You are on page 1of 149

1

INDEX
PERCENTAGE RATE TENDER AND CONTRACT

NIT NO.:- 25/South-East(B)M/New Delhi/2019-20.


NAME OF WORK: -Civil repair and renovation works in officer rooms, office area and training
hall at NCC BN-IV, Okhla Industrial Area, New Delhi during 2019-20 (Civil and Electrical
works)

Sr. No Description Page No.


1 INDEX 1
2 PART “A” – GENERAL 2
2 PRESS NOTICE 3
3 CHECK LIST FOR CONTRACTORS FOR SUBMISSION OF TENDERS 4
4 C.P.W.D.-6 5-7
CPWD-7 8-9
5 SCHEDULES “A TO F” 10-15
6 SALIENT REQUIREMENT FOR THE TENDER 16-17
7 GENERAL CONDITIONS 18-26
8 PERFORMANCE GUARANTEE 27-28
9 PART “B” – CIVIL WORK 29
9 SPECIAL CONDITIONS FOR CIVIL WORKS 30-34
10 ADDITIONAL SPECIFICATIONS 35-40
11 SPECIAL CONDITIONS FOR CEMENT & STEEL 41-42
12 PROFORMA FOR THE CEMENT REGISTER 43
13 ADDITIONAL CONDITION FOR DISMANTLE MATERIAL 47
14 GUARANTEE TO BE EXECUTED BY THE CONTRACTORS 48-50
15 FORM OF PERFORMANCE SECURITY (GUARANTEE) 51-52
BANK GRARANTEE BOND
16 AFFIDAVIT 53
17 MODIFIED CLAUSE 10 CA Rules for clause 10CA 54-55
18 LIST OF APPROVED MAKES FOR CIVIL WORKS 56-64
19 PERFORMA FOR QUOTING REBATE 65
20 OUTSIDE/INDEPENDENT TESTING FACILITIES 66
21 RECEIPT OF DEPOSITION OF ORIGINAL EMD 67
22 AMENDMENT IN GENERAL CONDITIONS 68-134
23 SCHEDULE OF QUANTITIES FOR CIVIL WORK 134-139
24 PART “C” – ELECTRICAL WORK 140
25 SCHEDULE OF QUANTITIES FOR ELECTRICAL WORK 141-144
26 LIST OF APPROVED MAKES FOR ELECTRICAL WORKS 145
27 SPECIAL CONDITIONS FOR ELECTRICAL WORKS 146-148
28 GENERAL ABSTRACT 149

This TENDER contains from 1 to 149 pages


EXECUTIVE ENGINEER,
South-East(B)M,PWD (GNCTD)
Police Colony Hauz Khas, New Delhi
For and on behalf of President of India

Correction Nil
Insertion Nil
Omission Nil A.E.(P) E.E
2

Part - A

Correction Nil
Insertion Nil
Omission Nil A.E.(P) E.E
3

PRESS NOTICE
Percentage rate Tender in two bid condition are invited on the behalf of the President of India by the
Executive Engineer, Building Division South-East, PWD (GNCTD), Police Colony Hauz Khas, New
Delhi from approved and eligible contractor of CPWD and those of appropriate list of MES,BSNL and
other state Govt. Departments dealing with buildings and roads and other experienced contractors
who satisfy the criteria of execution of similar works i.e. 3 no. works each of value not less than 40% of
estimated cost put to tender or 2 no. works each of value not less than 60 % of estimated cost put to
tender or 1 no. work of value not less than 80 % of the estimates cost put to tender in the last 7 years,
for the work of:- Civil repair and renovation works in officer rooms, office area and training hall
at NCC BN-IV, Okhla Industrial Area, New Delhi during 2019-20 (Civil and Electrical works)
through Delhi Government's e-procurement website :- http://govtprocurement.delhi.gov.in/nicgep/app

NIT No. 25/South-East(B)M/New Delhi/2019-20.


Estimate Cost: Rs. 20,61,626/-
Earnest Money Rs. 41,233/-
Time Allowed 2 (Two) Months.
Date of release of tender through -procurement solution 17.07.2019 Tender ID 2019_PWD_ 176667_1
Last date & time for receipt of tender through e-procurement solution 26.07.2019 up to 15:00:00 hrs. Date and Time
of opening of Tender 26.07.2019 up to 15:30:00 hrs (onwards)
List of documents to be Scanned and uploaded within the period of bid submission.
(i) DD/BC/FDR for EMD (Bid Security) (Scanned Copy of receipt for deposition of original EMD to division office of
any Executive Engineer, PWD. Receipt of deposition of original EMD in the Performa enclosed at Page No. 67.
(ii) CPWD Composite Registration Certificate.
(iii) Certificate of Registration for GST and acknowledgement of up to date filed return as per NIT Stipulation.
If the bidder has not obtained GST registration in the state in which the work is to be taken up, then in such
a case the bidder shall upload following undertaking with the bid document “If work is awarded to me, I/we
shall obtain GST registration certificate within one month from date of receipt of award letter or before
payment of 1st R.A. bill.
(iv) Copy of valid PAN Card issued by Income Tax Department.
(v) Specialization details if specified so.
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.
Note: The lowest bidder is required to go through http://govtprocurement.delhi.gov.in/nicgep/app site
immediately after financial bid is opened.
It is mandatory to upload scanned copies of all the documents stipulated in the bid document. If the documents
stipulated in the bid document are not uploaded, then bid will become invalid and shall summarily be rejected.
(vi) Scanned copy of applicable licenses/registration of Labour License with EPFO, ESIC.
OR
The proof of applying for obtaining Labour License/registration with EPFO, ESIC.
However, certified copy of original EMD should be deposited either in the office of Executive Engineer inviting bids
or division office of any PWD within the period of bid submission. (The EMD document shall only be issued from the
place in which the office of receiving division office is situated). The EMD receiving Executive Engineer shall issue a
receipt of deposition of earnest money deposit of the bidder in a prescribed format (ENCLOSED AT PAGE NO. 67)
uploaded by tender inviting EE in the NIT”.
This receipt shall also be uploaded to e-tendering website by the intending bidder up to the specified bid submission
date and time...
Further details of the tender can be had from http://govtprocurement.delhi.gov.in/nicgep/app

EXECUTIVE ENGINEER,
South-East(B)M,PWD (GNCTD)
Police Colony Hauz Khas, New Delhi
For and on behalf of President of India

Correction Nil
Insertion Nil
Omission Nil A.E.(P) E.E
4

CHECK LIST FOR CONTRACTORS FOR SUBMISSION OF TENDERS

Name of Work:- Civil repair and renovation works in officer rooms, office area and training
hall at NCC BN-IV, Okhla Industrial Area, New Delhi during 2019-20 (Civil and Electrical
works)

TENDERER TO ENSURE THAT:-

1. RATES MUST BE FILLED BOTH IN WORDS AND FIGURES (NUMERALS) AMOUNT


SHOULD BE WORKED OUT FOR ALL THE ITEMS.

2. THE CONTRACTOR SHALL QUOTE HIS RATES KEEPING IN MIND THE


SPECIFICATIONS, TERMS AND CONDITIONS, ADDITIONAL / PARTICULAR AND
SPECIAL CONDITIONS ETC. AND NOTHING SHALL BE PAYABLE EXTRA
WHATSOEVER, UNLESS OTHERWISE SPECIFIED.

3. THE CONTRACTOR SHALL ALSO FURNISH PERFORMANCE GUARANTEE OF 5%


OF THE TENDERED AMOUNT IN ADDITION TO THE OTHER DEPOSITS
MENTIONED ELSEWHERE IN THE CONTRACT FOR PROPER PERFORMANCE OF
THE AGREEMENT. THE PERFORMANCE GUARANTEE SHALL BE IN THE SHAPE OF
FDR OR BANK GUARANTEE AS PER PERFORMA GIVEN IN ANNEXURE on Page- 48
to 50

4. THE CONTRACTOR HAS TO PRODUCE SATISFACTORY EXECUTION CERTIFICATE FROM


THE CLIENT.

Correction Nil
Insertion Nil
Omission Nil A.E.(P) E.E
5

C.P.W.D.-6
GOVERNMENT OF INDIA
PUBLIC WORKS DEPARTMENT
NOTICE INVITING TENDER
Percentage rate Tender in two bid condition are invited on the behalf of the President of India by the Executive Engineer
Building Division South-East, PWD (GNCTD), Police Colony Hauz Khas, New Delhi from approved and eligible contractor
of CPWD and those of appropriate list of MES,BSNL and other state Govt. Departments dealing with buildings
and roads and other experienced contractors who satisfy the criteria of execution of similar works i.e. 3 no.
works each of value not less than 40% of estimated cost put to tender or 2 no. works each of value not less than 60
% of estimated cost put to tender or 1 no. work of value not less than 80 % of the estimates cost put to tender in
the last 7 years, for the work of Name of work: Civil repair and renovation works in officer rooms, office area
and training hall at NCC BN-IV, Okhla Industrial Area, New Delhi during 2019-20 (Civil and Electrical
works)
Through Delhi Government's e-procurement website http://govtprocurement.delhi.gov.in/nicgep/app
The bids shall be submitted in two stages viz. (i) Technical Bid (ii) Price Bid.
1. The work is Estimated to cost Rs. 20,61,626/- This estimate, however, is given merely as a rough
guide.
1.1 List of documents to be Scanned and uploaded within the period of bid submission.
(i) DD/BC/FDR for EMD (Bid Security) (Scanned Copy of receipt for deposition of original EMD to division office of
any Executive Engineer, PWD. Receipt of deposition of original EMD in the Performa enclosed at Page No. 67.
(ii) CPWD Composite Registration Certificate.
(iii) Certificate of Registration for GST and acknowledgement of up to date filed return as per NIT Stipulation.
If the bidder has not obtained GST registration in the state in which the work is to be taken up, then in such
a case the bidder shall upload following undertaking with the bid document “If work is awarded to me, I/we
shall obtain GST registration certificate within one month from date of receipt of award letter or before
payment of 1st R.A. bill.
(iv) Copy of valid PAN Card issued by Income Tax Department.
(v) Specialization details if specified so.
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.
Note: The lowest bidder is required to go through http://govtprocurement.delhi.gov.in/nicgep/app site immediately
after financial bid is opened.
It is mandatory to upload scanned copies of all the documents stipulated in the bid document. If the documents
stipulated in the bid document are not uploaded, then bid will become invalid and shall summarily be rejected.
(vi) Scanned copy of applicable licenses/registration of Labour License with EPFO, ESIC.
OR
The proof of applying for obtaining Labour License/registration with EPFO, ESIC.
However, certified copy of original EMD should be deposited either in the office of Executive Engineer
inviting bids or division office of any PWD within the period of bid submission. (The EMD document shall
only be issued from the place in which the office of receiving division office is situated). The EMD
receiving Executive Engineer shall issue a receipt of deposition of earnest money deposit of the bidder in a
prescribed format (ENCLOSED AT PAGE NO. 67) uploaded by tender inviting EE in the NIT”. This
receipt shall also be uploaded to e-tendering website by the intending bidder up to the specified bid
submission date and time...
“required documents shall be deposited by me /us with the EE in case I/We become the lowest tenderer
within a week of the opening of financial bid otherwise department may reject the tender and also take
action to withdraw enlistment”
1.2 The authority competent to approve NIT for the combined cost and belonging to the major discipline will
consolidate NIT for calling tenders. He will also nominate the Division which will deal with all matters
relating to the invitation of tenders.
1.3 For composite tenders, besides indicating the combined cost put to tender, should clearly indicate the
estimated cost of each component separately. The eligibility of tenderer / vendor will correspond to the
combined estimated cost of different components put to tender.
2. Agreement shall be drawn with the successful Tenderer/bidder on prescribed Form No. CPWD-7 with up
to date correction slips which is available as a Govt. of India Publication 2016 edition, Tenderer shall quote
his rates as per various terms and conditions of the said form which forms part of the agreement.

Correction Nil
Insertion Nil
Omission Nil A.E.(P) E.E
6

3 Time allowed for carrying out the work will be 02 (Months) Months. from the 10 days as defined in
schedule F or from the first day of handing over of the site, whichever is later, in accordance with the
phasing, if any indicated in the tender documents.
4. The site for the work is available.
5. Last date & time for uploading Bid will be 26.07.2019 up to 15:00:00 Hour
On line Evaluation of Technical bid shall be commenced from 26.07.2019 at 15:15:00 Hour
On line Evaluation of Financial bid shall be commenced from 26.07.2019 at 15:30:00 Hour
6. Tender documents consisting of plans, specifications, the schedule of quantities of the various classes of
work to be done and the set of terms and conditions of contract to be complied with by the contractor
whose tender may be accepted and other necessary documents have been uploaded at e-procurement
website http:// govtprocurement.delhi.gov.in/nicgep/app

7. Earnest Money/Bid Security of Rs. 41,233/- in shape of Receipt of Treasury Challan / Deposit at
Receipt of a Scheduled Bank / Fixed Deposit Receipt of Scheduled Bank / Demand Draft of a Scheduled
Bank issued in favor of the Executive Engineer, CBMD (M-421), PWD (GNCTD), Police Colony,
Hauz Khas, New Delhi shall be obtained by contractor / vendor and Xerox copy of the same shall be
uploaded alongwith Technical bid.
However, certified copy of all the scanned and uploaded documents as specified in press notice shall
have to be submitted by the lowest bidder only along with physical EMD of the scanned copy of EMD
uploaded within a week physically in the office of tender opening authority.
8. The contractor whose bid is accepted will be required to furnish performance guarantee of 5% (Five
Percent) of the bid amount within the period specified in Schedule F. This guarantee shall be in the form
of cash (in case guarantee amount is less than Rs. 10000/-) or Deposit at Call receipt of any scheduled
bank/Banker's cheque of any scheduled bank/Demand Draft of any scheduled bank/ Pay order of any
Scheduled Bank of any scheduled bank (in case guarantee amount is less than Rs. 1,00,000/-) or
Government Securities or Fixed Deposit Receipts or Guarantee Bonds of any Scheduled Bank or the
State Bank of India in accordance with the prescribed form. In case the contractor fails to deposit the said
performance guarantee within the period as indicated in Schedule 'F', including the extended period if
any, the Earnest Money deposited by the contractor shall be forfeited automatically without any notice to
the contractor. The earnest money deposited alongiwith bid shall be returned after receiving the
aforesaid performance guarantee.
9. The description of the work is as follows:
As per name of work and as per schedule of quantity with tendered documents.
Copies of other drawings and documents pertaining to the work will be open for Inspection by the
tenderers at the office of the above-mentioned officer.
Tenderers are advised to inspect and examine the site and its surrounding 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 charges consequent on any misunderstanding or otherwise shall
be allowed. The tenderers shall be responsible for arranging and maintaining at his own cost all
materials, tools and 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 tenderers 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 plants etc. will be issued to him by the Govt. and local conditions and other
factors having a bearing on the execution of the work.
10. The competent authority on behalf of President of India does not bind himself to accept the lowest or
any other tender, and reserves to himself the authority to reject any or all of the tenders received without
the assignment of a reason. All tenders, in which any of the prescribed conditions is not fulfilled or
any condition including that of conditional rebate is put forth by the tenderers shall be summarily
rejected.
11. Canvassing whether directly or indirectly, in connection with tenders is strictly prohibited and tenders
submitted by the contractors who resort to canvassing will be liable to rejection.
12. 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 tenderers shall be bound to perform the same at the rate quoted.

Correction Nil
Insertion Nil
Omission Nil A.E.(P) E.E
7

13. The contractor shall not be permitted to tender for works in the CBM CM-42, PWD (GNCTD)
(responsible for award and execution of contracts) in which his near relative is posted as Divisional
Accountant or as an officer in any capacity between the grades of Superintending Engineer and Junior
Engineer (Both inclusive). He shall also intimate the names of persons who are working with him in any
capacity or are subsequently employed by him and who are near relatives to any gazetted officer in the
Central Public Works Department or PWD, Delhi 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.
13A. The Contractor shall give a list of both Gazetted and Non Gazetted CPWD Employees related to him.
14. No Engineer of Gazetted rank or other Gazetted officer employed in Engineer or Administrative duties in
an Engineering Department of Govt. of India is allowed to work as a contractor, for a period of two years
after his retirement from Govt. service, without the permission of the Govt. of India in writing. This
contract is liable to be cancelled of 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 Govt. of India as aforesaid before submission
of the tender or engagement in the contractor’s service.
15. The tender for the work shall remain open for acceptance for a period of 60 (Sixty) days from the date of
opening of tenders. If any tenderers withdraws his tender before the said period or makes any
modification in terms and conditions of the tender which are not acceptable to the department, then the
Govt. shall, without prejudice to any other right or remedy, be liable 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
work.
16. This notice inviting tender, shall from a part of the contract document. The successful Tenderer /
Contractor, on acceptance of his tender by the Accepting Authority, shall within 7 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 the tender as issued at the time of invitation of tender and acceptance thereof
together with any correspondence leading to thereto.
b. Standard PWD-7 i.e. General condition of contract CPWD works 2014 read with amendments and
correction slips issued upto last date of uploading the technical bid.
17. For Composite Tenders
17.1 The tenderer must associate with himself agencies of the appropriate class eligible to tender for the other
components individually.
17.2 It will be obligatory on the part of the tenderer to sign the tender document for all the components. (The
scheduled of quantities, conditions and special conditions etc.
17.3 After the work is awarded, the contractor will have to enter into separate agreements for each component
with the officer concerned.
17.4 Executive Engineer in charge of minor component shall make interim payments in respect of minor
component of work. Executive Engineer in charge of the major component shall make the payment
against final bill of the composite contract.
17.5 The Executive Engineer Incharge 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. Security Deposit will be worked out separately for each component
corresponding to the estimated cost of the respective component of works. The Earnest Money will
become part of the security deposit of the major component of work.
17.6 On acceptance of the composite tender by the competent authority, the letter of award will be issued by
the Executive Engineer Incharge of the major component on behalf of the President of India, making it
clear in the letter of award that the contractor will have to execute separate agreements for different
components of work with the concerned officers of the respective discipline (Designation to be given).
18. All tenders in which any of the prescribed conditions are not fulfilled or are incomplete in any are liable
to be rejected.
19. In the tender documents the work ‘CPWD’ shall include ‘PWD (GNCTD)’ wherever exists

EXECUTIVE ENGINEER,
South-East(B)M,PWD (GNCTD)
Police Colony Hauz Khas, New Delhi
For and on behalf of President of India

Correction Nil
Insertion Nil
Omission Nil A.E.(P) E.E
8

CPWD-7
GOVERNMENT OF INDIA
PUBLIC WORKS DEPARTMENT

STATE : Delhi CIRCLE: Building (South-East)M,


BRANCH :B & R DIVISION: South-East(B)M
ZONE : SUB-DIVISION South-East(B)M-2

Percentage Rate Tender & Contract for Works

Tender for the work of:- Civil repair and renovation works in officer rooms, office area and
training hall at NCC BN-IV, Okhla Industrial Area, New Delhi during 2019-20 (Civil and
Electrical works)

(i) To be submitted by 15.00 hrs on 26.07.2019 to the “Executive Engineer,


Division South-East(Bldg)M, PWD (GNCTD), Police Colony Hauz
Khas, New Delhi.

(ii) To be opened in the presence of tenderers who may be present at 15.30


hours on 26.07.2019 in the office of the “Executive Engineer, Division
South-East(Bldg)M, PWD (GNCTD), Police Colony Hauz Khas, New
Delhi.

Issued to------------------------------------------------------------------------------------------
Signature of officer issuing the documents.-------------------------------------------------
Designation---------------------------------------------------------------------------------------
Date of Issue:------------------------------------------------------------------------------------

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, Specifications, 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 for as applicable.
We agree to keep the tender open for Sixty (60) days from the due date of submission
thereof and not to make any modifications in its terms and conditions.
Correction Nil
Insertion Nil
Omission Nil A.E.(P) E.E
9

A sum of Rs. 41,233/- has been deposited in receipt treasury challan / deposit at call
receipt of a scheduled bank/fixed deposit receipt of scheduled bank/ demand draft of a
scheduled bank as earnest money. If I/we, fail to furnish the prescribed performance
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 the President of India or his successors in office shall without prejudice
to any other right or remedy available in law, be at liberty to forfeit the said earnest
money and the performance guarantee absolutely, otherwise the said earnest money
shall be retained by him towards security deposit to execute all the works referred to in
the tender documents upon the terms and conditions contained or referred to therein and
to carry out such deviations as may be ordered, up to maximum of the percentage
mentioned in Schedule ‘F’ and those in excess of that limit at the rate to be determined
in accordance with the provision contained in clause 12.2 and 12.3 of the tender form.

I/we hereby declare that I/we shall treat the tender documents, drawings, and other
records connected with the work as secret/confidential documents and shall not
communicate information /derived there from to any person other than a person to
whom I/we am/ are authorized to communicate the same or use the information in any
manner prejudicial to the safety of the state.
Dated---------------------------------- Signature of Contractor-------------------------------
Postal Address-----------------------------------------
Witness -----------------------------------------------
Address--------------------------------------------------
Occupation------------------------------------------------

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 Agreement:-
(i)
(ii)
(iii)
For and on behalf of the President of India
Signature ---------------------------------------
Designation------------------------------------
Dated-------------------------------------------

Correction Nil
Insertion Nil
Omission Nil A.E.(P) E.E
10

SCHEDULES
SCHEDULE “A”

Schedule of quantities (enclosed) As per schedule attached with tender (Page No.134-139 Civil)
(Page No.140-141 Electrical)
SCHEDULE “B”
Schedule of material to be issued to the contractor,
S.No. Description of Item Quantity Rate in figures and words at which Place of Issue
the material will be charged to the
contractor
1 2 3 4 5
NIL

SCHEDULE “C”
Tools and plant to be hired to the contractor
S.No. Description Hire charges per day Place of Issue
1 2 3 4

NIL

SCHEDULE “D”
Extra Schedule for specific requirements / : Special Conditions and particular Specification attached.
documents for the work, if any

SCHEDULE “E”
Reference to General Conditions of Contract : General condition of contractor for CPWD Works-
2014 read with amendments and correction slips, if
any, issued up to the last date of submission of bid.

Name of Work: Civil repair and renovation works in officer rooms, office area and training hall
at NCC BN-IV, Okhla Industrial Area, New Delhi during 2019-20 (Civil and Electrical works)

Estimated cost of work:- Rs. 20,61,626/-


Earnest Money:- Rs. 41,233/- (to be returned after receiving performance guarantee)
Security Deposit: 2.5% of tendered value plus 50% of PG.

Performance Guarantee: 5% of tendered value of the work.


(2.5% of performance Guarantee shall be retained as security deposit and will be
refunded after maintenance period is over)

Correction Nil
Insertion Nil
Omission Nil A.E.(P) E.E
11

SCHEDULE “F”
General Rules and Directions: General condition of contractor for CPWD Works-
2016 read with amendments and correction slips, if
any, issued up to the last date of submission of bid.

Officer Inviting tender: “Executive Engineer, Division South-East (Bldg)M,


PWD (GNCTD), Police Colony Hauz Khas, New Delhi

Maximum percentage for quality of items : Clause 12


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

Definitions:
2(i) Engineer –In-Charge: “Executive Engineer, Division South-East (Bldg)M, PWD
(GNCTD), Police Colony Hauz Khas, New Delhi.
2(ii) Accepting Authority: “Executive Engineer, Division South-East (Bldg)M, PWD
(GNCTD), Police Colony Hauz Khas, New Delhi.
2(iii) Percentage on cost of materials and
labour to cover all overheads and profits. : 15%

2(iv) Standard Schedule of Rates : D.S.R. 2016 with correction slips up to the date of
submission of tender
2(v) Department : Public Works Department(GNCTD)
9(vi) Standard CPWD Contract Form : CPWD FORM 7-- 2016 as modified & Corrected
up to date of submission of Tender.

Clause 1
(i) Time allowed for submission of Performance : 7 (Seven) Days
Guarantee, Program Chart(Time & Progress)
and applicable labour licenses, registration with
EPFO,ESIC and BOCW Welfare Board or proof of
Applying thereof from the date of issue of letter of
Acceptance.:
(ii) Maximum allowable extension with late fees : 3 (Three) Days (With late fee @ 0.1% per day of
@ 0.1% per day of Performance Guarantee performance Guarantee amount)
amount beyond the period provided in (i) above
Clause 2
Authority for fixing compensation under clause 2.: Superintending Engineer, South-East (M), PWD(DS),
New Delhi-110025

Clause 2A Whether clause 2A shall be applicable No

Clause 5
Number of days from the date of issue of letter of : 10 Days
acceptance for reckoning date of start:

Correction Nil
Insertion Nil
Omission Nil A.E.(P) E.E
12

Clause 5.1

Performance Chart(Time and Progress) and : Applicable.


Applicable labour licenses, registration with
EPFO, ESIC and BOCW Welfare Board or
Proof of applying thereof and get it approved
By the Department. The Chart shall be
prepared In direct relation to the time stated in
the Contract documents for competition of
items of the works. It shall indicate the
forecast of the dates of commencement and
completion of various trades of sections of the
work and may be amended as necessary by
agreement between the Engineer-in -charge and
the imposed in the within the limitation of time
imposed in the Contractor documents, and
further to ensure good progress during the
execution of the work, the contractor shall in
all cases in which the time allowed for any
work. exceeds one month (save for special jobs
for which a separate programme has been
agreed upon) complete the work as per mile
stone given in Schedule ‘F’

Table of Mile Stones (s) as per given below:


TABLE OF MILE STONE(S)

Sl. No. Financial Progress Time allowed Amount to be withheld in case of


(from Date of Start) non achievement of milestone
1 1/8th (of the whole work) 1/4th (of the whole work) In the event of not achieving the
2 3/8th (of the whole work) ½(of the whole work) necessary progress as assessed
th th
3 3/4 (of the whole work) 3/4 (of the whole work) from the running payments, one
4 Full Full percent of the tendered value of
work will be with held for failure
of each mile stone.

Time allowed for execution of work: 02 (Two) Months.


Authority to decide
(i) Extension of time: Executive Engineer, Division South-East
(Bldg)M, PWD(DS), Hauz Khas, New Delhi-
110016

(ii) Rescheduling of Milestone Superintending Engineer, South-East(M),


PWD, New Delhi-110025
(iii) Shifting of date of start in case of delay in
Handing over of site Superintending Engineer, South-
East(M), PWD, New Delhi-110025
Clause 6, 6A Clause applicable-6(6 or 6A) 6 A (Regarding computerized measurement to be
submitted by the agency)

Correction Nil
Insertion Nil
Omission Nil A.E.(P) E.E
13

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. 10.30 Lacs

Clause 7A Applicable:- No bill shall be paid for the work till


the applicable labour licenses, registration with
EPFO, ESIC and BOCW Welfare Board, whatever
applicable are submitted by the contractor to the
Engineer-in-Charge.

Clause 10A ………...............……...... Not Applicable


List of testing equipment to be provided by the : As per site requirement and as per direction
Contractor at Site lab. of Engineer-in-Charge.
Clause 10B (ii) ………...............……..Not Applicable
Clause 10 C: ………...............……..... Not Applicable
Clause 10 CA.………...............……....Not Applicable

Materials Covered under this clause: Nearest Material (other than cement, Base Price of all the materials
reinforcement bars and structural covered under
steel) for which All India Wholesale
Price Index to be followed: Clause 10 CA
1. Structural Steel (Primary N.A.
manufacture) As issued by office of DG(W)
2. Reinforcement Bars (Primary N.A. CPWD, New Delhi.
manufacture)
3. Cement (OPC) N.A.
4. BITUMINOUS WORK ----
BITUMAN VG-30 As per the rate of IOC Panipat
on the last date of receipt of
tender.

Clause 10CC
Clause 10CC to be applicable in contracts with stipulated period of Not Applicable
completion exceeding the period shown in next column.

Clause 11

Specifications to be followed for execution of work CPWD specification 2009 Vol.-I to II with
correction slips up to the date of submission
of Tender.
Clause 12
Type of work Maintenance Work
12.2 & 12.3 Deviation limit beyond which clause 50%
12.2 & 12.3 shall apply for building
work.
12.5 (i) Deviation limit beyond which clause 12.2 50%
& 12.3 shall apply for foundation work.
(Except earth work)
(ii) Deviation limit for items in earth work 100%
subhead of DSR or related items

Correction Nil
Insertion Nil
Omission Nil A.E.(P) E.E
14

Clause 16:
Competent authority for deciding reduced rates. Superintending Engineer,
Building (South-East),
PWD(DS), New Delhi-110025.

Clause 18:- List of mandatory machinery, tools and As per site requirement and as per direction of
plants to be deployed by the Contractor at site. Engineer-in-Charge

Clause 19:-
Whether Clause19 shall be applicable Yes

Clause 19L:-
Whether Clause19L shall be applicable Yes

Clause 25: Constitution of Dispute Redressal Committee (DRC) for total claims more than Rs.
25 Lacs:-
A Chairman - Chief Engineer, PWD (East)
B Member - Director, office of Pr. CE(M)
Secretary
C Member - Superintending Engineer (South), PWD
D The SE, in –charge of the work shall present case before DRC but shall not have any part in decision
making.
Constitution of Dispute Redressal Committee (DRC) for total claims up to 25 Lacs.
1 Chairman - Director, O/o Pr. C.E. (M)
2 Member Secretary (i) Executive Engineer (P), PWD, South-East, Circle
Member (ii) Executive Engineer, South-East Road-1
3 Controlling - Executive Engineer, in-charge of the work shall present the case before DRC
but will not have any part in decision making.

Clause 36
Minimum qualifications & experience required for Principal Technical Representative.
Requirement of Technical Representative (s) and Recovery Rate:-
S.No. Minimum Designation (Principal Rate at which recovery shall
experience
Discipline

Minimum

Qualification of Technical/ Technical be made from the contractor


Number

Technical representative) in the event of not fulfilling


Representative provision of Clause 36(i)

Figures Words
1 Graduate Engineer Civil Principal Technical 2 years 1 Rs. 15,000/- Rs. Fifteen
Representative Per Month Thousand/
Or Per Month

Diploma Engineer Civil Site Engineer 5 years 1 Rs. 15,000/-


Rs. Fifteen
Per Month
Thousand/
Per Month
“Assistant Engineers Retired from Government services that are holding Diploma will be treated at par with
Graduate Engineers”

Diploma Engineer with 10 year relevant experience with a reputed construction co. Can be treated at per
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.

Correction Nil
Insertion Nil
Omission Nil A.E.(P) E.E
15

Clause-42
i) Schedule/ statement for determining. On the basis of Delhi Schedule of Rate 2016 with correction slip up to
Theoretical quantity of cement & date by CPWD.
bitumen

ii) Variations permissible on theoretical


quantities. 3% Plus / Minus

a) Cement for works with estimated


cost put to tender not more than Rs.
5.00 Lakhs 2% Plus / Minus

For works with estimated cost put to


tender more than 5 Lakhs.

b) Bitumen for all works 2.5% Plus only & Nil on minus side.

c) Steel reinforcement and structural


steel sections for each diameter, section 2% plus/ minus
and category.

d) All other material Nil

RECOVERY RATES FOR QUANTITIES BEYOND PERMISSIBLE

Description of Item Rate in figures and words at which recovery shall be made
S.No. from the contractor.
Rate in schedule ‘B’ plus 10% in case materials issued by
Department.
Excess beyond Less use beyond the
Permissible variation Permissible variation
1 2 4 5
1. Cement
2. Steel reinforcement
3. Structural Sections
4. Bitumen issued free
5. Bitumen issued at stipulated fixed price Not Applicable

EXECUTIVE ENGINEER,
South-East(B)M,PWD (GNCTD)
Police Colony Hauz Khas, New Delhi
For and on behalf of President of India

Correction Nil
Insertion Nil
Omission Nil A.E.(P) E.E
16

SALIENT REQUIREMENT FOR THE TENDER


1 The tender should read all the instruction, terms & conditions, contract clauses,
nomenclature of items, specifications etc., contained in the tender document very
carefully, before quoting the rates.
The tenderer should also read the general conditions of contract for CPWD WORKS
2014 with amendments on date of received of tender available with M/S Jain Book
Agency, Connaught place, New Delhi which will form a part of the Agreement with up to
date correction slips.

2 Tender should be signed and witnessed in required pages of tender document indicating
full address of witnesses and the names of signatories.

3 In the event of the tender being submitted by a firm, it must signed separately by each
partner thereof in the event of the absence of any partner, it must be signed on his behalf
by a person holding a power of attorney authorizing him to do so. Such power of attorney
should be produced with the tender and it must be disclosed that the firm is duly
registered under the Indian partnership act, 1952.

4 The contractor shall quote his rates keeping in mind the specifications, terms &
conditions, additional and special conditions etc. and nothing shall be payable extra
whatever unless otherwise specified.

5 The contractor(s) shall quote all-inclusive rates in the schedule of quantities and nothing
extra shall be payable for any of the conditions and specifications mentioned in the render
documents unless specifically specified otherwise.

6 Unless otherwise specified in the schedule of quantities the rates for all items shall be
considered as inclusive of pumping / balling out water, if necessary, for which no extra
payment shall be made. These conditions shall be considered to include water from any
source such as rain, flood, surface and sub-soil water etc. and shall apply to the execution
in any session.

7 The Contractor has to use specialized agency for specialized items of work such as water
roofing treatment and pile work etc., the Contractor(s) shall submit for the approval of the
Engineer-in-charge, the names of such specialized agencies, of reputed along with of
their technical capability proposed to be engaged by him. Approval of specialized
agencies of each specialized work shall be obtained from the Engineer-in-charge within
one month of award of work. Even if such specialized agencies the work shall be
deemed to be executed by the tenderer for all purposes and the responsibility of the
quality of items of works executed etc. shall continue to be that of the tenderer only.

8 The agencies shall get registered with works contract cell of Sales Tax Department,
Government of NCTD Delhi and submit valid registration certificate from works
contract. Failure to do so may lead to rejections of tender.

9 The construction agencies shall make arrangement for a regular monthly or other
frequency as directed by Engineer-in-charge for documentation of the progress colored
photographs (5” x 7”) per month depicting the progress of work at site nothing extra shall
be paid on this account.
Correction Nil
Insertion Nil
Omission Nil A.E.(P) E.E
17

10 The contractor has to provide minimum 7 feet high CGI sheet barricading all around the
construction site leaving the outer circulation area and nothing extra shall be paid on this
account.

11 The contractor(s) shall inspect the site of work before tendering and acquaint himself
with the site conditions and no claim on this account shall be entertained by the
department.

a. The contractor(s) shall get himself acquainted with nature and extent of the work
satisfy himself about the availability of materials from kiln or approved quarries
for Collection and conveyance of materials required for constriction.

b. HOUSING, WATER SYPPLY, DRAINAGE AND ELECTRICITY - The


contractor shall not be allowed to construct labour huts at the site of work. The
contractor has to make his own arrangement for electric connection, housing
stores and field offices etc. including drainage arrangement. Contractors should
visit the site and see in what manner he is able to arrange the above. Arrangement
of water for drinking purpose in addition to the water required for construction
work is also to be made by the contractor. For electric connection, the contractor
shall necessary connection as per requirement from NDPL/BSES/NDMC and the
contractor shall be authorized to use the same for execution or work. The
department shall provide necessary help for obtaining electric connection. The
decision of the Engineer-in-charge shall be final and binding on the contractor.

12 The contractor shall comply with the provision of the Apprentices Act, 1961. and the
rules and order issued there under from time to time. If he fails to did so, his failure will
be stench of the contract and the Superintending Engineer/Executive Engineer may in his
direction without prejudice to any other right of remedy available in law, cancel the
contract. The contractor shall also be liable for any pecuniary liability arising on account
at any violation by him of the provisions of the said Act.

13 If any ambiguity is found in any of the items mentioned in the schedule of quantity
then the contractor should quote considering complete item including cost of
missing components in the schedule of quantity, nothing extra shall be payable on
that account to the contractor and complete item shall be determinedly the
Engineer-in-charge.

Correction Nil
Insertion Nil
Omission Nil A.E.(P) E.E
18

GENERAL CONDITIONS
1 The contractor shall have to make approaches to the site and keep them in good
condition for transportation of labour and materials as well as inspection of works by
the Engineer –In- charge. Nothing extra shall be paid on this account.

2 The contractor shall take all necessary measures for the safety of traffic during
construction and provide, erect and maintain such barricades, including signs,
markings, flags, lights and flagman, as necessary at either end of the
excavation/embankment and at such intermediate points as directed by the Engineer-In-
Charge for the proper identification of construction area. He shall be responsible for all
damages and accidents caused due to negligence on his part.

3 The contractor shall take all precautions to avoid all accident by exhibiting necessary
cautions boards’ day & night, speed limit boards, red flags, red lights and providing
barriers. He shall be responsible for the all damages and accidents caused due to
negligence of his part. No hindrance shall be caused to traffic during the execution of
the work.

4 Malba generated from the work except dismantling and excavation shall be removed
from the site to the MCD/Govt. Dumping ground by the agency at his own cost.
Nothing shall be paid on this Account.

5 Some restrictions may be imposed by the security Staff on the working and/or
movement of labour, materials etc. and the contractor shall be bound to follow all such
restrictions/instructions and nothing extra shall be payable on this account or due to less
/reduced working hours etc.

6 The contractor should submit a tentative programme of working within 7days from date
of start of the work. The contractor will have to work as per programme of the
Department. No claim whatsoever will be entertained on this account.

7 Cement bags shall be stored in separate godown to be constructed by the contractor at


his own cost as per sketch at page of CPWD Specification 2009 Vol. I & II with
weather proof roofs and walls. The size of cement godown indicated in sketch is for
guidance. The actual size of godown shall be as per site requirements and nothing extra
will be paid for the same. The decision of the Engineer-In-Charge regarding the
capacity needed will be final. Each godown shall be provided with a single door with
two locks, the keys of one lock shall remain with PWD Engineer-In-Charge of the work
and that of the other key with the authorized agent of the contractor at the site of the
work so that the cement is issued from the godown according to the daily requirement
with the knowledge of both the parties. The accounts daily receive and issue of cement
shall be maintained in a register in the prescribed Performa and signed daily by the
contractor or his /their authorized agent in token of its correctness.

8 The contractor shall be fully responsible for the safe custody of the material issued to
him even if the materials are under double lock system.

9 The contractor shall be responsible to arrange at his own cost all necessary tools and
plants required for execution of the work.
Correction Nil
Insertion Nil
Omission Nil A.E.(P) E.E
19

10 Rate for all items in which use of cement is involved are inclusive of charges for
curing.

11 Royalty at the prevalent rates wherever payable, shall have to be paid by the contactor
on the boulders, metal , shingle, sand and bajri etc. or any other materials collected by
him for the work direct to revenue authority of the District /State Government
concerned.

12 The rates for all items of work , shall unless clearly specified otherwise include cost of
all labour, materials T&P and other inputs involved in the execution of the item.

13 Unless otherwise specified in the schedule of quantities the rate for all items of the
work shall be considered as inclusive of pumping out or bailing out water from all
depths if required for which no extra payment will be made. This will include water
encountered from any source, such as rains, floods, sub-soil, water table being high due
to any other cause

14 The work shall be carried out in a manner so as not to cause any obstruction or to affect
the progress of the works being carried out in the area.

15 Necessary platforms of required size etc. shall be made by the contractor to prevent the
construction material from coming in to direct contact with the local soil. Nothing extra
shall be payable on this account.

16 Whenever any reference to any Indian Standard, Specifications occurs in the documents
relating to this contract the same shall be inclusive of all the amendments issued there
to or revision thereof , if any , up to the date of receipt of tenders.

17 The work shall be executed and measured as per metric dimensions given in the
schedule of Quantities, Drawings etc. (F.P.S. Units wherever indicated are for guidance
only).

18 The rate for all items of work shall, unless clearly specified otherwise, be for all leads
and lifts and nothing extra shall be admissible on that account.

19 The contractor shall ensure that sufficient quantity of water is available at site for
proper execution of work. Nothing extra for arranging water at site will be paid to the
contractor by the department. The water charges @1% shall be recovered from the
running account /final bill in case the contractor fails to submit the definite proof of
making the water arrangement by himself/themselves.

20 No claim shall be entertained for any damage caused by rain, snowfall, floods or any
other natural calamities whatsoever during the execution of work. The damage to work
shall be made good by the contractor at his own cost.

21 Actual place /reach for the work will be decided at site by the Engineer-In-Charge.

22 The contractor shall make his own arrangement for obtaining electric connections, if
required and make necessary payments directly to the department concerned.
Correction Nil
Insertion Nil
Omission Nil A.E.(P) E.E
20

23 Other agencies will also simultaneously execute the work like electrification,
horticulture or external services and building works for the same project along with the
work in particular. The contractor shall afford necessary facilities for the same. No
claim in the matter shall be entertained.

24 National Green Tribunal Guidelines/Directions


( Based on DG, CPWD - OM No. DG/SE/CM/CON/Misc./02 dt. 16.03.2016)

The guidelines have been issued by SE(TLC), CPWD vide OMs dt. 23.12.2014 and
01.06.2015 on the subject matter is pursuance of orders passed by Hon’ble National Green
Tribunal. The Director (Tech & PR) has also issued directives on Air Pollution from
construction and demolition activity. These guidelines should be made part of NIT as special
conditions and agreement items. The same are summarized as under:-

a. The contractor shall not store/dump construction material or debris on metalled road.

b. The contractor shall get prior approval from Engineer-in-Charge for the area where the
construction material or debris cab be stored beyond the metalled road. This area shall
not cause any obstruction to the free flow of traffic/inconvenience to the pedestrians. It
should be ensured by the contractor that no accidents occur on account of such
permissible storage.

c. The contractor 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.

d. The contractor shall ensure that all the trucks or vehicles of any kind which are used for
construction purposes/or are carrying construction material like cement, sand and other
allied material are fully covered. The contractor shall take every necessary precautions
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.

e. The contractor 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.

f. The contractor shall provide all medical help, investigation and treatment to the workers
involved in the construction of building and carry of construction material and debris
relatable to dust emission.

g. The contractor shall ensure that C & D waste is transported to the C & D Waste site only
and due record shall be maintained by the contractor.

h. The contractor shall compulsory use of wet jet in grinding and stone cutting.

i. The contractor shall comply all the preventive and protective environmental steps as
stated in the MoEF guidelines, 2010.

Correction Nil
Insertion Nil
Omission Nil A.E.(P) E.E
21

j. The contractor shall carry out on Road inspection for black smoke generating machinery.
The contractor shall use cleaner fuel.

k. The contractor shall ensure that all DG sets comply emission norms notified by MoEF.

l. The contractor 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 cases where speed
reduction cannot effectively reduce fugitive dust, the contractor shall divert traffic to
nearby paved areas.

m. The contractor shall ensure that the construction material is covered by tarpaulin. The
contractor shall take all other precaution to ensure that no dust particles are permitted to
pollute air quality as a result of such storage.

n. The paving of the path for plying of vehicles carrying construction material is more
permanent solution to dust control and suitable for longer duration projects. The NIT
approving authority shall carry out cost benefit ratio analysis of the same.

Conditions to be included as Agreement item.

1. The contractor shall take appropriate 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 NIT
approving authority shall take such item in the schedule of quantity to ensure that the
construction activity does not cause any air pollution during course of construction
and/or storage of material or construction activity.

2. The paving of the path for playing of vehicles carrying construction material is more
permanent solution to dust control and suitable for longer duration projects. The NIT
approving authority shall carry out cost benefit ratio analysis of the same. Based on the
coast benefit ratio analysis, the NIT approving authority shall include the item of paving
of path in schedule of item which can be utilized as a permanent path for client after
construction of project.

3. The NIT approving authority shall take lead of C&D waste from construction site to
C&D waste site in the scheduled of item.

25 Testing of material:-

25.1 In case there is any discrepancy in frequency of testing as given in list of mandatory
test and that in individual sub-heads of work as per CPWD specification -2009 Vol. I
and II, the higher of the two frequencies of testing shall be followed and nothing extra
shall be payable to the contractor on this account.

Correction Nil
Insertion Nil
Omission Nil A.E.(P) E.E
22

26 The contractor shall provide at his own cost suitable weighing and measuring
arrangements at site of work for checking the weight /dimensions as may be necessary for
execution of the work.

27 The contractor shall obtain a valid license under the contract labour (R&A) Act, 1970 and
the central labour (Regulation and Abolition) Central Rules, 1971, before the
commencement of the work, and continue to have a valid license until the completion of
the work. The contract shall also abide by the provision of the Child Labour (Prohibition
and Regulation) Act, 1986.
The contractor shall also comply with the provision of the building and other construction
workers (Regulations of employment & Conditions of service) Act,1966 and the Building
and other construction workers welfare cess Act, 1966. Any failure to fulfill these
requirements shall attract the penal provisions of this contract arising out of the resultant
non-execution of the work.

28 Samples of Material:-

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 quantity
of samples brought by the contractor shall be judged by standards laid down in the
relevant BIS specifications.

I. All materials and fittings brought by the contractor to the site for use shall conform to
the samples approved by the Engineer-in-charge which shall be preserved till the
completion of the work. If a particular brand of material is specified in the item of work
in Schedule of Quantity, the same shall be used after getting the same approved from
Engineer-In-Charge. Wherever brand / quality of material is not specified in the item of
work, the contractor shall submit the samples as per suggestive list of brand names
given in the tender document / particular specifications for approval of Engineer-In-
Charge. For all other items, materials and fittings carrying BIS Mark shall be used
with the approval of Engineer-In-Charge. Wherever BIS Marked material / fittings
are not available, the contractor shall submit samples of materials / fittings
manufactured by firms of repute conforming to relevant specifications or IS codes and
use the same only after getting the approval of Engineer-In-Charge. To avoid delay,
contractor should submit samples as stated above well in advance so as to give timely
orders for procurement. If any material, even though approved by Engineer-In-Charge
is found defective or not conforming to specifications shall be replaced / removed by
the contractor at his own risk & cost.

II. The contractor shall ensure quality construction in a planned and time bound manner.
Any sub-standard material / work beyond set-out tolerance limit shall be summarily
rejected by the Engineer-in-charge & contractor shall be bound to replace / remove
such sub-standard / defective work immediately.

III. BIS marked materials except otherwise specified shall be subjected to quality test
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
contractor shall furnish manufacturer’s test certificate or test certificate from approved
testing laboratory to establish that the material produced by the contractor for

Correction Nil
Insertion Nil
Omission Nil A.E.(P) E.E
23

incorporation in the work satisfies the provisions of BIS codes relevant to the material
and / or the work done.
IV. BIS marked items (except cement & steel) required on the work shall be got tested.
Only important tests, which govern the quality of the product, shall be carried out. The
frequency of such tests shall be 25% of the frequency specified in the CPWD
Specifications 2009 Vol .I to II with upto date correction slips.
For certain items, if frequency of tests is not mentioned in the CPWD Specifications
then relevant IS code shall be followed and tests shall be carried out @ 25% of the
frequency specified therein.
29 Samples for Testing:-
29.1 The contractor shall provide samples of materials required for testing free of charge.
Testing charges of the construction material will be borne by the Department if the result
found satisfactory. In case result not found satisfactory the cost of testing charges will be
borne by the Contractor. The contractor shall get the water tested with regard to its
suitability and conforming to the relevant IS Code. The contractor shall obtain written
approval from the Engineer-in-charge before the proceeds by using the same for
execution of work.
All expenditure required to be incurred for taking samples, conveyance, packing
etc. shall be borne by the contractor himself.
29.2 If any load testing or special testing is to be done for concrete whose strength is
doubtful, the cost of the same shall be borne by the contractor.
29.3 All necessary tests as per the NIT/ CPWD specifications/ relevant BIS codes shall be
carried out on all the materials whether ISI marked or otherwise. Wherever NIT/ CPWD
specifications/ relevant BIS codes do not specify the frequency of tests, the same shall be
carried out as per the directions of the Engineer-in-Charge. Nothing extra whatsoever
shall be payable on this account.
29.4 Testing at Manufacturer’s place – All materials which are specified to be tested at the
manufacturer’s works shall satisfactorily pass the tests in presence of the authorized
representative of Engineer-in-Charge before being used in the work. In case all
requisite testing facilities are not available at the manufacturer’s premises, such testing
shall be conducted at laboratory approved by the Engineer-in-Charge. The charges
for such testing shall be borne by the contractor.
29.5 Testing of the building material will be done as per the following priority.
I. CPWD/PWD Testing Lab.
II. IIT Delhi/ Any Govt. Engineering College Delhi.
III. Any other Govt. labs as approval by Engineer-in-Charge.
IV. Jamia Millia Islamia Central University.
30 Quality Assurance:-
30.1 The contractor shall ensure quality control measures on different aspects of construction
including materials, workmanship and correct construction methodologies tobe adopted.
He shall have to submit quality assurance programme within two weeks of the award
of the work. The quality assurance programme should include method statement for
various items of work to be executed along with check lists to enforce quality control.

Correction Nil
Insertion Nil
Omission Nil A.E.(P) E.E
24

30.2The contractor shall get the source of various raw materials namely aggregate, cement,
sand, steel, water etc. to be used on the work, approved from the Engineer-In-Charge and
trial mixes for controlled concrete shall be done using the approved materials. The
contractor shall stick to the approved source unless it is absolutely unavoidable. Any change
shall be done with the prior approval of the Engineer-In-Charge for which tests etc. shall be
done by the contractor at his own cost.

30.3 Lists of approved makes and brands of materials for civil works and sanitary works are
annexed hereto. Makes and brands of Materials specified therein shall only be used on
the
work. The contractor shall submit brand / make of various materials to be used for the
approval of the Engineer-In-Charge along with samples.

30.4 The contractor shall submit shop drawings of staging and shuttering arrangement for
approval of Engineer-In-Charge. The contractor shall also submit bar bending schedule for
approval of Engineer-In-Charge before execution.

31 All material shall be brought at site as per programme finalized with the Engineer-in-
Charge. Any pre-delivery of the material, not required for immediate consumption shall
not be accepted and thus not paid for.

32 Except for the items, for which particular specifications are given or where it is
specifically mentioned otherwise in the description of the items in the schedule of
quantities, the work shall generally be carried out in accordance with the “CPWD
Specifications 2009 Vol I to II with upto date correction slips (Hereinafter to be referred to
as CPWD Specifications) and instructions of Engineer-In-Charge. Wherever CPWD
Specifications are silent, the latest IS Codes / Specifications shall be followed.

33 A reference made to any Indian Standard Specifications in these documents, shall imply to
the latest version of that standard, including such revisions / amendments as issued by the
Bureau of Indian Standards upto last date of receipt of tenders. The Contractor shall keep
at his own cost all such publications of relevant Indian Standard applicable to the
work at site.

34 Samples including brand / quality of materials and fittings to be used in the work shall be
got approved from the Engineer-In-Charge, well in advance of actual execution and shall
be preserved till the completion of the work.

35 Unless otherwise specified in the schedule of quantities, the rates tendered by the
contractor shall be all inclusive and shall apply to all lifts & all heights, floors including
terrace, leads and depths and nothing extra shall be payable on this account.

36 The rates for all items of work shall, unless clearly specified otherwise, include cost of all
labour, material, tools and plants and other inputs involved in the execution of the item and
nothing extra shall be payable on this account.

Correction Nil
Insertion Nil
Omission Nil A.E.(P) E.E
25

37 The contractor(s) shall quote all inclusive rates against the items in the schedule of
quantities and nothing extra shall be payable for any of the conditions and
specifications mentioned in the tender documents unless specifically specified otherwise.

38 Unless otherwise specified in the schedule of quantities, the rates for all items, shall be
considered as inclusive of pumping / bailing out water, wherever necessary for which no
extra payment shall be made.

39 The rate for all items, in which the use of cement is involved is inclusive of charges for
curing.

40 The foundation trenches shall be kept free from water while works below ground level are
in progress.

41 The work shall be executed and measured as per metric dimensions given in the schedule
of quantities, drawings etc. (FPS units wherever indicated are for guidelines only).

42 Payment for items of “RCC work”, brick work and concrete work above different floor
shall be made at the rates provided for these items. For operation of these rates, the floor
level shall be considered as top of the main structural slab in that floor viz Top of RCC
slab in main room and not top of any sunk or depressed floor for toilet slabs.

43 The rate of items of flooring is inclusive of providing sunk flooring in bath-rooms, kitchen,
etc. and nothing extra on this account shall be payable.

44 Any legal or financial implications resulting out of disposal of earth shall be sole
responsibility of the contractor. Nothing extra shall be paid on this account.

45 The work should be planned in a systematic and coordinate manner with other agencies
working in the building so that chase cuttings in the walls, ceilings and floors are
minimized. Chase for G.I. Pipes, Electrical conduits, shall be cut by using electrically
operated chase cutting machines. Chases will not be allowed to be cut using hammer /
chisel. The electrical boxes should be fixed in walls simultaneously while raising the brick
work. Similarly openings required for Air-conditioning work shall be left as required.
Nothing extra shall be paid on this account. The contractor shall ensure proper co-
ordination of various disciplines viz. sanitary & water supply, electrical, fire-fighting and
any other services.

46 All the hidden items such as water supply lines, drainage pipes, conduits, sewers etc. are to
be properly tested and got measured by Engineer-in-charge or his representative as per the
design conditions before covering.

47 The contractor shall indemnify the Govt. against any claims or obligations arising out of
any damage to adjacent property, structure or to building work done by him.

48 Licenses
48.1 The contractor shall pay to the municipal, police or other authorities all the fees
etc. if required for execution of work, obtain requisite licenses for temporary
constructions, enclosures, and pay all fees, taxes and charges which shall be leviable
on account of their observations in executions of the contract. No extra claim will be
Correction Nil
Insertion Nil
Omission Nil A.E.(P) E.E
26

entertained on this account. However, department shall provide necessary assistance


by way of forwarding the applications of the contractor.

48.2 All license fees, royalty charges shall be paid by the contractor direct to the
authorities concerned. No extra claim will be entertained on this account.

48.3 In case services are encountered during excavation / earth work and such
services are required to be shifted, the contractor is bound to carryout the shifting
operation as per guidance / instructions and with the approval of the Engineer-In-
Charge. However, necessary payments shall be made in this regard as per provision of
the agreement.
49 Many other agencies would be executing work simultaneously at site. The contractor shall
maintain proper co-ordination with other agencies in maintaining progress of work. In case
of any dispute, the decision of the Engineer-in-Charge shall be final and binding.

50 The contractor shall be required to comply with the provisions of Delhi labour welfare
fund notified by the Delhi Govt. On 13.07.04 as per which if the contractor employs
directly or through other persons, five or more than five persons on any working day
during the preceding 12 months, owes a statutory obligation to deposit: -

I. Fines realized from employees.


II. Unpaid accumulations
III. Contribution of employees @75 paisa per employee, per six months.
IV. Contribution of employer @ rs. 2.25 per employee, per six months.

As per the provision of the above said act, all employees are covered, except managerial
and supervisory staff drawing as wages rs. 2,500/- per month or more, engaged in different
establishments and if any employ fails to deposit the amount payable under the provisions
of the said act, penal interest would be charged @1% p.m. For first three months and
thereafter penal interest would be charged @ 1.5% p.m. And the arrears are recoverable as
arrears of “land revenue”

51 The contractor shall have to make his own arrangement for housing facility for staff and
labour away from construction site and shall have to transport the labour to and fro
between construction site and labour camp at site own cost. No labour hunts will be
allowed to be constructed at the project site except a few temporary sheds for chowkidars
and storekeeper. The decision about how many huts can be allowed for chowkidars and
storekeeper at project site shall rest with the engineer-in-charge and the contractor shall
have no claim on this account.

52 Labour cess @ 1% of the gross value of the work done will be deducted from each running
& final bill as per govt. Of Delhi notification.

Correction Nil
Insertion Nil
Omission Nil A.E.(P) E.E
27

PERFORMANCE GUARANTEE
1. The contractor shall submit an irrevocable PERFORMANCE GUARANTEE of 5% (Five
percent of the tendered amount) in addition to other deposits mentioned elsewhere in the
contract for his proper performance of the contract agreement, (notwithstanding and/ or
without prejudice to any other provisions in the contract) within 7 days of issue of letter
of acceptance. This period can be further extended by the Engineer-in-Charge upto a
maximum period of 3 days on written request of the contractor stating the reason for
delays in procuring the Bank Guarantee to the satisfaction of the Engineer-in-Charge.

a) In the shape of fixed deposit receipt of any schedule bank located in India and
approved by Reserve Bank of India pledged in favour of Executive Engineer
(Engineer-in-Charge).

b) Bank Guarantee in the prescribed form given in General condition of contract for
CPWD works 2014/ annexed with the tender document from any Schedule Bank
located in India and approved by Reserve Bank of India along with the affidavit
executed before first class Magistrate as per the Performa attached in the tender
documents.

2. A letter of acceptance shall be issued in the first instance informing the successful
tenderer of the decision of the competent authority to accept his tender and necessary
letter to commence the work shall be issued only after Performance Guarantee in any of
the prescribed from is received. and site of work shall be handed over thereafter. In case
of failure by the contractor to furnish the performance guarantee within the specified
period, Government shall without prejudice to any other right or remedy available in law,
be at liberty to forfeit the earnest money absolutely.

3. The Performance Guarantee shall be initially valid upto the stipulated date of completion
plus 90 days beyond that. In case the time for completion of work gets enlarged, the
contractor shall get the validity of Performance Guarantee extended to cover such
enlarged time for completion of work. After recording of the final completion certificate
for the work by the competent authority, the performance guarantee shall be returned to
the contractor, without any interest.

4. The Engineer-in-Charge shall not make a claim under the performance guarantee except
for amounts to which the President of India is entitled under the contract (not
withstanding and/ or without prejudice to any other provisions in the contract agreement)
in the event of :-

a) Failure by the contractor to extend the validity of the Performance Guarantee as


described herein above, in which event the Engineer-in-Charge may claim the full
amount of the Performance Guarantee.

Correction Nil
Insertion Nil
Omission Nil A.E.(P) E.E
28

b) Failure by the contractor to pay President of India any amount due, either as
agreed by the contractor or determined under any of the clauses/ conditions of the
agreement, within 30 days of the service of notice to this effect by Engineer-in-
Charge.

c) Failure by the Contractor to remedy a default within 30 days after serving the
notice by Engineer-in-Charge requiring the default to be remedied.

d) In the event of the contract being determined or rescinded under provision of any
of the clause/ condition of the agreement, the performance guarantee shall stand
forfeited in full and shall be absolutely at the disposal of the President of India.

Correction Nil
Insertion Nil
Omission Nil A.E.(P) E.E
29

PART–B

CIVIL WORK

Correction Nil
Insertion Nil
Omission Nil A.E.(P) E.E
30

SPECIAL CONDITIONS FOR CIVIL WORKS


1.(a) The Contractor(s) shall inspect the site of work before tendering and acquaint himself
with the site conditions and no claim on this account shall be entertained by the
department.

(b) The contractor(s) shall get himself acquainted with nature and extent of the work and
satisfy himself about the availability of materials from kiln or approved quarries for
collection and conveyance of materials required for construction.

2. The contractor(s) shall study the soil investigation report for the site, available in the
office of the Engineer-in-charge and satisfy himself about complete characteristics of
soil and other parameters at site. However, no claim on the alleged inadequacy or
incorrectness of the soil data supplied by the department shall be entertained.

3. The tenderer shall see the approaches to the site. In case any approach from main road
is required at site or existing approach is to be improved and maintained for cartage of
materials by the contractor, the same shall be provided, improved and maintained by
the contractor at his own cost. No payment shall be made on this account.

4. Contractor shall take all precautionary measures to avoid any damage to adjoining
property. All necessary arrangement shall be made at his own cost. Any damage
caused by the contractor to the contractor to the existing building/ installations /roads/
boundary walls shall be made good by him (the contractor) at his own cost.

5. The contractor shall take all precautions to avoid accidents by exhibiting necessary
caution boards day and night, speed limit boards, red flags, red lights and providing
barriers. He shall be responsible for all damages and accidents caused to existing / new
work due to negligence on his part. No hindrances shall be caused to traffic, running of
hospital services during the execution of the work.

6. Royalty at the prevailing rates wherever payable shall have to be paid by the contractor
on the boulders, metal, shingle, sand and bajri etc. Or any other material collected by
him for the work direct to revenue authorities and the department shall pay nothing
extra for the same.

7. The contractor shall provide at his own cost suitable weighing, surveying and leveling
and measuring arrangements as may be necessary at site for checking. All such
equipment shall be got calibrated in advance from laboratory, approved by the
Engineer-In-Charge. Nothing extra shall be payable on this account.

8. The contractor shall take instructions from the Engineer-In-Charge regarding collection
and stacking of materials at any place. No excavated earth or building rubbish shall be
stacked on areas where other buildings, roads, services and compound walls are to be
constructed.

9. Contractor 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 work. All
such reference points shall be in relation to the levels and locations, given in the
Architectural and plumbing drawings.
Correction Nil
Insertion Nil
Omission Nil A.E.(P) E.E
31

10. The contractor(S) shall give to the municipality, police and other authorities all
necessary notice etc. that may be required by law and obtain all requisite license for
temporary obstructions, enclosures etc. and pay all fee, taxes and charges which may be
leviable on account of these operations in executing the contract. The Contractor(S)
shall make good any damage to the adjoining property whether public or private and
shall supply and maintain lights either for illumination or for cautioning the public at
night.
11.a) On completion of work, the contractor shall submit at his own cost four prints of
“as built” drawings to the Engineer-In-Charge. These drawings shall have the
following information.

Run off all piping and their diameters including soil, waste pipes and vertical stacks.
Ground and invert level of all drainage pipes together with locations of all manholes
and connections, up to outfall.
Run off all water supply lines with diameters location of control valves, access panels
etc. In case the contractor fails to submit the aforesaid drawings to the Engineer-
in-Charge, the security deposit shall not be released.
12. Water tanks, taps, sanitary, water supply and drainage pipes, civil fittings and
accessories should conform to byelaws and municipal body / corporation where CPWD
Specifications are not available. The contractor should engage licensed plumbers for
the work and get the materials (fixtures/fittings) tested by the Municipal Body /
Corporation authorities wherever required at his own cost.
13. The contractor shall give performance test of the entire installation(s) as per the
standing specifications before the work is finally accepted and completion certificate is
recorded by the Engineer-in-Charge. Nothing extra whatsoever shall be payable to
the contractor for the test.
14 Any cement slurry added over base surface for continuation of concreting for better
bond is deemed to have been included in the items and nothing extra shall be payable
on this account, also the cement consumed on this account shall not be considered
in theoretical consumption.
For RCC work, only factory made round type cover block shall be used.

For Brick work unless otherwise specified FPS bricks shall be used in all items of
work. The classification of bricks brought by the contractor shall conform to the CPWD
Specifications.

(b) The contractor shall get the water tested with regard to its suitability and conforming to
the relevant IS Code. The contractor shall obtain written approval from the Engineer-
in-Charge before he proceeds by using the same for execution of work.

15. The contractor shall bear all incidental charges for cartage, storage and safe custody of
materials brought to site.

16. The work shall be carried out in accordance with the Architectural drawings and
structural drawings, to be issued from time to time, by the Engineer-in-Charge. Before
commencement of any item of work, the contractor shall correlate all the relevant
architectural and structural drawings issued for the work and satisfy himself that the

Correction Nil
Insertion Nil
Omission Nil A.E.(P) E.E
32

information available there from is complete and unambiguous. The discrepancy, if


any, shall be brought to the notice of the Engineer-In-Charge before execution of
the work. The contractor alone shall be responsible for any loss or damage
occurring by the commencement of work on the basis of any erroneous and or
incomplete information.

17. The Architectural drawings given in the tender other than those indicated in
nomenclature of items are only indicative of the nature of the work and
materials/fixtures involved unless otherwise specifically mentioned. However, the work
shall be executed in accordance with the drawings duly approved by the Engineer-In-
Charge. Architectural drawings are available in the office of Engineer-in-Charge and
can be seen.

18. Programme Chart:-

The Contractor shall prepare an integrated programme chart for the execution of work,
showing clearly all activities from the start of work to completion, with details of
manpower, equipment and machinery required for the fulfilment of the programme
within the stipulated period and submit the same for approval of the Engineer-In-
Charge within two weeks of the award of the contract.
i) The programme chart should include the following:-

a) Descriptive note explaining sequence of various activities.

b) Network (PERT / CPM / BAR-CHART) prepared on M.S. Word, Excel which


will indicate resources in financial terms, manpower and specialized equipment
for every important stage.

c) Programme for procurement of materials by the contractor.

ii) If at any time, it appears to the Engineer-In-Charge that the actual progress of
work does not conform to the approved programme referred above, the
contractor shall produce a revised programme showing the modifications to the
approved programme by additional inputs to ensure completion of the work
within the stipulated time.

iii) The submission for approval by the Engineer-In-Charge of such programme or


the furnishing of such particulars shall not relieve the contractor of any of his
duties or responsibilities under the contract. This is without prejudice to the
right of Engineer-In-Charge to take action against the contractor as per terms
and conditions of the agreement.
19. Normally contractors shall not be allowed to work at night. Work at night shall,
however, be allowed if the site conditions / circumstances so demand. However, if the
work is carried out in more than one shift or at night, no claim on this account shall be
entertained. In such situations the contractor shall make available to the
department proper means of transport such as vehicle at his own cost.

20. Existing drains, pipes, cables, over-head wires, sewer lines, water lines and similar
services encountered in the course of the execution of work shall be protected against

Correction Nil
Insertion Nil
Omission Nil A.E.(P) E.E
33

the damage by the contractor's own expense. The contractor shall not store materials or
otherwise occupy any part of the site in a manner likely to hinder the operation of such
services. In no case such services should be stopped to the existing buildings.

21. The contractor shall be responsible for the watch and ward / guard of the buildings,
safety of all fittings and fixtures including sanitary and water supply fittings and
fixtures provided by him against pilferage and breakage during the period of
installations and thereafter till the building is physically handed over to the department.
No extra payment shall be made on this account.

22. The day to day receipt and issue accounts of different grade/brand of cement shall be
maintained separately in the standard Performa by the Jr. Engineer-in-charge of work
and which shall be duly signed by the contractor or his authorized representative.

23 The contractor shall procure the required materials in advance so that there is sufficient
time for testing of the materials and clearance of the same before use in the work. Any
pre-delivery of the materials not required for immediate consumption shall not be
resorted to. The contractor shall provide at his own cost suitable weighing and
measuring arrangements at site for checking the weight / dimensions as may be
necessary for execution of work.

24. No payment shall be made to the contractor for any damage caused by rain, floods,
earthquake or any other natural causes whatsoever during execution of work. The
contractor at his own cost will make the damages to the work good and no claim on this
account shall be entertained.

25. Any damage done by the contractor to any existing work or work being executed by
other agencies shall be made good by him at his own cost.

26. On account of Security consideration, there would be some restrictions on the working
hours, movement of vehicles for transportation of material and location of labour camp.
The contractor shall be bound to follow all such restrictions and adjust the programme
for execution of work.

27. In case, there is any discrepancy between English version and corresponding Hindi
version, if provided, then the provisions in English Version will prevail.

28. The contractor shall be bound to follow the instruction and restrictions imposed by the
Administration/Police authorities on the working and/or movement of labour, materials
etc. and nothing extra shall be payable on this account or due to less/restricted working
hours or suspension of work or any detours in movement of vehicles due to stated
instructions and restrictions.

29 The contractor shall also be required to follow the rules & restrictions imposed on
working /movement/stacking of materials by the local competent authority at all times.
Nothing extra shall be payable on this account.

30. The contractor should remove from site, the net surplus earth only. If he disposes earth
more than the surplus quantity and earth is required later to be brought from outside,
the contractor shall be liable to supply at site the such required quantity of earth of
Correction Nil
Insertion Nil
Omission Nil A.E.(P) E.E
34

required quality at his own cost and nothing shall be paid on the account. The quantity
of the surplus earth to be disposed off from the site shall be worked out on the basis of
levels to be taken before and after the excavation. The decision of the Engineer-in-
charge regarding the quantity of net surplus earth shall be final & binding. Nothing
extra shall be payable to the contractor for stacking the excavated earth.
31. Contractor shall give the Engineer-in-Charge on the 4th day of each calendar month, a
progress report of the work done during previous month.

32. These equipment/T &P/machinery shall be the mandatory requirement over and above
those pertaining to arrangement of concrete from RMC producing plants as mentioned
elsewhere in the tender documents. In case the requirement at any stage exceeds that
given above the same shall be arranged as per need by the contractor at his own cost.
Nothing extra whatsoever shall be payable on this account.

33. All the equipment, T & P and machinery shall be kept in good conditions.

34. All the equipment shall be brought, installed and commissioned at site of work at least
one week before their actual planned use at site.

35 Before starting the earth work, the spot level of the site is to be done by the total station
by the contractor and three sets of spot level drawings are to be submitted by the
contractor to the department before starting earth work.

PRICE PREFERENCE TO CONTRATOR BELONGING TO SC/ST FOR AWARD OF


CONTRACTS IN RESPECT OF WORKS IN CENTRAL, PUBLICK WORKS DEPARTMENT

(Issued No. DGW/CON/233 Dated 17-12-2007 issued from file No. CSQ/CM/C/18/2/98)

1. For works upto an estimated cost of Rs. 1.90 lakh, a price preference upto 5% (with
reference to the lowest valid price bid) may be allowed in favour of individual SC/ST
contractors. In such cases, tenders may be entertained even from non-registered
contractors. No earnest money is required in such cases.

2. For works of estimated cost ranging from Rs. 1.90 lakh to Rs. 4.50 lakh, tenders may be
obtained only from registered contractors. The price preference upto 5% (with
reference to the lowest valid price bid) may be allowed in favour of individual SC/ST
contractors. However, earnest money at a reduced rate of ½ % may be accepted in such
cases.

3. In all such cases, the above concessions shall be allowed only after proper verification
of the individual contractor’s claim of belonging to SC or ST community, as the case
may be. These concessions will be admissible upto 31.12.2009. CPWD Manual stands
amended accordingly.

Correction Nil
Insertion Nil
Omission Nil A.E.(P) E.E
35

ADDITIONAL SPECIFICATIONS
1. The work in general shall be executed as CPWD Specifications 2009 Vol. I and II with
correction slips for cement mortar, Cement Concrete and RCC works (In pursuance to
IS456:2000) as referred on page 9 of the tender document. However in the event of any
discrepancy in the description of any items as given in the schedule of quantity appended
with the tender and the specifications relating to the relevant item as per CPWD
specifications mentioned above the formal shall prevail. If the specification for any item
are not available in the CPWD specifications mentioned above the relevant ISI
specifications shall be followed. In case ISI specifications are also not available the
decision of the Engineer-In-Charge given in writing shall be final.

2. The water shall be got tested as per CPWD specification and nothing extra shall be paid
on this account.

3. In addition to the above specifications some additional specifications shall also apply to
the work.

(i) All stone aggregates and stone ballast shall be of hard stone variety to be obtained
from approved quarries at or any other source to be got approved by the Engineer-In-
Charge.
(ii) Sand to be used for cement concrete work, mortar for masonry and plaster work shall
be of standard quality, Sand shall be obtained from source to be got approved by the
Engineer-In-Charge. And screened as required. The same shall consist of hard
siliceous material.

4. STONE WORK : Stone tiles for flooring /veneering .


(i) Machine cut, machine polished tiles shall be used and edging of stone used or
flooring and veneering works shall have proper machine veneering cut.
(ii) The item shall include the word machine cut machine polished and lend with
properly machine veneering to form pattern.

5. Whenever any reference to any Indian Standard specification occurs in the documents
relating to this contract the same shall be inclusive of all amendments issued their to or
revisions thereof if , any , up to the date of receipt of tenders.

6. The rates for different items of works shall be for all heights, lifts, leads and depths of the
buildings except where otherwise specified in the item of work. Payment for centering ,
shuttering however is required to be for heights more than 3.5 m shall be admissible at
the rate arrived in accordance with clause 12 of the agreement, if specified.

7. The work shall be carried out in accordance with the architectural drawings and structural
drawings to be issued by the Engineer-In-Charge. The structural and architectural
drawings shall have to be properly correlated before execution of the work. In case if any
discrepancies noticed/found between architectural and structural drawings, the decision
of the Engineer-In-Charge in writing shall be final and binding to the contractor.
8. All articles ISI marked shall be used after getting the approval of the Engineer-In-Charge.
In case of non ISI marked Articles only those articles which manufactured by reputed
firms (classified as “First Quality” by the manufacturers) and approved by the Engineer-
In-Charge shall be used.
Correction Nil
Insertion Nil
Omission Nil A.E.(P) E.E
36

9. The contractor shall give performance test of installations as per specifications before the
work is final accepted and nothing extra whatsoever shall be payable to the contractor on
this account.

10. The work shall be carried out in a manner complying in all respects with the requirement
of relevant bylaws of Municipal Committee/Municipal Corporation/ Delhi Development
authority under the jurisdiction of which the work is to be executed or as directed by the
Engineer-In-Charge and nothing extra shall be payable on this account.

11. Cement slurry shall be provided over base surface (for continuation of concreting, on the
old surface where re-plastering to be done) for which nothing extra shall be paid.

RCC Work:-

12. The entire RCC work shall generally be carried out by using steel centering, shuttering,
and scaffolding. However other type of centering, shuttering and scaffolding as per
CPWD specification and norms shall also be permitted by the Engineer-In-Charge on
receipt of written request from the contractor for specific item of work where use of steel
centering, shuttering and scaffolding is difficult.

13. In respect of projected balconies, projected slabs at roof level and projected verandah, the
payment of the RCC work shall be made under item of RCC slab. Nothing extra shall be
paid for the side shuttering at the edges of these projected portions. All exposed edges
shall however be finished as per specifications and nothing extra shall be paid for the
same.

14. In the item of RCC walls, railing and roofs etc. design and pattern as per architectural
drawing in specified section shall be made and nothing extra shall be made for the same.

15. The rates for railing are inclusive of all labour and materials. The portion of railing
embedded in the masonry/RCC as required for execution of the item as per description of
item/architectural drawing shall not be included in measurements for payment.

16. The rates of item of reinforcement in RCC work includes all operations including
straightening, cutting, welding, bending & binding with annealed steel wire or welding,
cost of the cover blocks of approved quality and placing in position at all levels and leads
and lifts etc.

Correction Nil
Insertion Nil
Omission Nil A.E.(P) E.E
37

PRE-CAST RCC:-

17. The compaction of the concrete shall be done by vibrating, table or external vibrator, as
approved by Engineer-in-charge, for rates quoted for the item shall include the element
for form work and mechanical vibration.
18. The water will be tested with regard to its suitability for use in R.C.C. work and nothing
will be paid for on this account.

19. The rates of item of reinforcement in R.C.C. work includes all operations including
straightening cutting welding binding with annealed steel wire or welding and placing in
position at all the floors with all leads and lifts complete.

FLOORING.

20. The rate of items of flooring is inclusive of providing sunk flooring in bath rooms,
kitchen etc. and nothing extra on this account is payable.

WOOD WORK.:-

21. The contractor will be responsible for the watch and ward of shutters to be handed by him
to the client department after fixing and nothing extra for the same shall be paid.
22. Timber quality as specified to be used for wood work shall be kiln seasoned in the
relevant items in the scheduled of quantities and shall conform to CPWD Specifications
2009 Vol. I &II, with up to date correction slips.
23. The panelled shutters shall be kiln seasoned with species as specified in items (styles and
rails) as per width shown in Architectural drawings panels shall be embedded into frames
as per the details shown in CPWD specification or Architect drawings.
24. The samples or species to be used shall be deposited by the contractor with the E.E.
before under unless otherwise, specified in the item.

25. Transparent glass sheet conforming to IS: 1761-1960 shall be used thickness being
governed as under unless otherwise, specified in the item.

Area of glazing Thickness Max Unsupported length

(i) For glazing area up to 0.2 sqm 3mm 60cm.


(ii) For glazing area from 0.2 sqm to0.5sqm 4mm 120cm.
(iii) For glazing area more than 0.5 sqm 5.5mm. 120cm.
26. Glazing for toilets and in fixed ventilators shall be of opaque type with frosted pin headed
as prescribed in the items.

27. Factory made shutters as specified shall be obtained from factories to be approved by
Engineer-in-charge. The contractor shall inform well in advance to the Engineer-in-
charge the name and address of the factory from where the contractor intended to get the
shutters to be manufactured. The contractor will place the order to manufacture of shutter
only after getting the written approval of the Engineer-in-charge for recommendation the
name of the factory from the approved list. In case the factory proposed by the contractor
is not found competent to manufacture quality of shutter, the contractor will also arrange
stage-wise inspection of shutters at factory of the Engineer-in-charge or his authorized
representative. Contractor will have no claim if the shutters brought at site are rejected by
Correction Nil
Insertion Nil
Omission Nil A.E.(P) E.E
38

Engineer-in-charge in part or in full lot due to poor workmanship/quality. Such shutters


will not be measured and paid. The contractor shall have to remove the rejected shutters
from the site of work within 7 days from date of written order issued by Engineer-in-
charge or his authorized representative.

STEEL WORK:-

28. Steel glazed windows/ventilators shall be factory made as per IS: 7542-1990 to be
procured from factories to be approved by Engineer-in-charge.

29. 28. Pressed steel door frame shall be factory made as per IS: 4351- 1976 to be procured
from factories to be approved by Engineer-in-charge.

(i) All welded steel work shall be quality work as laid down in IS : 822-1970 wherever it
appears shall mean continuous filler welding.

WATER SUPPLY SANITARY INSTALLATIONS:-

30. Sanitary fitting, paints and other materials shall be obtained from the approved firms
which is on the list of approved manufactures of CPWD and shall bear ISI mark. The
materials shall be tested as per provision in relevant. Codes. The contractor’s rates for
items involving the use of the above materials shall be deemed to cover the cost of
samples taken for testing.

31. The S.C.I. Pipe and G.I. Pipe wherever necessary shall be fixed to R.C.C. columns.
Beams etc. with rowel plugs and nothing extra shall be paid for this.
32. G.I. Pipe if stipulated for issue in the schedule of material can be issued in metric size as
considered fit and the issued rate recoverable from be contractor will remain the same.
The contractor will not be paid anything extra on this account and nothing shall be
deducted for using the size of G.I. Pipes issued and the items will be paid as per
agreement rate for the same item.

33. Water Proofing.

Treatment for roof surface and sunken portion with integral cement based
compound (Brick –Coba)

i) The brick bats shall be from over burnt bricks. The proprietary water proofing
compound shall bear BIS mark and shall conform to IS: 2645. The proprietary water
proofing compound shall be added at the rate recommended by the manufacturers.
Water proofing compound shall be brought to the sit prior to commencement of work,
from which random sample would be got tested to ascertain its conformity to the
relevant IS code. Water proofing compound shall be kept under double lock and key
and record of its issue shall be kept in the same manner as for issue of cement.
Nothing extra shall be paid for making Khurras at the outlets of rain water pipe.

ii) The surface where the water proofing is to be done shall be thoroughly cleaned with
wire brushes. All loose scales, mortar splashes etc. shall be removed and dusted off.
The surface shall be treated with neat cement slurry admixed with proprietary water
Correction Nil
Insertion Nil
Omission Nil A.E.(P) E.E
39

proof compound to penetrate into crevices and fill up all the pores in the surface. The
cement slurry shall be applied at the junction of parapet and terrace slab including the
vertical face of the parapet.

iii) After slurry coat is laid, layer of over burnt brick bats shall be laid in cement mortar of
mix 1:5 (1 cement : 5 coarse sand) admixed with proprietary water proofing compound
to required gradient and joints filled to half the depth. The brick bat layer shall be
rounded at the junction with the parapet and tapered towards top for a height of
300mm. Curing of this layer shall be done for 3 days.

iv) After curing, the surfaces shall be applied with a coat of cement slurry admixed with
proprietary water proofing compound.

v) Joints of brick bat layer shall be filled fully with cement mortar of mix 1:5 ( 1 cement :
5 coarse sand) admixed with proprietary water proofing compound and finally top
finished with average 20mm thick layers of cement mortar 1:4 ( 1 cement : 4 coarse
sand) and finished smooth with cement slurry mixed with proprietary water proofing
compound. The finished surface shall have marking of 300 x 300 mm false squares to
give the appearance of tiles.

vi) The finished surface after water proofing treatment shall have minimum slope of 1 in
80. At no point shall the thickness of water proofing treatment be less than 65 mm.

vii) When treatment of roof surface is done, it shall be ensured that the outlet drain pipes
have been fixed and mouths at the entrance have been eased and rounded off properly
for easy flow of water.

viii) Curing of water proofing treatment shall be done for minimum period of ten days by
flooding the water by making kiaries etc.

ix) The integral cement based water proofing treatment with brick coba shall be done on
terrace. Nothing extra shall be paid for khurras at the outlets of rain water pipes. The
measurement shall be taken along the finished surface of treatment including the
rounded and tapered portion at junction of parapet wall.

x) Water proofing compound shall be of approved material list on page No.57

xi) Measurement: The measurements shall be taken along the finished surface of
treatment including the rounded and tapered portion of junction of parapet wall.
Length and breadth shall be measured correct to one centimetre and area shall be
worked out to nearest 0.01 sqm. No deduction in measurements shall be made for
either opening or recesses for chimneys, stacks, roof lights and the like of areas upto
0.40 sqm. nor anything extra shall be paid for forming such openings. For areas
exceeding 0.40 sqm. deductions shall be made in measurements for full openings and
nothing extra shall be paid for making such openings.

xii) Rates: The rate shall include the cost of all labour and materials involved in all the
operation described above.

Correction Nil
Insertion Nil
Omission Nil A.E.(P) E.E
40

xiii) Guarantee Bond: For the entire work of Water Proofing, Ten years guarantee bond in
the prescribed proforma (forming part of this document) shall be executed by the
contractor duly signed by both specialized agency and the contractor to meet their
liabilities under the guarantee bond. However, the sole responsibility in respect of
efficiency of water proofing shall rest with the building contractor.

10% of the cost of the work done under water proofing sub-head shall be retained
as security deposit for water proofing work in addition to normal security deposit
and the amount so withheld would be released as (i) 50% of this amount would be
released after five years from the date of completion of the entire work under the
agreement and (ii) Balance 50% amount would released after ten years from the
date of completion of the entire work under the agreement if the performance of
the work done is found satisfactory. I any defect is noticed during the guarantee
period, it shall be rectified by the contractor within seven days of receipt of information
of defects in the work. If the defects pointed out are not attended to within the specified
period, the same will be got done from another agency at the risk and cost of contractor.

xiv) The performance security deducted may be released in full if bank guarantee of
equivalent amount for ten years in acceptance form is deposited in favour of Engineer-
in-Charge.

xv) This Performance security shall be in addition to the security deposit, performance
guarantee & performance security mentioned elsewhere in the document.

xvi) The contractor shall give five years performance guarantee in the prescribed proforma
(specimen appended) for water proofing cement paint “Sandtex matt” 5% (Five percent)
of the cost these items shall be retained as security in addition to normal security deposit
to watch the performance of the work executed. However, this amount (withheld) shall
be released after five years after the completion of the work, if no defect comes to the
notice.

Correction Nil
Insertion Nil
Omission Nil A.E.(P) E.E
41

SPECIAL CONDITIONS FOR CEMENT & STEEL

1. The contractor shall, at his own expense procure and provide all materials including
cement and steel required for the work.

2. The contractor shall procure all the materials in advance so that there is sufficient time
for testing and approval of the materials before use in the work.

3. All materials brought by the contractor for use in the work shall be got checked from
the Engineer-In-Charge or his authorized representative of the work on receipt of the
same at site before use.

4. The contractor shall also employ necessary watch and ward establishment for the safe
custody of materials at his own cost.

5. Contractor has to produce manufacturers test certificate for each lot of cement & steel
procured at site.

6. CONDITIONS FOR CEMENT:-

6.1 The contractor shall procure 43 grade (conforming to IS:455) Portland Slag cement,
required in the work (43 grade OPC conforming to is 8112 for RCC work) from
reputed manufacturers of cement having a production capacity of one million tonnes as
approved by Ministry of Industry, Government of India and holding licence to use ISI
certification mark for their product whose name shall be got approved from Engineer-
In-Charge. Supply of cement shall be taken in 50 kg. bags bearing manufacturer’s name
and ISI marking, along with manufacturers test certificate for each lot. Samples of
cement arranged by the contractor shall be taken by the Engineer-In-Charge and got
tested in accordance with provisions of relevant BIS Codes. The cement for such
testing purpose shall be supplied by the contractor free of charge. In case test results
indicate that the cement arranged by the contractor does not conform to the relevant
BIS Codes, the same shall stand rejected and shall be removed from the site by the
contractor at his own cost within a week’s time of written order from the Engineer-In-
charge to do so. The cost of testing shall be borne by the contractor.

6.2 The cement shall be brought at site in bulk supply of approximately 30 tonnes or as
decided by the Engineer-In-Charge.

6.3 The cement go-down of the capacity to store a minimum of 1500 bags of cement shall
be constructed by the contractor at site of work and at the site of batching plant for
which no extra payment shall be made. Double lock provision shall be made to the door
of the cement go-down. The keys of one lock shall remain with the Engineer-in-charge
or his authorized representative and the key of the other lock shall remain with the
Contractor. The contractor shall be responsible for the watch and ward and safety of the
cement go-down. The contractor shall facilitate the inspection of the cement go-down
by the Engineer-in-charge at any time.

6.4 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

Correction Nil
Insertion Nil
Omission Nil A.E.(P) E.E
42

consumption of cement shall be worked out as per procedure prescribed in Clause-42 of


the contract and shall be governed by the conditions laid therein.

6.5 If the quantity of cement actually used in the work is found to be more than the
theoretical quantity of cement including authorized variation, nothing extra shall be
payable to the contractor on this account. In the event of it being discovered that after
the completion of the work, the quantity of cement used is less than the quantity
ascertained as herein before provided (allowing variation on the minus side as
stipulated in Clause - 42), the cost of quantity of cement not so used shall be recovered
from the contractor @ Rs.5,300/- (Rupees Three Thousand Five hundred Only) per
metric tonne. Decision of the Engineer-In-Charge in regard to theoretical quantity of
cement which should have been actually used as per the schedule and recovered at the
rate specified, shall be final and binding on the contractor.
For non-scheduled items, the decision of the Superintending Engineer regarding
theoretical quantity of the cement which should have been actually used, shall be final
and binding on the contractor.

6.6 Cement brought to site and cement remaining unused after completion of work shall not
be removed from site without written permission of the Engineer-in-charge.

6.7 In case the contractor brings surplus quantity of cement the same shall be removed
from the site after completion of work by the contractor at his own cost after approval
of the Engineer-in-charge.

6.8 The cement in bags shall be stacked by the contractor in two godowns one for fresh
arrival to be tested for quality and another already tested in use having weather proof
roof and walls and on a proper floor consisting of two layers of dry bricks laid on well
consolidated earth at a level at least 30 cm above the ground level. These stacks shall be
in rows of two bags deep and 10 bags high with a minimum of 60 cm. clear space
alround. The bags should be placed horizontally continuous in each line as shown in the
accompanying sketch given in CPWD Specification - 2009. The sketch is only for
guidance. Actual size / shape of godowns shall be as per site requirement and nothing
extra shall be paid on this account.

6.9 Cement register (as per performa on page 33) for the cement shall be maintained at site.
The account of daily receipts and issue of cement shall be maintained in the register by
the authorized representative of the Engineer-in-charge and signed daily by contractor
or his authorized agent.

6.10 Cement which is not used within 90 days from its date of manufacture shall be tested at
laboratory approved by the Engineer-in-charge. Until the results of such tests are found
satisfactory, it shall not be used in any work.

Correction Nil
Insertion Nil
Omission Nil A.E.(P) E.E
43

PROFORMA FOR THE CEMENT REGISTER

PARTICULARS OF PARTICULARS OF REMARK


RECEIPT ISSUE
Date of Quantit Progre Date quantity Item of Quantit Total Daily Contra J.E’s Asstt. E.E Periodi
receipt y ssive of issued work for y issued Balanc ctors initials Engg. initials cal
receive Total issue returne e in initial initials Check.
d d at the hand
end of
the day
1 2 3 4 5 6 7 8 9 10 11 12 13 14

Correction Nil
Insertion Nil
Omission Nil A.E.(P) E.E
44

7 CONDITIONS FOR STEEL:-

7.1 The contractor shall procure Thermo-mechanically treated (T.M.T.) steel


reinforcement bars of grade F.500 conforming to IS:1786 as per specifications
detailed hereunder from main producers as approved by the Ministry of Steel.
The contractor shall have to obtain original purchase invoices or mother
invoices accompanied with duly endorsed test certificates and furnish to the
Engineer-in-Charge in respect of all the lots of steel brought by him from
approved suppliers to the site of work. It is to be ensured that the test certificates
correlate and correspond with the details of wagon or vehicle number in the
original purchase invoices. Samples shall also be taken and got tested by the
Engineer-in-Charge as per the provisions in this regard in relevant BIS codes. In
case the test results indicate that the steel arranged by the contractor does not
conform to BIS codes; the same shall stand rejected and shall be removed from
the site of work by the contractor at his cost within a week’s time from written
orders from the Engineer-in Charge to do so. Unless specified elsewhere in the
contract document, the testing shall be done as per samples to be taken as given
below:-

Size Of Bar For OVER 50 TONNES


Consignment Below 50 TONNES
For Consignment

Under 10mm dia One set of sample for each 10 One set of sample for
tonnes or part thereof. each 15 tonnes or part
thereof.

10mm upto 16mm dia One set of sample for each 15 One set of sample for
tonnes or part thereof. each 20 tonnes or part
thereof.

Over 16mm dia One set of sample for each 25 One set of sample for
tonnes or part thereof. each 30 tonnes or part
thereof.

7.2 The steel reinforcement shall be brought in bulk supply of 20 tonnes or more or
as decided by the Engineer-in-Charge along with manufacturer test certificate
for each lot.

7.3 The steel reinforcement shall be stored by the contractor at site of work about
30cm. to 45 cm. above ground. A coat of cement wash shall be given to steel
bars when stored at site for long duration so as to prevent corrosion. Nothing
extra shall be paid on these accounts. Bars of different sizes and lengths shall be
stored separately to facilitate easy counting and checking.

7.4 The Actual issue and consumption of steel on work shall be regulated and
proper account maintained as provided in Clauses 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.
Correction Nil
Insertion Nil
Omission Nil A.E.(P) E.E
45

7.5 The actual issue of steel shall be actual weight of total quantity of Steel received
at the site less actual weight of balance quantity of steel lying unutilized at the
work site.

7. 6 Steel brought to site and steel remaining unused shall not be removed from site
without the written permission of the Engineer-in-Charge.

7.7 In cases the contractor bring surplus quantity of steel the same after completion
of the work will be removed from the site by the contractor at his own cost after
approval of the Engineer-in- Charge.

7.8 The mild steel and medium tensile steel bars to be used shall conform to latest
version of IS 432 and cold twisted bars and TMT bars shall conform to the
latest version of IS : 1786.

7.9 i) Reinforcement including authorized spacer bars and lappages shall be


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

ii) The standard cross sectional area & weights referred to as in Table 5.4 in
para 5.3.4 in CPWD Specifications 2009 for Cement Mortar, Cement
Concrete and RCC Works will be considered for conversion of length of
various sizes of M.S. Bars, Tor-Steel Bars and T.M.T. bars into Standard
Weight.

iii) Records 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.

iv) a) If the Derived Weight as in sub-para (iii) above is lesser than the
Standard Weight as in Sub-para (ii) above then the Derived Actual
Weight shall be taken for payment.

b) If the Derived Actual Weight is found more than the Standard


Weight, the Standard Weight as worked out in sub-para (ii)
above shall be taken for payment. In such case nothing extra shall
be paid for the difference between the Derived Actual Weight and
the standard Weight.

Correction Nil
Insertion Nil
Omission Nil A.E.(P) E.E
46

SPECIFICATION OF THERMO-MECHANICALLY TREATED BARS (TMT BARS)

1. Thermo-Mechanically Treated Bars (TMT Bars ) of Fe 500 Grade, Conforming to


IS-1786 Specifications shall be used in all R.C.C. works.
2. The TMT bar shall be purchased from main producers like M/s Steel Authority of
India Limited (SAIL), M/s Tata Iron & Steel Co. (TISCO) and M/s Rashtriya Ispat
Nigam Ltd. (RINL).
3. The Grades, chemical and mechanical properties of different varieties are as per
Table I, II and III.

TABLE I
S.NO. M/S SAIL M/S TATA M/S YIEDSTRESS
STEEL RASHTRIYA (0.2% PROOF
ISPAT STRESS)
NIGAM LTD. CONSIDERIN
G
EQUIVALEN
T AS PER
IS:I:86
1. SAIL TMT- TISCON TMT-50 REBARS –500 415 N/MM2
500

TABLE II
CHEMICAL COMPOSITION IN %

IS-1786 Fe 415 SAIL TMT TISCON (RINL.)


ALL REBARS
GRADES ALL
TMT-50 GRADES
CARBON 0.300 0.250 0.190 0.200
SULPHUR 0.060 0.050 0.045 0.040
PHOSPHOROUS 0.060 0.050 0.050 0.050
SULPHUR+ 0.1100 0.100 0.090 0.090
PHOSPHOROUS

TABLE – III
MECHANICAL PROPERTIES

IS 1786 SAIL-TMT TISCON (RINL.)


REBARS
GRADE Fe-415
YIELD 415
STRENGTH
(N/mm2)
TENSILE 485
STRENGTH
(N/mm2)
ELONGATION 14.5

Correction Nil
Insertion Nil
Omission Nil A.E.(P) E.E
47

ADDITIONAL CONDITION FOR DISMANTLE MATERIAL

Recovery of old Serviceable material as received from the Sub Head


Dismantling and Demolishing shall be made at following rates:

1 Old Steel bars Rs. 20.00 per Kg

2 Old Bricks of C.D 7.5/10 Rs. 2250.00 per 1000 Nos.

3 Quartette stone for masonry work Rs. 500.00 per cum

4 Old Z-section windows Rs. 20.00 per kg

5 Old rolled steel sections Rs. 20.00 per kg

6 Ols MS Iron viz, Tee, Angles, Flats etc. Rs. 20.00 per kg

7 Old timber Rs. 10.00 per kg

8 Old brick tiles Rs. 2600.00 per 1000 Nos.

9 Old G.I. barbed wire Rs. 20.00 per kg

10 Old expended metal/IRC fabric Rs. 20.00 per kg

11 Old CI/SCI pipes of various diameter Rs. 20.00 per kg

12 Old GI pipes of various diameter Rs. 20.00 per kg

13 Old CI pipes of various diameter(Broken in pieces) Rs. 20.00 per kg

14 Old CI Manhole cover & frames ( Broken in pieces) Rs. 20.00 per kg

15 Old PVC tank (Broken in pieces) Rs. 10.00 per kg

16 Old Brick Bats Rs. 600.00 per cum

The Old dismantled material received shall be measured and recorded by the
Assistant Engineer. Such dismantled material shall be handed over to the contractor,
and it shall be mandatory for contractor to remove it before completion certificate is
recorded.

Correction Nil
Insertion Nil
Omission Nil A.E.(P) E.E
48

ANNEXURE-I

GUARANTEE TO BE EXECUTED BY THE CONTRACTORS


FOR REMOVAL OF DEFECTS AFTER COMPLETION IN RESPECT OF
WATER-PROOFING WORKS.

The agreement made this................... day of ........... (Two Thousand Nine only) ..............
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 (Hereinafter called the


Contract) dated ...................... and made between the GUARANTOR OF THE ONE PART
AND the Government of the other part whereby the contractor inter alia undertook to render
the building and structures in the said contract recited completely water and leak-proof.

NOW THE GUARANTOR hereby guarantee that work executed 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.

The decision of the Engineer-in-charge with regard to nature and cause of defect shall be
final.

During this period of guarantee, the guarantor shall make good all defects and in case of any
defect being found render the building water proof 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 execute the water proofing or commits breach thereunder, then
the guarantor will indemnify the principal and his successor against all loss, damage, cost
expense or otherwise which may be incurred by him by reason of any default on the part of the
GUARANTOR in performance and observance of this supplementary agreement. As to the
amount of loss and/or damage and or cost incurred by the Government, the decision of the
Engineer-in-charge will be final and binding on both the parties.

IN WITNESS WHEREOF these presents have been executed by the obligator


....................... and ........................................ by ................................. for and on behalf of the
PRESIDENT OF INDIA on the day, month and year first above written.

SIGNED, sealed and delivered by OBLIGATOR in the presence of :-

1. ....................................... 2. ...........................................

SIGNED FOR AND BEHALF OF THE PRESIDENT OF INDIA BY ...................................


in the presence of :-

1. ............................................... 2. ..........................................

Correction Nil
Insertion Nil
Omission Nil A.E.(P) E.E
49

ANNEXURE-II

GUARANTEE TO BE EXECUTED BY THE CONTRACTORS


FOR REMOVAL OF DEFECTS AFTER COMPLETION IN RESPECT OF
WATER PROOFING CEMENT PAINT “SANDTEX MATT” WORKS.

ITEM NOS………………….

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 building and structure in the said contract recited completely defects free surface.

AND WHEREAS THE GUARANTOR agreed to give a guarantee to the effect that the said
structures will remain defect free for five years from the date of completion of work.

NOW THE GUARANTOR hereby guarantees that Water Proofing Cement Paint
done by him will tender the structures completely finish and the minimum life of such Water
Proofing Cement Paint shall be five years to be reckoned from the date after the maintenance
period prescribed in the contract.

Providing that the Guarantor will not be responsible for damage caused by earthquake or
structural defects or misuse of surface and for such purpose.
(a)The decision of the Engineer-in-charge with regard to nature and cause of defect shall be
final.

During this period of guarantee, the guarantor shall make good all defects and in case of any
defect being found render the building defects to the satisfaction of the Engineer-In-Charge at
his cost and shall commence the work for such rectification within seven days from the date of
issue of the notice from the Engineer-in-charge calling upon him to rectify the defects failing
which the work shall be got done by the Department by some other contractor at the
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 remove its defects or commits breach thereunder, then the
guarantor will indemnify the Principal and his successor against all loss, damage, cost expense
or otherwise which may be incurred by him by reason of any default on the part of the
GUARANTOR in performance and observance of this supplementary agreement. As to the
amount of loss and/or damage and or cost incurred by the Government, the decision of the
Engineer-in-charge will be final and binding on both the parties.

Correction Nil
Insertion Nil
Omission Nil A.E.(P) E.E
50

IN WITNESS WHEREOF these presents have been executed by the obligator .......*..............
and by ..........*............................ and for and on behalf of the PRESIDENT OF INDIA on the
day, month and year first above written.

SIGNED, sealed and delivered by OBLIGATOR in the presence of :-

1. ...................*................... 2. .....................*....................

SIGNED FOR AND BEHALF OF THE PRESIDENT OF INDIA BY ............*....................


in the presence of :-

1. ...............*.............................. 2. .................*.......................

* To be filled in by EE.

Correction Nil
Insertion Nil
Omission Nil A.E.(P) E.E
51

FORM OF PERFORMANCE SECURITY (GUARANTEE)


BANK GRARANTEE 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 ……….*……..
………………………………………………………………..(hereafter called “the said
agreement”) having agreed to production of a irrevocable Bank Guarantee for Rs.
……..*…………………………….
(Rupees…….*…………………………………………………………..only) as a
security/guarantee from the contractor(s) for compliance of this obligations in accordance with
the terms and conditions in the said agreement.

1) We ……*……………………...……………………(hereinafter referred to as “the


Bank”) here by (indicate the name of the Bank)
Undertake to pay to the Government in amount not exceeding
Rs .….*………………….. (Rupees…...*……………………………..

2) We ……*……………………………….do hereby undertake to pay the amounts due


and payable (indicate the name of the Bank)
Under this Guarantee without any demure, merely on a demand from the Government
stating that the amount claimed is required to meet the recoveries due or likely to be
due from the said contractor(s). Any such demand made on the Bank shall be
conclusive as regards the amount due payable by the bank under this Guarantee.
However, our liability under this guarantee shall be restricted to an amount not
exceeding Rs.…*…………..(Rupees .…*………………………only).

3) We, the said bank further undertake to pay to the Government any money so demanded
notwithstanding any dispute raised by the contractor(s) in any suit or proceeding
pending before any court or Tribunal relating thereto, our liability under this preset
being absolute and unequivocal.
The payment so made by us under this bond shall be a valid discharge of our liability
for payment thereunder and the contractor(s) shall have no claim against us for making
such payment.

4) We …..*…………………………………………further agree that the guarantee herein


contained (indicate the name of the Bank)
shall remain in full force and effect during the period that would be taken for the
performance of the said agreement and that it shall continue to be enforceable till all the
dues of the Government under or by virtue of the said agreement have been fully paid
and its claims satisfied or discharged or till Engineer-in-charge on behalf of the
government certified that the terms and conditions of the said agreement have been
fully and properly carried out by the said contractor(s) and accordingly discharges this
guarantee.

Correction Nil
Insertion Nil
Omission Nil A.E.(P) E.E
52

5) We…..*……………………………………………….further agree with the


Government that (indicate the name of the Bank)

the government shall have the fullest liberty without our consent and without effecting
in any manner our obligations hereunder to vary any of the terms and conditions of the
said agreement or to extend time of performance by the said contractor(s) from time to
time or to postpone for any time or from time to time any of the powers exercisable by
the Government against the said contractor (s) and to for bear or enforce any of the
terms and conditions relating to the said agreement and we shall not be relieved from
our liability by reason of any such variation, or extension being granted to the said
contractor(s) or for any forbearance, act of omission on the part of the Government or
any indulgence by the Government to the said contractor(s) or by any such matter or
thing whatsoever which under the law relating to sureties would, but for this provision,
have effect of so relieving us.

6) This guarantee will not be discharged due to the change in the constitution of the Bank
or the contractor(s).

7) We……*……………………………………………………….lastly undertake not to


revoke this (indicate the name of the Bank)
Guarantee except with the previous consent of the Government in writing.

8) This guarantee shall be valid upto___*________________. Unless extended on


demand by Government. Notwithstanding anything mentioned above, our liability
against this guarantee is restricted to Rs.___*____________(Rs.
____*____________________only) and unless a claim in writing is lodged with us
within six months of the date of expiry or the extended date of expiry of this guarantee
all our liabilities under this guarantee shall stand discharged.
Dated the ____* ______day of ____*__________for -
____*________________(indicate the name of bank)

* To be filled in by EE.

Correction Nil
Insertion Nil
Omission Nil A.E.(P) E.E
53

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 to
seek exemption from payment of security deposit/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
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.

Note: The affidavit is to be given by the executant before a first class Magistrate.

Correction Nil
Insertion Nil
Omission Nil A.E.(P) E.E
54

MODIFIED CLAUSE 10 CA
Rules for clause 10CA
Payment due to variation in prices of materials after receipt of tender if after submission
of the tender, the price of materials specified in Schedule - F increases / decreases beyond the
price(s) prevailing at the time of the last stipulated date for receipt of tenders (including
extensions, if any) for the work, then the amount of the contract shall accordingly be varied
and provided further that any such variations shall be effected for stipulated period of contract
including the justified period extended under the provisions of Clause-5 of the contract without
any action under Clause-2.

However for work done during the justified period extended as above, it will be limited to
indices prevailing at the time of stipulated date of completion or as prevailing for the period
under consideration, whichever is less.

The increase / decrease in prices of cements steel reinforcement and structural steel shall be
determined by the price indices issued by the Director General (Works), CPWD. For
other items provided in the Schedule ‘F’ this shall be determined by the All India Wholesale
Price Indices of materials as published by Economic Advisor to Government of India, Ministry
of Commerce and Industry and base price for cement, steel reinforcement and structural
steel as issued under the authority of Director General (Works) CPWD applicable for
Delhi including Noida, Gurgaon, Faridabad & Ghaziabad and for other places as issued
under the authority of Zonal Chief Engineer, CPWD and base price of other materials
issued by concerned Zonal Chief Engineer as indicated in Schedule ‘F’ as valid on the last
stipulated date of receipt of tender, including extension if any and for the period under
consideration. In case, price index of a particular material is not issued by Ministry of
Commerce and Industry, then the price index of nearest similar material as indicated in
Schedule ‘F’ shall be followed.

The amount of the contract shall accordingly be varied for all such materials and will be
worked out as per the formula given below for individual material:-

V= P x Q x Cl-Clo
Clo

Where,

V= Variation in material cost i.e. increase or decrease in the amount in rupees to be paid or
recovered.

P= Base Price of material as issued under the authority of DG(W), CPWD or concerned
Zonal Chief Engineer as indicated in Schedule ‘F’ valid at the time of the last stipulated date
of receipt of tender including extensions, if any.

Q= Quantity of material brought at site for bonafide use in the works since previous bill.

Clo= Price index for cement, steel reinforcement bars and structural steel as issued by the
DG(W), CPWD as valid on the last stipulated date of receipt of tenders including
extensions, if any. For other items, if any, provided in Schedule ‘F’, All India Wholesale
Correction Nil
Insertion Nil
Omission Nil A.E.(P) E.E
55

Price Index for the material as published by the Economic Advisor to Government of India,
Ministry of Industry and Commerce as valid on the last stipulated date of receipt of tenders
including extensions, if any.
Cl= Price index for cement, steel reinforcement bars and structural steel as issued under
the authority of DG(W), CPWD for period under consideration. For other items, if any,
provided in Schedule ‘F’, All India Wholesale Price Index for the material for period under
consideration as published by Economic Advisor to Government of India, Ministry of Industry
and Commerce.

Note:
(i) In respect of the justified period extended under the provisions of clause 5 of the contract
without any action under clause – 2, the index prevailing at the time of stipulated date of
completion or the prevailing index of the period under consideration, whichever is less, shall
be considered.
Provided always that provisions of the preceding Clause 10C shall not be applicable in
respect of Materials covered in this Clause.
(ii) If during progress of work or at the time of completion of work, it is noticed that
any material brought at site is in excess of requirement, then amount of escalation if paid
earlier on such excess quantity of material shall be recovered on the basis of cost indices
as applied at the time of payment of escalation or as prevailing at the time of effecting
recovery, whichever is higher.

MODIFIED PROVISION FOR CLAUSE 10 CA

Clause 10/CA Material Nearest Material (other Base Price of all the
Covered under this clause: than cement, reinforcement materials covered under
bars and structural steel)
for which All India *
Wholesale Price Index to Clause 10 CA
be followed:
1. Structural Steel ----

2. Reinforcement Bars ----

3. Cement ----

Correction Nil
Insertion Nil
Omission Nil A.E.(P) E.E
56

LIST OF APPROVED MANUFACTURERS FOR MATERIAS TO BE USED IN THIS


PROJECT/CIVIL WORKS
List approved by E-in-C Vide No. izeq[k vfHk;Urk@funs’kd@dk;Z@/2018/02/315 (H) Dated: 12.01.2018

S. No MATERIALS MANUFACTURERS NAME


CIVIL
1 CEMENT ACC, ULTRATECH, VIKRAM, SHREE, AMBUJA,
JAYPEE, J.K., LAFAERGE, L&T, BIRLA, CCI,
BINANI, JK LAKSHMI, ORIENT
2 REINFORCEMENT STEEL-TMT SAIL, TATA STEEL, RINL, JSW, JSPL, M/s. Shyam
Bars- Fe-500D Grade Steel. (DG/New Product/13 Dt: 04.05.2018)
3 STRUCTURAL STEEL SECTION SAIL, TISCO, RINL, JSW, JINDAL STEEL &
POWER, JINDAL, TATA
4 STRUCTURAL STEEL TUBES/PIPES JINDAL, TATA, APL APOLLO, ELECTRO STEEL
G.S.F., PRAKASH SURYA
5 READY MIXED CEMENT ACC, LAFARGE, ULTRATECH, SHREE, ALCHON,
CONCRETE L & T GRASIM, NS CONCRETE, RMC READYMIX
(INDIA), ENPOCEM, NDCON, SHAILA
ENRERPRISES, RDC CONCRETE, TECHNO
PRIME RMC PVT LTD, VK READYMIX
CONCRETE, ASHTECH, SHRI RAM READYMIX
CONCRETE
6 WHITE CEMENT BIRLA WHITE, J.K. WHITE, TRAVANCORE
7 AAC BLOCK SHREE, INSTABLOCK, BILTECH, MAGICRETE,
SIPROX, BIRLA AEROCON, J.K., CLAVECON
INDIA PVT. LTD., J.K. LAKSHMI, B.G. SHIRKE
8 BLOCK JOINTING MORTAR JK LAKSHMI, BIRLA AEROCON SAMARTFIX,
MYK SCHOMBURG
9 GLAZED CERAMIC TILES RAK CERAMICS, SOMANY, KAJARIA. NITCO,
ORIENT BELL, JOHNSON, ASIAN (AGL)
10 VITRIFIED TILES RAK CERAMICS, SOMANY, KAJARIA. NITCO,
ORIENT BELL, JOHNSON, ASIAN (AGL),
RESTILE
11 WALL PUTTY J.K. WHITE, BIRLA WHITE, SARA PUTTY, STP
LTD., SHALIMAR, ASIAN, BERGER, BIRLA
AEROCON SMARTPUTTY, SAKARNI WALL
GUARD
12 PLASTER OF PARIS JK LAKSHMI, SAKARNI, SHRIRAM, NIRMAN
13 GYPSUM PLASTER SAINT GOBAIN, SAKARNI, J.K. LAKSHMI
14 ANCHOR PLUG SOIL/ROCK BBR, VSL, FREYSSINET
ANCHOR
15 PRRCLAIN TILES JOHNSON, ASIAN (AGL)
16 CHEWUERED TILES NITCO, ULTRA, UNISTNOE, MODREN
17 CC PAVERS, PRECAST CC KERB NITCO, BHARAT, HINDUSTAN, ULTRA, KJS
STONE, CC TILES, RCC SLAB CONCRETE, DURACRETE, KK MANHOLE &
COVERS, TERRA FIRMA, PAVER INDIA, DALAL,
UNISTONE, CICO, S&S, MOON LIGHT, SWASTIK,
ECOCRETE, ASHOKAA TILES (Superintending
Engineer letter No. 23(51)/South-East (M)/PWD/2018-
19/629 dated: 19.03.2019
18 GRASS PAVER UNISTONE, ULTRA, HINDUSTAN, KK, KJS
19 SFEC/PRECAST C.C. COVERS KK MANHOLE & COVERS, JAIN, PRAGATI,
HINDUSTAN
20 FLYASH BRICKS POWER BRICK, YBW PROJECT, ASHTECH
Correction Nil
Insertion Nil
Omission Nil A.E.(P) E.E
57

INDUSTRIES PVT. LTD.


21 GLASS MOSAIC TILES PALLADIO, CORAL, MRIDUL, BISAZZA, MMG
TILES
22 INSULATION FOR PIPE, RUBBER KAIFLEX, ARMAFLEX, CAREFLEX, VIDEOFLEX
INSULATION AFLEX
23 COPPER TUBES.PIPE RAJCO, MEXFLOW, DELHI METAL, ABC
24 READY MIX PLASTER BIRLA AEROCON, ULTRATECH, RAMCO,
WEBER, LATICRETE
CONSTRUCTION CHEMICALS
1 WATERPROOFING COMPOUND VELOSIT, FOSROC, PIDILITE, SIKA, SUNANDA
SPECILITY COATINGS, MYK SCHOMBERG, STP
LTD., X-CALIBUR CONSTRUCTION SYSTEMS
INC, SUPREME BITUCHEM INDIA PVT LTD, MC
BAUCHEMIE, RachTR CHEMICALS, CHOWGULE,
FIRESTONE
2 ADMIXTURES FOSROC, SIKA, VELOSIT, CICO, BASF, STP PVT.,
SUNANDA SPECILITY COATINGS, MYK
SCHOMBERG, HEADWAY CHEMICALS INDIA
PVT. LTD., SUPREME BITUCHEM INDIA PVT.
LTD., MC BAUCHEMIE, CHOWGULE
3 TILE ADHESIVE BAL ENDURA, LATICRETE, FOSROC, SUNANDA
SPECILITY COATINGS, MAGICRETE, VELOSIT,
HEADWAY CHEMICALS INDIA PVT. LTD.,
SUPREME BITUCHEM INDIA PVT. LTD., RachTR
CHEMICALS, CHOWGULE, STP LTD.
4 GROUTING COMPOUND BAL ENDURA, LATICRETE, SUNANDA
SPECILITY COATINGS, FOSROC, CICO, STP Ltd.,
VELOSIT, WEBBER, MYK SCHOMBURG,
HEADWAY CHEMICALS INDIA PVT. LTD.,
SUPREME BITUCHEM INDIA PVT. LTD., RachTR
CHEMICALS, CHOWGULE, STP LTD.
5 EPOXY MORTAR FOSROC, VELOSIT, SIKA, SUNANDA SPECILITY
CAOTINGS, CICO, HEADWAY CHEMICALS
INDIA PVT. LTD., SUPREME BITUCHEM INDIA
PVT LTD, MYK SCHOMBURG, RachTR
CHEMICALS, CHOWGULE, STP LTD.
6 HIGH PERFORMANCE EPOXY BASF, FOSROC, HILTI, SUNANDA SPECILITY
BASED RESIN ANCHOR SYSTEM COATINGS, X CALIBUR CONSTRUCTION
SYSTEM INC, SUPREME BITUCHEM INDIA PVT.
LTD., RachTR CHEMICALS, CHOWGULE, STP
LTD.
7 POLYSULPHIDE/ SILICON GE, DOW CORNING, PIDILITE, WACKER,
SEALANT SUNANDA SPECILITY COATINGS,
CONSTRUCTION PRODUCTS INDIA LTD,
HEADWAY CHEMICALS INDIA PVT. LTD.,
SUPREME BITUCHEM INDIA PVT. LTD.,
BENGAL BITUMAN, MYK SCHOMBUH, STP
LTD.
8 SOLVENT BASED SILICON PEDILITE, GE, MC BAUCHEME, WACKER,
REPELLENT COATING VALOSIT, SUNANDA SPECILITY COATINGS, X
CALIBUR CONSTRUCTION SYSTEM INC,
RachTR CHEMICALS, CHOWGULE, MYK
SCHOMBURG, STP LTD.
9 FLOOR HARDENER PEDILITE, FOSROC, SIKA, MC BAUCHEME,

Correction Nil
Insertion Nil
Omission Nil A.E.(P) E.E
58

VALOSIT, MYK SCHOMBURG, X CALIBUR


CONSTRUCTION SYSTEM INC, SUPREME
BITUCHEM INDIA PVT. LTD. RachTR
CHEMICALS, STP LTD.
10 FIRE RETARDANT PAINT SUNANDA SPECILITY COATINGS, AKZO, STP
LTD.
11 APP MEMBRANE PIDILITE, SIKA, STP LTD., TEXSA BITUMAN CO.
WATERPROOFING LTD., SUNANDA SPECILITY COATINGS,
HEADWAY CHEMICALS INDIA PVT. LTD.,
SUPREME BITUCHEM INDIA PVT. LTD.,
BENGAL BITUMEN, CHOWGULE, MYK
SCHOMBURG
12 A. INTEGRAL CRYSTALLINE VELOSIT, PENETRON, KRYTON, SUNANDA
ADMIXTURE FOR CONCRETE SPECILITY COATINGS, X CALIBUR
WATERPROOFING TREATMENT CONSTRUCTION SYSTEM INC, MC
BAUCHEMIE, CHOWGULE, MYK CHOMBURG,
STP LTD.
B. CRYSTALLINE POWER VELOSIT, PENETRON, KRYTON, SUNANDA
WATERPROOFING COATING SPECILITY COATINGS, X CALIBUR
CONSTRUCTION SYSTEM INC, BENGAL
BITUMEN, CHOWGULE, MYK SCHOMBURG,
STP LTD.
13 ADHESIVES FEVICOL, ANCHOR, DUNLOP, 3M, PIDILITE,
SIKA, THERMOSHIELD, VAMORGANIC, MYK
SCHOMBURG, VELOSIT, X CALIBUR
CONSTRUCTION SYSTEM INC, Rach TR
CHEMICALS, CHOWGULE, , STP LTD.
14 WEATHER SILICON SEALANT WACKER, DOW CORNING, MCCOY, SOUDAL,
SUNANDA SPECILITY COATINGS, RachTR
CHEMICALS, STP LTD.
15 BACCKER ROD SUPREME IND. LTD., SYSTRANS POLYMERS,
RachTR CHEMICALS,
16 BITUMEN, VRMB-55, CRMB-60, INDIAN OIL, HINDUSTAN PETROLEUM,
PMB BHARAT PETROLEUM, SWASTIK, SHIVA
ASPHALT, OOMS PMR PVT. LTD., BENGAL
BITUMEN, STP LTD.
17 NON METALIC SURFACE FOSROC, SIKA, VELOSIT, MC BAUCHEMIE,
SUNANDA SPECILITY CAOTINGS, X CLIBUR
CONSTRUCTON SYSTEM INC, SUPREME
BITUCHEM INDIA PVT LTD., MYK
SCHOMBURG, RachTR CHEMICALS, STP LTD.
18 SUNKEN PORTION/TERRACE VELOSIT, FOSROC, SIKA, MC BAUCHEMIE,
WATERPROOFING CEMENTITION SUNANDA SPECILITY CAOTINGS, X CLIBUR
TREATMENT CONSTRUCTON SYSTEM INC, SUPREME
BITUCHEM INDIA PVT LTD., MYK
SCHOMBURG, BENGAL BITUMEN, CHOWGULE,
FIRESTONE, STP LTD.
19 PVDF RADIANT, ANODIZERS, AKZONOBLE
20 CURING COMPOUND FOSROC, VELOSIT, SUNANDA SPECILITY
CAOTINGS, SIKA, BASF, MC BAUCHEMIE,
SUPREME BITUCHEM INDIA PVT LTD., MYK
SCHOMBURG, RachTR CHEMICALS, STP LTD.
21 ACCESS FLOOR SYSTEM KEBAO, COMFLOOR, M-FLOOr, MC
BAUCHEMIE

Correction Nil
Insertion Nil
Omission Nil A.E.(P) E.E
59

22 PVC WATER STOPS FOXOPAM, MARUTI RUBBER, VELOSIT, X


CALIBUR CONSTRUCTION SYSTEMS INC.
23 CORROSION INHIBITIONG SUNANDA SPECILITY COATINGS, BASF,
ADMIXTURE (ASTM GI, ASTM G3, FOSROC, SIKA, MYK SCHOMBURG, VELOSIT,
ASTM G 109) STP LTD.
24 LIQUID APPLIED MODIFIED PU VELOSIT, SUNANDA SPECILITY CAOTINGS,
WATERPROOFING MEMBRANNE BASF, X CLIBUR CONSTRUCTON SYSTEM INC,
FOR BRIDGE DECK BENGAL BITUMEN, CHOWGULE, MYK
WARETPROOFING/TERRACE SCHOMBURG, FIRESTONE, STP LTD.
WATERPROOFING
25 ANTICARBONATION COATINGS SUNANDA SPECILITY COATINGS, VELOSIT
BASF, FOSROC, ICI LTD., HEADWAY
CHEMICALS INDIA PTV LTD., SUPREME
BITUCHEM INDIA PVT. LTD., MC BAUCHEMIE,
CHOWGULE, NEROLAC, BERGER, ASIAN
PAINTS, MYK SCHOMBURG, STP LTD.
26 FOOD GRADE EPOXY COATING SUNANDA SPECILITY COATINGS, SIKA, BASF,
VELOSIT, X CALIBUR CONSTRUCTION
SYSTEMS INC, RachTR CHEMICALS,
CHOWGULE, MYK SCHOMBURG, STP LTD.
27 EPOXY FLOORING SUNANDA SPECILITY COATINGS, SIKA, BASF,
RachTR CHEMICALS, CHOWGULE, MYK
SCHOMBURG, STP LTD.
28 PU LFOORING SUNANDA SPECILITY COATINGS, SIKA, BASF,
VELOSIT, X CALIBUR CONSTRUCTION
SYSTEMS INC, RachTR CHEMICALS ,
CHOWGULE, MYK SCHOMBURG, STP LTD
29 IMTUMESCENT COATINGS SUNANDA SPECILITY COATINGS, AKZO
NOBEL, FSI LTD., STP LTD.
30 PU COATINGS FOR STRUCTURAL SUNANDA SPECILITY COATINGS, SIKA,
STEEL VELOSIT, X CALIBUR CONSTRUCTION
SYSTEMS INC., CHJOWGULE, STP LTD
31 EPOXY COATINGS FOR SUNANDA SPECILITY COATINGS, SIKA, X
STRUCTURAL STEEL CALIBUR CONSTRUCTION SYSTEMS INC,
RachTR CHEMICALS, STP LTD.
EPDM GASKET HANU, ANAND, RAVEN, ZERO, ROOP,
LESCUYER, BENGAL BITUMEN
PAINTS
1 WATER-PROOFING CEMENT ASIAN, ICI LTD., BERGER, NEROLAC, SNOWEM,
PAINT Rach TR CHEMICALS, CHOWGULE, STP LTD.,
2 TEXTURED EXTERIOR PAINT ASIAN, BERGER, NEROLAC, SUNANDA
SPECILITY COATINGS, ICI, CHOWGULE, STP
LTD.
3 SYNTHETIC ENAMEL PAINT ASIAN, ICI LTD., BERGER, NEROLAC
4 PLASTIC/ACRYLIC EMULSION ASIAN, ICI LTD., BERGER, NEROLAC,
PAINT SUNANDA SPECILITY COATINGS, MYK
CHOMBURG, STP LTD
5 OIL BOUND DISTEMPER ASIAN, ICI LTD., BERGER, NEROLAC,
6 CEMENT PRIMER ASIAN, ICI LTD., BERGER, NEROLAC,
SNOWECM INDIA LTD.
7 PREMIUM ACRYLIC SMOOTH BERGER, ASIAN, SUNANDA SPECIALITY
EXTERIOR PAINT EMULSION COATINGS, NEROLAC, ICI LTD
8 STEEL/ WOOD PRIMER ASIAN, ICI LTD, BERGER, NEROLAC
9 EPOXY PAINT ASIAN, ICI LTD, BERGER, NEROLAC,
Correction Nil
Insertion Nil
Omission Nil A.E.(P) E.E
60

SNOWCEM INDIA LTD, SUNANDA SPECIALITY


COATINGS, RachTR CHEMICALS
10 WOOD FINISH (MELAMINE & PU ASIAN, ICI LTD, BERGER, NEROLAC, PIDILITE,
POLISH) WEMBLEY, STP LTD
11 THERMOPLASTIC PAINTS ASIAN PAINTS, BERGER, RELIANCE,
THERMOPLAST, S.N. IND OSCAR, AUTOMARK
(INDIA) INDUSTRIES LTD, STP LTD.
12 ROAD MARKING PAINT NEROLAC, ASIAN, SHALIMAR, BERGER, STP
LTD.
WOOD WORK
1 PLY BOARD PLYWOOD GREENPLY, DURO, CENTURY, MERINO,
ARCHID, KITLAM, NATIONAL
2 LAMINATE ARCHID, MERINO, GREEN, CENTURY, KITLAM,
FORMICA, NATIONAL
3 VENEER PLY, NATURAL WOOD MERINO, GREEN LAM, DURO, CENTURY,
VENEERS SONEAR, TRU-WOOD, MAYUR, ARCHID,
KITLAM
4 PRELAMINATED PARTICLE CEBTURY , KITLAM, MERINO, ACTION TESA,
BOARD ARCHID NATIONAL ECOBOARD, ANCHOR,
BHUTAN BOARD, GREEN LAM
5 FLUSH DOOR CENTURY , ARCHID, MERINO, KITLAM,
NATIONAL, SWASTIK, CORBETT, KUTTY
FLUSHDOOR, DURO, GREEN LAM
6 GYPSUM BOARD INDIA GYPSUM, LAFARGE, SAINT GOBAIN,
USG BORAL. AMF
7 LOCKS, LETCH GODREJ, HARRISON, PLAZA, YALE, HETTICH,
HARDWYN, DORMA
8 FRICTION STAY HINGES, BALL EARL-BIHARI, EBCO, GODREJ, DORMA,
BEARING HINGES & SPRING HAFELE, GEZE
HINGES
9 NUTS, BOLTS, & SCREWS GKW, KUNDAN, PRIYA, ATUL, PUJA
10 BASH, ANCHORING FASTENERS & HILTI, FISCHER, AXEL, CANON, BOSCH
CRAMP
11 MDF BOARD NIJWOOD DURATUFE BAJAJ
12 FRAME SYSTEM FOR INTERAL SAINT GOBAIN, GYPROC, USG BORAL, AMF
PARTITION
13 WALL PAPER ROSELLE, ECOWALL PAPERE VESCOM
14 ACOUSTIC MINERAL FIBRE USG BORAL, AMF, ARMSTRONG
CEILING AND GRID SYSTEM
ALUMINIUM , STEEL FALSE CEILING, ROOF AND GLASS WORK
1 STAINLESS STEEL HARDWARE DORMA, OZONE, GODREJ, GEZE, HAFELE,
FITTINGS (HEAVY DUTY) BLUM, DORSET, PERGO
2 ALUMINIUM SECTIONS FOR JINDAL, HINDALCO, INDALCO,
DOORS, WINDOWS & PARTITIONS NALCO,BHORUKA, INDAL,
ETC.
3 ANODISED ALUMINIUM NU-LITE, SARGENT, EVERITE, GODREJ,
HARDWARE (HEAVY DUTY) HARDIMA, HARDWARE, KLASSIC, ALKA,
JINDAL
4 CLEAR/FLOAT.PROSTED GLASS MODI, SAINT GOBAIN, ASAHI, PILKINGTON,
GOLD PLUS, GLAVERBEL (BELGIUM)
5 FIRE RETARTDENT ALUMINIUM ALSTRONG, REYNOBOND, ALPOLIC,
COMPOSITE PANEL ALUDECOR, ALUCOBOND, ALSTONE, CROSS
BOND, ALUBOND DACS
Correction Nil
Insertion Nil
Omission Nil A.E.(P) E.E
61

6 STAINLESS STEEL SECTION JINDAL, KICH, ESSAR, NSTYLE-D-LINE,


FABRINOX, SALES STEEL.
7 HIGH PERFORMANCE SOLAR SAINT GOBAIN, ASAHI, PILKINGTON
TOUGHENED GLASS
8 REFLECTIVE GLASS/LACQUE RED SAINT GOBAIN, ASAHI, PILKINGTON,
GLASS GLAVERBAL (BELGIUM), MODIGUARD, ATUL
9 FALSE CEILING -GYPSUM SAINT GOBAIN, LAFARGE, INDIA GYPSUM,
GYROC/BORAL
10 FALSE CEILING , METAL WITH SAINT GOBAIN, ARMSTRONG, DEXUNE, USG
SUPPORTING GRID BORAL, ECOPHONE, DECOSONIC, DAIKIN, UNI-
MAT
11 FIRE RATED GLASS ST. GOBAIN, PILKINGTON, SCHOTT
12 UPVC WINDOW/DOORS FENESTA, REHAU, ALUPLAST, PRIZMA,
DUROPLAST, WINTECH, VEKA INDIA,
KOMMERLING
13 FIRE DOOR GODREJ, SHAKTI, NAVAIR
14 PVC DOORS RAJSHREE, FINOLEX PLASTICS, E-PLANTA,
POLYLINE
15 FRP DOOR FIBREWAYS, ASHOO MODEL, ARTS NAVIER,
SUKARI PROMAT, KUTTY, JINDAL SATINLESS
16 FACTORY MADE SECTION ISI MARKES PRODUCT ONLY
WINDOW
17 PUFF INSULATED PANEL LIOYD
INSULATION/JINDAL/METECNO/SYNERGY
18 ANTISTATIC HIGH PRESSURE FORMICA, MERINO, ANALCO, CENTURY,
LAMINATE BAKELITE HYLAM, DECOLAM, SUNMICA
(AICA)
19 MIRROR SAINT GOBAIN, MODIGUARD, AIS, ATUL,
GOLDEN, PILKINGTON
20 ROCK WOOL/GLASSWOOL TWIGAFIBER, LLYOD INSULATION, SUPREME,
INSULATION SIPLA, UNIFEB
21 FRAME SYSTEM FOR INTERNAL SAINT GOBAIN, GUPROC, BOROL AMS
22 WIRE MESH HAVER STANDARD, GRAND METAL STRELING,
TRIMURTY WELDED MESH, TIGER
23 HYDRAULIC DOOR HARDWYN GODREJ, YALE EVERITE,
CLOSER/FLOOR SPRING DOORKING, KELWIN, DORMA, HAFELE, GEZE
24 S.S. RAILING JINDAL ICICH, ESSAL, DORMA, CONNECT
ARCHT, FABRINOX, STEEL N STYLE
25 G.I. SHEET SAIL, TATA, JINDAL, ISPAT
26 FIBRE GLASS SHEET SIMCRYL(SIMBA), FIBERWAYS, ADVANCE
FIBRE
27 ROLLING SHUTTER RAMA ROLLING SHUTTER, JYOTI ROLLING
SHUTTER, ANAND INDST, SHRI RAM ROLLING
SHUTTER
28 M.S. DOOR, GITTINGS ASHISH, OFFORD, GRAG, ADARSH
29 FIRE CHECK DOOR ROMAT, KUTTY DOOR, NAVIER
30 SMOKE SEAL STRIP IMPORTED PROMAT, ASTRO FLAME
31 DOOR CLOSE LOCK INGEROLL RAND, DORMA

Correction Nil
Insertion Nil
Omission Nil A.E.(P) E.E
62

32 PANIC EXIT DEVICE INGEROLL RAND, MONARCH


33 DOOR COORDINATOR UL-LISTED, MONARCH
34 TEMPERED GLASS MODIFLOAT, SAINT GOBAIN, ASAHI,
GLAVERBEL
35 DOORS & WINDOWS FIXTURE EVERLITE, GODREJ, HARDIMA, HARDWARE,
KLASSIC ALKA, JINDAL
36 METAL FIRE CHECK DOORS NAVAIR, SHAKTI-MET GODREJ
37 STEEL WINDOW (i) M/S. UNITED ENGG. WORKS RAM NAGAR
(ii) M/S. METAL WINDOW CORP. ROHTAK
(iii) M/S. SKS STEEL INDUSTRIES PIRGARHI
(iv) ANY OTHER ISI MARKED FACTORY MADE
(v) JANGID ENGGINEERING WORKS (JAIPUR)
38 MS PRECOATED ROOFING SHEET TATA BLUESCOPE/INTERRACH MULTICOLOR,
LLYOD STEEL, ISPAT STEEL
39 FIBRE CEMENT BOARD (FLEX-O- HYDERABAD INDUSTRY LTD, VISHAKHA,
BOARD) EVEREST INDUSTRY LTD. JAMES HARDIE,
SHERA
40 LOSFS FRAME TATA BLU SCOPE, J.S.W, ESSAR, ISPAT STEEL
41 FABRICATORS FOR ALUMINIUM ALUMAX, WINDORZ INDIA PVT LTD, JANGID
GLAZING, STRUCTURAL ENGINEERNG WORKS (JAIPUR)
GLAZING, ALUMINIUM DOOR &
WINDOWS, ACP WORK.
42 STAINLESS STEEL FABRICATORS VETERAN INDUSTRIES (INDIA), KANZ, D LINE,
EARL BEHARI, ANAND
43 GALVANISING JENCO/STEEL LINE, LITE, KARAMTARA
44 LAMINATE FLOORING ARMSTRONG, PEROG, FLORENCE, ACTION
TESA
45 PVC FLOORING & VINYL WALL ARMSTRONG, FORBO, GERELOR, INPROCORP
46 WELDING ELECTRODE RAAJRATNA ELECTRODES, ESAB INDIA,
ADORE WELD LTD, HONAVAR ELECTRODE
WATER SUPPLY AND SANITARY WORKS
1 FIRECLAY SINKS & DRAIN PARRY, SANIFIRE
BOARDS
2 G.I. FITTING (MALLAEBLE CAST UNIK, ICS, AMCO, KS, NVR
IRON)
3 C.I. DOUBLE FLANGED NON- KIRLOSKAR, SANT, KARTAR
RETURN VALVES
4 PTMT FITTINGS PRYAG, POLYTUF
5 KITCHEN LOPT TANK SINTEX, TIRUPATI, KMS, PLANET, SRI
KAMAKSHI, SREYAH NOVEL
6 PLASTIC SEAT TANK HINDWARE, CERA, PARRYWARE, KOHLER,
NYCER, JOHNSON PEDDAR
7 PVC CISTERN HINDWARE, CERA, PARRYWARE, KOHLER,
NYCER, JOHNSON PEDDAR
8 C.I. MANHOLES COVERS BIC, KAPILANSH DHATU UDHYOG, NEECO, RIF,
BCM, SKF, HIF
9 BRASS STOP & BIBCOCK ZOLOT, SANT, L&K
10 BRASS BALL VALVE WITH ZOLOTO, LEADER, SANT

Correction Nil
Insertion Nil
Omission Nil A.E.(P) E.E
63

FLOATS
11 SS HINGED GRATING GMGR, NEER, CHILLY
12 SANITARY ACCESSORIES JAGUAR, KIMBERLY, CLARKE, DLINE,
EURONICS, CARLF, KOHLER SNEARLING,
KEROVIT, PARKO, KINGSTON, PARK, PRAYAG,
HINDWARE
13 BACK UP ROD SUPREME INDUSTRIES
14 MASKING TAPE SUNCONTROL, WONDER POLYMER
15 TREATMENT ON MS BRACKETS GALVANISED BRACKETS AS PER IS:4759-1996,
610
16 PVC CONTINUOUS FILLET FOR ROOP, ANAND, FOREX PLASTIC
PERPHERY PACKING OF GLAZING
CURTAIN WALL
17 C.P. ACCESSORIES GEM, PARKO, KINGSTON, HINDWARE, CERA
18 MOISTURE RESISTANT BOARD ST-GOBAIN, GYPROC, USG BORAL
19 STAINLESS STEEL MESH GKD/WMW
20 FLOOR TRAP JAINA, CHILLY, NIRALE
21 VITREOUS CHINA SANITARY HINDWARE, CERA, PARRYWARE, KOHLER,
WARE AND FITTINGS NYCER, JOHNSON PEDDAR, SOMANY
22 STAINLESS STEEL SINKS NEELKANTH, JAYNA, FRANKE, ANUPAM,
NIRALI, COBRA, ALEX, JAYNA, AMC, PRAYAG,
CERA
23 C.P. BRASS FITTINGS JAQUAR, SOMANY, PARRYWARE, GROHE,
KOHLER, GEM, PARKO, KINGSTON, PARK,
PRAYAG, HINDWARE, JOHNSON
24 CENTRIFUGALLY CAST (SPUN) NECO, RIF, SKF, ACL, HEPCO, MARC, GEM, BIC,
IRON PIPES & FITTINGS HIF, JAISWAL, BC
25 CENTRIFUGALLY CAST (SPUN) RIF, NECO, SKF, ACL, HIF
IRON PIPES (Class LA)
26 CPVC PIPES & FITTINGS ASTRAL, PRINCE, SUPREME, FINOLEX,
PRAKASH, AJAY, ASHIRWAD, BIRLA,
AEROCON, KISAN, APL APPOLLO
27 G.I. PIPES TATA, JINDAL, ZENITH, SURYA, GST,
KALINGA, PRAKASH, HISSAR
28 G.I. FITTINGS UNIK, ZOLOTO, KS, ICS, R, KS, NVR, JINDAL, R
BRAND, AMCO
29 UPVC PIPES & FITTINGS ASTRAL, PRINCE, SUPREME, FINOLEX,
PRAKASH, AJAY, ASHIRWAD, BIRLA,
AEROCON, KISAN,, APL APOLLO
30 GUNMETAL VALVES LEADER, SAINT, ZOLOTO, KIRLOSKAR,
CASTLE, KARTAR, KILBURN
31 BALL VALVES LEADER, SAINT, ZOLOTO, CASTLE, IBP, ARCO
32 BUTTERFLY VALVES LEADER, SAINT, ZOLOTO
33 C.I. SLUICE VALVES KIRLOSKAR, IVC, BURN
34 SFRC MANHOLE COVER KK, JAIN, PRAGATI, BIC, KAPILANSH DHATU
UDHYOG, NECO, RIF, BCM, S.S. & CO.
35 RCC PIPES JAIN, PRAGATI, KK, LAKSHMI, SOOD & SOOD,
JAIN & CO., USHA, DIWAN SPUN PIPE

Correction Nil
Insertion Nil
Omission Nil A.E.(P) E.E
64

36 LA(CI) PIPES RIF, NEECO, ELECTRO STEEL, IISCO, NEECO,


KAPLANSH
37 PPR PIPES SFMC, SAFE, PIONEER INDST, SUPREME,
RELIANCE
38 DUCTILE IRON PIPE (WATER ELECTRO STEEL, KESSO, KDUPL, ELECTRO
SUPPLY) SPUN
39 SEWERAGE & DRAINAGE PUMPS KIRLOSKAR, KSB, CROMPTON GREARES
40 HDPE PIPES & FITTINGS JAIN, ORIPLAST, KISAN
41 G.I. PIPE JOINTING MATERIALS LOCTILE 55/DR. FIXIT, MC BAUCHEMIE
42 STONWARE PIPES AND GULLY PERFECT, BURN, ANAND, PARRY, SKINS
TRAP GROHE, HIND
43 WATER PUMPS KIRLOSKAR, KSB, HARRISON
44 ELECTRICAL MOTORS SIEMENS, KIRLOSKAR, NGEF
45 PVC WATER TANK SFMC/SINTEX/SPL, UNITEK, SHEETAL,
POLYCON ELECTRO PLAST, STAR, LOTUS
46 SEWAGE WATER/RAIN WATER ASTRAL, PRINCE, SUPREME, FINLOEX.
PIPES PRAKASH, AJAY, ASHIRWAD, BIRLA
AEROCON, KISAN
47 FIRE FIGHTING PIPES JINDAL, TATA, APL APOLLO, PRAKASH SURYA
STONE AND OTHER WORKS
1 CLAMP SYSTEM FOR DRYSTONE HILTI, FISCHER, BOSCH
CLADDING
2 FRP CHAJJHA, SHEET & DOORS, FIBRE WAYS, ASHOO MODEL ARTS, NAVIER,
FRP SHUTTERS, RAILINGS SUKARI PROMAT, KUTTY, JINDAL STAINLESS
3 GRC/ FRP SCREENS/ RAILING/JALI/ TERRA FIRMA, JINDAL STAINLESS
CORNICES/STATUES/PANELS/
MOULDINGS
MISCELLANEOUS ITEMS
1 SIGNAGES PROLITE, GLOLITE, VISTA

Note:

1 If any material mentioned in the approved list is not manufactured by manufacturers than
other make material confirming to specification with prior approval of Engineer-in-charge
can be used.

Correction Nil
Insertion Nil
Omission Nil A.E.(P) E.E
65

PERFORMA FOR QUOTING REBATE

I/We offer an unconditional rebate of _________% ( ________________________

_________________________________________) on my tendered rates.


(In Words)

Contractor's Signature

Correction Nil
Insertion Nil
Omission Nil A.E.(P) E.E
66

OUTSIDE/INDEPENDENT TESTING FACILITIES


(Modified as per DG/MAN/308)

Extensive testing of the materials used for construction is a pre-requisite for attaining high
quality of the work. This shall also require specialized tests, physical, chemical, ultrasonic
x-ray and various other types of tests which cannot possibility be carried out in a site
laboratory. These tests also require specialized personnel who regularly deal in such
testing. Therefore the need arises for carrying out the tests in outside laboratories. These
laboratories may be in the Government sector, Semi Government or Private sector. All
Govt. Institutes of Technology, National Institutes of Technology, Centre and state
research approved. No approval is required for testing in these laboratories/institutes.

II. CPWD Testing Lab.


II. IIT Delhi / Delhi College of Engineering.
III. Any other Govt. labs as approval by Engineer-in-Charge.
IV. Jamia Millia Islamia Central University.

Correction Nil
Insertion Nil
Omission Nil A.E.(P) E.E
67

RECEIPT OF DEPOSITION OF ORIGINAL EMD


(PH: 26526298)
Email ID:- eepwddelhim421@gmail.com)

Receipt No._______________________________________ Dated___________

1. Name of work :- Civil repair and renovation works in officer rooms, office area and
training hall at NCC BN-IV, Okhla Industrial Area, New Delhi during
2019-20 (Civil and Electrical works)
2. NIT No. 25/South-East(B)M/New Delhi/2019-20.
3. Estimated Cost Rs. 20,61,626/-
4. Amount of Earnest Money Rs. 41,233/-
Deposit.
5. Last Date of submission of 26.07.2019
Bid at 15:00:00 Hour
6. Earnest Money/Bid Security Deposit at Receipt of a Scheduled Bank / Fixed Deposit Receipt of
Scheduled Bank / Demand Draft of a Scheduled Bank issued in favor of the
Executive Engineer, CBMDM-421, PWD (GNCTD), Police Colony, Hauz
Khas, New Delhi
(*To be filled by NIT approving authority /EE at the time of NIT uploaded alongwith NIT).

1. Name of Contractor ……………………………………………………………………………………….”

2. Contractor/ Agency Mobile No ……………………………………………………………………………………….”

3. Form of EMD ……………………………………………………………………………………….”

4. Amount of Earnest Money Deposit Rs…………………………/-

5. Date of Submission of EMD ……………………………

Signature, Name and Designation of EMD


Receiving Authority (EE/AE(P)/AE/AAO) along
office stamp. ……………………………………….. ………………………………………………………………………………………

………………………………………………………………………………………

………………………………………………………………………………………

………………………………………………………………………………………

(* to be filled by EMD receiving EE)

1. 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 EE/AE(P)/AE/AAO.
2. The Executive Engineer receiving original EMD shall also intimate tender inviting Executive
Engineer about deposition of EMD by the agency by email/fax/telephonically.
3. The original EMD receiving Executive Engineer shall release the EMD after verification from
the E-tendering portal website (https://govtprocurement.delhi.gov.in tender free view advance
search > awaited tender ) that the particular contractor is not L-1 tenderer and work is awarded.
4. The tender inviting Executive Engineer will call for original EMD of the L-1 tenderer
from EMD receiving Executive Engineer immediately

Correction Nil
Insertion Nil
Omission Nil A.E.(P) E.E
68

Correction Nil
Insertion Nil
Omission Nil A.E.(P) E.E
69

Correction Nil
Insertion Nil
Omission Nil A.E.(P) E.E
70

Correction Nil
Insertion Nil
Omission Nil A.E.(P) E.E
71

Correction Nil
Insertion Nil
Omission Nil A.E.(P) E.E
72

Correction Nil
Insertion Nil
Omission Nil A.E.(P) E.E
73

Correction Nil
Insertion Nil
Omission Nil A.E.(P) E.E
74

Correction Nil
Insertion Nil
Omission Nil A.E.(P) E.E
75

Correction Nil
Insertion Nil
Omission Nil A.E.(P) E.E
76

Correction Nil
Insertion Nil
Omission Nil A.E.(P) E.E
77

Correction Nil
Insertion Nil
Omission Nil A.E.(P) E.E
78

Correction Nil
Insertion Nil
Omission Nil A.E.(P) E.E
79

Correction Nil
Insertion Nil
Omission Nil A.E.(P) E.E
80

Correction Nil
Insertion Nil
Omission Nil A.E.(P) E.E
81

Correction Nil
Insertion Nil
Omission Nil A.E.(P) E.E
82

Correction Nil
Insertion Nil
Omission Nil A.E.(P) E.E
83

Correction Nil
Insertion Nil
Omission Nil A.E.(P) E.E
84

Correction Nil
Insertion Nil
Omission Nil A.E.(P) E.E
85

Correction Nil
Insertion Nil
Omission Nil A.E.(P) E.E
86

Correction Nil
Insertion Nil
Omission Nil A.E.(P) E.E
87

Correction Nil
Insertion Nil
Omission Nil A.E.(P) E.E
88

Correction Nil
Insertion Nil
Omission Nil A.E.(P) E.E
89

Correction Nil
Insertion Nil
Omission Nil A.E.(P) E.E
90

Correction Nil
Insertion Nil
Omission Nil A.E.(P) E.E
91

Correction Nil
Insertion Nil
Omission Nil A.E.(P) E.E
92

Correction Nil
Insertion Nil
Omission Nil A.E.(P) E.E
93

Correction Nil
Insertion Nil
Omission Nil A.E.(P) E.E
94

Correction Nil
Insertion Nil
Omission Nil A.E.(P) E.E
95

Correction Nil
Insertion Nil
Omission Nil A.E.(P) E.E
96

Correction Nil
Insertion Nil
Omission Nil A.E.(P) E.E
97

Correction Nil
Insertion Nil
Omission Nil A.E.(P) E.E
98

Correction Nil
Insertion Nil
Omission Nil A.E.(P) E.E
99

Correction Nil
Insertion Nil
Omission Nil A.E.(P) E.E
100

Correction Nil
Insertion Nil
Omission Nil A.E.(P) E.E
101

Correction Nil
Insertion Nil
Omission Nil A.E.(P) E.E
102

Correction Nil
Insertion Nil
Omission Nil A.E.(P) E.E
103

Correction Nil
Insertion Nil
Omission Nil A.E.(P) E.E
104

Correction Nil
Insertion Nil
Omission Nil A.E.(P) E.E
105

Correction Nil
Insertion Nil
Omission Nil A.E.(P) E.E
106

Correction Nil
Insertion Nil
Omission Nil A.E.(P) E.E
107

Correction Nil
Insertion Nil
Omission Nil A.E.(P) E.E
108

Correction Nil
Insertion Nil
Omission Nil A.E.(P) E.E
109

Correction Nil
Insertion Nil
Omission Nil A.E.(P) E.E
110

Correction Nil
Insertion Nil
Omission Nil A.E.(P) E.E
111

Correction Nil
Insertion Nil
Omission Nil A.E.(P) E.E
112

Correction Nil
Insertion Nil
Omission Nil A.E.(P) E.E
113

Correction Nil
Insertion Nil
Omission Nil A.E.(P) E.E
114

Correction Nil
Insertion Nil
Omission Nil A.E.(P) E.E
115

Correction Nil
Insertion Nil
Omission Nil A.E.(P) E.E
116

Correction Nil
Insertion Nil
Omission Nil A.E.(P) E.E
117

Correction Nil
Insertion Nil
Omission Nil A.E.(P) E.E
118

Correction Nil
Insertion Nil
Omission Nil A.E.(P) E.E
119

Correction Nil
Insertion Nil
Omission Nil A.E.(P) E.E
120

Correction Nil
Insertion Nil
Omission Nil A.E.(P) E.E
121

Correction Nil
Insertion Nil
Omission Nil A.E.(P) E.E
122

Correction Nil
Insertion Nil
Omission Nil A.E.(P) E.E
123

Correction Nil
Insertion Nil
Omission Nil A.E.(P) E.E
124

Correction Nil
Insertion Nil
Omission Nil A.E.(P) E.E
125

Correction Nil
Insertion Nil
Omission Nil A.E.(P) E.E
126

Correction Nil
Insertion Nil
Omission Nil A.E.(P) E.E
127

Correction Nil
Insertion Nil
Omission Nil A.E.(P) E.E
128

Correction Nil
Insertion Nil
Omission Nil A.E.(P) E.E
129

Correction Nil
Insertion Nil
Omission Nil A.E.(P) E.E
130

Correction Nil
Insertion Nil
Omission Nil A.E.(P) E.E
131

Correction Nil
Insertion Nil
Omission Nil A.E.(P) E.E
132

Correction Nil
Insertion Nil
Omission Nil A.E.(P) E.E
133

Correction Nil
Insertion Nil
Omission Nil A.E.(P) E.E
134

SCHEDULE OF QUANTITIES (For Civil Work)

Name of work:- Civil repair and renovation works in officer rooms, office area and training hall
at NCC BN-IV, Okhla Industrial Area, New Delhi during 2019-20 (Civil and Electrical works)

SL No Description Qty Unit Rate Amount


1 Reinforced cement concrete work in beams, 1.2 cum 7390.80 8869.00
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).
2 Centering and shuttering including strutting,
propping etc. and removal of form for:
2.1 Shelves (Cast in situ) 14 sqm 422.30 5912.00
3 Steel reinforcement for R.C.C. work
including straightening, cutting, bending,
placing in position and binding all complete
above plinth level.
3.1 Thermo-Mechanically Treated bars of grade 120 Kg 56.60 6792.00
Fe-500 D or more.
4 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 :
4.1 Cement mortar 1:6 (1 cement : 6 coarse sand) 1 cum 5582.85 5583.00
5 Half brick masonry with common burnt clay
F.P.S. (non modular) bricks of class
designation 7.5 in superstructure above plinth
level up to floor V level.
5.1 Cement mortar 1:4 (1 cement :4 coarse sand) 83 sqm 684.20 56789.00
6 Providing and fixing ISI marked flush door
shutters conforming to IS : 2202 (Part I)
decorative type, core of block board
construction with frame of 1st class hard
wood and well matched teak 3 ply veneering
with vertical grains or cross bands and face
veneers on both faces of shutters.
6.1 35 mm thick including ISI marked Stainless 32 sqm 2488.95 79646.00
Steel butt hinges with necessary screws
6.2 25 mm thick (for cupboard) including ISI 10 sqm 2129.10 21291.00
marked nickel plated bright finished M.S.
Piano hinges IS : 3818 marked with
necessary screws
7 Providing and fixing M.S. grills of required
pattern in frames of windows etc. with M.S.
flats, square or round bars etc. including
priming coat with approved steel primer all
complete.

Correction Nil
Insertion Nil
Omission Nil A.E.(P) E.E
135

7.1 Fixed to steel windows by welding 460 kg 104.65 48139.00


8 Providing and fixing aluminium extruded 3 each 388.40 1165.00
section body tubular type universal hydraulic
door closer (having brand logo with IS :
3564, embossed on the body, door weight
upto 36 kg to 80 kg and door width from 701
mm to 1000 mm), with double speed
adjustment with necessary accessories and
screws etc. complete.
9 Providing and fixing aluminium sliding door
bolts, ISI marked anodised (anodic coating
not less than grade AC 10 as per IS : 1868),
transparent or dyed to required colour or
shade, with nuts and screws etc. complete :
9.1 250x16 mm 20 each 189.20 3784.00
10 Providing and fixing aluminium tower bolts,
ISI marked, anodised (anodic coating not less
than grade AC 10 as per IS : 1868 )
transparent or dyed to required colour or
shade, with necessary screws etc. complete :
10.1 150x10 mm 20 each 64.30 1286.00
11 Providing and fixing aluminium hanging
floor door stopper, ISI marked, anodised
(anodic coating not less than grade AC 10 as
per IS : 1868) transparent or dyed to required
colour and shade, with necessary screws etc.
complete.
11.1 Twin rubber stopper 20 each 38.00 760.00
12 Providing & fixing fly proof wire gauze to
windows, clerestory windows & doors with
M.S. Flat 15x3 mm and nuts & bolts
complete.
12.1 Stainless steel (grade 304) wire gauze of 0.5 40 sqm 1041.55 41662.00
mm dia wire and 1.4 mm aperture on both
sides
13 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).
13.1 Medium shade pigment using 50% white 40 sqm 878.60 35144.00
cement 50% Grey cement
14 Providing and laying vitrified floor tiles in
different sizes (thickness to be specified by
the manufacturer) with water absorption less
than 0.08% and conforming to IS: 15622, of
approved make, in all colours and shades,
laid on 20mm thick cement mortar 1:4 (1
cement : 4 coarse sand), jointing with grey
cement slurry @ 3.3kg/sqm including
grouting the joints with white cement and
matching pigments etc., complete.
Correction Nil
Insertion Nil
Omission Nil A.E.(P) E.E
136

14.1 Size of Tile 600x600 mm 360 sqm 1119.40 402984.00


15 Providing and laying Vitrified tiles in
different sizes (thickness to be specified by
the manufacturer), with water absorption less
than 0.08% and conforming to IS: 15622, of
approved brand & manufacturer, in all
colours and shade, in skirting, riser of steps,
laid with cement based high polymer
modified quick set tile adhesive (water based)
conforming to IS: 15477, in average 6 mm
thickness, including grouting of joints
(Payment for grouting of joints to be made
separately).
15.1 Size of Tile 600x600 mm 30 sqm 1240.60 37218.00
16 Providing and fixing tiled false ceiling of
specified materials of size 595x595 mm in
true horizontal level, suspended on inter
locking metal grid of hot dipped galvanized
steel sections ( galvanized @ 120 grams/
sqm, both side inclusive) consisting of main
"T" runner with suitably spaced joints to get
required length and of size 24x38 mm made
from 0.30 mm thick (minimum) sheet, spaced
at 1200 mm center to center and cross "T" of
size 24x25 mm made of 0.30 mm thick
(minimum) sheet, 1200 mm long spaced
between main "T" at 600 mm center to center
to form a grid of 1200x600 mm and
secondary cross "T" of length 600 mm and
size 24x25 mm made of 0.30 mm thick
(minimum) sheet to be interlocked at middle
of the 1200x600 mm panel to form grids of
600x600 mm and wall angle of size
24x24x0.3 mm and laying false ceiling tiles
of approved texture in the grid including,
required cutting/making, opening for services
like diffusers, grills, light fittings, fixtures,
smoke detectors etc. Main "T" runners to be
suspended from ceiling using GI slotted
cleats of size 27 x 37 x 25 x1.6 mm fixed to
ceiling with 12.5 mm dia and 50 mm long
dash fasteners, 4 mm GI adjustable rods with
galvanised butterfly level clips of size 85 x 30
x 0.8 mm spaced at 1200 mm center to center
along main T, bottom exposed width of 24
mm of all T-sections shall be pre-painted
with polyester paint, all complete for all
heights as per specifications, drawings and as
directed by Engineer-in-charge.
16.1 GI Metal Ceiling Lay in perforated Tegular 100 sqm 1163.90 116390.00
edge global white color tiles of size 595x595
mm and 0.5 mm thick with 8 mm drop; made
of GI sheet having galvanizing of 100
gms/sqm (both sides inclusive) and 20%

Correction Nil
Insertion Nil
Omission Nil A.E.(P) E.E
137

perforation area with 1.8 mm dia holes and


having NRC (Noise Reduction Coefficient )
of 0.5, electro statically polyester powder
coated of thickness 60 microns (minimum),
including factory painted after bending and
perforation, and backed with a black Glass
fiber acoustical fleece.
17 12 mm cement plaster of mix :
17.1 1:6 (1 cement: 6 coarse sand) 50 sqm 168.25 8413.00
18 15 mm cement plaster on rough side of single
or half brick wall of mix:
18.1 1:6 (1 cement: 6 coarse sand) 170 sqm 194.60 33082.00
19 Distempering with oil bound washable
distemper of approved brand and
manufacture to give an even shade :
19.1 New work (two or more coats) over and 820 sqm 93.70 76834.00
including water thinnable priming coat with
cement primer
20 Providing and applying white cement based 820 sqm 87.35 71627.00
putty of average thickness 1 mm, of approved
brand and manufacturer, over the plastered
wall surface to prepare the surface even and
smooth complete.
21 Repairs to plaster of thickness 12 mm to 20
mm in patches of area 2.5 sq. meters and
under, including cutting the patch in proper
shape, raking out joints and preparing and
plastering the surface of the walls complete,
including disposal of rubbish to the dumping
ground, all complete as per directions of
Engineer-In-Charge.
21.1 With cement mortar 1:4 (1cement: 4 coarse 80 sqm 274.80 21984.00
sand)
22 Removing dry or oil bound distemper, water 820 sqm 10.80 8856.00
proofing cement paint and the like by
scrapping, sand papering and preparing the
surface smooth including necessary repairs to
scratches etc. complete.
23 Finishing walls with Acrylic Smooth exterior
paint of required shade:
23.1 Old work (Two or more coat applied @ 1.67 330 sqm 68.95 22754.00
ltr/ 10 sqm) on existing cement paint surface
24 Demolishing R.C.C. work manually/ by 2 cum 1454.55 2909.00
mechanical means including stacking of steel
bars and disposal of unserviceable material
within 50 metres lead as per direction of
Engineer - in- charge.
25 Demolishing brick work manually/ by
mechanical means including stacking of
serviceable material and disposal of
unserviceable material within 50 metres lead
as per direction of Engineer-in-charge.
25.1 In cement mortar 1 cum 842.75 843.00
26 Dismantling doors, windows and clerestory
Correction Nil
Insertion Nil
Omission Nil A.E.(P) E.E
138

windows (steel or wood) shutter including


chowkhats, architrave, holdfasts etc.
complete and stacking within 50 metres lead :
26.1 Of area 3 sq. metres and below 17 each 157.85 2683.00
27 Dismantling tile work in floors and roofs laid
in cement mortar including stacking material
within 50 metres lead.
27.1 For thickness of tiles 10 mm to 25 mm 40 sqm 31.55 1262.00
28 Dismantling stone slab flooring laid in 110 sqm 109.35 12029.00
cement mortar including stacking of
serviceable material and disposal of
unserviceable material within 50 metres lead.
29 Dismantling old plaster or skirting raking out 300 sqm 22.40 6720.00
joints and cleaning the surface for plaster
including disposal of rubbish to the dumping
ground within 50 metres lead.
30 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:
30.1 White Vitreous China Wash basin size 2 each 2298.55 4597.00
630x450 mm with a pair of 15 mm C.P. brass
pillar taps
31 Providing and fixing soil, waste and vent
pipes :
31.1 100 mm dia
31.1.1 Sand cast iron S&S pipe as per IS: 1729 2 metre 862.80 1726.00
32 Providing and fixing aluminium work for
doors, windows, ventilators and partitions
with extruded built up standard tubular
sections/ appropriate Z sections and other
sections of approved make conforming to IS:
733 and IS: 1285, fixing with dash fasteners
of required dia and size, including necessary
filling up the gaps at junctions, i.e. at top,
bottom and sides with required EPDM
rubber/ neoprene gasket etc. Aluminium
sections shall be smooth, rust free, straight,
mitred and jointed mechanically wherever
required including cleat angle, Aluminium
snap beading for glazing / paneling, C.P.
brass / stainless steel screws, all complete as
per architectural drawings and the directions
of Engineer-in-charge. (Glazing, paneling and
dash fasteners to be paid for separately) :
32.1 For fixed portion
32.1.1 Powder coated aluminium (minimum 460 kg 384.50 176870.00
thickness of powder coating 50 micron)
32.2 For shutters of doors, windows & ventilators
including providing and fixing hinges/ pivots
and making provision for fixing of fittings
wherever required including the cost of
Correction Nil
Insertion Nil
Omission Nil A.E.(P) E.E
139

EPDM rubber / neoprene gasket required


(Fittings shall be paid for separately)
32.2.1 Powder coated aluminium (minimum 370 kg 444.90 164613.00
thickness of powder coating 50 micron)
33 Providing and fixing glazing in aluminium
door, window, ventilator shutters and
partitions etc. with EPDM rubber / neoprene
gasket etc. complete as per the architectural
drawings and the directions of Engineer-in-
charge . (Cost of aluminium snap beading
shall be paid in basic item):
33.1 With float glass panes of 4.0 mm thickness 90 sqm 741.50 66735.00
Total DSR Items 1557951.00
34 Credit for dismantled materials taken away
by the contractoe/agency from the site.
34.1 MS angle, GI & CI Pipes, fittings, Steel 190 Kg -20.00 -3800.00
Section T-Iron, Channel Tube, TMT Bar etc.
35 Wooden door shutter 18 Each -250.00 -4500.00
Total -8300.00
Total DSR Items 1557951.00
Add PWD Cost Index @15.69% (On 244443.00
SR&DR Total 1,557,951.00 )
Total 1802394.00
Deduct Cost Index @9.5% (On SR&DR 171227.00
Total 1,557,951.00+244,442.51 )
Total 1631167.00
Total DSR + Non DSR Items 1622867.00

EXECUTIVE ENGINEER,
South-East(B)M, PWD (GNCTD),
Police Colony, Hauz Khas
New Delhi

Correction Nil
Insertion Nil
Omission Nil A.E.(P) E.E
140

PART - C

ELECTRICAL WORK

Correction Nil
Insertion Nil
Omission Nil A.E.(P) E.E
141

SCHEDULE OF QUANTITIES (For Electrical Work)


Name of work:- Civil repair and renovation works in officer rooms, office area and training hall
at NCC BN-IV, Okhla Industrial Area, New Delhi during 2019-20 (Civil and Electrical works)

SL No Description Qty Unit Rate Amount


1 Wiring for light point/ fan point/ exhaust fan
point/ call bell point with 1.5 sq.mm FRLS
PVC insulated copper conductor single core
cable in surface / recessed steel conduit, with
modular switch, modular plate, suitable GI
box and earthing the point with 1.5 sq.mm.
FRLS PVC insulated copper conductor single
core cable etc as required.
a) Group C
(a) Group C 120 Pts. 1037.00 124440.00
2 Supplying and fixing of following sizes of 120 Mtrs. 126.00 15120.00
steel conduit along with accessories in
surface/recess including painting in case of
surface conduit, or cutting the wall and
making good the same in case of recessed
conduit as required.
a) 20 mm
b) 25 mm 100 Mtrs. 147.00 14700.00
3 Supplying and drawing following sizes of 140 Mtrs. 50.00 7000.00
FRLS PVC insulated copper conductor, single
core cable in the existing surface/recessed
steel / PVC conduit as required.
a) 3 X 1.5 sq.mm
b) 3 X 4 sq.mm. 180 Mtrs. 111.00 19980.00
c) 3 X 6 sq.mm. 100 Mtrs. 162.00 16200.00
c) 6 X 4 sq.mm. 50 Mtrs. 214.00 10700.00
4 Supplying and fixing suitable size GI box with 15 Nos. 313.00 4695.00
modular plate and cover in front on surface or
in recess, including providing and fixing 3 pin
5/6 A modular socket outlet and 5/6 A
modular switch, connections etc. as required
5 Supplying and fixing suitable size GI box with 30 Nos. 406.00 12180.00
modular plate and cover in front on surface or
in recess, including providing and fixing 6 pin
5/6 A & 15/16 A modular socket outlet and
15/16 A modular switch, connections etc. as
required
6 Supplying and fixing following way, single
pole and neutral, sheet steel, MCB distribution
board, 240 V, on surface/ recess, complete
with tinned copper bus bar, neutral bus bar,
earth bar, din bar, interconnections, powder
painted including earthing etc. as required.
(But without MCB/RCCB/Isolator)
a) 12 way, Double door 3 Nos. 1151.00 3453.00
7 Supplying and fixing following rating, double
pole, 240 V, isolator in the existing MCB DB
complete with connections, testing and
Correction Nil
Insertion Nil
Omission Nil A.E.(P) E.E
142

commissioning etc. as required.


a) 63 A 3 Nos. 254.00 762.00
8 Supplying and fixing of following ways
surface/ recess mounting, vertical type, 415 V,
TPN MCB distribution board of sheet steel,
dust protected, duly powder painted, inclusive
of 200 A, tinned copper bus bar, common
neutral link, earth bar, din bar for mounting
MCBs (but without MCBs and incomer) as
required. (Note : Vertical type MCB TPDB is
normally used where 3 phase outlets are
required.)
a) 12 way (4 + 36), Double door 1 No. 7189.00 7189.00
9 Providing and fixing following rating and
breaking capacity and pole MCCB with
thermomagnetic release and terminal
spreaders in existing cubicle panel board
including drilling holes in cubicle panel,
making connections, etc. as required
a) 100 A, 16 kA,TPMCCB 1 No. 3218.00 3218.00
10 Supplying and fixing 5 A to 32 A rating,
240/415 V, 10 kA, “C” curve, miniature
circuit breaker suitable for inductive load of
following poles in the existing MCB DB
complete with connections, testing and
commissioning etc. as required.
a) Single pole 66 Nos. 173.00 11418.00
11 Supplying and fixing 20 A, 240 V, SPN 2 Nos. 980.00 1960.00
Industrial type socket outlet, with 2 pole and
earth, metal enclosed plug top alongwith 20 A,
“C” curve, SP, MCB, in sheet steel enclosure,
on surface or in recess, with chained metal
cover for the socket out let and complete with
connections, testing and commissioning etc. as
required.
12 upplying, installation, testing & 50 Nos. 600.00 30000.00
Commissioning of Surface/Wall Mounted 1 X
20W LED Tube With 4 feet MS Batten
Fitting, LED Tube should have extruded
aluminium housing for efficient heat
dissipation. Total system Lumen of 20W Led
should be 1700 or above in Cool day
Light(5700K to 6500K), Power factor>0.95,
CRI>80. Complete with Mounting Brackets &
accessories as required with connections etc.
complete as required (Make C & S Model No
LTTB4F20WLEDP/W/ Halonix Model No
HLB-03-20-CW-AL/Crompton Greaves
Model No LTT8-20 )
13 Supplying, installation, testing and 40 Nos. 1844.00 73760.00
commissioning of 1200 mm sweep 5 star
rating ceiling fans without regulator i/c wiring
the down rod of standard length (upto 30 cm)
with 1.5 sq. mm FRLS PVC insulated, copper
Correction Nil
Insertion Nil
Omission Nil A.E.(P) E.E
143

conductor, single core cable etc as reqd


(Make Havells Model No ES-Neo /Crompton
Greaves Aura Plus/Orient Energy Star (Ivory))
14 S/I/T/C of 15 Watt LED surface mounted 15 Nos. 807.00 12105.00
round shaped LED downlighter with durable
housing with al. heat sink with diffuser to give
glare free light with removable driver i/c
connection with all accessories i/c credit of
old dismental material etc. complete as
required (Make Havells Model No
INTEGRANEOSURFACEDLS15WLED830S
/ Bajaj Model No BGSLO SLEEK SURFACE
15 WH RD/ Halonix Model No HLDLS-R06-
15-CW)
15 Supplying, installation, testing & 10 Nos. 2214.00 22140.00
Commissioning of recess type 34W to 36W
Full window glarefree opal Diffuser LED
Panel of size 595X595mm suitable for
Armstrong/POP/GB ceiling with MS Powder
coated White Housing. Total system Lumen of
34W to 36W LED should be 3300 or above in
Cool day Light(5600K to 6500K), Power
factor>0.95, CRI (Ra) >80, Complete with all
accessories i/c credit of old dismental as and
where basis etc. complete as required with
connections. (Make Havells Cat No
LHEWEJP7PL1W034/Halonix Model No
HLFPR22-02-36 WW-III/Bajaj Model No
BZRSQL W3 XEi WH)
16 SITC of wall mounted cabin fan 450 mm 5 Nos. 2739.00 13695.00
sweep suitable for operating on 230 volt single
phase AC supply i/c connection with 1.5 sq.
mm FRLS PVC insulated copper conductor
single core cable earth etc as reqd. (Make
Havells Model No V3/ Orient model no Wall
air circulator /Standard Model No SW 18)
17 Supplying , Laying and fixing following size 220 Mtrs. 105.00 23100.00
of PVC insulated and PVC sheathed al.
conductor armoured power cable of 1.1 KV
grade of following ways as reqd. (Havells
Make)
(a) 3 X 6 sq.mm. cable on surface
18 Supplying , Installation, testing and 8 Nos. 4118.00 32944.00
commissioning of 70-80Watt TURBO LED
Flood light luminaire with secondary optics
made in pressure die cast housing and heat
sink in aluminum extrusion with IP66 i/c
connection with all accessorie etc. complete as
required. (Make Halonix Model No HLFLD-
ML12-80-CWL/Bajaj Model NoBJFL 80W
LED /C & S Model No LTEF80WHPLED )
19 Credit of Dismantle material for the following
material
a) Steel Conduit 50 Kgs. (30.00) -1500.00

Correction Nil
Insertion Nil
Omission Nil A.E.(P) E.E
144

b) Burnt Al. wire 20 Kgs. (200.00) -4000.00


c) Flood Light Fitting 8 Nos. (500.00) -4000.00
d) Old Ceiling fan 40 Nos. (250.00) -10000.00
e) Old tube light fitting 50 Nos. (50.00) -2500.00
TOTAL 438759.00

EXECUTIVE ENGINEER,
South-East(B)M, PWD (GNCTD),
Police Colony, Hauz Khas
New Delhi

Correction Nil
Insertion Nil
Omission Nil A.E.(P) E.E
145

LIST OF PREFERRED MAKES

1 FRLS PVC insulated Copper Wire FINOLEX/RR Kable/SKYTONE/Havells/Polycab/Ralison /


Bencab
2 Cable Glands & Lugs DOWELLS/COMET/MCI/HMI/Asian.
3 MCB & MCB DB /TP DB SIEMENS/M.G./LEGRAND/(L&T)/ABB/GE Power/ Havells /
Schnieder (N.S.)
4 MCCB / Power Contactor SIEMENS/M.G./LEGRAND/(L&T)/ABB/Havells/GE Power
5 XLPE Al. Power Cable Gloster/National/KEI/Havells/Polycab/Benca/Rallision
6 HDPE DWC Pipe Rex / Duraline / Tirupati
7 HDPE Pipe Himlayan / Dutron / Kissan / Prince.
8 G.I. Pipes / MS Pipes TATA/Jindal/Prakash Surya (ISI marked).
9 AC Box ABB/Legrand/Crabtree/North West/L&T/Schneider
10 Ceiling Fan As mentioned in Item
11 Wall Mounted Cabin Fan As mentioned in Item
12 LED Fitting As mentioned in Item
13 Steel Conduit AKG/NIC/BEC
14 Modular GI Box & Switch/ Legrand/Crabtree/North West
Socket/Fan Regulator
15 Other Items All other items shall be as per approval of Engineer-in-
charge.

Correction Nil
Insertion Nil
Omission Nil A.E.(P) E.E
146

TERMS & CONDITIONS


1. The Work shall be carried out as per CPWD specifications for electrical works Part-I 2013
(INT), and Part-II 1994 (EXT.), CPWD specification for substation amended upto date and
the Indian Electricity Rule–1956 as amended upto date for such works
2. All the materials, whatsoever, to be supplied and provided by the contractor should be of
standard and approved quality. These should be got approved from the Engineer-in-Charge
or his authorized representative before installation. No payment will be made for any
unapproved or sub standard/ rejected materials used on the work. Rejected materials
should be removed from the site of work within 48 hours failing which the same will be
liable for removal by the department at the risk and cost of contractor without any liability.
3. All malba should be removed on the same day. In case of failure to do so it will be got done
by the Engineer-in-Charge or his authorized representative at contractor’s risk and cost.
4. All watch and ward of the materials installed at work will be responsibility of the
contractors till their handing over to the department on completion of work. Merely
recording of measurement and running payments made to contractor. There will be regular
handing over/ taking over the installation. Any missing item shall have to be make good by
the contractor.
5. Laying of the cable, position of fittings and cable routes etc. should be got approved by the
Engineer-in-Charge or his authorized representative. It will be in the interest of the
contractor to mark the above layout at site and get it approved before actual execution of
the work otherwise it will not be accepted and the contractor will have to get it redone for
which no extra payment will be made.
6. Persons employed for execution of electrical work should have electrical license as required
under I.E. Act.
7. Department shall not be responsible for any injury partial or permanent or death of any
worker at site due to accident or malfunctioning of the equipment or by negligence of the
staff or any kind.
8. No T&P shall be issued by the department for execution of work.
9. First aid box shall be kept by the contractor at site of work. No extra payment shall be
made on this account.
10. The earthing shall invariably be done in presence of the AE/ JE in-charge of the work.
11. Supply items to be got approved from Engineer-in-Charge in Advance, otherwise no
payment shall be released.
12. The firm shall furnish certificate/ undertaking from the labour employed by him that he
will not claim security of job from the department at any stage of time.
13. If any condition’s is put by the contractor, which is not as per CPWD specifications/ terms
and conditions of NIT, his tender is liable to be rejected.
14. All termination of electrical cables for sizes higher than 6sqmm shall have to done with
proper thimbles/ reducer uncrimping process Copper thimble reducer shall be used for
copper cable and aluminum ones for Al. cables.
15. Before cable is laid in the ground the route must be got approved from Engineer-in-Charge
the cable trench shall be as straight as possible. Otherwise it will not be acceptable and the
contractor will have to get it redone for which no extra payment will be made.
16. The list of approved makes for the materials to be used at site for execution of work is
attached.
17. All screws/ nuts bolts should be galvanized/ cadmium plated/ passivate only as the case
may be.
18. Contractor will have to abide by the instructions contained in CPWD Manual Volume-II
(upto date) applicable to him.
19. The rates quoted by Firm/ Contractor shall be inclusive of all taxes such as GST etc. and
nothing extra shall be paid on this account. The quoted rates shall be firmed.

Correction Nil
Insertion Nil
Omission Nil A.E.(P) E.E
147

20. Department in no way is involved in any dispute of whatever kind between the contractor
and the staff engaged by him Payment against the final bill however would be subject to
clearance from labour authorities.
21. The staff deployed at work should be able to behave properly with clients and department's
officials. In case complaint about any misbehavior & or for improper working of any of staff
of contractor is received/noticed the concerned person shall be removed and replaced by
contractor immediately failing which it shall be presumed that no such staff was on duty,
beside taking any other suitable action by Engineer-in-charge.
22. The firm has to make minimum wages to its employees as per Delhi Administration
Minimum Wages Act. The staff deployed by the contractor shall be purely contractor
labour. Staff deployed shall not claim for any govt. job or compensation from the
department.
23. Contractors shall have to submit the proof of material purchased by them i.e. Challan / Bill
for the genuineness of material. However Bill / Challan shall not be prior to date of opening
of tender.
24. The Contractor shall give Five Years Warranty / Guarantee of the LED fittings of any
manufacturing defects. The Contractor shall replaced / repair the fittings free of cost
during the guarantee period. In this regard before supplying of material the contractor shall
submit an undertaking of the manufacturer of the fittings stating that material supplied
shall stand warrantee against manufacture defects for the period of Five Years.
Manufacturer should submit 5 Years of Onsite Warranty Certificate on LED Lighting
Products Signed by not below the Rank of Regional Manager, Director, Owner or Proprietor
of the Manufacturing Firm.
25. Defective LED luminaries within warrantee period shall have to be repaired/replaced by
agency or the concerned manufacturer of LED luminaries within 7 days after intimation. In
case of no response, defective LED luminaries shall be replaced by this office from
elsewhere, which shall be recovered at prevailing market rate from the pending dues of the
contractor & strict action shall also be taken against concerned LED luminaries
manufacturer.
26. All repair works shall be neatly carried out to match with original finish and all damage
done during execution of electrical work shall be responsibility of the electrical contractor
and the same will have to be made good immediately by him to the entire satisfaction of
Engineer in charge and nothing extra shall be paid on this account.
27. The contractor is bound to sign the site order book as and when required by the Engineer
in charge and carryout the instructions recorded therein.
28. Before quoting their rates, the tenderer should visit the site so as to acquaint themselves of
the site conditions.
29. Nothing extra shall be paid on account of idle labour & inter connection etc.
30. Bad workman ship is liable to be rejected.
31. The contractor shall make his own arrangement for storing the materials and watch and
ward at his own cost as also for the installation till the completion and handing over the
Road.
32. The contractor shall make his own arrangement at his own cost for all general and
electrical tools and plants required for the work.
33. The work shall ordinarily be carried out according to the drawings supplied as applicable
with the schedule of work at the time of award of work subject to any change made by the
Engineer-in-Charge as applicable in new construction works.
34. In addition to the Security Deposit an additional 10% of the LED Fitting amount shall be
withheld & shall be released every year as follows. After Record of Completion.
1) On Completion of 1st Year = 1%
2) On Completion of 2nd Year = 1%
3) On Completion of 3 Year
rd = 2%
4) On Completion of 4th Year = 2%

Correction Nil
Insertion Nil
Omission Nil A.E.(P) E.E
148

5) On Completion of 5th Year = 4%


35. Payment Terms: -
a) 60% of Agreement Rate against supply of material in good condition.
b) 30% of Agreement Rate after installation.
c) 10% of Agreement Rate on successful testing & commissioning:-

37. MCBDB & MCB shall be same make.

EXECUTIVE ENGINEER,
South-East(B)M, PWD (GNCTD),
Police Colony, Hauz Khas
New Delhi

Correction Nil
Insertion Nil
Omission Nil A.E.(P) E.E
149

GENERAL ABSTRACT
Name of work : Civil repair and renovation works in officer rooms, office area and
training hall at NCC BN-IV, Okhla Industrial Area, New Delhi during 2019-
20 (Civil and Electrical works)

S. No Detail of Sub Work Amount in Rs


1. Civil work (Part-B) 16,22,867.00
2. Electrical work (Part-C) 4,38,759.00
Total 20,61,626.00

EXECUTIVE ENGINEER,
South-East(B)M, PWD (GNCTD),
Police Colony, Hauz Khas
New Delhi

Signature Not Verified


Digitally signed by HARI OM MOGRA
Correction Nil Date: 2019.07.19 16:35:53 IST
Insertion Nil
Location: NCT of Delhi
Omission Nil A.E.(P) E.E

You might also like