, NITs or any Govt. Engineering College.

National Council for Cement & Building Materials, Ballabhgarh.

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.

The water proofing compounds shall be in accordance to Approved make of


materials annexed in the contract agreement. Contractor shall get the water
proofing product and its make approved from Engineer-in-charge. However,
this approval shall not exempt the contractor and specialized agency from
responsibility for success of water proofing treatment done by him.

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.

Specialised agency shall prepare a mock up sample to demonstrate to engineer-


in-charge the success of water proofing treatment.

The finished surface after water proofing treatment shall have adequate
smooth slope as per the direction of the Engineer-in-charge.

Before commencement of treatment on any surface, it shall be ensured that the


outlet drain pipes / spouts have been fixed and the spout openings have been
eased and rounded off properly for easy flow of water.

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 . . . . .

A.E. (P) E.E.


approval shall not exempt the contractor and specialized agency from
responsibility for success of water proofing treatment done by him.

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.

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.

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.

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 a factory / workshop approved by
engineer-in-charge.

Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
- 44 - Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

A.E. (P) E.E.


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.

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.

Fixing of Aluminium Frame Work

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 . . . . .

A.E. (P) E.E.


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.
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:
(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.

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 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 . . . . .

A.E. (P) E.E.


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 i.e. handle, lock and buffer shall be paid for separately).

Guarantee for Aluminium Work

The contractor shall guarantee about proper design and performance of


aluminium work 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.

The 10 year guarantee, shall be furnished in non-judicial stamp paper of value


Rs.100/- or more, in prescribed performa for performance of glazed units,
anodizing, EPDM/silicon gaskets and sealants. 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 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 . . . . .

A.E. (P) E.E.


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 Engineer-in-charge. The defects, if
any, shall be rectified, retaining the same aesthetics and other functional
parameters of the original work.

Additional Conditions for Painting Work

Mechanical sanding machine (for scrubbing & preparation of surface) shall be


used by the contractor.

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.

Approved Make for Civil Works

Contractor shall adopt materials in work as per Approved make of materials


annexed in this contract document. Contractor shall submit samples of
materials he propose to use for this work for approval of engineer-in-charge.
The approved samples shall be preserved at work site in safe custody till
completion of whole work. In case any sample submitted by contractor is not
approved by Engineer-in- charge, contractor shall arrange and submit alternate
samples for approval of engineer-in-charge. The efforts should be made by the
contractor to use indigenous products. The agency should also consider the
availability of spares parts/components for maintenance purposes while
proposing any brand/manufacturer.

Wherever work is specified to be done or material procured through


specialized agencies, their names shall be got approved well in advance from
Engineer-in-charge. Failure to do so shall not justify delay in execution of
work. It is suggested that immediately after award of work, contractor should
negotiate with concerned specialist agencies and send their names for approval

Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
- 48 - Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

A.E. (P) E.E.


to Engineer-in-charge. Any material procured without prior approval of
Engineer-in-charge in writing is liable to be rejected. Engineer-in-charge
reserves right to get the materials tested in laboratories of his choice before
final acceptance. Non standard materials shall not be accepted.

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.

In the schedule of quantities / nomenclature of items, the brand / make of


product / material has been mentioned. The contractor is required to provide
the same brand / make as mentioned in the item or in the approved make list.
If the same are not available in the market or the suppliers adopts monopolistic
practice then the approval of other equivalent brand / make are to be obtained
from Engineer-in-charge. The contractor will submit such a case at least three
months before the materials is required at site. If the rate of other equivalent
brand / make are less than the brand / make mentioned in the item, than
necessary cost adjustment will be made for difference in rates.

For items / materials not appearing in the list of Approved make of materials,
decision of Engineer-in-charge shall be final and binding.

For CP brass fittings and sanitary fittings/items, normal range products


as specified in approved make list for materials shall be adopted in this
work.
The list of approved make of materials for Civil Works is given as
Annexure-II.

Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
- 49 - Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

A.E. (P) E.E.


SPECIAL CONDITIONS REGARDING ROYALTY OF MATERIALS
TO BE USED IN CONSTRCTUION WORK

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 . . . . .

A.E. (P) E.E.


3- l M+d uohuhdj.k 1.5%
4- vU; dk; Z ft uesa [ kfut dk mi ; ksx gksr k gks 1%

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 . . . . .

A.E. (P) E.E.


10- ; fn fuekZ. k foHkkx } kjk mDrkuql kj i zf Ø; k dk i kyu ugha fd; k x; k vFkok Bsd snkj }kjk
voS/k : Ik l s [ kfut dk mi ; ksx fd; k x; k gS rks [ kfut dh nl xq.kk jk; YVh ol wy h ; ksX;
gksxh] ft l dks t ek djkus dh ft Eesnkjh l acaf/kr fuekZ. k foHkkx d h gksxhA l acaf/kr [kfu
vfHk; ar k @ l gk; d [ kfu vfHk; ar k ,e,el hvkj] 1986 ds fu; e 66 rFkk Hkw&jkt Lo
vf/kfu; e ds i zko/kkuksa ds vuql kj mDr jkf'k ol wy dj l dsxkA

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

; g i fji = foÙk ¼jkt Lo fMoht u½ foHkkx dh vkMZ Mh l a[ ; k 101103210 fnukad 30 -10-2011


dh l gefr l s t kjh fd; k t krk gS rFkk bl fo"k; eas jkt L; l jdkj }kjk ekuuh; l oksZP p
U; k; ky; esa nk; j dh xbZ , l , yi h i j gksus okys fu.kZ; ds v/;/khu jgsxkA

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 . . . . .

A.E. (P) E.E.


mDr fodYi ysus okys Bsdsnkjksa dks dk; Z 'kq: djus l s i woZ ,d 'ki Fk Ik= fuekZ. k
foHkkx esa nsr s gq, i zfr [ kku foHkkx dks i `"Bkafdr fd; k t kuk gksxk fd os voS/k [ kuu l s
[ kfut i zkIr ugha dj saxs , oa [ kku foHkkx }kjk [ kuu L=ksr , oa i fjogu i j voS/k [ kuu
fuxZeu ds fo: } dh t kus okyh dk; Zokgh i j fdl h i zd kj dh mt jnkjh muds }kjk i zLrqr
ugha dh t k; sxhA

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 . . . . .

A.E. (P) E.E.


Annexure-II
PREFERRED MAKES OF MATERIALS FOR CIVIL WORKS

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.

S. Material List of Approved Make


No.
1. (i) Ordinary Portland Cement / ACC, Ultratech, Ambuja Cement, J.K. Cement,
Portland Pozzolona Cement. Century Cement, Shree Cement, Jaypee Cement,
Vikram Cement
(ii) White Cement Birla White , J. K. White
2. Reinforcement Steel SAIL, Tata Steel, Rashtriya Ispat Nigam Ltd
(RINL), JSW Steel Ltd., Jindal Steel & Power
Ltd.
3. Water Proofing Compounds, Fosroc, ROFF/Dr. Fixit(Pidilite Industries), CICO,
Admixtures, Plasticizer, Super Sika, BASF, Ardex Endura (Bal Endura)
Plasticizer, Curing Compounds
4. Integral Water proofing compound Fosroc : Conplast 421
with cement (For Plaster & Mortar) Dr. Fixit : LW+
Sika : Sikacin
Asian Paints : Smart care vitalia
& equivalent product of BASF, CICO, Ardex
Endura
5. Water proofing for bathroom/ toilet/ Fosroc : Brush Bond
balcony & other wet areas CICO : Tapecrete
Dr. Fixit : Pidifine 2K
Sika : Nito Bond
Asain Paints : Damp Block 2 K
& equivalent product of BASF, Ardex Endura
6. Crystalline water proofing Fosroc : Fosroc Crystalline
compound Dr Fixit : Dr. Fixit Crystalline
Sika : Sika Crystalline
Asian Paints : Crystalline Quart
& equivalent product of BASF, CICO, Ardex
Endura
7. Grouts, Tile Adhesive Latecrete, Kerokoal, BASF, Ardex Endura, Ferrous
Crete, Pidilite.
8. Stone Adhesive Pidilite - Fevimate excel, BASF, Ardex Endura,
MYK Laticrete
9. Structural Steel SAIL, Tata Steel, Rashtriya Ispat Nigam Ltd
(RINL), and JSW Steel Ltd., Jindal Steel & Power
Ltd,
10. Polycarbonate Sheet GE Plastic, LEXAN, Bayers
11. Profile steel sheet Ezydeck of TATA, Lloyd Superdeck, JSW / Jindal
11(A) Sandwich Profile panel Lloyd, Synergy, Metclo (Note : Profile steel sheet
should be of make Tata/ Jindal / JSW).

Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
- 54 - Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

A.E. (P) E.E.


12 Particle Board Action TESA, Greenlam, Merino.
13. Laminates Action TESA, Greenlam, Century Ply, Merino,
Sunmica.
14. Flush door shutters Duro, Century, Durian, Green ply.
15. Fire Rated Doors Signum Fire Protection, Shakti Metdoor, NAVAIR,
Sukri, Promat International
16. False Ceiling System Armstrong, Hunter Douglas, USG Boral, Saint
Gobain, Aerolite, Durlum
17. Plywood/ Veneer Green ply, Century, Merino, Duro, Durian
18. Melamine Polish Asian Paints Melamine Gold, Wudfin of Pidilite,
Timbertone of ICI Dulux.
19. Floor Spring & Door Closure Godrej, Dorma, Dorset, Kich
20 (a) Aluminium Section Hindalco, Jindal, Indian Aluminum co.
(b) Anodised Aluminium Hardware Kilong, Alualpha, Classic, Ebco
(HeavyDuty)
21. Clear/Float/Frosted/Toughen Glass/ Saint Gobain, AIS, Modiguard, Ashai Float
Refractive Glass
22. Stainless Steel Railing, Accessories JINDAL, Dorma, Kich, GEZE, Godrej.
etc.
23. S.S. Door & window & Fittings Jindal, Dorma, Kich, Doorset, Godrej, Ozone
24. Silicon based water repellant G.E. Plastics, Dow Corning, Wacker, BASF,
/Weather Sealant Pidilite (Dr. Fixit/Roff)
25. Poly-Sulphide Sealant Fosroc, Pidilite (Dr. Fixit/Roff), Sika, BASF
26. Mosaic tiles/ Chequered Tiles Ultra Tiles, NITCO, Hyper(Mayur), Pavcon
27. Ceramic Tiles Kajaria, NITCO, Johnson, Marbito, AGL
(excluding Bonjar tile).
28. Vitrified Tiles (Antiskid/ Kajaria, RAK, NITCO, Johnson, Marbito, AGL
Matt/Glazed) (Only Double charged (excluding Bonjar tile).
vitrified tile permitted.)
29. Paver block & Kerb Stone Pavcon, Hyper Tiles/Dynamic Industries/ Mayur,
KK, Power, Sharda, Navya
30. Dash / Anchoring Fasteners HILTI, Fischer, Bosch, Wurth.
31. Cement Based Wall putty Birla wall care, JK White, Berger, Asian Paints
32. Oil Bound Washable Distemper / Asian Paints : Professional Acrylic Distemper,
Dry Distemper Nerolac: Beauty Acrylic Distemper
Berger : Bison Acrylic Distemper
Dulux ICI : Maxilite
33. 1st Quality Acrylic Distemper Asian Paints : Tractor Aqua Lock Paint
(washable/Ready mix/ Low VOC) Berger : Commando
Or equivalent paints of Nerolac or ICI-Dulax.
34. Acrylic Emulsion Paints Asian Paints : Professional Premium Interior
Emulsion Paint
Nerolac : Beauty Gold
Berger : Rangoli total care,
ICI-Dulux : Super Cover
35. Plastic Emulsion Paint Asian Paints : Apcolite Heavy Duty Premium
Emulsion Paint
Nerolac : Impression

Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
- 55 - Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

A.E. (P) E.E.


Berger : Easy Clean
ICI-Dulux : 3 in 1
36. Premium Acrylic Emulsion Paints Asian Paints : Royale Luxury Emulsion
(Interior) Nerolac : Impression
Berger : Silk
ICI Dulux : Velvet touch
37. Textured Exterior Paint Asian paints, Nerolac, Berger Paints, Ultratech
Paints Luxture
38. Acrylic Smooth Exterior Paint Asian Paints : Apex/ Professional Premium Exterior
Emulsion
Nerolac : XL
Berger : Weather Coat
ICI-Dulux : Weather Shield
39. Premium Acrylic Smooth Exterior Asian Paints : Apex Ultima
Paint with silicon additive.
Nerolac : XL Total
Berger : Weather Coat all guard
ICI-Dulux : Weather Shield max
40. Synthetic Enamel Paint Asian: Apcolite Premium gloss enamel,
Nerolac : Synthetic Hi gloss
Berger : Luxol Hi gloss
ICI –Dulux : Gloss Synthetic enamel
41. Cement Primer Nerolac, BP White(Berger), Decoprime WT(Asian),
White primer (ICI)
42. Steel Primer(Red Oxide Zinc Asian Paints, Nerolac, Berger, ICI
Chromate Primer)
43. Wood Primer Asian Paints (Wood Primer – White/Pink), Berger
ICI, Nerolac,
44. Epoxy Paint Asian, Nerolac, Berger, ICI, Kansai Akzo Nobel
45. Fire Paint Asian Paints, Akzo Nobel Coatings India Ltd.,
PROMAT, Jotun,
46. G.I. / M.S. Pipe Tata, Jindal (Hisar)
47. G.I. Fittings Unik, AVR, Zoloto
48. HDPE Pipes Reliance, JainPipes, ORIPLAST, Supreme
49. DI PIPES Electrosteel, Jindal, TATA DUCTURA,
Kapilangle, Kesoram
50. DI Fittings Electrosteel, Jindal, TATA DUCTURA,
Kapilangle, Kesoram

Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
- 56 - Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

A.E. (P) E.E.


51. UPVC pipe and Fittings Astral, Supreme, Ashirwad
52. Centrifugally Cast (spun) Iron Pipes NECO, Kapilansh, Electrosteel.
&Fittings
53. C.I. Manhole covers, frames & GI NECO, RAJ Iron Foundary Agra, BIC, Kapilansh
Gratings
54. SFRC Manhole covers & gratings KK, JAIN, PARGATI
55. CP Brass Fittings Jaquar, Grohe, Roca
(Superior Range)
56. CP Brass Fittings Hindware, Jaguar (ESSCO series), Parryware,
(Normal Range) CERA, Plumber, Kerovit.
57. (a) Sanitary ware, Fittings & Kohler, Roca, Jaquar
accessories (Superior Range)
(b) Sanitary ware, Fittings & Hindware, CERA, Parryware, Jaguar
accessories (Normal Range)
58. Mirror Glass Atul, Modi Guard, Jaquar, CERA.
59. CPVC Pipe & fitting Astral, Supreme, Ashirwad
60. Stainless Steel Sink Neelkanth, Niralli, Jyna
61. RCC Pipes (NP-2) Lakshmi, Sood & Sood, Jain Pipe Co. (Newai),
Mahaveer Enterprises (Newai), work well spun
pipes, Pali.
62. UPVC Doors & Windows Fenesta, KOMERLING, RHEAU, Aluplast.
(PROFILE makers & their
authorized Fabricators only )
63. Extruded Polystrene Insulation Dowcorning, Supreme, Texas, Analco
Board
64. Heat Resistant Tiles Swastik, Thermatek
65. Gypsum Plaster Ferrous Crete, Gyproc Saint Gobain, Ultratech
66. Floor hardener Ironite, Ferrok, Hardonate
67. Modular Expansion Joint Herculus, Sanfield India Ltd. Vexcolt
68. Glass Wool Dow Corning, U.P. Twiga, Isover
69. UPVC doors and window hardware Rotto, Dorset, Kinlong
70. AAC Block Adhesive Ultratech, Ardex Endura, Ferrous Crete
71. AAC Block UltraTech, Aerolite, Seporex, Ecolite, Orilite.

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 . . . . .

A.E. (P) E.E.


Annexure-III
Receipt of Deposition of Original EMD
Receipt No.: Date :

1. Name of Work :- C/o 2 nos. Toilet for Handicapped & 4


nos. Ramps at JNV Chhan Tonk (Raj.).

2. NIT No. :- 53/2018-19/EE/ ACD/Ajmer

3. Last date of
submission of bid :- Upto 12.00 Noon on 28/12/2018
…………………………………………………………………………………………………
1. Name of Contractor :- …………………………………………

2. Form of EMD :- …………………………………………


3. Amount of
Earnest Money Deposit :- …………………………………………
4. Date of
submission of EMD :- …………………………………………

Signature, Name and Designation


of EMD receiving officer (EE / AE(P) / AAO)
alongwith Office stamp
………………………………………………………………………………………………..…
Note :-
1. The Executive Engineer of all divisions including NIT issuing division / sub-division of CPWD should
receive the original EMD for tender of other division.
2. The NIT approving authority / EE at the time of issue of NIT shall also fill and upload the above
prescribed format of receipt of deposition of original EMD alongwith NIT.
3. The Executive Engineer receiving EMD in original form shall examine the EMD deposited by the
bidder and shall issue a receipt of deposition of earnest money to the agency in a given format
uploaded by tender inviting EE. The receipt may be issued by the AE(P)/AE/AAO.
4. The Executive Engineer receiving original EMD shall also intimate tender inviting Executive Engineer
above deposition of EMD by the agency by email/fax/telephonically.
5. The original EMD receiving Executive Engineer shall release the EMD after verification from the e-
tendering portal website (www.tenderwizard.com > tender free view > advance search > awarded
tenders) that the particular contractor is not L-1 tenderer and work is awarded.
6. The tender inviting Executive Engineer will call for original EMD of the L-1 tenderer from EMD
receiving Executive Engineer immediately.

Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
- 58 - Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

A.E. (P) E.E.


Annexure-IV
FORM OF EARNEST MONEY DEPOSIT (BANK GUARANTEE BOND)

WHEREAS, contractor ................... (Name of contractor) (hereinafter called "the contractor")


has submitted his tender dated ............. (date) for the construction of
................................................ (name of work) (hereinafter called "the Tender")

KNOW ALL PEOPLE by these presents that we ......................................... (name of bank)


having our registered office at ................................... (hereinafter called "the Bank") are
bound unto ................................................... (Name and division of Executive Engineer)
(hereinafter called "the Engineer-in-Charge") in the sum of Rs ........................... (Rs. in words
.................................................) for which payment well and truly to be made to the said
Engineer-in-Charge 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 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,

We undertake to pay to the Engineer-in-Charge up either to the above amount or part


thereof upon receipt of his first written demand, without the Engineer-in-Charge having to
substantiates his demand, provided that in his demand the Engineering-Charge will note that
the amount claimed by his 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 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 . . . . .

A.E. (P) E.E.


Annexure-V
FORM OF PERFORMANCE SECURITY (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 an irrevocable Bank Guarantee
for Rs. …………. (Rupees ………………………………… only) as a security/guarantee
from the contractor(s) for compliance of his obligations in accordance with the terms and
conditions in the said agreement.
1. We, ………………………………. (hereinafter referred to as “the Bank”) hereby
undertake to pay to the Government an amount not exceeding Rs.
……………………….. (Rupees………………. Only) on demand by the
Government.
2. We, ……………………………….(indicate the name of the Bank) do hereby
undertake 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 as
required to meet the recoveries due or likely to be due from the said contractor(s).
Any such demand made on the bank shall be conclusive as regards the amount due
and payable by the bank under this Guarantee. However, our liability under this
guarantee shall be restricted to an amount not exceeding Rs.…………………..
(Rupees ......................................... only)
3. We, the said bank further undertake to pay the Government any money so demanded
notwithstanding any dispute or disputes raised by the contractor(s) in any suit or
proceeding pending before any court or Tribunal relating thereto, our liability under
this present being absolute and unequivocal.
The payment so made by us under this bond shall be a valid discharge of our liability
for payment thereunder and the Contractor(s) shall have no claim against us for
making such payment.
4. We, ……………………………. (indicate the name of the Bank) further agree that
the guarantee herein 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
Engineering-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, ……………………………. (indicate the name of the Bank) further agree with
the Government that the Government shall have the fullest liberty without our consent
and without affecting in any manner our obligation 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
forbear 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

Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
- 60 - Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

A.E. (P) E.E.


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, .............................................. (indicate the name of the Bank) lastly undertake not
to revoke this guarantee except with the previous consent of the Government in
writing.
8. This guarantee shall be valid up to …………………………unless extended on
demand by the Government. Notwithstanding anything mentioned above, our liability
against this guarantee is restricted to Rs .................................... (Rupees
………………..) and unless a claim in writing is lodged with us within six months of
the date of expiry or the extended date of expiry of this guarantee all our liabilities
under this guarantee shall stand discharged.

Dated the ………………..day of ……………………for ............................. (indicate the name


of the Bank)

AFFIDAVIT

I / We have submitted a bank guarantee for the work


_
(Name of work)
Agreement No.
Dated _ _from _
(Name of the Bank with full address)
to the Executive Engineer __ with a
view (Name of the Division)
to seek exemption from payment of performance guarantee in cash. This Bank guarantee
expires on _ _. I / We undertake to
keep the validity of the bank guarantee intact by getting it extended from time to time at my /
our own initiative upto a period of _ months after the recorded
date of completion of the work or as directed by the Engineer in charge.

I / We also indemnify the Government against any losses arising out of 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 . . . . .

A.E. (P) E.E.


GUARANTEE BONDS/AFFIDAVIT FOR WORK (Annexure-VI & VII)
Annexure –VI
GUARANTEE TO BE EXECUTED BY THE CONTRACTOR FOR REMOVAL OF
DEFECTS AFTER COMPLETION IN RESPECT OF WATER SUPPLY AND SANITARY
INSTALLATIONS, UPVC WINDOWS, ROCK WOOL INSULATION AND
POLYURETHENE FOAM, METAL FALSE CEILING SYSTEM
The agreement made this _ day of _ _ two thousand and
_ _ between __ S/o _ (hereinafter called the
GUARANTOR of the one part) and the PRESIDENT OF INDIA (hereinafter called the
Government of the other part).
WHEREAS THIS agreement is supplementary to a contract. (Herein after called the
Contract) dated _ and made between the GUARANTOR OF THE ONE PART
AND the Government of the other part, whereby the contractor interalia, under look to
render the work in the said contract recited structurally stable workmanship and use of sound
materials.
AND WHEREAS THE GUARANTOR agreed to give a guarantee to the effect that the said
work will remain structurally stable and guarantee against faulty workmanship, finishing,
manufacturing defects of materials and leakages etc.
NOW THE GUARANTOR hereby guarantee that work executed by him will remain
structurally stable, after the expiry of maintenance period prescribed in the contract for the
minimum life of ten years, to be reckoned from the date after the expiry of maintenance
period prescribed in the contract.
The decision of the Engineer in charge with regard to nature and cause of defects shall be
final.
During the period of guarantee the guarantor shall make good all defects to the satisfaction of
the Engineer in charge calling upon him to rectify the defects, failing which the work shall be
got done by the Department by some other contractor at the guarantor‟s cost and risk. The
decision of the Engineer in charge as to the cost payable by the Guarantor shall be final and
binding.
That if the guarantor fails to make good all the defects, commits breach there under then the
guarantor will indemnify the Principal and his successor against all loss, damage cost
expense or otherwise which may be incurred by him by reason of any default on the part of
the GUARANTOR in performance and observance of this supplementary agreement. As to
the amount of loss and / or damage and / or cost incurred by the Government the decision of
the Engineer in charge will be final and binding on the parties.
IN WITHNES WHEREOF those presents have been executed by the obligator
_ _ and _ by for and on behalf of the
PRESIDENT OF INDIA on the day , month and year first above written.
Signed sealed and delivered by OBLIGATOR in presence of :.
1. _
2. _
SIGNED FOR AND ON BEHALF OF THE PRESIDENT OF INDIA BY_ _
_ _ in the presence of :
1. _
2. _

Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
- 62 - Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

A.E. (P) E.E.


Annexure –VII

GUARANTEE BOND TO BE EXECUTED BY THE CONTRACTOR FOR WATER


PROOFING TREATMENT FOR UNDER GROUND WATER SUMP

The agreement made this _ day of _ _ two thousand and


_ _ between __ S/o _ (hereinafter called the
GUARANTOR of the one part) and the PRESIDENT OF INDIA (hereinafter called the
Government of the other part).
WHEREAS THIS agreement is supplementary to a contract. (Herein after called the
Contract) dated _ and made between the GUARANTOR OF THE ONE PART
AND the Government of the other part, whereby the contractor interalia, undertook to render
the structures in the said contract the work in the said contract recited completely water and
leak proof.
THE GUARANTOR hereby guarantee that the 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 after the expiry of maintenance
period prescribed in the contract.
Provided that the guarantor will not be responsible for leakage caused by earthquake or
structural defects.
The decision of the Engineer in charge with regard to cause of leakage shall be final.
During the period of guarantee the guarantor shall make good all defects and in case of any
defects being found render the structure water proof to the satisfaction of the Engineer in
charge at his cost and shall commence the work for such rectification within seven days from
the date of issue of notice from the Engineer in charge calling upon him to rectify the defects,
failing which the work shall be got done by the Department through some other contractor at
the guarantor‟s cost and risk. The decision of the Engineer in charge as to the cost payable by
the Guarantor shall be final and binding.
That if the guarantor fails to execute the water proofing, or commits breach thereunder then
the guarantor will indemnify the Principal and his successor against all loss, damage, cost of
expenses or otherwise which may be incurred by him by reason of any of any default on the
part of the GUARANTOR in performance and observance of this supplementary agreement.
As to the amount of loss and / or cost incurred by the Government on the decision of the
Engineer in charge will be final and binding on the parties.
IN WITHNES WHEREOF those presents have been executed by the obligator
_ _ and _ by for and on behalf of the
PRESIDENT OF INDIA on the day , month and year first above written.
Signed sealed and delivered by OBLIGATOR in presence of :.
1. _
2. _
SIGNED FOR AND ON BEHALF OF THE PRESIDENT OF INDIA BY_ _
_ _ in the presence of :
1. _
2.

Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
- 63 - Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

A.E. (P) E.E.


SCHEDULE OF QUANTITY
Name of work : C/o 2 nos. Toilet for Handicapped & 4 nos. Ramps at JNV Chhan Tonk (Raj.)

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 . . . . .

A.E. (P) E.E.


2.1.1 1:2:4 (1 Cement : 2 coarse sand (zone-
III) : 4 graded stone aggregate 40 mm
nominal size).
2.00 cum 6394.69 cum 12789.00 4.1.4
2.1.2 1:5:10 (1 cement : 5 coarse sand (zone-
III): 10 graded stone aggregate 40 mm
nominal size). 5.00 cum 4993.20 cum 24966.00 4.1.10
2.2 Making plinth protection 50mm thick
of cement concrete 1:3:6 (1 cement : 3
coarse sand : 6 graded stone aggregate
20 mm nominal size) over 75mm thick
bed of dry brick ballast 40 mm nominal
size, well rammed and consolidated
and grouted with fine sand, including
necessary excavation, levelling &
dressing & finishing the top smooth.
22.00 sqm 534.25 sqm 11754.00 4.17

3 REINFORCED CEMENT CONCRETE 5


3.1 Providing and laying in position
specified grade of reinforced cement
concrete, excluding the cost of
centering, shuttering, finishing and
reinforcement - All work up to plinth
level : 5.1
3.1.1 1:1.5:3 (1 cement : 1.5 coarse sand
(zone-III): 3 graded stone aggregate 20
mm nominal size). 0.85 cum 7373.27 cum 6267.00 5.1.2
3.2 Reinforced cement concrete work in
beams, suspended floors, roofs having
slope up to 15° landings, balconies,
shelves, chajjas, lintels, bands, plain
window sills, staircases and spiral stair
cases above plinth level up to floor five
level, excluding the cost of centering,
shuttering, finishing and
reinforcement, with 1:1.5:3 (1 cement :
1.5 coarse sand (zone-III) : 3 graded
stone aggregate 20 mm nominal size).

0.50 cum 8767.71 cum 4384.00 5.3


3.3 Centering and shuttering including
strutting, propping etc. and removal of
form for:
5.9
3.3.1 Lintels, beams, plinth beams, girders,
bressumers and cantilevers 4.86 sqm 406.78 sqm 1977.00 5.9.5

Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
- 65 - Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

A.E. (P) E.E.


3.4 Providing precast cement concrete Jali
1:2:4 (1 cement : 2 coarse sand(zone-
III) : 4 graded stone aggregate 6mm
nominal size), reinforced with 1.6 mm
dia mild steel wire, including centering
and shuttering, roughening cleaning,
fixing and finishing with cement mortar
1:3 (1 cement: 3 fine sand) etc.
complete, excluding plastering of the
jambs, sills and soffits.
5.18
3.4.1 40 mm thick 0.60 sqm 842.93 sqm 506.00 5.18.2
3.5 Steel reinforcement for R.C.C. work
including straightening, cutting,
bending, placing in position and
binding all complete upto plinth level.
5.22
3.5.1 Thermo-Mechanically Treated bars of
grade Fe-500D or more.
150.00 Kg 67.14 Kg 10071.00 5.22.6

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 . . . . .

A.E. (P) E.E.


5.1.1 Cement mortar 1:6 (1 cement : 6
coarse sand) 6.00 cum 4704.69 cum 28228.00 7.1.1

6 WOOD AND P.V.C. WORK 9


6.1 Providing and fixing ISI marked
oxidised M.S. sliding door bolts with
nuts and screws etc. complete :
9.62
6.1.1 250x16 mm 2.00 nos. 168.51 each 337.00 9.62.2
6.2 Providing and fixing ISI marked
oxidised M.S. tower bolt black finish,
(Barrel type) with necessary screws etc.
complete : 9.63
6.2.1 150x10 mm 2.00 nos. 52.32 each 105.00 9.63.3
6.3 Providing and fixing ISI marked
oxidised M.S. handles conforming to
IS:4992 with necessary screws etc.
complete : 9.66
6.3.1 100 mm 2.00 nos. 26.87 each 54.00 9.66.2
6.4 Providing and fixing factory made
P.V.C. door frame of size 50x47 mm
with a wall thickness of 5 mm, made
out of extruded 5mm rigid PVC foam
sheet, mitred at corners and joined
with 2 Nos of 150 mm long brackets of
15x15 mm M.S. square tube, the
vertical door frame profiles to be
reinforced with 19x19 mm M.S. square
tube of 19 gauge, EPDM rubber gasket
weather seal to be provided through
out the frame. The door frame to be
fixed to the wall using M.S. screws of
65/100 mm size, complete as per
manufacturer’s specification and
direction of Engineer- in-Charge.

10.20 metre 520.49 metre 5309.00 9.119

Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
- 67 - Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

A.E. (P) E.E.


6.5 Providing and fixing factory made
panel PVC door shutter consisting of
frame made out of M.S. tubes of 19
gauge thickness and size of 19 mm x 19
mm for styles and 15x15 mm for top &
bottom rails. M.S. frame shall have a
coat of steel primers of approved make
and manufacture. M.S. frame covered
with 5 mm thick heat moulded PVC 'C'
channel of size 30 mm thickness, 70
mm width out of which 50 mm shall be
flat and 20 mm shall be tapered in 45
degree angle on both side forming
styles and 5 mm thick, 95 mm wide PVC
sheet out of which 75 mm shall be flat
and 20 mm shall be tapered in 45 degree
on the inner side to form top and bottom
rail and 115 mm wide PVC sheet out of
which 75 mm shall be flat and 20 mm
shall be tapered on both sides to form
lock rail. Top, bottom and lock rails shall
be provided both side of the panel. 10
mm (5 mm x 2 ) thick, 20 mm wide cross
PVC sheet be provided as gap insert for
top rail & bottom rail, paneling of 5
mm thick both side PVC sheet to be
fitted in the M.S. frame welded/ sealed
to the styles & rails

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 . . . . .

A.E. (P) E.E.


7.1 Providing and fixing stainless steel (
Grade 304) railing made of Hollow
tubes, channels, plates etc., including
welding, grinding, buffing, polishing
and making curvature (wherever
required) and fitting the same with
necessary stainless steel nuts and bolts
complete, i/c fixing the railing with
necessary accessories & stainless steel
dash fasteners , stainless steel bolts
etc., of required size, on the top of the
floor or the side of waist slab with
suitable arrangement as per approval
of Engineer-in- charge, (for payment
purpose only weight of stainless steel
members shall be considered excluding
fixing accessories such as nuts, bolts,
fasteners etc.).

400.00 kg 560.41 kg 224164.00 10.28

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 . . . . .

A.E. (P) E.E.


8.3 Providing and laying rectified Glazed
Ceramic floor tiles of size 300x300 mm
or more (thickness to be specified by
the manufacturer), of 1st quality
conforming to IS : 15622, of approved
make, in colours White, Ivory, Grey,
Fume Red Brown, laid on 20 mm thick
cement mortar 1:4 (1 Cement: 4
Coarse sand), jointing with grey
cement slurry @ 3.3kg/ sqm including
grouting the joints with white cement
and matching pigments etc., complete.
6.00 sqm 975.67 sqm 5854.00 11.39
Sub-Total
9 ROOFING 12
9.1 Providing sand stone slab for roofing
and laying them in cement mortar 1 : 4
(1 cement : 4 coarse sand) over
wooden karries or R.C.C. battens or
structural steel sections (Karries or
battens or structural steel sections to
be paid separately), including pointing
the ceiling joints with cement mortar
1:3 (1 cement : 3 fine sand ) complete :
12.23
9.1.1 Red sand stone slab 12.23.1
9.1.1.1 40 to 50 mm thick 9.00 sqm 664.39 sqm 5980.00 12.23.1.1
9.2 Providing and fixing 100 mm diameter
and 60 cm long rain water spout in
cement mortar 1:4 (1 cement : 4 fine
sand). 12.37
9.2.1 Stone ware spout 2.00 nos. 107.78 each 216.00 12.37.1

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 . . . . .

A.E. (P) E.E.


11.1 Providing and fixing white vitreous
china pedestal type water closet
(European type W.C. pan) with seat
and lid, 10 litre low level white P.V.C.
flushing cistern, including flush pipe,
with manually controlled device
(handle lever), conforming to IS : 7231,
with all fittings and fixtures complete,
including cutting and making good the
walls and floors wherever required :
17.2
11.1.1 W.C. pan with ISI marked white solid
plastic seat and lid 2.00 nos. 4055.60 each 8111.00 17.2.1
11.2 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:
17.7
11.2.1 White Vitreous China Wash basin size
630x450 mm with a single 15 mm C.P.
brass pillar tap 2.00 nos. 2397.04 each 4794.00 17.7.2
11.3 Providing and fixing P.V.C. waste pipe
for sink or wash basin including P.V.C.
waste fittings complete.
17.28
11.3.1 Semi rigid pipe 17.28.1
11.3.1.1 32 mm dia 2.00 nos. 89.68 each 179.00 17.28.1.1
11.4 Providing and fixing 600x450 mm
beveled edge mirror of superior glass
(of approved quality) complete with 6
mm thick hard board ground fixed to
wooden cleats with C.P. brass screws
and washers complete.
2.00 nos. 970.33 each 1941.00 17.31
11.5 Providing and fixing soil, waste and
vent pipes : 17.35
11.5.1 100 mm dia 17.35.1
11.5.1.1 Centrifugally cast (spun) iron socket &
spigot (S&S) pipe as per IS: 3989 10.00 metre 1093.35 metre 10934.00 17.35.1.2
11.6 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 : 17.36
11.6.1 100 mm dia pipe 12.00 nos. 101.96 each 1224.00 17.36.2
11.7 Providing and fixing bend of required
degree with access door, insertion
rubber washer 3 mm thick, bolts and
nuts complete. 17.38
11.7.1 100 mm dia 17.38.1
11.7.1.1 Sand cast iron S&S as per IS - 3989 2.00 nos. 456.61 each 913.00 17.38.1.2

Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
- 71 - Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

A.E. (P) E.E.


11.8 Providing and fixing plain bend of
required degree. 17.39
11.8.1 100 mm dia 17.39.1
11.8.1.1 Sand cast iron S&S as per IS : 3989 2.00 nos. 397.35 each 795.00 17.39.1.2
11.9 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 :
17.6
11.9.1 100 mm inlet and 100 mm outlet 17.60.1
11.9.1.1 Sand cast iron S&S as per IS: 3989 4.00 nos. 1227.17 each 4909.00 17.60.1.1
11.1 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. 17.73
11.10.1 450 mm long towel rail with total
length of 495 mm, 78 mm wide and
effective height of 88 mm, weighing
not less than 170 gms 2.00 nos. 462.89 each 926.00 17.73.1
Sub-Total
12 WATER SUPPLY 18
12.1 Providing and fixing G.I. Pipes complete
with G.I. fittings and clamps, i/c making
good the walls etc. concealed pipe,
including painting with anti corrosive
bitumastic paint, cutting chases and
making good the wall :
18.11
12.1.1 15 mm dia nominal bore 10.00 metre 338.93 metre 3389.00 18.11.1
12.2 Providing and fixing G.I. pipes complete
with G.I. fittings including trenching
and refilling etc. External work
18.12
12.2.1 20 mm dia nominal bore 50.00 metre 221.01 metre 11051.00 18.12.2
12.3 Providing and fixing uplasticised PVC
connection pipe with brass unions :
18.21
12.3.1 45 cm length 18.21.2
12.3.1.1 15 mm nominal bore 4.00 nos. 80.43 each 322.00 18.21.2.1
12.4 Painting G.I. pipes and fittings with two
coats of anti-corrosive bitumastic paint
of approved quality :
18.4
12.4.1 20 mm diameter pipe 50.00 metre 8.42 metre 421.00 18.40.2
12.5 Providing and filling sand of grading
zone V or coarser grade, allround the
G.I. pipes in external work : 18.41
12.5.1 20 mm diameter pipe 50.00 metre 80.31 metre 4016.00 18.41.2

Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
- 72 - Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

A.E. (P) E.E.


12.6 Providing and fixing G.I. Union in G.I.
pipe including cutting and threading
the pipe and making long screws etc.
complete (New work) : 18.46
12.6.1 20 mm nominal bore 4.00 nos. 202.80 each 811.00 18.46.2
12.7 Providing and fixing PTMT bib cock of
approved quality and colour. 18.54
12.7.1 15 mm nominal bore, 165 mm long,
weighing not less than 110 gms 4.00 nos. 187.32 each 749.00 18.54.3
12.8 Providing and fixing PTMT stop cock of
approved quality and colour. 18.55
12.8.1 15 mm nominal bore, 86 mm long,
weighing not less than 88 gms 2.00 nos. 122.54 each 245.00 18.55.1
12.9 Providing and fixing PTMT grating of
approved quality and colour. 18.58
12.9.1 Circular type 18.58.1
12.9.1.1 125 mm nominal dia with 25 mm waste
hole 4.00 nos. 54.04 each 216.00 18.58.1.2

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 . . . . .

A.E. (P) E.E.


13.4 Providing and laying non-pressure NP2
class (light duty) R.C.C. pipes with
collars jointed with stiff mixture of
cement mortar in the proportion of 1:2
(1 cement : 2 fine sand) including
testing of joints etc. complete :
19.6
13.4.1 100 mm dia. R.C.C. pipe
30.00 metre 386.20 metre 11586.00 19.6.1
13.5 Constructing brick masonry manhole in
cement mortar 1:4 ( 1 cement : 4
coarse sand ) with R.C.C. top slab with
1:2:4 mix (1 cement : 2 coarse sand : 4
graded stone aggregate 20 mm
nominal size), foundation concrete
1:4:8 mix (1 cement : 4 coarse sand : 8
graded stone aggregate 40 mm
nominal size), inside plastering 12 mm
thick with cement mortar 1:3 (1
cement : 3 coarse sand) finished with
floating coat of neat cement and
making channels in cement concrete
1:2:4 (1 cement : 2 coarse sand : 4
graded stone aggregate 20 mm
nominal size) finished with a floating
coat of neat cement complete as per
standard design : 19.7
13.5.1 Inside size 90x80 cm and 45 cm deep
including C.I. cover with frame (light
duty) 455x610 mm internal
dimensions, total weight of cover and
frame to be not less than 38 kg (weight
of cover 23 kg and weight of frame 15
kg) : 19.7.1
13.5.1.1 With common burnt clay F.P.S. (non
modular) bricks of class designation 7.5
2.00 nos. 10242.63 each 20485.00 19.7.1.1

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 . . . . .

A.E. (P) E.E.

You might also like