You are on page 1of 129

1

INDEX

Sl. Particulars Page No.


No.

1 Full Index (Part A, Part B and Part C) 1 to 2

2 Part A - Cover Page 3 to 3

3 Information & instructions for bidders for e-tendering 4 to 6


forming part of bid document

4 Notice Inviting Tender CPWD-6 7 to15

5 Proforma for Earnest Money Deposit Declaration 16 to 16


(Proforma A)
6 Percentage rate tender & contract for works - CPWD 7 17 to 18

7 Proforma of schedules A to F (for civil component) 19 to 26

8 Equipment for Testing of Materials & Concrete at Site 27 to 28


Laboratory (Annexure-I)

9 Integrity Pact 29 to30

10 Integrity Agreement 31 to 35

11 Ammendments of GCC 2020- CLAUSE 7B 36 to 36

12 Ammendments of GCC 2020- Form of Bank Guarantee 37 to 39


for Performance Guarantee / Security Deposit /
Mobilization Advance

2 Part B – Civil Cover - Page 40 to 40

1 Part B - Index 41 to 41

2 Additional Conditions (Civil) 42 to 54

3 Conditions for Steel 55 to 55

4 Condition for Cement 56 to 56

5 Conditions for Acrylic Painting 57 to 57

6 Particular Specifications 58 to72

7 Conditions for Guarantee for water proofing treatment 73 to 73

8 Guarantee Bond to be executed by contractors for 74 to75


removal of defects after completion in respect of water
proofing works
9 Guarantee bond to be executed by contractors for 76 to77
removal of defects after completion in respect of
structural repairs works.
10 Guarantee bond to be executed by contractors for 78 to79
removal of defects after completion in respect of acrylic
paint works
11 List for Preferred material, makes 80 to84

Sr.Dman /AE (C) / EE (C)


2

12 Schedule of quantity (Civil work) 85 to 97

3 PART – C ELECTRICAL & MECHANICAL 98 to 98


1 INDEX 99 to 99
2 Proforma of schedules 100 to 105
3 Terms & Conditions 106 to 111
4 Additional conditions & Specifications 112 to 113
5 Eligibility Criteria for main agency w.r.t. Associated 114 to 117
Electrical Agencies
6 Proposal for Associating Electrical agencies –(Annexure- 118 to 118
I)
7 Consent letter from eligible Associate agency – (Form-A) 119 to 119
8 Memorandum of Understanding (separate for each 120 to 121
subhead of E & M works) (Form B)
9 List of preferred makes - E & M services 122 to 122
10 Schedule of Quantities (Electrical work) 123 to 129

It is certified that this N.I.T. contains 01 to 129 Pages.


NIT NO. 31/EE/MUMBAI-III/2020-21 is approved for Rs. 91,89,102/-
(Civil: Rs. 80,91,540/- + E&M: Rs. 10,97,562/-)

Sr. Draughtsman Assistant Engineer –II


EE, Mumbai III, CPWD, EE, Mumbai III, CPWD,

Executive Engineer
Mumbai - III,C.P.W.D., Mumbai-400037

Sr.Dman /AE (C) / EE (C)


3

Central Public Works Department


NIT NO: 31/EE/MUMBAI-III/2020-21

PART A

O/o EXECUTIVE ENGINEER, MUMBAI-III


CENTRAL PUBLIC WORKS DEPARTMENT

Sr.Dman /AE (C) / EE (C)


4

GOVERNMENT OF INDIA
CENTRAL PUBLIC WORKS DEPARTMENT
INFORMATION AND INSTRUCTIONS FOR BIDDERS FOR
e-TENDERING FORMING PART OF BID DOCUMENT & TO BE POSTED
ON WEBSITE

The Executive Engineer, Mumbai-III, CPWD, Mumbai-37 on behalf of


the President of India invites online percentage rate composite bids
on single bid system from eligible contractors of composite category
of CPWD for the following work:-

Declaration and other documents as


Stipulated Period of Completion of

Date and Time of opening of bid


Last date of online submission of

specified in the bid document


bid, Earnest Money Deposit
Estimated cost put to bid

work (in months)


Sl. NIT Name of Work & Earnest Money
No No location

1 External repair work


NIL (Earnest Money Deposit Declaration to be submitted)

and painting work,


renovate the reception,
dining area, providing
Rs.91,89,102/- (Civil: Rs.80,91,540/- +

and fixing profile sheet


including renovation of
UPTO 3.00 P.M. on 22/01/2021

internal EI and
AT 03.30 P.M. on 22/01/2021
31/EE/MUMBAI-III/2020-21

Upgradation of old
E & M: Rs.10,97,562/-)

conventional light
fittings & fans with LED
06 (Six) Months.

fittings and Energy


efficient 5 star rated
fans etc. in CSD
Canteen, CSD Estate,
Ghatkopar (West),
Mumbai.

Sr.Dman /AE (C) / EE (C)


5

1. The intending bidder must read the terms and conditions of CPWD-6 carefully. He
should only submit his bid if he considers himself eligible and he is in possession of all
the documents required.
2. Information and Instructions for bidders posted on website shall form part of bid
document.
3. The bid document consisting of plans, specifications, the schedule of quantities of
various types of items to be executed and the set of terms and conditions of the contract
to be complied with and other necessary documents can be seen and downloaded from
website www.tenderwizard.com/CPWD or www.cpwd.gov.in free of cost.
4. Performa for Earnest Money Deposit Declaration uploaded by the Tender Inviting
Executive Engineer in the NIT.
This performa shall also be uploaded to the e-tendering website by the intending bidder
upto the specified bid submission date and time.
5. Those contractors not registered on the website mentioned above, are required to get
registered beforehand. If needed they can be imparted training on online bidding
process as per details available on the website.
6. The intending bidder must have valid class-III digital signature to submit the bid.
7. On opening date, the contractor can login and see the bid opening process. After
opening of bids he will receive the competitor bid sheets.
8. Contractor can upload documents in the form of JPG format and PDF format.
9. Contractor must ensure to quote his percentage rate (above/below) in the attached
schedules. However, if a tenderer does not quote any percentage above / below on the
total amount of the tender or any section / sub head in percentage rate tender, the tender
shall be treated as invalid and will not be considered as lowest tenderer.
10. The bid submitted shall become invalid and e-tender processing fee shall not be
refunded if:
(i) The bidder is found ineligible.
(ii) The bidder does not upload the scan copies of all the documents stipulated in bid
document.
(iii) If any discrepancy is noticed between the documents as uploaded at the time of
submission of bid and hard copies as submitted physically by the lowest bidder in the
office of bid opening authority.
(iv) If a tenderer quotes nil rates against each item in item rate tender or does not quote
any percentage above/below on the total amount of the tender or any section /subhead
in percentage rate tender, the tender shall be treated as invalid and will not be
considered as lowest tenderer.

Sr.Dman /AE (C) / EE (C)


6

All modifications/addendums/corrigendum issued regarding this bidding process,


shall be uploaded on website only and shall not be published in any Newspaper.
If any information furnished by the applicant is found incorrect at a later stage, he shall
be liable to be debarred from tendering/taking up of works in CPWD. The department reserves
the right to verify the particulars furnished by the applicant independently.

After submission of the bid the agency can re-submit revised bid any number of times but
before last time and date of submission of bid as notified.
While submitting the revised bid, agency can revise the rate of one or more item(s) any number
of times (he need not re-enter rate of all the items) in case of item rate tender and / or revise the
percentage in case of percentage rate tender, within the last time and date of submission of bid
as notified.

List of Documents to be scanned and uploaded within the period of tender


submission:
i. Performa for Earnest Money Deposit Declaration as per page no. 16
ii. Enlistment order of the contractor.
iii. GST registration certificate of the State in which the work is to taken up, if
already obtained by the bidder.
If the bidder has not obtained GST registration in the state in which the work is
to be taken up or as required by GST authorities, then in such case the bidder
shall scan & upload following undertaking along with other bid documents.
"If work is awarded to me, I / we shall obtain GST registration certificate of the
State in which work is to be taken up within one month from date of receipt of
award letter or before release of any payment by CPWD, whichever is earlier,
falling which I / we shall be responsible for any delay in payments which will be
due towards me / us on account of work executed and/or any action taken
by CPWD or GST department in this regard."
iv. “Valid electrical license or an undertaking that “I/we will either obtain valid
electrical license at the time of execution of electrical work or associate
contractors having valid electrical license of eligible class.”

Executive Engineer,
Mumbai - III,
CPWD, Mumbai-37.

Sr.Dman /AE (C) / EE (C)


7

CPWD-6
NOTICE INVITING TENDER
GOVERNMENT OF INDIA
CENTRAL PUBLIC WORKS DEPARTMENT
CPWD-6 FOR E-TENDERING

1. Percentage rate tenders are invited on behalf of President of India from approved
and eligible contractors of composite category of CPWD for the following work:

Name of Work: External repair work and painting work, renovate the reception,
dining area, providing and fixing profile sheet including renovation of internal EI
and Upgradation of old conventional light fittings & fans with LED fittings and
Energy efficient 5 star rated fans etc. in CSD Canteen, CSD Estate, Ghatkopar
(West), Mumbai.

The enlistment of the contractors should be valid on the last date of submission of
bids. In case the last date of submission/opening of bid is extended, the enlistment
of contractor should be valid on the original date of submission of bids.

1.1 The work is estimated to cost Rs. 91,89,102/-


(Civil: Rs. 80,91,540/- + E&M: Rs. 10,97,562/-)
This estimate, however, is given merely as a rough guide.
1.1.1 The authority competent to approve NIT for the combined cost and belonging to
the major discipline will consolidate NITs for calling the bids. He will also nominate
Division which will deal with all matters relating to the invitation of bids.
For composite bid, besides indicating the combined estimated cost put to bid,
should clearly indicate the estimated cost of each component separately. The
eligibility of bidders will correspond to the combined estimated cost of different
components put to bid.

1.2 Intending bidders is eligible to submit the bid provided he has definite proof from
the appropriate authority, which shall be to the satisfaction of the competent
authority, of having satisfactorily completed similar works of magnitude specified
below:-
Criteria of eligibility for submission of bid documents

1.2.1 Conditions for Non-CPWD registered contractors only, if bids are also open to non-
CPWD contractors. For works estimated cost upto tendering limit of class -1
composite category Contractor (However, for Horticulture and Furniture etc.
discipline, it may be modified as per bidding limit of CPWD class I contractors of
respective discipline as the case may be) Three similar works each of value not
less than Rs. .....................* or two similar work each of value not less than Rs.
....................* or one similar work of value not less than Rs. ....................* (all
figures rounded to nearest convenient figure) in last 7 years ending previous day
of last date of submission of bids.

Sr.Dman /AE (C) / EE (C)


8

Note:-
For works costing above tendering limit of class –II composite category contractors
but upto tendering limit of Class-I composite category Contractor ( However, for
Horticulture and Furniture discipline, it may be modified as per bidding limit of
CPWD class II and CPWD Class I contractors respectively of respective discipline as
the case may be) when bids are open to non-CPWD contractors also, then class II
contractors of CPWD registered shall also be eligible if they satisfy the eligibility
criteria specified in 1.2.1 above.

1.2.2 Criteria of eligibility for CPWD as well as non-CPWD contractors, For works
estimated to cost above the tendering limit of class -1 composite category
Contractor (However for Horticulture and Furniture discipline, it may be modified
as per bidding limit of CPWD class I contractors of respective discipline as the case
may be.) Three similar works each of value not less than Rs. ....................* or
two similar work each of value not less than Rs..................* or one similar work
of value not less than Rs.......................* (all figures rounded to nearest
convenient figure ) in last 7 years ending previous day of last date of submission of
bids.
The value of executed works shall be brought to current costing level by enhancing
the actual value of work at simple rate of 7% per annum, calculated from the date
of completion to the last date of submission of bid. This is applicable for 1.2.1 as
well as 1.2.2 (This is not applicable for CPWD enlisted contractors of appropriate
class in composite category)
To become eligible for issue of bid, the bidders shall have to furnish an
affidavit as under:-
I/We undertake and confirm that eligible similar works(s) has/have not been got
executed through another contractor on back to back basis. Further that, if such a
violation comes to the notice of Department, then I/we shall be debarred for
bidding in CPWD in future forever. Also, if such a violation comes to the notice of
Department before date of start of work, the Engineer-in-Charge shall be free to
forfeit the entire amount of Earnest Money Deposit/Performance Guarantee.
(Scanned copy to be uploaded at the time of submission of bid)

1.2.3 When bids are invited from non CPWD contractors and CPWD class II contractors
as per provisions of clause 1.2.1 above, it will be mandatory for non CPWD
contractors and CPWD class-II contractors to upload the work experience
certificate(s) and the affidavit as per the provisions of clause 1.2.2. But for such
bids, Class-I contractors of CPWD are eligible to submit the bids without
submission of work experience certificate and affidavit. Therefore, CPWD class-I
contractors shall upload two separate letters for experience certificate and affidavit
that these documents are not required to be submitted by them. Uploading of
these two letters is mandatory otherwise system will not clear mandatory fields.

2. Agreement shall be drawn with the successful tenderer on prescribed Form No.
CPWD 7 /8 (or other Standard Form as mentioned) which is available as a Govt
of India Publication and also available on website www.cpwd.gov.in. Bidders shall

Sr.Dman /AE (C) / EE (C)


9

quote his rates as per various terms and conditions of the said form which will
form part of the agreement.

3. The time allowed for carrying out the work will be 06 (Six) Months from the date
of start as defined in schedule ‘F’ or from the first date of handing over of the site,
whichever is later, in accordance with the phasing, if any, indicated in the bid
documents.

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

(ii) The architectural and structural drawings shall be made available


or
The architectural and structural drawings shall be made available in phased
manner, as per requirement of the same as per approved programme of
completion submitted by the contractor after award of work.

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


various types of items to be executed and the set of terms and conditions of the
contract to be complied with and other necessary documents except Standard
General Conditions of Contract Form can be seen from the web Site
www.tenderwizard.com/CPWD or www.cpwd.gov.in free of cost.

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

7. While submitting the revised bid, contractor can revise the rate of one or more
item(s) any number of times (he need not re-enter rate of all the components) but
before last time and date of submission of tender as notified.

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

9. Earnest Money Deposit Declaration shall also be uploaded to the e-tendering


website by the intending bidder upto the specified bid submission date and time.

Copy of Enlistment Order and Certificate of work experience and other documents
as specified in the press notice shall be scanned and uploaded to the e-tendering
website within the period of bid submission. However, certified copy of all the
scanned and uploaded documents as specified shall have to be submitted by the
lowest bidder only along with Earnest Money Deposit Declaration within a week
physically in the office of tender opening authority.

Online bid documents submitted by intending bidders shall be opened only of those
bidders, whose Earnest Money Deposit Declaration and other documents scanned
and uploaded are found in order.

Sr.Dman /AE (C) / EE (C)


10

Earnest Money of Rs.…………….. in the form of Treasury Challan or Demand Draft


or Pay order or Banker`s Cheque or Deposit at Call Receipt or Fixed Deposit
Receipt (drawn in favour of ………………………………..*…………………............). The
original EMD should be deposited either in the office of Executive Engineer inviting
bids or division office of any Executive Engineer, CPWD within the period of
submission. The EMD receiving Executive Engineer (including NIT issuing EE/AE)
shall issue a receipt of deposition of earnest money deposit to the bidder in a
prescribed format (enclosed) uploaded by tender inviting EE in the NIT.

* To be filled by the Executive Engineer.

This receipt shall also be uploaded to the e-tendering website by the intending
bidder upto the specified bid submission date and time.

A part of earnest money is acceptable in the form of bank guarantee also. In such
case, minimum 50% of earnest money or Rs. 20 lac, whichever is less, shall have
to be deposited in shape prescribed above, and balance may be deposited in shape
of Bank Guarantee of any scheduled bank having validity for Ninety days for single
bid works and 180 days for two bid system or more from the last date of receipt of
bid which is to be scanned and uploaded by the intending bidders.

Copy of Enlistment Order and Certificate of work experience and other documents
as specified in the press notice shall be scanned and uploaded to the e-tendering
website within the period of bid submission. However, certified copy of all the
scanned and uploaded documents as specified in press notice shall have to be
submitted by the lowest bidder only along with physical EMD of the scanned copy
of EMD uploaded within a week physically in the office of tender opening authority.

Online bid documents submitted by intending bidders shall be opened only of those
bidders, whose original EMD deposited with any division office of CPWD and other
documents scanned and uploaded are found in order.

9A The contractors registered prior to 01.04.2015 on e-tendering portal of CPWD shall


have to deposit tender processing fee at existing rates, or they have option to
switch over to the new registration system without tender processing fee any time.

The bid submitted shall be opened at 03:30 PM on 22-01-2021

10. The bid submitted shall become invalid and e-Tender processing fee shall not be
refunded if:
(i) The bidder is found ineligible
(ii) The bidder does not upload scanned copies of all the documents
(including Certificate of Registration for GST/Provisional registration for
GST/ Acknowledgement for filing of application for registration of GST)
as stipulated in the bid document including Earnest Money Deposit
Declaration

Sr.Dman /AE (C) / EE (C)


11

(iii) If any discrepancy is noticed between the documents as uploaded at the


time of submission of bid and hard copies as submitted physically by the
lowest bidder in the office of bid opening authority.
(iv) If a tenderer does not quote any percentage above/below on the total
amount of the tender or any section/subhead in percentage rate tender,
the tender shall be treated as invalid and will not be considered as
lowest tender.

(ii) The bidder does not deposit original EMD with division office of any
Executive Engineer CPWD.
(iii) The bidder does not upload scanned copies of all the documents
(including Certificate of Registration for GST/Provisional registration for
GST/ Acknowledgement for filing of application for registration of GST)
as stipulated in the bid document including the copy of receipt for
deposition of original EMD.

11. The contractor whose bid is accepted, will be required to furnish performance
guarantee of 3% (Three 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 contractor shall be suspended for one year and shall not be
eligible to bid for CPWD tender from date of issue of suspension order. (As per OM
NO. DG/CON/Misc./13 dt.23.11.2020)

The contractor whose bid is accepted will also be required to furnish either copy of
applicable license / registrations or proof of applying for obtaining labour licenses,
registration with EPFO, ESIC and BOCW Welfare Board including Provident Fund
Code number if applicable and also ensure the compliance of aforesaid provisions
by the sub-contractor if any engaged by the contractor for the said work within the
period specified in Schedule ‘F’.

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

Sr.Dman /AE (C) / EE (C)


12

automatically without any notice to the contractor. The earnest money deposited
along with bid shall be returned after receiving the aforesaid performance
guarantee.

12. The description of the work is as follows:


External repair work and painting work, renovate the reception, dining area,
providing and fixing profile sheet including renovation of internal EI and
Upgradation of old conventional light fittings & fans with LED fittings and Energy
efficient 5 star rated fans etc. in CSD Canteen, CSD Estate, Ghatkopar (West),
Mumbai.
Intending Bidders are advised to inspect and examine the site and its surroundings
and satisfy themselves before submitting their bids as to the nature of the ground
and sub-soil (so far as is practicable), the form and nature of the site, the means
of access to the site, the accommodation they may require and in general shall
themselves obtain all necessary information as to risks, contingencies and other
circumstances which may influence or affect their bid. A bidders shall be deemed
to have full knowledge of the site whether he inspects it or not and no extra charge
consequent on any misunderstanding or otherwise shall be allowed. The bidders
shall be responsible for arranging and maintaining at his own cost all materials,
tools & plants, water, electricity access, facilities for workers and all other services
required for executing the work unless otherwise specifically provided for in the
contract documents. Submission of a bid by a bidders implies that he has read this
notice and all other contract documents and has made himself aware of the scope
and specifications of the work to be done and of conditions and rates at which
stores, tools and plant, etc. will be issued to him by the Government and local
conditions and other factors having a bearing on the execution of the work.

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

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


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

15. The competent authority on behalf of President of India reserves to himself the
right of accepting the whole or any part of the bid and the bidders shall be bound
to perform the same at the rate quoted.

16. The contractor shall not be permitted to bid for works in the CPWD Circle (Division
in case of contractors of Horticulture / Nursery category) responsible for award and
execution of contracts, in which his near relative is posted 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

Sr.Dman /AE (C) / EE (C)


13

who are near relatives to any gazette officer in the Central Public Works
Department or in the Ministry of Urban Development. Any breach of this condition
by the contractor would render him liable to be removed from the approved list of
contractors of this Department.

17. No Engineer of Gazetted rank or other Gazetted Officer employed in Engineering or


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

18. The bids for the work shall remain open for acceptance for a period of 30 (thirty)
days from the date of opening of bids in case of single bid system and 75 (seventy
five) days from the date of opening of technical bids in case bids are invited in 2 or
3 bid system. Further

i) If any tenderer withdraws his tender or makes any modification in the terms
& conditions of the tender which is not acceptable to the department after
last date of submission of bids, the tenderer shall be suspended for one year
and shall not be eligible to bid for CPWD tender from date of issue of
suspension order (as per OM NO.DG/CON/Misc./13 dt.23.11.2020). And also
the tenderer shall not be allowed to participate in the rebidding process of the
same work.

i) If any tenderer withdraws his tender or makes any modification in the terms
& conditions of the tender which is not acceptable to the department within 7
days after last date of submission of bids, then the Government shall without
prejudice to any other right or remedy, be at liberty to forfeit 50% of the
earnest money absolutely irrespective of letter of acceptance for the work is
issued or not.

ii) If any tenderer withdraws his tender or makes any modification in the terms
& conditions of the tender which is not acceptable to the department after
expiry of 7 days after last date of submission of bids, then the Government
shall without prejudice to any other right or remedy, be at liberty to forfeit
100% of the earnest money absolutely irrespective of letter of acceptance for
the work is issued or not.

iii) In case of forfeiture of earnest money as prescribed in para (i) and (ii) above,
the bidders shall not be allowed to participate in the rebidding process of the
same work.

19. This notice inviting bid shall form a part of the contract document. The successful
bidder /contractor, on acceptance of his bid by the Accepting Authority shall within
15 days from the stipulated date of start of the work, sign the contract consisting
of:-

Sr.Dman /AE (C) / EE (C)


14

a) The Notice Inviting bid, all the documents including additional conditions,
specifications and drawings, if any, forming part of the bid as uploaded at the
time of invitation of bid and the rates quoted online at the time of submission
of bid and acceptance thereof together with any correspondence leading
thereto.

b) Standard C.P.W.D. Form 7 or other Standard C.P.W.D. Form as applicable.

20. For Composite Bids

20.1.1 The Executive Engineer in charge of the major component will call bids for the
composite work. The cost of bid document and Earnest Money will be fixed with
respect to the combined estimated cost put to tender for the composite bid.

20.1.2 The bid document will include following three components:

Part A:- CPWD-6, CPWD-7 including schedule A to F for the major component of
the work, Integrity pact, Integrity Agreement, Proforma for Earnest
Money Deposit Declaration Proforma of receipt of EMD, Form of Earnest
money deposit (Bank Guarantee Bond).

Part B:- General / specific conditions, specifications and Architectural Drawings,


schedule of quantities applicable to major component of the work.

Part C:- Schedule A to F for minor component of the work (competent authority
under clause 2 and clause 5 shall be same authority as mentioned in
schedule A to F for major components), General/specific conditions,
specifications and schedule of quantities applicable to minor
component(s) of the work.

20.1.3 The bidders must associate himself, with agencies as per NIT conditions.

20.1.4 The eligible bidders shall quote rates for all items of major component as well as
for all items of minor components of work.

20.1.5 After acceptance of the bid by competent authority, the EE in charge of major
component of the work shall issue letter of award on behalf of the President of
India. After the work is awarded, the main contractor will have to enter into one
agreement with EE in charge of major component and has also to sign two or more
copies of agreement depending upon number of EEs/DDH in charge of minor
components. One such signed set of agreement shall be handed over to EE/DDH in
charge of minor component(s). EE of major component will operate Part A and Part
B of the agreement. EE/DDH in charge of minor component(s) shall operate Part C
along with Part A of the agreement.

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

Sr.Dman /AE (C) / EE (C)


15

20.1.7 Security Deposit will be worked out separately for each component corresponding
to the estimated cost of the respective component of works.

20.1.8 The main contractor has to associate agency(s) for specialized component(s)
conforming to eligibility criteria as defined in the bid document and has to submit
detail of such agency(s) to Engineer-in-charge of relevant component(s) within
prescribed time. Name of the agency(s) to be associated shall be approved by
Engineer-in-charge of relevant component(s).

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

20.1.10 The main contractor has to enter into MoU with agency(s) associated by him.
Copy of such MoU shall be submitted to EE/DDH in charge of each relevant
specialized component as well as to EE in charge of major component. In case of
change of associate contractor, the main contractor has to enter into MoU/
agreement with the new contractor associated by him.

20.1.11 Running payment for the major component shall be made by EE of major
discipline to the main contractor. Running payment for minor components shall be
made by the Engineer-in-charge of the discipline of minor component directly to
the main contractor.

20.1.12A. The composite work shall be treated as complete when all the components of
the work are complete. The completion certificate of the composite work shall be
recorded by Engineer-in-charge of major component after record of completion
certificate of all other components.

20.1.12B. Final bill of whole work shall be finalized and paid by the EE of major
component. Engineer(s) in charge of minor component(s) will prepare and pass
the final bill for their component of work and pass on the same to the EE of major
component for including in the final bill for composite contract.

Sr.Dman /AE (C) / EE (C)


16

Form – A

Performa for Earnest Money Deposit Declaration

Whereas, I/We ……………………… (Name of Agency)……………………..…..have


submitted bids for “External repair work and painting work, renovate
the reception, dining area, providing and fixing profile sheet
including renovation of internal EI and Upgradation of old
conventional light fittings & fans with LED fittings and Energy
efficient 5 star rated fans etc. in CSD Canteen, CSD Estate,
Ghatkopar (West), Mumbai.

NIT No. 31/EE/MUMBAI-III/2020-21

I/We hereby submit following declaration in lieu of submitting Earnest Money


Deposit.

1) If after the opening of tender, I/We withdraw or modify my/ our bid during
the period of validity of tender (including extended validity of tender)
specified in the tender documents,
OR
2) If, after the award of work, I/We fail to sign the contract, or to submit
performance guarantee before the deadline defined in the tender
documents,

I/We shall be suspended for one year and shall not be eligible to bid for
CPWD tenders from date of issue of suspension order.

Signature of the contractor(s)

Sr.Dman /AE (C) / EE (C)


17

NIT FORM CPWD- 7

GOVERNMENT OF INDIA
CENTRAL PUBLIC WORKS DEPARTMENT

STATE: MAHARASTRA BRANCH: B & R


Percentage Rate Tender and Contract for works
Tender for the work of:- External repair work and painting work, renovate
the reception, dining area, providing and fixing profile sheet including
renovation of internal EI and Upgradation of old conventional light fittings
& fans with LED fittings and Energy efficient 5 star rated fans etc. in CSD
Canteen, CSD Estate, Ghatkopar (West), Mumbai.

(i) To be uploaded by 1500. Hours on 22-01-2021 to on website:


www.tenderwizard.com/CPWD
(ii) To be opened in presence of tenderers who may be present at 1530 hours on 22-
01-2021 in the office of The Executive Engineer, Mumbai - III, CPWD, 3rd floor,
Nirman Sadan, Antop Hill, Mumbai-37
Tender
I / We have read and examined the notice inviting bid, schedule - A, B,
C, D, E & F, specifications applicable, Drawings & Designs, General Rules and
Directions, Conditions of Contract for CPWD Works of 2020 for Maintenance with
amendments up to the last date of submission of bids, clauses of contract, Special
conditions, schedule of rates & other documents and Rules referred to in the
conditions of contract and all other contents in the bid document for the work.
I/We hereby bid for the execution of the work specified for the President
of India within the time specified in Schedule ‘F’ viz., user requirement, schedule of
quantity and approved drawings and in accordance in all respect with the
specifications, designs, drawing and instructions in writing referred to in Rule-1 of
General Rules and Directions and in Clause 11 of the Conditions of contract of 2020
for Maintenance with amendments up to the last date of submission of bids and
with such materials as are provided for, by, and in respect of accordance with, such
conditions so far as applicable.
I / We agree to keep the bid open for Thirty (30) days from the date of
last date of receipt of bid and not to make any modification in its terms and
conditions.
A Performa of Earnest Money Deposit Declaration is to be scanned and
uploaded. If I/We, fail to furnish the prescribed performance guarantee within
prescribed period. I/We agree that the said President of India or his successors, in
office shall without prejudice to any other right or remedy, be at liberty to suspend
the bidder for one year and the bidder shall not be eligible to bid for CPWD tenders
from date of issue of suspension order.

Sr.Dman /AE (C) / EE (C)


18

Further, if I/we fail to commence work as specified, I/We agree that


President of India or the successors in office shall without prejudice to any other
right or remedy available in law, be at liberty to forfeit the said performance
guarantee absolutely. The said Performance Guarantee shall be a guarantee to
execute all the works referred to in the tender documents upon the terms and
conditions contained or referred to those in excess of that limit at the rates to be
determined in accordance with the provision contained in Clause 12.2 and 12.3 of
the tender form.
Further, I/We agree that in case of forfeiture of Performance Guarantee
as aforesaid, I/We shall be debarred for participation in the re-tendering process of
the work.
I/We hereby declare that I/We shall treat the bid 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:
Witness: Signature of Contractor
Address: Postal 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…………………………..(Rs………………………………………………………………
…………………………………………………).

The letters referred to below shall form part of this contract agreement:-
(a)
(b)
(c)

For & on behalf of President of India


Signature .………………..………………
Dated: Designation
……………………………...

Sr.Dman /AE (C) / EE (C)


19

PROFORMA OF SCHEDULES (FOR CIVIL COMPONENT)

SCHEDULE “A”

Schedule of quantities for Civil Works as : Enclosed


per attached pages

SCHEDULE ‘D’

Extra schedule for specific requirement/ : NIL


document for the work, if any

SCHEDULE ‘E’

Reference to General Conditions of : General Conditions of Contract 2020


contract. Maintenance works with amendments
/ modified up to the last date of
submission of bid

Name of Work: External repair work and painting work, renovate the
reception, dining area, providing and fixing profile sheet including renovation
of internal EI and Upgradation of old conventional light fittings & fans with LED
fittings and Energy efficient 5 star rated fans etc. in CSD Canteen, CSD Estate,
Ghatkopar (West), Mumbai.

Estimated cost of work : Rs. 91,89,102/-

Civil components : Rs. 80,91,540/-

E & M Components : Rs. 10,97,562/-

Earnest money : Performa for Earnest money deposit


declaration

Performance Guarantee : 3% of tendered value

Security Deposit : 2.5% of tendered amount

SCHEDULE “F” (GENERAL RULES & DIRECTIONS)

Officer inviting tender : Executive Engineer, Mumbai-III,


CPWD, Mumbai-400 037.

Maximum percentage for quantity of : See below


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

Sr.Dman /AE (C) / EE (C)


20

Definitions:

CPWD Directorate CPWD Directorate includes Director General


/Special Director General/ Additional
Director General/CPM/CA/Chief Engineer/
CE-ED/PM/SE/SE-PD/Director (Horticulture)
Successor Any authority as notified by the CPWD
Directorate before, during and after
execution of work/ agreement.
2(v) Engineer-in-Charge 1) Executive Engineer, Mumbai-III, CPWD,
Mumbai-400 037 or successor thereof
(For Civil Component)
2) Executive Engineer (E), Mumbai-II,
CPWD, Mumbai-400 037 or successor
thereof
(for Electrical component)
2(viii) Accepting Authority Executive Engineer, Mumbai-III, CPWD,
Mumbai-400 037
2(x) Percentage rate on cost of 15%
materials and labour to cover
all overheads and profits.
2(xi) Standard Schedule of Rates CPWD DSR 2018 (Renamed as DSR 2019
w.e.f. 27.02.2020) with amendments up to
date for Civil component.
2(xii) Department Central Public Works Department (CPWD)

9(ii) Standard CPWD Contract GCC 2020 maintenance work CPWD form 7
forms GCC 2020, CPWD Form modified & corrected upto last date of
7 /8 as modified & corrected submission of bid.
upto

Clause 1

(i) Time allowed for submission of Performance 7 (Seven) days


Guarantee, Programme Chart (Time and Progress) and
applicable labour licenses, registration with GST, 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 fee @0.1% per 3 (Three) days
day of Performance Guarantee amount beyond the
period provided in (i) above

Sr.Dman /AE (C) / EE (C)


21

Clause 2

Authority for fixing compensation under : Chief Engineer, Mumbai – I, CPWD,


clause 2 Mumbai

Clause 2A

Applicable Clause 2 /2A : Clause 2

Clause 5

Number of days from the date of issue : 10 (Ten) days from Letter of award or
of letter of acceptance for reckoning date of handing over of site whichever
date of start is later

Milestone(s) as per table given below:

S.No. Description of Milestone Time allowed in Amount to be with-held in


Physical months (from Case of non-achievement
date of start) of milestone

1 1/4th (of the agreement 1/4 of time limit In the event of not
amount)
achieving the necessary
2 1/2th (of the agreement 1/2 of time limit progress as assessed
amount)
from the running payment
3 3/4th (of the agreement 3/4 of time limit
amount) 1.25% of the tender value
of work will be with held
4 All works complete. 06 Months
for failure of each mile
stone.
Withheld amount shall be released if and when subsequent milestone is achieved
within respective time specified. The main contractor will ensure that electrical
components of the work are executed in time without giving any chance for slippage
of milestone on account of delay in execution of associated electrical works by him.
However, in case milestones are not achieved by the contractor for the work, the
amount shown against milestone shall be withheld by the Engineer-In-Charge of the
respective components.

Note: Intending tenderer may submit phasing of activities / milestones on the basis of
their resources and methodology at the time of tendering corresponding to physical
milestones / stages indicated in the above table. These shall be formed part of the
agreement after approval of the accepting authority.

Time allowed for execution of work : 06 (Six) months

Authority to decide:
(i) Extension of time : Executive Engineer, Mumbai – III,
Mumbai

Sr.Dman /AE (C) / EE (C)


22

(ii) Rescheduling of mile stones : Executive Engineer, Mumbai – III,


Mumbai
(iii) Shifting of date of start in case of : Chief Engineer, Mumbai – I, CPWD,
delay in handing over of site Mumbai

PROFORMA OF SCHEDULES Clause 5 schedule of handing over of site.

Part Portion of site Description Time period for handing over


reckoned from date of issue of
letter of intent.
Part A Portion without any Full site for the work is available
hindrance
Part B Portions with
encumbrances
Part C Portions dependent
on work of other
agencies

Clause 5

Applicable Clause 5/ Clause 5A : Clause 5

Clause 5.4

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


programme in terms of delay days

Sl. No. Contract Value Recovery Rs.

i Less than or equal to Rs.1 Crore 500


ii More than Rs.1 Crore but less than or equal 1000
to Rs.5 Crore
Iii More than Rs.5 Crore but less than or equal 2500
to Rs.20 Crores
iv More than Rs.20 Crores 5000

Clause 7

Gross work to be done together with net : Rs.13 Lakhs for Civil work and part
Payment/ adjustment of advances for thereof as per discretion of Engineer-
Material collected, if any, since the last in-Charge
such payment for being eligible to
Interim payment.

Sr.Dman /AE (C) / EE (C)


23

Clause 7A

Whether Clause 7A shall be applicable : Yes


No running account bill shall be paid
for the work till the applicable labour
licenses, registration with EPFO. ESIC
and BOCW welfare board, whatever
applicable are submitted by the
contractor to the Engineer-in-charge.

Clause 10 A

List of testing equipment to be provided : As per Annexure-I attached


by the contractor at site lab

Clause 10B(ii)

Whether Clause 10 B (ii) shall be : No


applicable

Clause 10 C

Component of labour expressed as : 25% (percentage of labour component


percent of value of work shall be calculated on 85% of the
value of work done during the period
under consideration), Applicable

Clause 10CC

Applicable / Not Applicable : Not Applicable

Clause – 11

Specifications to be followed for : CPWD Specifications 2019 volume- I &


execution of work II with up to date corrections slips

Clause 12

Authority to decide deviation upto 1.5 : Chief Engineer, Mumbai – I, CPWD,


times of tender amount Mumbai

12.2.&12.3 Deviation limit beyond which 50% (Fifty percent)


Clauses 12.2 & 12.3 shall apply for
building work

Sr.Dman /AE (C) / EE (C)


24

12.5 i) Deviation limit beyond which 50% (Fifty percent)


Clauses 12.2 &12.3 shall apply
for foundation work (except
items mentioned in earthwork
sub head in DSR & related
items)
ii) Deviation Limit for items
50% (Fifty percent)
mentioned in earth work
subhead of DSR or related
items

Clause 16

Competent Authority for deciding : Chief Engineer, Mumbai – I, CPWD,


reduced rates. Mumbai

Clause 18

List of mandatory machinery, tools & : As per site requirement and direction
plants to be deployed by the contractor of Engineer-in-Charge
at site

Clause 19 C

Authority to decide penalty for each : Engineer-in-Charge.


default

Clause 19 D

Authority to decide penalty for each : Engineer-in-Charge.


default

Clause 19 G

Authority to decide penalty for each : Engineer-in-Charge.


default

Clause 19 K

Authority to decide penalty for each : Engineer-in-Charge.


default

Clause 25

Constitution of Dispute Redressal Committee:

Sr.Dman /AE (C) / EE (C)


25

Constitution For Claim more than Rs.25 Lakhs For Claim up to Rs. 25 Lakhs
Chairman Chief Engineer, Mumbai-II, SE (Works cum TLQA), O/O ADG,
CPWD, Mumbai or his successor Region Mumbai or his successor
Member 1) SE, Navi Mumbai, CPWD, or 1) EE, Mumbai- I, CPWD, Mumbai
his successor. or his successor.
2) SE (Works cum TLQA), O/O 2) EE, Mumbai-II, CPWD, Mumbai
ADG, Region Mumbai or his or his successor.
successor.
Presenting EE Mumbai-III, CPWD, Mumbai or h EE, Mumbai-III, CPWD, Mumbai
Officer successor or his successor.
Note: The above constitution of Dispute Redressal Committee is subject to change,
for which necessary notification shall be issued by the competent authority of the
department, if required.
Place of arbitration – Mumbai

Clause 32

The Requirement of Technical


Representative(s) and Recovery Rates: Applicable as below:-

Sr Minimum Number Designation Minimum Rate of which recovery


. Qualificatio (of Major (Principal Experien shall be made from the
N n of + Minor Technical / ce in contractor in the event of
Componen
o. Technical Technical years not fulfilling provision of
t)
Representat Representativ Clause 32
ive e)
Figures Words

1 Graduate 1+1 Project 2 years Rs. Rupees


Engineer manager or 5 15,000/ Fifteen
Or cum years -Per Thousand per
Diploma planning/ respectiv month month per
Engineer Site/billing ely per person
Engineer person

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

Diploma holder with minimum 10 year relevant experience with a reputed construction
co. can be treated at par with Graduate Engineers for the purpose of such deployment
subject to the condition that such diploma holders should not exceed 50% of
requirement of degree engineers.

Sr.Dman /AE (C) / EE (C)


26

Clause 38

(i) (a) Schedule /statement for determining DSR 2018 (Renamed as


theoretical quantity of cement & bitumen on DSR 2019 w.e.f.
the basis of Delhi Schedule of Rates 27.02.2020) with
amendments up to date
(ii) (ii) Variations permissible on theoretical
quantities:

(a) Cement

i For works with estimated cost put to tender 3% (Three percent) plus
not more than Rs. 25 lakh / minus
ii For works with estimated cost put to tender 2% (Two percent) plus /
more than Rs. 25 lakh minus
(b) Bitumen for all works 2.5% (Two point five
percent) plus & only and
nil on minus side
(c) Steel Reinforcement and structural steel 2% (Two percent)
sections for each diameter, section and plus/minus
category
(d) All other materials Nil

Sr.Dman /AE (C) / EE (C)


27

ANNEXURE –I
Equipments for Testing of Materials & Concrete at Site Laboratory
Equipments for conducting necessary tests shall be provided and installed at site in
the well-furnished site laboratory by the agency at his own cost. The following list is
only indicative and not exhaustive. The Bidder may be required to deploy more T &
P as per requirement of work. Nothing extra shall be payable.
Sl. No Equipment Numbers
(Minimum)
1 Balances – i) 7 kg to 10 kg capacity semi-self indicating 1
type – accuracy 10 gram.
ii) 500 Gram capacity semi-self indicating type –
accuracy 1 gram
iii) Pan balance -5 kg capacity – accuracy 10
grams
2 Ovens- electrically operated Thermostatically controlled 1
upto110 degree C – Sensitivity 1 degree
3 Sieves as per IS 460-1962 1
i) I.S. sieves - 450mm internal dia of sizes
[100mm, 80mm, 63mm, 50mm, 40mm,
25mm, 20mm, 12.5mm, 10mm, 6.3mm,
4.75mm complete with lid and pan]
ii) I.S. Sieves - 200mm internal dia (brass
1
frame) consisting of 2.36mm, 1.18mm, 600
microns, 425 microns, 300 microns, 212
microns, & 150 micron, 90 microns,
75microns, with lid and pan]
4 Sieve shaker capable of 200mm and 300mm dia sieves, 1
manually operated with timing switch assembly
5 Equipment for slump test-Slump cone, steel plate, tamping 2
rod, steel scale, scoop.
6 Dial gauges 25mm travel- 0.01 mm/division least count–2 1
nos.
7 100tonnes compression testing machine, electrical-cum- 1
manually operated
8 Graduated measuring cylinders 200 ML capacity 3

9 Enamel trays (for efflorescence test for bricks)


i) 300 mm x 250mm x 40mm 2
ii) Circular plate of 250mm dia 4
10 Slump cone, steel plate, tamping rod, steel scale, scoop 1 (each)

11 Pumps and pressure gauges for hydraulic testing of pipes 1

12 Cube moulds size 70mmx70mmx70mm 6

13 Cube moulds size 150mmx150mmx150mm 20

14 Dial gauge, 25 mm dial-0.01mm/ division least count 2

15 Spatula 100mm & 200mm with long blade wooden handle 1 each

Sr.Dman /AE (C) / EE (C)


28

16 Vernier calipers 12” & 6” sizes 1 each

17 Digital Micrometer least count 0.01mm 1

18 Digital paint thickness meter for steel 500 micron range -

19 GI tray 600x450x50mm, 450x300x40mm, 300x250x40mm 2 each

20 Electric Motor mixer 0.25 cum capacity -

21 Screw gauge 0.1mm-10mm, least count 0.05 1

22 Pruning Rods 2 Kg weight length 40 cm and ramming face 2


25 mm2
23 Extra Bottom plates for 15 cm cube mould 10

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

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

26 Measuring cylinder TPX or Poly propylene capacity 100 ml, 1 each


500ml, 250 ml
27 Wash Bottles capacity 500 ml 3

28 Hammer 1lb & 2lb 2 each

29 Hacksaw with 6 blades 2

30 Plastic or G.I. Buckets 15 ltr, 10 ltr, 5 ltr 1 each

31 Wheel Barrow 3

32 Any other equipment for site tests as outlined in BIS codes 1


and as directed by the Engineer-in-charge.
33 Steel tape a) 30 Mtrs 1
b) 3 Mtrs 2
34 Wire gauge (circular type) disc 1

35 Foot Rule 1

36 Long Nylon Thread 1

37 Rebound hammer for testing concrete 1

38 Dynamic penetromer 1

39 Magnifying glass 1

40 Screw driver 30 cms long 1

41 Ball pin Hammer100 gms 1

42 Plastic bags for taking samples 1 Packet

43 Moister meter for timber 1

44 A good quality plumb bob 1

45 Spirit level, minimum 30 cms long with 3 bubbles for 1


horizontal/ vertical
46 Hydrometer 1

Sr.Dman /AE (C) / EE (C)


29

INTEGRITY PACT

To,
………………………..,

………………………..,

………………………..

Sub: NIT No. 31/EE/MUMBAI-III/2020-21 for the work External repair work and
painting work, renovate the reception, dining area, providing and fixing profile sheet
including renovation of internal EI and Upgradation of old conventional light fittings &
fans with LED fittings and Energy efficient 5 star rated fans etc. in CSD Canteen,
CSD Estate, Ghatkopar (West), Mumbai.

……………...................

Dear Sir,

It is here by declared that CPWD is committed to follow the principle of transparency,


equity and competitiveness in public procurement.

The subject Notice Inviting Tender (NIT) is an invitation to offer made on the condition
that the Bidder will sign the integrity Agreement, which is an integral part of tender/bid
documents, failing which the tenderer/bidder will stand disqualified from the tendering
process and the bid of the bidder would be summarily rejected.

This declaration shall form part and parcel of the Integrity Agreement and signing of
the same shall be deemed as acceptance and signing of the Integrity Agreement on
behalf of the CPWD.

Yours faithfully

Executive Engineer

Sr.Dman /AE (C) / EE (C)


30

INTEGRITY PACT

To,
Executive Engineer,
………………………..,
………………………..

Sub: Submission of Tender for the work External repair work and painting work,
renovate the reception, dining area, providing and fixing profile sheet including
renovation of internal EI and Upgradation of old conventional light fittings & fans with
LED fittings and Energy efficient 5 star rated fans etc. in CSD Canteen, CSD
Estate, Ghatkopar (West), Mumbai.

Dear Sir,

I/We acknowledge that CPWD is committed to follow the principles thereof as


enumerated in the Integrity Agreement enclosed with the tender/bid document.

I/We agree that the Notice Inviting Tender (NIT) is an invitation to offer made on the
condition that I/We will sign the enclosed integrity Agreement, which is an integral
part of tender documents, failing which I/We will stand disqualified from the tendering
process. I/We acknowledge that THE MAKING OF THE BID SHALL BE REGARDED AS
AN UNCONDITIONAL AND ABSOLUTE ACCEPTANCE of this condition of the NIT.

I/We confirm acceptance and compliance with the Integrity Agreement in letter and
spirit and further agree that execution of the said Integrity Agreement shall be
separate and distinct from the main contract, which will come into existence when
tender/bid is finally accepted by CPWD. I/We acknowledge and accept the duration of
the Integrity Agreement, which shall be in the line with Article 1 of the enclosed
Integrity Agreement.

I/We acknowledge that in the event of my/our failure to sign and accept the Integrity
Agreement, while submitting the tender/bid, CPWD shall have unqualified, absolute
and unfettered right to disqualify the tenderer/bidder and reject the tender/bid is
accordance with terms and conditions of the tender/bid.

Yours faithfully

(Duly authorized signatory of the Bidder)

To be signed by the bidder and same signatory competent / authorized to sign the
relevant contract on behalf of CPWD.

Sr.Dman /AE (C) / EE (C)


31

INTEGRITY AGREEMENT

This Integrity Agreement is made at ............... on this ...........day of


...........20...................
BETWEEN
President of India represented through Executive Engineer,
................................................,
(Name of Division)
CPWD, ......................................................................., (Hereinafter referred as
the
(Address of Division)
‘Principal/Owner’, which expression shall unless repugnant to the meaning or context
hereof include its successors and permitted assigns)
AND
.......................................................................................................................
(Name and Address of the Individual/firm/Company)
through .................................................................... (Hereinafter referred to as
the
(Details of duly authorized signatory)
“Bidder/Contractor” and which expression shall unless repugnant to the meaning or
context hereof include its successors and permitted assigns)
Preamble
WHEREAS the Principal/ Owner has floated the Tender (NIT
No………………..............................) (hereinafter referred to as “Tender/Bid”) and
intends to award, under laid down organizational procedure, contract for
.......................................................................................................................
(Name of work)
Hereinafter referred to as the “Contract”.

AND WHEREAS the Principal/Owner values full compliance with all relevant laws of the
land, rules, regulations, economic use of resources and of fairness/transparency in its
relation with its Bidder(s) and Contractor(s).

AND WHEREAS to meet the purpose aforesaid both the parties have agreed to enter
into this Integrity Agreement (hereinafter referred to as “Integrity Pact” or “Pact”),
the terms and conditions of which shall also be read as integral part and parcel of the
Tender/Bid documents and Contract between the parties.
NOW, THEREFORE, in consideration of mutual covenants contained in this Pact, the
parties hereby agree as follows and this Pact witnesses as under:

Article 1: Commitment of the Principal/Owner

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


corruption and to observe the following principles:
(a) No employee of the Principal/Owner, personally or through any of his/her
family members, will in connection with the Tender, or the execution of the
Contract, demand, take a promise for or accept, for self or third person, any
material or immaterial benefit which the person is not legally entitled to.

(b) The Principal/Owner will, during the Tender process, treat all Bidder(s) with
equity and reason. The Principal/Owner will, in particular, before and during
the Tender process, provide to all Bidder(s) the same information and will not

Sr.Dman /AE (C) / EE (C)


32

provide to any Bidder(s) confidential / additional information through which


the Bidder(s) could obtain an advantage in relation to the Tender process or
the Contract execution.

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

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


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

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

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


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

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


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

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


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

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

c) The Bidder(s)/Contractor(s) will not commit any offence under the relevant
IPC/PC Act. Further the Bidder(s)/Contract(s) will not use improperly, (for the
purpose of competition or personal gain), or pass on to others, any
information or documents provided by the Principal/Owner as part of the
business relationship, regarding plans, technical proposals and business
details, including information contained or transmitted electronically.

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


addresses of agents/representatives in India, if any. Similarly
Bidder(s)/Contractor(s) of Indian Nationality shall disclose names and

Sr.Dman /AE (C) / EE (C)


33

addresses of foreign agents/representatives, if any. Either the Indian agent


on behalf of the foreign principal or the foreign principal directly could bid in a
tender but not both. Further, in cases where an agent participate in a tender
on behalf of one manufacturer, he shall not be allowed to quote on behalf of
another manufacturer along with the first manufacturer in a
subsequent/parallel tender for the same item.

e) The Bidder(s)/Contractor(s) will, when presenting his bid, disclose (with each
tender as per proforma enclosed)any and all payments he has made, is
committed to or intends to make to agents, brokers or any other
intermediaries in connection with the award of the Contract.

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


offences outlined above or be an accessory to such offences.

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


firm indulge in fraudulent practice means a willful misrepresentation or
omission of facts or submission of fake/forged documents in order to induce
public official to act in reliance thereof, with the purpose of obtaining unjust
advantage by or causing damage to justified interest of others and/or to
influence the procurement process to the detriment of the Government
interests.

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


firm use Coercive Practices (means the act of obtaining something,
compelling an action or influencing a decision through intimidation, threat or
the use of force directly or indirectly, where potential or actual injury may
befall upon a person, his/ her reputation or property to influence their
participation in the tendering process).

Article 3: Consequences of Breach

Without prejudice to any rights that may be available to the Principal/Owner


under law or the Contract or its established policies and laid down procedures,
the Principal/Owner shall have the following rights in case of breach of this
Integrity Pact by the Bidder(s)/Contractor(s) and the Bidder/ Contractor
accepts and undertakes to respect and uphold the Principal/Owner’s absolute
right:

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


Contract has committed a transgression through a violation of Article 2 above
or in any other form, such as to put his reliability or credibility in question,
the Principal/Owner after giving 14 days notice to the contractor shall have
powers to disqualify the Bidder(s)/Contractor(s) from the Tender process or
terminate/determine the Contract, if already executed or exclude the
Bidder/Contractor from future contract award processes. The imposition and
duration of the exclusion will be determined by the severity of transgression
and determined by the Principal/Owner. Such exclusion may be forever or for
a limited period as decided by the Principal/Owner.

Sr.Dman /AE (C) / EE (C)


34

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


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

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


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

Article 4: Previous Transgression

1) The Bidder declares that no previous transgressions occurred in the last 5


years with any other Company in any country confirming to the anticorruption
approach or with Central Government or State Government or any other
Central/State Public Sector Enterprises in India that could justify his exclusion
from the Tender process.
2) If the Bidder makes incorrect statement on this subject, he can be disqualified
from the Tender process or action can be taken for banning of business
dealings/ holiday listing of the Bidder/Contractor as deemed fit by the
Principal/ Owner.
3) If the Bidder/Contractor can prove that he has resorted / recouped the
damage caused by him and has installed a suitable corruption prevention
system, the Principal/Owner may, at its own discretion, revoke the exclusion
prematurely.

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

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


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

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

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

Article 6- Duration of the Pact

This Pact begins when both the parties have legally signed it. It expires for the
Contractor/Vendor 12 months after the completion of work under the contract
or till the continuation of defect liability period, whichever is more and for all
other bidders, till the Contract has been awarded.

Sr.Dman /AE (C) / EE (C)


35

If any claim is made/lodged during the time, the same shall be binding and
continue to be valid despite the lapse of this Pacts as specified above, unless
it is discharged/determined by the Competent Authority, CPWD.

Article 7- Other Provisions

1) This Pact is subject to Indian Law, place of performance and jurisdiction is the
Head quarters of the Division of the Principal/Owner, who has floated the
Tender.
2) Changes and supplements need to be made in writing. Side agreements have
not been made.
3) If the Contractor is a partnership or a consortium, this Pact must be signed by
all the partners or by one or more partner holding power of attorney signed
by all partners and consortium members. In case of a Company, the Pact
must be signed by a representative duly authorized by board resolution.
4) Should one or several provisions of this Pact turn out to be invalid; the
remainder of this Pact remains valid. In this case, the parties will strive to
come to an agreement to their original intensions.
5) It is agreed term and condition that any dispute or difference arising between
the parties with regard to the terms of this Integrity Agreement/ Pact, any
action taken by the Owner/Principal in accordance with this Integrity
Agreement/ Pact or interpretation thereof shall not be subject to arbitration.

Article 8- LEGAL AND PRIOR RIGHTS

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

IN WITNESS WHEREOF the parties have signed and executed this Integrity Pact at
the place and date first above mentioned in the presence of following witnesses:

..............................................................
(For and on behalf of Principal/Owner)

.................................................................
(For and on behalf of Bidder/Contractor)

WITNESSES:
1. ..............................................
(signature, name and address)

2. ...............................................
(signature, name and address)

Place:
Dated :

Sr.Dman /AE (C) / EE (C)


36

Sr.Dman /AE (C) / EE (C)


37

Sr.Dman /AE (C) / EE (C)


38

Sr.Dman /AE (C) / EE (C)


39

Sr.Dman /AE (C) / EE (C)


40

Central Public Works Department


NIT NO: 31/EE/MUMBAI-III/2020-21

PART B

CIVIL

O/o EXECUTIVE ENGINEER, MUMBAI-III


CENTRAL PUBLIC WORKS DEPARTMENT

Sr.Dman /AE (C) / EE (C)


41

INDEX –PART B

Sl. No. Particulars Page No.

1 Part B – Civil Cover - Page 40 to 40

2 Part B - Index 41 to 41

3 Additional Conditions (Civil) 42 to 54

4 Conditions for Steel 55 to 55

5 Condition for Cement 56 to 56

6 Conditions for Acrylic Painting 57 to 57

7 Particular Specifications 58 to72

8 Conditions for Guarantee for water proofing treatment 73 to 73

9 Guarantee Bond to be executed by contractors for 74 to75


removal of defects after completion in respect of water
proofing works

10 Guarantee bond to be executed by contractors for 76 to77


removal of defects after completion in respect of
structural repairs works.

11 Guarantee bond to be executed by contractors for 78 to79


removal of defects after completion in respect of acrylic
paint works
12 List for Preferred material, makes 80 to84

13 Schedule of quantity 85 to97

Sr.Dman /AE (C) / EE (C)


42

ADDITIONAL CONDITIONS FOR CIVIL WORK


1.0 GENERAL

1.1 Except for the items, for which particular specifications are given or where it is
specifically mentioned otherwise in the description of the items, the work shall
generally be carried out in accordance with the “CPWD Specifications with upto
date corrections slips. Wherever CPWD Specifications are silent, the latest IS
Codes/Specifications, NBC 2016 guidelines, MORTH specification or any other
specification as approved by Engineer- in- charge shall be followed.

The order of precedence in case of any confusion/dispute will be as follows :

a. Description of item in schedule of quantities


b. Particular Specifications
c. Special Conditions
d. Additional conditions
e. CPWD Specifications with upto-date correction slips.
f. Relevant Indian Standard specifications of B.I.S.
g. Directions of Engineer-in-charge shall be applicable where none of the
above is to be applied.

1.2 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 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.

1.3 Existing drains, pipes, cables, over-head wires, sewer lines, water lines and
similar services encountered in the course of the execution of work shall be
protected against the damage by the contractor, at his own expense, for which
nothing is payable. 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.

1.4 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.

1.5 The entire work up to the plinth level, as required for obtaining approval of the
plinth from the local authority, shall be completed by the Contractor at the
same time. Work above plinth shall be allowed to be carried out only after
obtaining approval from the local body. No delay shall be allowed on this
ground and also no claim whatsoever on account of any delay in approval at

Sr.Dman /AE (C) / EE (C)


43

plinth level by the local body shall be entertained from the Contractor. Nothing
extra shall be payable on this account.

1.6 The rates quoted by the Contractor are deemed to be inclusive of site
clearance, setting out work, profile, establishment of reference bench mark(s),
taking spot levels, construction of all safety and protection devices, barriers,
preparatory works, working during monsoon, working at all depths, height,
lead, lift and location etc. and any other incidental works required to complete
this work. Nothing extra shall be payable on this account.

1.7 For works below ground level the contractor shall keep that area free from
water. If dewatering or bailing out of water is required the contractor shall do it
and nothing extra shall be paid except otherwise provided in the items of
schedule of quantities.

1.8 Results of sub-surface investigations conducted at site are indicated in extracts


of the report attached. This information about the soil and sub-soil water
conditions is being made available to the Contractor, in good faith, for guidance
only and the Contractor is advised to obtain details directly as may be
considered necessary by him before quoting rates in the tender. No claim
whatsoever on account of any discrepancy between the sub-surface strata
conditions that may be actually encountered at the time of execution of the
work and those given in these tender documents, in-accuracy or interpretation
thereof shall be entertained from the Contractor under any circumstances. The
ground water table is a variable condition and the information given in the
report is only indicative and it may vary from time to time.

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

1.10 The Contractor shall keep himself fully informed of all acts and laws of the
Central & State Governments, all orders, decrees of statutory bodies, tribunals
having any jurisdiction or authority, which in any manner may affect those
engaged or employed and anything related to carrying out the work. All the
rules & regulations and bye-laws laid down by local body and any other
statutory bodies shall be adhered by the contractor, during the execution of
work. The Contractor shall also adhere to all traffic restrictions notified by the
local authorities.

1.11 The cost of water for construction and labours (for municipal water connection
as well as tanker water) shall be borne by the contractor. Also, if the contractor
obtains water connection for the drinking purposes from the municipal
authorities or any other statutory body, the consequent charges shall be borne
by the contractor. All statutory taxes, levies, charges (including water and
sewerage charges, charges for temporary service connections and/ or any other
charges) payable to such authorities for carrying out the work, shall be borne
by the Contractor.

1.12 The Contractor shall arrange to give all notices as required by any statutory /
regulatory authority for labour licenses, registration with EPFO, ESIC and BOCW

Sr.Dman /AE (C) / EE (C)


44

Welfare Board etc. and shall pay to such authority all the fees that is required
to be paid for the execution of work. He shall protect and indemnify the
Department and its officials & employees against any claim and/ or liability
arising out of violations of any such laws, ordinances, orders, decrees, by
himself or by his employees or his authorized representatives. Nothing extra
shall be payable on these accounts.

1.13 The statutory payments or fees payable to Government/ Local Body for
obtaining the various permissions/ all Approvals, ETA clearance,
commencement certificate, CFO approvals, tree cutting authority, plinth level
approval, all permanent civil and E & M service connections and Occupancy
Certificate for the building shall be reimbursed to the Contractor by CPWD. The
contractor shall obtain written prior permission from the Engineer in charge
before making any payments.

1.14 Royalty at the prevalent rates shall be paid by the Contractor or the RMC
supplier as per the terms of supply between them on all materials such as
boulders, metals, sand and bajri etc. collected by him for the execution of the
work, directly to the revenue authority of the state government concerned.
Nothing extra shall be payable on this account.

1.15 The Contractor shall conduct his work so as not to interfere with or hinder the
progress of the work being performed by other Contractors or by the Engineer-
in-Charge. As far as possible, he shall arrange his work and place, so as not to
interfere with the operations of other Contractors or shall arrange his work with
that of the others, in an acceptable and coordinated manner and shall perform
it in proper sequence

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

1.17 The Contractor shall make all necessary arrangements for protecting from
rains, the work already executed and for carrying out the further work, during
monsoon including providing and fixing temporary shelters, protections etc.
Nothing extra shall be payable on this account. Also, no claims for hindrance
shall be entertained on this account.

1.18 The Contractor shall take all necessary precautions to prevent any nuisance or
inconvenience to the owners, tenants or occupants of the adjacent properties
and to the public in general .The Contractor shall take all care, as not to
damage any other adjacent property or other services running adjacent to the
plot. If any damage is done, the same shall be made good by the Contractor at
his own cost and to the entire satisfaction of the Engineer-in-Charge. The

Sr.Dman /AE (C) / EE (C)


45

Contractor shall use such methodology and equipments for execution of the
work, so as to cause minimum environmental pollution of any kind during
construction, to have minimum construction time and minimum inconvenience
to road users and to the occupants of the buildings on the adjacent plot and
public in general, etc. He shall make good at his own cost and to the entire
satisfaction of the Engineer in Charge any damage to roads, paths, cross
drainage works or public or private property whatsoever caused, due to the
execution of the work or by traffic brought thereon, by the Contractor. Further,
the Contractor shall take all precautions to prevent any pollution of streams
and waterways. All waste or superfluous materials shall be carted away by the
Contractor, entirely to the satisfaction of the Engineer-in-Charge. Utmost care
shall be taken to keep the noise level to the barest minimum so that no
disturbance as far as possible is caused to the occupants / users of adjoining
buildings. No claim what so ever on account of site constraints mentioned
above or any other site constraints not specifically stated here, shall be
entertained from the Contractor. Therefore, the Contractors are advised to
visit site and get first hand information of site constraints. Accordingly, they
should quote their tenders. Nothing extra shall be payable on this account.

1.19 The Contractor shall make his own arrangements to provide such
accommodation as per the rules of the local bodies. He shall make his own
arrangements for stores, field office etc. Before tendering, he shall visit the
site and assess the manner in which he is able to arrange the above facilities.
The Engineer-in-Charge shall in no way be responsible for any delay on this
account and no claim, whatsoever, on this account shall be entertained.
Nothing extra shall be payable on this account.

1.20 All ancillary and incidental facilities required for execution of work like labour
camp, stores, fabrication yard, offices for Contractor, watch and ward,
temporary structure for plants and machineries, water storage tanks,
installation and consumption charges of temporary electricity, telephone, water
etc. required for execution of the work, protection works, testing facilities /
laboratory at site of work, facilities for all field tests and for taking samples etc.
during execution or any other activity which is necessary (for execution of work
and as directed by Engineer-in-Charge), shall be deemed to be included in
rates quoted by the Contractor, for various items in the schedule of quantities.
Nothing extra shall be payable on these accounts.

1.21 The Contractor shall display all permissions, licenses, registration certificates,
bar charts, other statements etc under various labour laws and other
regulations applicable to the works, at his site office.

1.22 No tools and plants including any special T&P etc. shall be supplied by the
Department and the Contractor shall have to make his own arrangements at his
own cost. No claim of hindrance (or any other claim) shall be entertained on
this account.

The Contractor shall cooperate with and provide the facilities to the sub-
Contractors and other agencies working at site for smooth execution of the
work. The Contractor shall

Sr.Dman /AE (C) / EE (C)


46

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

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

(c) Provide electricity and water at mutually agreed rates.

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

(e) Adjust work schedule and site activities in consultation with the
Engineer-in-Charge and other Contractors to suit the overall schedule
completion.

(f) Resolve the disputes with other Contractor amicably and the Engineer-
in-Charge shall not be made intermediary or arbitrator. The contractor
shall indemnify the Department against any claim(s) arising out of such
disputes.

1.23 On completion of work, the contractor shall submit four prints of “as built”
drawings to the Engineer-In-Charge. These drawings shall have the following
information:

a) Run off for all piping and their diameters including soil, waste pipes and
vertical stacks.

b) Ground and invert level of all drainage pipes together with locations of
all manholes and connections, up to outfall.

c) Run off for all water supply lines with diameters location of control
valves, access panels etc.

The security deposit shall not be released to the contractor until the aforesaid
drawings are submitted to the Engineer-in-Charge.

1.24 Malaba obtained from dismantlement is to be disposed off at approved dumping


ground of the local body/ municipal corporation and receipt of the same is to be
produced as documentary evidence. Nothing extra shall be paid on this
account.

2.0 PROGRAM /SCHEDULE

2.1 For completing the work in time, the Contractor might be required to work in
two or more shifts (including night shifts). No claim whatsoever shall be
entertained on this account, not with-standing the fact that the Contractor may
have to pay extra amounts for any reason, to the labourers and other staff
engaged directly or indirectly on the work according to the provisions of the
labour and other statutory bodies regulations and the agreement entered upon
by the Contractor with them.

2.2 The work should be planned in a systematic manner so as to ensure proper co-
ordination of various disciplines viz. sanitary & water supply, electrical, fire
fighting and any other services.

2.3 Other agencies will also simultaneously execute and install the sub-works in the
main work and the contractor shall afford necessary facilities for the same. The

Sr.Dman /AE (C) / EE (C)


47

contractor shall leave such recesses, holes, openings trenches etc. as may be
required for such related works (for which inserts, sleeves, brackets, conduits,
base plates, clamps etc. shall be supplied free of cost by the department unless
otherwise specifically mentioned) and the contractor shall fix the same at time
of casting of concrete, stone work and brick work, if required, and nothing
extra shall be payable on this account.

2.4 The contractor shall conduct his work, so as not to interfere with or hinder the
progress or completion of the work being performed by other contractor(s) or
by the Engineer-In-Charge and shall as far as possible arrange his work and
shall place and dispose off the materials being used or removed so as not to
interfere with the operations of other contractor or he shall arrange his work
with that of the others in an acceptable and in a proper co -ordination manner
and shall perform it in proper sequence to the complete satisfaction of others.

2.5 The Contractor shall do proper sequencing of the various activities by suitably
staggering the activities within various pockets in the plot so as to achieve
early completion. The agency may deploy adequate equipment, machinery and
labour as required for the completion of the entire work within the stipulated
period specified. Also ancillary facilities shall be provided commensurate with
requirement to complete the entire work within the stipulated period. Nothing
extra shall be payable on this account. Adequate number/sets of equipment in
working condition, along with adequate stand-by arrangements, shall be
deployed during entire construction period. It shall be ensured by the
Contractor that all the equipment, Tools & Plants, machineries etc. provided by
him are maintained in proper working conditions at all times during the
progress of the work and till the completion of the work.

2.6 To avoid delay, contractor should submit samples as stated above well in
advance so as to give timely orders for procurement.

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

3.0 QUALITY ASSURANCE

3.1 Contractor shall have to engage well-experienced skilled labour and deploy
modern T&P and other equipment to execute the work. Many items like
structural glazing, other specialized flooring work, Polysulphide sealant & other
chemical treatment will specially require engagement of skilled workers having
experience particularly in execution of such items.

3.2 The contractor shall ensure quality construction in a planned and time bound
manner. Any sub-standard material/ work beyond set out tolerance limit shall
be summarily rejected by the Engineer-in-charge & contractor shall be bound to
replace / remove such sub-standard / defective work immediately. If any
material, even though approved by Engineer-In-Charge is found defective or
not conforming to specifications shall be replaced/ removed by the contractor
at his own risk & cost.

Sr.Dman /AE (C) / EE (C)


48

3.3 The Contractor shall submit, immediately after the award of work, a detailed
and complete method statement for the execution, testing and Quality
Assurance, of such items of works, as directed by the Engineer-in-Charge. All
the materials to be used in the work, to give the finished work complete in all
respects, shall comply with the requirements of the specifications and shall
pass all the tests required as per specifications as applicable or such
specifications / standards as directed by the Engineer-in-Charge. However,
keeping the Quality Assurance in mind, the Contractor shall submit, on request
from the Engineer-in-Charge, his own Quality Assurance procedures for basic
materials and such items, to be followed during the execution of the work, for
approval of the Engineer-in-Charge.

3.4 All materials and fittings brought by the contractor to the site for use shall
conform to the samples approved by the Engineer-in-charge which shall be
preserved till the completion of the work. If a particular brand of material is
specified in the item of work in Schedule of Quantity, the same shall be used
after getting the same approved from Engineer-In-Charge. Wherever brand /
quality of material is not specified in the item of work, the contractor shall
submit the samples as per suggested list of brand names given in the tender
document / particular specifications for approval of Engineer-In-Charge. For all
other items, materials and fittings of ISI Marked shall be used with the
approval of Engineer-In-Charge. Wherever ISI Marked material/ fittings are not
available, the contractor shall submit samples of materials/ fittings
manufactured by firms of repute conforming to relevant specifications or IS
codes and use the same only after getting the approval of Engineer-In-Charge.

3.5 The Contractor shall procure and provide all the materials from the
manufacturers / suppliers as per the list attached with the tender documents,
as per the item description and particular specifications for the work. The
equivalent brand for any item shall be permitted to be used in the work, only
when the specified make is not available. This is, however, subject to
documentary evidence produced by the contactor for non availability of the
brand specified and also subject to independent verification by the Engineer-in-
Charge. In exceptional cases, where such approval is required, the decision of
Engineer-in-Charge as regards equivalent make of the material shall be final
and binding on the Contractor. No claim, whatsoever, of any kind shall be
entertained from the Contractor on this account. Nothing extra shall be
payable on this account. Also, the material shall be procured only after written
approval of the Engineer-in-Charge.

3.6 All materials whether obtained from Govt. stores or otherwise shall be got
checked by the Engineer-in-Charge or his authorized supervisory staff on
receipt of the same at site before use.

3.7 The tests, as necessary, shall be conducted in the laboratory approved by the
Engineer–in-Charge. The samples shall be taken for carrying out all or any of
the tests stipulated in the particular specifications and as directed by the
Engineer-in-Charge or his authorized representative.

Sr.Dman /AE (C) / EE (C)


49

3.8 The Contractor shall at his own risk and cost make all arrangements and shall
provide all such facilities including material and labour, the Engineer-in-Charge
may require for collecting, preparing, forwarding the required number of
samples for testing as per the frequency of test stipulated in the contract
specifications or as considered necessary by the Engineer-in-Charge, at such
time and to such places, as directed by the Engineer-in-Charge. Nothing extra
shall be payable for the above.

3.9 The Contractor or his authorized representative shall associate in collection,


preparation, forwarding and testing of such samples. In case he or his
authorized representative is not present or does not associate him, the result of
such tests and consequences thereon shall be binding on the Contractor .The
Contractor or his authorized representative shall remain in contact with the
Engineer-in–Charge or his authorized representative associated for all such
operations. No claim of payment or claim of any other kind, whatsoever, shall
be entertained from the Contractor.

3.10 Samples of all materials required for testing is included in the cost of work.
Similarly all testing in house or through external lab shall be borne by the
contractor. Nothing extra shall be payable for samples of materials and testing
charges.

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


mandatory tests and that in individual sub-heads of work as per CPWD
Specifications, higher of the two frequencies of testing shall be followed and
nothing extra shall be payable on this account.

3.12 The contractor has to establish field laboratory at site including all necessary
equipment for field tests as specified in schedule ’F’ at his own cost.

3.13 All the hidden items such as water supply lines, drainage pipes, conduits,
sewers etc. are to be properly tested as per the design conditions before
concealing.

3.14 Water tanks, taps, sanitary, water supply and drainage pipes, 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.

3.15 The contractor shall give performance test of the entire installation(s) as per
the standing specifications before the work is finally accepted and nothing extra
whatsoever shall be payable to the contractor for the test.

3.16 The contractor shall have to execute guarantee bonds in respect of stone
work/tile work, water supply/sanitary installation/drainage works and water
proofing works as per Performa enclosed.

3.17 The Contractor shall depute Site Engineer & skilled workers as required for the
work. He shall submit organization chart along with details of Engineers and
supervisory staff. It shall be ensured that all decision making powers shall be
available to the representatives of the Contractor at Mumbai itself to avoid any

Sr.Dman /AE (C) / EE (C)


50

likely delays on this account. The Contractor shall also furnish list of persons
for specialized works to be executed for various items of work. The Contractor
shall identify and deploy key persons having qualifications and experience in
the similar and other major works, as per the field of their expertise. If during
the course of execution of work, the Engineer-in-Charge is of the opinion that
the deployed staff is not sufficient or not well experienced; the Contractor shall
deploy more staff or better-experienced staff at site to complete the work with
quality and in stipulated time limit.

3.18 The Contractor shall maintain all the work in good condition till the completion
of entire work. The Contractor shall be responsible for and shall make good, all
damages and repairs, rendered necessary due to fire, rain, traffic, floods or any
other causes. The Engineer-in-Charge shall not be responsible for any claims
for injuries to person/workmen or for structural damage to property happening
from any neglect, default, want of proper care or misconduct on the part of the
Contractor or of any other of his representatives, in his employment during the
execution of the work. The compensation, if any, shall be paid directly to the
Department / authority / persons concerned, by the Contractor at his own cost.

4.0 SAFETY MEASURES

4.1 Temporary Barricading

(a) Proper temporary barricading by fencing with G.I. sheets, shall be


carried out by the Contractor at the start of work to physically define the
boundaries of the plot for restricted entry to only those involved in the
work and also to prevent any accidents, at the same time without
causing any inconvenience to the traffic and the users of the buildings in
the adjacent plots. It shall be done by providing, erecting, maintaining
temporary protective barricading, 2.5 meters in height, made in panels,
with each panel having MS frames / MS scaffolding pipes of suitable size
and stiffness, with 24 gauge thick GI corrugated sheet or suitably
stiffened plain GI sheet fixed on frames. Such panels shall be suitably
connected to each other for stability with nuts and bolts, hooks, clamps
etc. and fixed firmly to the ground at about 2 meters spacing, for the
entire duration till completion of the work. He shall also provide and
erect temporary protective barricades within the plot, if required, to
prevent any accident. Temporary protective roofing near the Entrance to
the building, under construction, shall be made to protect the visiting
officials from getting hurt by falling debris etc. Also, one or more coat of
enamel paint of shade as approved and directed by the Engineer-in-
Charge shall be applied on the panels and "CPWD" shall be painted over
that in suitable sizes, shapes and numbers as directed by the Engineer-
in-Charge. It shall be dismantled and taken away by the Contractor
after the completion of work at his own cost with the approval of the
Engineer-in- Charge.

(b) Contractor shall take all precautionary measures to avoid any damage to
adjoining property. All necessary arrangement shall be made at his own
cost.

Sr.Dman /AE (C) / EE (C)


51

4.2 Warning / Caution Boards

All temporary warning / caution boards / glow signage display such as


"Construction Work in Progress", "Keep Away", “No Parking”, Diversions &
protective Barricades etc. shall be provided and displayed during day time by
the Contractor, wherever required and as directed by the Engineer-in-Charge.
These glow signage and red lights shall be suitably illuminated during night
also. The Contractor shall be solely responsible for damage and accident
caused, if any, due to negligence on his part. Also he shall ensure that no
hindrance, as far as possible, is caused to general traffic during execution of
the work. This signage shall be dismantled & taken away by the Contractor
after the completion of work, only after approval of the Engineer – in – Charge.
Nothing extra shall be payable on this account.

4.3 Sign Boards

The Contractor shall provide and erect a display board of size and shape as
required and paint over it, in a legible and workman like manner, the details
about the salient features of the project, as required by the Engineer-in-
Charge. The Contractor shall fabricate and put up a sign board in an approved
location and to an approved design indicating name of the project, client /
owner, architects, structural consultants, Department etc. besides providing
space for names of other Contractors, Sub-Contractors and specialized
agencies. Nothing extra shall be payable on this account.

4.4 Necessary protective and safety equipments shall be provided to the Site
Engineer, Supervisory staff, labour and technical staff of the contractor by the
Contractor at his own cost and used at site.

4.5 No inflammable materials including P.O.L shall be allowed to be stored in huge


quantity at site. Only limited quantity of P.O.L may be allowed to be stored at
site subject to the compliance of all rules / instructions issued by the relevant
authorities and as per the direction of Engineer -in- Charge in this regard. Also
all precautions and safety measures shall be taken by the Contractor for safe
handling of the P.O.L products stored at site. All consequences on account of
unsafe handling of P.O.L shall be borne by the Contractor.

5.0 TEMPORARY WATER / ELECTRICITY / TELEPHONE CONNECTION

Arrangement of temporary telephone connection, water and electricity required


by him, shall be made by the Contractor at his own cost and also necessary
permissions shall be obtained by him directly from concerned authorities, under
intimation to the Department. Also, all initial cost and running charges, and
security deposit, if any, in this regard shall be borne by him. The Contractor
shall abide by all the rules/ bye laws applicable in this regard and he shall be
solely responsible for any penalty on account of violation of any of the rules /
byelaws in this regard. Nothing extra shall be payable on this account.

(a) The Contractor shall be responsible for maintenance and watch and
ward of the complete installation and water / electricity meter and shall

Sr.Dman /AE (C) / EE (C)


52

also be responsible for any pilferage, theft, damage, penalty etc. in this
regard. The Contractor shall indemnify the Department against any
claim arising out of pilferage, theft, damage, penalty etc. whatsoever on
this account. Security deposit for the work shall be released only after
No Dues Certificates are obtained from the local Authorities from whom
temporary electric/ water / telephone connection have been obtained by
the Contractor. Nothing extra shall be payable on this account.

(b) The Department shall in no way be responsible for either any delay in
getting electric and/or water and/or telephone connections for carrying
out the work or not getting connections at all. No claim of delay or any
other kind, whatsoever, on this account shall be entertained from the
Contractor. Also contingency arrangement of stand-by water & electric
supply shall be made by the Contractor for commencement and smooth
progress of the work so that work does not suffer on account of power
failure or disconnection or not getting connection at all. No claim of any
kind whatsoever shall be entertained on this account from the
Contractor. Nothing extra shall be payable on this account.

(c) The Contractor shall arrange electricity at his own cost for testing of the
various electrical installations as directed by Engineer-in-Charge and for
the consumption by the contractor for executing the work. Also all the
water required for testing various electrical installations, fire pumps, wet
riser / fire fighting equipments, fire sprinklers etc. and also testing water
supply, sanitary and drainage lines, water proofing of underground
sump, over head tanks, water proofing treatment etc. shall be arranged
by the contractor at his own cost. Nothing extra shall be payable on this
account.

6.0 CLEANLINESS OF SITE

6.1 The Contractor shall not stack building material / malba / mud on the land or
road of the local development authority or on the land owned by the others, as
the case may be. So the mud, rubbish etc. shall be removed periodically as
directed by the Engineer-in-Charge, from the site of work to the approved
dumping grounds as per the local byelaws and regulations of the concerned
authorities and all necessary permissions in this regard from the local bodies
shall be obtained by the Contractor. Nothing extra shall be payable on this
account. In case, the Contractor is found stacking the building material / malba
as stated above, the Contractor shall be liable to pay the stacking charges /
penalty as may be levied by the local body or any other authority and also to
face penal action as per the rules, regulations and bye-laws of such body or
authority. The Engineer–in-Charge shall be at liberty to recover, such sums due
but not paid to the concerned authorities on the above counts, from any sums
due to the Contractor including amount of the Security Deposit and
performance guarantee in respect of this contract agreement.

6.2 The contractor shall take instructions from the Engineer-In-Charge regarding
collection and stacking of materials at any place. No excavated earth or

Sr.Dman /AE (C) / EE (C)


53

building rubbish shall be stacked on areas where other buildings, roads,


services and compound walls are to be constructed.

6.3 The site of work shall be always kept clean due to constraints of space and to
avoid any nuisance to the users of buildings in the adjacent plots. The
Contractor shall take all care to prevent any water- logging at site. The
wastewater, slush etc. shall not be allowed to be collected at site. It may be
directly pumped into the natural drain with prior approval of the concerned
authorities. For discharge into public drainage system, necessary permission
shall be obtained from relevant authorities after paying the necessary charges,
if any, directly to the authorities. The work shall be carried out in such a way
that the area is kept clean and tidy. All the fees/charges in this regard shall be
borne by the Contractor. Nothing extra shall be payable on this account.

7.0 SECURITY & TRAFFIC ARRANGEMENTS

In event of any restriction being imposed by the Department, traffic or any


other statutory authority having control over the project, on the working or
movement of Labour, materials, etc., the Contractor shall strictly follow all such
restrictions or instructions issued regarding the same and nothing extra shall
be payable to the Contractor on account of such restrictions or instructions. No
delay or claims of any kind shall be entertained from the Contractor on this
account. The loss of time on this account, if any, shall have to be made up by
the contractor by generating and deploying additional resources etc. Nothing
extra shall be payable on this account.

8.0 SETTING OUT

8.1 The Contractor shall carry out survey of the work area, at his own cost, setting
out the layout and fixing of alignment of the pile work, building in consultation
with the Engineer-in-Charge & proceed further. Any discrepancy between the
architectural drawings and actual layout at site shall be brought to the notice of
the Engineer-in-charge. It shall be responsibility of the Contractor to ensure
correct setting out of alignment. Total station survey instruments only shall be
allowed to be used for layout, fixing boundaries, centre lines, etc., along with
theodolites. Nothing extra shall be payable on this account.

8.2 The Contractor shall establish, maintain and assume responsibility for grades,
lines, levels and benchmarks. He shall report any errors or inconsistencies
regarding grades, lines, levels, dimensions etc. to the Engineer-in-Charge
before commencing work. Commencement of work shall be regarded as the
Contractor’s acceptance of such grades, lines, levels, and dimensions and no
claim shall be entertained at a later date for any errors found.

8.3 If at any time, any error in this regard appears during the progress of the work,
the Contractor shall, at his own expense rectify such error, if so required, to the
satisfaction of the Engineer-in-Charge. Nothing extra shall be payable on this
account.

Sr.Dman /AE (C) / EE (C)


54

8.4 Though the site levels are indicated in the drawings the Contractor shall
ascertain and confirm by him, the site levels with respect to benchmark from
the concerned authorities. The Contractor shall protect and maintain
temporary/permanent benchmarks at the site of work throughout the execution
of work. These benchmarks shall be got checked by the Engineer-in-Charge or
his authorized representatives. Nothing extra shall be payable on this account.

8.5 The work at different stages shall be checked with reference to bench marks
maintained for the said purpose. The cost of carrying out lay outs at all stages
including marking of reference points, center lines of the building etc. including
construction/maintenance of said bench marks shall be deemed to be included
in quoted rates quoted for various items. Nothing extra shall be payable on this
account.

8.6 The approval by the Engineer-in-Charge, of the setting out by the Contractor,
shall not relieve the Contractor of any of his responsibilities and obligation to
rectify the errors/ defects, if any, which may be found at any stage during the
progress of the work or after the completion of the work.

8.7 The Contractor shall be entirely and exclusively responsible for the horizontal,
vertical and other alignments, the level and correctness of every part of the
work and shall rectify effectively any errors or imperfections therein. Such
rectifications shall be carried out by the Contractor at his own cost to the entire
satisfaction of the Engineer-in-Charge.

8.8 The rates quoted by the Contractor are deemed to be inclusive of site
clearance, setting out work, profile, establishment of reference bench mark(s),
taking spot levels, construction of all safety and protection devices, barriers,
preparatory works, working during monsoon, working at all depths, height and
location etc. and any other incidental works required to complete this work.
Nothing extra shall be payable on this account.

Sr.Dman /AE (C) / EE (C)


55

CONDITIONS FOR STEEL

1. Only ISI marked TMT Bars of various grades shall be procured from Steel
manufacturer as mentioned in list of approved materials.

2. The contractor shall have to obtain and furnish test certificates to the Engineer-
in-charge in respect of all supplies of steel brought by him to the site of work

3. Samples shall also be taken and got tested by the Engineer-in-charge as per
the provisions in this regard in relevant BIS codes. In case the test results
indicate that the steel arranged by the contractor does not conform to the
specifications the same shall stand rejected, and it shall be removed from the
site of work by the contractor at his cost within a week time on written orders
from the Engineer-in-charge to do so.
4. The steel reinforcement bars shall be brought to the site in bulk supply of 10
tonnes or more, or as directed by the Engineer-in-charge.

5. The steel reinforcement bars shall be stored by the contractor at site of work in
such a way as to prevent their distortion and corrosion, and nothing extra shall
be paid on this account. Bars of different sizes and lengths shall be stored
separately to facilitate easy counting and checking.

6. For checking nominal mass, tensile strength, bend test, re-bend test etc.
specimens of sufficient length shall be cut from each size of the bar at random,
and at frequency not less than that specified below:

Size of bar For consignment below For consignment above 100


100 tonnes tonnes
Under 10 mm dia One sample for each 25 One sample for each 40
bars tonnes or part thereof tonnes or part thereof
10 mm to 16 mm One sample for each 35 One sample for each 45
dia bars tonnes or part there of tonnes or part thereof
Over 16 mm dia One sample for each 45 One sample for each 50
bars tonnes or part there of tonnes or part thereof

7. The contractor shall supply free of charge the steel required for testing
including its transportation to testing laboratories. The cost of tests shall be
borne by the contractor.
8. The actual issue and consumption of steel on work shall be regulated and
proper accounts maintained as provided in clause 10 of the contract. The
theoretical consumption of steel shall be worked out as per procedure
prescribed in clause 42 of the contract and shall be governed by conditions laid
therein. In case the consumption is less than theoretical consumption including
permissible variations leading to under designing of the structure, the work
shall be summarily rejected, otherwise, recovery at the rate so prescribed shall
be made after ensuring structural soundness and stability. In case of excess
consumption no adjustment need to be made.
9. The steel brought to site and the steel remaining unused shall not be removed
from site without the written permission of the Engineer-in-charge.

Sr.Dman /AE (C) / EE (C)


56

CONDITIONS FOR CEMENT


1) The Contractor shall procure 43 grade (conforming to IS: 8112)/53 grade
(confirming to IS:12269) ordinary Portland cement as required in the work
from reputed manufacturers of cement, having a production capacity of one
million tonnes per annum or more, such as approved by Ministry of Industry,
Government of India, and holding license 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. Samples of cement arranged by the Contractor shall be taken by the
Engineer-in-charge and got tested in accordance with provisions of relevant BIS
codes. In case test results indicate that the cement arranged by the Contractor
does not conform to the relevant BIS codes, the same shall stand rejected and
shall be removed from the site by the Contractor at his own cost within a
week’s time of written order from the Engineer-in-Charge to do so.

2) The cement shall be brought at site in bulk supply of approximately 50 tonnes or


as decided by the Engineer – In - Charge. The cement godown of the capacity
to store a minimum of 2000 bags of cement or as decided by NIT approving
authority in case less than 100MT cement is required for the work, shall be
constructed by the contractor at site of work for which no extra payment shall
be made. For small maintenance works, NIT approving authority shall decide
the requirement of the storage/godown.

3) The contractor shall be responsible for the watch and ward and safety of the
cement godown. The contractor shall facilitate the inspection of the cement
godown by the Engineer-in-Charge at any time.

4) The cement shall be got tested by the Engineer-In-Charge and shall be used on
the work only after satisfactory test results have been received. The contractor
shall supply free of charge the cement required for testing including its
transportation cost to testing laboratories. The cost of tests shall be borne by
the contractor.
5) The actual issue and consumption of cement on work shall be regulated and
proper accounts maintained as provided in clause 10 of the contract. The
theoretical consumption of cement shall be worked out as per procedure
prescribed in clause 42 of the contract and shall be governed by conditions laid
therein. In case the cement consumption is less than theoretical consumption
including permissible variation, recovery at the rate so prescribed shall be
made after ensuring structural soundness and stability on the basis of testing.
In case of excess consumption no adjustment need to made.

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

7) The damaged cement shall be removed from the site immediately by the
contractor on receipt of a notice in writing from the Engineer-In-Charge. If he
does not do so within 3 days of receipt of such notice, the Engineer-In-Charge
shall get it removed at the cost of the contractor.

Sr.Dman /AE (C) / EE (C)


57

CONDITIONS FOR ACRYLIC PAINTING

1. All purchase of paint shall be made directly from the manufacturers on their
authorized dealers. The delivery challan shall be issued by the manufacturers
store yard directly with full description of the work for which the purchases is
being made. The condition shall be applicable for all from purchases is being
made. The condition shall be applicable for all from purchases for 100 litres or
more in a work.

1. Guarantee for external finishing walls with smooth exterior paint.


The work of external wall finishing work as per items specified in schedule of
quantity shall be guaranteed for a period of 3 (Three) year as per enclosed
guarantee bond against non-uniform colouring, flaking workmanship and
defective finishing. On notification by the Engineer-in–Charge of any compliance
to be performed under this guarantee by the contractor, the contractor shall
immediately supply labour/ material and rectify all the defects notified by the
Engineer–in–Charge to perform this guarantee at no additional cost and to
ensure that the defects are fully rectified. In addition extra 2(two) % of the
amount of the external finishing work on the items specified in schedule of
quantity shall be withheld on this account. The amount shall be refunded after
expiry of the guarantee period if no defects are observed in the said period or
when the defects have been rectified to the entire satisfaction of the Engineer-
In-Charge.

2. The base for painting (Acrylic) be prepared by cleaning, scaling mosses etc. with
wire brushes and cleaning with water etc. complete for which no extra payment
shall be made.

Sr.Dman /AE (C) / EE (C)


58

PARTICULAR SPECIFICATIONS (GENERAL)


1. GENERAL

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

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

1.3 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).

1.4 The following modifications / additional specifications shall apply:

a) All stone aggregate and stone ballast shall be of hard stone variety to be
obtained from approved quarries at Bhiwandi or any other source to be
got approved from the Engineer-in-charge.

b) Coarse sand should be obtained from Vaitarna or any other source to be


got approved from the Engineer-in-charge. The coarse sand shall be
screened before using, if required. The same shall be clean and sharp
angular grit type. If the sand brought to site is dirty, it must be washed
in clean water to bring the sand to the required specifications. Nothing
extra shall be payable on this account.

c) Fine sand should be obtained from Vaitarna or any other source to be got
approved from the Engineer-in-charge. The fine sand shall be screened, if
required. The same shall be clean and sharp angular grit type. If the
sand brought to site is dirty, it must be washed in clean water to bring
the sand to the required specifications. Nothing extra shall be payable on
this account.

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

1.6 Embedding of pipes, conduits etc.

(a) The masonry work for the portions of the external wall of W.C., through
which pipes are taken, shall be done after the pipes are fixed as far as
practicable.

(b) All crossings, embedment etc. in walls and floors for water supply,
drainage and sanitary pipes, fittings etc. shall be provided as per the
detailed working drawings for individual walls and floors so as to avoid

Sr.Dman /AE (C) / EE (C)


59

cuttings of masonry work and floors. All such areas shall be made good
during finishing and nothing extra shall be payable on these accounts.

1.7 PRODUCT DELIVERY, STORAGE AND HANDLING OF CHEMICALS:

(a) The contractor shall construct storage space for Chemicals materials to
ensure that the storage conditions are as recommended by the
manufactures.

(b) All the materials shall be procured and delivered in sealed containers with
labels legible and intact.

(c) All the chemicals (polymers, epoxy, water proofing compound, plasticizer,
chloropyrifos etc.) shall be procured in convenient packs say 20 litres
(Kgs.) capacity packing only or as approved by the Engineer-in-Charge,
and not in bigger capacity containers, say 200 litre (Kgs.) drums unless
otherwise specifically permitted by the Engineer-in-Charge. One sample
from each lot of the chemical procured by the contractor shall be tested in
a laboratory as approved by the Engineer – in – Charge.

(d) All material required for the execution of the work shall be got approved,
procured and deposited with the Departmental supervisory staff. The
materials shall be kept in joint custody of the contractor and the
Department. The watch and ward of such material shall, however, remain
to be the responsibility of the contractor and no claim, whatsoever, on
this account shall be entertained. Different containers of each chemical
shall be serially numbered on packing and also consumed in that order.
Day-to-Day account of receipt, issue and balance shall be regulated by
the Department and proper account shall be maintained at site of work in
the prescribed form as per the standard practice.

(e) All the chemicals shall be procured by the contractor directly from the
manufacturer. In exceptional circumstances, the contractor may be
allowed to procure the materials from the authorized dealers of the
manufacturers, if specifically permitted by the Engineer-in-Charge.

(f) The original copies of challan / cash memos towards the quantity of
various chemicals procured shall be made available by the contractor at
the request from the Engineer-in-Charge and a copy of the same shall be
kept in record.

(g) The Name of manufacturers, manufacturer’s product identification,


manufacturer’s mixing instructions, warning for handling and toxicity and
date of manufacturing and shelf life shall be clearly and legibly mentioned
on the labels of the each container.

(h) The contractor shall submit for the chemicals procured, manufacturer’s
and / or authorized dealer’s certificate regarding supplying and verifying
conformance to the material specifications, as specified.

(i) All filled containers shall be handled in safe manner and in a way to avoid
breaking container seals.

Sr.Dman /AE (C) / EE (C)


60

(j) Empty containers of the chemicals should not be removed from site till
the completion of work and shall be removed only with the written
approval of the Engineer-in-Charge.

(k) All arrangements for measuring, dosing and mixing of material /


chemicals at site have to be made by the contractor.

(l) Contractor shall suitably advise his site Engineer and all the workers as
regards safe handling of chemicals. Necessary protective and safety
equipments in form of hand gloves, goggles etc. shall be provided by the
contractor and be also used at site.

(m) All incidental charges of any kind including cartage, storage and wastage
and safe custody of material etc. shall be borne by the contractor and no
claim, whatsoever, shall be entertained on this account.

(n) The chemicals shall be tested in an independent laboratory as approved


by the Engineer-in-Charge at the frequency as specified. If required, more
samples may have to be tested as per the directions of the Engineer-in-
Charge. Nothing extra shall be payable on this account. However testing
charges shall be borne by the department of the samples satisfy the
requirements specified in the tender.

Sr.Dman /AE (C) / EE (C)


61

PARTICULAR SPECIFICATIONS FOR REPAIR WORK

1. Adequate care should be taken by the contractor while dismantling, chiseling,


demolishing work, drilling etc. that impact/vibrations are minimum for
considerations of structural safety and also for inconvenience caused to the
users of the building. Perimeter of unsound concrete area shall be marked by
making shallow cut on cover concrete with cutter machine to reduce the impact
of chiseling. Rates shall cover cost of all inputs of material, labour; T&P etc.
involved all the operations in the work.

2. Dismantling and repair work of any type like plaster, flooring, concrete, RCC,
Brick work, GI/CI pipes, water proofing etc. shall be for all heights and all
levels unless specifically mentioned in the item and no claim for extra cost shall
be entertained on this account.

3. Sequence of strengthening work shall be as under:

a. Strengthening of beams of first floor and columns from top of grade


beams/foundations up to middle of second floor.

b. Strengthening of beams of second floor and column from middle of


second floor to middle of third floor.

c. Strengthening of beams of third floor and columns from middle of third


floor to middle of the fourth floor.

d. Strengthening of beams of fourth floor and terrace beams and columns


from middle of the fourth floor up to terrace level.
e. Gunited repaired structural members shall be allowed to attain at least 7
days strength before any load is transferred to that member.

4 For removal of all type of loose / delaminated / damaged / weak cement


plaster from the surface of masonry or concrete, a cut normal to the surface all
along the boundaries, in regular shape shall be made not to exceed plaster
thickness. Then plaster shall be removed completely to expose the parent
masonry or concrete surface so as not to have any traces of such plaster left.
For brick work, the joins have be properly raked and cleaned as per CPWD
specifications. The plaster should be dismantled without causing any damage
to brick work.

5.0 CHIPPING/ DISMANTLING OF UNSOUND/ WEAK CONCRETE &


PREPARATION OF SUBSTRATE:

5.1 The perimeter of unsound / weak concrete / delaminated layer of guniting shall
be sawcut to a minimum depth of 12 mm in square/rectangular shape at
normal (orthogonal) to the surface of member. Then concrete shall be removed
by chipping with standard power driven percussion type or pneumatic chisel of

Sr.Dman /AE (C) / EE (C)


62

standard make from the demarked area including tapering all edges, making
square shoulders of cavities etc. complete (after properly supporting the
member with false works). The chipping shall be done in regular shape, with
sides parallel or normal to the direction of the reinforcement and minimum
50mm beyond the perimeter of the spall for single spall, the repair area should
have a minimum width of 100 mm in direction. If a number of spalls are closely
located to each other, these should be included in a single area marked for
repair.

5.1.1 Exposing of rusted/corroded reinforcement:

Reinforcing bar must be further exposed if the remaining concrete is debonded


from the reinforcing bar. Chipping around the reinforcing bar shall be continued
to completely expose it, if more than half of reinforcing bar perimeter has been
exposed. Concrete shall be removed from all around reinforcement including
from behind the reinforcing bars to give an average 25 mm ( but not less than
15 mm clear air gap) by using standard power driven percussion type or
pneumatic chisel of standard make.

5.2 Adequate care is to be taken not to cut the reinforcement steel and a cover
meter could be used to estimate the depth of cover, for which nothing extra
shall be paid.

5.3 Chipping should be done up to the required depth as decided by the' Engineer-
in-Charge to reach sound concrete substrate to a near uniform depth for the
repair areas.

5.4 Dimensions of area chipped off for RCC slabs, beams, columns etc. shall be
measured in centimeters after the chipping / dismantling operation is
completed. The area of the chipped / exposed RCC surface shall be measured
in sq. m. correct to second place of decimal.

5.5 For the RCC members to be completely dismantled, pre-measurement of the


dimensions of RCC member to be dismantled shall be recorded before taking up
the dismantling operation and volume of concrete dismantled shall be worked
out in cubic meters correct to second place of decimal.

5.6 Removal of concrete should begin at the interior of the repair areas and
progress towards the boundaries. All edges and cavities shall be square
shouldered.

6.0 CUTTING OF EXISTING REINFORCEMENT

6.1 The existing reinforcement bars to be cut shall be identified and approved for
cutting by the Engineer-in-Charge.

Sr.Dman /AE (C) / EE (C)


63

6.2 The reinforcement shall be carefully cut with electrical cutter machine to
minimize excessive vibrations or damaging the structure and the recovered
reinforcement should be straightened, cleaned of concrete by wire brush
scrapped and stacked properly with in a lead of 50 meters as directed by the
Engineer-in-Charge.

7.0 CLEANING OF EXISTING REINFORCEMENT

7.1 Before re-casting/ jacketing of members or repairs to members with polymer


modified mortar, the reinforcement has to be cleaned properly, as specified.

7.2 At first rust shall be removed from the surface of the reinforcement manually
using chisels, wire brush, emery paper etc. as directed by Engineer-in-Charge
at no extra cost, till the steel surface is cleaned off loose rust.

7.3 Then sulphate and chloride free chemical rust remover, as approved by the
Engineer-in-Charge shall be applied with paint brush over the reinforcement
surface thoroughly along the full length of rusted reinforcement. After 24 hours
of its application the surface shall be cleaned with wire brush to remove all
loose particles.

7.4 Rates shall include cost of all materials, labour, T&P etc. involved in all the
operations.

8.0 ADDITIONAL REINFORCEMENT BARS:-

For introducing additional reinforcement bars for new structural connections or


supplementing additional steel area to the existing RCC member, the cross
sectional area (diameter and no. of bars) and length required shall be approved
by the Engineer-in-Charge. Also the depth of embedment of reinforcement bar
shall be approved by the Engineer-in-Charge. The holes of specified diameter
and depth have to be bored with diamond or hammer drill machine in RCC.
Diameter of the hole shall be 4mm larger than dia of dowel bar. The bored hole
in dry state, shall be cleaned with round brush and by blowing air through a
tube inserted in the hole and connected to hand operated blower. Depth of
holes shall be checked by the field staff by inserting rod marked with standard
length.

Then, epoxy shall be injected from foil pack with help of epoxy dispenser and
epoxy cartridge holder and disposable PVC mixing nozzle inserted inside the
drilled hole to fill it from bottom/end of hole and slowly withdrawing the pipe
while injecting epoxy till mouth of hole to ensure no air void is left inside the
hole. Then dowel bar shall be inserted by pressing and turning till end of the
hole is reached and shall be allowed to remain undisturbed for minimum 24
hours for epoxy to be air cured.

Sr.Dman /AE (C) / EE (C)


64

Rates shall include cost of all inputs of material, labour and T&P etc. involved in
all the operational except the cost of reinforcement.

8.1 WELDING ADDITIONAL REINFORCEMENT:

In case cross sectional area of an individual bar of RCC slab has been reduced
by 20% or more, then additional reinforcement shall be welded with existing
bar to ensure continuity of the reinforcement of equal strength of original bar
as illustrated in the sketch. If any existing reinforcement bar is found
displaced/loosened, same hall be secured at its design location.

9.0 SHEAR KEYS :-

Shear keys shall also be provided in similar manner as illustrated in para 8.0
above. The shear key bars cut and bent to the required shape shall be
embedded in parent concrete to a minimum depth of 50 mm or longer as
specified in the item. Rates shall include cost of all materials, labour and T & P
etc. involved in all the operations.

10.0 CLEANING OF EXPOSED RCC / CONCRETE SURFACE, INSERTING


NIPPLES AND INJECTION GROUTING: -

10.1 The final chipped off concrete surface and exposed reinforcement, if any of the
affected structural member should be cleaned off all loose and foreign materials
by free air blast and then with water and allow it to dry.

10.2 For the honey combed portion of the concrete or cracked concrete, drill holes at
least 18 mm in diameter and depth up to 60 mm or behalf the member
thickness whichever is less, at the required spacing, as directed by the
Engineer-in-Charge.

10.3 For cracked surface open up cracks by making V notch or groove of size 12 mm
x 12 mm as directed by the Engineer-in-Charge.

10.4 Remove coarse debris and dust in opened up cracks and drilled holes by
blowing air with hand operated blow out pump. Concrete surface required to be
grouted shall be free from all loose and unsound material. The prepared surface
should be clear of dust which could obstruct tree flow or grout material and
also impede its bonding with concrete surface. Saturate the concrete in vicinity
of crack / honey combed concrete surface with water (but without excess
water) only if the cementations / polymer admixed grout to be injected.

10.5 Insert 12 mm diameter specified injection nipples in holes drilled along cracked
lines or in honey combed area of concrete and fix them by sealing on its sides
with or polymer modified mortar, as directed by the Engineer-in-Charge.

Sr.Dman /AE (C) / EE (C)


65

10.6 Seal the crack or the honey combed surface between the nipples by means of
epoxy mortar or polymer modified mortar, as approved by the Engineer-in-
Charge. The polymer used shall be of approved grade and polymer modified
mortar shall be applied as per specifications mentioned separately for polymer
modified mortar. The polymer modified mortar shall be moist cured for 3 days
and allowed to gain strength before actual grouting commences.

10.7 To inject grout in nipples, the cementious grout shall be prepared from cement
(OPC-43 grade), sand (sharp, washed well graded generally conforming to zone
IV of IS: 383) and water conforming of IS: 456 mixed in specified proportions
as directed by the Engineer-in-Charge.

10.8 The emulsified acrylic polymer shall be as specified and shall conform to
manufacturer’s specification. The physical and mechanical properties of
polymers shall conform to manufacturer’s specification. One test shall be
carried out mandatorily for every lot of acrylic polymer supplied at site, before
use in the work.
10.9 The grouting equipment shall be capable of supplying mixing, stirring and
pumping grout to the satisfaction of Engineer-in-Charge. It shall have capacity
to inject grout at a pressure up to 7 kg / sq. cm measured at grout
connections. It shall be capable cement ratio ranging from 0.5 to 1.0.

10.10 Wherever epoxy is to be used the surface of the concrete shall be dried with air
blast, before grouting or applying epoxy.

10.11 The cementious grout in proportion as directed by the Engineer-in-Charge shall


be prepared. It should be lump free of creamy consistency, thoroughly blended
and shall be continuously stirred to keep the cement particles in suspension to
retain uniform consistency in grout is injected.

10.12. In case of vertical cracks the injection shall be started at the lowest nipple and
continued until the injected grout begins to flow out at the next higher nipple.
The first nipple shall then be closed and injection continued from second until
grout flows out at the third and so on. The process shall be repeated until the
whole surface is treated. As soon as the system is cured, the nipples shall be
suitably cut.

10.13 In case of honey combed concrete, each grout hole shall be grouted
individually. The sequence of injection shall be as per the directions of the
Engineer –in-Charge.

10.14 The measurement of grout material shall be on the basis of only the weight of
cement consumed in kg.

10.15 Pre measurements of the quantities of such grouting materials brought at site
and balance quantities remaining at the end of grouting application shall be
recorded separately which will determine the quantity of grout material actually

Sr.Dman /AE (C) / EE (C)


66

injected. Adequate care is to be taken by the contractor as not to waste the


grout. The quantity which can be consumed immediately within the prescribed
time only shall be prepared in batches.

10.16 The quantity of grout material wasted, discarded, hardened shall not qualify for
payment and shall be recorded for deduction at the end of each operation.

11.0 BOND COAT

11.1 Bond coat is required to be applied for adhesion of applied repair concrete or
mortar to the parent concrete. For this, the surface should be thoroughly
cleaned by brushes and by blowing air from hand operated pump. The surface
shall then be saturated with water minimum 1 hour before application of bond
coat and allow surface to attain saturated surface dry condition (SSD).

11.2 PREPARATION OF BOND COAT:

The components of bond coat shall be weigh batched and mixed in specific
proportions as indicated in the item. Area of chipped concrete surface shall be
assessed roughly. Accordingly required quantity of acrylic polymer for bond
coat shall be taken in a plastic bucket/mini drum then proportional quantity of
OPC cement by weight (as per manufacturer’s specifications) shall be blended
slowly under continuous stirring with low speed (500 – 800 rpm) electric stirrer
for minimum 2 minutes till a homogenous and lump free slurry is formed. In no
case bond coat slurry shall be prepared without electric stirrer at site.

11.3 The specified bond coat shall be applied by stiff nylon bristle brush. The bond
coat shall be worked well onto the concrete surface of the parent concrete
including reinforcement surface ensuring that no pinholes are left. The polymer
modified bonding cement slurry shall be applied to a thickness not more than
2mm. Bond coat shall be allowed to reach tacky condition before applying
polymer modified mortar or pouring concrete jacket. (Area of exposed RCC unit
shall be measured in sqm correct to two decimal places for the purpose of
payment).

11.4 Prefabricated shuttering shall then be erected immediately. Fresh concrete /


mortar shall be placed / applied while the bond coat is still tacky and well
within pot-life / setting period. If adhesive cures to the extent of loosing its
tack or has set before concrete / mortar is placed / applied, the same shall be
removed or slightly abraded and another coat of adhesive / bond coat shall
have to be applied by the contractor at his own cost.

11.5 Freshly placed concrete shall be thoroughly consolidated to ensure full bonding
of the fresh concrete with the parent concrete. If there is a failure of bond of
fresh concrete/ plaster with parent concrete surface and it sounds hollow on
tapping, the repair work shall be dismantled and redone by the contractor at
his own cost and to the entire satisfaction of the Engineer-in-Charge. CPWD

Sr.Dman /AE (C) / EE (C)


67

specifications for manufacture and placing and curing of concrete shall, in


general, be followed unless specified otherwise.

12.0 ADDITIONAL REINFORCEMENT FOR GUNITING / JACKETING WORK :

12.1 The existing reinforcement bars in the R.C.C. member to be guinited shall be
cleaned properly to remove all scales and rust by wire brushing and by rubbing
with sand paper, sandblasting wherever possible etc. complete as directed by
the Engineer-in-Charge.

12.2 The additional reinforcement shall be provided to hold gunited


material/concrete in position and shall be so fixed that it is creased in
succeeding layer.

12.3 The additional reinforcement, if required, as per the directions of the Engineer-
in-Charge, shall be placed in position including cutting, straightening, binding
and fixing. in position by fixing into the existing concrete by fastening to shear
keys and should be secured rigidly so that it does not belly out or get displaced
during guniting jacketing work. The mesh reinforcement shall be fixed in a
manner so that it is firmly held at least 12mm away from the parent concrete
as well as final finished surface. Also clear spacing between the reinforcement
bars shall not be less than 50mm.

12.4 Additional reinforcement if required shall be tied with required lap using G. I.
binding wire or welded to the parent reinforcement and also to the shear keys
is directed by the Engineer-in-Charge.

12.5 Additional vertical reinforcement shall be anchored to the base of the column
by boring hole of diameter 4 mm larger than the dia of reinforcement bar for a
depth of 12 times the dia of the bar and secured it in the hole with epoxy as
per standard procedure described in para no – 8

13.0 ANTI CORROSIVE TREATMENT :


After cleaning off rust from reinforcement bar, coat of passivating slurry shall
be applied on surface of reinforcement bar. Length of reinforcement bar to be
treated with passivating coat shall be assessed roughly in advance. Accordingly
required quantity of anticorrosive polymer shall be taken in a plastic
bucket/mini drum and specified proportion of OPC cement by weight (as per
manufacturer’s specifications) shall be blended slowly under continuous
stirring with electric stirrer for minimum 2 minutes till a homogenous and lump
free slurry of creamy thick consistency is formed. One /Two coats of
passivating slurry (as per manufacturer specifications) shall be applied on
reinforcing bar by stiff nylon bristle brush ensuring no pinholes are left. In case
application of two coats, the second coat shall be applied minimum six hours
after application of 1st coat, The passivating coat shall be allowed to set for
minimum 24 hours before operating next item. In no case passivating slurry
shall be prepared without electric stirrer.

Sr.Dman /AE (C) / EE (C)


68

14.0 POLYMER MODIFIED MORTAR:-

14.1 Preparation of polymer modified mortar at site(PMM) :

Polymer modified mortar shall be prepared with OPC cement and graded
quartz sand admix with acrylic polymer. The graded coarse sand shall be
obtained from mixing of 3 different grade of quartz sand at site in following
proportion by weight/volume.

Quartz sand of grade 8 x 16 (coarse) = Z1


Quartz sand of grade 16 x 30 (medium) = Z2
Quartz sand of grade 30 x 80 (fine) = Z3
Desired proportion of Z1 :Z2:Z3 = 8:3:4

Sufficient quantity of graded quartz sand shall be prepared before mixing of


mortar. The same ratio shall be maintained throughout the execution of
structural repair work. Area of chipped concrete surface shall be assessed
roughly. Accordingly required quantity of acrylic polymer mortar shall be
prepared for repair of RCC which can be applied within half an hour. Quantity of
all components shall be found out as per theoretical consumption given in the
item as per different manufacturers’ specification. Calculated quantity of
graded coarse sand and specified proportion of OPC cement shall be mixed in
dry stage uniformly on GI mortar mixing tray. Quantity of polymer shall be
taken in specified proportion of cement as per manufacturer’s specifications in
plastic bucket/mini drum. 85% of required quantity of water shall be taken in a
bucket/mini drum (not more than 30% capacity of the bucket), then dry PMM
shall be blended slowly under continuous stirring with low speed (500 – 800
rpm) electric stirrer for minimum 2 minutes and mortar shall be allowed to
remain undisturbed for three minutes to dissolve polymer in the mortar.
Balance quantity of water shall be added in the similar manner to form
homogenous cohesive mortar of dough like consistency. Right consistency of
mortar can be checked by making medium size ball of green mortar with hand.
The ball should retain its shape when held on palm and at the same time it
deforms easily without being cracked when it is pressed with palm.

14.2 Application of polymer modified repair mortar

The quantity of mortar shall be prepared at site it can be used up within 30


minutes after mixing dry mortar with water. Small balls of green mortar shall
be pressed with palm applying small force against the concrete substrate
primed with bond coat (wet on wet) for a thickness not more than 12mm. Next
layer of mortar shall be applied over the first layer minimum after 6 hours to
build up thicker section. The surface of repaired area shall be roughly finished
with trowel upto the level of original RCC surface of the structural member. In
no circumstances PMM shall be applied by trowel by increasing water in the
mix.

Sr.Dman /AE (C) / EE (C)


69

14.3 Pre measurement of thickness shall be taken just after the surface preparation
is completed. Area under repair shall be measured correct to a centimeter.

14.4 Curing: -

Curing shall be started after 24 hours of application of PMM. The repaired RCC
member preferably wrapped with damp hessian cloth wherever feasible.
Otherwise repaired member shall be kept damped by spraying water over it
with spraying machine without causing any dripping to prevent leaching of
polymer content from mortar. The repaired surface shall be moist cured for 3
days followed by air curing at ambient temperature; steam curing shall not be
permitted.

14.5 Testing : One mandatory test of the polymer modified mortar for every 250
sqm of plaster or part there of shall be conducted. The test shall be conducted
on cube of size 70 mm, made from cement and graded quartz sand in ratio 1:3
admixed with approved polymer in specified proportion as per manufacturer
specification. The test result should conform to the following strength
parameter.

i) Minimum compressive strength after 28 days : 20 N/mm2


ii) Minimum flexural strength after 28 days : 2 N/mm2

15.0 JACKETING BY CEMENT CONCRETE

15.1 All care for casting, curing etc. shall be taken as per CPWD specifications
(Ingredients of concrete have to be tested before use. Requisite number of test
specimens shall be casted and tested).

15.2 Concrete for jacketing shall be prepared strictly in drum mixture machine
(electric /diesel operated) 80% of gauging water for particular batch shall be
poured in the mixer drum. Measured quantity of super plasticizer shall be
mixed with remaining 10% part of gauging water and then it shall be added to
the pre-wetted concrete mixed. Then dry aggregate and cement in specified
proportion in sequence shall be added in the mixer drum as per CPWD
specifications. Balance water should be added in such a manner to produce
homogenous high slum flowing yet very cohesive concrete without bleeding and
segregation.
Before pouring concrete in the shuttering mould other repair items i.e. rust
removal from reinforcement, anti corrosive treatment, providing additional
reinforcement and shear key etc. shall be completed in advance. Only bond
coat shall be applied five minutes before pouring concrete. Concrete shall be
poured in the shuttering mould when bond coat reach tacky condition. There
shall be no gap between shuttering and existing concrete surface. Thermocol
sheet may be used to plug small irregular gaps.

Sr.Dman /AE (C) / EE (C)


70

15.3 While doing jacketing with cement concrete it should be ensured that dropping
height of cement concrete should not be more than 60 cm.

15.4 Testing: One mandatory test for every 2.5 cum of concrete or part thereof shall
be conducted. The test result should conform to the following strength
parameter.
i) Minimum compressive strength : 40 N/mm2 in 28 days
ii) Minimum flexural strength : 4.42 N/mm2 in 28 days

16.0 Particular specifications for premixed single component polymer


modified repair mortar: (PMRM)
Prior to applying premixed single component polymer modified repair mortar
(PMRM) to RCC substrate, other repair items i.e. rust removal from
reinforcement, anti corrosive treatment, providing additional reinforcement
shall be completed in advance. Only bond coat shall be applied five minutes
before applying PMRM.

16.1 Preparation of polymer modified repair mortar


PMRM shall be prepared in a plastic bucket/mini drum. 85% of required
quantity of water shall be taken in a bucket/mini drum (not more than 30%
capacity of the bucket), then dry PMRM shall be blended slowly under
continuous stirring with low speed (500 – 800 rpm) electric stirrer for minimum
2 minutes and mortar shall be allowed to remain undisturbed for three minutes
to dissolve polymer in the mortar. Balance quantity of water shall be added in
the similar manner to form homogenous cohesive mortar of dough like
consistency. Right consistency of mortar can be checked by making medium
size ball of green mortar with hand. The ball should retain its shape when held
on palm and at the same time it deforms easily without being cracked when it
is pressed with palm.

16.2 Application of polymer modified repair mortar


The quantity of mortar shall be prepared at site it can be used up within 30
minutes after mixing dry mortar with water. Small balls of green mortar shall
be pressed with palm applying small force against the concrete substrate
primed with bond coat (wet on wet) for a thickness not more than 12mm. Next
layer of mortar shall be applied over the first layer minimum after 6 hours to
build up thicker section. The surface of repaired area shall be roughly finished
with trowel upto the level of original RCC surface of the structure member. In
no circumstances PMRM shall be applied by trowel by increasing water in the
mix.

16.3 Curing
Curing shall be started after 24 hours of application of PMRM. The repaired RCC
member preferably wrapped with damp hessian cloth wherever feasible.
Otherwise repaired member shall be kept damped by spraying water over it
with spraying machine without causing any dripping to prevent leaching of
polymer content from mortar. The repaired surface shall be moist cured for 3

Sr.Dman /AE (C) / EE (C)


71

days followed by air curing at ambient temperature; steam curing shall not be
permitted.

16.4 Testing
One mandatory test of the polymer modified mortar for every 250 sq. m of
plaster of part thereof shall be conducted. The test shall be conducted on cube
of size 70 mm, made from polymer modified repair mortar. The test result
should conform to the following strength parameter.
i) Minimum compressive strength after 28 days at w/p ratio 0.16: 40 N/mm2
ii) Minimum flexural strength after 28 days at at w/p ratio 0.16: 4 N/mm2

17.0 Particular Specification for Micro Concrete

17.1 Preparation of mix at site: 85% to 90% of required quantity of potable water
shall be taken in a clean plastic bucket/ mini drum or in a Pan of a Pan mixer.
Proportional quantity of micro concrete (as per manufacturer specification) in
dry state shall be blended slowly under continuous stirring electric stirrer or in
rotating pan of pan mixer for 2 minutes. Then balance quantity of water shall
be added to the mix and shall be stirred for another 2-3 minutes to form a
homogenous, free flowing lump free mix. 10 mm down coarse aggregate in the
range of 25% - 40% by weight can be mixed where thickness of repair is more
than 75 mm depending on site condition. Plastic bucket / Mini drum shall be
used where volume of repair is less than 1 cum, otherwise pan mixer shall be
used for preparation of micro concrete at site.

17.2 Application of Micro Concrete: Primary repair items i.e. chipping, rust removal
for reinforcement and anticorrosive treatment to reinforcement shall be
operated well before jacketing of RCC members. Only bond coat shall be
applied five minutes before pouring concrete. Micro Concrete shall be poured in
the shuttering mould when bond coat reach tacky condition. There shall be no
gap between shuttering and existing concrete surface. Thermocol sheet may be
used to plug small irregular gaps.
Gaps in the shuttering shall be effectively sealed with masking tape to prevent
leakage of fluid concrete through joint of shuttering or gaps between shuttering
of RCC members at contact point.
Repair surface shall be hacked immediately after removal of shuttering if it
shall be finished with plaster later stage.

17.3 Curing :
Curing should be started after the shuttering. The repaired RCC member
preferably wrapped with damp hessian cloth wherever feasible. Otherwise
repaired member shall be kept damped by spraying water over it with spraying
machine without causing any dripping prevent leaching of polymer content
from mortar. The repaired surface shall be moist cured for 3 days followed by
air curing at ambient temperature; steam curing shall not be permitted.

Sr.Dman /AE (C) / EE (C)


72

17.4 Testing
One mandatory test of Micro concrete for every 2.5 cum of concrete or part
thereof shall be conducted. The test shall be conducted on cube of size 70 mm,
made from micro concrete. The test result should conform to the following
strength parameter.
i) Minimum compressive strength (as per ASTM C109:99) = 55 N/mm2 in 28 days
ii) Minimum flexural strength (as per ASTM C580) = 6 N/mm2 in 28 days

18.0 PARTICULAR SPECIFICATION FOR PREMIXED READYMADE CEMENT


MORTAR

‘READYPLAST’ of Ultra tech or ‘EASYPLAST’ of Wall Plast Product Pvt. Ltd. Or any other
brands as specified in the list of makes are used in place of traditional cement-sand
mortar for plastering.

1) Surface Preparation
The surface needs to be cleaned and made free from grease, dust and loose particles
to ensure proper binding. The surface needs to be pre-wetted with clean water before
plastering.

2) Process of mixing

i) Required quantity of dry mix shall be taken in a mortar mixing tray.


ii) Measured quantity of potable water shall be added to dry mix as per
manufacturer’s specification. (6-7 litre of water is required per 40kg bag of
‘Readiplast’ and 7-8 litres of water is required per 40kg bag of ‘Easyplast’).
Correct ratio of water and dry mix is essential for better result.
iii) The mortar shall be mixed well for 5 to 10 minutes to achieve homogenous and
cohesive mix. (Use of mechanical mixer / electrical stirrer is recommended for
better results.)
iv) The prepared mix shall remain undisturbed for 5 minutes to dissolve polymer
additive in mortar and shall be mixed once again without adding any water just
before use.

3) Method of Application

i) Pre wetting of surface is required before applying plaster.


ii) The mixture should be applied within one hour of preparation of mix. This will
ensure that the thin layer can be applied without cracking problems and proper
cement hydration.
iii) If the concrete surface is smooth and dense, it is recommended to apply a
bond coat of acrylic polymer of any approved make.
iv) Readymade mortar shall be applied manually using trowel and care should be
taken that it does not expose to direct sunlight, wind and rain during its
application.

4) Curing
Curing shall be started after 24 hours of plastering in normal weather condition.
After the plaster is completely dried, curing shall be done 2 to 3 times for 2 to 3 days.
In abnormally dry weather conditions, curing for 5-7 days is required.

Sr.Dman /AE (C) / EE (C)


73

CONDITIONS FOR GUARANTEE FOR WATER PROOFING TREATMENT

1.1 The contractor shall be fully responsible for and shall guarantee proper
performance of the entire waterproofing system for a period of 10 (Ten) years
from the final completion of works. In addition, specific 10 years written
guarantee (to be furnished in a non-judicial stamp paper of value not less than
Rs.100/-) in approved proforma shall be submitted for the performance of the
system, before final payment and shall not in any way limit any other rights the
Employer may have under the contract.

1.2 All water-proofing work shall be carried out through approved specialist agency
as per method of working approved by the Engineer-in-charge. However the
Contractors shall be solely responsible for waterproofing treatment until the
expiry of the above guarantee period.

1.3 Ten years guarantee in prescribed proforma attached shall be given by the
contractor for the water proofing treatment. In addition 10% (ten percent) of
the cost of these items of water proofing under this sub head shall be retained
as guarantee to watch the performance of the work executed. However, half of
this amount (withheld) would be released after five years from the date of
completion of the work, if the performance of the waterproofing works is
satisfactory. The remaining withheld amount shall be released after completion
of ten years from the date of completion of work, if the performance of the
waterproofing work is satisfactory. If any defect is noticed during the guarantee
period, it should be rectified by the contractor within seven days of issuing of
notice by the Engineer-in-Charge and, if not attended to, the same shall be got
done through other agency at the risk and cost of the contractor and recovery
shall be effected from the amount retained towards guarantee. In any case,
the contractor and the specialist agency, during the guarantee period, shall
inspect and examine the treatment once in every year and make good any
defect observed and confirm the same in writing. The security deposit can be
released in full, if bank guarantee of equivalent amount, valid for the duration
of guarantee period, is produced and deposited with the Department.

Sr.Dman /AE (C) / EE (C)


74

GUARANTEE BOND TO BE EXECUTED BY CONTRACTORS FOR REMOVAL OF


DEFECTS AFTER COMPLETION IN RESPECT OF WATER PROOFING WORKS

This agreement made this _____day of _________________two thousand and


_______ between____________________________,
_________________________________ (Name of the contractor, hereinafter call
Guarantor of the one part) and the PRESIDENT OF INDIA (hereinafter called the
Government of the other part).

THIS agreement is supplementary to a contract (hereinafter called the


Contract) dated________________ and made between the GUARANTOR of the one
part and the GOVERNMENT of the other part where by the Contractor inter alia,
undertook to render the buildings and structures in the said contract recited
completely water and leak proof.

AND WHEREAS THE GUARANTOR agreed to give a guarantee to the effect that
the said structures will remain water / leak proof for ten years from the date of
completion of work

NOW THE GUARANTOR hereby guarantees that water proofing treatment given
by him will render the structures completely leak proof and the minimum life of such
water proofing treatment shall be ten years to be reckoned from the date completion
of work.

Provided that the guarantor will not be responsible for leakage caused by
earthquakes or structural defects or misuse of roof or alterations and for such purpose

a) Misuse of roof shall mean by operation, which will damage roofing treatment,
like chopping of firewood and things of the same nature, which might cause
damage to the roof.
b) Alteration shall mean construction of an additional storey or a part of roof or
construction adjoining to existing roof, where by roofing treatment is
removed in parts.
c) The decision of the Engineer-in-Charge with regard to cause of leakage shall
be final.

During this period of guarantee, the guarantor shall make good all defects and in
case of any defects being found, render the building water proof at his own cost, to
the satisfaction of the Engineer-in-Charge and shall commence the work for such
rectification within seven days from the date of issue of the notice from the Engineer-
in-Charge calling upon him to rectify the defects, failing which the work shall be got
done by Department through some other contractor at the 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 is the Guarantor fails to execute the necessary rectification or commits breach
thereunder then the Guarantor will indemnify the Principal and his successors against

Sr.Dman /AE (C) / EE (C)


75

all loss, damage, cost expense or otherwise which may be incurred by him by reasons
of any default on the part of GUARANTOR in performance and observance of this
supplementary agreement. As to the amount of loss and / or damage and / or cost
incurred by the Government, the decision of the Engineer-in-Charge will be final and
binding on the parties.

IN WITNESS WHEREOF these presents has been executed by the obligator


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

SIGNED, SEALED AND DELIVERED by (OBLIGOR) in the presence of:

1.

2.

SIGNED FOR AND ON BEHALF OF THE PRESIDENT OF INDIA BY


____________________________________in the presence of:

1.

2.

Sr.Dman /AE (C) / EE (C)


76

GUARANTEE BOND TO BE EXECUTED BY CONTRACTORS FOR REMOVAL OF


DEFECTS AFTER COMPLETION IN RESPECT OF STRUCTURAL REPAIRS WORKS

This agreement made this ......................... day of ......................... two


thousand and ................................between.............................................. Son of
................................................... of................................................................
(hereinafter called the GUARANTOR of the one part) and the PRESIDENT OF INDIA
(hereinafter called the GOVERNMENT of the other part).

WHEREAS THIS AGREEMENT is supplementary to a contract (hereinafter called


for contract) dated .......................and made between the GUARANTOR of the one
part and the GOVERNMENT of the other part, hereby the contractor interalia, under
took to render the buildings and structures on the said contract completely structurally
sound.

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

NOW THE GUARANTOR hereby guarantee that structural repairs done by him
will render the structures completely steady & strong and the minimum life of such
repairs shall be five years to be reckoned from the date of the completion of works.

Provided that the guarantor will not be responsible for damage caused due to
earthquake or misuse of buildings or alteration and for such purpose. The decision of
the Engineer-in-Charge with regard to cause of damage shall be final and binding.

During this period of guarantee the guarantor shall make good all 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 make good the defects or commits breach there
under then the guarantor will indemnify the Principal and his successors against all
loss, damage, cost, expense or otherwise which may be incurred by him by 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 and the decision of the Engineer-in-Charge will be final
and binding on both the parties.

An amount equivalent to 2 % of items…… relevant to this component


will be deducted as from R.A. Bills as security and the same will be refunded after five
years from the date of completion of work.

Sr.Dman /AE (C) / EE (C)


77

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 presence of :

1.

2.

SIGNED FOR AND ON BEHALF OF THE PRESIDENT OF INDIA BY


____________________________________in the presence of:

1.

2.

Sr.Dman /AE (C) / EE (C)


78

GUARANTEE BOND TO BE EXECUTED BY CONTRACTORS FOR REMOVAL


OF DEFECTS AFTER COMPLETION IN RESPECT OF ACRYLIC PAINT
WORKS

This agreement made this ------------------- day of --------------- ------Two


thousand and ----------------- between ------------------- son of --------------------- of
------------------------------------------------------------- (hereinafter called the
Guarantor of the part) and the PRESIDENT OF INDIA (hereinafter called the
Government of the other Part)
WHERAS THIS AGREEMENT is supplementary to a contract (hereinafter called
for Contract) dated ------------- and made between the GUARANTOR of the one part
and the GOVERNMENT of the other part, hereby the Contractor interalia, under took
that the acrylic painting work done on building will remain non flaking and uniform
colouring without patches.
AND WHEREAS THE GUARANTOR agreed to give a guarantee to effect that the
said Acrylic painting will remain non flaking and uniform colouring without patches for
three years from the date of completion of work.

NOW THE GURANTOR hereby guarantee that Acrylic painting done by him will
remain non flaking and uniform colouring without patches and the minimum
guarantee period of such painting shall be three years to be reckoned form the date
of the completion of work.

Provided that the guarantor will not be responsible for damage caused due to
earthquake or misuse of buildings or alteration and for such purpose. The decision of
the Engineer-in-Charge with regard to cause of damage shall be final and binding.

During this period of guarantee the guarantor shall make good all 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 he 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 make good the defects or commits breach there
under then the guarantor will indemnify the principal and his successors against all
loss, damage cost, expenses or otherwise which may be incurred by him by reasons
of any default on the part of GUARANTOR in performance and observance of this
supplementary agreement. As the amount of loss and/ or damage and/ or cost
incurred by the Government and the decision of the Engineer-in-Charge will be final
and binding on both the parties.

An amount equivalent to 2% of relevant items 10.2.1 will be deducted from R.


A. Bills as security and the same will be refunded after three years from the date of
completion of work.

IN WITNESS WHERE OF these presents has been executed by the Obligator


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

Sr.Dman /AE (C) / EE (C)


79

SIGNED, SEALED AND DELIVERED by (OBLIGOR) in the presence of:


1.

2.
SIGNED FOR AND ON BEHALF OF THE PRESIDENT OF INDIA BY
____________________________________in the presence of:

1.
2.

Sr.Dman /AE (C) / EE (C)


80

LIST OF PREFERRED MAKES

Note :

1. The contractor shall obtain prior approval from the Engineer-in-Charge before
placing order for any specific material or engaging any of the specialized
agencies. The contractor shall make a detailed submittal with catalogues and
highlighted proposed specification as well as full details of the works executed
by the specialized agencies, as specified.
2. Wherever applicable, the Engineer-in-Charge may obtain prior approval from
T.S authority for any material equivalent to that specified in the tender subject
to proof being offered by the contractor for equivalence to his satisfaction.
3. Unless otherwise specified, the brand / make of the material as specified in the
item nomenclature, in the particular specification and in the list of approved
materials attached in the tender, shall be used in the work.
4. In case of non availability of the brand specified in the contract the contractor
shall be allowed to use alternate equivalent brand of the material subject to
submission of documentary evidence of non availability of the specified brand
and prior approval of Engineer-in-charge. The necessary cost adjustments on
account of above change shall be made for the material.
5. The Engineer-In-Charge shall verify that manufacturers must have valid IS
Certification as on date for materials wherever applicable.
6. In case brand/make for any material to be used in work is not specified in this
list the Engineer-in-charge may approve the brand.

The following brands shall be used if not otherwise mentioned in the items.

LIST OF APPROVED MATERIALS & SPECIALIZED AGENCIES


MATERIALS APPROVED BRANDS

Ordinary Portland Cement / Portland Ultra Tech, A.C.C., Gujarat Ambuja, Birla,
Pozzolana Cement Jaypee Cement, J.K. Cement
White Cement J.K., Birla,
Reinforcement Steel Tiscon, Sail, RINL, Jindal Steel & Power Ltd.,
JSW Steel Ltd.

Parallel Threaded Couplers DEXTRA, G-TECH, Spplicetek, ISHITA


Re-barring Chemical HILTI, 3M INDIA, Fischer

Structural Steel/Tubes Tata Steel, SAIL, RINL, Jindal, APL Apollo

Plasticizer, Super Plasticizer, MC Bauchemie, Sika, Fosroc, BASF,


Admixtures, Other construction Dr. Fixit, CICO, Asian
chemicals

AAC Block ULTRA TECH, BILTech ,SIPOREX, Ecolite ,


Aerocon, ACC

ACC Block Adhesive ACC, ULTRA TECH, J.K., FERROUS CRETEM, BAL
ENDURA, AEROCON, ARDEX ENDURA

Sr.Dman /AE (C) / EE (C)


81

Polymer modified cementitious grout ARDEX ENDURA, LATECRETE, FOSROC, BASF,


/ Tile Adhesive ACC.

List of RMC producers A.C.C., ULTRA TECH, READY MIX INDIA


(PVT.)LTD, Godrej & Boyce Ltd., Skyway ,
NUVOCO (Lafarge)
Waterproofing Compound KRISHNA CHEM, DOCTOR FIXIT (Pidilite), BASF,
CICO, SIKA , Fosroc, STRUCO, STP Ltd.

Silicon based water repellent/ Weather GE Plastics, Dow Comings, Wacker,


Sealant BASF, Pidilite

Poly-Sulphide Sealant Fosroc, Pidilite, Sika, BASF

Plywood ARCHID PLY, KITPLY, GREEN PLY, CENTURY,


Anchor, REGENCY

Flush door shutters ARCHID PLY, KUTTY FLUSH DOORS, Greenply,


A-1 Teak, Century Ply, Duro, Anchor
High-pressure laminate Formica, Merino, Greenlam, Century, Decolam,
Kitply, Action TESA, Sunmica
Metal-Fire rated Door Shutters Signum, Adhunik Technology, Navair, Godrei,
Basic Arch, Sukri, Bhawani Fire protection,
Shakti Met Ozone, Alada

SS Railing KICH, Godrej, Archware


SS Hardware and accessories for KICH, Archware, Ozone
Doors and fire doors

Stainless Steel Salem Steel, Jindal or equivalent

Hardware for Kitchen cabinet, Godrej, EBCO, KAFF, SLEEK,


ward robe and shelves

Particle board Action TESA, Greenlam, Merino, Kitply

Melamine Polish ASIAN PAINTS (MELAMYNE GOLD), PIDILITE


INDUSTRIES (WUDFIN ), ICI DULUX
(TIMBERTONE)

Cement Based Wall putty Birla wall care, JK White , Berger, Asian
Paints
Oil Bound Washable Distemper/ Dry Asian paint :(Professional Acrylic Distemper),
Distemper NEROLAC : Beauty Acrylic Distemper
Berger: Bison Acrylic Distemper
Dulux ICI : Maxilite
1st Quality Acrylic Distemper/ Dry Asian Paints :( Tractor Aqua Lock Paint),
Distemper Berger : Commando
Or equivalent paints of Nerolac or ICI-Dulux

Sr.Dman /AE (C) / EE (C)


82

Acrylic Emulsion Paints Asian Paints :(Professional


Premium Interior Emulsion Paints),
Nerolac :Beauty Gold
Berger : Rangoli total care
ICI-Dulux : Super Cover
Plastic Emulsion Paint Asian Paints :(Apcolite Heavy Duty Premium
Emulsion Paint),
Nerolac : Impression
Berger : Easy Clean
ICI-Dulux : 3 in 1
Premium Acrylic Emulsion Paints Asian Paints :(Royal Luxury Emulsion),
(Interior) Nerolac : Impression
Berger : Silk
ICI-Dulux : Velvet touch
Textured Exterior Paint Asian paints, Nerolac, Berger Paints,
Ultratech Paints, Luxture

Acrylic Smooth Exterior Paint Asian Paints :(Apex/Professional Premium


Exterior Emulsion), Nerolac : XL
Berger : weather Coat
ICI-Dulux : Weather Shield

Premium Acrylic Smooth Exterior Asian Paints :Apex Ultima


Paint with Silicon additive Nerolac : XL Total
Berger : weather Coat all guard ,
ICI-Dulux : Weather Shield max
Synthetic Enamel Paint Asian Paints : ApcolitePremium Gloss
Enamel,
Nerolac : Synthetic Hi Gloss
Berger : Luxol Hi Gloss
ICI-Dulux : Gloss Synthetic Enamel
Cement Primer NEROLAC, Berger, BP White (Berger),
Decoprime WT (Asian), White primer (ICI).
Steel Primer (Red Oxide Zinc Asian paints, Berger, ICI , NEROLAC
Chromate Primer)
Wood Primer Asian paint (Wood Primer- White/Pink), Berger
ICI , NEROLAC
Epoxy Paint ICI, NEROLAC, ASIAN, BERGER, Kansai Akzo
Nobel.
Fire Paint ASIAN PAINTS, Akzonobel Coatings India Ltd,
PROMAT, Jotun
Gypsum Plaster Gyproc, Asian Paints, Birla ,Ferrous Crete, Ultra
Tech.
Cement based Ready Mix Plaster Ultratech, Wallplast, Buildwell, ACC.
EPDM Gasket Amee Rubber Industries Pvt. Ltd., Bohra

Sr.Dman /AE (C) / EE (C)


83

Rubber, Osaka
Dash / Anchoring Fasteners Hilti, Fischer, Arrow, Kundan, Trixel,
Wurth
Aluminium Structural Members - Hindalco, Indalco, Jindal Aluminium Ltd.
Windows, Glazing and Partitions

Metallic False Ceiling Armstrong, Hunter Douglas, Interach,

Floor & Wall Tiles : Ceramic / Vetrified KAJARIA, JOHNSON, NITCO, SOMANY, RAK,
tiles / Antiskid / Matt / Glazed Marbito.

Chequered Tiles, Paver Block &Kerb Super Tiles, Hind Mosaic, Vyaara, Kajaria, Ultra
Stone Designer Tile, Nitco, Vitco.

Vitrified paver tiles Kajaria, Pavit, Johnson, Nitco

Clear / Float / Frosted Glass / Mirror ST. GOBAIN, MODIGUARD, ASAHI


Viterous Chinaware sanitary work Parryware, Hindware, Dovel, Jaquar
Bathroom accessories (Towel ring, Jaguar, Kich, Archware
Towel rack, Soap Dish Holder, etc)
Water supply CP Fittings & Jaquar, Kohler, Roca
Accessories
PVC water tank Sintex, National Plastic, Kaveri
Stainless Steel Sink Nirali, Cera, Jaquar, Neelkantha
GI Pipes Zenith / Tata / Jindal
GI Fittings Unik, Zoloto, AVR
Valves Zoloto, Sant, KIRLOSKAR, LEADER
HDPE Pipe Reliance, Jain Pipes, ORIPLAST, Supreme
DI Pipes AND Fittings ELECTROSTEEL, Kesoram, JINDAL, TATA
DUCTURA, Neco, Kapilansh
Centrifugally Cast (Spun) Iron Neco, Kapilansh, SKF
Pipes & Fittings
Hubless CI Pipes & Fittings Neco, Kapilansh, SKF
CI Manhole covers, Frames & GI Neco, Kapilansh, SKF
Gratings
SFRC Covers KK spun pipes, Jain spun pipes, SS industries

RCC Pipes Jain Spun Pipes, K.K.Spun Pipe, The Indian


Hume Pipe Co.Ltd., Patel Hume Pipes.
UPVC / CPVC Pipe & Fittings Finolex Supreme, Prince, Astral, Ashirwad,
Raksha.

UPVC DOORS & windows (Profile Fenesta, Kommerling, Aluplast


makers & their authorized
Fabricators only)
UPVC DOORS & windows Rotto, Dorset, Kinlong
Hardware

Sr.Dman /AE (C) / EE (C)


84

FRP chajja, FRP Shutters & Fibreways Technology Faridabad (Haryana),


Frame Fiber utility, Bhatt FRP or equivalent,
AnodisedAluminium Doors Fittings (ISI Classic , Shalimar , Prestige
Marked only)
PVC Shutters & Frame Rajashree, Plastiwood, Accucel, Vijay Doors.

Steel Door / Window Frames AGEW, SenHarvik , Shiv Mular, Steel Plast

SBR COMPOUND ( For REPAIR MASTER EMACO SBR2 OF BASF, SIKA LATEX
MORTAR & WATER PROOFING SLURRY POWER, CICO LATEX sbr
)
Acrylic Polymer FOR BOND COAT AND Anuvi Chemical, Sunanda Specialty Coating Pvt.
POLYMER MODIFIED MORTAR Ltd,
Rust remover Anuvi Chemical, Sunanda Specialty Coating Pvt.
Ltd,
Rust Passivator Anuvi Chemical, Sunanda Specialty Coating Pvt.
Ltd,
READYMADE SINGLE COMPONENT MASTER EMACO S 348 OF BASF, ANUVI CHEMICAL,
POLYMER SUNANDA SPECIALITY COTING PVT.LTD, SKG
CONSTN.
MODIFIED REPAIR MORTAR
MICRO CONCRETE DR. FIXIT , BASF , FOSROC
Stone Ware Pipes Grade-A (ISI Sonya, Supertech, Cherry
Marked only)

PTMT (ISI Marked only) Prayag , Polytuf

Readymade plaster Precise Conchem Pvt. Ltd.,Ultratech,Wall plast

Sr.Dman /AE (C) / EE (C)


85

SCHEDULE OF QUANTITY
Name of work :- External repair work and painting work, renovate the reception, dining
area, providing and fixing profile sheet including renovation of internal EI and Upgradation
of old conventional light fittings & fans with LED fittings and Energy efficient 5 star rated
fans etc. in CSD Canteen, CSD Estate, Ghatkopar (West), Mumbai.

SLNo Description Qty Unit Rate Amount


1 EARTH WORK
1.1 Excavating, supplying and filling
of local earth (including royalty)
by mechanical transport upto a
lead of 5km also including
ramming and watering of the
earth in layers not exceeding 20
cm in trenches, plinth, sides of
foundation etc. complete. 28 cum 323.90 9069.00
2 CONCRETE WORK
2.1 Providing and laying in position
cement concrete of specified
grade excluding the cost of
centering and shuttering - All
work up to plinth level :
2.1.1 1:2:4 (1 cement : 2 coarse sand
(zone-III) derived from natural
sources: 4 graded stone
aggregate 20 mm nominal size
derived from natural sources). 28 cum 6788.60 190081.00
2.1.2 1:5:10 (1 cement : 5 coarse sand
(zone-III) derived from natural
sources: 10 graded stone
aggregate 40 mm nominal size
derived from natural sources). 28 cum 5520.30 154568.00
3 REINFORCED CEMENT CONCRETE
3.1 Steel reinforcement for R.C.C.
work including straightening,
cutting, bending, placing in
position and binding all complete
above plinth level.
3.1.1 Thermo-Mechanically Treated
bars of grade Fe-500D or more. 2130 kg 83.50 177855.00
4 MASONRY WORK
4.1 Brick work with common burnt
clay F.P.S. (non modular) bricks
of class designation 3.5 in
superstructure above plinth level
up to floor V level in all shapes
and sizes in :
4.1.1 Cement mortar 1:4 (1 cement : 4
coarse sand) 5 cum 7809.25 39046.00
4.2 Half brick masonry with common
burnt clay F.P.S. (non modular)
bricks of class designation 3.5 in
superstructure above plinth level
up to floor V level.

Sr.Dman /AE (C) / EE (C)


86

4.2.1 Cement mortar 1:3 (1 cement :3


coarse sand) 41 sqm 956.60 39221.00
5 CLADDING WORK
5.1 Providing and fixing 18 mm thick
gang saw cut, mirror polished,
premoulded and prepolished,
machine cut for kitchen
platforms, vanity counters,
window sills, facias and similar
locations of required size,
approved shade, colour and
texture laid over 20 mm thick
base cement mortar 1:4 (1
cement : 4 coarse sand), joints
treated with white cement, mixed
with matching pigment, epoxy
touch ups, including rubbing,
curing, moulding and polishing to
edges to give high gloss finish
etc. complete at all levels.
5.1.1 Granite of any colour and shade
5.1.1.1 Area of slab upto 0.50 sqm 22 sqm 4217.35 92782.00
5.1.1.2 Area of slab over 0.50 sqm 6.5 sqm 4007.65 26050.00
6 WOOD AND PVC WORK
6.1 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.
6.1.1 35 mm thick including ISI
marked Stainless Steel butt
hinges with necessary screws 26 sqm 3023.95 78623.00
6.2 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 :
6.2.1 300x16 mm 5 each 257.15 1286.00
6.2.2 250x16 mm 5 each 231.70 1159.00
6.3 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 :
6.3.1 250x10 mm 70 each 103.55 7249.00

Sr.Dman /AE (C) / EE (C)


87

6.4 Providing and fixing aluminium


handles, ISI marked, anodised
(anodic coating not less than
grade AC 10 as per IS : 1868)
transparent or dyed to required
colour or shade, with necessary
screws etc. complete :
6.4.1 100 mm 60 each 52.85 3171.00
6.5 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.
6.5.1 Single rubber stopper 20 each 33.95 679.00
6.6 Providing and fixing bright
finished brass 100 mm mortice
latch and lock, ISI marked, with
six levers and a pair of anodised
(anodic coating not less than
grade AC 10 as per IS : 1868)
aluminium lever handles of
approved quality with necessary
screws etc. complete. 10 each 748.65 7487.00
6.7 Providing and fixing magnetic
catcher of approved quality in
cupboard / ward robe shutters,
including fixing with necessary
screws etc. complete.
6.7.1 Triple strip vertical type 5 each 39.05 195.00
6.8 Providing and fixing bright /matt
finished Stainless Steel handles
of approved quality & make with
necessary screws etc all
complete.
6.8.1 100mm 5 each 74.00 370.00
7 STEEL WORK
7.1 Structural steel work riveted,
bolted or welded in built up
sections, trusses and framed
work, including cutting, hoisting,
fixing in position and applying a
priming coat of approved steel
primer all complete. 13500 kg 101.75 1373625.00
7.2 Steel work welded in built up
sections/ framed work, including
cutting, hoisting, fixing in
position and applying a priming
coat of approved steel primer
using structural steel etc. as
required.
7.2.1 In gratings, frames, guard bar,
ladder, railings, brackets, gates
and similar works 1200 kg 131.00 157200.00

Sr.Dman /AE (C) / EE (C)


88

8 FLOORING
8.1 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 @ 3.3 kg/ sqm
including grouting the joints with
white cement and matching
pigments etc., complete.
8.1.1 Size of Tile 600x600 mm 420 sqm 1500.55 630231.00
8.2 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).
8.2.1 Size of Tile 600x600 mm 15 sqm 1734.00 26010.00
8.3 Grouting the joints of flooring
tiles having joints of 3 mm width,
using epoxy grout mix of 0.70 kg
of organic coated filler of desired
shade (0.10 kg of hardener and
0.20 kg of resin per kg),
including filling / grouting and
finishing complete as per
direction of Engineer-in-charge.
8.3.1 Size of Tile 600x600 mm 420 sqm 241.45 101409.00
9 ROOFING

Sr.Dman /AE (C) / EE (C)


89

9.1 Providing reinforced by organic


fibres and/or inorganic synthetic
fibres cement 6 mm thick
corrugated sheets (as per IS:
14871) roofing up to any pitch
and fixing with polymer coated J,
or L hooks, bolts and nuts 8 mm
dia. G.I. plain and bitumen
washers or with self drilling
fastener and EPDM washers etc.
complete (excluding the cost of
purlins, rafters and trusses),
including cutting sheets to size
and shape wherever required.
199 sqm 453.25 90197.00
9.2 Providing and fixing on wall face
unplasticised Rigid PVC rain
water pipes conforming to IS :
13592 Type A, including jointing
with seal ring conforming to IS :
5382, leaving 10 mm gap for
thermal expansion, (i) Single
socketed pipes.
9.2.1 110 mm diameter 45 metre 305.05 13727.00
9.3 Providing and fixing on wall face
unplasticised - PVC moulded
fittings/ accessories for
unplasticised Rigid PVC rain
water pipes conforming to IS :
13592 Type A, including jointing
with seal ring conforming to IS :
5382, leaving 10 mm gap for
thermal expansion.
9.3.1 Bend 87.5°
9.3.1.1 110 mm bend 12 each 129.85 1558.00
9.3.2 Shoe (Plain)
9.3.2.1 110 mm Shoe 12 each 113.80 1366.00
9.4 Providing and fixing precoated
galvanised steel sheet roofing
accessories 0.50 mm (+0.05 %)
total coated thickness, Zinc
coating 120 grams per sqm as
per IS: 277, in 240 mpa steel
grade, 5-7 microns epoxy primer
on both side of the sheet and
polyester top coat 15-18 microns
using self drilling/ self tapping
screws complete :
9.4.1 Ridges plain (500 - 600mm) 220 metre 416.30 91586.00
10 FINISHING
10.1 15 mm cement plaster on the
rough side of single or half brick
wall of mix :
10.1.1 1:4 (1 cement: 4 fine sand) 100 sqm 307.90 30790.00

Sr.Dman /AE (C) / EE (C)


90

10.2 Finishing walls with Acrylic


Smooth exterior paint of required
shade :
10.2.1 New work (Two or more coat
applied @ 1.67 ltr/10 sqm over
and including priming coat of
exterior primer applied @ 2.20
kg/10 sqm) 1000 sqm 164.70 164700.00
10.3 Applying priming coat:
10.3.1 With ready mixed pink or Grey
primer of approved brand and
manufacture on wood work (hard
and soft wood) 50 sqm 57.05 2853.00
10.4 Painting with synthetic enamel
paint of approved brand and
manufacture to give an even
shade :
10.4.1 Two or more coats on new work 600 sqm 121.55 72930.00
10.5 Providing and applying white
cement based putty of average
thickness 1 mm, of approved
brand and manufacturer, over
the plastered wall surface to
prepare the surface even and
smooth complete. 1500 sqm 115.15 172725.00
10.6 Distempering with 1st quality
acrylic distemper, having VOC
(Volatile Organic Compound )
content less than 50 grams/ litre,
of approved brand and
manufacture, including applying
additional coats wherever
required, to achieve even shade
and colour.
10.6.1 Two coats 1090 sqm 81.90 89271.00
10.7 Removing dry or oil bound
distemper, water proofing
cement paint and the like by
scrapping, sand papering and
preparing the surface smooth
including necessary repairs to
scratches etc. complete. 840 sqm 18.25 15330.00
11 REPAIRS TO BUILDING
11.1 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 direction of Engineer-in-
Charge.
11.1.1 With cement mortar 1:4 (1
cement : 4 fine sand) 150 sqm 417.80 62670.00

Sr.Dman /AE (C) / EE (C)


91

12 DISMANTLING AND
DEMOLISHING
12.1 Demolishing cement concrete
manually/ by mechanical means
including disposal of material
within 50 metres lead as per
direction of Engineer - in -
charge.
12.1.1 Nominal concrete 1:4:8 or leaner
mix (i/c equivalent design mix) 28 cum 1072.80 30038.00
12.2 Dismantling doors, windows and
clerestory windows (steel or
wood) shutter including
chowkhats, architrave, holdfasts
etc. complete and stacking within
50 metres lead :
12.2.1 Of area 3 sq. metres and below 30 each 274.50 8235.00
12.3 Dismantling wood work in
frames, trusses, purlins and
rafters up to 10 metres span and
5 metres height including
stacking the material within 50
metres lead :
12.3.1 Of sectional area 40 square
centimetres and above 14 cum 3345.90 46843.00
12.4 Dismantling tile work in floors
and roofs laid in cement mortar
including stacking material within
50 metres lead.
12.4.1 For thickness of tiles 10 mm to
25 mm 420 sqm 54.85 23037.00
12.5 Dismantling stone slab flooring
laid in cement mortar including
stacking of serviceable material
and disposal of unserviceable
material within 50 metres lead. 7 sqm 190.30 1332.00
12.6 Dismantling roofing including
ridges, hips, valleys and gutters
etc., and stacking the material
within 50 metres lead of:
12.6.1 Asbestos Cement sheet 1950 sqm 56.90 110955.00
12.7 Dismantling wooden boardings in
lining of walls and partitions,
excluding supporting members
but including stacking within 50
metres lead :
12.7.1 Thickness above 10 mm up to 25
mm 50 sqm 57.30 2865.00
12.8 Dismantling old plaster or skirting
raking out joints and cleaning the
surface for plaster including
disposal of rubbish to the
dumping ground within 50
metres lead. 665 sqm 39.00 25935.00

Sr.Dman /AE (C) / EE (C)


92

12.9 Dismantling aluminium/ Gypsum


partitions, doors, windows, fixed
glazing and false ceiling including
disposal of unserviceable material
and stacking of serviceable
material with in 50 meters lead
as directed by Engineer-in-
charge. 450 sqm 42.00 18900.00
13 SANITARY INSTALLATIONS
13.1 Providing and fixing Stainless
Steel A ISI 304 (18/8) kitchen
sink as per IS:13983 with C.I.
brackets and stainless steel plug
40 mm, including painting of
fittings and brackets, cutting and
making good the walls wherever
required :
13.1.1 Kitchen sink with drain board
13.1.1.1 510x1040 mm bowl depth 200
mm 1 each 5584.10 5584.00
14 ALUMINIUM WORK
14.1 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) :
14.1.1 For fixed portion
14.1.1.1 Anodised aluminium (anodised
transparent or dyed to required
shade according to IS: 1868,
Minimum anodic coating of grade
AC 15) 150 kg 423.95 63593.00

Sr.Dman /AE (C) / EE (C)


93

14.1.2 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 EPDM rubber
/ neoprene gasket required
(Fittings shall be paid for
separately)
14.1.2.1 Anodised aluminium (anodised
transparent or dyed to required
shade according to IS: 1868,
Minimum anodic coating of grade
AC 15) 150 kg 513.40 77010.00
14.2 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):
14.2.1 With float glass panes of 4.0 mm
thickness (weight not less than
10kg/sqm) 25 sqm 999.60 24990.00
14.3 Providing and fixing 12 mm thick
frameless toughened glass door
shutter of approved brand and
manufacture, including providing
and fixing top & bottom pivot &
double acting hydraulic floor
spring type fixing arrangement
and making necessary holes etc.
for fixing required door fittings,
all complete as per direction of
Engineer-in-charge (Door handle,
lock and stopper etc.to be paid
separately). 15 sqm 4447.90 66719.00
15 NEW TECHNOLOGIES AND
MATERIALS
15.1 Providing and fixing concealed
hinge of approved quality for 19-
20mm thick door with stainless
steel screws complete : 10 each 105.25 1053.00

Sr.Dman /AE (C) / EE (C)


94

15.2 Providing and fixing false ceiling


at all heights with integral
densified calcium silicate
reinforced with fibre and natural
filler false ceiling tiles of Size
595x595mm of approved texture,
design and patterns having NRC
(Noise Reduction coefficient) of
0.50 (minimum) as per IS
8225:1987, Light reflectance of
85% (minimum). Non
combustible as per BS:476 (part-
4), fire performance as per
BS:476 (part 6 &7), humidity
resistance of 100%, thermal
conductivity < 0.043 W/m K as
per ASTM 518:1991,in true
horizontal level suspended on
inter-locking metal T-Grid of hot
dipped galvanised iron section of
0.33mm thick (galvanized @ 120
grams per sqm including both
sides) comprising of main-T
runners of size 24x38 mm of
length 3000 mm, cross - T of size
24x32 mm of length 1200 mm
and secondary intermediate
cross-T of size 24x32 mm of
length 600mm to form grid
module of size 600 x 600 mm,
suspended from ceiling using
galvanised mild steel items
(galvanizing @ 80 grams per
sqm) i.e. 50 mm long, 8 mm
outer diameter M-6 dash
fasteners, 6 mm dia fully
threaded hanger rod upto 1000
mm length and L-shape level
adjuster of size 85x25x25x2 mm.
Galvanised iron perimeter wall
angle of size 24x24x0.40 mm of
length 3000 mm to be fixed on
periphery wall / partition with the
help of plastic rawl plugs at 450
mm center to center and 40 mm
long dry wall S.S screws. The
work shall be carried out as per
specifications, drawing and as per
directions of the Engineer-in-
Charge.
15.2.1 With 15 mm thick tegular edged
light weight calcium silicate false
ceiling tiles. 450 sqm 1688.80 759960.00
Total A 5194118.00
16 NON SCHEDULE

Sr.Dman /AE (C) / EE (C)


95

16.1 Collecting and disposal of


building rubbish / waste
materials etc. by mechanical
transport to the approved
municipal dumping ground
including loading, unloading
stacking and spreading etc.
beyond 50 lead for all leads
including all lifts complete as per
the direction of Engineer-in-
charge. (Measurement shall be as
per truck measurement and 5%
deduct for voids.)
16.1.1 Lead Upto 20 Km.
350 Cum 476.75 166863.00
16.2 Providing and plastering with
premixed readymade cement
mortarof approved brand / make,
manufactured in automated dry
mix batching plant where
Cement, sand and polymer
additive are mixed in pre-
determined ratio (as per
manufacturer specification). In
one coat.

16.2.1 6 to 7 liter potable water (as per


manufacturer specification) shall
be added to 40 kg of readymix
dry mortar on mortar mixing G.I
tray and shall be mixed well for
4-5 minutes. The mortar shall be
left undisturbed for 3-5 minutes
to dissolve additive and shall be
mixed once again to form
cohesive and consistent mix.
16.2.1.1 18 mm average thickness in two
coats under layer 12 mm thick
cement plaster and top layer 6
mm thick cement plaster finished
rough with spong 665 Sqm 688.50 457853.00
16.3 Providing and fixing concealed
sliding aluminium window latch
150 mm long of approved make
with zinc body powder coated /
anodised transparent or dyed to
required shade to match the
shade of window shutter etc as
per direction of Engineer-in-
charge.
40 Each 110.30 4412.00

Sr.Dman /AE (C) / EE (C)


96

16.4 Providing and fixing pre-painted


galvalume (PPGL) sheets having
size, shape and pitch of
corrugation as approved by
Engineer-in-charge. The feed
material shall be manufactured
out of nominal 0.50 mm total
coating thickness (TCT), Hi
tensile steel with aluminimum
zinc alloy sheets with 55%
aluminimum 43.5% Zinc and
1.6% silicon, minimum 550 MPG
yield strength, with RMP (Regular
modified polyester) coated
Galvalum AZ150 (Min 150 GSM
total on both side). Sheets shall
have pre-coating consisting of
top coat – E poxy primer of 5 to
7 micron, polyester coating of
approved shade of 25 micron and
back coat 6 to 8 micron primer.
The sheet shall be fixed using self
drilling /self tapping screws of
size (5.5x 55 mm) with EPDM
seal, complete upto any pitch in
horizontal/ vertical or curved
surfaces, excluding the cost of
purlins, rafters and trusses and
including cutting to size and
shape wherever required.
1800 Sqm 602.75 1084950.00
16.5 Providing and fixing G.I.
rainwater gutter of size (100 mm
X 300 mm X 100 mm), 0.8 mm
thickness including fittings and
transportation as per ther
engineer in charge. (Venus
metalcraft Mobile No. +91
8652876524)

200 Metre 653.85 130770.00


17 CREDIT ITEMS
17.1 Credit for taking away the
dismantled material
(unserviceable) received from
work such as reinforcement bras,
GI pipesm CI or SCI pipes, MS
tanks CI flushing cistern, M.S.
Grills, M. S. bars, Channels, flats
etc. as per as per direction of
Engineer – in – charge. 1000 Kg. -19.20 -19200.00
17.2 Credit for taking away the
dismantled material
(unserviceble) wooden door/
window member etc. 6300 kg -14.40 -90720.00

Sr.Dman /AE (C) / EE (C)


97

17.3 Credit for taking away dismantle


materials such as A.C.Sheets.

900 Sqm. -28.80 -25920.00


Total B 1709008.00
Total A & B 6903126.00
Add Cost Index @22.88% on SR
& DR of Total A 5194118.00 1188414.00
Grand Total 8091540.00

Sr.Dman /AE (C) / EE (C)


98

Central Public Works Department

NIT NO: 31/EE/MUMBAI-III/2020-21

PART C

Electrical & Mechanical

O/o EXECUTIVE ENGINEER, MUMBAI-III


CENTRAL PUBLIC WORKS DEPARTMENT

AE (E) / EE (E)
99

INDEX PART C

Sl. No. Particulars Page No.


3 PART – C ELECTRICAL & MECHANICAL 98 to 98
1 INDEX 99 to 99
2 Proforma of schedules 100 to 105
3 Terms & Conditions 106 to 111
4 Additional conditions & Specifications 112 to 113
5 Eligibility Criteria for main agency w.r.t. Associated 114 to 117
Electrical Agencies
6 Proposal for Associating Electrical agencies – 118 to 118
(Annexure-I)
7 Consent letter from eligible Associate agency – 119 to 119
(Form-A)
8 Memorandum of Understanding (separate for each 120 to 121
subhead of E & M works) (Form B)
9 List of preferred makes - E & M services 122 to 122
10 Schedule of Quantities (Electrical work) 123 to 129

AE (E) / EE (E)
100

PROFORMA OF SCHEDULES
(FOR ELECTRICAL AND MECHANICAL COMPONENT)

SCHEDULE “A”

Schedule of quantities (As per PWD-3) : Enclosed

SCHEDULE ‘D’

Extra schedule for specific : As per sheet attached


requirements/document for the work, if
any

SCHEDULE ‘E’

Reference to General Conditions of : As specified in relevant Clause in Part A


contract Reference to General Conditions of
Contract

Name of work : External repair work and painting work, renovate the reception,
dining area, providing and fixing profile sheet including renovation of internal EI and
Upgradation of old conventional light fittings & fans with LED fittings and Energy
efficient 5 star rated fans etc. in CSD Canteen, CSD Estate, Ghatkopar (West),
Mumbai.

Estimated cost of work : As specified in relevant Clause in Part A

Civil components : As specified in relevant Clause in Part A

E & M Components : As specified in relevant Clause in Part A

Earnest Money : As specified in relevant Clause in Part A

Performance Guarantee : As specified in relevant Clause in Part A

Security Deposit : As specified in relevant Clause in Part A

SCHEDULE ‘F’
(GENERAL RULES AND DIRECTIONS)

Officer inviting tender : As specified in relevant Clause in Part A

Maximum percentage for quantity of : See below

items of work to be executed beyond


which rates are to be determined in
accordance with Clauses 12.2 & 12.3

AE (E) / EE (E)
101

Definitions

CPWD Directorate : CPWD Directorate includes Director General


/ Special Director General / Additional
Director General / CPM / CA / Chief
Engineer / CE-ED / PM / SE /SE-PD/
Director (Horticulture)

Successor : Any authority as notified by the CPWD


Directorate before, during and after
execution of work / agreement.

2(v) Engineer-in-Charge : Executive Engineer (E), Mumbai-II, CPWD,


Mumbai-400037 or successor thereof (for
Electrical component)

2(vii) Accepting Authority : Executive Engineer (C), Mumbai-III, CPWD,


Mumbai-400037

2(x) Percentage on cost of materials : 15%


and Labour to cover all
overheads and profits
2(x) Standard Schedule of Rates : DSR-2018 (E & M) with amendments up
to date & MR
2(xi) Department : Central Public Works Department

9(ii) Standard CPWD Contract Form : Upto last date of submission of the bid
GCC 2020 for maintenance work,
CPWD Form 7/8 modified &
Corrected up to DATE

Clause 1

(i) Time allowed for submission of : As specified in relevant Clause in Part A


Performance Guarantee,
Prorgamme Chart (Time and
Progress) and applicable labour
licenses, registration with EPFO,
ESIC and BOCW Welfare Board
or proof of applying thereof
from the date of issue of letter
of acceptance
(ii) Maximum allowable extension : As specified in relevant Clause in Part A
beyond the period provided in (i)
above

Clause 2

Authority for fixing compensation : As specified in relevant Clause in Part A

AE (E) / EE (E)
102

under clause 2

Clause 2A

Whether Clause 2A shall be : As specified in relevant Clause in Part A


applicable

Clause 5

Number of days from the date of : As specified in relevant Clause in Part A


issue of letter of acceptance for
reckoning date of start

Mile stone(s) : N.A.

Time allowed for execution of work : As specified in relevant Clause in Part A

Authority to decide

(i) Extension of time : As specified in relevant Clause in Part A


(ii) Rescheduling of mile stones : As specified in relevant Clause in Part A
(iii) Shifting of date of start in case of delay : As specified in relevant Clause in Part A
in handing over site

PROFORMA OF SCHEDULES Clause 5 schedule of handing over of site.

Part Portion of site Description Time period for handing over


reckoned from date of issue of
letter of intent.
Part A Portion without any As specified in relevant Clause in Part A
hindrance
Part B Portions with
encumbrances
Part C Portions dependent
on work of other
agencies

Clause 5

Applicable Clause 5/ Clause 5A : As specified in relevant Clause in Part A

Clause 7

Gross work to be done together with net : Rs. 3.00 lakh, for electrical work and
part thereof as per discretion of
payment /adjustment of advances for
Engineer- in-Charge
material collected, if any, since the last
such payment for being eligible to

AE (E) / EE (E)
103

interim payment

Clause 7A

Whether Clause 7A shall be applicable : Yes / No

Clause 10A

List of testing equipment to be provided by : Megger, Earth Tester, Multimeter, Tong


the contractor at site lab Tester

Clause 10B(ii)

Whether Clause 10 B (ii) shall be : No


applicable

Clause 10C

Component of labour expressed as : As specified in relevant Clause in Part A


percent of value of work

Clause 10CC

Applicable / Not Applicable : As specified in relevant Clause in Part A

Clause 11

Specifications to be followed for : As per CPWD General Specifications


for Electrical works
execution of work
(Part- I) Internal -2013,
(Part II) External 1994,
(Part-III) Lifts & Escalators–2003
(Part-IV) Sub Station-2013,
(Part-V) Wet Riser & Sprinkler System
-2006 as amended up to date of call of
tender.

Clause 12

Authority to decide deviation upto 1.5 : As specified in relevant Clause in Part A


times of tender amount

12.2. & 12.3

Deviation limit beyond which clauses : 50% (Fifty percent)


12.2 & 12.3 shall apply for Building
work

12.5 i) Deviation limit beyond which : N.A.

AE (E) / EE (E)
104

clauses 12.2 & 12.3 shall apply for


foundation work

Clause 16

Competent Authority for deciding : As specified in relevant Clause in Part A


reduced rates

Clause 18

List of mandatory machinery, tools & : As per Requirement at site and as per
plants to be deployed by the contractor direction of Engineer-in-charge
at site

Clause 19C

Authority to decide penalty for each default : Executive Engineer of respective


discipline or any other Authority as
decided by CPWD Directorate

Clause 19D

Authority to decide penalty for each default : Executive Engineer of respective


discipline or any other Authority as
decided by CPWD Directorate

Clause 19G

Authority to decide penalty for each default : Executive Engineer of respective


discipline or any other Authority as
decided by CPWD Directorate

Clause 19K

Authority to decide penalty for each : Executive Engineer of respective


default
discipline or any other Authority as
decided by CPWD Directorate

Clause 25

Constitution of Dispute Redressal : As specified in relevant Clause in Part A


Committee

AE (E) / EE (E)
105

Clause 32

Requirement of technical representative & recovery rate

Sr Minimum Number Designation Minimum Rate of which recovery


. Qualificatio (Electrical (Principal Experien shall be made from the
N n of ) Technical / ce in contractor in the event of
o. Technical Technical years not fulfilling provision of
Representat Representativ Clause 32
ive e)
Figures Words

1 Graduate 1 Project 2 years Rs. Rupees


Engineer manager or 5 15,000/ Fifteen
Or cum years -Per Thousand per
Diploma planning/ respectiv month month per
Engineer Site/billing ely per person
Engineer person

Assistant Engineers retired from Government services who are holding Diploma will be treated at
par with Graduate Engineers.

Diploma holder with minimum 10 year relevant experience with a reputed construction company
can be treated at par with Graduate Engineers for the purpose of such deployment subject to
the condition that such diploma holders should not exceed 50% of requirement of degree
engineers.

Clause 38

(i) a) Schedule/statement for determining theoretical quantity NA


of cement & bitumen on the basis of Delhi Schedule of
Rates
(ii) Variations permissible on theoretical quantities: NA
a) Cement NA
For works with estimated cost put to tender more than NA
Rs. 5 lakhs.
b) Bitumen for all works NA

c) Steel Reinforcement and structural steel sections for NA


each diameter, section and category
d) All other materials NA

AE (E) / EE (E)
106

TERMS AND CONDITIONS

Name of Work: External repair work and painting work, renovate the reception,
dining area, providing and fixing profile sheet including renovation of internal EI and
Upgradation of old conventional light fittings & fans with LED fittings and Energy
efficient 5 star rated fans etc. in CSD Canteen, CSD Estate, Ghatkopar (West),
Mumbai.

1. The work shall be carried out in accordance with the General specification for
Electrical works of CPWD Part-I internal EI 2013 & Part-II 1995, Part-VI 1988 (Fire
Alarm System), Part-VII 2013 (D.G. Set), as amended up to date, relevant I.E
rules & as per directions of Engineer-in-Charge, as per actual site requirements.

2. The work is to be carried out in workmanship like manner & generally in


accordance with the plans. However, the contractor will be bound to carryout the
work with minor deviations over the plans supplied, if so desired by the Engineer-
in-Charge.

3. The Contractor has to make his own arrangement for the storage of the material at
site, necessary watch and ward of the electrical installation during the execution of
work till the same is handed over to the department. No extra payment will be
made on this account.

4. All chases, holes, Road crossing & other allied work shall be done to the original
finish as per requirement without any additional cost. The contractor shall
coordinate with all other agencies involved so that building work is not hampered.

5. All damages to the building made by the contractor shall have to be made good to
its original finish as per the requirement within tender amount.

6. To ensure genuineness of materials, the contractor shall procure materials from


authorized dealers only. Materials will be supplied at site with delivery challan/bill
copy of authorized dealers.

7. No T&P shall be issued to the contractor.

8. The Contractor is advised to visit the site of work to have an idea of the execution
of the work, failure to do so will not absolve their responsibility to do the work as
specified in agreement.

9. The tendered rates should be inclusive of all taxes such as GST, levies, packing,
transportation, handling, duties etc. Nothing extra will be paid on this account.

10. Materials shall be procured only after assessing exact quantity at site in
consultation with Engineer-in-charge. The quantities taken in schedule of work are
tentative.

11. All the materials to be used in the work shall be of good quality and as per the
make given in the list of preferred make of material, new and of latest model,
however the same shall be got approved from the Engineer-in-Charge before use
in work.

12. Installation shall be guaranteed for one year from the date of taken over by the
deptt. in good working condition or as per manufacturer standard whichever is
later. All defects during the above period should be attended by the firm
immediately but not later than 72 hours as per urgency at site at their own cost.
No extra payment shall be paid by the department on this account.

AE (E) / EE (E)
107

13. The contractor shall use any of the makes for use in work as below after
confirming the approval of Engineer-in-Charge.
14. The department shall be at liberty to discontinue the work at any time without
assigning any reason and no claim of any sort shall be entertained due to
premature closure of the contract.

15. The department will not be responsible for any injury sustained by the agency
workers during the performance of their duties and also for any damages or
compensation due to any dispute between the agency and its workers. Any
expenditure incurred by the department to face the situation arising out of act of
his workers will be paid by the Agency. The Agency will be fully responsible for the
payment of compensation.

16. In case it is noticed by the Engineer – in – Charge that the work carried out by the
agency is not up to the mark/ required standard , two days written notice will be
given to the Agency, warning the bad state of work and asking Agency to improve
upon the standard within this period. In the event of the Department finding that
there is no improvement and the work is not being carried out as per instructions,
giving 24 hours notice shall terminate the contract.

17. Engineer – in Charge shall have the absolute power to with hold such amount from
the claim of the Agency/ Contractor as he finds suitable for breach of any condition
mentioned herein as above to compensate the damages/ risk caused by negligence
of Agency / Contractor or his workman.

18. Labour engaged by the contractor shall not be paid less than the minimum wages
as fixed by the Government from time to time.

19. The MCB’s, RCCB with MCB and MCB DB’s shall be of the same make. The front
cover of the MCB DB’s shall be powder coated.

20. All metal boxes housing control switches, regulators, plug sockets and all LED
fittings shall be suitably earthed and no extra amount is payable on this account
for loop earthing switch boxes of same distribution circuits.

21. Termination of wiring inside the DB’s Main Board shall be with crimped copper lugs
connection.

22. Point wiring and Power wiring shall be taken in separate conduit/casing capping.

23. The contractor shall also supply insulation and earth test reports before the
installations are handed over to the Engineer-in-Charge in good condition, as
required under CPWD specifications.

24. Unless and otherwise mentioned in the TENDER documents, the following works
shall be done by the contractor, and therefore their cost shall be deemed to be
included in their tenderer cost :-
a) Cutting and making good of all damages caused during installation of equipment’s
and restoring the same to their original finish.
b) Sealing of all floor openings provided by him for pipes and cables, from fire safety
point of view, after laying of the same.

25. All the dismantled material credit to work so contractor should be taken out
dismantle material after completion of work.

26. Secure advance/ any advance Payment against material brought at site or any
other advances will not be made to contractor. Running bills will be made according
to work execution and after measurement as per Engineer-in-charge decision.

AE (E) / EE (E)
108

27. Contractor should execute work as per instructions of Engineer-in-charge and


binding to these instructions.

28. The work to be executed along with civil work so contractor should maintain cordial
relations with civil/other agencies.

29. The contractor should execute work as per practical site conditions, Schedule of
quantity and instructions of Engineer-in-charge. The contractor should brought
material as per site requirement only (Quantity mentioned in the Schedule is
tentative).

30. The material should have guarantee/warrantee for 12 months (in case of LED
Fittings minimum 5 years) or as per manufacturer standard whichever is later.

31. The contractor shall use any one of the makes as below after getting the approval
from the Engineer-in-Charge.

AE (E) / EE (E)
109

GENERAL TERMS AND CONDITIONS

Name of Work:- External repair work and painting work, renovate the reception, dining area,
providing and fixing profile sheet including renovation of internal EI and Upgradation of old
conventional light fittings & fans with LED fittings and Energy efficient 5 star rated fans etc.
in CSD Canteen, CSD Estate, Ghatkopar (West), Mumbai.

1. The work shall be carried out as per CPWD specification for Electrical works as
amended upto date & as per relevant I.E. rules and as per the directions of
Engineer-in-charge.

2. The tendered rates should be inclusive of all taxes, levies, GST, packing,
transportation, handling, duties, levies etc. and all charges for items contingent to
the work, such as packing, forwarding, insurance, freight and delivery, installation,
testing, commissioning etc at site i/c temporary constructional storage,
equipments required for temporary power connections, risk, overhead charges,
general liabilities/ obligations etc. Nothing extra will be paid on this account.

3. The work is to be carried out in the occupied premises and as per convenience of
the occupant/Dept.

4. The Contractor is advised to visit the site of work to have an idea of the execution
of the work, failure to do so will not absolve their responsibility to do the work as
specified in agreement.

5. No T & P will be issued to the contractor by the department

6. Bad workmanship in the opinion of Engineer-in-charge shall not be accepted and it


will be redone at contractor's own cost.

7. The Work shall be completed within specified period.


8. Storage and safe custody of all materials shall be the sole responsibility of the
Contractor. Nothing extra shall be payable on this account.

9. The contractor has to make his own arrangement for the safety of his workman.
Department shall not be responsible in case of any accident taking place during the
work.

10. All the materials required to be used on the above work shall be new, branded and
good quality. The contractor should procure materials from authorized dealers,
distributor, and manufacturer only. The documentary proof of material purchase
from authorized dealer/OEM like copy of bill/challan/invoice etc shall be produced
on demand of Engineer-in-charge for verification of genuineness of materials. All
the material to be used on works shall bear ISI certification mark unless otherwise
the make is specified in the item or special conditions appended with this tender
document.

11. Material shall be procured only after assessing exact quantity at site in consultation
with Engineer-in-charge. The quantities taken in schedule of work are tentative.

12. The contractor shall use any of the makes for use in work as per list of preferred
makes after confirming the approval of Engineer-in-Charge before use at site. The
sample of the item shall have to be submitted in advance for this purpose.

AE (E) / EE (E)
110

13. All debris due to work of this contract shall be removed by the contractor & nothing
extra shall be paid.

14. The existing old MCB DBs, MCBs received after dismantling shall be credited to
work.

15. The contractor shall depute technically qualified & experienced staff. The contractor
will ensure that all the skilled persons managed / deployed for executing the
electrical work posses wireman license issued by approved authorities.
Consequences arising due to the default of the contractor to comply with this
condition would be contractor’s responsibility only.

16. Staff deputed by contractor for this work shall have no claim on Govt. for
continuous appointment or absorption in the department for regular duty. For all
purpose the staff shall be/ and remain employee of contractor. The staff can be
removed from site without assigning any reason. The decision of Engineer-in-
charge shall be final and binding in this regard.

17. The contractor will have to arrange for insulation and other tests as per rules in the
presence of the representative of Engineer-in-Charge as and when required by him
and submit the test report.

18. NO WAIVING OF LEGAL RIGHTS AND POWERS

19. The Engineer-in-Charge shall not be precluded or stopped from taking any
measurements, and framing of estimates or detaining any certificates made either
before or after the completion and acceptance of the work and payment, from
showing the true amount and character of the works performed and materials
furnished by the Contractor and from showing that any such measurements,
estimates or certificates untrue or incorrectly made and that Engineer-in-charge
shall not be precluded or stopped from recovering from the Contractor such
damages as it may be sustained by reasons of his failure to comply with the terms
and conditions of the contract.

20. The tenderers shall take into account the element of wastage(s) those are likely to
be there in all elements of the work and quote his price, taking that into account.
The tenderers shall study all the items from the point of view of wastage(s), which
are likely to take place. Nothing extra shall be paid on account of idle sitting
labour. The contractor has to work in occupied building.

21. The contractor has to follow security rules & incorporate / liasoning with them.

22. Electric Power Supply


It is the responsibility of the contractor to arrange required power supply for
installation and testing purposes during the contract period. Nothing extra shall be
paid on this account.

23. Contractor shall pay payment to labourers (workers) through account payee
cheque / ECS.

AE (E) / EE (E)
111

24. Contractor shall submit Proof of payment made to labourers engaged for this work
in two copies.

25. Payment details shall include name of worker, bank account details photocopy,
amount due, amount paid and cheque number or ECS statement.

26. Contractor shall payment to workers at the rates not less than the rates payable as
per minimum labour rates published by Labour Department Central Govt. / Govt.
of Maharashtra. (whichever are higher).

27. Contractor has to obtain labour licence from the labour commissioner office as per
prevailing Government rules and has to upload following labour details online on
CPWD with site in WBPIMS using his pan number as log-in ID within 7 days.

a. Address & contract details of the contractor.


b. Number of labour employed for the work.
c. Copy of labour licenses.
d. Registration details with EPFO ESIC, BOCW Welfare Board.
e. ESI smart card for labour.
f. Details and mode of payment made to the labour alongwith details of ESI and
EPF contribution paid on the part of employer and;
g. Prosecutions launched by CIRM.

AE (E) / EE (E)
112

ADDITIONAL CONDITIONS & SPECIFICATIONS

1. Should there be any difference or discrepancy between the description of items as


given in the schedule of quantities, particular specifications for individual items of
work (including special conditions) and/ or the Drawings, I.S. Codes etc., the
following order of preference shall be observed :
a. Description of item in Schedule of quantities.
b. Additional conditions, specifications.
c. General terms & conditions
d. Drawings
d. CPWD Specifications.
e. Indian Standard specification of B.I.S. Codes OR other International code in case
IS code is not available.
f. Decision of Engineer-in-Charge.

2. The work shall be carried out as per CPWD specifications as amended upto date
and as per the instructions of Engineer-in-charge of the work. All installations shall
comply with the requirement of Indian electricity rules 1956, Indian Electricity Act
2003, National Electrical Code, National Building Code 2016 as amended up to
date. In case of items not covered by the above specification, the work shall be
carried out as per the instruction of the Engineer-in-charge.

Sspecifications as specified in Schedule F shall be followed duly amended up to


date of call of tender. However, the higher specifications / stringent conditions of
CPWD specifications or NBC 2016 or Relevant BIS standards as modified up to date
shall be followed.

3. The work is to be carried out in workman like manner & generally in accordance
with the plans. However, the contractor will be bound to carry out the work with
minor deviations over the plans supplied if desired by the Engineer-in-Charge. Bad
workmanship shall be rejected summarily and For redoing the job, no claim of the
contractor shall be entertained on this account.

4. The Contractor has to make his own arrangement for the storage of the material at
site necessary watch and ward of the electrical installation during the execution of
work till the same is handed over to the department. No extra payment will be
made on this account. The storage space shall however be arranged by the
department at the site, if required.

5. All chases, holes, recess etc. for conduits & other allied work shall be done to the
original finish as per requirement without any additional cost.

6. Any damages done to the building chases, holes, recess etc. during the execution
of electrical work shall be made good to its original finish immediately at his own
cost to the entire satisfaction of the Engineer-in-Charge within tender amount.

7. All hardware, fastening material viz nuts, bolts, washer and screws etc to be used
on work shall be of zinc/cadmium plated iron.

AE (E) / EE (E)
113

8. All metallic parts must be properly bonded to the earth. Earthing lugs shall be
provided to all copper earth wires and shall be fixed whenever required by means
of anodized bolts and nuts.

9. Termination of wiring inside the DBs and main board should be done by crimped
Copper lugs connections, for which no extra payment will made.

10. G.I. pipes shall be medium class as per ISI specification & shall be of single piece
without any Joints.

11. Earthing, cement concrete works and testing of the installation shall be done in
presence of the Engineer -in-charge or his authorized representative.

12. Documents to be furnished on completion of installation:

On completion of work the contractor shall test the installations and produce
Completion certificate and Completion Plan as per Clause 1.26 of General
Specifications for Electrical Works Part-I, Internal 2013. Completion plan indicating
the wiring/cabling layout of the installation, indicating the various cables, location
of electrical light fittings, fans, power plug, A/C point, DBs, conduits and trunking
laid for different services along with the location of the switchgear for all the floors
of the building. The contractor shall submit the completion plan/ “AS BUILT”
separately in triplicate on colour print (laminated hard copies + soft copy) within
30 days of the completion of work. In case, the contractor fails to submit the
above, a recovery @ 2.5% of the value of the work (Estimated cost for Electrical
work) subject to a ceiling of Rs. 25,000/- shall be made from the bill of the
contractor.

13. Defect Liability Period: All the equipments shall be guaranteed for a period of 12
Months from date of completion from the date of taking over/ handing over the
installation by the department, against unsatisfactory performance and/or break
down due to defective design, workmanship or material. The equipments or
components, or any part thereof, so found defective during guarantee period shall
be forthwith repaired or replaced free of cost, to the satisfaction of the Engineer-in
Charge. In case it is felt by the department that undue delay is being caused by
the contractor in doing this, the same will be got done by the department at the
risk and cost of the contractor. The decision of the Engineer-in-charge in this
regard shall be final & binding on the contractor.

14. Liasoning with Local power supply provider for shifting of energy meters shall be in
the scope of work of contractor. The contractor shall do submit all
documents/drawings required for shifting the meters etc. All statutory charges/fees
which may be leviable on account of this shall be paid by the department.

AE (E) / EE (E)
114

Conditions & Eligibility Criteria for Main agency w.r.t. Associated


Electrical Agencies

WORKS FOR COMPOSITE TENDER

1.1 The successful bidder shall execute the work packages as a part of the
complete contract. He shall associate himself with an appropriate specialized
agency fulfilling the eligibility criteria.

1.2 For components of E&M works, the eligibility criteria for specialized agencies to
be associated by the main contractor after award of work will be as detailed
below:
For the different E&M subheads, the main contractor will have to engage the
associate electrical contractor/specialized agency in the field after award of
work as per following:-

(a) The main firm should either himself meet the eligibility conditions for the
respective E&M packages or otherwise he will have to associate an
agency meeting the eligibility requirements given below. They will have
to submit consent letter for each of the component of the Electrical work
for Associate agencies by clearly indicating the applicable component of
the work.

(b) The firm should have successfully completed similar works during the last
7 years ending up to previous day of last date of submission of tender for
each sub heads:

(c) The value of executed works shall be brought to current costing level by
enhancing the actual value of work at simple rate of 7% per annum,
calculated from the date of completion to the last date of submission of
bid.

1.3 After award of work and before the first milestone, the main contractor will
have to submit proposal -Name (s) of the proposed associate contractor (for
each of the E&M works), who fulfill set eligibility criteria for the relevant sub-
work ending last day of previous month of submission or date of 1st mile stone.
The documents will have to be submitted in detail as required, which will be
checked as per NIT for approval of the associate contractors. It will be essential
that proposed electrical associate agency qualify the eligibility criteria for sub-
work given in NIT.

1.4 The department reserves the right to allow the main firm to submit additional
Documents /additional names of the associates in case of the deficiencies in
documents or in case of no associate getting qualified in respect of certain
subheads. The same will have to be complied with the main contractor within
the time allowed. The decision of the department shall be firm & binding on the
intending bidders.

1.5 The main firm should submit the consent from eligible electrical contractors to
get associated with them for execution of the electrical component of works in

AE (E) / EE (E)
115

wholesome manner and as per the conditions set out in the MOU to be entered
into, between the one who is awarded the work and the associated eligible
electrical contractor. The main firm shall submit along with consent letter the
following information:

a) Name of firms & addresses.


b) Enlistment Status of the agencies registered/Annually pre-qualified with
CPWD with
c) number (Copy of enlistment order shall be enclosed)
d) Valid up to (mention date)
e) Monetary Limit of work
f) Whether debarred from tendering etc.
g) Consent Letter, MOU as per enclosed Proforma alongwith attested
documents

1.6 In support of the eligibility conditions of the proposed associated electrical


contractor, copy of their registration documents, Electrical Contractor’s License,
GST documents, eligibility documents by competent authority shall have to be
submitted. Such associate electrical contractor will certify that they are not
debarred as on the day of application for sale of tender.

1.7 In event of the concerned E&M agency not performing satisfactorily or failure of
associate/sub-contractor to complete the E&M work, the main contractor on the
written direction of the department, shall remove the Associate/sub-contractor
deployed on the work and shall submit name of new associate who fulfills the
conditions mentioned in NIT to execute the leftover work without any loss of
time or variation in cost to the department in this regard. Such associates shall
also enter into Agreement with the main tenderer and shall meet the entire
guarantee for the equipments already supplied for which payment has been
released by the department in part.

Such associate agency shall be permitted after the approval of the competent
authority, shall enter into a memorandum of understanding along with the
main contractor. If any equipment supplied for the work, during the currency of
the earlier Associate/sub-contractor and paid partly by the department,
becomes redundant /not in a position to be installed and commissioned and put
to beneficial use due to change in agency for execution of E&M work, the main
contractor shall be liable for replacement of the equipment(s) at no cost to
Department, No change of Electrical Contractor will be allowed without prior
approval of the EE (E), Mumbai-II, CPWD, Mumbai-37

1.8 EE (E), Mumbai-II, CPWD, Mumbai-37 shall be the Engineer-in-charge as far as


Electrical works are concerned.

1.9 The main contractor shall be responsible and liable for proper and complete
execution of the Electrical work and ensure coordination and completion of both
Civil and Electrical work.

1.10 The main contractor has to enter into agreement with contractor(s) associated
by him for execution of E&M subheads. Copy of such agreement shall be
submitted to EE(E) in charge of work. In case of change of associate

AE (E) / EE (E)
116

contractor, the main contractor has to enter into agreement with the new
contractor associated by him.

1.11 The associate or sub-contractor shall attend the inspection of the work by the
Engineer in-charge of E&M works as and when required. The agencies
executing the electrical work should have valid license for LT/HT as applicable
and as described in eligibility criteria.

1.12 Verifiable completion certificates of the work eligibility documents as the case
may be, duly attested by the applicant shall be submitted. (Work
Experience/Completion issued clearly indicating 1.Name of work 2. Scope of
Work 3. Agreement No. 4. Estimated Cost 5. Tendered Cost 6. Final Value of
Work Done 7. Date of Start 8. Stipulated date of Completion 9. Actual date of
completion 10. Nature of the Work etc. (In case some of above said details are
not mentioned in the Completion certificate, the firm shall attach sample proof
in support of above details), Valid Electrical Contractor license, as the case may
be, duly countersigned by the applicant as well as signed by the associate
contractors shall also be submitted. Self-attested GST documents in respect of
the associated agencies as well as signed by associate firms shall be submitted
by contractor within 15 days of award of work.

1.13 The main contractor shall be responsible for co-coordinating the activities of all
the works and will ensure progress of all works as per the laid down
programme. The main contractor shall also arrange for proper storage of the
accessories at site and will be responsible for their watch ward.

1.14 The Associated Electrical Contractor or his representative is bound to sign the
site order book as and when required by the Engineer-in-charge and will
comply with the remarks therein.

1.15 Bills for the works shall be presented to the Executive Engineer (Electrical) for
E & M sub-heads of work by the main contractor. The Executive Engineer
(Electrical) shall examine them for pass and payment of Running Bills.

1.16 The work completion certificate for E&M works shall be issued in favour of the
associated E&M contractor engaged for the particular sub head.

1.17 If for specific reasons the main contractor wants to change the associate
contractor during the currency of the contract he can be permitted to do so by
the Engineer-in-Charge, after the approval of the competent authority. The
substitute should fulfill the requisite qualification as given.

1.18 The successful bidder / main contractor shall get their associate agency
approved for each package of E&M components as above before start of the
work.
The main contractor shall also enter in to a ‘Memorandum of understanding’
with the approved associate contractor / agencies on Non-Judicial Stamp Paper
as per the enclosed proforma and submit this ‘MOU’ duly completed (duly
signed by him and the associated Contractor) before commencement of work.

AE (E) / EE (E)
117

Details of eligibility criteria of specialized agencies to be associated by the successful


bidder for executing the E&M packages.

Sl. Component of Est. Cost Eligibility Criteria for


Similar Work
No. E&M Work (Rs) associated agency

1 Internal EI works 10.97 lakh The agency shall possess Providing Internal
a valid Electrical Licence EI work
in his own name,
otherwise, he will
associate an Agency
having valid Electrical
Licence

AE (E) / EE (E)
118

ANNEXURE – I

PROPOSAL FOR ASSOCIATING ELECTRICAL AGENCIES

We hereby propose the following electrical agencies as per details mentioned against
each. Their consent letters are also attached as per Form-A.

Sl. Name of Category Enlistment Monetary Validity Consent


No. Electrical and class of copy/Registration Limit of of letter
contractor registration No./ completion Work registration attached
in CPWD Certificates (Yes/No)
attached
1

Note:

Self Attested photocopies of enlistment order, valid electrical contractor license for
E&M work shall be submitted by the main contractor/associated contractor whoever is
eligible.

Contractor Signature

AE (E) / EE (E)
119

FORM – ‘A’

CONSENT LETTER FROM ELIGIBLE ASSOCIATE AGENCY OF MINOR


COMPONENT OF WORK
(Separate for each sub work of E&M work)

Name of work:- External repair work and painting work, renovate the reception,
dining area, providing and fixing profile sheet including renovation of internal EI and
Upgradation of old conventional light fittings & fans with LED fittings and Energy
efficient 5 star rated fans etc. in CSD Canteen, CSD Estate, Ghatkopar (West),
Mumbai.

I/we hereby give my consent to associate with M/s.________________ for


executing the minor component of work of …….………(Mention category) for the above
mentioned work.

I / we will execute the work as per specifications and conditions for the
agreement and as per direction of the Engineer-in-charge.

I / We will be responsible for necessary action to handover the installations and


for rectification of defects and repair during the maintenance / warranty period.

Also I /we will employee full time technically qualified supervisor for the minor
component of the work as required.

I /we will attend inspection of officers of the department as and when


required.

Dated:

Signature of Main Contractor Signature of Associate Electrical Contractor


Address: Registration detail Address:

Telephone: Telephone:
FAX: FAX:
e-mail: e-mail:

1. Witness with address


(From major component contractor side)

2. Witness with address


(From minor component contractor side)

AE (E) / EE (E)
120

FORM – ‘B’

MEMORANDUM OF UNDERSTANDING [M.O.U]


(Separate for each sub head of E&M work)

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


(Henceforth called the main contractor)
And
2] M/S [Name of the firm with full address]
(Henceforth called Associated Electrical Contractor or Electrical Contractor)

For the execution of Electrical Work: External repair work and painting work,
renovate the reception, dining area, providing and fixing profile sheet including
renovation of internal EI and Upgradation of old conventional light fittings & fans with
LED fittings and Energy efficient 5 star rated fans etc. in CSD Canteen, CSD
Estate, Ghatkopar (West), Mumbai.

Name of sub-work: …………………………………………

1. We state that M.O.U between us will be treated as an agreement and has legality
as per Indian Contract Act [amended upto date] and the department [CPWD] can
enforce all the terms and conditions of the agreement for execution of the above
work. Both of us shall be responsible for the execution of work as per the
agreement to the extent this MOU allows. In case of any dispute, either of us will
go for mediation/arbitration by the EE (E), Mumbai-II, CPWD, Mumbai-37. Any of
us may appeal against the edition / arbitration to the EE (E), Mumbai-II,CPWD,
Mumbai-37. His decision shall be final and binding on both of us.

We have agreed as under:


1. The electrical contractor will execute all electrical works in the wholesome manner as
per terms and conditions of the agreement. The electrical contractor shall be paid
as per standard procedure followed by the department and the agreement between
parties. Any type of internal transaction between the electrical contractor and the
main contractor shall be as per their convenience and mutual understanding
without involving the department.

2. The electrical contractor shall be liable for disciplinary action if he failed to discharge
the action[s] and other legal action as per agreement.

3. All the machinery and equipments, tools and tackles required for execution of the
electrical works, as per agreement, shall be the responsibility of the electrical
contractor.

4. The site staff required for the electrical work shall be arranged by the electrical
contractor as per terms and conditions of the agreement.

i) Site order book maintained for the said work shall be signed by the main
contractor as well as by the Engineer of the Associated Contractor and by
Associated Contractor himself.

AE (E) / EE (E)
121

ii) All the correspondence regarding execution of the electrical work shall be
done by the Department with the Associated Contractor with a copy to the
main contractor. In case of non-compliance of the provisions of agreement,
the main contractor, as well as the associated contractor shall be
responsible. The action under clauses 2 and 3 shall be initiated and taken
against the main contractor.

5. Name of the Sub Head to be indicated:

Signature of main contractor Signature of associated electrical contractor

Name : Name :

Address : Address :

Date: Date:
Place: Place:

COUNTERSIGNED

EXECUTIVE ENGINEER (E)

AE (E) / EE (E)
122

LIST OF PREFERRED MAKES OF MATERIALS

Equipments Approved Makes


PVC conduit, PVC junction Box and
Asian / Precision / Modi/ pressfit.
accessories
FRSL PVC Insulated Copper Conductor
cable of 1100volt (ISI marked) Finolex /Havells/ Kolors/ Polycab

Philips - BN021LED 10S 6500 PSU GRS1/


2ft, 9/10 watt LED mirror fitting Havells make Cat. No.LHEXBQP5 IN1W009/
Lighting Technology
Philips Smart Bright - BN 021C LED20S PSU
4ft,20watt LED batten fitting CDL GR/ Surya - SLE BT 20/ Lighting
Technology
Crompton - TRANS AIR / Havells - Ventil
225 mm /300 mm Exhaust fan Air - DS/ Orient - Power Flow/ USHA-
TURBO DBB)
MCB's, DB's, MCCB's, RCCB's and Industrial
Hager / Legrand /ABB/Siemens
type socket outlet etc.
Lucker LWL104 / similar in Philips / Crompton
12W LED decorative Wall Bracket fitting
/ Bajaj/Havells
600mmx600mm recess LED panel, 15 watt Havells /Crompton /Philips/Lighting
recess LED down lighter technology
1200mm sweep ceiling fan Crompton/Havells/Usha

Armoured copper cable Polycab/ Legrand/ RR cable

Compression glands and lugs Dowells/cosmos/Braco

BWP marine plywood (IS 710) Archid ply/kit ply/Green ply/Century ply
Modular switch, Socket, Fan Regulator, Blank
Legrand Myrius/ Roma/ Kolors Krest
Plate & all accessories etc

Executive Engineer (E)


Mumbai – II, CPWD, Mumbai-37

AE (E) / EE (E)
123

SCHEDULE OF QUANTITY

Electrical
Name of work :- External repair work and painting work, renovate the reception,
dining area, providing and fixing profile sheet including renovation of internal EI and
Upgradation of old conventional light fittings & fans with LED fittings and Energy
efficient 5 star rated fans etc. in CSD Canteen, CSD Estate, Ghatkopar (West),
Mumbai.

S.No Description of Items Qty Unit Rate in Amount


Figures
in
Rupees
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 medium class PVC
conduit, with modular switch,
modular plate, suitable GI box and
earthing the point with 1.5 sq.mm
FRLS PVC insulatedcopper
conductor single core cable etc. as
required.
1.1 Group C
127 Points 1216.51 154497.00
2 Wiring for group controlled (looped)
light point/fan point/exhaust fan
point/ call bell point ( without
independent switch etc.) with 1.5 sq.
mm FRLS PVC insulated copper
conductor single core cable in
surface/ recessed PVC conduit, and
earthing the point with 1.5 sq. mm
FRLS PVC insulated copper
conductor single core cable etc. as
required.
2.1 Group C
51 Points 681.98 34781.00
3 Wiring for light/ power plug with
2X4 sq. mm FRLS PVC insulated
copper conductor single core cable in
surface/recessed medium class PVC
conduit alongwith 1 No. 4 sq. mm
FRLS PVC insulated copper
conductor single core cable for loop
earthing as required. 450 Mtrs 245.76 110592.00

AE (E) / EE (E)
124

4 Wiring for light/ power plug with


4X4 sq. mm FRLS PVC insulated
copper conductor single core cable in
surface/recessed medium class PVC
conduit alongwith 2 Nos. 4 sq. mm
FRLS PVC insulated copper
conductor single core cable for loop
earthing as required. 380 Mtrs 378.47 143819.00
5 Supplying and drawing following
sizes of FRLS PVC insulated copper
conductor, single core cable in the
existing surface/recessed steel/ PVC
conduit as required.
5.1 3 x 1.5 sq. mm
200 Mtrs 66.36 13271.00
5.2 6 x 1.5 sq. mm
120 Mtrs 122.88 14746.00
6 Supplying and fixing of following
sizes of medium class PVC conduit
along with accessories in
surface/recess including cutting the
wall and making good the same in
case of recessed conduit as required.
6.1 20 mm
200 Mtrs 103.22 20644.00
6.2 25 mm
120 Mtrs 110.59 13271.00
7 Supplying & Laying of following
size PVC insulated, PVC sheated/
XLPE armoured copper power cable
of 1.1 KV grade conforming to IS
7098 complete etc as reqd.
7.1 3 x 6 sq.mm
100 Mtrs 316.00 31600.00
7.2 4 x 25 sq.mm
7 Mtrs 1304.00 9128.00
7.3 3.5 x 35 sq.mm
7 Mtrs 1610.00 11270.00
8 Supplying and making end
termination with brass compression
gland and copper lugs for following
size of PVC insulated and PVC
sheathed / XLPE aluminium
conductor cable of 1.1 KV grade as
required.
8.1 3½ X 35 sq. mm (32mm)
2 Nos 431.00 862.00

AE (E) / EE (E)
125

8.2 4 X 25 sq. mm (28mm)


2 Nos 387.00 774.00
9 Supplying and making end
termination with brass compression
gland for following size of PVC
insulated and PVC sheathed/ XLPE
cable of 1.1 kv grade as required.
9.1 3 x 6 sq.mm
12 Nos 141.00 1692.00
SH-II (Fittings & Acessories)
1 Supplying and fixing suitable size GI
box with modular plate andcover 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. 35 Nos 492.75 17246.00
2 Supplying and fixing suitable size GI
box with modular plate and cover in
front on surface or in recess,
including providing and fixing 6 pin
5/6 & 15/16 A modular socket outlet
and 15/16 A modular switch,
connections etc. as required. 24 Nos 608.26 14598.00
3 Supplying and fixing two module
stepped type electronic fan regulator
on the existing modular plate switch
box including connections but
excluding modular plate etc. as
required. 31 Nos 420.25 13028.00
4 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)
4.1 8 way , Double door
2 Nos 2162.69 4325.00
4.2 12 way , Double door
4 Nos 2522.73 10091.00

AE (E) / EE (E)
126

5 Supplying and fixing following way,


horizontal type three pole and
neutral, sheet steel, MCB distribution
board, 415 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)
5.1 4 way (4 + 12), Double door
1 No 3769.96 3770.00
6 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.
6.1 Single pole
77 Nos 244.53 18829.00
7 Supplying, Installation,testing and
commissioning of surface/recess
mounting following way vertical
type double door TP & N MCCB
type DB of sheet steel 1.6 mm thick
dust protected duty phosphatised
painted along with providing &
Fixing 160A,25KA, 4 pole MCCB
as incomer i/c of 200A tinned copper
busbar, earthbar, common neutral
link, dinbar for mounting MCB etc as
reqd.
7.1 6 way (4 + 18), Double door 35166.0
1 No 0 35166.00
8 Supplying and fixing following
rating and breaking capacity,
240/415 V, "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.
8.1 40-63A,10KA, SP
3 Nos 590.00 1770.00
8.2 125A, 10KA, FP 10025.0
1 No 0 10025.00

AE (E) / EE (E)
127

9 Supplying and fixing following


rating, double pole, (single phase and
neutral), 240 V, residual current
circuit breaker (RCCB), having a
sensitivity current 30 mA in the
existing MCB DB complete with
connections, testing and
commissioning etc. as required.
9.1 25 A 3 Nos 2367.90 7104.00
9.2 40 A 3 Nos 2574.34 7723.00
10 Supplying and fixing 20 A, 240 V,
SPN 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. 20 Nos 1513.88 30278.00
11 SITC of 600mmx600mm, 36 watt
LED recess type luminair and
housing should made of white
powder coated CRCA with high
efficiency diffuser. Luminaire should
have colour temperature 5700-6000
K and meet the IP20 Protection
rating i/c suitable hanging
arrangement for suspension from the
ceiling/MS Channel and connection
with 3x1.5sq.mm FRLS PVC
insulated copper conductor and
earthing the body etc as reqd. 26 Nos 5323.00 138398.00
12 SITC of 15watt recess mounted
round type LED downlighter
comprising of white powder coated
housing and high efficiency diffuser
and it should have colour
temperature 5700-6000 K and meet
the IP20 Protection rating i/c
connection with 3x1.5sq.mm FRLS
PVC insulated copper conductor and
earthing the body etc as reqd. 47 Nos 1710.00 80370.00
13 SITC of LED surface type 4ft,
20watt LED batten fitting (to be
fixed on wall / ceiling with help of
PVC junction boxes) having
extruded aluminimum housing and
high efficiency diffuser i/c
connection with 3x 1.5 sq.mm FRLS
PVC insulated copper conductor etc
as reqd. 25 Nos 1053.00 26325.00

AE (E) / EE (E)
128

14 SITC of 12 watt LED decorative wall


bracket having housing powder
coated pressure diecast aluminium
housing with all accessories and
6"x6" wooden box to be fix on
surface wall i/c connection with 3x
1.5 sq.mm FRLS PVC insulated
copper conductor etc as reqd. 20 Nos 786.00 15720.00
15 SITC of surface mounting 2ft,
9/10watt LED batten Mirror light
fitting (to be fixed on wall / ceiling
with help of PVC junction boxes)
and housing should be made up of
having extruded aluminimum with
all accessories i/c connection with 3x
1.5 sq.mm FRLS PVC insulated
copper conductor etc as reqd. 10 Nos. 1618.00 16180.00
16 SITC of 5 star rated 1200 mm sweep
ceiling fan along with and 3
nos.blades, 2nos. canopies including
accessories like safety pin, nut bolts,
washers and suitable for operation
230 V, 50 Hz, single phase AC
Supply etc. i/c connection with 3x
1.5 sq.mm FRLS PVC insulated
copper conductor etc as reqd. 21 Nos 2373.00 49833.00
17 Supplying and fixing extra down rod
of 10 cm length G.I. pipe,15 mm dia,
heavy gauge including painting etc.
as required.(Note : More than 5 cm
length shall be rounded to the nearest
10 cm and 5 cm or less shall be
ignored) 465 Nos 40.55 18856.00
18 SITC of following sweep metallic
body exhaust fan suitable to operate
on 230 V,50 Hz single phase AC
supply i/c connection with 3x 1.5
sq.mm FRLS PVC insulated copper
conductor etc as reqd.
18.1 225 mm
4 Nos 1914.00 7656.00
18.2 300 mm
7 Nos 2118.00 14826.00
19 Supplying and fixing of Boiling
water proof marine plywood of 12
mm thick conforming to IS 710 in
the existing window to fix exhaust
fan, making good the damage etc
complete as required. sq.Mt
4 rs 1499.00 5996.00

AE (E) / EE (E)
129

SH-III (Earthing)
1 Providing and fixing 6 SWG dia G.I.
wire on surface or in recess for loop
earthing as required. 50 Mtrs 70.04 3502.00
SH-IV (Credit for dismantle)
1 Dismantling of existing old, wornout/
damaged fittings, wiring, MCB DB,
MCB'S, RCCB'S, Ceiling fans,
Exhaust fans, switch, sockets, fan
regulator and Industrial socket outlet -
etc. and credit for the same complete 15000.0
etc as reqd. 1 Job 0 -15000.00
Total 1097562.00

Executive Engineer (E)-II


CPWD, Mumbai-37

AE (E) / EE (E)

You might also like