You are on page 1of 46

Postal Civil Division AMBALA

TENDER

DOCUMENT
FOR

THE WORK OF

Construction of Post Office building at DLF Phase-I, Gurgaon (Haryana)

Certified that this tender document contains pages from 01 (One) to 46(Forty Six) and no page is missing or torn.

Executive Engineer Postal Civil Division Ambala

NAME OF TENDERER :

NAME OF WORK

: Construction of Post Office building at DLF Phase-I, Gurgaon (Haryana).

INDEX
SL. NO. 1) 2) 3) 4) 5) 6) 7) 8) 9) 10) 11) 12) 13) 14) 15) 16) 17) Cover Page Index Important instructions to the tenderers who have downloaded the tender document from the website Declaration Press Notice Inviting tender Notice Inviting tender CPWD -6 CPWD -8 (Abridged form) Proforma of schedules Correction slip No.1 Special conditions for design and drawings Special Conditions for Aluminium Works Guarantee to be executed by contractors for removal of defects after completion in respect of water proofing works Additional conditions, additional specifications & important notes Special conditions for ISI marked items Schedule-D Special Conditions/Specific requirements for the work Schedule of quantity PAGES DETAILS FROM 1 2 3 4 5 6 7 10 12 16 17 18 19 20 26 27 28 TO 1 2 3 4 5 6 9 11 15 16 17 18 19 25 26 27 46

Certified that this N.I.T. contains pages from 01 (One) to 46(Forty Six) and no page is missing or torn.

Executive Engineer Postal Civil Division Ambala

IMPORTANT INSTRUCTIONS TO TENDERERS WHO HAVE DOWNLOADED THE TENDER DOCUMENT FROM WEB
The tenderers who have down loaded the tenders from the web, should read the following important instructions carefully before actually quoting the rates & submitting the tender documents: 1. The tenderer should see carefully & ensure that the complete tender documents including schedule of quantities has been down loaded & there are 46(Forty Six) Pages in all in the tender document. 2. The printout of tender documents should be taken on 12 (A4) paper only. 3. The tenderer should ensure that no page in the down loaded tender document is missing. 4. The tenderer should ensure that all pages in the down loaded tender document are legible & clear & are printed on a good quality paper. 5. The tenderer should ensure that every page of the downloaded tender document is signed by tenderer with stamp (seal). 6. On page 2,3,4,10,16,17,18,19,25,26,27 & 49 of the down loaded tender document, the name of the tenderer should be filled by the tenderer. 7. The tenderer should ensure that the down loaded tender document is properly bound and sealed before submitting the same. 8. The loose / spiral bound tenders not properly sealed shall be rejected out-rightly. 9. In case of any correction/addition/alteration/omission in the tender documents, it shall be treated as non- responsive and shall be rejected. 10. The tenderer shall furnish a declaration to this effect that no addition/ deletion/corrections have been made in the tender documents submitted and it is identical to the tender document appearing on Web site. 11. The tenderer should read carefully & sign the declaration given on the next page before submitting the tender. 12. The cost of tender should be submitted along with the EMD as detailed in NIT. 13. In case of any doubt in the down loaded tender, the same should be got clarified from the O/o Executive Engineer (C), Postal Civil Division, Ambala before submitting the tender.

CONTRACTOR

Executive Engineer(C)

DECLARATION
( TO BE GIVEN BY THE TENDERERS WHO HAVE DOWNLOADED THE TENDER DOCUMENT FROM THE WEB )

It is to certify that : 1) I / we have submitted the tenders in the Performa as downloaded directly from the website. 2) I/ We have submitted tender documents which are same / identical as available in the website. 3) I / we have not made any modification / corrections / additions etc in the tender documents downloaded from web by me / us. 4) I / We have checked that no page is missing and all pages as per the index are available & that All pages of tender document submitted by us are clear & legible. 5) I / we have signed (with stamp) all the pages of the tender documents before submitting the same. 6) I / we have sealed the tender documents properly before submitting the same. 7) I / We have submitted the cost of tender along with the EMD. 8) I have read carefully & understood the important instructions to the all tenderers & to tenderers who have down loaded the tenders from the web. 9) In case at any stage later, it is found there is difference in our downloaded tender documents from the original, Department shall have the absolute right to take any action as deemed fit without any prior intimation to me / us. 10) In case at any stage later, it is found that there is difference in our downloaded tender documents from the original, the tender / work will be cancelled and Earnest Money/ Security Deposit will be forfeited at any stage whenever it is so noticed. The department will not pay any damages to me / us on this account. 11) In case at any stage later, it is found that there is difference in our downloaded tender documents from the original, I / We may also be debarred for further participation in the tender in the department & would also render me / us liable to be removed from the approved list of contractors of the Department.

Dated (CONTRACTOR) (SIGN WITH SEAL)

DEPARTMENT OF POSTS (CIVIL WING) PRESS NOTICE INVITING TENDER The Executive Engineer (C), Postal Civil Division Ambala invites on behalf of The President of India, sealed item rate tenders from eligible contractors for the work of Construction of Post Office building at DLF Phase-I, Gurgaon (Haryana) for Estimated Cost of ` 63,22,412/-, EMD: `1,26,448/- Last date of Application 21/09/2011. or For detailed information please log on to http://www.indiapost.gov.in/ http://tenders.gov.in/department.asp?id=832

Executive Engineer(c)

NOTICE INVITING TENDER NIT No 17/EE(C)/PCDA/2011-12 Dated :-05/09/2011 1.0 Item rate tenders are invited on behalf of the President of India from approved and eligible contractors from the approved list of Department of Posts, B.S.N.L., CPWD, MES, Railways, Local State PWD (B&R) and allied Departments of local state PWD (B&R) eligible for tendering in respective State PWD (B&R) for building works for the work of Construction of Post Office building at DLF Phase-I, Gurgaon (Haryana). The Central/State Government Undertakings in their own capacity shall also be eligible to tender under usual terms and conditions applicable to them from time to time. 1.1 Tenders will be received up to 3 P.M. on 26/09/2011 in the office of i) Assistant Engineer (Civil) Postal Civil Sub Division 103/22 Laxmi Nagar Rohtak ii) Assistant Engineer (Civil),Postal Civil Sub Division 1st floor Post Office Building at Sec-29 Chandigarh a) Estimated cost put to tender ` 63,22,412/b) Earnest money to be deposited ` 1,26,448/- in the shape of call receipt of a scheduled bank / fixed deposit receipt of a schedule bank / demand draft of a schedule bank issued in favour of Accounts Officer, Postal Civil, Division, Ambala. c) Period of completion allowed 12 (Twelve) Months. d) Tenders will be opened at 3.30 p.m. by Executive Engineer (C) or his authorised representative on the same day in the presence of those who want to be present at :- i) Rohtak (Haryana ) in the office Assistant Engineer (Civil) Postal Civil Sub Division 103/22 Laxmi Nagar Rohtak and ii) Chandigarh in the office of Assistant Engineer (Civil).Postal Civil Sub Division 1st floor Post Office Building at Sec-29 Chandigarh. The contractor can drop only one tender for a work that may be at Chandigarh or Rohtak at the address given above. 1.2 All intending tenders, other than those enlisted with Department of Posts while applying for above work should have completed satisfactorily RCC framed structure building works under Central Government/State Government/Public Sector Undertakings / Autonomous body of Central Govt / Local State Govt atleast three similar works each of value not less than 40% of estimated cost or two similar works each of value not less than 50% of estimated cost or one similar work costing not less than 80% of Estimated Cost during the last 7 years ending last day of the month previous to one in which the tenders are invited. 1.3 The contractors shall submit list of completed works of the requisite magnitude along with attested copies of certificates/testimonials of their satisfactory completion from the department concerned obtained from an officer not below the rank of an Executive Engineer in charge of the work while applying for issue of tender forms. The work completed with imposition of levy of compensation for delay shall not be considered as satisfactorily completed work for the purpose of work experience. The eligible contractors are also required to submit attested copies of valid Sales Tax Certificate of Registration issued by work contract cell of Sales Tax Department of Haryana Government at the place of work alongwith the application. 2.0 The tender and the earnest money (including cost of tender if downloaded from web) shall be placed in separate sealed envelopes each marked Tender and Earnest Money respectively. Both the envelopes shall be submitted together in another sealed envelope with name of work For down loadable tenders there should be two extra separate envelops marked Eligibility documents and Declaration respectively, addressed to the Executive Engineer (C) Postal Civil Division, Ambala. The Contractors who do not deposit the earnest money in the above manner and also submit the downloadable tender in the manner prescribed will be summarily rejected. 3.0 Lay out plan showing the site of the proposed building and architectural working drawings can be seen in the office of E.E.(C) , Postal Civil Division, Ambala on all working days. 4.0 Conditions and tender forms can be had on application from i) The Assistant Engineer (Civil) Postal Civil Sub Division 103/22 Laxmi Nagar Rohtak ii) The Assistant Engineer (Civil).Postal Civil Sub Division 1st floor Post Office Building at Sec-29 Chandigarh. on payment of the `1000/- in cash as cost of tender (non-refundable). Application for tender forms will be received up to 4 p.m. on 21/09/2011 and tenders will be sold up to 4 p.m. on 23/09/2011. In case of holiday is declared on any of the above noted days, that activity will be automatically shifted to next working day. 5.0 Tenders, in which any of the prescribed conditions is not fulfilled or any condition including that conditional rebate is put forth by the tenderer, shall be summarily rejected. However, the tenders with unconditional rebate will be acceptable. 6.0 The blank tender document with additional conditions and schedule of quantities / other schedule can also be downloaded from Web site www.indiapost.gov.in/ or http://tenders.gov.in/department.asp?id=832. The cost of tender (Non-refundable) may be submitted along with EMD in the same manner as specified in Para 6 above. 7.0 INSTRUCTIONS FOR TENDERER USING DOWNLOADED TENDER DOCUMENTS FROM WEBSITE : (i) The downloaded Tender documents in which rates are quoted should be properly bound and wax sealed. Loose/ spiral bound submission shall be rejected out rightly (in case of any correction / addition / alteration / omissions in the tender documents shall be treated as non responsive and shall be rejected). Every page of downloaded tender shall be signed by the contractor with stamp (seal). The tenderer shall furnish declaration to this effect that no addition /deletion/ correction have been made in the tender documents submitted and it is identical to the tender documents appearing on WEBSITE. (ii) The tenderers shall also submit attested copies of eligibility and experience particulars in a separate sealed envelop superscribing Eligibility Documents in addition to the Tender and EMD as specified in para 2.0 above. The envelope containing eligibility document shall be opened first. The envelope containing Tender and EMD shall only be opened for those tenderers who meet the eligibility criteria as per this NIT. The tender of the Contractor who do not submit the eligibility documents in the above manner will be summarily rejected. (iii) The agreement shall be drawn only on the original tender documents available with the Executive Engineer(C). Original tender documents are available in the Office of Executive Engineer(C), Postal Civil Division, Ambala which can be seen by the intending tenderer before tendering for the work. 8.0 This notice is also available on website http://www.indiapost.gov.in/ or http://tenders.gov.in/department.asp?id=832. Executive Engineer(C) Postal Civil Division Ambala

CPWD 6
GOVERNMENT OF INDIA

DEPARTMENT OF POSTS
NOTICE INVITING TENDER 1.0 Item rate tenders are invited on behalf of the President of India from approved and eligible contractor from the approved list of Department of Posts, BSNL, CPWD, MES, Railways, Local State PWD (B&R) and allied Departments of local state PWD (B&R) eligible for tendering in respective State PWD (B&R) for building works for the Construction of Post Office building at DLF Phase-I, Gurgaon (Haryana). The Central/State Government Undertakings in their own capacity shall also be eligible to tender under usual terms and conditions applicable to them from time to time. Tenders will be received up to 3:00 P.M. on 26/09/2011 (a) Estimated cost put to tender ` 63,22,412/(b) Earnest money to be deposited ` 1,26,448/- in the shape of call receipt of a scheduled bank / fixed deposit receipt of a schedule bank / demand draft of a schedule bank issued in favour of Accounts Officer, Postal Civil, Division, Ambala. (c) Period of completion allowed 12 (Twelve) Months. Tenders will be opened at 3:30 p.m. on the same day in the presence of those who want to be present at :- i) Rohtak (Haryana ) in the office Assistant Engineer (Civil) Postal Civil Sub Division 103/22 Laxmi Nagar Rohtak and ii) Chandigarh in the office of Assistant Engineer (Civil).Postal Civil Sub Division 1st floor Post Office Building at Sec-29 Chandigarh. The contractor can drop only one tender for a work that may be at Chandigarh or Rohtak at the address given above. 1.2 All intending tenderers, other than those enlisted with Department of Posts while applying for above work should have completed satisfactorily RCC framed structure building works under Central Government/State Government/Public Sector Undertakings / Autonomous body of Central Govt / Local State Govt atleast three similar works each of value not less than 40% of estimated cost or two similar works each of value not less than 50% of estimated cost or one similar work value not less than 80% of estimated cost (rounded to nearest one thousand rupees) in last 7 years ending last day of the month previous to one in which the tenders are invited The contractors shall submit list of completed works of the requisite magnitude along with attested copies of certificates/testimonials of their satisfactory completion from the department concerned obtained from an officer not below the rank of the Executive Engineer in charge of the work while applying for issue of tender forms. The work completed with imposition of levy of compensation for delay shall not be considered as satisfactorily completed work for the purpose of work experience. The eligible contractors are also required to submit attested copies of valid Sales Tax Certificate of Registration issued by work contract cell of Sales Tax Department.

1.1

1.3

Agreement shall be drawn with the successful tenderer on prescribed Form No. C.P.W.D. 8 which is available as a Govt. of India Publication. Tenderer shall quote his rates as per various terms and conditions of the said form which will form part of the agreement. The time allowed for carrying out the work will be 12 (Twelve) Months from the date of start as defined in schedule F or from the date of handing over of the site, whichever is later, in accordance with the phasing, if any, indicated in the tender documents. The site for the work is available . Lay out plan showing the site of the proposed building and architectural working drawings can be seen in the office of E.E.(C) , Postal Civil Division, Ambala on all working days. Conditions and tender forms can be had on application from i) The Assistant Engineer (Civil) Postal Civil Sub Division 103/22 Laxmi Nagar Rohtak ii) The Assistant Engineer (Civil).Postal Civil Sub Division 1st floor Post Office Building at Sec-29 Chandigarh on payment of the `1000 /in cash as cost of tender (Non-refundable). Application for tender forms will be received up to 4 p.m. on 21/09/2011 and tenders will be sold up to 4 p.m. on 23/09/2011 7

4 5

In case of holiday is declared on any of the above noted days, that activity will be automatically shifted to next working day. 6(i) Tenders shall be accompanied with Earnest money of ` 1,26,448/- (In cash up to ` 10000/-) /Receipt Treasury Challan/Deposit at call receipt of a scheduled bank/fixed deposit receipt of a scheduled bank/demand draft of a scheduled bank issued in favour of A.O., PCD, Ambala 50% of earnest money or ` 20 lacs, whichever is less, will have to be deposited in the shape prescribed above and balance amount of earnest money can be accepted in the form of Bank guarantee issued by a scheduled bank having validity for 6 months or more from the last date of receipt of tenders. The tender and the earnest money (including cost of tender if downloaded from web) shall be placed in separate sealed envelopes, each marked Tender and Earnest Money respectively. In cases where earnest money in cash is acceptable, the same shall be deposited with the Cashier of the Division and the receipt placed in the envelope meant for earnest money. Both the envelopes shall be submitted together in another sealed envelope with the name of work and due date of opening written on envelope, which will be received by the EE(C) or his authorized representative in offices at 1.1 above up to 3.00 P.M. on 26/09/2011 and will be opened by him or his authorized representative in offices at 1.1 above on the same day at 3.30 P.M. The envelope marked Tender of only those tenderers shall be opened, whose earnest money (including cost of tender if downloaded from web), placed in the other envelope, is found to be in order. 7 The contractor whose tender is accepted will be required to furnish performance guarantee of 5% (five percent) of the tendered amount within the period specified in Schedule F. This guarantee shall be in the form of cash (in case guarantee amount is less than ` 10000/-) or Deposit at call receipt of any scheduled bank/Bankers cheque of any scheduled bank/Demand Draft of any scheduled bank/pay order of any scheduled bank (in case guarantee amount is less than ` 1,00,000/-) or Govt. Securities or Fixed Deposit Receipts or Guarantee Bonds of any scheduled Bank or the State Bank of India in accordance with the prescribed form. In case the contractor fails to deposit the said performance guarantee within the period as indicated in Schedule F, including the extended period if any, the Earnest Money deposited by the contractor shall be forfeited automatically without any notice to the contractor. The description of the work is as follow : Construction of Post Office building at DLF Phase-I, Gurgaon (Haryana) Copies of other drawings and documents pertaining to the works will be open for inspection by the tenderers at the office of the above mentioned officer. Tenderers are advised to inspect and examine the site and its surroundings and satisfy themselves before submitting their tenders as to the nature of the ground and sub-soil (so far as is practicable), the form and nature of the site, the means of access to this site, the accommodation they may require and in general shall themselves obtain all necessary informations as to risks, contingencies and other circumstances which may influence or affect their tender. A tenderer shall be deemed to have full knowledge of the site whether he inspects it or not and no extra charges consequent on any misunderstanding or otherwise shall be allowed. The tenderer shall be responsible for arranging and maintaining at his own cost all materials, tools & plants, water, electricity access, facilities for workers and all other services required for executing the work unless otherwise specifically provided for in the contract documents. Submission of a tender by a tenderer implies that he has read this notice and all other contract documents and has made himself aware of the scope and specifications of the work to be done and of conditions and rates at which stores, tools and plant, etc. will be issued to him by the Government and local conditions and other factors having a bearing on the execution of the work. 9 The competent authority on behalf of the President of India does not bind itself to accept the lowest or any other tender and reserves to itself the authority to reject any or all the tenders received without the assignment of any reason. All tenders in which any of the prescribed condition is not fulfilled or any condition including that of conditional rebate is put forth by the tenderer shall be summarily rejected. Canvassing whether directly or indirectly, in connection in with tenders is strictly prohibited and the tenders submitted by the contractors who resort to canvassing will be liable to rejection. The competent authority on behalf of President of India reserves to himself the right of accepting the whole or any part of the tender and the tenderer shall be bound to perform the same at the rate quoted. 8

6(ii)

10

11

12

The contractor shall not be permitted to tender for works in the Postal Civil 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 who are near relatives to any gazetted officer in the Department of Posts or in the Ministry of Communications & IT. Any breach of this condition by the contractor would render him liable to be removed from the approved list of contractors of this Department. No Engineer of gazetted rank or other Gazetted officer employed in Engineering or Administrative duties in an Engineering Department of the Government of India is allowed to work as a contractor for a period of one year after his retirement from Government service, without the previous permission of the Government of India in writing. This contract is liable to be cancelled if either the contractor or any of his employees is found any time to be such a person who had not obtained the permission of the Government of India as aforesaid before submission of the tender or engagement in the contractors service. The tender for the works shall remain open for acceptance for a period of 90 (ninety) days from the date of opening of tender. If any tenderer withdraws his tender before the said period or issue of letter of acceptance, whichever is earlier, or makes any modifications in the terms and conditions of the tender which are not acceptable to the department, then the Government shall, without prejudice to any other right or remedy, be at liberty to forfeit 50% of the said earnest money as aforesaid. Further the tenderer shall not be allowed to participate in the re-tendering process of the work. This Notice Inviting Tender shall form a part of the contract document. The successful tenderer/contractor, on acceptance of his tender by the Accepting Authority, shall, within 15 days from the stipulated date of start of the work, sign the contract consisting of:(a) The notice inviting tender, all the documents including additional conditions, specifications and drawings, if any, forming the tender as issued at the time of invitation of tender and acceptance thereof together with any correspondence leading thereto. (b) Standard C.P.W.D. Form 8.

13

14

15

16

The blank tender document with additional conditions and schedule of quantities / other schedule can also be downloaded from Web site www.indiapost.gov.in. or http://tenders.gov.in/department.asp?id=832. The cost of tender (Non-refundable) shall be submitted along with EMD in the same manner as specified in para 6 above. INSTRUCTIONS FOR TENDERER USING DOWNLOADED TENDER DOCUMENTS FROM WEBSITE : (i) The downloaded Tender documents should be properly bound and wax sealed. Loose/ spiral bound submission shall be rejected out rightly (in case of any correction / addition / alteration / omissions in the tender documents shall be treated as non responsive and shall be rejected). Every page of downloaded tender shall be signed by the contractor. (ii) The tenderers shall also submit attested copies of eligibility and experience particulars in a separate sealed envelop superscribing Eligibility Documents in addition to the Tender and EMD as specified in para 6(i) above. The envelope containing eligibility document shall be opened first. The envelope containing Tender and EMD shall only be opened for those tenderers who meet the eligibility criteria as per this NIT. The envelopes containing Tender & EMD of the Contractor who do not submit the eligibility documents in the above manner shall not be opened.

17

18

Tenders, in which any of the prescribed conditions is not fulfilled or any condition including that conditional rebate is put forth by the tenderer, shall be summarily rejected. However, the tenders with unconditional rebates will be acceptable. on website http://www.indiapost.gov.in/ or

This notice is also available http://tenders.gov.in/department.asp?id=832.

Executive Engineer(C) Postal Civil Division Ambala 9

CPWD- 8
GOVERNMENT OF INDIA

DEPARTMENT OF POSTS
STATE: Haryana BRANCH: Civil Wing ZONE : North CIRCLE: Ambala DIVISION: PCD, Ambala SUB DN: PCSD, Rohtak

ITEM RATE TENDER & CONTRACT FOR WORKS Tender for the work of:- Construction of Post Office building at DLF Phase-I, Gurgaon (Haryana).
i) To be submitted by 15:00 hrs on 26/09/2011 at :- a) Rohtak (Haryana ) in the office Assistant Engineer (Civil) Postal Civil Sub Division 103/22 Laxmi Nagar Rohtak and b) Chandigarh in the office of Assistant Engineer (Civil).Postal Civil Sub Division 1st floor Post Office Building at Sec-29 Chandigarh. To be opened in Presence of tenderers who may be present at 15:30 hrs on 26/09/2011 in the office of i) The Assistant Engineer (Civil) Postal Civil Sub Division 103/22 Laxmi Nagar Rohtak ii) The Assistant Engineer (Civil).Postal Civil Sub Division 1st floor Post Office Building at Sec-29 Chandigarh.

ii)

Issued to:- _________________________________ (Contractor) Date of issue:- ________________________ Executive Engineer (C) Postal Civil Division Ambala

TENDER
I/We have read and examined the notice inviting tender, schedule, A,B,C,D,E & F, Specifications applicable, Drawings & Designs, General Rules and Directions, Conditions of Contract, Clauses of contract, Special conditions, Schedule of Rate & other documents and Rules referred to in the conditions of contract and all other contents in the tender document for the work. I/We hereby tender for the execution of the work specified for the President of India within the time specified in Schedule F, Viz., schedule of quantities and in accordance in all respects with the specifications, designs, drawings and instructions in writing referred to in Rule-1 of General Rules and Directions and in Clause 11 of the Conditions of contract and with such materials as are provided for, by, and in respects in accordance with, such conditions so far as applicable. We agree to keep the tender open for ninety (90) days from the due date of submission thereof and not to make any modifications in its terms and conditions. A sum of ` 1,26,448/- is hereby forwarded in Deposit at call receipt of a Scheduled Bank/fixed deposit receipt of Scheduled Bank/Demand Draft of a scheduled Bank as earnest money, If I/we, fail to furnish the prescribed performance guarantee within prescribed period, I/we agree that the said President of India or his successors in office shall without prejudice to any other right or remedy, be at liberty to forfeit the said earnest money absolutely. Further, if I/We fail to commence work as specified, I/We agree that President of India or his successors in office shall without prejudice to any other right or remedy available in law, be at liberty to forfeit the said earnest money and the performance guarantee absolutely, otherwise the said earnest money shall be retained by him towards security deposit to execute all the works referred to in the tender documents upon the terms and conditions contained or referred to therein and to carry out such deviations as may be ordered, up to maximum of the percentage mentioned in Schedule F and those in excess of that limit at the rates to be determined in accordance with the provision contained in Clause 12.2 and 12.3 of the tender form. Further, I/We agree that in case of forfeiture of Earnest money or both Earnest money and performance guarantee as afore said, I/We shall be debarred for participation in the re-tendering process of the work. 10

I/We hereby declare that I/we shall treat the tender documents drawings and other records connected with the work as secret/confidential documents and shall not communicate information/derived therefrom to any person other than a person to whom I/we am/are authorized to communicate the same or use the information in any manner prejudicial to the safety of the State. Dated.. Signatures of Contractor Postal Address

Witness: Address: Occupation:

ACCEPTANCE
The above tender (as modified by you as provided in the letters mentioned hereunder) is accepted by me for and on behalf of the President of India for a sum of `____________ (` _____ ________ __________ _______ ______________ _________ ______________ _________________) The letters referred to below shall form part of this contract Agreement:i) ii) iii)

Signatures. Designation. Dated.. For & on behalf of the President of India

11

SCHEDULES
SCHEDULE A SCHEDULE B Schedule of materials to be issued to the contractor. S.No. Description of item Quantity Rates in figures & words at which the material will be charged to the contractor 4. Schedule B deleted SCHEDULE C Tools and plants to be hired to the contractor S.No. 1. Description 2. Hire charges per day 3. Schedule C deleted SCHEDULE DExtra schedule for specified requirements/documents for the work, if any. Additional conditions / specification, Important notes SCHEDULE E Reference to General Conditions of contract. Place of issue 4. Place of issue Schedule of Quantities (Enclosed)

1.

2.

3.

5.

NAME OF WORK

Construction of Post Office building at DLF Phase-I, Gurgaon (Haryana).

Estimated cost of Work:i) ii) iii) Earnest Money:Performance GuaranteeSecurity Deposit

` 63,22,412/` 1,26,448/5% of tendered Value 5% of tendered Value

SCHEDULE F General Rules & Directions:Officer Inviting tender:Executive Engineer(c), Postal Civil Division-, Ambala (Haryana). Maximum percentage for quantity of items of work to be executed beyond which rates are to be determined in accordance with Clauses 12.2. & 12.3 See below Definitions: i) ii) iii) Engineer-in-Charge: Accepting Authority: Percentage on cost of materials Executive Engineer(c), Postal Civil Division, Ambala Chief Engineer(C), D.O.P. New Delhi. 15% 12

and labour to cover all overheads and profits.

iv) v) vi) Clause 1 i)

Standard Schedule of Rates: Department: Standard CPWD contract Form

DSR-2007 Department of Posts CPWD form 8 as modified & corrected up to date correction slips and General conditions.

Time allowed for submission of Performance Guarantee from the date of issue of letter of acceptance, in days. Maximum allowable extension beyond the period provided in (i) above in days.

15 days

ii)

15 days

Clause 2 Authority for fixing compensation under clause 2. Clause 2A Whether Clause 2A shall be applicable: Clause 5 Number of days from the date of issue of letter of acceptance for reckoning date of start. S.No. Financial progress 1. 2. 3. 4. 1/8 (of whole work) th 3/8 (of whole work) th 3/4 (of whole work) Full
th

S.E(C), PCC, Ambala

No

15 Days Amount to be with-held In the event of not achieving the necessary progress, from the running payments 1% of tendered value of work will be withheld for failure of each mile stone. 12 (Twelve) months

Time allowed (From date of start) th 1/4 (of whole time) 1/2 (of whole time) th 3/4 (of whole time) Full

Time allowed for execution of work: Clause 6, 6A Clause applicable :- (6 or 6A) Clause 7 Gross work to be done together with net payment/adjustment of advances for material collected, if any, since the last such Payment for being eligible to interim payment. Clause 10A

Clause 6

` 7,42,690/-

List of testing equipments to be provided by the contractor at site lab. 1. Cube moulds. 2.Jar for silt cement testing. 3. Set of sieves. 4 Weighing Balance. 5. Slump Cone. Clause 10B(i) Whether Clause 10 B (ii) shall be applicable Clause 10C Component of labour expressed as percent of value of work = 25 %. Clause 10CC Not applicable 13 No

Clause 10CA Materials Covered under this clause Nearest materials (other than cement, reinforcement bars and structural steel) for which All India Wholesale Price Index to be followed: Nil Base Price of all the Materials covered under Clause 10 CA

(A) Cement (B) Steel (C) Structural Steel

(A) ` 5000/(B) ` 47160/(C) ` 43763/-

Clause 11 Specifications to be followed for execution of work:Clause 12 12.2 & 12.3

CPWD specifications 2007 With upto date Correction Slips 30%

Deviation Limit beyond which clauses 12.2. & 12.3 shall apply for building Work. Deviation Limit beyond which clauses 12.2 & 12.3 shall apply for foundation Work.

12.5

100%

Clause 16 Competent Authority for deciding reduced rates:Clause 36 i)

S.E(C), PCC, Ambala

Requirement of Technical Representative(s) and recovery Rate Discipline Designation Minimum Number Rate at which recovery Minimum (Principal Experience shall be made from the Qualification of Technical/ Technical contractor in the event Technical Representative of not fulfilling provision representative) of clause 36(i) Figures Words 1. Graduate Civil Principal 5 years 01 ` 15000/- ` Fifteen Engineer Technical thousand Representative only per month. Assistant Engineers retired from Government Services that are holding Diploma in Civil Engineering will be treated at par with Graduate Engineer. S.No. Clause 42 i) Schedule/statement for determining theoretical quantity of cement & bitumen on the basis of Delhi Schedule of Rates 2007 printed by C.P.W.D. Variation permissible on theoretical quantities: Cement for works with estimated cost put to to tender more than 5 lakhs Bitumen for all works Steel Reinforcement and Structural steel sections for each diameter, section and category All other materials

ii) a)

2% Plus /minus

b) c)

2.5% plus only & nil on minus side 2% plus/minus

d)

NIL

14

Price to be considered for recovery. Recovery rate for quantities beyond permissible variation. Rate in figures and words at which recovery shall and made from the contractor Sl. No. Description of item Excess use beyond Less use beyond permissible the permissible variation variation 1 Cement 2 Steel Reinforcement 3 Structural Sections 4 Bitumen issued free 5 Bitumen issued at stipulated fixed price.

15

CORRECTION SLIP NO.1


(Correction to Form CPWD-6 & 7/8 (2010) (For use in Department of Posts: India) CORRECTION TO:- Definition under CONDITIONS OF CONTRACT all reference to:i) Director General of Works, CPWD, ii) CPWD/Public Works Department, iii) Administrative Head of CPWD, iv) Chief Engineer, CPWD v) CPWD Circle & vi) Ministry of Urban Development In various clauses shall be taken to mean:i) ii) iii) iv) v) vi) Chief Engineer(c), Department of Posts, Department of Posts/Civil Wing, Administrative Head of Department of Posts Chief Engineer(c), Department of Posts Postal Civil Circle/Zone & Ministry of Communications & IT, Department of Posts

EXCEPT IN:- In the following places and clauses where no modifications are intended:i) ii) CPWD safety code, Clause 1,1A,2,3,4,5,6,7,8,8A,9,9A,10,10A,10B(i),10C,10CA,10D,11,12,13,14,15,16,17,18,18A,18 B,19,19A,19B,19C,19D,19E,19F,19i,19J,19K,20,21,22,23,24,25,26,27,28,29,29B,30,31,3 1A,32,33,35,36,37,38,39,40,41,42,43,44,45 Model rules for protection of health and Sanitary arrangement for workers employed by CPWD or its contractors (Heading only) Central Public Works Department Contractors Labour Regulations (In Heading and Regulations No.1 only), CPWD- Delhi Schedule of Rates and Specifications

iii) iv) v)

Contractor

Engineer-in-Charge

16

SPECIAL CONDITIONS FOR DESIGN AND DRAWINGS The contractor shall supply three sets of structural drawings containing structural details of Footings, Columns, Beams, Slabs, Staircase etc. and one set of design calculations. The design calculations shall be in the form of (a) hard copy containing inputs and output details and (b) CD containing entire design details. The design shall be based on the architectural drawings, scope of work, site conditions etc as per agreement and allowed SBC to be got confirmed from Engineer-in-charge. The design and drawings should take into consideration all types of Dead Loads, Live Loads, Seismic Forces etc. conforming to guidelines provided under various and relevant IS codes. These basic data can also be obtained from the Engineer-in-charge (who in turn may refer the data considered in technically sanctioned detail estimate). The design and drawings shall be got done by the contractor from any recognized and reputed Govt. Engineering College to be approved by the Engineer-in-charge. The structural design and drawings shall be submitted to the Engineer-in-charge by the contractor, who will submit to the tender accepting authority. The Engineer-in-charge will then forward the design and drawings along with his recommendations to the Tender Accepting Authority for his approval. The work will be executed on the basis of approval structural drawings by tender accepting authority. Nothing extra will be paid separately by the department for structural design and drawings done from Engineering College &/ or for incorporating (a) changes in the design and drawing to satisfy codal provision &/ of (b) changes in the RCC members, reinforcement etc. during checking and approval of structural design and drawing. Time Schedule for the supply of structural drawings along with design calculations shall be as under:(i) (ii) (iii) Foundations, Columns, Plinth Beams (if required), Staircase up to first floor:- within 20 (twenty) days from award of the work. Each floor drawings including Columns, Beams, Slab, Staircase etc:within every 15 (fifteen) days thereafter. For ancillary works like underground Sump, Pump House and Overhead Tank etc. if and when required, within 90 (ninety) days from start of the work.

Contractor

Engineer-in-charge

17

SPECIAL CONDITIONS FOR ALUMINIUM WORKS


(For Doors, Windows, Ventilators and Partitions)

1. Extruded aluminium sections of JINDAL, INDAL or Equivalent as approved by the Engineer-in-Charge shall only be used. The various aluminium sections of JINDAL make generally used in doors, windows, ventilators, partitions etc, are indicated in the table attached. The sections of other size, shape and thickness may also be used is approved by the Engineerin-Charge. Various tests of aluminium sections shall be conducted in accordance with relevant provisions of IS:1868, IS:5523 & IS:5528. 2. Aluminium doors, windows, ventilators and partitions shall be fabricated generally as per the approved (architect) drawings. Alternatively, the contractor shall submit the drawings indicating the proposed sections to be used by him and the fixing arrangements, for approval. The Engineer-in-Charge shall have the right to reject or modify these drawings before approval and the contractor is bound to execute the work in accordance with drawings approved by the Engineer-in-Charge. 3. Samples of doors, windows, ventilators and partitions as per approved drawings, shall be fabricated and got approved from the Engineer-in-Charge before taking up the execution of these items. 4. Aluminium sections shall be jointed to each other, wherever required, with extruded aluminium angle cleats of suitable size and of thickness not less than 6mm in frames of doors/windows/ventilators/partitions & door shutters and not less than 4mm in window shutters, with stainless steel screws. All joints, unless specified, shall be mitred. 5. Fabricated aluminium frames shall be given a lacquer coating, which shall be maintained during the entire period of construction to prevent any damage to the anodic (Powder) coating to aluminium sections. The surface shall be cleaned and polished before handing over the works. Nothing extra shall be paid on this account. 6. Sliding-Shutters in partly openable windows, shall be provided with heavy-duty nylon rollers with concealed bearings and aluminium stoppers and special locking arrangements as approved by the Engineer-in-Charge. The interlocking styles of sliding shutters shall be provided with PVC weather sealing gasket. To drain off rain water collected in between channels, cuts of 15mm width shall be provided at both ends of the bottom track as directed by the Engineer-inCharge. Side-Hung-Shutters in fully openable windows, shall be provided with best quality heavyduty type anodic (Powder) coated aluminium hinges with stainless steel pins/bolts, anodized (Powder) coated aluminium peg stays and fasteners of suitable size and shape. 7. RATES:- Actual weight of extruded aluminium sections, angle cleats and snap beadings, excluding the weight of all fittings and fixtures, shall be measured for payment. The cost of all fittings and fixtures (i.e. stainless steel screws, nylon rollers, locking arrangements, gasket, making cuts, hinges, pins/bolts, peg stays, fastners) and the wastage of extruded aluminium sections, shall be deemed to be included in the agreement rate and noting extra whatsoever shall be payable. Panelling and glazing shall be paid separately.

Contractor

Engineer-in-Charge

18

GUARANTEE TO BE EXECUTED BY CONTRACTORS FOR REMOVAL OF DEFECTS AFTER COMPLETION IN RESPECT OF WATER PROOFING WORKS
(Refer Original and Main Agreement NoDated..) The 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 Government of the other part). WHEREAS this agreement in supplementary to a contract (hereinafter called the Contract), dated /../.. and made between the GUARANTOR of the one part and the Government of the other part, whereby the contractor, inter alia, undertook to render the buildings and structures in the said contract recited completely water and leak-proof. AND WHEREAS GUARANTOR agreed to give a guarantee to the effect that the said structures will remain water and leak-proof for five years from the date of giving of water proofing treatment. 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 five years to be reckoned from the date after the maintenance period prescribed in the Contract. Provided that the guarantor will not be responsible for leakage caused by earth quake or structural defects or misuse of roof or alteration and for such purpose: a) Misuse of roof shall mean any operation which will damage proofing treatment, like chopping of fire wood and things of the same nature which might cause damage to roof; b) Alteration shall mean construction of an additional storey or a part of the roof or construction adjoining to existing roof whereby proofing treatment is removed in parts; c) The decision of the Engineer-in-Charge with regard to cause of leakage shall be final.

During this period of guarantee, the guarantor shall make good or defects and in case of any defect being found, render the building water proof to the satisfaction of the Engineer-in-Charge at his cost and shall commence the work for such rectification within seven days from the date of issue of notice from the Engineer-in-Charge calling upon him to rectify the defects, failing which the work shall be got done by the Department by some other contractor at the GUARANTORS cost and risk. The decision of Engineer-in-Charge as to the cost, payable by the guarantor shall be final and binding. That if GUARANTOR fails to execute the water-proofing or commits breach there under then the guarantor will indemnify the principle 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, the decision of the Engineer-in-Charge will be final and binding on the parties. IN WITNESS WHEREOF these presents have been executed by the obligor 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.

Contractor Refer appendix-25 of CPWD Works Manual 2007)

Engineer-in-Charge

19

ADDITIONAL CONDTIONS, ADDITIONAL SPECIFICATIONS & IMPOTANT NOTES


A 1. 2. ADDITIONAL CONDITIONS The contractor shall at his own expense, provide all materials, required for work. The Contractor shall maintain safe custody of materials brought to the site. The contractor shall also employ necessary watch and ward establishment for the work and other purposes as required at his own cost. For Cement and Steel and other materials, as prescribed, the quantities brought at site shall be entered in the respective material at site accounts and shall be treated as issued for maintenance of daily consumption. The procurement of cement and Reinforcement Steel and their issue and consumption shall be governed as per conditions laid down hereunder. CEMENT The contractor shall procure 43 grade (Conforming to I.S: 8112) Ordinary Portland Cement, as required in the work, from reputed manufactures of cement, having a production-capacity of one million tonnes per annum or more. Such as A.C.C. L&T, Vikmam, Shri Cement and Cement Corporation of India etc. as approved by Ministry of Industry, Government of India, and holding license to use ISI Certification mark for their product. Supply of cement shall be taken in 50 kg bags bearing manufacturers name and ISI marking. Samples of cement arranged by the contractor shall be taken by the Engineer-in-charge and got tested in accordance with provisions of the relevant BIS Codes. In case test results indicate that the cement arranged by the contractor does not conform to the relevant BIS Codes, the same shall stand rejected and shall be removed from the site by the contractor at his own cost within a weeks time of written order from the Engineer-in-Charge to do so. The cement shall be brought at site in bulk supply as decided by the Engineer-in-Charge. The cement godown of the capacity to store about 2000 bags of cement or as decided by the Engineer-in-Charge shall be constructed by the contractor at site of work for which no extra payment shall be made. Double lock provision shall be made to the door of the cement godown. The keys of one lock shall remain with the Engineer-in-Charge or his authorized representative and the key of other lock shall remain with the contractor. The contractor shall facilitate the inspection of the cement godown by the Engineer-in-Charge at any time. The contractor shall supply free of charge the cement required for testing. The cost of tests shall be borne by the contractor/Department in the manner indicated below. (i) By the contractor, if the results show that the cement does not conform to relevant BIS Codes. By the Department, if the results show that the cement conforms to relevant BIS codes.

3.

4.

4.1 4.1.1

4.1.2 4.1.3.

4.1.4

(ii)

4.2 4.2.1

STEEL The contractor shall procure steel reinforcement bars conforming to relevant BIS Codes from main producers as approved by the Ministry of Steel. For TMT Bars conforming to relevant BIS codes, procurement shall be made from main producers having valid BIS Licence. The contractor shall have to obtain and furnish test certificates to the Engineer-in-Charge in respect of all supplies of steel brought by him to the site of work. Samples shall also be taken and got tested by the Engineer-in-Charge as per the provisions in this regard in the relevant BIS Codes. In case the test results indicate that the steel arranged by the contractor does not conform to BIS Codes, the same shall stand rejected and shall be removed from the site of work within a weeks time from written order from the Engineer-in-Charge to do so.

20

4.2.2

The steel reinforcements shall be stored by the contractor at site of work in such a way as to prevent distortion and corrosion and nothing extra shall be paid on this account. Bars of different sizes (diameters) and lengths shall be stored separately to facilitate easy counting and checking. For checking nominal mass, tensile strength, bend test, re-bend test, elongation test, proof stress etc. specimen of sufficient length shall be cut from each diameter of the bar at random at frequency not less than that specified below. For Consignment ----------------------------------------------------------Below 100 tonnes Over 100 tonnes One sample for each One sample for each 40 25 tonnes or part thereof tonnes or part thereof One same for each 35 tonnes or part thereof One sample for each 45 tonnes or part thereof. One sample for each 45 tonnes or part thereof One sample for each 50 Tonnes or part thereof

4.2.3

Size(Diameter) of bar Under to 10mm dia

10mm to 16 mm dia

Over 16mm dia

4.2.4

The contractor shall supply free of charge the steel bars required for testing. The cost of tests shall be borne by the contractor/Department in the manner indicated below. (i) (ii) By the contractor, if the results show that the steel does note conform to relevant BIS Codes. By the Department, if the results show that the steel conforms to relevant BIS codes.

4.2.5

Coefficient of weight i.e., the weight per unit length of the steel procured by the contractor shall be ascertained at site before using it and certified by the Engineer-in-Charge. In case weight per unit length is beyond the rolling margin as laid down in the BIS: 1786, the steel will be rejected and shall be removed as per para 5.2.1 above from the site of work within a weeks time from written order from the Engineer-in-Charge to do so. In case weight per unit length is more than the standard coefficient of weight for the diameter, but is within the rolling margin, then the payment shall be made as per the standard weight per unit length, and, where the weight per unit length is lesser than the standard coefficient of weight for the diameter, but is within the rolling margin, the payment shall be restricted with respect to the actual weight per unit length of the diameter. The standard sectional weights referred to in standard table under para 5.3.3, CPWD Specifications for Cement Mortar, Cement Concrete and RCC works, are to be considered for conversion of length of various sizes of Steel Reinforcement bars into weight. The actual issue and consumption of steel and cement on the work shall be regulated and proper accounts maintained as provided in clause 10 of the contract. The theoretical consumption of cement and steel shall be worked out as per procedure prescribed in Clause 42 of the contract ad shall be governed by conditions laid therein. Steel and Cement brought to site and remaining unused shall not be removed from site without the written permission of the Engineer-in-Charge. No payment shall be made to contractor for any damaged caused by rain, snowfall, floods or any other natural cause what so ever during the execution of work because of cause(s) not covered under Clause 43 of the Contract. The damage to work will be made good by the contractor at his cost, and no claim on this account be entertained. Some restrictions may be imposed by the security staff etc. on the working and/or movement of labour, materials etc. and the contractor shall be bound to follow all such restrictions/instructions and nothing extra shall be payable on this account.

4.3

4.4

4.5

5.

6.

21

7.

The Contractor shall comply with proper and legal orders and directions of the local or public authority or municipality and abide by their rules and regulations and pay all fees and charges which he may be liable and nothing extra shall be payable on this account. The work shall be carried out without infringing on any of the local Municipal Bye-Laws. The contractor shall engage licensed plumber for sanitary, water supply, drainage work and also get all the materials and system (including the materials supplied if any, by the department) tested by the Municipal Authority, whenever required, at his own cost including testing fees, transport etc. according to Municipal by Laws. The contractor shall produce necessary certificate from the Municipal Authorities after completion of work. Nothing extra will be paid on this account. The water supply sanitary installation and drainage work shall be carried out in a manner complying in all respects with the requirement of relevant by laws of the local municipal authority of the place at no extra of the department. The rate for every item of work to be done under this contract shall be for all heights, depths, lengths and widths of the structure (except where specially mentioned in the item) and nothing extra will be paid on this account. The contractor shall take all precautions to avoid all accidents by exhibiting necessary caution boards such as day and night boards, speed limit boards and flags, red lights and providing barriers etc. He shall be responsible for all the damages and accidents caused due to negligence on his part. No hindrance shall be caused to traffic during the execution of work. Nothing extra will be paid on this account. The contractor will work in close liaison, during the works, with other contractors of water supply, sanitary, drainage arrangements, electrical installation and any other works and adjust his work plan accordingly. The contractor shall be required to produce samples of all materials and fittings sufficiently in advance for obtaining approval of the Engineer-in-Charge. The contractor shall be responsible to arrange on his own cost all necessary tools and plants required for execution of work. The contractor shall provide at his own cost suitable weighing and measurement arrangements at site for checking weight/dimensions as may be necessary for the execution of the work. The contractor shall maintain all work in good condition during the execution and till completion of entire work allotted to him. Any damage done by the contractor to any existing work during the course of execution of work tendered for shall be made good by him at his own cost. The rate for all items of work wherein cements is used inclusive of charges for curing. Samples of various materials required for testing shall be provided free of charges by the contractor. Testing charges, if any shall be borne by the Deptt. If the test results are satisfactory and are in conformity to the relevant provisions of the specifications. All other expenditure required to be incurred for taking samples, conveyance, packing, octroi/Tax, if any, etc. shall be borne by the contractor himself. The contractor shall keep the site clear thoroughly of rubbish unless scaffolding and materials etc. from time to time as well as before the actual date of completion of the work as per directions of the Engineer-in-Charge. The doors and windows frames & shutters shall not be painted, oiled or otherwise treated and fixed in position before these are approved by the Engineer-in-Charge. OTHER TAXES AND ROYALTIES Works Contract Sales Tax as prevalent as per statutory orders of State/Central Government and shall be charged on gross value of all the bills and shall be recovered from bill of the contractor as works contract sales tax should there be any increase in rate of works Contract Sales Tax during execution of the contract, the same shall also be payable by the contractor. 22

8.

9.

10.

11.

12.

13.

14.

15.

16. 17.

18.

19.

20 20.1

20.2

Royalty shall have to be paid by the contractor on all materials such as stone, bricks, boulders, metal, shingle, bajri, stone aggregate, coarse sand and fine sand etc. or any other materials used for the execution of the work direct to the Revenue Authority of the District/ State Govt. concerned. The contractor shall obtain No Demand Certificate from the District/State Govt. authority concerned before the final bill is paid, failing which necessary recovery will be effected at the applicable rates in the final bill. The contractor shall obtain labour clearance certificate from the designated Labour Commissioner or other designated authority of the State/Central Government and submit same to the Engineerin-Charge before payment of final bill. PROGRAMME FOR EXECUTION OF WORK The contractor shall submit a time and progress chart to the Engineer-in-Charge including the duration of various construction activities for completion of work within 15 days from the date of award. The total time taken for various activities should not exceed the stipulated time of completion specified in the tender. The chart should be updated as per the progress in the work and shall be operated as per Clause 5 of the contract. The work shall be executed as per programme approved by Engineer-in-Charge of the work. No claim what so ever will be entertained on this account. ARRANGEMENT OF WATER AND PAYMENT OF CHARGES ETC. IN CONNECTION WITH WATER USED FOR CONSTRUCTION PURPOSE The contractor shall make his own arrangement for the water to be used for construction purpose. The contractor will get the water tested before execution of work. The water used for construction shall conform to the relevant provisions as mentioned under para 3.1.1 on page 68 of revised CPWD specifications 2009 for cement mortar, cement concrete and RCC works. Water required for the execution of work may be sup-plied to the contractor in case of availability of water at discretion of the Engineer-in-Charge in accordance to Clause 31-A of contract documents. The charge (if any) etc. incidental to water used for construction purpose shall be borne by the contractor/agency under the following cases:In case of temporary water connection from municipal mains the water charges and sewerage charges (including water used for construction purposes) have to be borne by the Contractor. In case of water used from other sources, the prior permission for using the water for construction purpose has to be obtained from municipal corporation/ Local Bodies by the Contractor. Water charges sewerage charges, or any other charges, for use of water from other sources for construction purposes have to be borne by the contractor. PARTICULAR SPECIFICATIONS GENERAL The work, shall in general, conform to the CPWD specifications shall mean CPWD specifications 2007 Should there be any difference between the specifications mentioned above and the specifications given in the Schedule of quantities, the later shall prevail. If the specifications for any item are not available in the CPWD specifications cited above, relevant BIS Specifications should be followed. In case BIS Specifications are also not available, the decision of Engineer-in-Charge given in writing based on acceptable sound engineering practice and local usage shall be final and binding on the contractor.

20.3

21. 21.1

21.2

22

22.1

22.2

22.3

22.3.1

22.3.2

B 1. 1.1 1.1.1

1.1.2

1.1.3

23

1.2

The work will be carried out in accordance with the architectural drawings and structural drawings. The Structural and architectural drawings shall have to be properly correlated before executing the work. In case of any difference noticed between Architectural and Structural drawings, the contractor shall obtain decision in writing of the Engineer-in-Charge. In case of discrepancy in the item given in the schedule of quantities appended with the tender and architectural drawings relating to the relevant item, former shall prevail unless otherwise given in writing by the Engineer-in-Charge. The following modifications to the above specifications shall, however, apply. EARTH WORK During excavation and trenching work etc. the contractors shall ensure compliance to the guidelines in such matters laid down by the local body/bodies to ensure that there is minimum hazard to the operating personals and users, minimum inconvenience to the users, minimized damage to the underground plan/ services of other utilities in a coordinated way, in the interest of public convenience and overall safety. Any trenching and digging for laying sewer lines/ water lines/ cables etc. shall be commenced by the contractor only when all men, machinerys and materials have been arranged and closing of the trench(s) thereafter shall be ensured within the least possible time. Surplus excavated earth which is beyond the requirement of D.O.P. shall have to be disposed of by the contractor at his own cost beyond the municipal limits or at places identified by the local bodies or as directed by the Engineer-in-Charge after obtaining written permission of the Engineer-in-Charge and no payment will be made by the Department for such disposal of this surplus excavated earth.

1.2.1

1.2.2

2. 2.1 2.1.1

2.1.2

2.1.3

2.1.4

The contractor shall, at his own expense and without extra charges, make provision for all shoring, pumping, dredging or bailing out water, if necessary, irrespective of the source of water. The foundation trenches shall be kept free from water while all the works below Ground level are in progress, without any extra payment. Reinforced Cement Concrete Work & Plain Cement Concrete General Where only one variety of sand is available, the sand will be sieved for use in finishing work to achieve the required particle size distribution as per CPWD specifications in order to obtain smooth surface and nothing extra shall be paid to the contractor on this account. Sand to be used shall not have any chloride/sulphate or any other impurities beyond permissible limit given in the CPWD specification. Water:- It shall conform to requirements laid down in IS: 456-2000 and CPWD Specification. R.C.C. work (Nominal mix concrete)-Water-Cement Ratio:For RCC Works, wherever nominal mix of concrete is stipulated in the items for work, For maintaining proper quality and durability requirements of the structure, maximum water-cement ratio shall be restricted to 0.55. If in normal course of work, the required workability is not achieved; suitable plasticizers/admixtures may be used for improving the workability of concrete with the approval of Engineer-in-Charge for which nothing extra shall be paid.

2.2
2.2.1

2.2.2

2.2.3 2.3

2.3.1

For concreting work, mixer with lifting hopper shall have to be used for mixing concrete.

24

2.4

Cement Slurry, if any,. Added over base, surface(or) for continuation of concreting for better bond is deemed to have been in built in the terms (Unless other wise explicitly stated and nothing extra shall be payable (or) extra cement considered in consumption on this account. Centering and Shuttering for R.C.C. work:The concrete surface shall be free from honey combing, offsets, superfluous mortar, Cement slurry and foreign matter. The form work shall be assembled in such a way as to facilitate removal of their parts in proper sequence without any damage to the exposed cement concrete surfaces and corners etc. The contractor shall keep skilled staff for special care and supervision to check the form work and concreting so that every member is made true to its size, shape, level and alignment so that it does not result in any deformation, snug, buldges etc. The contractor shall also take suitable precautionary measure to prevent breaking and chipping of corners and edges of completed work until the building is handed over. The size of shuttering plates for slabs shall not be less than 0.6m x 0.9m in general. However, Contractor has to provide tape to seal the joint properly to get smooth surface. Further shuttering shall be of such quality that there are no undulations and surfaces will be fairly even and no extra thick ceiling plaster shall be permitted to make the surface even.

2.5

2.6

STEEL WORK:-All Steel doors, steel windows, steel ventilators, wire gauge, steel glazing, steel grill shall be according to the Architects detailed drawings. These shall conform to the CPWD specification. In the case of composite steel windows the rates shall include the cost of coupling mullion and transom etc. where windows with inside openable shutters are fixed along with windows with shutters openable outside, such inside openable windows shall be fitted with suitable friction hinges and openable outside with box type hinges, lever handles or otherwise as approved by the Engineer-in-Charge of the work. For such windows, cement concrete block of size 15cm x 10cm x 10cm shall be provided. Nothing extra shall be paid on this account. In the case of steel windows and doors, steel glazing, wire gauge steel ventilators, rolling shutters, grills etc. an approved quality-priming coat of zinc chromate shall be applied over and above shop coat of primer. Nothing extra shall be payable for providing shop-coat primer. IMPORTANT NOTES;Mandatory tests as provided for in the CPWD specification or other specification referred to above shall be got done as prescribed. Any infringement and/or breach of the above specification and condition (s) etc. shall render the contractor liable to action(s) under various Clauses of the contract and such action stipulated in conditions therein. The quoted rates for various items in the tender shall be inclusive of all the additional conditions and specification and for adherence to all these conditions and specifications, no extra payment shall be made to the Contractor. DESIGN & DRAWINGS:- The contractor shall arrange and supply structural design and drawings as per Special Conditions attached with the tender documents. This aspect should be taken into consideration while quoting the rates, as nothing extra will be paid separately nor any claim on this account will be entertained.

2.6.1

2.6.2

3. 3.1

3.2

3.3

3.4

25

SPECIAL CONDITIONS FOR ISI MARKED ITEMS


1. 2. Copies of vouchers of ISI mark items shall be submitted, then only the payment shall be made. If the contractor fails to provide copies of vouchers, then materials shall be test from Laboratory viz. Nation Test House, Calcutta/Delhi and Sriram Test House , New Delhi and expenses shall be borne by the contractor. 3. If any material other then specified in the nomenclature of the item is provided, the deduction will be made as per the actual market rate difference between them.

SPECIAL CONDITIONS FOR PAINT WORK


1. For paint work, the theoretical quantity as per manufacturers specifications shall be brought to the site in a single lot and not in batches and shall be got approved by the Engineer-in-Charge.

SPECIAL CONDITIONS FOR VITRIFIED TILES, CERAMIC TILES AND FLOOR TILES
1 Original vouchers shall be produced at the time of execution of work and the same shall be enclosed with the bill for record. 2 Shade, colour, manufacturer shall be got approved from the Engineer-in-Charge before execution.

Contractor

Engineer-in-Charge

26

SCHEDULE D Special Conditions/ Specific requirements for the work:1. The Products shall qualify the tests as per BIFMA standards. The Product/ Company should have ISO:9001:2000 and ISO 14001:2004 certificates. 2. The work shall be carried out as per the detailed drawings made available by the Engineer-inCharge. 3. The contractor shall submit the details of the item prior to its purchase. 4. The Engineer-in-charge/ Officer from DOP shall be allowed to inspect the material in the factory/ showroom of the manufacturer of the item, prior to convey the final approval to the contractor for its procurement. 5. The contractor shall be liable to bring the material at site in good condition. 6. The Engineer-in-charge may ask for the proof of purchase from the approved manufacturer of the item, in the form of invoice/ bill from the contractor to support that the material has been procured from the same manufacturer as approved in Sr. No. 3 above. 7. The rates quoted by the contractor shall be inclusive of all taxes viz. VAT, Tax/ Cess charged by the Local bodies. 8. The rates shall include all carriage, packing, unpacking and FOR Delivery at site. 9. The contractor shall insure 6 months warranty in addition to defect liability period as mentioned in standard CPWD-8 for all the items. (This will be in form of a Guarantee Bond. No money will be withheld from the bill on this account). 10. The contractor shall be liable for any damage made to the existing property of the Govt. during installation work; the contractor at his own cost should rectify the same. 11. The Department shall recover the IT with cess as applicable from the bills paid for the work. 12. The Department shall recover the Sales Tax as applicable for Civil Contracts by Government from the bills paid for work.

Contractor

Engineer-in-Charge

27

SCHEDULE OF QUANTITY
Name of Work (Haryana) Estimated Cost Earnest Money Time
S. No. Description of Items SUB- HEAD:-I : EARTH WORK 1 Earth work in excavation by mechanical means (Hydraulic excavator )/ manual means over areas (exceeding 30cm in depth. 1.5m in width as well as 10 sqm. on plan) including disposal of excavated earth, lead upto 50m and lift upto 1.5m, disposed earth to be levelled and neatly dressed. All kinds of soil Earth work in excavation by mechanical means (Hydraulic Excavator )/ manual means in foundation trenches or drains (not exceeding 1.5 m in width or 10 sum on plan) including dressing of sides and ramming of bottoms, lift upto 1.5 m, including getting out the excavated soil and disposal of surplus excavated soil as directed, within a lead of 50 m. All kinds of soil. By mechincal means (Hydraulic Excavator or) Manual Means Filling available excavated earth (excluding rock) in trenches, plinth, sides of foundations etc. in layers not exceeding 20com in depth, consolidating each deposited layer by ramming and watering, lead up to 50m and lift up to 1.5m. Supplying and filling in plinth with local sand under floors including watering, ramming, consolidating and dressing complete. Excavating trenches of required width for pipes, cables, etc including excavation for sockets, and dressing of sides, ramming of bottoms, depth upto 1.5 m including getting out the excavated soil, and then returning the soil as required, in layers not exceeding 20 cm in depth including consolidating each deposited layer by ramming, watering, etc. and disposing of surplus excavated soil as directed, within a lead of 50 m : All kinds of soil Pipes, cables etc. exceeding 80 mm dia. but not exceeding 300 mm dia.

:- Construction of Post Office building at DLF Phase-I, Gurgaon :- ` 63,22,412/:- ` 1,26,448/:- 12 (Twelve) Months
Quantity Rate in words & Figures Unit Amount

a 2

180.00

cum

cum

190.00

cum

cum

370.00

cum

cum

185.00

cum

cum

a (i)

60.00

Mtr.

Mtr.

28

S. No. 1

Description of Items SUB-HEAD:-II : CONCRETE WORK Providing and laying in position cement concrete of specified grade excluding the cost of centering and shutteringAll work upto plinth level: 1 : 5: 10 (1cement : 5 coarse sand : 10 graded stone aggregate 40mm nominal size) Providing and laying damp-proof course 40mm thick with cement concrete 1:2:4 (1 cement : 2 coarse sand : 4 graded stone aggregate 12.5mm nominal size). Extra for providing and mixing water proofing material in cement concrete work @ 1 kg per 50kg of cement.

Quantity

Rate in words & Figures

Unit

Amount

a (i)

90.00

cum

cum

15.00

sqm.

sqm.

28.00

per 50 kg ceme nt sqm.

per 50 kg cement

Applying a coat of residual petroleum bitumen of penetration 80/100 of approved quality using 1.7kg per square metre on damp proof course after cleaning the surface with brushes and finally with a piece of cloth lightly soaked in kerosene oil.

39.00

sqm.

SUB-HEAD :-III REINFORCED CEMENT CONCRETE 1 Providing and laying in position specified grade of reinforced cement concrete excluding the cost of centring, shuttering finishing and reinforcement - all work upto plinth level: (a) 1 : 1.5 :3 (1 cement : 1.5 coarse sand : 3 graded stone aggregate 20mm nominal size) Reinforced cement concrete work in walls (any thickness) including attached pilasters,buttresses, plinth and string courses, fillets, columns, pillars, piers, abutments, posts, and struts etc upto floor five level excluding the cost of centring, shuttering, finishing and reinforcement:1 : 1.5 : 3 ( 1cement : 1.5 coarse sand : 3 graded stone aggregate 20mm nominal size ) Reinforced cement concrete work in beams, suspended floors, roofs having slope upto 15 landings, balconies, shelves, chajjas, lintels, bands, plain window sills, staircases and spiral stair-cases upto floor five level excluding the cost of centring, shuttering, finishing and reinforcement with 1:1.5:3 (1 cement : 1.5 coarse sand : 3 graded stone aggregate 20 mm nominal size). Centring and shuttering including strutting, propping etc and removal of form for: Foundations, footings, bases of columns etc. for mass concrete.

95.50

cum

cum

40.00

cum

cum

112.00

cum

cum

4 a

105.00

sqm

sqm

29

S. No. b

Description of Items Suspended floors, roofs, landings, balconies and access platform. Lintels, beams, plinth beams, girders, bressumers and cantilevers. Columns, pillars, piers, Abutments, posts and struts Stairs (excluding landings) except spiral staircases. Reinforcement for R.C.C. work including straightening, cutting, bending, placing in position and binding all complete. Upto plinth level. Thermo-Mechanically Treated bars. Above plinth level Thermo-Mechanically Treated bars.

Quantity 425.00 sqm

Rate in words & Figures

Unit sqm

Amount

550.00

sqm

sqm

430.00

sqm

sqm

e 6

45.00

sqm

sqm

a (i) b (i)

13200.00

kg

kg

30100.00

kg

kg

SUB-HEAD:-IV: BRICK WORK 1 a 2 Brick work with F.P.S. bricks of class designation 75 in foundation and plinth in: Cement mortar 1:6 (1 cement : 6 coarse sand) Brick work with F.P.S. bricks of class designation 75 in superstructure above plinth level upto floor V level in all shapes and sizes in: Cement mortar 1:6 ( Cement : 6 coarse sand) Half brick masonry with F.P.S. bricks of class designation 75 in superstructure above plinth level upto floor V level. Cement mortar 1:4 (1 cement :4 coarse sand) Extra for providing and placing in position 2 Nos. 6mm dia. M.S. bars at every third course of half brick masonry (with F.P.S. bricks). Tile brick masonry work 5 cm thick with tile bricks of class designation 100 in cement mortar 1:3 (1 cement : 3 coarse sand) in superstructure.

141.00

cum

cum

a 3

135.00

cum

cum

a 4

145.00 145.00

sqm sqm

sqm sqm

181.00

sqm

sqm

SUB-HEAD:-V: MARBLE WORK 1 Providing and fixing 18mm 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 of approved shade, colour and texture laid over 20mm thick base cement mortar 1:4 (1 cement : 4 coarse sand) with joints treated 30

S. No.

Description of Items with white cement, mixed with matching pigment, epoxy touch ups, including rubbing, curing moulding and polishing to edge to give high gloss finish etc. complete at all levels. Granite of any colour and shade Area of slab over 0.50 sqm. Extra for providing edge moulding to 18mm thick marble stone counters, Vanities etc. including machine polishing to edge to give high gloss finish etc. complete as per design approved by Engineer-in-Charge. Marble work

Quantity

Rate in words & Figures

Unit

Amount

a (i) 2

4.50

sqm.

sqm.

10.00

Mtr.

Mtr.

a 2 a 3

SUB-HEAD:VI WOOD AND PVC WORK Providing wood work in frames of doors, windows, clerestory windows and other frames, wrought framed and fixed in position : Second class teak wood Extra for additional labour for circular works, such as in frames of fan light : Second class teak wood 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. 35 mm thick including ISI marked Stainless Steel butt hinges with necessary screws. 25 mm thick (for cupboard) including ISI marked nickel plated bright finished M.S. Piano hinges IS : 3818 marked with necessary screws. Providing and fixing panelled or panelled and glazed shutters for doors, windows and clerestory windows including ISI marked black enamelled M.S butt hinges with necessary screws excluding, panelling which will be paid for separately. Second class teak wood 35 mm thick shutters Providing and fixing glazed shutters for doors, windows and clerestory windows using 4 mm thick float glass panes including black enamelled ISI marked M.S butt hinges with necessary screws. Second class teak wood 30 mm thick Extra for providing heavy sheet float glass panes instead of ordinary float glass in glazed doors, windows and clerestory window

2.00

cum

cum

0.15

cum

cum

60.00

sqm

sqm

12.00

sqm

sqm

a (i) 5

5.00

sqm

sqm

a (i) 6

14.00

sqm

sqm

31

S. No.

Description of Items shutters. (Area of opening for glass panes excluding portion inside rebate shall be measured) 5.5 mm thick instead of 4 mm thick.

Quantity

Rate in words & Figures

Unit

Amount

12.00

sqm

sqm

a (i)

Deduct if fixed shutters (without hinges) are provided instead of openable shutters for doors, windows or clerestory windows with : Black enamelled M.S. butt hinges with necessary screws. For 2nd class teak wood and other inferior class of wood shutters. Providing and fixing panelling or panelling and glazing in panelled or panelled and glazed shutters for doors, windows and clerestory windows (Area of opening for panel inserts excluding portion inside grooves or rebates to be measured). Panelling for panelled or panelled and glazed shutters 25 mm to 40 mm thick : Second class teak wood Providing and fixing M.S. grills of required pattern in frames of windows etc. with M.S. flats, square or round bars etc. all complete. Fixed to steel windows by welding. Fixed to openings /wooden frames with rawl plugs screws etc. Providing and fixing ISI marked oxidised M.S. sliding door bolts with nuts and screws etc. complete : 300x16 mm 250x16 mm Providing and fixing ISI marked oxidised M.S. tower bolt black finish, (Barrel type) with necessary screws etc. complete : 250x10 mm 200x10 mm Providing and fixing ISI marked oxidised M.S. handles conforming to IS:4992 with necessary screws etc. complete : 125 mm 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. Twin rubber stopper Providing and fixing oxidised M.S. casement stays (straight peg type) with necessary screws etc. complete. 300 mm weighing not less than 200 gms.

14.00

sqm

sqm

a 9

4.00

sqm

sqm

a b

850.00 150.00

Kg. Kg.

Kg. Kg.

10

a b 11

6.00 25.00

Nos Nos

each each

a b 12

60.00 90.00

Nos. Nos.

each each

a 13

74.00

Nos

each

a 14

35.00

Nos

each

45.00

Nos

each 32

S. No. 15

Description of Items

Quantity

Rate in words & Figures

Unit

Amount

a 16

Providing and fixing special quality chromium plated brass cupboard locks with six levers including necessary screws etc. complete (Best make of approved quality) of : Size 50 mm Providing & fixing of customer writing ledge of size 1220mm long, 400mm wide and 1450 mm high with writing top at a height of 1050mm including open drawers of 100mm depth for keeping papers below the working top as per architectural drawing No B1 to B5. The writing ledge shall be made with 19mm thick block board of best quality of make Duro/Century/Kitply including backing also of 19mm thick board of full height of 1450mm. The ledge shall be laminated with 1.5mm thick decorative laminate of Greanlam /Virgolam/Archidlam on all visible surfaces from outside as well as inside and all hidden surfaces shall be painted with white synthetic enamel paint over priming coat of approved quality of paint/primer of Asian/Nerolac/Berger brand. All edges of block board shall be covered by 19mm wide and 3mm thick 2nd class teak wood margin including matching the same. A stainless steel dustbin of 450mm height shall also be provided as per drawing. The dustbin shall be made of 1mm thick stainless steel sheet (SS-304 Grade) with necessary argon welding wherever required. The work shall include cost of all operations, labour and Material, adhesive, nails, stainless steel screws etc. including approval of samples all completed as per direction of Engineer-in-charge. Note :- Nomenclature of item shall supersede over the drawings in case of any ambiguity between the two.

5.00

Nos

each

2.00

Nos

each

17

Providing and fixing storage cupboards as per drawing No C1 to C4. The cupboard shall be fabricated with following material and operation. a) The 19mm thick block board of best quality of approved brand Duro/Centrery/Kitply shall be used to prepare the cupboard except shutters. The cup board shutter shall also be of factory made 19mm thick block board. b)All exposed outer surface of whole cup board shall be laminated with 1.5mm thick decorative laminate of Greenlam/Virgalam/Archidlam and inside surfaces remaining and backside shall be finished with white synthetic enamel paint over priming coat. The paint and primer shall 33

S. No.

Description of Items be of approved quality of Nerolac/Berger/Asian brand. c) All edges of block board shall be covered with 19mm wide and 3mm thick 2nd class teakwood margin including matching the same. d) The 19mm thick cup board shutter shall be fitted with M.S. piano type hinge of ISI marked confirming to IS-3818 finished with nickel plating with necessary screws of over all width 50mm. The shutters of the cupboard shall be provide with Magnetic catcher of heavy duty and best quality (Triple Strip) horizontal type with multi purpose cabinet lock of Godrej equivalent and brush finish stainless steel handle as per drawing. i) Storage cup boards of size 799mm x 400mm x 1050mm containing two boxes with magnetic catcher, brush finish stainless steel handles of suitable size (75mm or 100mm) and multipurpose cabinet lock of Goderj or equivalent in each box as per drawing and direction of Engineer-In-Charge The work shall include cost of all operations, Labour and Material, adhesive, nails, stainless steel screws etc. as above including approval of sample as per direction of Engineer-incharge. Note :- Nomenclature of item shall supersede over the drawings in case of any ambiguity between the two

Quantity

Rate in words & Figures

Unit

Amount

5.00

Nos

each

18

Providing and fixing wooden customer service counter of size 1500mm length & 300mm width having height of 1050mm with attachment of working top having height of 750mm and of L-shape having legs of 1500mmx300mm and 1350mmx450mm with tapering at joint of legs including arrangement of computer system as key board, slit for printer paper etc. complete as per drawing no. A1 to A6. The two nos. stainless steel rectangular tube of size 25mm x 50mm of 2mm thick having height of 2100mm fitted with counter to support the overhead signage panel as per Drawing. The counter shall be made of following ingredients. a) 19mm thick block board of best quality of make Duro/Century/Kit-ply brand laminated with lamination of 1.5mm thick, decorative laminate of Greenlam/Virgolam/Archidlam on outer face and inside face finished with white synthetic enamel paint over priming coat of approved quality of Narolac/Asian/Berger brand. b)The edges of board shall be covered by 19mm wide and 3mm thick 2nd class teak wood margin and matching the same. 34

S. No.

Description of Items

Quantity

Rate in words & Figures

Unit

Amount

c)The keyboard and drawer shall be fitted with a pair of 300mm long powder coated telescopic channels of approved quality of make fly rail. d)The Shutter below drawer in the counter shall be fitted with M.S. Piano type hinge ISI marked conforming to IS.13818 finished with nickel plating of overall width 35mm. e)The shutter of the counter shall be provided with 2 nos. magnetic catcher of heavy duty (twin strip) horizontal type best quality, 3 Nos. multi purpose cabinet locks of Godrej Make or equivalent and 4 Nos. brush finish stainless steel handle of 75mm long of best quality. The work shall include all operations, Labour and Materials, adhesive, nails and stainless steel screws etc. including approval of samples complete as per drawing and direction of Engineer-in-charge. Note :- Nomenclature of item shall supersede over the drawings in case of any ambiguity between the two 19 Providing and fixing an additional stainless steel tube member of section 25mm x 50mm of 2mm thick and 1450 mm long between vertical stainless steel tubes just below counter synage with 2 Nos. stainless steel corner cleats quarter round heavy duty of size 37 mm of 2.60mm thickness fixed with necessary stainless steel screws etc., and 2 Nos. 8mm thick plain glass of size 575mm x 770mm including rounding edges where ever required of approved make to be fixed to counter with 12 Nos. stainless semi-circular clips of size 35mm of 2mm thickness for holding glass etc. as per sketch enclosed and the direction of Engineer-in-charge. Providing and fixing PVC rigid foam sheet 1mm thick on existing door shutters (bathroom and W.C. doors) using synthetic rubber based adhesive.

5.00

Nos

each

5.00

Nos

each

20

4.00

sqm

sqm

SUB-HEAD:-VII: STEEL WORK

Providing and fixing factory made ISI marked steel glazed doors, windows and ventilators side /top /centre hung with beading and all members such as K11 B and K12 B etc. complete of standard rolled steel sections, joints mitred and flash butt welded and sash bars tenoned and rivetted with 15x3mm lugs, 10cm long, embedded in cement concrete blocks 15x10x10cm of 1:3:6 (1 cement : 3 coarse sand : 6 graded stone aggregate 20mm

1000.00

Kg.

Kg.

35

S. No.

Description of Items nominal size) or with wooden plugs and screws or rawl plugs and screws or with fixing clips or with bolts and nuts as required, including providing and fixing of hinges, pivots, float glass panes with glazing clips and special metal sash putty of approved make and a priming coat of approved steel primer excluding the cost of other fittings except necessary hinges or pivots complete as per approved design. (Sectional weight of only steel members shall be measured for payment without weight of glass and other fittings).

Quantity

Rate in words & Figures

Unit

Amount

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. In gratings, frames, guard bar, ladder, railings, brackets, gates and similar works. Providing and fixing hand rail of approved size by welding etc. to steel ladder railing, balcony railing and staircase railing including applying a priming coat of approved steel primer. M.S. tube.

3230.00

Kg.

Kg.

60.00

Kg.

Kg.

SUB-HEAD:-VIII: FLOORING WORK 1 Precast terrazo tiles 22mm thick with graded marble chips of size upto 12mm laid in floors, and landings, jointed with neat cement slurry mixed with pigment to match the shade of the tiles including rubbing and polishing complete with precast tiles on 20mm thick bed of cement mortar 1:4 (1 cement :4 coarse sand) : Light shade using white cement. Precast terrazo tiles 22 mm thick with graded marble chips of sizes upto 12 mm in skirting and risers of steps not exceeding 30 cm in height on 12 mm thick cement plaster 1:3 (1 cement : 3 coarse sand) jointed with neat cement slurry mixed with pigment to match the shade of the tiles, including rubbing and polishing complete with tiles of : Light shade using white cement. Chequerred precast cement concrete tiles 22 mm thick in footpath & courtyard jointed with neat cement slurry mixed with pigment to match the shade of tiles including rubbing and cleaning etc. complete on 20 mm thick bed of cement mortar 1:4 (1 cement: 4 coarse sand). Ordinary cement without any pigment.

190.00

sqm

sqm

19.00

sqm

sqm

210.00

sqm

sqm

36

S. No. 4

Description of Items Marble stone flooring with 18mm thick marble stone (sample of marble shall be approved by Engineer-in-charge) over 20 mm (average) thick base of cement mortar 1:4 (1 cement : 4 coarse sand) laid and jointed with grey cement slurry including rubbing and polishing complete with : Raj Nagar plain. Kota stone slab flooring over 20 mm (average) thick base laid over and jointed with grey cement slurry mixed with pigment to match the shade of the slab including rubbing and polishing complete with base of cement mortar 1 : 4 (1 cement : 4 coarse sand) : 25 mm thick. Kota stone slabs 25 mm thick in risers of steps, skirting, dado and pillars laid on 12 mm (average) thick cement mortar 1:3 (1 cement 3 coarse sand) and jointed with grey cement slurry mixed with pigment to match the shade of the slabs, including rubbing and polishing complete. Providing and fixing Ist quality ceramic glazed wall tiles conforming to IS : 15622 (thickness to be specified by the manufacturer) of approved make in all colours, shades except burgundy, bottle green, black of any size as approved by Engineer-in-Charge in skirting, risers of steps and dados over 12 mm thick bed of cement Mortar 1:3 (1 cement : 3 coarse sand) and jointing with grey cement slurry @ 3.3kg per sum including pointing in white cement mixed with pigment of matching shade complete. Providing and laying Ceramic glazed floor tiles 300x300 mm (thickness to be specified by the manufacturer) of 1st quality conforming to IS : 15622 of approved make in colours such as White, Ivory, Grey, Fume Red Brown, laid on 20 mm thick Cement Mortar 1:4 (1 Cement : 4 Coarse sand) including pointing the joints with white cement and matching pigment etc., complete. Providing and laying vitrified floor tiles in different sizes (thickness to be specified by the manufacturer) with water absorption's 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) including grouting the joints with white cement and matching pigments etc., complete. Size of Tile 60x60 cm

Quantity

Rate in words & Figures

Unit

Amount

57.00

sqm

sqm

75.00 15.00

sqm sqm

sqm sqm

150.00

sqm

sqm

54.00

sqm

sqm

25.00

sqm

sqm

37

S. No.

Description of Items

Quantity

Rate in words & Figures

Unit

Amount

SUB-HEAD:-IX: ROOFING WORK 1 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 110 mm diameter 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. Bend 87.5 110 mm bend Shoe (Plain) 110 mm Shoe Providing and fixing Unplasticised -PVC pipe clips of approved design to Unplasticised PVC rain water pipes by means of 50x50x50mm hard wood plugs, screwed with M.S. screws of required length including cutting brick work and fixing in cement mortar 1:4 (1 cement : 4 coarse sand) and making good the wall etc. complete. 110 mm

32.00

Mtr.

Mtr.

a (i) b (ii) 3

3.00

Nos.

Each

3.00

Nos.

Each

12.00

Nos.

Each

SUB-HEAD:-X: FINISHING WORK 1 a 2 a 3 a 4 12 mm cement plaster of mix : 1:6 (1 cement : 6 coarse sand) 15 mm cement plaster on rough side of single or half brick wall of mix : 1:6 (1 cement : 6 coarse sand) 6 mm cement plaster of mix : 1:3 (1 cement : 3 fine sand) Providing and applying plaster of paris putty of 2 mm thickness over plastered surface to prepare the surface even and smooth complete Distempering with oil bound washable distemper of approved brand and manufacture to give an even shade New work (two or more coats) over and including priming coat with cement primer.

910.00

Sqm.

Sqm.

675.00

Sqm.

Sqm.

1225.00 200.00

Sqm. Sqm.

Sqm. Sqm.

1850.00

Sqm.

Sqm.

38

S. No. 6

Description of Items Finishing walls with Acrylic Smooth exterior paint of required shade : New work (Two or more coat applied @ 1.67 ltr/10 sum over and including base coat of water proofing cement paint applied @ 2.20 kg/ 10 sqm.). Painting with synthetic enamel paint of approved brand and manufacture to give an even shade : Two or more coats on new work French spirit polishing : Two or more coats on new works including a coat of wood filler. Washed stone grit plaster on exterior walls of height upto 10 M. above level in two layers, under layer 12mm cement plaster 1:4 (1 cement : 4 coarse sand ) furrowing the under layer with scratching tool, applying cement slurry on the under layer @ 2 Kg of cement per square metre, top layer 15mm cement plaster 1:1/2:2 (1 cement : 1/2 coarse sand : 2 stone chipping 10mm nominal size) in panels with groove all around as per approved pattern including scrubbing and washing, the top layer with brushes and water to expose the stone chippings ,complete as per specification and direction of Engineer-incharge (Payment for providing grooves shall be made separately). Forming groove of uniform size in the top layer of washed stone grit plaster as per approved pattern using wooden battens, nailed to the under layer including removal of wooden battens, repair to the edges of panels and finishing the groove complete as per specifications and direction of the Engineerin-charge : 20 mm wide and 15 mm deep groove

Quantity

Rate in words & Figures

Unit

Amount

800.00

Sqm.

Sqm.

310.00

Sqm.

Sqm.

8 a

165.00

Sqm.

Sqm.

310.00

Sqm.

Sqm.

10

200.00

Mtr.

Mtr.

SUB-HEAD:-XI: ROAD WORK 1 Cement concrete 1:2:4 (1 cement : 2 coarse sand : 4 graded stone aggregate 40 mm nominal size) in pavements, laid to required slope and camber in panels as required including consolidation finishing and tamping complete. Providing and fixing in position premoulded joint filler in expansion joints. 17.00 Cum. Cum.

720.00

per cm. depth per cm . width per m. length

per cm. depth per cm . width per m. length

39

S. No.

Description of Items SUB-HEAD:-XII: SANITARY INSTALLATION WORK

Quantity

Rate in words & Figures

Unit

Amount

Providing and fixing water closet squatting pan (Indian type W.C. pan ) with 100mm sand cast Iron P or S trap, 10 litre low level white P.V.C. flushing cistern with manually controlled device (handle lever) conforming to IS : 7231, with all fittings and fixtures complete including cutting and making good the walls and floors wherever required : White Vitreous china Orissa pattern W.C. pan of size 580x440mm with integral type foot rests. Providing and fixing white vitreous china pedestal type water closet (European type W.C. pan) with seat and lid, 10 litre low level white P.V.C. flushing cistern with manually controlled device (handle lever), conforming to IS : 7231, with all fittings and fixtures complete including cutting and making good the walls and floors wherever required : W.C. pan with ISI marked white solid plastic seat and lid Providing and fixing white vitreous china flat back half stall urinal of size 580x380x350mm with white PVC automatic flushing cistern, with fittings, standard size C.P. brass flush pipe, spreaders with unions and clamps (all in C.P. brass) with waste fitting as per IS : 2556, C.I. trap with outlet grating and other couplings in C.P. brass including painting of fittings and cutting and making good the walls and floors wherever required : Range of two half stall urinals with 5 litre P.V.C. automatic flushing cistern. Providing and fixing wash basin with C.I. brackets, 15 mm C.P. brass pillar taps,32 mm C.P. brass waste of standard pattern, including painting of fittings and brackets, cutting and making good the walls wherever require : White Vitreous China Wash basin size 550x400 mm with a pair of 15 mm C.P. brass pillar taps. Providing and fixing Stainless Steel A ISI 304 (18/8) kitchen sink as per IS 13983 with C.I. brackets and stainless steel plug 40 mm including painting of fittings and brackets, cutting and making good the walls wherever required : Kitchen sink with drain board 510x1040 mm bowl depth 250mm. Providing and fixing P.V.C. waste pipe for sink or wash basin including P.V.C. waste fittings complete. Flexible pipe 32 mm dia

5.00

Nos.

Each

1.00

Nos.

Each

2.00

Nos.

Each

6.00

Nos.

Each

1.00

Nos.

Each

10.00

Nos.

Each 40

S. No.

Description of Items

Quantity

Rate in words & Figures

Unit

Amount

Flexible pipe 40 mm dia 7 Providing and fixing mirror of superior glass (of approved quality) and of required shape and size with plastic moulded frame of approved make and shade with 6 mm thick hard board backing : Oval shape 450x350mm (outer dimensions) Providing and fixing 600x120x5mm glass shelf with edges round of supported on anodised aluminium angle frame with C.P. brass brackets and guard rail complete fixed with 40 mm long screws, rawl plugs etc., complete. Providing and fixing soil, waste and vent pipes : 100 mm dia. Centrifugally cast (spun) iron socketed pipe as per IS: 3989. Providing and fixing M.S. holder-bat clamps of approved design to Sand Cast iron/cast iron (spun) pipe embedded in and including cement concrete blocks 10x10x10cm of 1:2:4 mix (1 cement : 2 coarse sand : 4 graded stone aggregate 20mm nominal size) including cost of cutting holes and making good the walls etc. : For 100 mm dia. Pipe Providing and fixing bend of required degree with access door, insertion rubber washer 3 mm thick, bolts and nuts complete. 100 mm Sand cast iron S&S as per IS - 3989 Providing and fixing plain bend of required degree. 100 mm Sand cast iron S&S as per IS : 3989 Providing and fixing heel rest sanitary bend 100 mm dia Sand cast iron S&S as per IS - 3989 Providing and fixing single equal plain junction of required degree with access door, insertion rubber washer 3 mm thick, bolts and nuts complete. 100x100x100 mm Sand cast iron S&S as per IS - 3989 Providing lead caulked joints to sand cast iron/ centrifugally cast (spun) iron pipes and fittings of diameter: 100 mm

1.00

Nos.

Each

6.00 6.00

Nos. Nos.

Each Each

9 a (i)

83.00

Mtr.

Mtr.

10

16.00

Nos.

Each

11

a (i) 12 a (i) 13 a (i) 14

6.00

Nos.

Each

6.00

Nos.

Each

4.00

Nos.

Each

a (i) 15

2.00

Nos.

Each

72.00

Nos.

Each

41

S. No. 16

Description of Items Providing and fixing trap of self cleansing design with screwed down or hinged grating with or without vent arm complete, including cost of cutting and making good the walls and floors : 100 mm inlet and 100 mm outlet Sand cast iron S&S as per IS: 3989. Painting sand cast iron/ centrifugally cast (spun) iron soil, waste vent pipes and fittings with paint of any colour such as chocolate grey, or buff etc. over a coat of primer (of approved quality) for new work : 100 mm diameter pipe

Quantity

Rate in words & Figures

Unit

Amount

a (i) 17

12.00

Nos.

Each

36.00

Mtr.

Mtr.

SUB-HEAD:-XIII: WATER SUPPLY

Providing and fixing G.I. pipes complete with G.I. fittings and clamps, including cutting and making good the walls etc. Internal work - Exposed on wall 15 mm dia. nominal bore 20 mm dia. nominal bore 25 mm dia. nominal bore Providing and fixing G.I. pipes pipes complete with G.I. fittings and clamps i/c making good the walls etc. concealed pipe including painting with anti corrosive bitumastic paint, cutting chases and making good the wall. 15 mm dia nominal bore 20 mm dia nominal bore Providing and fixing G.I. pipes complete with G.I. fittings including trenching and refilling etc. External work : 20 mm dia. nominal bore Making connection of G.I. distribution branch with G.I. main of following sizes by providing and fixing tee, including cutting and threading the pipe etc. complete : 25 to 40 mm nominal bore Fixing water meter and stop cock in G.I. pipe line including cutting and threading the pipe and making long screws etc. complete (cost of water meter and stop cock to be paid separately). Providing and fixing gun metal gate valve with C.I. wheel of approved quality (screwed 42

a b c 2

10.00 50.00 11.00

Mtr. Mtr. Mtr.

Mtr. Mtr. Mtr.

a b 3

30.00 15.00

Mtr. Mtr.

Mtr. Mtr.

a 4

50.00

Mtr.

Mtr.

a 5

1.00 1.00

Nos. Nos.

Each Each

S. No. a 7

Description of Items end) : 25 mm nominal bore Providing and fixing ball valve (brass) of approved quality, High or low pressure, with plastic floats complete : 20 mm nominal bore Providing and fixing uplasticised PVC connection pipe with brass unions : 45 cm length 15 mm nominal bore Providing and fixing C.P. brass shower rose with 15 or 20 mm inlet : 150 mm diameter Painting G.I. pipes and fittings with synthetic enamel white paint over a ready mixed priming coat, both of approved quality for new work : 15 mm diameter pipe. 20 mm diameter pipe. 25 mm diameter pipe. Painting G.I. pipes and fittings with two coats of anti-corrosive bitumastic paint of approved quality : 20 mm diameter pipe Providing and filling sand of grading zone V or coarser grade all-round the G.I. pipes in external work. 20 mm diameter pipe Providing and fixing G.I. Union in existing G.I. pipe line, cutting and threading the pipe and making long screws including excavation, refilling the earth or cutting of wall and making good the same complete wherever required : 15 mm nominal bore. 20 mm nominal bore. 25 mm nominal bore. Providing and placing on terrace (at all floor levels) polyethylene water storage tank ISI : 12701 marked with cover and suitable locking arrangement and making necessary holes for inlet, outlet and overflow pipes but without fittings and the base support for tank Providing and fixing C.P. brass bib cock of approved quality conforming to IS:8931 15 mm nominal bore. Providing and fixing C.P. brass long nose bib

Quantity

Rate in words & Figures

Unit

Amount

1.00

Nos.

Each

a 8 a (i) 9 a 10

3.00

Nos.

Each

14.00

Nos.

Each

1.00

Nos.

Each

a b c 11

10.00 50.00 11.00

Mtr. Mtr. Mtr.

Mtr. Mtr. Mtr.

a 12

50.00

Mtr.

Mtr.

a 13

50.00

Mtr.

Mtr.

a b c 14

2.00 3.00 1.00 1500.00

Nos. Nos. Nos. Litre

Each Each Each Litre

15 a 16

6.00

Nos.

Each

43

S. No.

Description of Items cock of approved quality conforming to IS standards and weighing not less than 810 gms.

Quantity

Rate in words & Figures

Unit

Amount

a 17

15 mm nominal bore. Providing and fixing C.P. brass stop cock (concealed) of standard design and of approved make conforming to IS:8931. 15 mm nominal bore. Providing and fixing C.P. brass angle valve for basin mixer and geyser points of approved quality conforming to IS:8931 15 mm nominal bore

2.00

Nos.

Each

a 18

2.00

Nos.

Each

14.00

Nos.

Each

SUB-HEAD:-XIV: DRAINAGE WORK 1 Providing, laying and jointing glazed stoneware pipes grade A with stiff mixture of cement mortar in the proportion of 1:1 (1 cement : 1 fine sand) including testing of joints etc. complete : 100 mm diameter 150 mm diameter Providing and laying cement concrete 1:5:10 (1 cement : 5 coarse sand : 10 graded stone aggregate 40 mm nominal size) all-round S.W. pipes including bed concrete as per standard design: 100 mm diameter S.W. pipe 150 mm diameter S.W. pipe Providing and fixing square-mouth S.W. gully trap class SP-I complete with C.I. grating brick masonry chamber with water tight C.I. cover with frame of 300 x300 mm size (inside) the weight of cover to be not less than 4.50 kg and frame to be not less than 2.70 kg as per standard design : 100x100 mm size P type With F.P.S. Bricks class designation 75 Constructing brick masonry manhole in cement mortar 1:4 ( 1 cement : 4 coarse sand ) R.C.C. top slab with 1:2:4 mix (1 cement : 2 coarse sand : 4 graded stone aggregate 20 mm nominal size), foundation concrete 1:4:8 mix (1 cement : 4 coarse sand : 8 graded stone aggregate 40mm nominal size) inside plastering 12mm thick with cement mortar 1:3 (1 cement : 3 coarse sand) finished with floating coat of neat cement and making channels in cement concrete 1:2:4 (1 cement : 2 coarse sand : 4 graded stone aggregate 44

a b 2

13.00 50.00

Mtr. Mtr.

Mtr. Mtr.

a b 3

13.00 50.00

Mtr. Mtr.

Mtr. Mtr.

a (i) 4

3.00

Nos.

Each

S. No.

Description of Items 20mm nominal size) finished with a floating coat of neat cement complete as per standard design : Inside size 90x80 cm and 45 cm deep including C.I. cover with frame (light duty) 455x610 mm internal dimensions total weight of cover and frame to be not less than 38 kg (weight of cover 23 kg and weight of frame 15 kg) : With F.P.S. bricks with class designation 75 Extra for depth for manholes Size 90x80 cm With F.P.S. bricks class designation 75 Providing and fixing in position precast R.C.C. manhole cover and frame of required shape and approved quality L D- 2.5 Rectangular shape 600x450mm internal dimensions

Quantity

Rate in words & Figures

Unit

Amount

(i) 5 a (i) 6

5.00

Nos.

Each

1.00

Mtr.

Mtr.

a (i)

1.00

Nos.

Each

SUB-HEAD:-XV: WATER PROOFING WORK 1 Providing and laying water proofing treatment in sunken portion of WCs, bathroom etc., by applying cement slurry mixed with water proofing cement compound consisting of applying : a) First layer of slurry of cement @ 0.488 kg/sum mixed with water proofing cement compound @ 0.253 kg/sum. This layer will be allowed to air cure for 4 hours. b) Second layer of slurry of cement @ 0.242 kg/sum mixed with water proofing cement compound @ 0.126 kg/sum. This layer will be allowed to air cure for 4 hours followed with water curing for 48 hours. The rate includes preparation of surface, treatment and sealing of all joints, corners, junctions of pipes and masonry with polymer mixed slurry. 15.00 sqm sqm

Providing and laying integral cement based water proofing treatment including preparation of surface as required for treatment of roofs, balconies, terraces etc consisting of following operations: a) Applying a slurry coat of neat cement using 2.75 kg/sum. of cement admixed with water proofing compound conforming to IS. 2645 and approved by Engineer-in-charge over the RCC slab including adjoining walls upto 300mm height including cleaning the surface before treatment. b) Laying brick bats with mortar using broken bricks/brick bats 25 mm to 115mm size with 45

S. No.

Description of Items 50% of cement mortar 1:5 (1 cement : 5 coarse sand) admixed with water proofing compound conforming to IS : 2645 and approved by Engineer-in-charge over 20 mm thick layer of cement mortar of mix 1:5 (1 cement :5 coarse sand ) admixed with water proofing compound conforming to IS : 2645 and approved by Engineer-in-charge to required slope and treating similarly the adjoining walls upto 300 mm height including rounding of junctions of walls and slabs c) After two days of proper curing applying a second coat of cement slurry using 2.75kg/ sum of cement admixed with water proofing compound conforming to IS : 2645 and approved by Engineer-in-charge. d) Finishing the surface with 20 mm thick jointless cement mortar of mix 1:4 (1 cement :4 coarse sand) admixed with water proofing compound conforming to IS : 2645 and approved by Engineer-in-charge including laying glass fibre cloth of approved quality in top layer of plaster and finally finishing the surface with trowel with neat cement slurry and making pattern of 300x300 mm square 3mm deep. With average thickness of 120mm and minimum thickness at khurra as 65 mm. TOTAL

Quantity

Rate in words & Figures

Unit

Amount

190.00

Sqm.

Sqm.

Executive Engineer(C) Postal Civil Division Ambala

46

You might also like