0% found this document useful (0 votes)
261 views107 pages

CPWD Tender for CICT Construction

1) This document is a notice inviting tender for the construction of an administrative block for the Central Institute of Classical Tamil in Chennai. 2) It includes 7 sub-works related to electrical, mechanical, fire safety and other building systems. 3) The notice provides an index of the tender document and details the scope of work, eligibility criteria, technical specifications, schedule of quantities, and terms and conditions for bidding on the project.
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
261 views107 pages

CPWD Tender for CICT Construction

1) This document is a notice inviting tender for the construction of an administrative block for the Central Institute of Classical Tamil in Chennai. 2) It includes 7 sub-works related to electrical, mechanical, fire safety and other building systems. 3) The notice provides an index of the tender document and details the scope of work, eligibility criteria, technical specifications, schedule of quantities, and terms and conditions for bidding on the project.
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 107

1

भारत सरकार
GOVERNMENT OF INDIA
लोक िवभाग

CENTRAL PUBLIC WORKS DEPARTMENT


Name of Work: Construction of Administrative Block for Central Institute of Classical Tamil
(CICT) at Perumbakkam, Chennai SH: Building Portion Including Internal and
External Water Supply, Sanitary Installations, Drainage and Development Works.
Sub Work:C1-Providing Internal Electrical Installations and Fans, C2-Providing
1 No.13 Passengers Lift, C3-Providing addressable fire alarm system,
C4-Providing VRF/VRV Air-conditioning systems. C5-Fire Fighting with Wet Riser
System, Pump for Fire Fighting including Panel, Fire Extinguisher. C6- Indoor
substation ONAN 2x500 KVA Transformer with OLTC including HT Cable, LT
Cable, earthing safety equipment, Indoor 11 KV VCB and LT panel for sub station.
C7- Street Lighting with HPSV lamps.

NIT
OFFICE OF THE CHIEF ENGINEER, SOUTHERN ZONE-I,
CPWD, RAJAJI BHAWAN, BESANT NAGAR,
CHENNAI- 600 090.
2

NOTICE INVITING TENDER


NIT No.- __11/CCD III/2016-17____________________________________
Name of Work: Construction of Administrative Block for Central Institute of Classical Tamil
(CICT) at Perumbakkam, Chennai SH: Building Portion Including Internal and
External Water Supply, Sanitary Installations, Drainage and Development Works.
Sub Work:C1-Providing Internal Electrical Installations and Fans, C2-Providing
1 No.13 Passengers Lift, C3-Providing addressable fire alarm system,
C4-Providing VRF/VRV Air-conditioning systems. C5-Fire Fighting with Wet Riser
System, Pump for Fire Fighting including Panel, Fire Extinguisher. C6- Indoor
substation ONAN 2x500 KVA Transformer with OLTC including HT Cable, LT
Cable, earthing safety equipment, Indoor 11 KV VCB and LT panel for sub station.
C7- Street Lighting with HPSV lamps.
INDEX
Description Page No
Index 2
PART- A
Notice Inviting Tender (Press Notice) 5
Composite NIT 6
Information & Instructions to Tenderers for e-Tendering 7
Information to Contractors 8
Instruction to Contractors 10
List of Documents to be filled in by the tenderers 12
CPWD -6 for e-Tendering 14
Receipt of Deposition of Original EMD 15
Affidavit for Non-Blacklisting as pr Form-‘J’ 20
Guidelines regarding signing of integrity pact by the Tenderer 21
Integrity pact 22
Integrity agreement 24
Form of EMD ( Bank Guarantee bond) 29
Form CPWD 8 (Item Rate Tender ) 30
Form of Schedules (‘A’ to ‘F’) for Major component ( Civil component) 33
Table- A Recovery rates for quantities beyond permissible variation 40
Table-I Equipments for testing materials and concrete at site lab 41
Table-II Plants & Equipments required 44
Brief particulars of the work ( Civil) 46
Part-B 48
Section-1 Special conditions 49
Section-2 Special conditions for Green building 71
Section-3 Preparation of mockups and sample units 78
Section-4 Particular specification and special conditions for cement and steel brought by 79
the contractor
Section-5 Additional conditions and particular specifications for RCC work ( Design Mix 82
Concrete)
S Section -6 Stainless steel hand rail 88
Sec Section-7 Particular specifications and additional conditions for water proofing work 89
Forms for Guarantee Bond for removal of defects in water proofing works 90
3

Section -8 Additional specifications 92


List of approved make of materials ( Civil works ) 104
Part-C for E & M works 108
Schedule ‘A’ to’ F’ for Package C1 to Package C2 109
1. General information for E & M works 116
2 General conditions for all E & M Packages 118
3 Additional conditions (General) for all E & M Package 120
4 : Eligibility Criteria for E&M Works 123
Consent letter and MoU for Package C-1 to Package C-2 127 to 133
5. Additional Technical Specifications for internal electrical works 135
List of approved make of materials ( Electrical works ) 138
6. Detailed technical specifications and Requirements (for Lifts.) 140
Annexure-A – Location of site and addresses of officers 145
7.Addressable Fire Alarm System Technical Specifications 146
8. Technical Specification V.R.F. SYSTEM and Package type 161
9. Technical Specifications for Fire Fighting Work 174
List of Approved Makes of Equipments C5-Wet Riser Systems 197
10. Technical Specifications for Sub-Station Work 199
C-7 Providing Street Lights. Additional Conditions 211
PART-D: SCHEDULE OF QUANTITY 213
Schedule of Quantities for Civil Component ( Major components)- 214 to 248
Schedule of quantity – Electrical – Package C1 - Internal electrical Installation and Fans 249 to 257
Schedule of quantity – Electrical - Package C2 – 1No. 13 Passenger Lift. 258 to 259
Schedule of quantity – Electrical - Package C3 – Addressable Fire Alarm system 260 to 261
Schedule of quantity – Electrical - Package C4 – VRF/VRV Air-conditioning System. 262 to 267
Schedule of quantity – Electrical - Package C5 – Fire fighting wet riser system. 268 to 279
Schedule of quantity – Electrical - Package C6 –500 KVA SUB STATION 280 to 294
Schedule of quantity – Electrical - Package C7 – Street Light 295 to 298
Overall General Abstract (Civil & Electrical Component) 299

Certified that this NIT contains Page(s) 01 to 299 only.

Executive Engineer,
Chennai Central Division-III,
CPWD, Chennai-60007
4

PART - A
5

CENTRAL PUBLIC WORKS DEPARTMENT


PRESS NOTICE
NOTICE INVITING e –TENDER

The Executive Engineer, Chennai Central Division- III, CPWD, Chennai-78. (Telephone No.044-
23661413, FAX No.044-23660097) on behalf of the President of India invites online Item Rate
composite tenders from the eligible registered Class-I and above composite category Contractors
borne on the list of the CPWD for the following work:

NITNo.11/CCDIII/2016-17

Name of Work: Construction of Administrative Block for Central Institute of Classical Tamil
(CICT) at Perumbakkam, Chennai SH: Building Portion Including Internal and
External Water Supply, Sanitary Installations, Drainage and Development Works.
Sub Work:C1-Providing Internal Electrical Installations and Fans, C2-Providing
1 No.13 Passengers Lift, C3-Providing addressable fire alarm system,
C4-Providing VRF/VRV Air-conditioning systems. C5-Fire Fighting with Wet Riser
System, Pump for Fire Fighting including Panel, Fire Extinguisher. C6- Indoor
substation ONAN 2x500 KVA Transformer with OLTC including HT Cable, LT
Cable, earthing safety equipment, Indoor 11 KV VCB and LT panel for sub station.
C7- Street Lighting with HPSV lamps.

Estimated cost : Rs. 19,47,27,624/-

(Civil: Rs 16,65,38,469,/- Electrical: Rs 2,81,89,155/-

(Packages C1 to C7)

Earnest Money : Rs.29,47,280/-

Period of Completion : 18 (Eighteen) Months.

Last Time & date of submission of bids Up to 15:00 Hrs on 19 / 08 / 2016

The bid forms and other details can be obtained from the website www.tenderwizard.com/CPWD or
www.cpwd.gov.in. The press notice is also available on www.eprocure.gov.in

Executive Engineer,
Chennai Central Division-III,
CPWD, Chennai-600078.
6

COMPOSITE N. I. T.
N.I.T. No. : 11/CCD III/2016-17
Name of work: Construction of Administrative Block for Central Institute of
Classical Tamil (CICT) at Perumbakkam, Chennai SH: Building Portion
Including Internal and External Water Supply, Sanitary Installations,
Drainage and Development Works. Sub Work:C1-Providing Internal
Electrical Installations and Fans, C2-Providing 1 No.13 Passengers
Lift, C3-Providing addressable fire alarm system, C4-
Providing VRF/VRV Air-conditioning systems. C5-Fire Fighting with
Wet Riser System, Pump for Fire Fighting including Panel, Fire
Extinguisher. C6- Indoor substation ONAN 2x500 KVA Transformer
with OLTC including HT Cable, LT Cable, earthing safety equipment,
Indoor 11 KV VCB and LT panel for sub station. C7- Street Lighting
with HPSV lamps.

Composite Estimated Cost Civil Components : Rs. 16,65,38,469/-


Elect. Components: Rs 2,81,89,155/-
Package-C1 Rs. 43,11,299/-
Package-C2 Rs. 20,41,200/-
Package-C3 Rs. 16,68,651/-
Package-C4 Rs. 84,11,809/-
Package-C5 Rs. 36,94,347/-
Package-C6 Rs. 71,01,187/-
Package-C7 Rs. 9,60,662/-
Total: (Civil & Electrical) Rs. 19,47,27,624/-
Earnest Money Rs.29,47,280/-
Performance Guarantee 5% of tendered value.
Security Deposit 2.5% of tendered value

Time Allowed 18 (EIGHTEEN) Months,

Certified that this composite NIT contains Pages 1 to 299 only.


7

INFORMATION & INSTRUCTIONS TO TENDERDERS FOR e-TENDERING

The Executive Engineer, Chennai Central Division-III, CPWD, Chennai-78. (Telephone No.044-23661413, FAX No.044-23660097) on behalf of the
President of India invites online Item Rate composite Tenders from the approved and eligible Class-I and above composite category Contractors of
CPWD for the following work:-

Name of Work & location Estimated cost put to tender Earnest Last date Period during which EMD, other document Time and

Completion
Period of
Money & time of shall be physically submitted date of
NIT No.
Sl. No.

online opening
submission of
of Tenders
Tenders
Name of Work: Construction of The original EMD should be deposited
1. Administrative Block for Central Civil Works: Rs. 16,65,38,469/- either in the office of Executive Engineer
Institute of Classical Tamil inviting bids or division office of any
(CICT) at Perumbakkam, Chennai SH: E&M Works: Executive Engineer, CPWD within the
Building Portion Including Internal and Package-C1 Rs. 43,11,299/- period of bid submission. The EMD
External Water Supply, Sanitary Package-C2 Rs. 20,41,200/- receiving Executive Engineer shall issue

Up to 3:00 PM on 19 / 08 / 2016
Installations, Drainage and Package-C3 Rs. 16,68,651/- a receipt of deposition of earnest money

20 / 08 / 2016
Package-C4 Rs. 84,11,809/-
NIT No. 11/CCD III/2016-17

Development Works. Sub Work:C1- deposit to the bidder in a prescribed

18 ( EIGHTEEN ) Months
Providing Internal Electrical Package-C5 Rs. 36,94,347/- format (as given in CPWD-6) uploaded by

Rs.29,47,280/-
Installations and Fans, C2-Providing Package-C6 Rs. 71,01,187/- tender inviting Executive Engineer in the
1 No.13 Passengers Lift, C3-Providing Package-C7 Rs. 9,60,662/ NIT.
addressable fire alarm system, ----------------------------------------
C4-Providing VRF/VRV Air-conditioning Total: Rs.19,47,27,624/- This receipt shall also be uploaded to the

3.30 PM on
systems. C5-Fire Fighting with Wet ======================= e-tendering website by the intending
Riser System, Pump for Fire Fighting bidder upto the specified bid submission
including Panel, Fire Extinguisher. C6- date and time.
Indoor substation ONAN 2x500 KVA
Transformer with OLTC including HT The EMD shall be drawn in favour of
Cable, LT Cable, earthing safety Executive Engineer CCD-III, CPWD,
equipment, Indoor 11 KV VCB and LT Chennai 600 078.
panel for sub station. C7- Street
Lighting with HPSV lamps.

*To be filled by the EE


8

INFORMATION TO CONTRACTOR
NAME OF WORK: Construction of Administrative Block for Central Institute of Classical Tamil
(CICT) at Perumbakkam, Chennai SH: Building Portion Including Internal and
External Water Supply, Sanitary Installations, Drainage and Development Works.
Sub Work:C1-Providing Internal Electrical Installations and Fans, C2-Providing
1 No.13 Passengers Lift, C3-Providing addressable fire alarm system,
C4-Providing VRF/VRV Air-conditioning systems. C5-Fire Fighting with Wet Riser
System, Pump for Fire Fighting including Panel, Fire Extinguisher. C6- Indoor
substation ONAN 2x500 KVA Transformer with OLTC including HT Cable, LT
Cable, earthing safety equipment, Indoor 11 KV VCB and LT panel for sub station.
C7- Street Lighting with HPSV lamps.

ABOUT THE PROJECT:

GENERAL:
The building shall be of four (G+3) storied RCC framed structure with pile foundation. The floor
height shall be 4.50m (as per Architectural drawing). The Registrar, CICT informed to take up and
complete the work up to (G+3) floors as per approved plans without providing internal finishes in
second and third floor on account of funds constraint. In general, the work shall be carried out as per
the CPWD specifications. M-30 grade cement concrete shall be used for all RCC members.

Foundation:
The building shall have RCC pile foundation as per soil investigation report. The plinth height
will be 1.20m. Common burnt clay Brick work 230mm thick having crushing strength of not less than
5N/sq.mm in foundation and plinth shall be provided in cement mortar 1:6.

Superstructure:
Superstructure shall be with RCC framed construction using M-30 grade cement concrete.
External filler walls shall be with 230/200 mm thick AAC block work in cement mortar1:6 and internal
partitions shall be with 150 nm thick AAC block work in cement mortar 1:4. Brick work in cement mortar
1:6 with 230mm thick shall be provided in curved places in superstructure. 75mm thick gypsum partion
walls shall also be provided as per Architectural drawings.

Flooring:
Lobby, staircases and corridor shall be provided with Granite flooring & skirting .Vitrified tile
flooring shall be provided in important rooms with matching shade Skirting for a height 100 mm. in all
remaining rooms except Second and third floors. Toilets shall be provided with anti skid ceramic tile
flooring with Ceramic tile dado for a height of 1.50 m False ceiling shall be provided in meeting
room, Registrar room and Director room.

Doors & Windows:


All doors shall be of 35mm thick flush door shutters with decorative type lamination on both
faces with second class teak wood frames of 125x75mm and windows shall be with UPVC of approved
quality. Toilets shall have 30mm thick flush shutters with decorative lamination on outer and inside
with 1mm thick PVC sheet. M.S grills shall be provided for the windows. M.s grill door with 1mm thick
MS sheet for mumty shall be provided.

Roofing:
The roofing shall be with integral water proofing treatment to the required slope. 3mm thick
solid Polycarbonate roofing shall be provided over courtyard opening with MS truss work.
9

Finishing :
All internal walls shall be finished with plastic emulsion paint over cement plaster in cement
mortar 1:6. All the ceilings shall be finished with white Acrylic washable distemper. All the external
walls shall be finished with exterior emulsion paint. All steel/ work shall be finished with synthetic
enamel paint. Provision for structural glazing, Alco panel has also been made for front side for limited
portion as per Arch. drawings. Entrance porch shall be provided with 6mm+1.52mm PVB+6mm thick
toughened glass canopy as per architectural drawings.

Miscellaneous:
1. The staircase and Ramp handrail shall be of stainless steel as per standard design.
2. Tile false ceiling and Gypsum false ceiling for important rooms.
3. Glass Door with 12mm thick toughened glass with spider fittings system
4. Cement Concrete paver block pavement
5. Road work of 4000 sqm area including 2.5 cm thick premix carpeting.

Water supply & sanitary installations:

All the fittings and fixtures shall conform to CPWD specifications and local bye - laws .

DRAINAGE:
As per the schedule of quantity and as per CPWD Specifications

DEVELOPMENT WORK I/C RAIN WATER HARVESTING:


As per provision in the Schedule of Quantity , As per CPWD Specifications. and as per direction of Engineer-in-
charge.
10

INSTRUCTIONS TO CONTRACTOR

A. The contractor submitting the tender should read the schedule of quantities, additional conditions,
additional specifications, particular specifications and other terms and conditions given in the NIT
and drawings. The tenderer should also read the General Conditions of Contract for CPWD
Works 2014 with amendments/ modification up to last date of submission of tender, which
is available as Government of India Publications; however, provisions included in the tender
document shall prevail over the provisions contained in the standard form. The set of drawings
and NIT shall be available with the Executive Engineer, Chennai Central Division-III, CPWD;
Chennai-600 078 The contractor should also visit the site of work and acquainted himself with the
site conditions before tendering. The following conditions, which already form part of the tender
conditions, are specially brought to his notice for compliance while filling the tender. They are
requested to comply following instructions.

B. Tenders with any condition including that of conditional rebates shall be rejected. Rates of such
tenders shall not be entered in the tender opening register at the time of opening of tender.

C. The successful tenderer shall be required to submit a Performance Guarantee of 5% (Five


Percent) of the tendered amount separately for Civil works (Sub Work-1 ) and E & M Works (Sub
Work-2) within 15 days of issue of letter of intent. This period can be further extended by
Engineer-in-Charge upto a maximum period of 15 days on the written request of the contractor
subject to payment of late fee @ 0.1% per day of Performance Guarantee amount.

D. Sales Tax, Excise Duty, Work Contract Tax, VAT 2%, Labour Cess 1% etc., as applicable shall
be borne by the contractor himself. The contractor shall quote his rates considering all such taxes
and except service tax.
.
If the contractor pays the service tax at the demand of the concerned departments, the same shall
be reimbursable to contractor by the Engineer-in-charge after satisfying that it has been actually
and genuinely paid by the contractor.

E. It will be obligatory on the part of the tenderer to tender for and sign the tender documents for all
the component parts. The department reserves right to accept tender in full or in part.

F ELIGIBILITY CRITERIA.

(a) To become eligible for participating in the Tender process the Tenderders shall satisfy the
following Eligibility Criteria.
Approved and eligible Contractors of COMPOSITE category of CPWD Class I and
above.

(b) THE ELIGIBILITY CRITERIA FOR E&M WORKS (PACKAGE C1 to C7) AND CONSENT LETTER
FROM ASSOCIATED ELECTRICAL CONTRACTORS & MOU SHALL BE AS PER PART-C.

G The Bid document consisting of plans, specifications, schedule of quantities of items to be


executed and the set of terms and conditions of the contract to be complied with and other
necessary documents can be seen in the office of The Executive Engineer, Chennai Central
Division-III, CPWD, Chennai-600 078 during the office hours on all days except on Second
Saturday, Sundays & Public holidays and also can be downloaded free of cost from website
www.tenderwizard.com/CPWD or www.cpwd.gov.in.
11

H Applicants are advised to keep visiting the above mentioned web-sites from time to time (till the
deadline for Tender submission) for any updates in respect of the tender documents, if any.
Failure to do so shall not absolve the applicant of his liabilities to submit the applications complete
in all respect including updates thereof, if any. An incomplete application may be liable for
rejection.

I. Those contractors not registered on the website mentioned above, are required to get registered
themselves beforehand. If needed they can be imparted training on online tendering process as
per details available on the website. The intending Tenderder must have valid Class-III digital
signature to submit the Tender.

J. The intending Tenderder has to fill all the details such as Banker’s name, number, amount & date
of Earnest Money in the form of Treasury Challan or Demand Draft or Pay order or Banker`s
Cheque or Deposit at Call Receipt (Drawn in favour of the Executive Engineer, Chennai
Central Division-III, CPWD, Chennai-600 078) shall be scanned and uploaded to the e-
tendering website within the period of Tender submission. A part of earnest money is acceptable
in the form of bank guarantee also. In such case, 50% of earnest money or Rs 20 lakhs,
whichever is less, will have to be deposited in shape prescribed above, and balance in shape of
Bank Guarantee issued by a Scheduled Bank which is to be scanned and uploaded by the
intending Tenderders. Interested contractors who wish to participate in the tender have also to
make following payments in the form of Demand Draft or Pay order or Banker`s Cheque from any
Scheduled Bank and to be scanned and uploaded to the e-tendering website within the period of
tender submission:

K. The original EMD should be deposited either in the office of Executive Engineer inviting bids or
division office of any Executive Engineer, CPWD within the period of bid submission. The EMD
receiving Executive Engineer shall issue a receipt of deposition of earnest money deposit to the
bidder in a prescribed format (as given in CPWD-6) uploaded by tender inviting Executive Engineer
in the NIT.

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

L The department reserves the right to reject any prospective application without assigning any
reason thereof and to restrict the list of qualified tenderers to any number deemed suitable by it, if
too many tenders are received satisfying the minimum laid down criteria.

M Contractor shall not divert any advance payments or part thereof for any other purpose other than
needed for completion of the contracted work. All advance payments received as per terms of the
contract (i.e. mobilization, secured advance against materials brought at site, secured advance
against plant & machinery and / or for work done during interim stages, etc.) are required to be re-
invested in the contracted work to ensure advance availability of resources in terms of materials,
labour, plant & machinery needed for required pace of progress for timely completion of work.

N. The intending Tenderder must read the terms and conditions of CPWD-6 carefully. He should
only submit his Tender if he consider himself eligible and he is in possession of all the documents
required.

O. Information and instructions for Tenderders posted on website shall form part of Tender
document.
12

P. The intending Tenderder has to fill all the details of Demand draft/Pay Order/ Bankers Cheque
(Bankers name, amount, number and date) against tender processing fee and EMD.

Q. If any information furnished by the applicant is found incorrect at a later stage, he shall be liable to
be debarred from tendering/taking up of works in CPWD. The department reserves the right to
verify the particulars furnished by the applicant independently.

(A) List of Documents to be submitted by the tenderers in various forms to be


scanned and uploaded in JPG format or PDF format within the period of Tender
submission:

1. Treasury challan /Demand draft/Pay order or Banker’s Cheque/ Deposit at Call Receipt/ /Fixed
Deposit Receipt of a Scheduled Bank/ Bank Guarantee of any Scheduled Bank against EMD

2. Copy of receipt of deposition of original EMD

3. VAT/Sales Tax Registration Certificate

4. Service Tax Registration Certificate

5. CPWD Registration Certificate of the Main Contractor (Composite)

6 Notarized Affidavit of ‘Non-black listing’ by CPWD/State/Central departments/PSU/Autonomous


bodies as per Form ‘J’’

(B) Document to be submitted after acceptance

1. Licenses/Registrations or proof of applying for labour licenses, registration with EPFO, ESIC
&BOCW Welfare Board.

2. Willingness certificate from concerned competent electrical contractor if required.

3. Undertaking from original equipment manufacturer (OEM) in respect of warranty conditions


mentioned under special condition for E&M works.

4. Undertaking for OEM in respect of technical support/AMC for items as mentioned under special
conditions for E&M works.

5. Undertaking regarding warrantee and technical support in respect of LMS for E&M works.

Executive Engineer,
Chennai Central Division-III,
CPWD, Chennai-78.
13

GOVERNMENT OF INDIA
CENTRAL PUBLIC WORKS DEPARTMENT

No: 69(2)/CCD III/2016-17/ 372 Dated: 06.08.2016

Copy Submitted to:


1. The Chief Engineer SZ-I, CPWD, Rajaji Bhawan, Chennai 90
2. The Superintending Engineer, CCC I/CCC II, CPWD, Shastri Bhawan, Chennai -06.
3. The Executive Engineer (PM), O/o ADG, CPWD, Chennai 90
4. All Executive Engineers under Chennai Central Circle I
5. All Executive Engineers under Chennai Central Circle II.
6. All Assistant Engineers under this Division.
7. Builders Association, Chennai.
8. M/s Sugal Infotech Pvt. Ltd., 6/35, W.E.A, Karol Bagh, New Delhi 110 005 for
publishing in Tender home.website.
9. AE(P), AAO, Cashier under CCD III
10. Notice Board.
11. File No. 23(105).

Executive Engineer.
14

CPWD- 6 FOR e-TENDERING


GOVERNMENT OF INDIA
CENTRAL PUBLIC WORKS DEPARTMENT

The Executive Engineer, Chennai Central Division-III, CPWD, Chennai- 600 078 on behalf of President of
India invites the online Item rate Composite Tenders from the approved and eligible Class-I and
above composite category Contractors of CPWD for the work of “ Construction of Administrative
Block for Central Institute of Classical Tamil (CICT) at Perumbakkam, Chennai SH: Building
Portion Including Internal and External Water Supply, Sanitary Installations, Drainage and
Development Works. Sub Work:C1-Providing Internal Electrical Installations and Fans,
C2-Providing 1 No.13 Passengers Lift, C3-Providing addressable fire alarm system,
C4-Providing VRF/VRV Air-conditioning systems. C5-Fire Fighting with Wet Riser System, Pump
for Fire Fighting including Panel, Fire Extinguisher. C6- Indoor substation ONAN 2x500 KVA
Transformer with OLTC including HT Cable, LT Cable, earthing safety equipment, Indoor 11 KV
VCB and LT panel for sub station. C7- Street Lighting with HPSV lamps.
.

1.1 The work is estimated to cost Rs. 19,47,27,624/-. This estimate, however, is given merely as a rough
guide.
1.1.1 The authority competent to approve NIT for the combined cost and belonging to the major discipline will
consolidate NITs for calling the Bids. He will also nominate Division which will deal with all matters
relating to the invitation of Bids.
For composite Bid, besides indicating the combined estimated cost put to Bid, should clearly indicate the
estimated cost of each component separately. The eligibility of Bidders will correspond to the combined
estimated cost of different components put to Bid.
2 Agreement shall be drawn with the successful Bidders on prescribed Form No. CPWD 8 which is available
as a Govt. of India Publication and also available on website www.cpwd.gov.in. Bidder shall quote his
rates as per various terms and conditions of the said form which will form part of the agreement..
3 The time allowed for carrying out the work will be 18 (EIGHTEEN) Months from the date of start as
defined in Schedule ‘F’ or from the first date of handing over of the site, whichever is later, in accordance
with the phasing, if any, indicated in the Bid documents.
4 (i) The site for the work is available.
(ii) The architectural and structural drawings shall be made available in phased manner, as per the
requirement of the same as per approved programme of completion submitted by the contractor after
award of work.

5 The bid document consisting of plans, specifications, the schedule of quantities of various types of items
to be executed and the set of terms & conditions of the contract to be complied with and other necessary
documents can be seen on website www.tenderwizard.com/CPWD or www.cpwd.gov.in or
www.eprocure.gov.in in free of cost. Plans can also be seen in the office of Executive Engineer,
Chennai Central Division-III, CPWD, Chennai- 600 078.
The standard publications like General Conditions of Contract, Delhi Schedule of Rates 2014 (for
Civil), Specifications for Civil and Electrical works and Delhi Analysis of Rates 2014 (for civil and
electrical) with amendments / correction slips up to the last date of submission can be seen free of cost
from website www.cpwd.gov.in.
6 After submission of the Bid the contractor can re-submit revised Bid any number of times but before last
time and date of submission of Bid as notified.
15

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

8 When bids are invited in three stage system and if it is desired to submit revised financial bid then it shall
be mandatory to submit revised financial bid. If not submitted then the bid submitted earlier shall become
invalid
9. Earnest Money Rs. 29,47,280/- can be paid in the form of Treasury Challan or Demand Draft or Pay
order or Banker`s Cheque or Deposit at Call Receipt or Fixed Deposit Receipt (drawn in favour of
Executive Engineer, Chennai Central Division-III, CPWD, Chennai-600 078, payable at Chennai)
shall be scanned and uploaded to the e-tendering website within the period of Bid submission.
The original EMD should be deposited either in the office of Executive Engineer inviting bids or
division office of any Executive Engineer, CPWD within the period of bid submission. The EMD
receiving Executive Engineer shall issue a receipt of deposition of earnest money deposit to the
bidder in a prescribed format (as given in CPWD-6) uploaded by tender inviting Executive Engineer
in the NIT.

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

1. The Executive Engineer of all division of CPWD should receive the original EMD for tender of
other division.
2. The Executive Engineer at the time of issue of NIT shall also fill and upload the following
prescribed format of receipt of deposition of original EMD along with NIT:

RECEIPT OF DEPOSITION OF ORIGINAL EMD

(Receipt No……………………./date…………….)
1. Name of work : Construction of Administrative Block for Central Institute of Classical Tamil
(CICT) at Perumbakkam, Chennai SH: Building Portion Including Internal and
External Water Supply, Sanitary Installations, Drainage and Development Works.
Sub Work:C1-Providing Internal Electrical Installations and Fans, C2-Providing
1 No.13 Passengers Lift, C3-Providing addressable fire alarm system,
C4-Providing VRF/VRV Air-conditioning systems. C5-Fire Fighting with Wet Riser
System, Pump for Fire Fighting including Panel, Fire Extinguisher. C6- Indoor
substation ONAN 2x500 KVA Transformer with OLTC including HT Cable, LT
Cable, earthing safety equipment, Indoor 11 KV VCB and LT panel for sub station.
C7- Street Lighting with HPSV lamps.

2. NIT No: 11/CCD III/2016-17


3. Estimated Cost : Rs.19,47,27,624/-
4. Amount of Earnest Money Deposit : Rs.29,47,280/-
5. Last date of submission of bid : Up to 03.00 p.m. 19/08/2016
(* To be filled by EE at the time of issue of NIT and uploaded along with NIT)
1. Name of contractor ..........................*
2. Form of EMD ................................................*
3. Amount of Earnest Money Deposit .............*
4. Date of submission of EMD ..........................*
Signature, Name and Designation of EMD receiving officer (EE/AE (P)/AE/AAO
Along with Office stamp
(* To be filled by EMD receiving EE ) (Vide O.M No.DG/MAN/328 dated 04.01.2016)
16

A part of earnest money is acceptable in the form of bank guarantee also. In such case, minimum 50% of
earnest money or Rs. 20 lakhs, whichever is less, shall have to be deposited in shape prescribed above,
and balance may be deposited in shape of Bank Guarantee of any scheduled bank having validity for
six months or more from the last date of receipt of Bids which is to be scanned and uploaded by the
intending Bidders.
Copy of Enlistment Order and certificate of work experience and other documents as specified in
the press notice shall be scanned and uploaded to the e-Tendering website within the period of bid
submission. However, certified copy of all the scanned and uploaded documents as specified in
press notice shall have to be submitted by the lowest bidder only within a week physically in the
office of tender opening authority.
Online bid documents submitted by intending bidders shall be opened only of those bidders, whose EMD
deposited with any division office of CPWD and other documents scanned and uploaded are found in
order.

9A. The contractors registered prior to 01.04.2015 on e-tendering portal of CPWD shall have to deposit
tender processing fee at existing rates, or they have option to switch over to the new registration
system without tender processing fee any time. (Vide O.M No. DG/CON/292 dated 29.02.2016)
(E-tendering Processing Fee- Rs.5750/- (Rs.5000/- + 15% Service Tax) shall be payable to M/s ITI
Limited through their e-gateway by credit/debit card, internet banking or RGTS/NEFT facility.)

10. The Bid submitted shall become invalid if:


(i) The Bidder is found ineligible.
(ii) The bidder does not deposit original EMD with division office of any Executive Engineer,
CPWD.
(iii) The bidder does not upload all the documents (including service tax registration / VAT
registration/ Sales Tax registration) as stipulated in the bid documents including the
copy of receipt for deposition of original EMD.
(iv) If any discrepancy is noticed between the documents as uploaded at the time of
submission of bid and hard copies as submitted physically by the lowest tender in the
office of tender opening authority.( Vide O.M No. DG/CON/291 dated 04.01.2016)
(v) If a tenderer quotes nil rates against each item in item rate tender or does not
quote any percentage above/ below on the total amount of the tender or any
section/sub head in percentage rate tender, the tender shall be treated as invalid
and will not be considered as lowest tenderer. (Vide O.M No. DG/CON/287 dated
24.08.2015).

11. The contractor whose bid is accepted will be required to furnish performance guarantee of 5% (Five
Percent) of the Tender amount within the period specified in Schedule F. This guarantee shall be in the
form of cash (in case guarantee amount is less than Rs. 10,000/-) or Deposit at Call receipt of any
scheduled bank/Banker's cheque of any scheduled bank/ Demand Draft of any scheduled bank/ Pay order
of any Scheduled Bank of any scheduled bank (in case guarantee amount is less than Rs. 1,00,000/-) or
Government Securities or Fixed Deposit Receipts or Guarantee Bonds of any Scheduled Bank or the State
Bank of India in accordance with the prescribed form. In case the contractor fails to deposit the said
performance guarantee within the period as indicated in Schedule 'F', including the extended period if any,
the Earnest Money deposited by the contractor shall be forfeited automatically without any notice to the
contractor. The earnest money deposited along with Bid shall be returned after receiving the
aforesaid performance guarantee.
The contractor whose bid is accepted will also be required to furnish either copy of
applicable licenses/registrations or proof of applying for obtaining labour licenses,
17

registration with EPFO, ESIC and BOCW Welfare Board and Programme Chart (Time and
Progress) within the period specified in Scheduled F. ( Vide O.M. No. DG/SE/CM/CON/285
dated 04.06.2015)

12. Intending Tenderders are advised to inspect and examine the site and its surroundings and satisfy
themselves before submitting their tenders as to the nature of the ground and sub-soil (so far as is
practicable), the form and nature of the site, the means of access to the site, the accommodation they may
require and in general shall themselves obtain all necessary information as to risks, contingencies and
other circumstances which may influence or affect their tender. A tenderer shall be deemed to have full
knowledge of the site whether he inspects it or not and no extra charge consequent upon any
misunderstanding or otherwise shall be allowed. The tenderer shall be responsible for arranging and
maintaining at his own cost all materials, tools & plants, water, electricity access, facilities for workers and
all other services required for executing the work unless otherwise specifically provided for in the contract
documents. Submission of a tender by a tenderer implies that he has read this notice
and all other contract documents and has made himself aware of the scope and specifications of the work
to be done and of conditions and rates at which stores, tools and plant, etc. will be issued to him by the
Government and local conditions and other factors having a bearing on the execution of the work.
13. The competent authority on behalf of the President of India does not bind itself to accept the lowest or any
other tender and reserves to itself the authority to reject any or all the tenders received without the
assignment of any reason. All tenders in which any of the prescribed condition is not fulfilled or any
condition including that of conditional rebate is put forth by the tenderer shall be summarily rejected.
14. Canvassing whether directly or indirectly, in connection with tenderers is strictly prohibited and the tenders
submitted by the contractors who resort to canvassing will be liable to rejection.
15. The competent authority on behalf of President of India reserves to himself the right of accepting the whole
or any part of the Tender and the Tenderders shall be bound to perform the same at the rate quoted.
16. The tenderer shall not be permitted to tender for works in the CPWD Circle (Division in case of contractors
of Horticulture/Nursery category) responsible for award and execution of contracts, in which his near
relative is posted a Divisional Accountant or as an officer in any capacity between the grades of
Superintending Engineer and Junior Engineer (both inclusive). He shall also intimate the names of persons
who are working with him in any capacity or are subsequently employed by him and who are near relatives
to any Gazetted officer in the Central Public Works Department or in the Ministry of Urban Development.
Any breach of this condition by the contractor would render him liable to be removed from the approved list
of contractors of this Department.
17. No Engineer of Gazetted rank or other Gazetted Officer employed in Engineering or Administrative duties in
an Engineering Department of the Government of India is allowed to work as a contractor for a period of
one year after his retirement from Government service, without the previous permission of the Government
of India in writing. This contract is liable to be cancelled if either the contractor or any of his employees is
found any time to be such a person who had not obtained the permission of the Government of India as
aforesaid before submission of the tender or engagement in the contractor’s service.
18. The Bid for the works shall remain open for acceptance for a period of FORTY FIVE (45) days from
the date of opening of Bid. If any Bidders withdraws his Bid before the said period or issue of letter
of acceptance, whichever is earlier, or makes any modifications in the terms and conditions of the
Bid 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 Bidders shall not be allowed to participate in the rebidding process of the work. (Vide
OM No.DG/CON/293 Dated 01.07.2016)
19. This notice inviting Bid shall form a part of the contract document. The successful Bidders/ contractor, on
acceptance of his Bid by the Accepting Authority shall within 15 days from the stipulated date of start of the
work, sign the contract consisting of: -
(a) The Notice Inviting Bid, all the documents including Special Conditions, General Specifications/
Particular Specifications and drawings, if any, forming part of the Bid as uploaded at the time of
invitation of Bid and the rates quoted online at the time of submission of Bid and acceptance
18

thereof together with any correspondence leading thereto.

(b) Standard C.P.W.D. Form 8 (GCC for CPWD Works 2014) with amendments upto
OM No.DG/CON/293 dated 01.07.2016 or as amended/ modified upto last date of
submission of Tender

20. FOR COMPOSITE BIDS:


20.1.1 The Executive Engineer incharge of the major component will call Bid for the composite work. The
Earnest Money will be fixed with respect to the combined estimated cost put to tender for the
composite Bid.
20.1.2. The Bid document will include following FOUR components:
Part A: CPWD-6, CPWD Form- 8 including Schedule ‘A’ to ‘F’ for the major component of the work,
Standard General Conditions of Contract for CPWD 2014 as amended/ modified up to last date of
submission of tender. Executive Engineer in charge of major component shall also be competent
authority under clause 2 and clause 5 as mentioned in Schedule ‘A’ to ‘F’ for major components.
Part B: General / specific conditions, specifications, safety measures etc., applicable to major
component(s) of the work.
Part C: General scope of works & Specifications for E & M work (Part- 1, Part-2 & Part-3) etc.,

Part D: Schedule of Quantities for Civil Work (Major Component) and Schedule of Quantities for
Electrical works (Packages C1 - C7) (Minor Component)

20.1.3 The Bidders must associate himself with, agencies of the appropriate class registered with CPWD and
eligible to Bid for each of the minor component individually.

20.1.4 The eligible Bidders shall quote Item Rates which shall include rates for all items of major
component as well as for all items of minor components of work as mentioned in Part-D for Civil
and Electrical Component.
20.1.5 After acceptance of the Bid by competent authority, the EE in charge of major component of the work shall
issue letter of award on behalf of the President of India. After the work is awarded, the main contractor will
have to enter into one agreement with EE in charge of major component and has also to sign two or more
copies of agreement depending upon number of EEs in charge of minor components. One such signed set
of agreement shall be handed over to EE in - charge of minor component. EE of major component (i.e.,
Civil works) will operate Part A, Part B and Part D (Schedule of Quantity for Civil component) of the
agreement. EE incharge of minor component(s) (i.e., Electrical works) shall operate Part C
along with Part A and Part D (Schedule of Quantity for Electrical component) of the agreement.
20.1.6 Entire work under the scope of composite tender including major and all minor components shall be
executed under one agreement.
20.1.7 Security Deposit will be worked out separately for each component corresponding to the estimated cost of
the respective component of works.
20.1.8 The main contractor has to associate agency(s) for minor component(s) conforming to eligibility criteria as
defined in the Bid document and has to submit detail of such agency(s) to Engineer-in-charge of minor
component(s) within prescribed time. Name of the agency(s) to be associated shall be approved by
Engineer-in-charge of minor component(s).
20.1.9 In case the main contractor intends to change any of the above agency/ agencies during the operation of
the contract, he shall obtain prior approval of Engineer-in-charge of minor component.. The new agency/
agencies shall also have to satisfy the laid down eligibility criteria. In case Engineer-in-charge of respective
discipline is not satisfied with the performance of any agency, he can direct the contractor to change the
agency executing such items of work and this shall be binding on the contractor.
19

20.1.10 The main contractor has to enter into agreement with contractor(s) associated by him for execution of
minor component(s). Copy of such agreement shall be submitted to EE in charge of each minor
component as well as to EE in charge of major component. In case of change of associate contractor, the
main contractor has to enter into agreement with the new contractor associated by him.
20.1.11 Running payment for the major component shall be made by EE of major discipline to the main
contractor. Running payment for minor components shall be made by the Engineer-in-charge of the
discipline of minor component directly to the main contractor. Before raising any further subsequent bill,
the main contractor/agency shall provide a suitable acknowledgement of associated contractor of having
received payment of the work done.
20.12.A The composite work shall be treated as complete when all the components of the work are
complete. The completion certificate of the composite work shall be recorded by Engineer-in-
charge of major component after record of completion certificate of all other components by the
concerned Executive Engineer(s) in charge of minor components of the work.
20.12.B. Final bill of whole work shall be finalized and paid by the EE of major component. Engineer(s) in charge of
minor component(s) will prepare and pass the final bill for their component of work and pass on the same
to the EE of major component for including in the final bill for composite contract.

Executive Engineer,
Chennai Central Division-III,
CPWD, Chennai- 600 078.
(For and on behalf of President of India)
20

FORM ‘J’

AFFIDAVIT

I/we undertake and confirm that our firm/partnership firm has not been blacklisted by any state/Central
Departments/PSUs/Autonomous bodies during the last 7 years of its operations. Further that, if such an information
comes to the notice of the department then I/we shall be debarred for bidding in CPWD in future forever. Also, if
such information comes to the notice of department on any day before date of start of work, the Engineer-in-charge
shall be free to cancel the agreement and to forfeit the entire amount of Earnest Money Deposit/Performance
Guarantee (Scanned copy of this notarized affidavit to be uploaded at the time of submission of bid)

NOTE: Affidavit to be furnished on a ‘Non-Judicial’ stamp paper worth Rs.100/-

Signature of Bidder(s) or an authorized


Officer of the firm with stamp

Signature of Notary with seal

*******************
21

GUIDELINES REGARDING SIGNING OF INTEGRITY PACT BY THE TENDERDER AT THE TIME OF


SUBMISSION OF TENDER (Vide No. DG/CON/255A dated 10.08.2011)

Sub: Clarification regarding Introduction of Integrity Pact introduced vide OM No. CON 255 dated
23.05.2011
A new provision of Integrity Pact (IP) was introduced in GCC-2010 vide OM No. CON/255 dated
23.05.2011. In the OM it is mentioned that at the time of submission of Tender, it shall be mandatory to
sign the pact by the Tenderder failing which the Tenderder will stand disqualified from the tendering
process and such Tender would be summarily rejected.
Some fields Units have raised their doubts regarding submission of duly signed Integrity Pact by the
Tenderder at the time of submission of Tender. In this regard it is clarified that:-
1. Submission of duly signed Integrity Pact by the Tenderder is applicable in case of manual
tendering where e-tendering is not followed.
2. In case of manual tendering Executive Engineer should sign the first page addressed to the
intending Tenderder at the time of issue of tender form and before submission of the Tender, each
Tenderder shall sign IP at respective places and submit the Tender. If duly signed IP is not submitted by
the Tenderder, such Tender shall not be considered.
3. In case of e-tendering, Integrity Pact shall be treated in the same manner as other components of
the Tender document. In e-tendering, the intending Tenderder does not sign any document physically and
entire Tender document is submitted through digital signature. Since IP is a part of Tender document no
separate physical submission is required with other documents to be submitted in the office of tender
opening authority. In addition to other component of Tender document, the Integrity Pact shall also be
signed between Executive Engineer and successful Tenderder after acceptance of Tender.
22

INTEGRITY PACT

To,

………………………..,
………………………..,
………………………..

Sub: NIT No.: _________________________________________________________*


Name of work : Construction of Administrative Block for Central Institute of Classical Tamil
(CICT) at Perumbakkam, Chennai SH: Building Portion Including Internal and
External Water Supply, Sanitary Installations, Drainage and Development Works.
Sub Work:C1-Providing Internal Electrical Installations and Fans, C2-Providing
1 No.13 Passengers Lift, C3-Providing addressable fire alarm system,
C4-Providing VRF/VRV Air-conditioning systems. C5-Fire Fighting with Wet Riser
System, Pump for Fire Fighting including Panel, Fire Extinguisher. C6- Indoor
substation ONAN 2x500 KVA Transformer with OLTC including HT Cable, LT
Cable, earthing safety equipment, Indoor 11 KV VCB and LT panel for sub station.
C7- Street Lighting with HPSV lamps.

Dear Sir,

It is here by declared that CPWD is committed to follow the principle of transparency, equity and
competitiveness in public procurement. The subject Notice Inviting Tender (NIT) is an invitation to offer
made on the condition that the Tenderder will sign the integrity Agreement, which is an integral part of
tender/Tender documents, failing which the tenderer/Tenderder will stand disqualified from the
tendering process and the Tender of the Tenderder would be summarily rejected.
This declaration shall form part and parcel of the Integrity Agreement and signing of the same shall be
deemed as acceptance and signing of the Integrity Agreement on behalf of the CPWD.

Yours faithfully

Executive Engineer

* To be filled by EE
23

INTEGRITY PACT
To,
The Executive Engineer,
Chennai Central Division-III,
Central PWD.
Chennai-78.

Subject: Submission of Tender for the work Construction of Administrative Block for Central
Institute of Classical Tamil (CICT) at Perumbakkam, Chennai SH: Building Portion Including
Internal and External Water Supply, Sanitary Installations, Drainage and Development Works. Sub
Work:C1-Providing Internal Electrical Installations and Fans, C2-Providing 1 No.13 Passengers
Lift, C3-Providing addressable fire alarm system, C4-Providing VRF/VRV Air-
conditioning systems. C5-Fire Fighting with Wet Riser System, Pump for Fire Fighting including
Panel, Fire Extinguisher. C6- Indoor substation ONAN 2x500 KVA Transformer with OLTC
including HT Cable, LT Cable, earthing safety equipment, Indoor 11 KV VCB and LT panel for
sub station. C7- Street Lighting with HPSV lamps.
Dear Sir,
I/We acknowledge that CPWD is committed to follow the principles thereof as enumerated in the Integrity
Agreement enclosed with the tender/Tender document.
I/We agree that the Notice Inviting Tender (NIT) is an invitation to offer made on the condition that I/We
will sign the enclosed integrity Agreement, which is an integral part of tender documents, failing which
I/We will stand disqualified from the tendering process. I/We acknowledge that THE MAKING OF THE
TENDER SHALL BE REGARDED AS AN UNCONDITIONAL AND ABSOLUTE ACCEPTANCE of this
condition of the NIT.
I/We confirm acceptance and compliance with the Integrity Agreement in letter and spirit and further agree
that execution of the said Integrity Agreement shall be separate and distinct from the main contract, which
will come into existence when tender/Tender is finally accepted by CPWD. I/We acknowledge and accept
the duration of the Integrity Agreement, which shall be in the line with Article 1 of the enclosed Integrity
Agreement.
I/We acknowledge that in the event of my/our failure to sign and accept the Integrity Agreement, while
submitting the tender/Tender, CPWD shall have unqualified, absolute and unfettered right to disqualify the
tenderer/Tenderder and reject the tender/Tender is accordance with terms and conditions of the
tender/Tender.
Yours faithfully

(Duly authorized signatory of the Tenderder)

(To be signed by the Tenderder and same signatory competent / authorized to sign the relevant
contract on behalf of Firm / Company)
24

INTEGRITY AGREEMENT
This Integrity Agreement is made at ............... on this ...........day of ……........... 20………………......
BETWEEN
President of India represented through Executive Engineer, Chennai Central Division-III, CPWD,
Chennai- 600 078 (Hereinafter referred as the Principal/Owner’, which expression shall unless repugnant
to the meaning or context hereof include its successors and permitted assigns)
AND
.............................................................................................................(Name and Address of the
Individual/firm/Company) through.................................................................... (Hereinafter referred to as
the (Details of duly authorized signatory)
“Tenderder/Contractor” and which expression shall unless repugnant to the meaning or context
here of include its successors and permitted assigns)
Preamble
WHEREAS the Principal / Owner has floated the Tender (NIT No_______________________________)
(hereinafter referred to as “Tender/Tender”) and intends to award, under laid down organizational
procedure, contract for Construction of Administrative Block for Central Institute of Classical
Tamil (CICT) at Perumbakkam, Chennai SH: Building Portion Including Internal and External Water
Supply, Sanitary Installations, Drainage and Development Works. Sub Work:C1-Providing Internal
Electrical Installations and Fans, C2-Providing 1 No.13 Passengers Lift, C3-Providing
addressable fire alarm system, C4-Providing VRF/VRV Air-conditioning systems. C5-
Fire Fighting with Wet Riser System, Pump for Fire Fighting including Panel, Fire Extinguisher.
C6- Indoor substation ONAN 2x500 KVA Transformer with OLTC including HT Cable, LT Cable,
earthing safety equipment, Indoor 11 KV VCB and LT panel for sub station. C7- Street Lighting
with HPSV lamps.

herein after referred to as the “Contract”.


AND WHEREAS the Principal/Owner values full compliance with all relevant laws of the land, rules,
regulations, economic use of resources and of fairness/transparency in its relation with its Tenderder(s)
and Contractor(s). AND WHEREAS to meet the purpose aforesaid both the parties have agreed to enter
into this Integrity Agreement (hereinafter referred to as “Integrity Pact” or “Pact”), the terms and
conditions of which shall also be read as integral part and parcel of the Tender/Tender documents and
Contract between the parties.
NOW, THEREFORE, in consideration of mutual covenants contained in this Pact, the parties hereby
agree as follows and this Pact witnesses as under:
Article 1: Commitment of the Principal/Owner
1) The Principal/Owner commits itself to take all measures necessary to prevent corruption and to
observe the following principles:
(a) No employee of the Principal/Owner, personally or through any of his/her family members, will in
connection with the Tender, or the execution of the Contract, demand, take a promise for or accept,
for self or third person, any material or immaterial benefit which the person is not legally entitled to.
(b) The Principal/Owner will, during the Tender process, treat all Tenderder(s) with equity and reason.
The Principal/Owner will, in particular, before and during the Tender process, provide to all
Tenderder(s) the same information and will not provide to any Tenderder(s) confidential / additional
information through which the Tenderder(s) could obtain an advantage in relation to the Tender
process or the Contract execution.
25

(c) The Principal/Owner shall endeavor to exclude from the Tender process any person, whose
conduct in the past has been of biased nature.
2) If the Principal/Owner obtains information on the conduct of any of its employees which is a
criminal offence under the Indian Penal code (IPC)/Prevention of Corruption Act, 1988 (PC Act) or
is in violation of the principles herein mentioned or if there be a substantive suspicion in this
regard, the Principal/Owner will inform the Chief Vigilance Officer and in addition can also initiate
disciplinary actions as per its internal laid down policies and procedures.
Article 2: Commitment of the Tenderder(s)/Contractor(s)
1) It is required that each Tenderder/Contractor (including their respective officers, employees and
agents) adhere to the highest ethical standards, and report to the Government / Department all
suspected acts of fraud or corruption or Coercion or Collusion of which it has knowledge or
becomes aware, during the tendering process and throughout the negotiation or award of a
contract.
2) The Tenderder(s)/Contractor(s) commit himself to take all measures necessary to prevent
corruption. He commits himself to observe the following principles during his participation in the
Tender process and during the Contract execution:
a) The Tenderder(s)/Contractor(s) will not, directly or through any other person or firm, offer,
promise or give to any of the Principal/Owner’s employees involved in the Tender process or
execution of the Contract or to any third person any material or other benefit which he/she is not
legally entitled to, in order to obtain in exchange any advantage of any kind whatsoever during the
Tender process or during the execution of the Contract.
b) The Tenderder(s)/Contractor(s) will not enter with other Tenderder(s) into any undisclosed
agreement or understanding, whether formal or informal. This applies in particular to prices,
specifications, certifications, subsidiary contracts, submission or non-submission of Tenders or
any other actions to restrict competitiveness or to cartelize in the Tendering process.
c) The Tenderder(s)/Contractor(s) will not commit any offence under the relevant IPC/PC Act.
Further the Tenderder(s)/Contract(s) will not use improperly, (for the purpose of competition or
personal gain), or pass on to others, any information or documents provided by the
Principal/Owner as part of the business relationship, regarding plans, technical proposals and
business details, including information contained or transmitted Electronically.
d) The Tenderder(s)/Contractor(s) of foreign origin shall disclose the names and addresses of
agents/ representatives in India, if any. Similarly Tenderder(s)/Contractor(s) of Indian Nationality
shall disclose names and addresses of foreign agents/representatives, if any. Either the Indian
agent on behalf of the foreign principal or the foreign principal directly could Tender in a tender
but not both. Further, in cases where an agent participate in a tender on behalf of one
manufacturer, he shall not be allowed to quote on behalf of another manufacturer along with the
first manufacturer in a subsequent/parallel tender for the same item.
e) The Tenderder(s)/Contractor(s) will, when presenting his Tender, disclose any and all payments
he has made, is committed to or intends to make to agents, brokers or any other intermediaries in
connection with the award of the Contract.
3) The Tenderder(s)/Contractor(s) will not instigate third persons to commit offences outlined above
or be an accessory to such offences.

4) The Tenderder(s)/Contractor(s) will not, directly or through any other person or firm indulge in
fraudulent practice means a willful misrepresentation or omission of facts or submission of
fake/forged documents in order to induce public official to act in reliance thereof, with the purpose
26

of obtaining unjust advantage by or causing damage to justified interest of others and/or to


influence the procurement process to the detriment of the Government interests.
5) The Tenderder(s)/Contractor(s) will not, directly or through any other person or firm use Coercive
Practices (means the act of obtaining something, compelling an action or influencing a decision
through intimidation, threat or the use of force directly or indirectly, where potential or actual injury
may befall upon a person, his/ her reputation or property to influence their participation in the
tendering process).
Article 3: Consequences of Breach
Without prejudice to any rights that may be available to the Principal/Owner under law or the
Contract or its established policies and laid down procedures, the Principal/Owner shall have the
following rights in case of breach of this Integrity Pact by the Tenderder(s)/Contractor(s) and the
Tenderder/ Contractor accepts and undertakes to respect and uphold the Principal/Owner’s
absolute right:
1) If the Tenderder(s)/Contractor(s), either before award or during execution of Contract has
committed a transgression through a violation of Article 2 above or in any other form, such as
to put his reliability or credibility in question, the Principal/Owner after giving 14 days notice to
the contractor shall have powers to disqualify the Tenderder(s)/Contractor(s) from the Tender
process or terminate/determine the Contract, if already executed or exclude the
Tenderder/Contractor from future contract award processes. The imposition and duration of
the exclusion will be determined by the severity of transgression and determined by the
Principal/Owner. Such exclusion may be forever or for a limited period as decided by the
Principal/Owner.
2) Forfeiture of EMD/Performance Guarantee/Security Deposit: If the Principal/Owner has
disqualified the Tenderder(s) from the Tender process prior to the award of the Contract or
terminated/determined the Contract or has accrued the right to terminate/determine the
Contract according to Article 3(1), the Principal/Owner apart from exercising any legal rights
that may have accrued to the Principal/Owner, may in its considered opinion forfeit the entire
amount of Earnest Money Deposit, Performance Guarantee and Security Deposit of the
Tenderder/Contractor.
3) Criminal Liability: If the Principal/Owner obtains knowledge of conduct of a Tenderder or
Contractor, or of an employee or a representative or an associate of a Tenderder or
Contractor which constitutes corruption within the meaning of IPC Act, or if the Principal/
Owner has substantive suspicion in this regard, the Principal/Owner will inform the same to
law enforcing agencies for further investigation.
Article 4: Previous Transgression
1) The Tenderder declares that no previous transgressions occurred in the last 5 years with any
other Company in any country confirming to the anticorruption approach or with Central
Government or State Government or any other Central/State Public Sector Enterprises in
India that could justify his exclusion from the Tender process.
2) If the Tenderder makes incorrect statement on this subject, he can be disqualified from the
Tender process or action can be taken for banning of business dealings/ holiday listing of the
Tenderder/Contractor as deemed fit by the Principal/ Owner.
3) If the Tenderder/Contractor can prove that he has resorted / recouped the damage caused by him
and has installed a suitable corruption prevention system, the Principal/Owner may, at its own
discretion, revoke the exclusion prematurely.
27

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


1) The Tenderder(s)/Contractor(s) undertake(s) to demand from all subcontractors a commitment in
conformity with this Integrity Pact. The Tenderder/Contractor shall be responsible for any
violation(s) of the principles laid down in this agreement/Pact by any of its Subcontractors/ sub-
vendors.
2) The Principal/Owner will enter into Pacts on identical terms as this one with all Tenderders and
Contractors.
3) The Principal/Owner will disqualify Tenderders, who do not submit, the duly signed Pact between
the Principal/Owner and the Tenderder, along with the Tender or violate its provisions at any
stage of the Tender process, from the Tender process.

Article 6- Duration of the Pact


This Pact begins when both the parties have legally signed it. It expires for the Contractor/ Vendor 12
months after the completion of work under the contract or till the continuation of defect liability period,
whichever is more and for all other Tenderders, till the Contract has been awarded. If any claim is
made/lodged during the time, the same shall be binding and continue to be valid despite the lapse of this
Pacts as specified above, unless it is discharged/ determined by the Competent Authority, CPWD.

Article 7- Other Provisions


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

Article 8- LEGAL AND PRIOR RIGHTS


All rights and remedies of the parties hereto shall be in addition to all the other legal rights and remedies
belonging to such parties under the Contract and/or law and the same shall be deemed to be cumulative
and not alternative to such legal rights and remedies aforesaid. For the sake of brevity, both the
Parties agree that this Integrity Pact will have precedence over the Tender/Contact documents with
regard any of the provisions covered under this Integrity Pact. IN WITNESS WHEREOF the parties
have signed and executed this Integrity Pact at the place and date first above mentioned in the presence
of following witnesses:
28

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


................................................................. (For and on behalf of Tenderder/Contractor)
WITNESSES:
1. .............................................. (signature, name and address)

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

Place:
Dated :
29

FORM OF EARNEST MONEY DEPOSIT


BANK GUARANTEE BOND
WHEREAS, contractor.................. (Name of contractor) (herein after called "the contractor") has
submitted his tender dated ............. (date) for the construction of .............................................. (name of
work) (herein after called "the Tender")
KNOW ALL PEOPLE by these presents that we......................................... (name of bank) having our
registered office at ................................... (herein after called "the Bank") are bound unto Executive
Engineer, Chennai Central Division- III, CPWD, Chennai-600 078 (herein after called “the Engineer-in-
Charge”) in the sum of Rs. ......................... (Rs. in words .................................................) for which
payment well and truly to be made to the said Executive Engineer, Chennai Central Division- III,
CPWD, Chennai-600 078, the Bank binds itself, his successors and assigns by these presents.
SEALED with the Common Seal of the said Bank this................. day of ................. 20.... THE
CONDITIONS of this obligation are:

(1) If after tender opening the Contractor withdraws, his tender during the period of validity of tender
(including extended validity of tender) specified in the Form of Tender;
(2) If the contractor having been notified of the acceptance of his tender by the Engineer-in-Charge:
(a) Fails or refuses to execute the Form of Agreement in accordance with the Instructions to
contractor, if required;
OR
(b ) Fails or refuses to furnish the Performance Guarantee, in accordance with provision of tender
document and Instructions to contractor.

We undertake to pay to the Executive Engineer, Chennai Central Division- III, CPWD,
Chennai-600 078 either up to the above amount or part thereof upon receipt of his first written demand,
without the Executive Engineer, Chennai Central Division- III, CPWD, Chennai-600 078 having to
substantiates his demand, provided that in his demand the Executive Engineer, Chennai Central
Division- III, CPWD, Chennai-600 078 will note that the amount claimed by his is due to him owing to
the occurrence of one or any of the above conditions, specifying the occurred condition or conditions.
This Guarantee will remain in force up to and including the date* ______________after the deadline for
submission of tender as such deadline is stated in the Instructions to contractor or as it may be extended
by the Engineer-in-Charge, notice of which extension(s) to the Bank is hereby waived. Any demand in
respect of this Guarantee should reach the Bank not later than the above date.
DATE ............. SIGNATURE OF THE BANK
WITNESS .................. SEAL
(SIGNATURE, NAME AND ADDRESS)

*Date to be worked out on the basis of validity period of 6 months from last date of receipt of tender.
30

GOVERNMENT OF INDIA
CENTRAL PUBLIC WORKS DEPARTMENT

STATE : Tamil Nadu CIRCLE : CHENNAI CENTRAL CIRCLE-I


ZONE : SOUTH ZONE-I DIVISION- Chennai Central Division-III
BRANCH : B & R
CPWD-8
ITEM RATE TENDER & CONTRACT FOR WORKS
Tender for the work Construction of Administrative Block for Central Institute of Classical Tamil
(CICT) at Perumbakkam, Chennai SH: Building Portion Including Internal and
External Water Supply, Sanitary Installations, Drainage and Development Works.
Sub Work:C1-Providing Internal Electrical Installations and Fans, C2-Providing
1 No.13 Passengers Lift, C3-Providing addressable fire alarm system,
C4-Providing VRF/VRV Air-conditioning systems. C5-Fire Fighting with Wet Riser
System, Pump for Fire Fighting including Panel, Fire Extinguisher. C6- Indoor
substation ONAN 2x500 KVA Transformer with OLTC including HT Cable, LT
Cable, earthing safety equipment, Indoor 11 KV VCB and LT panel for sub station.
C7- Street Lighting with HPSV lamps.

(i) To be submitted / Uploaded upto 3.00 PM on 19/ 08 /2016 to uploaded at


www.tenderwizard.com/cpwd

(ii) To be opened in the presence of tenderers who may be present at 3.30 PM on 20 / 08 /2016, in the
office of the Executive Engineer, Chennai Central Division-III, CPWD, Chennai-600 078.

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, of 2010 with
amendments up to the last date of submission of tenders, 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 respect with the
specifications, designs, drawing and instructions in writing referred to in Rule-1 of General Rules and
Directions and in Clause 11 of the Conditions of contract of 2010 with amendments up to the last date of
submission of tenders and with such materials as are provided for, by, and in respect of accordance with,
such conditions so far as applicable.
We agree to keep the tender open for FORTY FIVE (45) days from the date of opening of Tender and not
to make any modification in its terms and conditions.

A sum of Rs.29,47,280/ - will be deposited by me/us with EE calling the tenders in cash/receipt treasury
challan / deposit at call receipt of a scheduled bank/fixed deposit receipt of scheduled bank/demand draft
of a scheduled bank/ [bank guarantee issued by a scheduled bank as earnest money. If I/We, fail to
furnish the prescribed performance guarantee within prescribed period, I/We agree that the said President
of India or his successors, in office shall without prejudice to any other right or remedy, be at liberty to
forfeit the said earnest money absolutely. Further, if I/We fail to commence work as specified, I/We agree
that President of India or the successors in office shall without prejudice to any other right or remedy
available in law, be at liberty to forfeit the said performance guarantee absolutely, the said performance
guarantee shall be a guarantee to execute all the works referred to in the tender documents upon the
terms and conditions contained or referred to those in excess of that limit at the rates to be determined
in accordance with the provision contained in Clause 12.2 and 12.3 of the tender form.
31

*To be filled by EE

Further, I/We agree that in case of forfeiture of Earnest Money or Performance Guarantee as aforesaid,
I/We shall be debarred for participation in the re-tendering process of the work.
I/We undertake and confirm that eligible similar work(s) has/have not been got executed through another
contractor on back to back basis. Further that, if such a violation comes to the notice of Department, then
I/We shall be debarred for tendering in CPWD in future for ever. Also, if such a violation comes to the
notice of Department before date of start of work, the Engineer-in-Charge shall be free to cancel the
agreement and to forfeit the entire amount of Earnest Money Deposit/ Performance Guarantee
I/We hereby declare that I/We shall treat the tender documents drawings and other records connected
with the work as secret/confidential documents and shall not communicate information/derived there
from to any person other than a person to whom I/We am/are authorized to communicate the same or use
the information in any manner prejudicial to the safety of the State.

Dated: …………..** Signature of Contractor **

Witness: ** Postal Address **

Address: **
Occupation: **

** To be filled by contractor
32

ACCEPTANCE

The above tender (as modified by you as provided in the letters mentioned hereunder) is accepted by me
for and on behalf of the President of India for a sum of Rs..………........................................*……….……..
(Rupees………..………………………………………*………………………………………………………………
……….....………………...)
The letters referred to below shall form part of this contract agreement:-
(a) *
(b) *
(c) *

For & on behalf of the President of India

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

*To be filled by EE
33

PROFORMA OF SCHEDULES
(FOR CIVIL COMPONENT)
SCHEDULE ‘A’
SCHEDULE OF QUANTITIES FOR CIVIL WORKS AS PER PART-D FROM PAGE NO. 222 to 251
SCHEDULE 'B'
Schedule of materials to be issued to the contractor.

S. No. Description of item Quantity Rates in figures & words at Which Place of issue
the material will be charged to the
contractor
NIL

SCHEDULE 'C'
Tools and plants to be hired to the contractor

S. No. Description Hire charges per day Place of Issue

NIL

SCHEDULE ‘D’
Extra schedule for specific requirements /document for the work, if any.
Special conditions of contract
Particular Specification.
Tender drawings.
Proforma of Guarantee Certificate.

SCHEDULE ‘E’
Reference to General Conditions of Contract: General Conditions of Contract 2014 with amendments
upto OM No No.DG/CON/293 dated 01.07.2016 or as amended / modified upto last date of submission of
Tender
Name of Work : Construction of Administrative Block for Central Institute of Classical Tamil
(CICT) at Perumbakkam, Chennai SH: Building Portion Including Internal and
External Water Supply, Sanitary Installations, Drainage and Development Works.
Sub Work:C1-Providing Internal Electrical Installations and Fans, C2-Providing
1 No.13 Passengers Lift, C3-Providing addressable fire alarm system,
C4-Providing VRF/VRV Air-conditioning systems. C5-Fire Fighting with Wet Riser
System, Pump for Fire Fighting including Panel, Fire Extinguisher. C6- Indoor
substation ONAN 2x500 KVA Transformer with OLTC including HT Cable, LT
Cable, earthing safety equipment, Indoor 11 KV VCB and LT panel for sub station.
C7- Street Lighting with HPSV lamps.
34

Estimated cost of work

(a) Civil Components : Rs. 16,65,38,469/-

(b) E & M Components (Package C1 to C7) : (C1 - Rs.43,11,299/- +C2 - Rs. 20,41,200/-+
C3- Rs. 16,68,651/- +C4 - Rs. 84,11,809/-+
C5 - Rs. 36,94,347/- + C6 - Rs. 71,01,187/-+
C7 - Rs. 9,60,662/-)

TOTAL : Rs .19,47,27,624 /-

(i) Earnest Money : Rs.29,47,280/- (To be returned after receiving performance guarantee)

(ii) Performance Guarantee : 5% of tendered value

(iii) Security Deposit : 2.5% of tendered value

SCHEDULE 'F'
(GENERAL RULES & DIRECTIONS): Officer inviting tender:
Executive Engineer,
Chennai Central Division-III,
CPWD, Chennai-600 078.
Definitions:

2(v) Engineer-in-Charge Executive Engineer, Chennai Central Division-III, CPWD,


Chennai-600 078 or his successors thereof.
2(viii) Accepting Authority CHIEF ENGINEER, South Zone- I, CPWD,
Chennai-600 090 or his successors thereof
2(x) Percentage on cost of materials and 15%
Labour to cover all overheads and
profits
2(xi) Standard Schedule of Rates DSR 2014 with amendments/ correction slips up to last
date of submission of Tender.
2(xii) Department Central Public Works Department (CPWD)
9(ii) Standard CPWD Contract Form GCC CPWD Form 8 & GCC 2014 modified & Corrected up-to
2014, CPWD Form 8 as modified & last date of submission of Tenders.
corrected upto

Clause 1
(i) Time allowed for submission of Performance Guarantee, programme 15 (Fifteen) days
chart (Time and Progress) and applicable labour licenses,
registration with EPFO, ESIC and BOCW Welfare Board or proof of
applying thereof from the date of issue of letter of acceptance.
(ii) Maximum allowable extension with late fee @ 0.1% per day of 15(Fifteen) days with late fee @
Performance Guarantee amount beyond the period provided in (i) 0.1% per day of the PG amount.
above
35

Clause 2
a) Authority for fixing compensation under clause 2 Superintending Engineer, CCC-I
CPWD, Chennai-6

Clause 2A

Whether Clause 2A shall be applicable Not Applicable

Clause 5
Number of days from the date of issue of letter 22 (twenty-two) days or date of handing over of
of acceptance for reckoning date of start site whichever is later.

Table of Mile stones for civil works

Time allowed
Sl. Description of Mile stone (From date Amount to be withheld in case of
No. of start) Non-achievement of mile stone

1 Completion of Pile foundation including pile cap and 4 months


grade beam and all RCC and other works upto plinth
level .
2 Completion of all RCC work upto floor 5 Level 8 months
including lift machine room roof, terrace water tank and
brick work upto floor 4 level
3 Completion of all brick work including lift machine 12months
room,internal outer wall Plastering upto third floor ,Fixing In the event of not achieving the
of door and windows ,False Ceiling ,Flooring upto first necessary progress as assessed
floor.,
from the running payment, 1% of
4 Completion of all Internal and External plastering, 15 months
the tendered value of work will be
structural glasing and aluminium composite paneling ,
all door & Window frame, door shutters, window shutters withheld for failure of each
, flooring , Water Supply, Sanitary Installations milestone
complete in all shape with electrical works such As
Internal Electrical Installations, etc

5 Completion of painting and all Civil and electrical 18 months


works and handing over of the building and cleaning
the site

NOTE 1: The full works for the respective buildings shall include all internal Civil & Electro-Mechanical
services and external services required for immediate occupancy. However the (mile stones for external
electrical services are given in the part B – Specification and condition of contract for E&M works.)
With held amount shall be released if and when subsequent milestone is achieved within respective time
specified. The main contractor will ensure that electrical components of the work are executed in time
without giving any chance for slippage of milestone an account of delay in execution of associated
electrical works by him. However, in case milestones are not achieved by the contractor for the work, the
amount shown against milestone shall be withheld by the Engineer-in-charge of the respective
components.
36

NOTE 2: Intending tenderer may submit phasing of activities/milestones on the basis of their resources
and methodology at the time of tendering corresponding to physical milestones/stages indicated in the
above table. These shall be formed part of the agreement after approval of the accepting authority,
otherwise it would be assumed that agency agrees with the above mentioned physical milestones.
Time allowed for execution of work: 18 (EIGHTEEN) Months
Authority to decide:
(i) Extension of time. Superintending Engineer,
CCC-I, CPWD, Chennai-6
(ii) Rescheduling of mile stones. Superintending Engineer,
CCC-I, CPWD, Chennai-6
(iii) Shifting of date of start in case of Superintending Engineer,
delay in handing over of site. CCC-I, CPWD, Chennai-6
Clause 6, 6A

Clause applicable - (6 or 6A) 6A

Clause 7

Gross work to be done together with net payment /adjustment *Rs. 47 lakhs for civil works or part
of advances for material collected, if any, since the last such thereof as per discretion of Engineer-in-
payment for being eligible to interim payment charge.

Clause: 7A
Whether clause 7A shall be applicable Yes.

Clause: 7A
No Running Account Bill shall be paid for the work till the applicable labour licenses, registration with
EPFO, ESIC and BOCW Welfare Board, whatever applicable as submitted by the contractor to the Engineer-
in Charge.
Clause 10A
List of testing equipment to be provided by the contractor at site lab as per
[TABLE-1 ] at Page No. 42
Clause 10 B (ii)
Whether Clause 10 B (ii) shall be applicable Yes

Clause 10C Applicable

Component of labour expressed as percent of value of 25 %


work
37

Clause 10CA : Applicable

Sl. Material covered Nearest Materials (other than Base Price and its corresponding
No. under this clause cement includes cement period of all the materials covered
component used in RMC under clause 10 CA
brought at site from outside
approved RMC plants, if any,
reinforcement bars and
structural steel) for which all
India Wholesale Price Index to
be followed.

1 Ordinary cement(OPC) Grade Rs.7,100/- Per MT


43
2 Reinforcement bars TMT-Fe
500 D Rs. 35,490 /- Per MT
(Primary Producer
/manufacturer)
3 Structural steel Rs. 35,859/- Per MT

Clause 10CC
Clause 10CC to be applicable in contracts with
Stipulated period of completion exceeding the
Period shown in next column 12 Months
Hence Clause 10 CC is applicable for this
work / contract

Schedule of component of other materials, Labour, POL etc. for price escalation.
Component of civil (Except materials covered under clause 10CA) /
Expressed as percent of total value of civil work ---- 35% *
Component of labour expressed as percent of total value of civil work. ---- 25%
Component of P.O.L. expressed as percent of total value of civil work. ---- Nil
Note : Xm :- 35% * (should be equal to (100) – (materials covered under Clause 10CA i.e. cement, steel
and other material specified in Clause 10CA + Component of Labour + Component of P.O.L).

Clause 11

Specifications to be followed for Civil work: CPWD Specifications 2009 volume- I & II
execution of work with corrections slips up to the last date of
submission/uploading of tender.

Clause 12
Type of work: : Project and Original work

Maximum percentage for quantity of items of work to : Refer below


be executed beyond which rates are to be
determined in accordance with Clauses 12.2, 12.3
38

12.2.&12.3 Deviation limit beyond which


Clauses 12.2 &12.3 shall apply 30% (Thirty percent)
for works above plinth level.
12.5 i) Deviation Limit beyond which
12.3 shall
clauses apply
12.2 for building
& 12.3 work
shall apply 30% (Thirty percent)
for foundation work (except
earth work)
ii) Deviation Limit for items in
earth work subhead of DSR or 100% (One Hundred percent)
related items

Clause 16

Competent Authority for deciding reduced rates. Superintending Engineer, CCC-I, CPWD,
Chennai-6 up to 5% of tender amount, beyond
which CE (SZ)I, CPWD, Chennai-90 .

Clause 18
List of mandatory machinery, tools & plants to be deployed by the contractor at site:-
As per [TABLE-II ] at Page No. 45

Clause 25

Constitution of Dispute Redressal Committee (DRC)


Claim amount Upto Rs.25 lakhs More than Rs.25 lakhs
Chairman Director (Works-cum-TLQA),SR-I. Chief Engineer, SZ-IV, CPWD,
Madurai..
Member Executive Engineer, CCD-IV, CPWD, Director (Works-cum-TLQA),SR-I.
Chennai.
Member Executive Engineer (P), O/o CE (SZ)-I, Superintending Engineer, CCC-II,
CPWD, Chennai.. CPWD, Chennai..
Presenting officer Executive Engineer, Incharge of the Superintending Engineer, incharge
work. of the work.

Note: The above constitution of Dispute Redressal Committee is subject to change, for which necessary
notification shall be issued by the competent authority of the department, if required.

Clause36 (i) Requirement of Technical Representative(s) and Recovery Rates (For CIVIL WORKS)
39

Sl. Requirement of Technical Staff Minimum Designation of Rate at which recovery


No. Experience Technical Staff shall be made from the
(years) contractor in the event of
Qualification Number (of not fulfilling provision of
Major + Minor clause 36(i)
components)
1. Graduate Engineer 1 No 10 ( and having Project Manager Rs. 30,000/- per Month
experience of one per person
similar nature of
work)
2. Graduate Engineer 1 No 5 Project Planning/ Site Rs. 25,000/- per Month
or Or Engineer per person
Diploma Engineer 10
Respectively

3 Graduate Engineer 1 + 1 No 2 Project Planning/ Rs. 15,000/- per Month


or or Quality/ Site/ per person
Diploma Engineer 5 Billing Engineer
Respectively

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

The contractor shall submit a certificate of employment of the technical representative(s) (in the form of copy of
Form -16 or CPF deduction issued to the Engineers employed by him) along with every account bill/final bill and
shall produce evidence if at any times so required by the Engineer-in-charge

Clause 42

(i) (a) Schedule/statement for determining theoretical quantity of DSR 2014 with amendments/
cement & bitumen on the basis of Delhi Schedule of Rates Correction slips up to last
date of submission
of Tender.
(ii) Variations permissible on theoretical quantities:
(a) Cement
For works with estimated cost put to tender more than Rs. 2% (Two percent)
5 lakh. Plus / minus .
Bitumen for all works 2.5% (Two decimal five
percent) plus only and Nil on
minus side.
(b) Steel Reinforcement and structural steel sections for each 2% (Two percent) plus / minus
diameter, section and category
(c) All other materials Nil
40

TABLE- ‘A’

RECOVERY RATES FOR QUANTITIES BEYOND PERMISSIBLE VARIATION

Sl. No. Description of Item Rates in figures and words at which recovery shall be
made from the Contractor

Excess Less use


beyond beyond permissible variation
permissible
variation

1. Ordinary Portland cement 43 Grade Rs. 7,810/- Per MT


Nil
2. Steel Reinforcement TMT Bar of all
diameters (Fe 500 D Grade) Nil Rs. 39,039/- Per MT

3 Structural steel Nil Rs.39,445 /- Per MT


41

TABLE- I
EQUIPMENTS FOR TESTING OF MATERIALS & CONCRETE AT SITE LABORATORY

All necessary equipment for conducting all necessary tests shall be provided at the site in the well
furnished site laboratory of minimum size 50 feet X 15 feet by the contractor at his own cost The following
minimum laboratory equipments shall be set up at site office laboratory.

Sl. No. Equipment Numbers


(Minimum)
1. 100MT compression testing machine, electrical-cum-manually operated) 1 No

2. Slump cone, steel plate, tamping rod, steel scale, scoop 1 No


3. Vicat Apparatus with Desk pot 1 No
4. Megger & earth resistance tester 1 No
5. Pumps and pressure gauges for hydraulic testing of 1 No
pipes
6. Weighing scale platform type 100 Kg/10 Kg capacity 1 No
7. Graduated glass measuring cylinder As per requirement
8. Sets of sieves of 450mm internal dia for coarse aggregate [100mm, 1 No
80mm, 40mm; 20mm; 12.5mm,
10mm; 4.75mm complete with lid and pan]
9. Sets of sieves of 200mm internal dia for fine aggregate [4.75mm; 1 No
2.36mm; 1.18mm; 600 microns; 300 microns & 150 micron with lid and
pan]
10. Sieve Brushes and sieve shaker capable of 200mm and 300mm dia 1 No
sieves , manually operated with timing switch assembly
11. Cube moulds size 70mmx70mmx70mm 3 Nos
12. Cube moulds size 150mmx150mmx150mm 12 Nos
13. Hot air oven temp. Range 50°C to 300°C- sensitivity 1 degree 1 No

14. Electronic balance 600gx0.1g., 10kg and 50 kg 1 No


15. Physical balance weight up to 5 kg 1 No
16. Digital thermometer up to 150oC 1 No
17. Air Content of concrete testing machine 1 No
18. Measuring jars 100ml, 200ml, 500ml 2 Nos each size
19. Gauging trowels 100mm & 200mm with wooden 4 Nos
handle
20. Spatula 100mm & 200mm with long blade wooden 4 Nos
handle
21. Vernire calipers 12” & 6” size 2 Nos each
22. Digital PH meter least count 0.01mm 2 Nos each
23. Digital Micrometer least count. 0.01mm 2 Nos each
42

24. Digital paint thickness meter for steel 500 micron 1 No


range
25. GI tray 600x450x50mm, 450x300x40mm,300x250x40mm 1 No. each
26. Electric Motor mixer 0.25 cum capacity 1 No
27. Rebound hammer test digital rebound hammer 1 No
28. Screw gauge 0.1mm-10mm, least count 0.05 2 Nos
29. Water testing kit 2 Nos
30. Motorized sieve shaker 1 No
31. Pruning Rods 2 Kg weight length 40 cm and ramming face 25mm2 1 No

32. Extra Bottom plates for 15 cm cube mould 6 Nos


33. Standard Vibration Table for gauging the cubes 1 No
34. Pocket concrete pernetrometer 0 to 50kg/ sq.cm 1 No
35. Concrete temperature measuring thermometer with Brass protection 1 No
sheath 0- 100 degree centigrade
36. Mortar Cube vibrator 1 No
37. Dial type spring balance preferable with zero correction knob capacity 1 No
100 kgs reading to ½ kg.
38. Counter scale capacity 1 kg and 10 kg 1 No
39. Iron Weight of 5 kg, 2 kg, 1 kg, 500 gm, 200 gm, 100 gm 1 No each
40. Brass Weight of 50 gm, 20 gm, 10 gm, 5 gm, 2 gm, 1 gm 1 No each
41. Measuring cylinder TPX or Poly propylene capacity 1000 ml, 500 ml, 1 No each
250 ml, 100 ml
42. Pyrex, corning or Borosil beakers with cover capacity 500 ml, 200 ml, 50 1 No each
ml
43. Wash Bottles capacity 500 ml 1 No
44. Thermometers 1-100 degree centigrades / max. and Min/ Dry and wet 1 No
with table
45. Set of box spanner ratchet 1 No
46. Hammer 1lb& 2lb 1 No each
47. Rubber Hammer 1 No
48. Hacksaw with 6 blades 1 No
49. Measuring tape 2 mtr 2 Nos
50. Depth gauge 20cm 2
51. Shovels & Spade 3
52. Steel plates 5 mm thick 75cmx75 cm 3
53. Plastic or G.I. Buckets 15 ltr, 10 ltr, 5 ltr 1 each
43

54. Wheel Barrow 3


55. Floor Brushes, hair dusters, scrappers, wire brush, paint brushes, 4 Nos each
shutter steel plat oil, kerosene with stove etc.
56. Any other equipment for site tests as outlined in BIS codes and as
directed by the Engineer-in-charge.

NOTE:

The above list is only indicative and not exhaustive. The contractor may be required to provide
more equipments as per requirement of work and as per the direction of the Engineer-in-charge
44

TABLE- II
PLANT AND EQUIPMENT REQUIRED TO BE OWNED/ TAKEN ON LEASE BY THE CONTRACTOR

Sl. No. Equipment Numbers (Minimum)


1. Builders hoist 1 No
2. Excavator cum loader (JCB 3D model or equivalent). 1 No
3. DG set of minimum capacity 62.5 KVA. 1 No
4 Mini batching plant (6 cum./hr.). 1 No
5 Transit mixers. As per requirement

6 Concrete pump 1 No

7 Needle Vibrators. 5 Nos


8 Screed leveler. 1 No
9 Plate Vibrator 1 No
10 Automatic Ring making machine(Reinforcement) 2 Nos
11 Dumper/Tipper 1 No
12 Reinforcement bending machine. 2 No
13 Reinforcement cutting machine. 2 No

14 Power driven earth rammer (Soil compactor). 1 No


15 Total station. 1 No
16 Auto level & staff. 1 No
17 Tractor with trolley. 1 No
18 Water tanker(Minimum capacity of 5000 litres) 1 No
19 Welding machine 400 Ampere 1 No
20 Screener for coarse sand and fine sand 1 No
21 Centrifugal mono block water pump minimum 1 No
capacity 2 HP
22 Drilling machine 1 No.

23 Shuttering with necessary props 4000 sq.mt.

24 Double steel scaffolding and staging materials 6000 sq.mt.

25 Air compressor 1 No
26 Floor grinding/polishing machines 1 No.
27 Granite cutting machine 1 No.
28 Ceramic tile cutting machine 2 Nos.
45

29 Granite polishing machine 1 No.


30 Granite hand polishing machine 1No.
31 Computer for billing 1No.
32 Any other machinery required for completion of the As per Actual requirement
work as per decision of Engineer-in-charge.

NOTE:

The above list is only indicative and not exhaustive. The contractor may be required to deploy
more T&P as per requirement of work and as per the direction of the Engineer-in-charge.
46

(A) BRIEF PARTICULARS OF THE WORK (CIVIL COMPONENTS)

1. Salient details of the work for which Tenders are invited are as under:

Name of work Construction of Administrative Block for Central Institute of Classical Tamil
(CICT) at Perumbakkam, Chennai SH: Building Portion Including Internal and
External Water Supply, Sanitary Installations, Drainage and Development Works.
Sub Work:C1-Providing Internal Electrical Installations and Fans, C2-Providing
1 No.13 Passengers Lift, C3-Providing addressable fire alarm system,
C4-Providing VRF/VRV Air-conditioning systems. C5-Fire Fighting with Wet
Riser System, Pump for Fire Fighting including Panel, Fire Extinguisher. C6-
Indoor substation ONAN 2x500 KVA Transformer with OLTC including HT
Cable, LT Cable, earthing safety equipment, Indoor 11 KV VCB and LT panel
for sub station. C7- Street Lighting with HPSV lamps.

Composite Estimated Cost : For Civil Components = 16,65,38,469/-


Package-C1 = Rs. 43,11,299/-
Package-C2 = Rs. 20,41,200/-
Package-C3 = Rs. 16,68,651/-
Package-C4 = Rs. 84,11,809/-
Package-C5 = Rs. 36,94,347/-
Package-C6 = Rs. 71,01,187/-
Package-C7 = Rs. 9,60,662/-
TOTAL = 19,47,27,624/-
Period of Completion : 18 (EIGHTEEN) Months.

(a) The proposed project site situated at Perumbakkam, Chennai Construction of


Administrative Block for Central Institute of Classical Tamil (CICT) at Perumbakkam,
Chennai SH: Building Portion Including Internal and External Water Supply, Sanitary
Installations, Drainage and Development Works. having 4 storeyed (Ground + 3 Floor)
framed structure. Also includes Internal Water Supply, Sanitary Installations, etc., and the
proposed building is plan to achieve 3 star GRIHA rating under ‘GRIHA LD’ category.

(b) Electrical and Mechanical services:


(i) Providing Internal Electrical Installations and Fans.
(ii) Providing 1 No. 13 Passenger lift
(iii) Providing Addressable fire alarm system
(iv) Providing VRF/VRV Airconditioning System
(v) Providing Fire fighting wet riser system
(vi) Providing 500 KVA SUB STATION
(vii) Providing Street Light.

2. Work shall be executed according to General Conditions of Contract for Central PWD available
separately at publication / CPWD website www.cpwd.gov.in

3. The Soil report, location plan, plans & elevations are available with Executive Engineer,
Chennai Central Division - III, CPWD, Chennai- 600 078 for inspection and general
architectural drawings are part of tender document uploaded to tendering website
www.tenderwizard.com/CPWD.
47

(B) ITEMS OF CIVIL WORKS WHICH ARE TO BE EXECUTED THROUGH SPECIALIZED AGENCY:
1. Water proofing works
2. Plumbing works
3. Aluminium doors and windows, aluminium/Gypsum board partition
4. Stainless steel railing
5. Interior works of false ceiling.
6. Alco panelling and structural glazing.
7. Polycarbonate sheet roofing
8. Frameless 12mm thick toughened glass door.
48

PART-B
SPECIAL CONDITIONS
AND
PARTICULARSPECIFICATION
49

SECTION 1
1.0 SPECIAL CONDITIONS
GENERAL
1.1 The Contractors are advised to inspect and examine the site and its surroundings and satisfy
themselves with the nature of site, the means of access to the site, the constraints of space for stacking
material / machinery, labour etc. constraints put by local regulations, if any, weather conditions at site,
general ground / subsoil conditions etc. or any other circumstances which may affect or influence their
tenders. The site is available for work.. The contractor shall carry out survey of the work area, at his own
cost, setting out the layout and fixing of alignment of the building as per architectural and Structural
drawings in consultation with the Engineer-in-Charge and proceed further ensuring full structural continuity
and integrated and monolithic construction. Any discrepancy between the architectural drawings and
actual layout at site shall be brought to the notice of the Engineer-in-charge.
1.2 The Contractor shall, if required by him, before submission of the tender, inspect the drawings in
the Office of the Executive Engineer, Chennai Central Division-III, CPWD, Chennai-600 078. The
Department shall not bear any responsibility for the lack of knowledge and also the consequences, thereof
to the Contractor. The information and data shown in the drawings and mentioned in the tender
documents have been furnished, in good faith, for general information and guidance only. The Engineer-
in-Charge, in no case, shall be held responsible for the accuracy thereof and/or interpretations or
conclusions drawn there from by the Contractor and all consequences shall be borne by the Contractor.
No claim, whatsoever, shall be entertained from the Contractor, if the data or information furnished in
tender document is different or in-correct otherwise or actual working drawings are at variance with the
drawings available for inspection or attached to the tender documents. It is presumed that the Contractor
shall satisfy himself for all possible contingencies, incidental charges, wastages, bottlenecks etc. likely
during execution of work and acts of coordination, which may be required between different agencies.
Nothing extra shall be payable on this account.
1.3 The nomenclature of the item given in the schedule of quantities gives in general the work content
but is not exhaustive i.e. does not mention all the incidental works required to be carried out for complete
execution of the item of work. The work shall be carried out, all in accordance with true intent and
meaning of the specifications and the drawings taken together, regardless of whether the same may or
may not be particularly shown on the drawings and/or described in the specifications, provided that the
same can be reasonably inferred there from may be several incidental works, which are not mentioned in
the nomenclature of each item but will be necessary to complete the item in all respect. All these
incidental works / costs which are not mentioned in item nomenclature but are necessary to complete the
item shall be deemed to have been included in the rates quoted by the contractor for various items in the
schedule of quantities. No adjustment of rates shall be made for any variation in quantum of incidental
works due to variation / change in actual working drawings. Also, no adjustment of rates shall be made
due to any change in incidental works or any other deviation in such element of work (which is incidental
to the items of work and are necessary to complete such items in all respects) on account of the directions
of Engineer-in-Charge. Nothing extra shall be payable on this account.
1.4 The contractor(s) shall give to the local body, police and other authorities all necessary notices
etc. that may be required by law and obtain all requisite licenses for temporary obstructions, enclosures
etc. and pay all fee, taxes and charges which may be leviable on account of these operations in executing
the contract. He shall make good any damage to the adjoining property whether public or private and shall
supply and maintain lights either for illumination or for cautioning the public at night.

Proper temporary barricading by fencing with G.I. sheets, shall be carried out by the Contractor at the start
of phased works and al-round water body created as per direction of Engineer-in-charge work to
physically define the boundaries of the plot for restricted entry to only those involved in the work and also
50

to prevent any accidents, at the same time without causing any inconvenience to the traffic and the users
of the handed over buildings in the adjacent plots. It shall be done by providing, erecting, maintaining
temporary protective barricading of minimum 3.0 metres in height, made in panels, with each panel having
MS frames / MS scaffolding pipes of suitable size and stiffness, with 24 gauge thick GI corrugated sheet
or suitably stiffened plain GI sheet fixed on frames. Such panels shall be suitably connected to each other
for stability with nuts and bolts, hooks, clamps etc. and fixed firmly to the ground at about 2 metres
spacing, for the entire duration till completion of the work. He shall also provide and erect temporary
protective barricades within the plot, if required, to prevent any accident. Temporary protective roofing
near the Entrance to the building, under construction, shall be made to protect the visiting officials from
getting hurt by falling debris etc. Also, one or more coat of enamel paint of shade as approved and
directed by the Engineer-in-Charge shall be applied on the panels and “CPWD” shall be painted over that
in suitable sizes, shapes and numbers as directed by the Engineer-in-Charge. It shall be dismantled and
taken away by the Contractor after the completion of work at his own cost with the approval of the
Engineer-in- Charge. Nothing extra shall be payable on this account.
1.5 The Contractor(s) shall take all precautions to avoid accidents by exhibiting necessary caution
boards day and night. In case of any accident of labours / contractual staffs the entire responsibility will
rest on the part of the contractor and any compensation under such circumstances, if becomes payable,
shall be entirely borne by the contractor.
1.6 The work shall generally be carried out in accordance with the “CPWD Specifications 2009 Vol. I
& II” with up to date correction slips, additional/Particular Specifications, Architectural /Structural drawings
and as per instructions of Engineer-in-Charge. Any additional item of the work, if taken up subsequently,
shall also confirm to the relevant CPWD specifications as mentioned above. Working (both Architect and
structural) drawings will be released progressively to the contractor commensurate to the construction
schedule approved by Engineer-in-Charge.
1.7 The several documents forming the tender are to be taken as mutually complementary to one
another. Detailed drawings shall be followed in preference to small scale drawings and figured dimensions
in preference to scale dimensions.
In case of any difference or discrepancy between the description of items as given in the schedule of
quantities, particular specifications for individual items of work (including special conditions) and I.S.
Codes etc., the following order of preference shall be observed.
(i) Description of items as given in Schedule of Quantities
(ii) Particular specifications
(iii) Special conditions
(iv) Additional Condition
(v) Tender drawings attached
(vi) CPWD Specifications including correction slips issued up to the last date of uploading/submission
of tender.
(vii) General Conditions of Contract for CPWD works 2014 modified & Corrected up-to last date of
submission of Tenders.
(viii) Indian Standards Specifications of B.I.S.

(ix) ASTM, BS, or other foreign origin codes mentioned in tender document.
(x) Manufacturer’s specifications and as decided by the Engineer-in-Charge.
(xi) Sound Engineering practices or well established local construction practices.
51

1.8 The works to be governed by this contract shall cover delivery and transportation up to
destination, safe custody at site, insurance, erection, testing and commissioning of the entire works.
The works to be undertaken by the contractor shall inter-alia include the following:
Preparation of detailed SHOP drawings and AS BUILT drawings wherever applicable.
Obtaining of Statutory permissions where-ever applicable and required.
Pre-commissioning tests as per relevant standard specifications, code of practice, Acts and Rules
wherever required.
1.9 Warranty obligation for the equipments and / or fittings/fixtures supplied by the contractor.
Contractor shall provide all the shop drawings or layout drawings for all the co-ordinated services before
starting any work or placing any order of any of the services etc. These shop drawings/layout drawings
shall be got approved from Engineer-in-charge before implementation and this shall be binding on the
contractor. The contractor shall submit material submittals along with material sample for approval of
Engineer-in-Charge prior to delivery of material at site.
1.10 The work shall be carried out in accordance with the approved architectural drawings, structural
drawings, service drawings to be issued from time to time, by the Engineer-in-Charge. Before
commencement of any item of work the contractor shall correlate all the relevant architectural and
structural drawings, nomenclature of items and specifications etc. issued for the work and satisfy himself
that the information available from there is complete and unambiguous. The figure and written dimension
of the drawings shall be superseding the measurement by scale. The discrepancy, if any, shall be brought
to the notice of the Engineer-in- charge before execution of the work. The contractor alone shall be
responsible for any loss or damage occurring by the commencement of work on the basis of any
erroneous and or incomplete information and no claim whatsoever shall be entertained by the department
on this account.
The delay caused on account of non-timely action by the contractor in resolution of the
differences whatsoever shall not be considered as valid ground for extension of time unless otherwise
accepted by the Engineer-in-Charge.
1.11 Unless otherwise provided in the Schedule of Quantities vide Part- D (Civil and Electrical
Component) Page No.222 to 310, the rates tendered by the contractor shall be all inclusive and shall
apply to all heights, lifts, leads and depths of the building and nothing extra shall be payable to him on this
account. Payment for centering, shuttering, however, if required to be done for floor heights greater than
3.5m shall be admissible at rates arrived in accordance with Clause 12 of the agreement if not already
specified.
1.12 The Contractor(s) shall take instructions from the Engineer-in-Charge regarding collection and
stacking of materials at any place. No excavated earth or building rubbish shall be stacked on areas
where other buildings, roads, services and compound walls are to be constructed. The stacking shall take
place as per stacking plan. However, if any change is required, the same shall be done with the approval
of Engineer-in-Charge.
1.13 The Contractor shall bear all incidental charges for cartage, storage and safe custody of
materials, if any, issued by department as well as to those materials also arranged by the contractor.

Wherever the BOQ item stipulates design, the contractor shall have to supply designs and shop drawings
which shall have to be vetted by CPWD or any other Institute of repute as approved by Engineer-in-
Charge, and all costs towards the same, including charges for vetting shall be deemed to have been
included in the quoted rates.
52

1.14 Any cement slurry added over base surface (or) for continuation of concreting for better bond is
deemed to have been built in the items and nothing extra shall be payable or extra cement considered in
consumption on this account.
1.15 The contractor shall give performance test of the entire installation(s) as per the specifications in
the presence of the Engineer-in-charge or his authorized representative before the work is finally accepted
and nothing extra what-so-ever shall be payable to the contractor for such test.
1.16 Water tanks, taps, water supply & drainage pipes, fittings & accessories should conform to bye-
laws of local body/corporation, where CPWD specifications are not available. The Contractor should
engage approved, licensed plumbers for the work and get the materials (fixtures/fittings) tested, by the
municipal Body/ Corporation authorities wherever required at his own cost. The Contractor shall submit for
the approval of the Engineer-in-Charge, the name of the plumbing agency (along with their working
experience in recent past) proposed to be engaged by him.
1.17 The contractor shall make his own arrangements for water and for obtaining electric connections
if required and make necessary payments directly to the State Govt. departments concerned. Contractor
shall get the water tested from laboratory approved by the Engineer-in-charge at regular interval as per
the CPWD Specifications 2009. All expenses towards collection of samples, packing, transportation etc.
shall be borne by the contractor.
Work shall normally be done in a single shift/day. However if the work is required to be executed in
more than one shift in a day for meeting the time lines, the Contractor with prior approval of the Engineer-
in-charge, shall have to make necessary arrangements for the same and all costs towards the same shall
be deemed to have been included in the quoted rates.
1.18 PREVENTION OF NUISANCE AND POLUTION CONTROL
The contractor shall take all necessary precautions to prevent any nuisance or inconvenience to the
owners, tenants or occupiers of adjacent properties and to the public in general and to prevent any
damage to such properties from pollutants like smoke, dust, noise. The contractor shall use such
methodology and equipment so as to cause minimum environmental pollution of any kind during
construction and minimum hindrance to road users and to occupants of the adjacent properties or other
services running adjacent/near vicinity. The contractor shall make good at his cost and to the satisfaction
of the Engineer-in-Charge, any damage to roads, paths, cross drainage works or public or private property
whatsoever caused due to the execution of the work or by traffic brought thereon by the contractor. All
waste or superfluous materials shall be carried away by the contractor, without any reservation, entirely to
the satisfaction of the Engineer-in-Charge.
1.19 Utmost care shall be taken to keep the noise level to the barest minimum so that no disturbance
as far as possible is caused to the nearby occupants/users of building(s), if any.

1.20 SECURITY AND TRAFFIC ARRANGEMENTS


In the event of any restrictions being imposed by the Security agency of Client Department / CPWD/
Chennai Traffic or any other authority having jurisdiction in the area on the working or movement of labour
/material, the contractor shall strictly follow such restrictions and nothing extra shall be payable to the
contractor on such accounts. The loss of time on these accounts, if any, shall have to be made up by
augmenting additional resources whatever required.
1.21 The contractor is required to make his own arrangements to provide huts for labourers as is
acceptable to local bodies and nothing extra shall be paid on this account. He shall make his own
arrangements for stores, field office etc. Before tendering, he shall visit the site and assess the manner in
which he is able to arrange the above facilities. The Engineer-in-Charge shall in no way be responsible
for any delay on this account and no claim, whatsoever, on this account shall be entertained.
53

1.22 No payment shall be made for any damage caused by rain, snowfall, flood or any other natural
calamity, whatsoever during the execution of the work. The contractor shall be fully responsible for any
damage to the govt. property and the work for which payment has been advanced to him under the
contract and he shall make good the same at his risk and cost. The contractor shall be fully responsible
for safety and security of his material, T&P/ Machinery brought to the site by him.
1.23 The contractor shall construct suitable godowns, yard at the site of work for storing all other
materials so as to be safe against damage by sun, rain, damages, fire, theft etc. at his own cost and also
employ necessary watch and ward establishment for the purpose at his cost.
1.24 All materials obtained from contractor shall be got checked by the representative of Engineer-in-
Charge on receipt of the same at site before use.
1.25 Royalty at the prevalent rates shall have to be paid by the contractor on all the boulders, metals,
shingle sand and bajri etc. collected by him for the execution of the work, direct to the Revenue authority
or authorized agent of the State Government concerned or Central Government.
1.26 The contractor shall be responsible for the watch and ward/guard of the buildings, safety of all
fittings and fixtures including all equipments, services provided by him against pilferage and breakage
during the period of Installations and thereafter till the building is physically handed over to the Client
Department. No extra payment shall be made on this account and no claim shall be admissible on this
account.
1.27 The Contractor shall keep himself fully informed of all acts and laws of the Central & State
Governments, all orders, decrees of statutory bodies, tribunals having any jurisdiction or authority, which
in any manner may affect those engaged or employed and anything related to carrying out the work. All
the rules & regulations and bye-laws laid down by Collector / TN State Govt. and any other statutory
bodies shall be adhered to, by the contractor, during the execution of work. The Contractor shall also
adhere to all traffic restrictions notified by the local authorities. The extra sewerage charges (one time
charges for commencement of work) required to be paid to the Municipal Corporation/ other statutory
bodies shall be paid by the department and need not be considered by the contractor. All statutory taxes,
levies, charges (including water and sewerage charges, charges for temporary service connections and /
or any other charges) payable to such authorities for carrying out the work, shall be borne by the
Contractor. The water charges (for municipal water connection as well as tanker water) shall be borne by
the contractor. Also, if the contractor obtains water connection for the drinking purposes from the
municipal authorities or any other statutory body, the consequent sewerage charges shall be borne by the
contractor. The clause 31A of the General conditions of contract for CPWD works is not applicable to the
tender. The Contractor shall arrange to give all notices as required by any statutory / regulatory authority
and shall pay to such authority all the fees that is required to be paid for the execution of work. He shall
protect and indemnify the Department and its officials & employees against any claim and /or liability
arising out of violations of any such laws, ordinances, orders, decrees, by himself or by his employees or
his authorized representatives. Nothing extra shall be payable on these accounts. The fee payable to
statutory authorities for obtaining the various permanent service connections and Occupancy Certificate
for the building shall be borne by the Department.

1.28 For works below ground level the contractor shall keep that area free from water. If dewatering or
bailing out of water is required the contractor shall do the same at his own cost and nothing extra shall be
paid except otherwise provided in the items of Schedule of Quantities.
1.29 The Contractor shall make all necessary arrangements for protecting from rains, fog or likewise
extreme weather conditions, the work already executed and for carrying out further work, during monsoon
including providing and fixing temporary shelters, protections etc. Nothing extra shall be payable on this
account and also no claims for hindrance shall be entertained on this account.
54

1.30 In case of flooding of site on account of rain or any other cause and any consequent damage,
whatsoever, no claim financially or otherwise shall be entertained notwithstanding any other provisions
elsewhere in the contract agreement. Also, the Contractor shall make good, at his own cost, the damages
caused, if any. Further, no claims for hindrance shall be entertained on this account.
1.31 The contractor will take reasonable precautions to prevent his workman and employees from
removing and damaging any flora (plant/vegetation) from the project area.
1.32 SETTING OUT
(i) The Contractor shall carry out survey of the work area, at his own cost, setting out the layout of
building in consultation with the Engineer –in-Charge & proceed further. Any discrepancy between
architectural drawings and actual layout at site shall be brought to the notice of the Engineer –in-
charge. It shall be responsibility of the Contractor to ensure correct setting out of alignment. Total station
survey instruments only shall be used for layout, fixing boundaries, and centre lines, etc., Nothing extra
shall be payable on this account.
(ii) The Contractor shall establish, maintain and assume responsibility for grades, lines, levels and
benchmarks. He shall report any errors or inconsistencies regarding grades, lines, levels, dimensions etc.
to the Engineer –in-Charge before commencing work. Commencement of work shall be regarded as
the Contractor’s acceptance of such grades, lines, levels, and dimensions and no claim shall be
entertained at a later date for any errors found.
(iii) If at any time, any error appears due to grades, lines, levels and benchmarks during the progress
of the work, the Contractor shall, at his own expense rectify such error, if so required, to the satisfaction of
the Engineer –in-Charge. Nothing extra shall be payable on this account.
(iv) Though the site levels are indicated in the drawings the Contractor shall ascertain and confirm the
site levels with respect to benchmark from the concerned authorities. The Contractor shall protect and
maintain temporary/ permanent benchmarks at the site of work throughout the execution of work. These
benchmarks shall be got checked by the Engineer-in-Charge or his authorized representatives. The work
at different stages shall be checked with reference to bench marks maintained for the said
purpose. Nothing extra shall be payable on this account.
(v) The approval by the Engineer-in-Charge, of the setting out by the Contractor, shall not relieve the
Contractor of any of his responsibilities and obligation to rectify the errors/ defects, if any, which may be
found at any stage during the progress of the work or after the completion of the work.
(vi) The Contractor shall be entirely and exclusively responsible for the horizontal, vertical and other
alignments, the level and correctness of every part of the work and shall rectify effectively any errors or
imperfections therein. Such rectifications shall be carried out by the Contractor at his own cost to the
entire satisfaction of the Engineer-in-Charge.
(vii) The rates quoted by the Contractor are deemed to be inclusive of site clearance, setting
out work (including marking of reference points, center lines of buildings),construction and maintenance of
reference bench mark(s), taking spot levels, construction of all safety and protection devices, barriers,
barricading, signage, labour safety, labour welfare and labour training measures, preparatory works,
working during monsoon, working at all depths, height and location etc. and any other incidental works
required to complete this work. Nothing extra shall be payable on this account.
1.33 The rate of items of flooring is inclusive of providing sunken flooring in bathrooms, kitchen etc.
and nothing extra on this account is admissible.
1.34 A site laboratory with the minimum equipments as specified in CPWD specifications/in this
agreement shall be established, made functional and maintained within one month from the award of work
as per Table-I at page No.42 without any extra cost to the department. In case of non compliance / delay
55

in compliance in this, a recovery @ Rs. 1000/- per day will be imposed which will be recovered from
the immediate next R/A Bill of the Contractor.
The agency should make temporary arrangement for sewage disposal, water supply and electricity for
completed building to make them to functional in case permanent arrangements are not ready.
1.35 INTEGRATED SERVICE DRAWINGS
Before taking up the work, the contractor shall be provided with integrated drawings for various
civil and electrical services showing details of lay out plan including sectional elevations and contractor
shall plan and mobilize his resources as per the Integrated drawings and as per the site conditions to
facilitate convenient execution, installation as well as maintenance of these services. Nothing extra shall
be payable on this account.
1.36 TOOLS AND PLANTS
The Tenderder should have own constructions equipment required for the proper and timely execution of
the work. Nothing extra shall be paid on this account.
No tools and plants including any special T&P etc. shall be supplied by the Department and the Contractor
shall have to make his own arrangements at his own cost. No claim of hindrance (or any other claim)
shall be entertained on this account.
1.37 SCAFFOLDING
Wherever required for the execution of work, all the scaffolding shall be provided and suitably fixed, by the
Contractor. It shall be provided strictly with steel double scaffolding system, suitably braced for stability,
with all the accessories, gangways, etc. with adjustable suitable working platforms to access the areas
with ease for working and inspection. Single scaffolding system is strictly prohibited and shall invite
necessary action. It shall be designed to take all incidental loads. It should cater to the safety features for
workmen. Nothing extra shall be payable on this account. It shall be ensured that no damage is caused
to any structure due to the scaffolding.
1.38 The Contractor shall do proper sequencing of the various activities by suitably staggering the
activities within various pockets in the plot so as to achieve early completion. The agency to deploy
adequate equipment, machinery and labour as required for the completion of the entire work within the
stipulated period specified. Also ancillary facilities shall be provided by contractor commensurate with
requirement to complete the entire work within the stipulated period. Nothing extra shall be payable on
this account. Adequate number/sets of equipment in working condition, along with adequate stand-by
arrangements, shall be deployed during entire construction period. It shall be ensured by the Contractor
that all the equipment, Tools & Plants, machineries etc. provided by him are maintained in proper working
conditions at all times during the progress of the work and till the completion of the work.
Further, all the constructional tools, plants, equipment and machineries provided by the Contractor, on site
of work or his workshop for this work, shall be exclusively Intended for use in the construction of this work
and they shall not be shifted/ removed from site without the permission of the Engineer-in-Charge. Slab
cycle requirements: The contractor shall plan and design concrete strength at various stages of work
commensurate to the slab cycle requirement through submitted shuttering plan/design, which shall be the
sole responsibility of the contractor and this shall not absolve him of his responsibility despite approvals
accorded by Engineer-in-charge. The quoted rate shall be deemed to include the cost of the above.
1.39 The Contractor shall maintain all the work in good condition till the completion of entire work. The
Contractor shall be responsible for and shall make good, all damages and repairs, rendered necessary
due to fire, rain, traffic, floods or any other causes. The Engineer-in-Charge shall not be responsible for
any claims for injuries to person/workmen or for structural damage to property happening from any
neglect, default, want of proper care or misconduct on the part of the Contractor or of any other of his
representatives, in his employment during the execution of the work. The compensation, if any, shall be
paid directly to the Department / authority / persons concerned, by the Contractor at his own cost.
56

1.40 ROYALTY
Royalty at the prevalent rates shall be paid by the Contractor or the RMC supplier as per the terms of
supply between them, on all materials such as boulders, metals, all sizes stone aggregates, brick
aggregates, coarse and fine sand, moorum, river sand, gravels and bajri etc. collected by him for the
execution of the work, directly to the revenue authority of the state government concerned. Further,
contractor needs to submit proof of submission of full royalty to the state government or local authority.
Nothing extra shall be payable on this account.
1. 41 PRESERVATION AND CONSERVATION MEASURES.
(i) Existing drains, pipes, cables, over-head wires, sewer lines, water lines and similar services, if
any, encountered in the course of the execution of work shall be protected against the damage by the
contractor at his own expense. In case the same are to be removed and diverted, expenditure incurred in
doing so shall be payable to the contractor. The contractor shall work out the cost, get the same approved
by Engineer-in-Charge before taking up actual execution. The contractor shall not store materials or
otherwise occupy any part of the site in a manner likely to hinder the operation of such services.
(ii) All fossils, coins, articles of value of antiquity, structures and other remains or things of geological
or archaeological interest discovered on project location during excavation/construction shall be the
property of the Government, and shall be dealt with as per provisions of the relevant legislation. The
contractor will take reasonable precaution to prevent his work men or any other persons from removing
and damaging any such article or thing. He will, immediately upon discovery thereof and before removal
acquaint the Engineer-in-charge of such discovery and carry out the official instructions of Engineer-in-
charge for dealing with the same, till then all work shall be carried out in a way so as not to
disturb/damage such article or thing.
1.42 RESPONSIBILITY
(i) He shall protect and indemnify the CPWD and its officials & employees against any claim and /or
liability arising out of violations of any such laws, ordinances, orders, decrees, by himself or by his
employees or his authorized representatives. Nothing extra shall be payable on these accounts.
(ii) The fee payable to statutory authorities for obtaining the various permanent service connections
and Building Use Certificate for the building shall be borne by the CPWD.
(iii) The Contractor shall assume all liability, financial or otherwise in connection with this contract and
shall protect and indemnify the CPWD from any and all damages and claims that may arise on
any account. The Contractor shall indemnify the Department CPWD against all claims in respect

of patent rights, royalties, design, trademarks- of name or other protected rights, damages to adjacent
buildings, roads or members of public, in course of execution of work or any other reasons whatsoever,
and shall himself defend all actions arising from such claims and shall indemnify the Department in all
respect from such actions, costs and expenses. Nothing extra shall be payable on this account.
1.43 CO-OPERATION WITH OTHER CONTRACTORS/SPECIALIZED AGENCIES/ SUB-
CONTRACTORS
(i) The Contractor shall take all precautions to adhere by the environmental related restrictions
imposed by any statutory body having jurisdiction in on work site as well as prevent any pollution of
streams, ravines, river bed and waterways. All waste or superfluous materials shall be transported by the
Contractor, entirely to the satisfaction of the Engineer- in-Charge and disposed at designated places only.
Utmost care shall be taken to keep the noise level to the barest minimum so that no disturbance as far as
possible is caused to the occupants / users of adjoining buildings. No claims what so ever on account of
site constraints mentioned above or any other site constraints, lack of public transport, inadequate
availability of skilled, semi-skilled or unskilled workers in the near vicinity, non-availability of construction
57

machinery spare parts and any other constraints not specifically stated here, shall be entertained from the
Contractor. Therefore, the tenderers are advised to visit site and get first-hand information of site
constraints. Accordingly, they should quote their tenders. Nothing extra shall be payable on this account.
(ii) The Contractor shall cooperate with and provide the facilities to the sub-Contractors and other
agencies working at site for smooth execution of the work. The contractor shall indemnify the
CPWD against any claim(s) arising out of any disputes. The Contractor shall:
(a) Allow use of scaffolding, toilets, sheds etc.
(b) Properly co-ordinate their work with the work of other Contractors.
(c) Provide control lines and benchmarks to his Sub-Contractors and the other Contractors.
(d) Provide electricity and water at mutually agreed rates.
(e) Provide hoist and crane facilities for lifting material at mutually agreed rates.
(f) Co-ordinate with other Contractors for leaving inserts, making chases, alignment of services etc.
at site.
(g) Adjust work schedule and site activities in consultation with the Engineer-in- Charge and
other Contractors to suit the overall scheduled completion.
Resolve the disputes with other Contractors/ sub-contractors amicably and the Engineer-in-Charge shall
not be made intermediary or arbitrator.
(iii) The work should be planned in a systematic manner so as to ensure proper co-ordination of
various disciplines viz. & water supply, drainage, rain water harvesting, electrical, fire fighting, information
technology, communication & electronics and any other services.
(iv) Other Associated agencies will also simultaneously execute and install the works of sub-
station / generating sets, air-conditioning, lifts, etc. for the work and the contractor shall afford
necessary facilities for the same. The contractor shall leave such recesses, holes, openings trenches etc.
as may be required for such related works (for which inserts, sleeves, brackets, conduits, base
plates, clamps etc. shall be supplied free of cost by the department unless otherwise specifically
mentioned) and the contractor shall fix the same at time of casting of concrete, stone work and brick work,
if required, and nothing extra shall be payable on this account.

(v) The contractor shall conduct his work, so as not to interfere with or hinder the progress or
completion of the work being performed by other contractor(s) or by the Engineer-In-Charge and shall as
far as possible arrange his work and shall place and dispose off the materials being used or removed so
as not to interfere with the operations of other contractor or he shall arrange his work with that of the
others in an acceptable and in a proper coordinated manner and shall perform it in proper sequence to the
complete satisfaction of others.
1.44 SUPERVISION OF WORK
The Contractor shall depute Site Engineer & skilled workers as required for the work. He shall submit
organization chart along with details of Engineers and supervisory staff. It shall be ensured that all
decision making powers shall be available to the representatives of the Contractor at Chennai itself to
avoid any likely delays on this account. The Contractor shall also furnish list of persons for specialized
works to be executed for various items of work. The Contractor shall identify and deploy key persons
having qualifications and experience in the similar and other major works, as per the field of their
expertise. If during the course of execution of work, the Engineer-in-Charge is of the opinion that the
deployed staff is not sufficient or not well experienced; the Contractor shall deploy more staff or better-
experienced staff at site to complete the work with quality and in stipulated time limit.
58

1. 45 SPECIALIZED AGENCIES
(i) The composite tender comprises of two main components: viz. civil work and E & M works. The list of
specialized items for civil & E&M works which are to be got executed through specialized agencies are as
below:
Water proofing works.
Plumbing works.
Aluminium doors and windows, Aluminium partition.
Stainless steel railing.
Granite cladding (Both wet & dry stone cladding).
Fire fighting with wet riser and sprinkler system/ Fire-fighting/ Fire Alarm System.
Lifts.
The specialized agency should have successfully completed at least one work of similar nature.
The contractor shall submit the following details of the specialized agency before execution of work for
approval of the Engineer-in-Charge
List of similar works carried out by the agency during the last five years along with the name of work,
name and address of clients, year of execution, value of work done and brief specification of the work.
The credentials for such completed works shall be obtained from the Project Manager/Executive Engineer
concerned along with contact address.
The main contractor shall submit the credential of specialized agency well in advance as per the direction
of Engineer-in-charge. After verification of the same, written approval will be conveyed to main contractor
in this regard. The quantum of credentials will be broadly in line with CPWD guidelines. The main
Contractor shall not change the specialized agency. However, if the change is warranted, he may do so,
with permission of Engineer-in-charge. However before making any such change he has to enter into
similar agreement as with previous agency & submit the same to Engineer-in-Charge for approval. This
shall however be without any change in the accepted rates of the contract agreement and without any
cost implications to the Department.

(ii) It shall be the responsibility of main contractor to sort out any dispute / litigation with the Specialized
Agencies without any time & cost overrun to the Department. The main contractor shall be solely
responsible for settling any dispute / litigation arising out of his agreement with the Specialized Agencies.
The contractor shall ensure that the work shall not suffer on account of litigation/ dispute between him and
the specialized agencies / sub- contractor(s). No claim of hindrance in the work shall be entertained from
the Contractor on this account. No extension of time shall be granted and no claim what so ever, of any
kind, shall be entertained from the Contractor on account of delay attributable to the selection/ rejection of
the Specialized Agencies or any dispute amongst them.
1. 46 RATES
(i)The rates quoted by the Contractor are deemed to be inclusive of site clearance, setting out work,
profile, setting lay out on ground, establishment of reference bench mark(s), installing various signage,
taking spot levels, survey with total station, construction of all safety and protection devices, compulsory
use of helmet and safety shoes, and other appropriate safety gadgets by workers, imparting continuous
training for all the workers, barriers, preparatory works, construction of clean, hygienic and well ventilated
workers housings in sufficient numbers as per drawing supplied by Engineer in charge, working during
monsoon or odd season, working beyond normal hours, working at all depths, height, lead, lift, levels and
location, implementation of green building norms to achieve desired GRIHA LD (3 Star) Rating etc.
59

and any other unforeseen but essential incidental works required to complete this work. Nothing extra
shall be payable on this account and no extension of time for completion of work shall be granted on these
accounts.
(ii) The rates quoted by the tenderer, shall be firm and inclusive of all taxes and levies
(including works contract tax and construction labour welfare cess but excluding service tax).No foreign
exchange shall be made available by the Department for importing (purchase) of equipment, plants,
machinery, materials of any kind or any other items required to be carried out during execution of the
work. No delay and no claim of any kind shall be entertained from the Contractor, on account of variation
in the foreign exchange rate.
(i) Ancillary and incidental facilities required for execution of work like labour camp, stores,
fabrication yard, offices for Contractor, watch and ward, temporary ramp required to be made for working
at the basement level, temporary structure for plants and machineries, water storage tanks, installation
and consumption charges of temporary electricity, telephone, water etc. required for execution of the
work, liaison and pursuing for obtaining various No Objection Certificates, completion certificates from
local bodies etc., protection works, testing facilities / laboratory at site of work, facilities for all field tests
and for taking samples etc. during execution or any other activity which is necessary (for execution of
work and as directed by Engineer-in-Charge), shall be deemed to be included in rates quoted by the
Contractor, for various items in the schedule of quantities. Nothing extra shall be payable on these
accounts. Before start of the work, the Contractor shall submit to the Engineer-in-Charge, a site /
construction yard layout, specifying areas for construction, site office, positioning of machinery, material
yard, cement and other storage, steel fabrication yard, site laboratory, water tank, etc.
(iv) For completing the work in time, the Contractor might be required to work in two or more shifts
(including night shifts). No claim whatsoever shall be entertained on this account, not with-standing the
fact that the Contractor may have to pay extra amounts for any reason, to the labourers and other staff
engaged directly or indirectly on the work according to the provisions of the labour and other statutory
bodies regulations and the agreement entered upon by the Contractor with them. All material shall only be
brought at site as per program finalized with the Engineer-in- Charge. Any pre-delivery of the material not
required for immediate consumption shall not be accepted and thus not paid for.
1. 47 SAFETY MEASURES
(i) WARNING/ CAUTION BOARDS: All temporary warning / caution boards / glow signage display such
as “Construction Work in Progress”, “Keep Away”, “No Parking”, Diversions & protective Barricades etc.
shall be provided and displayed during day time by the Contractor, wherever required and as
directed by the Engineer-in-Charge. These glow signage and red lights shall be suitably illuminated
during night also. The Contractor shall be solely responsible for damage and accident caused, if any, due
to negligence on his part. Also he shall ensure that no hindrance, as far as possible, is caused to general
traffic during execution of the work. This signage shall be dismantled & taken away by the Contractor after
the completion of work, only after approval of the Engineer – in – Charge. Nothing extra shall be payable
on this account.
(ii) SIGN BOARDS: The Contractor shall provide and erect a display board of size and shape as required
and paint over it, in a legible and workman like manner, the details about the salient features of the
project, as required by the Engineer-in-Charge. The Contractor shall fabricate and put up a sign board in
an approved location and to an approved design indicating name of the project, Client/Owner, Engineer-
in-charges, Structural Consultants, Department etc. besides providing space for names of other
Contractors, Sub-Contractors and specialized agencies within 15 days from issue of award letter. Nothing
extra shall be payable on this account. In case of non compliance/delay in compliance in this, a penalty
@ Rs. 500/- per day will be imposed which will be recovered from the immediate next R/A Bill of
the Contractor.
60

Necessary protective and safety equipments such as helmet, safety shoes, gloves etc shall be
provided to the Site Engineers, Supervisory staffs, labours, technical staffs of the contractor
and also to the Departmental officials supervising / inspecting the works by the Contractor at his
own cost and to be used at site. Nothing extra will be paid on this Account.
Nylon net (50x50mm aperture and 4mm dia) at site shall be fixed to hooks etc., along periphery of
building at various levels required and as directed by Engineer-in-charge for safety of the work
staffs for which nothing extra will be paid on this Account.
No inflammable materials including P.O.L shall be allowed to be stored in huge quantity at site. Only
limited quantity of P.O.L may be allowed to be stored at site subject to the compliance of all rules /
instructions issued by the relevant authorities and as per the direction of Engineer –in- Charge in this
regard. Also all precautions and safety measures shall be taken by the Contractor for safe handling of the
P.O.L products stored at site. All consequences on account of unsafe handling of P.O.L shall be borne by
the Contractor.
1. 48 QUALITY ASSURANCE
The proposed work is a prestigious campus development project and quality of work is of
paramount importance. Contractor shall have to engage well-experienced skilled labour and deploy
modern T&P and other equipment to execute the work. Many items like specialized flooring work, silicon
sealant and backer rod fixing in expansion joints, factory made door- window shutters, proper slope
maintaining in toilet units, - water supply installation, water proofing treatment, will specially require
engagement of skilled workers having experience particularly in execution of such items.
The contractor shall ensure quality construction in a planned and time bound manner. Any sub-
standard material / work beyond set out tolerance limit shall be summarily rejected by the Engineer-in-
charge & contractor shall be bound to replace / remove such sub-standard / defective work immediately. If
any material, even though approved by Engineer-In-Charge is found defective or not conforming to
specifications shall be replaced / removed by the contractor at his own risk & cost.

In addition to the supervision of work, CPWD Engineers shall also be carrying out regular and periodic
inspection of the ongoing activities in the work and deficiencies, shortcomings, inferior workmanship
pointed out by them shall be communicated by CPWD engineers to the contractor. Upon receipt of
instructions from Engineer-in-Charge these are also to be made good by necessary improvement,
rectification, replacement up to his complete satisfaction. Special attention shall be paid towards line and
level of internal and external plastering, exposed smooth surface of RCC members by providing fresh
shuttering plates, rubberized linings to all the shuttering joints, accurate joinery work in wooden doors and
windows, thinnest joints in stone/ tiling / cladding work, non-hollowness in floor and dado tiles work,
protection of scratches over flooring by impounding layer of plaster of Paris, water tight pipe linings,
absence of hollow vertical joints in brick masonry, proper compaction of filled up earth etc. to achieve an
Institution of International Standards and up keeping of quality assurance shall be of paramount
importance, as such the Contractor shall submit, within 15 days after the date of award of work, a detailed
and complete method statement for the execution, testing and Quality Assurance, of such items of works,
as directed by the Engineer-in-Charge. All the materials to be used in the work, to make the finished work
complete in all respects, shall comply with the requirements of the specifications and shall pass all the
tests required as per specifications as applicable or such specifications / standards as directed by the
Engineer-in- Charge. However, keeping the Quality Assurance in mind, the Contractor shall submit, on
request from the Engineer-in-Charge, his own Quality Assurance procedures for basic materials and such
items, to be followed during the execution of the work, for approval of the Engineer-in-Charge.
All materials and fittings brought by the contractor to the site for use shall conform to the samples
approved by the Engineer-in-charge which shall be preserved till the completion of the work. If a particular
brand of material is specified in the item of work in Schedule of Quantity, the same shall be used after
61

getting the same approved from Engineer-In-Charge. Wherever brand / quality of material is not specified
in the item of work, the contractor shall submit the samples as per suggested list of brand names given in
the tender document / particular specifications for approval of Engineer-In-Charge. For all other items,
materials and fittings of ISI Marked shall be used with the approval of Engineer-In-Charge. Wherever ISI
Marked material / fittings are not available, the contractor shall submit samples of materials / fittings
manufactured by firms of repute conforming to relevant specifications or IS codes and use the same only
after getting the approval of Engineer-In-Charge.
The Contractor shall procure and provide all the materials from the manufacturers / suppliers as
per the list attached with the tender documents, as per the item description and particular specifications
for the work. The equivalent brand for any item shall be permitted to be used in the work, only when the
specified make is not available. This is, however, subject to documentary evidence produced by the
contactor for non-availability of the brand specified and also subject to independent verification by the
Engineer-in-Charge. In exceptional cases, where such approval is required, the decision of Engineer-in-
Charge as regards equivalent make of the material shall be final and binding on the Contractor. No claim,
whatsoever, of any kind shall be entertained from the Contractor on this account. Nothing extra shall be
payable on this account. Also, the material shall be procured only after written approval of the Engineer-
in-Charge. All materials whether obtained from Govt. stores or otherwise shall be got checked by the
Engineer-in-Charge or his authorized supervisory staff on receipt of the same at site before use.
The contractor has to establish field laboratory at site including all necessary equipment for field tests as
given in Schedule ‘F’. All the relevant and applicable standards and specifications shall be made
available by the contractor at his cost in the field laboratory. The contractor shall designate one of his
technical representatives as Quality Assurance Engineer, who shall be responsible for carrying out all
mandatory field/laboratory tests. The contractor shall also provide adequate supporting staff at his cost
for carrying out field tests, packaging and forwarding of samples for outside laboratory tests and for
maintaining test records.
The tests, as necessary and where no field laboratory facilities are available, shall be conducted in the
laboratory approved by the Engineer–in- Charge. For materials for which field testing equipment is
established at site, for those materials 90% of total tests shall be done at the laboratory established at site
by contractor and remaining 10% in the reputed laboratories approved by Engineer-in-charge. The
samples shall be taken for carrying out all or any of the tests stipulated in the particular specifications and
as directed by the Engineer-in-Charge or his authorized representative.
All the registers of tests carried out at Construction Site or in outside laboratories and all material at site
(MAS) registers including cement register shall be maintained by the contractor which shall be issued to
the contractor by Engineer-in-charge. All the entries in the registers will be made by the designated
Engineering Staff of the contractor and same should be regularly reviewed by JE/AE/AEE/EE. Contractor
shall be responsible for safe custody of all the registers.
The Contractor shall at his own risk and cost make all arrangements and shall provide all such facilities
including material and labour, the Engineer-in-Charge may require for collecting, preparing, forwarding the
required number of samples for testing as per the frequency of test stipulated in the contract specifications
or as considered necessary by the Engineer-in-Charge, at such time and to such places, as directed by
the Engineer-in-Charge. Nothing extra shall be payable for the above.
The Contractor or his authorized representative shall associate in collection, preparation, forwarding and
testing of such samples. In case he or his authorized representative is not present or does not associate
him, the result of such tests and consequences thereon shall be binding on the Contractor .The Contractor
or his authorized representative shall remain in contact with the Engineer-in–Charge or his authorized
representative associated for all such operations. No claim of payment or claim of any other kind,
whatsoever, shall be entertained from the Contractor.
All the testing charges shall be borne by the contractor/ department in the manner indicated below:
62

By the contractor, if the results show that the material does not confirm to relevant specifications and BIS
codes or any other relevant code for which confirmatory test is carried out.
By the department, if the results show that the material confirms to relevant specifications and BIS codes
or any other relevant code for which confirmatory test is carried out.
All the hidden items such as water supply lines, drainage pipes, conduits, sewers etc. are to be properly
tested as per the design conditions before covering and their measurements in computerized
measurement book duly test checked shall be deposited with Engineer in charge or his authorized
representative, prior to hiding these items.
Water tanks, taps, Sanitary, Water Supply and drainage pipes, fittings and accessories should confirm to
bylaws and municipal body / corporation where CPWD Specifications are not available. The contractor
should engage licensed plumbers for the work and get the materials (fixtures/fittings) tested by the
Municipal Body/Corporation authorities wherever required at his own cost.

The contractor shall give performance test of the entire installation(s) as per the standing specifications
before the work is finally accepted and nothing extra whatsoever shall be payable to the contractor for the
test.
The contractor shall have to execute guarantee bonds in respect of water proofing works as per Performa
in the tender document.
The Contractor shall arrange electricity at his own cost for testing of the various electrical installations as
directed by Engineer-in-Charge and for the consumption by the contractor for executing the work. Also all
the water required for testing various electrical installations, fire pumps, wet riser / fire fighting equipments,
fire sprinklers etc. and also testing water supply, and drainage lines, water proofing of underground sump,
overhead tanks, water proofing treatment etc. shall be arranged by the contractor at his own cost.
Nothing extra shall be payable on this account.
1. 49 SUBMISSION AND DOCUMENTATION
(i) The Contractor shall display all permissions, licenses, registration certificates, bar charts, other
statements etc under various labour laws and other regulations applicable to the works, at his site office.
He should also keep at site at least one set of BIS Codes and other relevant codes at site and produce the
same if asked for by Engineer-In-Charge. In case of non compliance, these codes will be purchased from
the Market and actual cost of purchase will be recovered from the next RA Bill of the Contractor.
(ii) The Contractor shall make available four (04) sets of completed Building Drawings, “As Built Drawings”
along with literatures, manuals, warranty certificates etc. of various installed fittings, fixtures and
equipment for the completed projects. This shall be the prerequisite for payment of final bill.
(iii) The Contractor shall make available three (03) sets of all drawings of internal and external services
i.e. Water Supply, Sanitary line, Drainage lines etc. This shall be the prerequisite for payment of final bill.
These drawings shall have the following information:
(a) Run off for all piping and their diameters including soil, waste pipes and vertical stacks.
(b) Ground and invert level of all drainage pipes together with locations of all manholes and
connections, up to outfall.
(c ) Run off for all water supply lines with diameters location of control valves, access panels etc.
(ii) The contractor shall make available four ( 04 ) sets of computerized Standard Measurement Books
(SMBs) having measurement of all the permanent standing in a building.
(iii) The Performance Guarantee shall not be released to the contractor until the aforesaid drawings
are submitted to the Engineer-in-Charge
63

(iv) The contractor will submit computerized measurement sheet for the work carried out by him for
making payment as per Clause-6A of the CPWD General Conditions of Contract 2014 modified &
Corrected up-to last date of submission of Tenders.. For casting of RCC members and other
hidden items the corrected and duly test checked measurement sheets of reinforcement or that of
other hidden items shall be deposited with Engineer in charge or his authorized representative, before
casting of RCC or other hidden items. The delay in submission of corrected and duly checked
measurement sheet may, therefore, delay casting of RCC or execution of hidden items for which no
hindrance shall be recorded.
(v) To avoid delay, contractor should submit all samples well in advance so as to give timely orders
for procurement.

1.50 PROJECT PROGRAM CHART:


The Contractor shall prepare an integrated program chart within fifteen days of issue of award letter
including civil as well as E & M activities for the execution of work,
Showing clearly all activities from the start of work to completion, with details of manpower, equipment
and machinery required for the fulfillment of the program within the stipulated period and submit the
same for approval of the Engineer-In-Charge within fifteen days of the award of the work. These shall
be submitted by the contractor through electronic media besides forwarding hard copies of the same. The
integrated program chart so submitted should not have any discrepancy with the physical milestones
attached in the contract agreement. The program chart should include the following:
(i) Descriptive note explaining sequence of various activities.
(ii) Construction Program prepared on PRIMAVERA, which will indicate resources in financial
terms, manpower and specialized equipment for every important stage.
(iii) Program for procurement of materials by the contractor.
(iv) Program for arranging and deployment of manpower both skilled and unskilled so as to achieve
targeted progress.
(v) Program of procurement of machinery/equipment having adequate capacity, commensurate with
the quantum of work to be done within the stipulated period by the contractor.
(vi) Program for achieving fortnightly micro milestones and periodic milestones.
(vii) In case of non compliance/ delay in compliance in this, a penalty @ Rs. 5000/- per day will
be imposed, this will be recovered from the immediate next R/A Bill of the Contractor for
same component.
(viii) If at any time, it appears to the Engineer-In-Charge that the actual progress of work does not
conform to the approved program referred above, the contractor shall produce a revised program
showing the modifications to the approved program by additional inputs to ensure completion of
the work within the stipulated time.
(ix) The submission for approval by the Engineer-In-Charge of such program or the furnishing of such
particulars shall not relieve the contractor of any of his duties or responsibilities under the
contract. This is without prejudice to the right of Engineer-In-Charge to take action against the
contractor as per terms and conditions of the agreement.
64

SUBMISSION OF PROGRESS REPORTS:


Apart from the above integrated program chart, the contractor shall be required to submit fortnightly
progress report of the work in a computerized form on 1st and 16th of every month. The progress report
shall contain the following, apart from whatever else may be required as specified above:
Construction schedule of the various components of the work through a bar chart for the next two
fortnights (or as may be specified), showing the micro- milestone/milestones, targeted tasks (including
material and labour requirement) and up to date progress. At least 10 digital photographs showing all the
parts of construction site along with at least 5 minutes video of executions of different items in soft copy
has to be submitted in every fortnightly progress report.
Progress chart of the various components of the work that are planned and achieved, for the
fortnight as well as cumulative up to the fortnight under reckoning, with reason for deviations, if any
in a tabular format.
Plant and machinery statement, indicating those deployed in the work.
Man-power statement indicating:
Individually the names of all the staff deployed on the work, along with their designations.
Number of skilled workers (trade wise) and total number of unskilled workers deployed on the work and
their location of deployment i.e. blocks etc.
Financial statement, indicating the broad details of all the running account payment received up to
date, such as gross value of work done, advances taken, recoveries effected, amount withheld, net
payments details of alvan payment received, extra/substituted/deviation items if any, etc.
In case of non compliance / delay in compliance in submission of fortnightly, a penalty @ Rs.
5000/- per fortnightly report will be imposed which will be recovered from the immediate next R/A
Bill of the Contractor for same component.
PROJECT REVIEW MEETINGS:
The contractor, immediately on award of work shall submit details of his key personnel to be engaged for
the work at site. In addition, he shall furnish the Engineer-in-charge detailed organogram involved with
the work.
The contractor shall present the programme and status at various review meetings as required.
Weekly Review Meetings: Shall be attended by Local Team headed by Project-in-charge along with PMC
team and client representative and representative of consultants if any for every alternative weeks.

Agenda a) Weekly programme v/s actual achieved in the past week and
programme for next week.
b) Remedial actions and hold up analysis.
c) Any decision on quarries raised either by contractor/PMC.

Monthly Review Meetings: Shall be attended by Project-in- charge and the Management Representative
who can take independent decisions along with PMC team and client’s representatives and representative
of consultants if any.
65

Agenda a) Progress Status/Statistics.


b) Completion Outlook.
c) Major hold ups/slippages.
d) Assistance required.
e) Critical issues.
f) Any decision on querries raised either by Contractor/PMC.
g) Anticipated cash flow requirement for next two months.

1.51 TEMPORARY WATER/ ELECTRICITY/ TELEPHONE CONNECTION.


Arrangement of temporary telephone connection, water and electricity required by Contractor, shall
be made by him at his own cost and also necessary permissions shall be obtained by him directly from
concerned authorities, under intimation to the Department. Also, all initial cost and running charges, and
security deposit, if any, in this regard shall be borne by him. The Contractor shall adhere by all the rules/
bye laws applicable in this regard and he shall be solely responsible for any penalty on account of
violation of any of the rules/byelaws in this regard. Nothing extra shall be payable on this account.
The Contractor shall be responsible for maintenance and watch and ward of the complete installation and
water / electricity meter and shall also be responsible for any pilferage, theft, damage, penalty etc. in this
regard. The Contractor shall indemnify the Department against any claim arising out of pilferage, theft,
damage, penalty etc. whatsoever on this account. Nothing extra shall be payable on this account.
The Department shall in no way be responsible for either any delay in getting electric and/or water and/or
telephone connections for carrying out the work or not getting connections at all. No claim of delay or any
other kind, whatsoever, on this account shall be entertained from the Contractor. Also contingency
arrangement of stand-by water & electric supply shall be made by the Contractor for commencement and
smooth progress of the work so that work does not suffer on account of power failure or disconnection or
not getting connection at all. No claim of any kind whatsoever shall be entertained on this account from
the Contractor. Nothing extra shall be payable on this account.

1.52 CLEANLINESS OF SITE


(i) The Contractor shall not stack building material/malba/muck on the land or road of the local
development authority or on the land owned by the others, as the case may be. So the muck, rubbish etc.
shall be removed periodically as directed by the Engineer-in-Charge, from the site of work to the approved
dumping grounds as per the local byelaws and regulations of the concerned authorities and all necessary
permissions in this regard from the local bodies shall be obtained by the Contractor. Nothing extra shall be
payable on this account. In case, the Contractor is found stacking the building material/malba as stated
above, the Contractor shall be liable to pay the stacking charges/penalty as may be levied by the local
body or any other authority and also to face penal action as per the rules, regulations and bye-laws of
such body or authority. The Engineer –in-Charge shall be at liberty to recover, such sums due but not paid
to the concerned authorities on the above counts, from any sums due to the Contractor including amount
of the Security Deposit and performance guarantee in respect of this contract agreement.
66

(ii) The contractor shall take instructions from the Engineer-In-Charge regarding collection and
stacking of materials at any place. No excavated earth or building rubbish shall be stacked on areas
where other buildings, roads, services and compound walls are to be constructed.
(iii) The site of work shall be always kept clean due to constraints of space and to avoid any nuisance
to the users of buildings in the adjacent plots. The Contractor shall take all care to prevent any water-
logging at site. The waste water, slush etc. shall not be allowed to be collected at site. It may be directly
pumped into the creek with prior approval of the concerned authorities. For discharge into public drainage
system, necessary permission shall be obtained from relevant authorities after paying the necessary
charges, if any, directly to the authorities. The work shall be carried out in such a way that the area is kept
clean and tidy. All the fees/charges in this regard shall be borne by the Contractor. Nothing extra shall be
payable on this account.

1.53 INSPECTION OF WORK


(i) In addition to the provisions of relevant clauses of the contract, the work shall also be open to
inspection by Senior Officers of CPWD and their representatives .The contractor shall at times during the
usual working hours and at all times at which reasonable notices of the intention of the Engineer-in-charge
or other officers as stated above to visit the works shall have been given to the contractor, either himself
be present to receive the orders and instructions or have a responsible representative duly accredited in
writing, to be present for that purpose.
(ii) Inspection of the work by Client Department.
The committee/consultant appointed by CPWD shall be inspecting the works including workshops and
fabrication factory to ensure that the works in general being executed according to the design, drawings
and specifications laid down in the contract. Their observations shall be communicated by CPWD
engineering staff and compliance is to be reported to CPWD.
The committee/consultant appointed by CPWD shall certify on completion of particular building that it has
been constructed according to the approved drawings design and specifications.
(iii) Senior Officers of CPWD, Dignitaries from Central Ministry / Department, Client
Department Authorities shall be inspecting the on-going work at site at any time with or without
prior intimation. The contractor shall, therefore, keep updated the following requirements and
detailing.
Display Board showing detail of work, weekly progress achieved with respect to targets, reason of
shortfall, status of manpower, wages being paid for different categories of workers.
Entrance and area surrounding to be kept cleaned.
Display layout plan key plan, Building drawings including plans, elevations and sections.
Upto date displays of Bar chart, CPM and PERT etc.
Keep details of quantities executed, balance quantities, deviations, possible Extra item, substituted Item
etc.
Keep plastic / cloth mounted, one sets of building drawings.
Set of Helmets and safety shoes for exclusive use for officers/dignitaries visiting at site.
67

1.54 FINAL TESTING OF THE INSTALLATION


The Contractor shall demonstrate trouble free functioning of all the Civil and E & M installations and
services. The Engineer-in-Charge or his authorized representatives shall carry out final inspection of the
various Civil and E & M services and installations. Any defect(s) noticed during demonstration shall be
rectified by the Contractor at his own cost to the entire satisfaction of the Engineer-in-Charge. Nothing
extra shall be payable on this account.
1.55 SUBMISSION OF AS BUILT DRAWINGS AND OBTAINING OCCUPATION CERTIFICATE
The contractor shall coordinate and facilitate consultant for obtaining occupation certificate / completion
certificate from local bodies including getting the required site visits conducted by such authorities with a
view to obtain the same.
1.56 DEFECT LIABILITY PERIOD (REFUND OF SECURITY DEPOSIT)
The defect liability / maintenance period shall be 12 months after the date of completion of work for this
contract agreement. The Security Deposit shall be released after the defect liability period of 12 months
after completion of entire project works and for this the contractor shall have produce a certificate stating
that no defects are pending for rectification from the head of CPWD, but subject to other provisions
specified elsewhere in the contract agreement.
1.57 GENERAL CLARIFICATIONS
i) Wherever any reference to any Indian Standards occurs in the documents relating to this contract,
the same shall be inclusive of all amendments issued thereto or revisions thereof, if any, up to the
date of receipt of tenders.
ii) Unless otherwise specified in the schedule of quantities, the rates for all items of work shall be
considered, as inclusive of pumping out or bailing out water, if required throughout the
construction period for which no extra payment shall be made. This shall also include water
encountered from any source such as rains, floods, sub soil water table being high and/or due to
any other cause whatsoever.
iii) All stone aggregate and stone ballast shall be of hard stone variety to be obtained from approved
quarries.
(iv) Coarse sand should be obtained from approved sources. The same shall be clean and sharp
angular grit type. The coarse sand shall be screened before using, if required. If the sand
brought to site is dirty, it must be washed in clean water to bring the sand to the required
specifications. Nothing extra shall be payable on this account.
v) The rates for all items of work, shall unless clearly specified otherwise, include cost of all
operations and all inputs of labour, material, T & P, scaffolding, wastages, watch and ward, other
inputs, all incidental charges, all taxes, cess, VAT, duties, levies etc. required for execution of the
work.
1.58 PRODUCT DELIVERY, STORAGE AND HANDLING OF CHEMICALS
The contractor shall construct storage space for Chemicals materials to ensure that the storage conditions
are as recommended by the manufactures.
All the materials shall be procured and delivered in sealed containers with labels legible and intact.
All the chemicals {polymers, epoxy, water proofing compound, plasticizer, Polysulphide, SBR based
elastomeric, APP (Atactic Polypropylene Polymer), all exterior and interior paints, polish etc.) shall be
procured in convenient packs say 20 litres/Kgs.} capacity packing only or as approved by the Engineer-in-
Charge, and not in bigger capacity containers, say 200 litre (Kgs.) drums unless otherwise specifically
permitted by the Engineer-in-Charge. One sample from each lot of the chemical procured by the
contractor shall be tested in a laboratory as approved by the Engineer-in-charge
68

All material required for the execution of the work shall be got approved, procured and deposited with the
Departmental supervisory staff. The materials shall be kept in joint custody of the contractor and the
Department. The watch and ward of such material shall, however, remain to be the responsibility of the
contractor and no claim, whatsoever, on this account shall be entertained. Different containers of each
chemical shall be serially numbered on packing and also consumed in that order. Day-to-Day account of
receipt, issue and balance shall be regulated by the Department and proper account shall be maintained
at site of work in the prescribed form as per the standard practice.
All the chemicals shall be procured by the contractor directly from the manufacturer. In exceptional
circumstances, the contractor may be allowed to procure the materials from the authorized dealers of the
manufacturers, if specifically permitted by the Engineer-in-Charge.
The original copies of challan/cash memos towards the quantity of various chemicals procured shall be
made available by the contractor at the request from the Engineer-in- Charge and a copy of the same
shall be kept in record.
The Name of manufacturers, manufacturer’s product identification, manufacturer’s mixing instructions,
warning for handling and toxicity and date of manufacturing and shelf life shall be clearly and legibly
mentioned on the labels of the each container.
The contractor shall submit for the chemicals procured, manufacturer’s and / or authorized dealer’s
certificate regarding supplying and verifying conformance to the material specifications, as specified.
All filled containers shall be handled in safe manner and in a way to avoid breaking container seals.
Empty containers of the chemicals should not be removed from site till the completion of work and shall
be removed only with the written approval of the Engineer-in-Charge.
All arrangements for measuring, dosing and mixing of material / chemicals at site have to be made by the
contractor.
Contractor shall suitably advise his site Engineer and all the workers as regards safe handling of
chemicals. Necessary protective and safety equipments in form of hand gloves, goggles etc. shall be
provided by the contractor and be also used at site.
All incidental charges of any kind including cartage, storage and wastage and safe custody of material etc.
shall be borne by the contractor and no claim, whatsoever, shall be entertained on this account.
The chemicals shall be tested in an independent laboratory as approved by the Engineer-in-charge at the
frequency as specified. If required, more samples may have to be tested as per the directions of the
Engineer-in-Charge. Nothing extra shall be payable on this account. However testing charges shall be
borne by the department for the samples satisfying the requirements specified in the tender.
1.59 DE-WATERING
(i) De-watering required, if any, shall be done conforming to BIS Code IS: 9759 (guide lines for de-
watering during construction) and / or as per the specifications approved by the Engineer-in-
Charge. Design of an appropriate and suitable dewatering system shall be the Contractor’s
responsibility. Such scheme shall be modified / augmented as the work proceeds based on fresh
information discovered during the progress of work, at no extra cost. At all times during the
construction work, efficient drainage of the site shall be carried out by the Contractor and
especially during the laying of plain cement concrete, taking levels etc. The Contractor shall also
ensure that there is no danger to the nearby properties and installations on account of such
lowering of water table. If needed, suitable precautionary measures shall be taken by the
Contractor. Also the scheme of dewatering adopted shall have adequate built in arrangement to
serve as stand-bye to attend to repair of pumps etc. and disruption of power / fuel supply.
Nothing extra shall be payable on this account.
69

(ii) In trenches where surface water is likely to get into cut / trench during monsoons, a ring bund of
puddle clay or by any other means shall be formed outside, to the required height, and maintained
by the Contractor. Also, suitable steps shall be taken by the Contractor to prevent back flow of
pumped water into the trench. Nothing extra shall be payable on this account.
1.60 INSURANCE POLICIES
Before commencing the execution of work, the Contractor shall, without in any way limiting his
obligations and liabilities, insure at his own cost and expense against any damage or loss or injury, which
may be caused to any person or property, at site of work. The Contractor shall obtain and submit to the
Engineer-in-Charge proper Contractor All Risk Insurance Policy for an amount equivalent to contract value
for this work, with Engineer-in-Charge as the first beneficiary. The insurance shall be obtained in joint
names of Engineer-in-Charge and the Contractor (who shall be second beneficiary). Also, he shall
indemnify the Department from any liability during the execution of the work. Further, he shall obtain and
submit to the Engineer-in-Charge, a third party insurance policy for maximum Rs.10 lakh for each
accident, with the Engineer-in-Charge as the first beneficiary.
The insurance shall be obtained in joint names of Engineer-in-Charge and the Contractor (who shall be
second beneficiary). The Contractor shall, from time to time, provide documentary evidence as regards
payment of premium for all the Insurance Policies for keeping them valid till the completion of the work.
The Contractor shall ensure that Insurance Policies are also taken for the workers of his Sub-Contractors /
specialized agencies also. Without prejudice to any of its obligations and responsibilities specified above,
the Contractor shall within 10 days from the date of letter of acceptance of the tender and thereafter at the
end of each quarter submit a report to the Department giving details of the Insurance Policies along with
Certificate of these insurance policies being valid, along with documentary evidences as required by the
Engineer-in-Charge. No work shall be commenced by the Contractor unless he obtains the Insurance
Policies as mentioned above. Also, no payment shall be made to the Contractor on expiry of insurance
policies unless renewed by the Contractor. Nothing extra shall be payable on this account. No claim of
hindrance (or any other claim) shall be entertained from the contractor on these accounts.
1.61 TRAINING OF THE PERSONNEL
The contractor shall arrange at no extra cost to the Department to train two persons from the department
(CPWD), one each for civil and electrical works, on how to operate and carryout preventive maintenance
of the systems (both civil and electrical) . The contractor shall arrange this training from well qualified and
experience personnel for at least seven days.
1.62 APPLICABLE PERMITS
1.62.1 The contractor(s) shall give to the Municipality, police and other authorities all necessary notices
etc. that may be required by law and obtain all requisite licenses for temporary obstructions, enclosures
etc. and pay all fee, taxes and charges which may be levied on account of these operations in executing
the contract. He shall make good any damage to the adjoining property whether public or private and
shall supply and maintain lights either for illumination or for cautioning the public at night.
1.62.2 The contractor shall ensure that applicable permits mandated by the local bodies and in case
warranted for this work are obtained as required under the Applicable Laws. An indicative but not
exhaustive list of some of the applicable permits are mentioned below for the guidance of the Contractor.
1.62.3 Consequences on account of failure to obtain the mandatory permits shall be the sole
responsibility of the contractor and no claim what so ever shall be entertained by the Engineer-in-Charge..
Any liability incurred by Engineer-in-Charge on account of such failure shall be recovered from the
amounts/payments due to the contractor.
Permission of the State Government for extraction of boulders from quarry;
Permission of Pollution Control Board for installation of crushers;
70

License for use of explosives;


Permission of the State Government for drawing water from river/reservoir;
License from Inspector of factories or other competent authority for setting of Batching Plant;
Clearance of Pollution Control Board for setting up Batching Plant;
Clearance of Pollution Control Board for Asphalt Plant;
Clearance of Pollution Control Board for installation of diesel generator sets;
Fire safety clearance from fire authorities;
Permission of State Government for cutting of trees; if any.
Permit for employing unskilled/semi skilled labour during day/night.
Permit for disposal of solid waste/excess material or soil,
Permissions from the public utilities for diversion of utilities including reinstatement/reconstruction to
original specifications;
Approvals for electric supply/distributions;
Any other permits or clearance required under the Applicable laws.
1.63 The recoveries to be made towards non fulfillment of conditions of submission of ‘SMP’ as part of
the compliance with ‘GRIHA’ guidelines, technical staff, field laboratory and safety measures in non-
refundable.
1.64 The recoveries, if any, towards late procurement of centring and shuttering, T&P equipment,
automatic batching plant, delay in submission of construction programmes, progress reports are
refundable, if the targeted portions are completed within the stipulated period of completion of contracted
work and extension of time is granted without levy of compensation. Else this is non-refundable and is
over and above the compensation levied (if any) under clause 2.
71

SECTION -2: SPECIAL CONDITIONS FOR GREEN BUILDING


The building is registered for obtaining GRIHA LD Rating from GRIHA Secretariat to obtain
minimum 3 Star Rating. The contractor is required to execute the work in a befitting manner to obtain the
targeted GRIHA LD rating.
Special conditions for GRIHA rating:
2.1 The contractor shall prepare scheme for the approval of Engineer-in-charge for obtaining GRIHA
LD rating in the criteria relevant to the execution of work as per advice of Green Building
Consultant of main Consultant.
2.2 The contractor shall plan and execute the work in a manner to preserve and protect the
landscape during construction and shall arrange the materials/equipment and follow the
procedure as per GRIHA LD rating as applicable.
2.3 All the mandatory criteria of GRIHA and additional conditions for Green Building practices
are to be necessarily followed for entire academic parcel.
2.4 The contractor shall comply with NBC norms on construction safety, health and sanitation
as per GRIHA LD rating system.
2.5 The construction activity shall be done in a befitting manner and the contractor shall adopt
measures to prevent air pollution at site in compliance with criterion 9 of GRIHA rating as
applicable.
2.6 The contractor shall comply with all the instructions and schemes for execution of Green
building.
2.7 Nothing shall be paid extra for all these conditions except for the items existing in the schedule of
quantities. For such items work done shall be paid on the basis of the agreement rates.
2.8 Pre-construction Stage:
Construction Vehicles, Equipment and Machinery.
All vehicles, equipment and machinery to be procured for construction shall conform to the
relevant Bureau of India Standard (BIS) norms. Emission from the vehicles must conform to
environmental norms. Dust produced from the vehicular movement and other site activities is to
be mitigated by sprinkling of water. Noise limits for construction equipments shall not exceed 75
dB(A), measured at one meter from the edge of the equipment in free area, as specified in the
Environment Protection Act,1986, schedule VI part E, as amended on 9th May,1993. The
maximum noise levels near the construction site should be limited to 65 dB (A) Leq (5 min) in
project area.
2.9 Construction Stage:
Construction Wastes Disposal.
(i) The pre-identified dump locations will be a part of solid waste management plan to be
prepared by the Contractor in consultation with Engineer-in-charge.
(ii) Contractor shall get approved the location of disposal site prior to commencement of
the excavation on any section of the project location.
(iii) Contractor shall ensure that any spoils of material / construction waste will not be disposed off in
any municipality solid waste collection bins.
2.10 Procurement of Construction Materials.
(i) All vehicles delivering construction materials to the site shall be covered to avoid spillage of
materials and maintain cleanliness of the roads.
72

(ii) Wheel Tyres of all vehicles used by of the contractor, or any of his sub contractor or materials
suppliers shall be cleaned and washed clear of all dust/mud before leaving the project premises.
This shall be done by routing the vehicles through tyre washing tracks.
(iii) Contractor shall arrange for regular water sprinkling at least twice a day (i.e. morning and
evening) for dust suppression of the construction sites and unpaved roads used by his
construction vehicles.
2.11 Water Pollution
(i) The Contractor shall take all precautionary measures to prevent the wastewater during
construction to accumulate anywhere.
(ii) The wastewater arising from the project is to be disposed off in the manner that is acceptable to
the CPCB.
2.12 Air and Noise Pollution
(I) Contractor shall use dust screens and sprinkle water around the construction site to arrest
spreading of dust in the air and surrounding areas.
(ii) Contractor shall ensure that all vehicles, equipment and machinery used for construction are
regularly maintained and confirm that emission levels comply with environmental emission
standards/norms.
(iii) For controlling the noise from Vehicles, Plants and Equipments, the Contractor
shall confirm the following:
(a) All vehicles and equipment used in construction will be fitted with exhaust silencers.
(b) Servicing of all construction vehicles and machinery will be done regularly and during routine
servicing operations, the effectiveness of exhaust silencers will be checked and if found defective
will be replaced.
(c) Noise emission from compactors (rollers) front loaders, concrete mixers, cranes (movable),
vibrators and saws should be less than 75 dB(A).
(d) As per the standards/guidelines for control of Noise Pollution from Stationary Diesel
Generator (DG) sets, noise emission in dB(A) from DG Sets (2-1010 KVA) should be less than
94+10 log 10 (KVA). The standards also suggest construction of acoustic enclosure around the
DG Set and provision of proper exhaust muffler with insertion loss of minimum 25 dB(A) each as
mandatory.
2.13 Personal Safety Measures for Labour.
Contractor shall provide the following items for safety of workers employed by contractor and associate
agencies:
Protective footwear / helmet and gloves to all workers employed for the work on mixing, cement,
lime mortars, concrete etc. and openings in water pipeline/sewer line.
Welder’s protective eye-shields to workers who are engaged in welding works.
Safety helmet and Safety harness/ belt Provide adequate sanitation/safety facilities for construction
workers to ensure the health and safety of the workers during construction, with effective provisions for
the basic facilities such as sanitation, drinking water and safety equipments or machinery.
All the workers should be wearing helmet and shoes all the time on site.
Masks and gloves should be worn whenever and wherever required.
Adequate drinking water facility should be provided at site, adequate number of decentralized latrines and
urinals to be provided for construction workers.
73

Full time workers ( if any with the approval of Engineer-in-Charge) residing on site should be provided with
clean and adequate temporary hutment.
First aid facility should also be provided.
Overhead lifting of heavy materials should be avoided. Barrow wheel and hand-lift boxes should be used
to transport materials onsite.
Tobacco and cigarette smoking should be prohibited onsite.
All dangerous parts of machinery are well guarded and all precautions for working on machinery are
taken. Maintain hoists and lifts, lifting machines, chains, ropes and other lifting tackles in good
condition. Provide safety net of adequate strength to arrest falling material down below.
Use of durable and reusable formwork systems to replace timber formwork and ensure that formwork
where used is properly maintained. Ensure that walking surfaces or boards at height are of sound
construction and are provided with safety rails and belts. Provide protective equipments such as helmets.
Provide measure to prevent fire. Fire extinguisher and buckets of sand to be provided in fire-prone area
and elsewhere.
Provide sufficient and suitable light for working during night to ensure that measures to protect workers
from materials of construction, transportation, storage and other dangers and health hazards are taken to
ensure that the construction firm/division/company have sound safety policies. Comply with the safety
procedure, norms and guidelines (as applicable) as outlined in NBC 2005 (BIS 2005).Adopt additional
best practices and prescribed norms as in NBC 2005 (BIS2005).
2.14 Identify roads on-site that would be used for vehicular traffic. Update vehicular roads (if these are
unpaved) by increasing the surface strength by improving particle size, shape and mineral type that make
up the surface base. Add surface gravel to reduce source of dust emission. Limit amount of fine particles
(smaller than 0.075mm) to 10 -20%. Limit vehicular speed on site 10km/h. Nothing extra will be payable
for this.
2.15 All material storages should be adequately covered and contained so that they are not exposed to
situations where winds on site could lead to dust/particulate emissions.
2.16 Spills of dirt or dusty materials shall be cleaned up promptly so the spilled material does not
become a source of fugitive dust and also to prevent of seepage of pollutant laden water into the ground
aquifers. When cleaning up the spill, ensure that the clean – up process does not generate additional
dust. Similarly, spilled concrete slurries or liquid wastes should be contained/cleaned up immediately
before they can infiltrate into the soil/ground or runoff in nearby areas.
2.17 Ensure that water spraying is carried out by wetting the surface by spraying water on:
(i) Any dusty material.
(ii) Areas where demolition work is carried out.
(iii) Any unpaved main-haul road and.
(iv) Areas where excavation or earth moving activities are to be carried out.

2.18 The contractor shall ensure the following:

(i) Cover and enclose the site by providing dust screen, sheeting or netting to scaffold along the
perimeter of a building.
(ii) Covering stockpiles of dusty material with impervious sheeting.
(iii) Covering dusty load on vehicles by impervious sheeting before they leave the site.
(iv) Transferring, handling/storing dry loose materials like bulk cement and dry pulverized fly ash
inside a totally enclosed system.
74

(v) Spills of dirt or dusty materials shall be cleaned up promptly so that the spilled material does not
become a source of fugitive dust and also to prevent seepage of pollutant laden water into
the ground aquifers. When cleaning up the spill, ensure that the clean-up process does not
generate additional dust. Similarly, spilled concrete slurries or liquid wastes should be contained /
cleaned up immediately before they can infiltrate into the soil/ground or runoff in nearby areas.
(vi) Clear vegetation only from areas where work will start right away

2.18(A) Special conditions for GRIHA compliance for works:


1. As per the project Agenda, it shall be our Endeavour to achieve 3 Star GRIHA rating for the
construction being taken up under this tender document for which the contractor shall be
responsible.
2. The contractor shall ensure that the following provisions are complied with during the construction
besides GCC provisions related to a) CPWD safety code b) Model rules and c) CPWD contractors
labour regulations.
2.1. Reduction in air pollution during construction by taking necessary measures. For example,
providing site barricading. Covering stock piles, covering bricks and loads of dusty materials,
carry out wheel washing of vehicles entering/exiting the site, sprinkle water on roads with
loose dust, cordoning of material stocking area and construction work area.
2.2. Efficient water use during construction.
2.3. Efficient reduction in waste during construction by segregating hazardous and inert waste and
such segregated waste shall be safely disposed off.
2.4. Smoking is strictly prohibited on site.
2.5. All the construction materials are properly stacked without only spillage and wastage.
2.6. The erection of GI sheet barricading for 3m height and of required perimeter and de-
construction on completion of work including maintenance during the construction period shall
be provided by the agency/contractor.
3. No extra payment shall be made for all the operations described above such as GI sheet
barricading, covering stock piles, covering bricks and loads of dusty materials, carrying-out wheel
washing of vehicles entering/exiting the site, sprinkling water on roads with loose dust, cordoning
of materials stacking area and construction work area. It may be noted that the quoted rate
covers the cost of these operations.
In case the special conditions for GRIHA compliances is not strictly followed during the
execution of the work the fine specified as below shall be levied for each activity per day of
failure.
Sl. No. Operations Fine per day
1. Covering stock piles Rs.100 per day
2. Covering bricks and loads of dusty materials. Rs.100 per day
3. Carry out wheel washing of vehicles entering/exiting the site. Rs.350 per day
4 Sprinkler water on roads having loose dust. Rs.270 per day
5. Cordoning of material stocking area and construction work Rs.100 per day
area.
6. GI sheet barricading. Rs.1400 per day
75

4. If the non compliance of GRIHA norms are observed for more than a week it shall be construed
that the agreement conditions are not performed by the Agency and action shall be taken as
deemed fit by the Engineer-in-Charge.
2.19 Adopt measures to prevent air pollution in the vicinity of the site due to construction activities.
There is no standard reference for this. The best practices should be followed (as adopted from
international best practice documents and codes).
2.20 Provide safety barricading of site by drawing ribbon band along the site boundary, next to a road
or other public area.
2.21 The contractor shall provide experienced personnel with suitable training to ensure that these
methods are implemented. Prior to the commencement of any work, the method of working, plant
equipment and air pollution control system to be used on –site should be made available for the inspection
and approval of the Engineer –in-Charge to ensure that these are suitable for the project.
2.22 Employ measures to segregate the waste on-site into inert, chemical or hazardous wastes.
Recycle the unused chemical/hazardous wastes such as oil, paint, batteries and asbestos. As per GRIHA
LD(inert and Hazardous waste must be collected and storied separately from site. Proper training must
be given to all construction workers in order to train them to be able to handle different kind of waste on
site. In addition to segregating the inert and hazardous waste, it is also important to either reuse the
construction waste on site or safety disposes it off to designated agencies for recycling.
2.23 To preserve the existing landscape and protect it from degradation during the process of
construction. Select proper timing for construction activity to minimize the disturbance such as soil
pollution due to spilling of the construction material and its mixing with rainwater. The construction
management plan including soil erosion control management plan shall be prepared accordingly for each
month. The application of erosion control measures includes construction of gravel pits and tyre washing
bays of approved size and specification for all vehicular site entry/exits, protection of slopes greater than
10%. Sedimentation Collection System and run-off diversion systems shall be in place before the
commencement of construction activity. Preserve and protect the existing vegetation by not-disturbing or
damaging to specified site areas during construction.
2.24 The Contractor should follow the construction plan as proposed by the Engineer-in-charge
/ landscape consultant to minimize the site disturbance such as soil pollution due to spilling. Use staging
and spill prevention and control plan to restrict the spilling of the contaminating material on site.
2.25 Spill prevention and control plans should clearly state measures to stop the source of the spill.
Measures to contain the spill and measures to dispose the contaminated material and hazardous
wastes. It should also state the designation of personnel trained to prevent and control spills. Hazardous
wastes include pesticides, paints, cleaners and petroleum products.
2.26 A soil Erosion and Sedimentation Control Plan (ESCP) should be prepared prior to construction
and should be applied effectively.
2.27 The contractor shall prepare and submit ‘Spill prevention and control plans’ before the start of
construction, clearly stating measures to stop the source of the spill, to contain the spill, to dispose the
contaminated material and hazardous wastes, and stating designation of personnel trained to
prevent and control spills. Hazardous wastes include pesticides, paints, cleaners, and petroleum
products.
2.28 The contractor shall ensure that no construction leaches (Ex: cement slurry) is allowed to
percolate into the ground. Adequate precautions are to be taken to safeguard against this including
reduction of wasteful curing processes, collection, basic filtering and reuse. The contractor shall follow
requisite measures for collecting drainage water run-off from construction areas and material storage
sites and diverting water flow away from such polluted areas. Temporary drainage channels, perimeter
76

dike/swale, etc. shall be constructed to carry the pollutant –laden water directly to the treatment device or
facility (municipal sewer line).
2.29 All lighting installed by the contractor around the site and at the labour quarters during
construction shall be energy efficient fixtures as described by electrical consultant of the appropriate
illumination levels. This condition is a must, unless specifically prescribed otherwise.
2.30 All paints, adhesives and sealants should comply with the VOC limits prescribed as a Green
initiatives as follows:
Table 1- VOC limits for paints, adhesives and sealants
Paints VOC Limit (g/l) Adhesives VOC Limit (g/l)
Non-flat paints 150 Wood flooring Adhesive 100
Flat (Mat) paints 50 Tile Adhesive 65
Anti-corrosive/anti- rust paints 250 Indoor Carpet Adhesive 50
Varnish 350 Wood 30
Lacquer 550 Stains Water Proofing sealer 250

2.31 All the building materials and systems used on site must be as per the specifications and
approved makes by the Engineer-In-Charge.
2.32 All required certificates explaining the properties of the building material/system needs to be
obtained from the manufacturer/vendor as required by the green building rating authority. The final
certificates would be produced after the approval of green building consultant with necessary due
diligence. The purchase orders of all the materials made with the manufacturers / authorized vendors
should be maintained and shall be provided for the process with due diligence upon request.
2.33 Water saving measures as suggested by the consultants need to be followed on site.
2.34 The contractor / subcontractor shall prepare and submit a Site Management Plan (SMP)
within 10 days of start, for approval by the Engineer –in-charge. This SMP shall indicate the locations of
godown, stockpiles, barricading, waste storage, offices, vehicular movement routes etc. In short this SMP
would comprehensively represent how the site activities shall be managed conforming to GRIHA LD
guidelines. Contractor will be penalized @ Rs. 2000/- per day of delay on non-submission of SMP
beyond due date to be recovered from next RA bill.
2.35 Any other site management measures suggested by the Engineer-in-charge / green building
consultant shall be followed on site.
2.36 The contractor shall submit to the Engineer –in-Charge after construction of the buildings, a
detailed as built quantification of the following within 10 days of recording of completion. Contractor will
be penalized @ Rs. 500 per day of delay in submission of “ detailed as built quantification”.
(i) Total materials used
(ii) Total waste generated,
(iii) Total waste reused,
(iv) Total water used,
(v) Total electricity consumed, and
(vi) Total diesel consumed.
77

2.37 Evidence for the implementation of the all the above required measures shall be provided
to the Engineer-in-Charge in the form of photographs and templates as required which is required
for the submission to the green building rating authority (ADaRSH).
2.38 Nothing extra shall be payable for above provisions unless otherwise specified in Schedule
of Quantity.

**********
78

SECTION 3: PREPARATION OF MOCKUPS AND SAMPLE UNITS:


3.1 The contractor shall prepare & display mock-ups in actual position of each and every item and
obtain approval of Engineer-in-charge before execution en masse. The mockup shall be preserved for the
purpose of reference till completion of the item represented by the mockup. Similarly, the contractor shall
prepare two sample toilet blocks comprising of all finishes and fittings included in the scope of this
contract. Approval of Engineer-in-charge shall be obtained before taking up finishing works en masse.
The work executed in approved mockups/sample units in actual position forming part of the main work
shall be measured and paid to the contractor under the respective items of the contract. However, any
mockups/sample not approved shall not be measured and paid. Also, the contractor shall have to
dismantle and remove the rejected mockup/ sample from the site of work at his own cost.
3.2. The external sloping façade wall/ RCC elevation curved in shape shall be prepared for mockup with
necessary glazed mosaic tile cladding 1m width for one floor height, for its approval before proceeding
with entire façade wall.
3.3. The PU/ aluminium panels along with glass covering the cut out portions shall be done for part
length for mockup for its satisfactory arrangement of fixing and proper drainage without any leakage,
before proceeding for large scale work.
79

SECTION 4: PARTICULAR SPECIFICATION AND SPECIAL CONDITIONS FOR


CEMENT AND STEEL BROUGHT BY THE CONTRACTOR
CEMENT
4.1 The contractor shall procure 43 grade (conforming to IS:8112 Ordinary Portland as required in the
work, from reputed manufacturers of cement having a production capacity of one million tonnes per
annum or more such as ACC, Ultratech, Jaypee. Vikram, Ramco, Chettinad, Shree Cement, Ambuja,
Century Cement and J. K. Cement or from any other reputed cement manufacturer having a
production capacity not less than one million tonnes per annum as approved by ADG, SSR-I. The
tenderers may also submit a list of names of cement manufacturers which they propose to use in the
work. The tender accepting authority reserves right to accept or reject name(s) of cement manufacturer(s)
which the tenderer proposes to use in the work. No change in the tendered rates will be accepted if the
tender accepting authority does not accept the list of cement manufacturers, given by the tenderer, fully or
partially. Supply of cement shall be taken in 50kg bags bearing manufacturer’s name and ISI marking.
Samples of cement arranged by the contractor shall be taken by the Engineer-in-Charge and got tested in
accordance with provisions of relevant BIS codes. In case test results indicate that the cement arranged
by the contractor does not conform to the relevant BIS codes, the same shall stand rejected and shall be
removed from the site by the contractor at his own cost within a week’s time of written order from the
Engineer-in-Charge to do so. Every fresh cement batch should be brought to site at least 30 days before
they are to be used / consumed in the work.
The cement shall be brought at site in bulk supply of approximately 50 tonnes or as decided by the
Engineer-in-Charge.
The cement godown of the capacity to store a minimum of 2 months requirement 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 cement godown. The keys of one lock shall remain with Engineer-in-Charge or his
authorized representative and keys of the other lock shall remain with the contractor. The contractor shall
be responsible for the watch and ward and safety of the cement godown. The contractor shall facilitate
the inspection of the cement godown by the Engineer-in-Charge or his authorized representatives.
The cement shall be got tested by the Engineer-in-Charge and shall be used on the work only after
satisfactory test results have been received. The contractor shall supply free of charge the cement
required for testing including its transportation cost to testing laboratories. The frequency and details of
the tests shall be decided by the Engineer-in-Charge depending on the quantum of supply in each batch.
The cost of tests shall be borne by the contractor / Department in the manner indicated below:
(a) By the contractor, if the results show that the cement does not conform to the relevant BIS
codes.
(b) By the Department, if the results show that the cement conforms to relevant BIS codes.
The actual issue and consumption of cement on work shall be regulated and proper accounts maintained
as provided in clause 10 of the contract. The theoretical consumption of cement shall be worked out as
per procedure prescribed in clause 42 of the contract and shall be governed by the conditions laid therein.
In case the cement consumption is less than theoretical consumption including permissible variation,
recovery at rate so prescribed shall be made. In case of excess consumption no adjustment shall be
made. Cement brought to site and cement remaining unused after completion of work shall not be
removed from site without written permission of the Engineer-in-charge.
80

4.2 Damaged cement shall be removed from the site immediately by the contractor on receipt of a notice
in writing from the Engineer-in-charge. If he does not do so within 3 days of receipt of such notice, the
Engineer-in-charge shall get it removed at the cost of the contractor.
4.3 The cement bags shall be stacked on proper floors consisting of two layers of dry bricks laid on well
consolidated earth at a level of at least one foot above ground. The stacks shall be in rows of 2 and 10
bags high with minimum of 0.6m clear. Bags should be placed horizontally continuous in each line. Actual
size / shape of go down shall be as per site requirement and nothing extra shall be paid on this account.
The decision of Engineer-in-charge regarding capacity shall be final.
4.4.Cement register for the cement shall be maintained at site. The account of daily receipts and issues of
cement shall be maintained in the register in the proforma prescribed and signed daily by contractor or his
authorized agent.
STEEL
4.5 The contractor shall procure TMT bars of Fe500 D grade from primary steel producers such as SAIL,
Tata steel Ltd., RINL, Jindal steel & Power Ltd., and JSW Steel Ltd, or any other producer as approved by
CPWD who are using iron ore as the basic raw material / input and having crude steel capacity of 2.0
Million tonnes per annum and above. The TMT bars procured from primary producers shall conform to
manufacturer’s specifications.
The specifications of TMT bars procured from primary producers, shall meet the provisions of IS 1786:
2008 pertaining to Fe500 D grade of steel.
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 relevant BIS codes. In case the test results indicate that the steel arranged by the contractor does not
conform to the specifications as defined under para 2.1 above, the same shall stand rejected, and it shall
be removed from the site of work by the contractor at his cost within a week’s time of written orders from
the Engineer-in-charge to do so.
The steel reinforcement bars shall be brought to the site in bulk supply of 10 tonnes or more or as decided
by the Engineer-in-Charge.
The steel reinforcement shall be stored by the contractor at site of work in such a way as to prevent
distortion and corrosion, and nothing extra shall be paid on this account. Bars of different sizes and
lengths shall be stored separately to facilitate easy counting and checking.
For checking nominal mass, tensile strength, bend test, re-bend test, etc., specimen of sufficient length
shall be cut from each size of the bar at random, and at frequency not less than that specified below:-

Size of bar For consignment below 100 For consignment over 100 tonnes
tonnes

Under 10mm dia One sample for each 25 tonnes or One sample for each 40 tonnes or part
part thereof thereof

10 mm to 16mm dia One sample for each 35 tonnes or One sample for each 45 tonnes or part
part thereof thereof

Over 16 mm dia One sample for each 45 tonnes or One sample for each 50 tonnes or part
part thereof thereof
81

The contractor shall supply free of charge the steel required for testing including its transportation to
testing laboratories. The cost of tests shall be borne by the contractor / Department in the manner
indicated below:
a) By the contractor, if the results show that the steel does not conforms to relevant BIS
codes.
b) By the Department, if the results show that the steel conforms to relevant BIS codes.
The actual issue and consumption of steel on work shall be regulated and proper accounts shall be
maintained as provided in clause 10 of the contract. The theoretical consumption of steel shall be worked
out as per procedure prescribed in clause 42 of the contract and shall be governed by conditions laid
therein. In case the consumption is less than theoretical consumption including permissible variations,
recovery at the rate so prescribed shall be made. In case of excess consumption, no adjustment needs to
be made.
The steel brought to site and steel remaining unused shall not be removed from site without the written
permission of the Engineer-in-Charge.
For the purpose of payment, the actual weight of reinforcement steel shall be worked out as
below:
To arrive at unit weight for the purpose of payment three random samples each of 1meter length shall be
collected for each diameter of re-bar from every consignment received at site. Actual weight of three
specimens for each diameter shall be taken and average weight calculated and recorded. The average
weight so arrived at shall be compared with theoretical weight of that particular diameter of rebar. Actual
or theoretical weight whichever is less shall be considered for making payment for that consignment.
However final payment shall be made on the basis of weighted average of all the consignment. The
decision of the Engineer-in-charge as regards the random samples and average weight shall be final and
binding on the contractor and no claim of any kind shall be entertained in this regard.

GUARANTEE FOR ALUMINIUM WORK


The contractor shall be fully responsible for and shall guarantee proper design and performance of his
installed system for a period of 10 years from the date of completion of work.
The design and installation shall be to the best international standards and shall specially take account of
wind and seismic loads, storms, thermal stresses, building movements and the like.
In additional 10 year guarantee (to be furnished in non-judicial stamp paper of value Rs.100/-) in
prescribed Performa shall be given for performance of glazed units, anodizing, EPDM/silicon gaskets and
sealants. All the Guarantees shall be submitted before final payment and shall not in any way limit any
other rights to correct which the Employer may have under the Contract.
In addition 2%(two percent) of the cost of all the items under sub-head ALUMINIUM WORK, as
mentioned in schedule of quantities, shall be withheld from the bills towards guarantee as specified above.
This amount to be withheld towards guarantee shall be in addition to the other amounts to be withheld as
mentioned elsewhere in the contract agreement. However, half of this amount (withheld) would be
released after five years from the date of completion of the work, if the performance, as required, is
satisfactory. The remaining withheld amount shall be released after 10 years from the date of completion
of work, if the performance, as required, is satisfactory. If any defects is noticed during the guarantee
period, it shall be rectified by the contractor within seven days of issue of notice to the contractor,
temporarily, to the satisfaction of the CPWD / Client Department or any other authorized
representative of client department and within a period of one month the permanent rectification of the
defects/replacement of defective materials should be carried out by the contractor. If not attended to, the
same shall be got done through other agency at the risk and cost of the contractor and the cost, which
82

shall be final and binding on the contractor, shall be recovered from the amount withheld towards the
guarantee as mentioned above or any other amount due to the contractor. However, the amount withheld
as guarantee can be released in full, irrevocable bank guarantee, from a Schedule/Nationalized Banks, of
the same amount, for the guarantee period is submitted by the contractor in favour of CPWD. The
defects, if any, shall be rectified in a workmanlike manner, retaining the same aesthetics and other
functional parameters of the original work.

SECTION 5.0: ADDITIONAL CONDITIONS AND PARTICULAR SPECIFICATIONS FOR R.C.C. WORK
(DESIGN MIX CONCRETE)
GENERAL:
5.1 The RCC work shall be done with RMC of Design Mix Concrete, unless otherwise specified in the
nomenclature of items, wherever letter M has been indicated, the same shall imply for the Design Mix
Concrete. The Ready Mix Concrete shall be as per IS : 4926 and as per CPWD Specification and guide
lines. For the nominal mix in RCC, CPWD specification shall be followed. The Design Mix Concrete will be
designed based on the principles given in IS : 456, 10262 and SP 23. The contractor shall carry out
design mixes for each class of concrete indicating that the concrete ingredients and proportions will result
in concrete mix meeting requirements specified. The cement shall be actually weighed as presumption of
each bag having 50 kg shall not be allowed. In case of use of admixture, the mix shall be designed with
these ingredients as well. The specification mentioned herein below shall be followed for Design Mix
Concrete.
INGREDIENTS
i) Coarse Aggregate: As per CPWD Specifications
Fine Aggregate: As per CPWD Specifications.
Water: As per requirements laid down in IS 456-2000 and CPWD specifications.
Cement: Cement arranged by the contractor will be OPC (in bags) conforming to
IS: 8112.

5.2 Admixture: Type of Admixture shall be got approved from Engineer-in-Charge. Admixtures of
approved quality shall be mixed with concrete to achieve the desired workability within specified water
cement ratio. The admixture shall conform to IS: 9103. The chloride content in the admixture shall satisfy
the requirement of BS: 5075. The total amount of chlorides in the admixture mixed concrete shall also
satisfy the requirements of IS: 456-2000.
5.3 The contractor shall not be paid anything extra for admixture required for achieving desired
workability without any change in specified water cement ratio for RCC / CC work.
5.4 Grade of concrete: The characteristic compressive strength of various grades of concrete
shall be given as below :

Sl. Grade Compressive Specified Minimum Maximum


No Designation strength on 15cm characteristic cement content * water cement ratio
cubes min 7 days ( compressive strength (Kg per cum)
N/mm2) at 28 days (N/mm2)
(i) M-30 As per Design 30 340 As per IS code

The Concrete mix will be designed for minimum workability as specified in Para 7 of IS–456-2000.
83

WORKABILITY OF CONCRETE (UNLESS OTHERWISE SPECIFIED ELSEWHERE OR AS DECIDED


BY ENGINEER-IN-CHARGE.

Placing Conditions Degree of Slump (mm)


Workability

(1) (2) (3)

Lightly reinforced sections in slabs, beams, Low 25-75


walls, columns

Heavily reinforced section in slabs, beams, Medium 50-100


walls, columns.

Pumped concrete Medium 75-100

5.5 The recommended values of slump for various members to confirm IS 456.
5.6 In the designation of concrete mix letter M refers to the mix and the number to the specified
characteristic compressive strength of 15 cm – Cube at 28 days expressed in N/mm2. It is specifically
highlighted that in addition to above requirement the maximum cement content of OPC for any grade shall
not exceed 430 kg/cum.
5.7 The concrete design mix with or without admixture will be carried out by the contractor and got
approved by any reputed NABL accredited laboratory as per direction of Engineer-In-Charge.
5.8 For such approval various ingredients for mix design as submitted by contractor shall be sent to
the lab / test houses through the Engineer-In-Charge of the project and got it tested in approved
laboratories as may be decided by the Engineer-in-charge. Sample of aggregate sent shall be preserved
at site by the department. For each different set of Coarse aggregates & Fine aggregates, fresh design
shall be done and got approved by the Department. The admixture if used by contractor shall be at his
own cost without any extra payment.
5.9 * Note: The Cement content means ordinary Portland Cement of 43 grade.
5.10 In case of change of source or characteristic properties of the ingredients used in the concrete
mix during the work, a revised laboratory mix design report conducted in approved Lab. by Engineer-In-
Charge shall be submitted by the contractor as per the direction of the Engineer-in-charge.
In case of failure of batching plant and site conditions warrants for smooth progress of work, RMC of
suitable design mix may be allowed with the written permission of Engineer-in-charge, and with no claim
of extra cost from the contractor.
5.11 APPROVAL OF DESIGN MIX
(i) The mix design for a specified grade of concrete shall be done for a target mean
compressive strength Tck = Fck + 1.65s
Where Fck = Characteristic Compressive Strength at 28 days
s = Standard deviation which depends on degree of quality control.
84

(ii) The degree of quality control for this work is “good” for which the standard deviation (s) obtained
for different grades of concrete shall be as per IS relevant IS Standards/ Codes.
(iii) Out of the six specimen of each set, three shall be tested at seven days and remaining three at 28
days. The preliminary tests at seven days are intended only to indicate the strength to be attained
at 28 days.
5.12 CHARGES FOR DESIGN MIX
(i) All cost of mix designing and testing connected therewith including charges payable to the
laboratory shall be borne by the contractor.
5.13 DESIGN MIX CONCRETE FROM FULLY AUTOMATIC COMPUTERISED CONCRETE
BATCHING AND MIXING PLANT.
(i) PROPORTIONING CONCRETE
In proportioning cement concrete, the quantity of both cement and aggregates shall be
determined by weight. The cement shall be weighed separately from the aggregates. Water shall
either be measured by volume in calibrated tanks or weighed. All measuring equipment shall be
maintained in a clean and serviceable condition. The amount of mixing water shall be adjusted to
compensate for moisture content in both coarse and fine aggregates. The moisture content of
aggregates shall be determined in accordance with IS: 2386 (Part III). Suitable adjustments shall
also be made in the weights of aggregates to allow for the variation in weight of aggregates due to
variation in moisture content.
(ii) PRODUCTION OF CONCRETE
The concrete shall be RMC .produced in a central batching and mixing plant with, computerized
printing for contents and admixture dosage. The batching plant shall be fully automatic. Automatic
batcher shall be charged by devices which, when actuated by a Single starter switch will
automatically start the weighing operation of each material and stop automatically, when the
designated weight of each material has been reached. The batching plant shall have automatic
arrangement for dispensing the admixture and shall also be capable of discharging water in more
than one stage. A print out from the batching plant for every lot shall be submitted. A batching
plant essentially shall consist of the following components: Separate storage bins for different
sizes of aggregates, silo for cement; and water storage tank.
Batching equipment
Mixers
Control panels
Mechanical material feeding and elevating arrangements
The Contractor shall arrange for inspection of automatic batching plant within seven days of issue
of letter of award to facilitate inspection and approval of same by Engineer-In-Charge. Nothing
extra will be paid for this.
The compartments of storage bins for aggregates shall be approximately of equal size. The
cement compartment shall be centrally located in the batching plant. It shall be watertight and
provided with necessary air vent, aeration fittings for proper flow of cement & emergency cement
cut off gate. The aggregate and sand shall be charged by power operated centrally revolving
chute. The entire plant from mixer floor upward shall be enclosed and insulated. The batch bins
shall be constructed so as to pass by self-cleansing during drawdown. The batch bins shall in
general conform to the requirements of IS: 4925.
85

The batching equipment shall be capable of determining and controlling the prescribed amounts
of various constituent materials for concrete accurately i.e. water, cement, sand, individual size of
coarse aggregates etc. The accuracy of the measuring devices shall fall within the following limits.

Measurement of Cement ±2% of the quantity of cement in each batch

Measurement of Water ±3% of the quantity of water in each batch

Measurement of Aggregate ±3% of the quantity of aggregate in each batch


Measurement of Admixture ±3% of the quantity of admixture in each batch

5.14 MIXING CONCRETE.


The mixer in the batching plant shall be so arranged that mixing action in the mixers can be observed from
the operator’s station. The mixer shall be equipped with a mechanically or electrically operated timing,
signaling and metering device which will indicate and assure completion of the required mixing period.
The mixer shall have all other components as specified in IS: 4925.
5.15 TRANSPORTATION, PLACING AND COMPACTION OF CONCRETE.
(i) Mixed concrete from the batching plant shall be transported to the point of placement by transit mixers
or through concrete pumps or steel closed bottom buckets capable of carrying 6 cum concrete. In case
the concrete is proposed to be transported by transit mixer, the mixer speed shall not be less than 4 rev/
min. of the drum nor greater than a speed resulting in a peripheral velocity of the drum as 70 m / minute at
its largest diameter. The agitating speed of the agitator shall be not less than 2 rev / min. nor more than 6
rev / min. of the drum. The number of revolutions of the mixing drum or blades at mixing speed shall be
between 70 to 100 revolutions for a uniform mix, after all ingredients, have been charged into the
drum. Unless tempering water is added, all rotation after 100 revolutions shall be at agitating speed of 2
to 6 rev / min. and the number of such rotations shall not exceed 250. The general construction of transit
mixer and other requirements shall conform to IS: 5892.
(ii) In case concrete is to be transported by pumping, the conduit shall be primed by pumping a batch of
mortar / thick cement slurry through the line to lubricate it. Once the pumping is started, it shall not be
interrupted (if at all possible) as concrete standing idle in the line is liable to cause a plug. The operator
shall ensure that some concrete is always there in the pump-receiving hopper during operation. The lines
shall always be maintained clean and shall be free of dents.
(iii) Materials for pumped concrete shall be batched consistently and uniformly. Maximum size of
aggregate shall not exceed one-third of the internal diameter of the pipe. Grading of aggregate shall be
continuous and shall have sufficient ultra fine materials (materials finer than 0.25mm). Proportion of fine
aggregates passing through 0.25mm shall be between15 & 30% and that passing through 0.125 mm
sieve shall not be less than 5% of the total volume of aggregate. When pumping long distances and
through hot weather, set- retarding admixtures may be used. Admixtures to improve workability can be
added. Suitability of concrete shall be through pumping shall be verified by trial mixes and by performing
pumping tests.
5.16 PREPARATION OF MIXES AS PER APPROVED DESIGN MIX AND CONDUCTING
CONFIRMATORY TEST AT FIELD LAB.
(i) The contractor shall make the cubes of trial mixes as per approved Mix design at site laboratory
for all grades, in presence of Engineer in charge using sample of approved materials proposed to be used
in the work prior to commencement of concreting and get them tested in his presence to his entire
satisfaction for 7 days and 28 days. Test cubes shall be taken from trial mixes as follows.
86

For each mix, a set of six cubes shall be made from each of the three consecutive batches. Three
cubes from each set of six shall be tested at age of 7 days and remaining three cubes at age of 28 days.
The cubes shall be made, cured, transported and tested strictly in accordance with specifications. The
average strength of nine cubes at age of 28 days shall exceed the specified target mean strength for
which design mix has been approved , the evaluation of test results will be done as per IS: 456-2000.
5.17 WORK STRENGTH TEST
TEST SPECIMEN
Work strength test shall be conducted in accordance with IS: 516 on random sampling. Each test shall be
conducted on six specimen, three of which shall be tested at 7 days and remaining three at 28 days.
Additional samples shall be prepared, if required, as per direction of Engineer in charge for testing
samples cured by accelerated method as described in IS: 9103.
TEST RESULTS OF SAMPLE
The test results of the sample shall be the average of the strength of three specimens. The individual
variation shall not be more than + - 15 percent of the average. If more, the test results of the sample are
invalid. 90% of the total tests shall be done at the laboratory established at site by the contractor and
remaining 10% in the laboratory of Government Engineering colleges, or in any other approved laboratory
as directed by the Engineer-in-charge.
5.18 STANDARD FOR ACCEPTANCE
i) Standard of acceptance shall be same as specified in clause 16 of IS 456-2000.
ii) In order to keep the floor finish as per direction of Engineer-in-charge and as per Architectural
drawings and to provide required thickness of the flooring as per specification, the level of top surface of
RCC shall be accordingly adjusted at the time of its centering, shuttering and casting for which nothing
extra shall be paid to the contractor.
5.19 ULTRASONIC PULSE VELOCITY METHOD OF TEST FOR RCC.
(i) The underlying principle of assessing the quality of concrete is that comparatively higher velocities
are obtained when the quality of concrete in terms of density, homogeneity and uniformly is good. The
consistency of the concrete as regards its general quality gets established. In case of poorer quality lower
velocities are obtained. If there are cracks, voids or flaws inside the concrete which come in the way of
transmission of pulse, lower velocities are obtained.
(ii) The quality of concrete in terms of uniformity, incidence or absence of internal flaws, cracks and
segregation etc. indicative of the level of workmanship employed, can thus be assessed using the
guidance given in table below, which have been evolved for characterizing the quality concrete in
structure in term of the ultrasonic pulse velocity.
Velocity criterion for Concrete Quality Grading.

Sl. No. Pulse velocity by Cross Probing Concrete Quality Grading


(km/sec)

1 Above 4.5 Excellent

2 4.5 to 3.5 Good

3 3.5 to 3.0 Medium

4 Below 3.0 Doubtful


87

NOTE: In Case of “doubtful” quality it may be necessary to carry further tests.


iii) Pulse velocity method of test of concrete is to be conducted for CPWD works as a routine test.
The acceptance criteria as per the above table will be applicable which is as per IS 13311 (part-1): 1992.
From the above “Good” and “Excellent” grading are acceptable and below these grading the concrete will
not be acceptable.
iv) 5% of the total number of RCC members in each category i.e. beam, column, slab and footing
may be tested by UPV test method for establishing quality of concrete. It is suggested that test be
conducted on RCC beam near joint with column, on RCC column near joint with beam, on RCC footings
and rafts. On RCC rafts a suitable grid can be worked out for determining number of tests. In addition
doubtful areas such as honeycombed locations, locations, where continuous seepage is observed,
construction joints and visible loose pockets will also be tested.
v) The test results are to be examined in view of the above acceptance criteria “Good” and
“Excellent” and wherever concrete is found with less than required quality as per acceptance criteria,
repairs to concrete will be made. Honeycombed areas and loose pockets will be repaired by grouting
using Portland Cement Mortar/Polymer Modified Cement Mortar /Epoxy Mortar ,etc. after chipping loose
concrete in appropriate manner. In areas where concrete is found below acceptance criteria and defects
are not apparently visible on surface ,injecting approved grout in appropriate proportion using epoxy grout
/acrylic Polymer modified cements slurry made with shrinkage compensating cement / plain cement slurry
etc will be resorted to for repairs.(refer relevant chapters from CPWD Hand Book on Repairs and
Rehabilitation of RCC Buildings).Repair to concrete will be done till satisfactory results are obtained as
per the acceptance criteria by retesting of the repaired area. If satisfactory results are not obtained
dismantling and relaying of concrete will be done.
5.20 MEASUREMENT
As per CPWD specifications.
5.21 TOLERANCES
As per CPWD specifications
5.22 RATE :
i) The rate includes the cost of materials and labour involved in all the operations described above
except for the cost of centering, shuttering and reinforcement, which will be paid separately.

ii) In case of actual average compressive , strength being less than specified strength which shall
be governed by Para ‘ Standard of Acceptance” as above the rate payable shall be worked out
accordingly on the basis of analysis.
iii) In case of rejection of concrete on account of unacceptable compressive strength,
governed by Para ‘Standard of Acceptance’ as above, the work for which samples have failed shall be
redone at the cost of contractors. However, the Engineer in charge may order for additional tests (like
cutting cores, ultrasonic pulse velocity test, load test on structure or part of structure etc) to be carried out
at the cost of contractor to ascertain if the portion of structure wherein concrete represented by the sample
has been used, can be retained on the basis of results of individual or combination of these tests. The
contractor shall take remedial measures necessary to retain the structure as approved by the Engineer-in-
charge without any extra cost. However, for payment, the basis of rate payable to contractor shall be
governed by the 28 days cube test results and reduced rates shall be regulated in accordance with
Para 5.4.13 of Revised CPWD specification 2009, Vol.-I.
88

iv) As per general engineering practice, level of floors in toilet / bath, balconies, shall be kept 12 to
20mm or as required, lower than general floors shuttering should be adjusted accordingly. The landing
level of mumti / Staircase cabin shall be Kept one riser level higher than adjoining slab level so as to
accommodate water proofing treatment over terrace slab. In case of kitchen slab the portion of floor trap
below kitchen platform be kept at lower level as per drawings. Nothing extra is payable on this account.
v) For the execution of centering and shuttering, the contractor shall use propriety “Reebole”
chemical mould release agent of FOSROC or equivalent as shuttering oil as approved by Engineer-in-
charge and nothing extra shall be paid on this account.
5.23 COVER/SPACER BLOCK
The contractor shall provide approved type of support for maintaining the bars in position and
ensuring required spacing and correct cover of concrete to reinforcement as called for in the drawings,
spacer blocks of required shape and size. Chairs and spacer bars shall be used in order to ensure
accurate positioning of reinforcement. Spacer blocks shall be cast well in advance with approved
proprietary pre-packed free flowing mortars (Conbextra as manufactured by M/S Fosroc Chemicals India
Ltd. Or equivalent as approved by the Engineer-in-charge at his discretion) of high early strength and
same colour as surrounding concrete, Pre-cast cement mortar/concrete blocks/blocks of polymer shall not
be used as spacer blocks unless specially approved by the Engineer-in-charge, rate of RCC items is
inclusive of cost of such cover blocks.
SECTION 6.0 STAINLESS STEEL HAND RAIL
i) Providing, fabricating and fixing in position welded built –up section using stainless steel
section/pipes and connecting plates, of Grade S.S 304 of required diameter & thickness as per the
Engineer-in-charge and Drawings and details, at the junctions of doors, on walls, other locations as
directed etc. including cutting, welding, grinding, bending to required profile and shape, finish, hoisting,
buffing and polishing, cutting chase / embedding in RCC / Masonry, fixing using stainless steel screws,
nuts, bolts and washers or stainless steel fasteners as required to make it rigidly fixed & stable and
making good the plaster/ flooring etc. all complete, at all floors and all levels as directed by the Engineer-
in – Charge. Prototype samples to be approved by Engineer-in-charge before mass fabrication.
ii) Rate includes cost of all inputs of materials, labour, T&P, etc. involved in the work and all
incidental charges to execute this item. However, for the purpose of payment only the actual weight of the
stainless pipes and stainless steel plates provided and fixed shall be measured in kg.
89

SECTION 7.0: PARTICULAR SPECIFICATION AND ADDITIONAL CONDITIONS


FOR WATER PROOFING WORK.
The work shall be got executed as per CPWD Specifications and as per the manufacturer’s specification
through specialized agency as approved by the Engineer-in-Charge.
The contractor shall furnish the following particulars immediately after the issue of letter of acceptance by
the Department.
The name of the specialized firm.
The trade names of the product, which would be used.
List of works where the treatment has been used.
Quantity of chlorides and sulphides used in the product.

GUARANTEE FOR WATER PROOFING TREATMENT


The contractor shall be fully responsible for and shall guarantee proper performance of the entire
waterproofing system for a period of 5 (Five) to be reckoned from the date after the
maintenance period prescribed in the contract, which shall be furnished in a non-judicial
stamp paper of value not less than Rs.100/- in approved Proforma, before final payment and shall not in
any way limit any other rights the Employer may have under the contract. Guarantee for water proofing
shall comprises of all the items described above in particular specification.
All water-proofing work shall be carried out through approved specialised agency as per method of
working approved by the Engineer-in-charge. However, the Contractors shall be solely responsible for
waterproofing treatment until the expiry of the above guarantee period.
Five years guarantee in prescribed Proforma attached shall be given by the contractor for the water
proofing treatment. Towards that 10% (ten percent) of the cost of these items of water proofing under this
sub head shall be retained as guarantee to watch the performance of the work executed. However, half of
this amount (withheld) would be released after Two And Half years to be reckoned from the date after
the maintenance period prescribed in the contract, if the performance of the waterproofing
works is satisfactory. The remaining withheld amount shall be released after completion of Five years to
be reckoned from the date after the maintenance period prescribed in the contract, if the
performance of the waterproofing work is satisfactory. If any defect is noticed during the guarantee period,
it should be rectified by the contractor within seven days of issuing of notice by the Engineer-in-
Charge and, if not attended to, the same shall be got done through other agency at the risk and cost of
the contractor and recovery shall be effected from the amount retained towards guarantee. In any case,
the contractor and the specialised agency, during the guarantee period, shall inspect and examine the
treatment once in every year and make good any defect observed and confirm the same in writing. The
security deposit can be released in full, if bank guarantee of equivalent amount, valid for the duration of
guarantee period, is produced and deposited with the Department.
90

FORM FOR GUARANTEE BONDS


GUARANTEE TO BE EXECUTED BY CONTRACTORS FOR REMOVAL OF DEFECTS AFTER
COMPLETION IN RESPECT OF WATER PROOFING WORKS.

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 is supplementary to a contract (hereinafter called the Contract) dated
............. and made between the GUARANTOR of the one part and the Government of the other part,
Whereby the Contractor, inter alia, undertook to render the 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 to be reckoned from the date after the maintenance period
prescribed in the contract.
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 earthquake 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
firewood and things of the same nature which might cause damage to the roof;
(b) Alteration shall mean construction of an additional storey or a part of 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 all 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 the notice from
the Engineer-in-Charge calling upon him to rectify the defects, failing which the work shall be got done by
the Department by some other contractor at the GUARANTOR’S cost and risk. The decision of the
Engineer-in-Charge as to the cost, payable by the Guarantor shall be final and binding.
91

That if GUARANTOR fails to execute the water proofing or commits breach there under then the
GUARANTOR will indemnify the Principal and his successors against all loss, damage, cost, expense or
otherwise which may be incurred by him by reason of any default on the part of the GUARANTOR in
performance and observance of this supplementary agreement. As to the amount of loss and/or damage
and/or cost incurred by the Government 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.
92

SECTION 8.0: ADDITIONAL SPECIFICATIONS


8.1 CLASSIFICATION OF SOILS FOR EARTH WORK IN EXCAVATION
8.1.1 The earth work shall be classified under the following categories and measured separately for
each category
(a) All kinds of soils: Generally any strata, such as sand, gravel, loam, clay, mud, black cotton moorum,
shingle, river or nallah bed boulders, siding of roads, paths etc. and hard core, macadam surface of any
description (water bound, grouted tarmac etc.), lime concrete, mud concrete and their mixtures which for
excavation yields to application of picks, showels, jumper, scarifiers, ripper and other manual digging
implements.
(b) Ordinary rock: Generally any rock which can be excavated by splitting with crow bars or picks and
does not require blasting, wedging or similar means for excavation such as lime stone, sand stone, hard
laterite, hard conglomerate and unreinforced cement concrete below ground level.
If required light blasting may be resorted to for loosening the materials but this will not in any way
entitle the material to be classified as ‘Hard rock’.
(c) Hard rock: Generally any rock or boulder for the excavation of which blasting is required such as
quartzite, granite, basalt, reinforced cement concrete (reinforcement to be cut through but not separated
from concrete) below ground level and the like.
8.2 CONDITIONS FOR WATER:
The contractor shall make his own arrangement for providing water for construction and drinking purpose.
Water charges shall not be recovered on account of it. Contractor shall get the water tested from any
laboratory approved by the Engineer-in-charge at regular interval as per the CPWD specifications 2009.
All expenses towards collection of samples, packing transportation except testing charges etc. shall be
borne by the contractor.
8.3 FORM WORK
8.3.1 The work shall be done in general as per CPWD Specifications.
8.3.2 Only M.S. Centering/shuttering and scaffolding material unless & otherwise specified shall be used
for all R.C.C. work to give an even finish of concrete surface. However, marine-ply shuttering in
exceptional cases as per site requirement may be used on specific request from contractor to be
approved by the Engineer-in-charge.
8.3.3. Double steel scaffolding having two sets of vertical supports shall be provided for external wall
finish, cladding etc. The supports shall be sound and strong, tied together with horizontal pieces over
which scaffolding platform shall be fixed. Scaffolding shall have steel staircase for inspection works at
upper levels.
8.3.4. Nothing extra shall be paid for the centring and shuttering, circular in shape whenever the form work
is having a mean radius exceeding 6m in plan.
8.3.5. In order to keep the floor finish as per architectural drawings and to provide required thickness of
the flooring as per specifications, the level of top surface of RCC shall be accordingly adjusted at the time
of its centring, shuttering and casting for which nothing extra shall be paid to the Contractor.
8.3.6. As per general engineering practice, level of floors in toilets/bath, balconies, shall be kept 12 to
20mm lower than general floor as required. Shuttering should be adjusted accordingly. Nothing extra is
payable on this account.
Steel shuttering as approved by the Engineer-in-charge shall be used by the contractor. Minimum
size of shuttering plates shall be 600mm x 900mm except for the case when closing pieces required to
93

complete the shuttering panels. Dented, broken, cracked, twisted or rusted shuttering plates shall not be
allowed to be used on the work.
The shuttering plates shall be cleaned properly with electrically driven sanders to remove any
cement slurry or cement mortar or rust. Proper shuttering oil or de-bonding compound shall be applied on
the surface of the shuttering plates in the requisite quantity before assembly of steel reinforcement.
8.3.7. For the execution of centring and shuttering, the contractor shall use propriety ‘Reebole” chemical
mould release agent of FOSROC or equivalent as shuttering oil as approved by Engineer-in-charge and
nothing extra shall be paid on this account.
8.3.8. Concreting of upper floor shall not be done until concrete of lower floor has set at least for 14 days
but form work and reinforcement can be taken up after the concrete has set at least for three days.
8.4. STONE WORK
8.4.1 The execution of stone work shall be in general as per CPWD Specifications.
8.4.2 All exposed surface of stone are to be fine chisel hand dressed/gang-saw cut/hammer dressed as
per item.
8.4.3 The types of stones proposed, but not limited to, for the scope of work are:
Hard Granite.
8.4.4. All the stones shall be natural stone, compact, hard and resistant to water absorption. All stones
shall be consistent in colour, texture, grain and mineral composition. Any variations in the inherent
characteristics of the stone and of the quarry from where it is sourced shall be specifically brought to the
notice of the Engineer-in-charge for decision. Each finished stone panel/sill/cornices etc. shall be free
from weathering, decolorization and defects(ie. Vents, cracks, holes, seams, fissures etc.) which are liable
to affect the physical properties, durability and the appearance of its intended use.
8.4.5. Samples of each item of stone work either individually or in combination shall be prepared for
approval of Engineer-in-charge before commencement of work. Sample stone shall be clearly marked
indicating stone type, quarry name, selection grade and location reference along with confirmation of
acceptance by the Engineer-in-charge. The stones shall illustrate the accepted range of colour, texture
and finish of the stones as approved by the Engineer-in-charge.
8.4.6. The sample stone shall remain at the designation place till ordered to be removed by engineer in
charge and shall be the reference point for quality check.
8.4.7. Inspection or any other action by the Engineer-in-charge shall not be taken as approved until it is
confirmed in writing.
8.4.8. Contractor either on the basis of the drawing/shop drawing shall prepare a full panel mock up at the
location direction by the Engineer-in-charge inclusive of all the necessary anchorage, joining, accessories
etc. complete including modifications as directed, if any, prior to the actual commencement of work.
8.4.9. Every stone shall be cut to the required size and shape, so as to be free from any waviness and to
give truly vertical and horizontal joints. In stone work (other than cladding/veneering), the faces that are to
remain exposed in the final position and the adjoining faces to depth of 6 mm shall be fine chisel hand
dressed unless otherwise specifically mentioned so that when checked with a 60 cm straight edge no
point varies from it by more than 1 mm. The top and bottom faces that are to form the bed joints shall be
chisel dressed so that variation from a 60 cm straight edge at no point exceeds 3 mm. Faces which are to
form the vertical joints should be chisel dressed so that variation at any point with 60 cm straight edge
does not exceed 6 mm. Any vertical face that is to come against backing of brick/stone masonry/RCC/CC
shall be dressed such that variation from a straight edge does not exceed 10 mm. All angles and edges
that are to remain exposed in the final position shall be true, square and free from chippings.
94

8.4.10. Exposed face for cladding (Veneering) work shall be gang-saw cut unless specified otherwise in
the nomenclature of item. The vertical face that is to come against backing of masonry shall not be
dressed so as to ensure better grip with the backing. The dressed stone shall be of the thickness, as
specified, with permissible tolerance of + 2 mm.
8.4.11. All holes, rebates, recessed, etc. for providing fixing and inserts shall be pre-drilled and worked
using precision machine tools. The working on various stones to suit the requirements in building may be
allowed to be carried outside the site campus by the Engineer-in-charge on the request of Contractor
without asking for any extra cost on this account. The contractor is to supply list of equipments, tool,
precision tools for stone work, cladding on circular columns, etc.
8.4.12. Bond stone shall be bonded as a course in the brick-work. The nitch to hold the vertical stone shall
be carefully made to precise sizes as indicated on detailed drawings. Bond stone shall extend towards
inside as shown in drawings. Bond stone used in sills shall be fine chiseled/ polished as per item, to slope
on outside as indicated on detailed drawings.
8.4.13. Sequence of execution for cladding work shall be suggested by the contractor for approval of
Engineer-in-charge.
8.4.14. The cladding stone shall be secured to the R C C surfaces by means of stainless steel cramps and
pins of the specified sizes. The cramps and the pins shall be laid in cement mortar 1:2 (1 cement :2 fine
sand). A proposal for fixing arrangement shall be submitted by the contractor to the Engineer-in-charge for
his approval.
8.4.15. Anchor bolts and other mechanical fixing devices which will show on the face of the stones shall
not be permissible unless and otherwise specifically mentioned.
8.4.16. Whenever necessary jib crane or other mechanical appliances shall be used to hoist the heavy
pieces of stones and place these into correct positions, care being taken that the corners of the stone are
not damaged. Stones shall be covered with gunny bags, before trying chain or rope is passed over it, and
it shall be handled carefully. No piece which has been damaged shall be used in work.
8.4.17. The contractor shall only employ experienced and specialized workmen for carrying out the stone
work. It is the sole responsibility of the contractor to provide and fix the stone securely and to ensure that
no stone shall fall and/or get disturbed from its position after fixing. The contractor shall give a bank
guarantee of a value of 1% of the cost of work done under this subhead of Stone work for a period of 5
years, in a form enclosed in this document.
8.4.18.The stone work shall include making necessary joints, recesses / notches / holes / grooves etc. to
anchor cladding stones, accommodate stainless steel cramps/ pin, to house wooden rough ground, socket
outlet boxes, trunking for cables, etc. for which nothing extra is payable to the contractor. However, cost of
stainless steel cramps, pins metallic channels for cable trunking, wooden rough ground, dash-fasteners
are to be paid for separately.
8.4.19. Stone jalis shall be supplied and fixed as per Architect. It shall be fixed in grooves / rebates etc to
adjoining Stone work / Brick work /RCC as shown in the drawing or as directed by Engineer-in-charge.
Necessary sample for the same shall be got approved from the Engineer-in-charge before execution. The
breakage of stone jali during fixing shall be the responsibilities of the contractor and replacement shall be
provided at his risk and cost.

8.5. STAINLESS STEEL CRAMPS & SILICON COATING


8.5.1 The size & shape of the cramps shall be as per drawing and as per directions of Engineer-in-charge.
The samples of steel cramps should be got approved in advance before starting the stone cladding work.
8.5.2. The sample of silicone water base repellent should be got approved from Engineer-in-charge before
starting the execution. The silicone based water repellents to be used for application shall confirm to the
95

as per Manufacture’s specification as approved by Engineer-in-charge. Silicone coating shall preferably


be applied in two coats working from top to bottom area by low pressure spray equipment ( 3-10 Kg/sqm).
An interval of 2 to 3 hours between the coats shall be given. In case of coatings to be applied by brush, a
wide fine hair brush shall be used. The rate shall includes cost of material, labour and all operations as
above.
8.6 FLOORING
8.6.1. All the work in general shall be carried out as per CPWD Specifications 2009.
8.6.2 The ceramic tiles shall be as specified in the item. The tiles shall be of specified colours as shown
in the drawings and will be laid in pattern as per architectural drawings. Nothing extra shall be paid for
laying tiles in specific pattern. The tiles shall be of first quality of approved make.
8.6.3. Proper gradient shall be given to flooring for toilets, verandah, kitchen, courtyard etc. so that the
wash water flows towards the direction of floor trap. Any reverse slop if found, these shall be made good
by the contractor by ripping open the floor/grading concrete and nothing extra shall be paid for such
rectifications.
8.6.4. The flooring and skirting will be executed as per pattern shown in the Architectural drawings and as
per approval of Engineer-in-Charge.
8.7. STONE FLOORING: All work in general shall be carried out as per CPWD Specifications 2009.
8.7.1 Whenever flooring is to be done in patterns of stones, the contractor shall get samples of each
pattern laid and approved by the Engineer-in-charge before final laying of such flooring. Nothing extra
shall be payable on this account.
i) The samples shall not be of a size less than 600mm x 600mm or as required by Engineer-in-Charge.
ii) The sample produced shall be fully supported by the details of location/quarry and the same shall not
be removed except with the written permission of Engineer-in-Charge.
Samples for Flame burnt/finish granite shall be produced separately. Flame burning shall be carried out
after the selection of the basic granite sample. Flame burning shall be uniform and with a uniform texture
across the entire surface of the slab.
The Flame burning of the stone slab shall be inspected by the Engineer in Charge as and when found
necessary and full support for the inspection shall be provided.
Full width stone over kitchen platform shall be provided except to adjust for closing pieces.The marble/any
stone flooring in treads and risers of stair case is to be laid in single piece. Nothing extra shall be paid on
these accounts.
8.7.2. The rate of items of flooring is inclusive of providing sunken flooring in bathrooms, kitchen etc.
and nothing extra on this account is admissible. The proper gradient shall be given to flooring for toilets,
verandah, kitchen, courtyard, etc. as per the directions of Engineer-in-charge.
8.7.3. The rate of item of marble/ Kota stone flooring is inclusive of providing patters of required oblong
shaped pattern with combination of both and nothing extra will be paid on this account. However the
overall kota stone flooring is measured first after its laying and thereafter necessary cutting is made to
insert Jaisalmeer marble in pattern as per architectural drawings and the marble shall be measured as per
actual measurement and as per rate quoted. Nothing extra will be paid on this account. However any
specific flower pattern is given the payment shall be made for the same by measuring the full dimension of
Jaisalmeer marble.
8.8. WOOD WORK
8.8.1 The wood work in general shall be carried out as per CPWD Specifications 2009.
96

i) The samples of species of timber to be used shall be deposited by the contractor with the
Engineer in Charge before commencement of the work. The contractor shall produce cash
vouchers and certificates from standard kiln seasoning plant operator about the timber to be
used on the work having been kiln seasoned by them, failing which it would not be accepted as
kiln seasoned.
ii) Specified timber shall be of good quality and well seasoned. It shall have uniform colour,
reasonably straight grains and shall be free from knots, cracks, shakes and sapwood.
iii) Wood work shall not be painted, oiled or otherwise treated before it has been approved by the
Engineer-in-Charge
iv) All portion of timber including architrave abutting against masonry concrete stone or embedded in
ground shall be painted with approved wood preservative or with boiling coal tar.
v) All fittings and fixtures shall be got approved from the Engineer-in-Charge before procurement
well in advance and the approved samples shall be kept at site till completion of the work.
8.8.2 Factory made wooden shutter, as specified shall be obtained from factories to be approved by the
Engineer in Charge shall conform to relevant IS Code. The contractor shall inform well in advance to the
Engineer in Charge the names and address of the factory where from the contractor intends to get the
shutters manufactured. The contractor will place order for manufacturing of shutters only after written
approval of the Engineer in Charge in this regard is given. The contractor is bound to a Tender by the
decision of the Engineer in Charge and recommends a name of another factory from the approved list in
case the factory already proposed by the contractor is not found competent to manufacture quality
shutters. Shutters will however, be accepted only if they meet the specified tests. The contractor will also
arrange stage wise inspection of the shutters at factory by the Engineer in Charge or his authorized
representative. The contractor will have no claim if the shutters brought at site are rejected by the
Engineer in Charge in part or in full lot due to bad workmanship/quality. Such shutters will not be
measured and paid. The contractor shall remove the same from the site of work within 7 days after the
written instructions in this regard are issued by the Engineer-in-Charge.
i) The shutters should be brought at site without primer / painting.
ii) Inspection of shutters shall be carried out for dimensions & tolerances, size & type general
construction & workmanship, finish & glazing at the following frequency:
Lot Size Sample Size Permissible number of defectiveness
Upto 25 2 0
26 to 50 5 0
51 to 100 8 0
101 to 150 13 1
151 to 300 20 2
301 to 500 32 3
501 to 1000 50 5
1001 & above 80 7

iii) Criteria for conformity


Any sample shutter failing in any one or more of the requirements inspected for as above shall be
considered as defective. A lot shall be considered as having satisfied the requirements of the standard if
the number of defective shutters in the sample does not exceed the corresponding permissible number of
defectiveness given above.
iv) Testing: The shutters shall be tested for species seasoning & treatment, defects in the timber,
panel material, construction & workmanship in the approved Govt. Laboratory at the frequency mentioned
in CPWD specification.
97

If shutters are found defective in any one of the criterion double the shutter shall be tested & if found
permissible can be accepted. If shutter is found defective in more than one criterion, the whole lot shall be
rejected.
v) Finish
a) All components of door shutter shall have smooth finish.
b) Panels of the door shutters shall be flat and well sanded to a smooth and level Surface.
c) All the surfaces of door shutters which are required to be painted or polished or varnished shall be
got approved from the Engineer In Charge before applying protective coat of primer, polish or
varnish.
8.8.3 Specification for Stainless Steel Fitting for Doors and windows/ ventilators.
a) The stainless steel fittings and fixtures shall be machine made and free of fabrication marks,
residual effects of welding /riveting etc.
b) The fitting shall be finished in a Satin fish (brushed finish-satin’s commercial purpose) except
wherever specified otherwise. The brush effect shall be uniform and without any variations.
c) Irrespective of the stipulations contained above, the contractor shall produce samples for all the
fitting in advance and a written approval for the chosen sample shall be obtained forms the
Engineer-in-Charge. The decision of the Engineer-in-Charge in respect of the specification,
quality and make of fitting to be used at site shall be final and binding on the contractor. Nothing
extra shall be payable on this account.
d) All the fittings shall provided with all such accessories as are required to complete the item in
working condition whether specifically mentioned or not in the schedule of quantities, specification
& elsewhere in this tender document. The quoted rates shall be deemed to be all inclusive for a
complete item fit for use including all material. Labour, T & P, Specials, fixing arrangements, nuts,
bolts, screws, bushes, all required connection pieces etc. as well as making good the surface
wherever required
e) All the accessories including brackets, nuts, bolts, screws, bushes etc. shall be of the quality and
make specified by the manufacture of the fitting.
f) All the fitting shall be got fixed through the authorized “Fixing Agency” on the approved list of
manufacturer of fitting. The said Fixing Agency shall be got approved from the Engineer-in-
Charge before start of fixing at site.
g) All the fitting including accessories shall be accompanied with certificate of origin and
representative test certificate of conformance with relevant code form the manufacturer with
each lot supply. The test certificate should clearly indicate the lot numbers of the supplied fittings.

8.9. FINISHING
8.9.1. The work shall be carried out as per CPWD specifications.
The Primer, Synthetic Enamel paint, distemper etc., of makes as approved by the Engineer in charge and
of low VOC, shall only be used and brought to the site of, work in the original sealed containers. The
material brought to the site of work shall be sufficient for at least 60 days of work. The material shall be
kept under the joint custody of contractor and representative of the Engineer-in-Charge. The empty
containers shall not be removed from the site till the completion of the work without permission of the
Engineer-in-Charge.
98

8.10. SANITARY INSTALLATIONS, WATER SUPPLY AND DRAINAGE.


8.10.1. The contractor shall furnish all labour, materials and equipment, transportation and incidental
necessary for supply, installation, testing and commissioning of the complete Plumbing / system as
described in the Specifications and as shown on the drawings. This also includes any material,
equipment, appliances and incidental work not specifically mentioned herein or noted on the
Drawings/Documents as being furnished or installed, but which are necessary and customary to be
performed under this contract.
The Plumbing / System shall comprise of following:
a. Fixtures and Fittings.
b. Internal and External Water Supply.
c Internal and External Drainage
d Approval from Local Authorities
e Balancing, testing & commissioning.
f Test reports and completion drawings
8.10.2 The contractor shall procure and install all pipes, Sockets /Nipples including shut-off valve etc for
mounting sensors/transmitters for the interface to Building Automation System.
8.10.3 The contractor shall ensure that senior and experienced plumbers are assigned exclusively for
this work. Such plumber(s) should have valid license from the local authorities. The project management
shall be done through modern technique. For quality control & monitoring of workmanship, contractor shall
assign at least one engineer who would be exclusively responsible for ensuring strict quality control,
adherence to specifications and ensuring top class workmanship for the installation.
8.10.4 The work shall be in conformity with the Bye-laws, Regulations and Standards of the local
authorities concerned. But if these Specifications and Drawings call for a higher standard of materials and
/ or workmanship than those required by any of the above regulations and standards, then these
Specifications and Drawings shall take precedence over the said regulations and standards. However, if
the Drawings and specifications require something which violates the Bye-laws and Regulations, then the
Bye-laws and Regulations shall govern the requirement of this installation.
8.10.5 The contractor shall obtain all permits/ licenses and pay for any and all fees required for the
inspection, approval and commissioning of their installation. However, all receipted amount shall be
reimbursed on production of proof of payment.
8.10.6 The Plumbing / Drawings given by the Engineer In-Charge or issued with tenders are
diagrammatic only and indicate arrangement of various systems and the extent of work covered in the
contract. These Drawings indicate the points of supply and of termination of services and broadly suggest
the routes to be followed. Under no circumstances shall dimensions be scaled from these Drawings. The
contractor shall follow these drawings in preparation of his shop drawings, and for subsequent installation
work.
8.10.7. The contractor shall examine all architectural, structural, plumbing, electrical and other services
drawings and check the as-built works before starting the work, report to the Engineer In-Charge any
discrepancies and obtain clarification. Any changes found essential to coordinate installation of his work
with other services and trades, shall be made with prior approval of the Engineer In-Charge without
additional cost to the department.
8.10.8. All the shop drawings shall be prepared on computer through AutoCAD System based on
Architectural Drawings and site measurements. Within two months of the award of the contract, contractor
shall furnish, for the approval of Engineer In-Charge, the two sets of detailed shop drawings of complete
work and materials including layouts for Plant room, Pump room, Typical toilets drawings showing exact
99

location of supports, flanges, bends, tee connections, reducers, detailed piping drawings showing exact
location and type of supports, valves, fittings etc; external insulation details for pipe insulation etc.
8.10.9. These shop drawings shall contain all information required to complete the work. These Drawings
shall contain details of construction, size, arrangement, operating clearances, performance characteristics
and capacity of all items of equipment, also the details of all related items of work by other contractors.
Each shop drawing shall contain tabulation of all measurable items of equipment/materials/works and
progressive cumulative totals from other related drawings to arrive at a variation-in-quantity statement at
the completion of all shop drawings. Minimum 4 sets of drawings shall be submitted after final approval
along with CD. When he makes any amendments in the above drawings, the contractor shall supply two
fresh sets of drawings with the amendments duly incorporated along with check prints, for approval. The
contractor shall submit further four sets of shop drawings to the Engineer In-Charge for the exclusive use
by the Engineer In-Charge and all other agencies. No material or equipment may be delivered or installed
at the job site until the contractor has in his possession, the approved shop drawing for the particular
material/equipment / installation.
8.10.10 Shop drawings shall be submitted for approval four weeks in advance of planned delivery and
installation of any material to allow the Engineer In-Charge ample time for scrutiny. No claims for
extension of time shall be entertained because of any delay in the work due to his failure to produce shop
drawings at the right time, in accordance with the approved programme.
8.10.11 Samples of all materials like valves, pipes and fittings etc. shall be submitted to the Engineer In-
Charge prior to procurement for approval and retention by Engineer In-Charge and shall be kept in their
site office for reference and verification till the completion of the Project. Wherever directed a mockup or
sample installation shall be carried out for approval before proceeding for further installation without any
extra cost.
8.10.12 Approval of shop drawings shall not be considered as a guarantee of measurements or of building
dimensions. Where drawings are approved, said approval does not mean that the drawings supersede the
contract requirements, nor does it in any way relieve the contractor of the responsibility or requirement to
furnish material and perform work as required by the contract.
8.10.13 All materials and equipment shall conform to the relevant Indian Standards and shall be of the
approved make and design. Makes shall be in conformity with list of approved manufacturers.
8.10.14 Balancing of all water systems and all tests as called for the CPWD Specifications shall be
carried out by the contractor through a specialist group, in accordance with the Specifications and ASPE /
ASHRAE Guide lines and Standards. The installation shall be tested and shall be commissioned only after
approval by the Engineer In-Charge. All tests shall be carried out in the presence of the representatives of
the Engineer In-Charge and nothing extra shall be payable on this account.

8.10.15 The contractor shall submit completion plans for water supply, internal installations and building
drainage work within 15 days of the date of completion. These drawings shall be submitted in the form of
two sets of CD’s and four portfolios (300 x 450 mm) each containing complete set of drawings on
approved scale indicating the work as - installed. These drawings shall clearly indicate complete plant
room layouts, piping layouts and sequencing of automatic controls, location of all concealed piping,
valves, controls and other services. In case the contractor fails to submit the completion plans as
aforesaid, security deposit shall not be released and these shall be got prepared at his risk and cost.

8.10.16 The CCI/CI/PVC pipe and GI pipe etc. wherever necessary shall be fixed to RCC columns,
beams etc. with rawl plugs and nothing extra shall be paid for this.
100

8.10.17 The variation in consumption of material shall be governed as per CPWD specification and
clauses of the contract to the extent applicable.
8.11 GENERAL
8.11.1 Rates for all items quoted shall be inclusive of all work and items given in the above mentioned
specifications and Schedule of Quantities and applicable for the work under floors, in shafts or at ceiling
level at all heights and depths. All rates are inclusive of cutting holes and chases in RCC and masonry
work and making good the same.
All rates are inclusive of pre testing and on site testing of the installations, materials and
commissioning.

8.11.2 Cleaning and Disinfection of Pipelines:-


On completion of hydraulic tests and before a pipe is disinfected, it shall be proved to be free from
obstruction, debris and sediment by scouring or by any other process which the Engineer-in-charge may
prescribe. Upon satisfactory completion of testing and cleaning, the pipelines shall be disinfected as
order. Chlorine solution shall be applied at the charging point as the pipeline is being filed and dosing shall
be continued until the pipeline is full and at least 50 parts of chlorine per million parts of water have been
made available and distributed evenly. If ordinary bleaching power is used, proportions will 150 gms of
power to 1000 litre of water. If a proprietary brand is used, the proportion shall be as specified by the
manufacturer. The treated water shall be left in pipeline for a period as directed but not exceeding 24
hours chlorine residual tests shall be taken at various points along the pipeline. The disinfection process
shall be repeated until the sample of water taken from the pipeline is declared fit for human consumption
by a recognized laboratory.
8.12 MELAMINE POLISH
8.12.1. The wood/veneer surface before polishing shall be well sanded to obtain smooth and even
surface. A coat of appropriate wood sealer of the same manufacturer approved for melamine polish shall
be applied over the surface before polishing. The surface shall be sand papered again to remove the
excess filler material and to obtain smooth even surface. Melamine polish of approved brand and
manufacture in matt or glossy finish stained to required shade shall be machine sprayed in required coats
over the prepared surface. Final polished surface shall be even, smooth and free from waviness. The
natural grains of the wood/veneers shall be clearly visible from the final polished surface. Consumption of
the melamine polish shall not be less than 0.25 lits/sqm.
8.12.2. Measurement: As per the CPWD Specifications 2009 shall be applicable.
8.12.3. Rate
Rate shall include the cost of all materials and labour involved in all the operations described above.
9. CONSTRUCTION JOINTS
Construction joints in PCC, RCC and Light Weight Concrete works etc., shall be provided only at places
as per approved structural drawings. It shall not in any manner structurally or functionally affect the
structure. If, any additional construction joint is required to be provided, it shall be done with approval of
the Engineer-in-Charge
The centring, shuttering, strutting etc., required for the construction joint in PCC, RCC and Light Weight
Concrete works shall be provided as per the CPWD Specifications. Nothing extra shall be payable on this
account.
It is clarified that, since the building in the basement portion is more than 45 metres long, shrinkage strips
may be required to be left for the short – term shrinkage and creep in the RCC slabs and beams to take
place, as directed by the Engineer-in-charge and as per structural drawings. These shall be cast
101

afterwards as directed by the Engineers-in-charge. The reinforcement bars (dowels) shall be left in
position as per structural drawings and suitable supported and protected till the slab / beam is cast. All
the wastage and incidental charges shall be borne by the contractor. Nothing extra shall be paid on this
account.

10. TREATMENT TO THE CONSTRUCTION JOINTS AND RECTIFICATION OF DEFECTS.


All care shall be taken to minimize the number of construction joints in the basement raft and walls as well
as in the leveling course of PCC at base. Still, wherever the construction joints are provided, these shall
be slightly opened up and then suitably filled with cement mortar 1:3 (1 cement: 3 fine sand) after applying
a bond coat of cement slurry. The aluminium nipples shall be fixed in the cavity and crevices, if required.
Then cement slurry of w/c ratio 0.5 shall be pressure grouted through these nipples as required, which
shall then be suitably cut. Nothing extra shall be payable on this account.
All care shall be taken to avoid any honey combed concrete or any cavity. Still, if any honey combed
concrete or cavity in RCC wall is encountered the same shall be rectified by removing all loose concrete
by chiseling. The chipped concrete surface shall be cleaned and made dust free by blowing compressed
air and then washed clean with water (but without excess water). Then a bond coat of polymer modified
cement slurry @ 2.2 kg of cement per sq. m. of concrete surface, in two coats, shall be applied as
specified. The second coat shall be applied immediately within 15-20 minutes of application of the first
coat.
A coat of polymer modified cement plaster of mix 1:3 (1 cement: 3 fine sand) of the required thickness
shall be applied as specified to fill the cavity if the required thickness is less than 20 mm. If the required
thickness is more than 20 mm. the cavity shall be filled by concrete of relevant grade after providing the
required centering and shuttering. The surface shall then be moist cured for minimum 7 days. Nothing
extra shall be payable on this account.
11. MISCELANEOUS
Mixer having arrangement of weighing water for controlling W.C. ratio should only be used in all PCC and
RCC works where there is no provision for Ready Mix Concrete.
Only factory made round type concrete cover blocks of same mix shall be used. No other type of cover
blocks shall be permitted.
Any cement slurry if added over base surface (or for continuation of concreting) for bond, its cost shall be
deemed to have been included in the respective items, unless otherwise, explicitly stated and nothing
extra shall be payable nor extra cement considered in the cement consumption on this account.
Centering and shuttering for all concrete and reinforced concrete wherever required shall be in steel and /
or plywood to produce a smooth and uniform finish on all exposed surfaces. However, all props, bracings,
scaffolding etc., shall be in steel. The entire responsibility of planning, design, erection and safety of
formwork shall lie with the Contractor.
12. EXTRA FOR SHUTTERING IN CURVED PROFILE
It is clarified that only the portion of shuttering in elevation (and not segmental) shall be measured for
payment under this item. The shuttering curved in plan shall not be measured separately for payment and
its rate is deemed to be included in the cost of respective item for payment and mode of measurement
shall be as per the CPWD specifications. For shuttering curved in elevation the steel / ply shuttering shall
be fabricated to achieve the curved profile as per the architectural drawings.
The contractor shall arrange and provide at the site of work all the equipments for field testing as required
like balances, sieves, slump cone , dial gauges, compression testing machines(still the samples shall be
tested in an independent laboratory as approved by the Engineer-in-Charge), graduated measuring
cylinders, steel tapes, vernier calipers, micrometer screw gauges, plumb bobs, spirit levels , Schmidt
102

rebound hammer, total station survey equipment, magnifying glass, screw drivers, plastic bags for
samples, etc.
Allowing establishing the site laboratory by the contractor shall not absolve the contractor from fulfilling the
criteria of getting the tests done in an independent laboratory. The decision of the Engineer-in-Charge of
allowing any test in the site laboratory or any other laboratory shall be final and binding on the contractor
and no claim of any kind whatsoever shall be entertained from the contractor on this account. Even if the
certain items of work are carried out by the specialized contractors, the responsibility for the work shall
however rest with the contractor only.
Unless otherwise specified for the item, the maximum water cement ratio for any grade of concrete shall
not be more than 0.5.The contractor shall within 15 days of issue of letter for commencement of the work,
submit the mix design for various grades of concrete along with 7days crushing strength reports and
within 40 days submit 28 days crushing strength reports, for the samples for the mix. Nothing extra shall
be payable on account of admixing any chemical admixture for achieving any characteristic for the
concrete. Concreting shall be commenced only after the approval of the mix design by the Engineer-in-
Charge.
Wherever required the M.S. inserts shall be provided during the casting of RCC / PCC. The payment of
providing and fixing inserts shall be made separately. However contractor shall have to bear all the
incidental costs and expenses on this account. As far as possible the contractor shall plan that the
concreting is carried out during day shift.
13. PARTICULAR SPECIFICATIONS– ALUMINIUM WORK.
a. The material for the work shall be procured from the approved manufacturer as per the list attached
with the tender documents. The Contractor shall procure and submit samples of various materials to be
used in the work for the approval of Engineer-in-Charge and no work shall commence before such
samples are approved. Samples of un-anodized as well as polyester powder coated aluminium sections,
microwave cured EPDM gaskets, glass, stainless steel screws, anchor fasteners, hardware and any other
material or components requiring approval of samples, in opinion of Engineer-in-Charge, shall be
submitted for the approval as mentioned above. The above samples shall be retained as standards of
materials and workmanship.
b. The Contractor shall prepare the shop drawings for the aluminium windows giving details of the various
aluminium sections, microwave cured EPDM gaskets, cleats, anchor fasteners, hardware, sealants, glass
etc. and submit the same for the approval of Engineer-in-Charge.
c. Only after the approval of the samples and the shop drawings by the Engineer-in-Charge, the
Contractor shall procure the material for the work. All materials brought to the site by the Contractor, for
use in the work, as well as fabricated components shall be subject to inspection and approval by
Engineer-in-Charge. The Contractor shall produce manufacturer’s test certificates for any material or
particular batch of materials supplied by him.
d. The Contractor shall prepare a finished sample of the aluminium window along with glazing panel and
fittings etc. for approval of workmanship and material. Nothing extra shall be payable on this account.
e. Aluminium sections to be used for various works shall be appropriate to meet technical, structural,
functional and aesthetic considerations. The polyester powder coating shall be carried out in an approved
factory / workshop as specified in the tender documents.
f. Fabrication
All joints shall be accurately fabricated and be hairline in appearance. The finished surface shall be free
from visible defects. All the aluminium windows/ventilators/doors shall be factory made and shall be
brought to site for assembly and fixing.
103

g. All hardware used shall conform to the relevant specifications and as per samples approved by the
Engineer-in-Charge. Design, quality, type, number and fixing of hardware shall be generally in accordance
with architectural drawings and as approved by the Engineer-in-Charge before use.
h. All doors, windows, ventilators and glazing etc. shall be made water tight with microwave cured EPDM
gaskets and weather silicone sealants to the satisfaction of the Engineer-in-Charge, for which nothing
extra shall be payable.
i. The frames shall be strictly as per Architectural drawings, the corners of the frame being fabricated to
the true right angles. Both the fixed frames and openable shutter frames shall be fabricated out of sections
cut to required length, mitered and mechanically jointed for satisfactory performance. All members shall
be accurately machine milled and fitted to form hairline joints. The jointing accessories such as aluminium
cleats, stainless steel screws etc. shall not to cause any bi-metallic reaction by providing separators,
wherever required.6.5 Vertical members of the aluminium frame work shall be embedded in the floors,
wherever required, by cutting and making good of the floor.
FIXING OF ALUMINIUM FRAME WORK.
j. The screws used for fixing fixed aluminium frames of the aluminium windows to masonry walls / RCC
members and aluminium members to other aluminium members shall be of stainless steel of approved
make and quality and of stainless steel grade 304. Threads of machine screws used shall conform to
requirement of I.S. 4218.
k. For the aluminium windows, the gap between the aluminium frames and the R.C.C / Masonry and also
any gaps in the various sections shall be filled with weather silicone sealant DC 795 of Dow Corning or
equivalent in the required bite size, to ensure water tightness including providing and fixing backer rod ,
wherever required. The weather silicone sealant shall be of such approved colour and composition that it
would not stain or streak the masonry / R.C.C. work. It should not sag or flow and shall not set hard or dry
out under any conditions of weather and shall be tooled properly. The weather silicone sealant shall be
used as per the manufacturer’s specifications and shall be of approved colour and shade. Any excess
sealant shall be removed / cleared. Nothing extra shall be payable for the above.
l. Fixing of glass panes shall be designed in such a way that replacing damaged / broken glass panes is
easily possible without having to remove or damage any members or interior finishing materials.
m. PROTECTIONS AND CLEANING: All glass panes shall be retained within aluminium framing by use of
exterior grade microwave cured EPDM gaskets. Use of glazing or caulking compounds around the
perimeter of glass will not be permitted. There shall be no whistling or rattling. Before installation of glass,
Contractor shall ensure the following:
All glazing rebates shall be square, to plumb, true to plane, dry and free from dust.
Glass edge shall be clean and cut to exact size and grounded
Low ‘E’ – Heat strengthened glass of specified thickness in doors, windows, ventilators and fixed glazing
etc. shall be of approved make and standard quality conforming to C.P.W.D. Specifications and .as per
the Schedule of Quantity.
n. MEASUREMENT AND RATES:
(i) Aluminium frame work shall be measured as per CPWD specifications.
(ii) For glazing, the actual area of the glass panels excluding the portion in the beading shall be measured
in sqm upto two decimal places, for payment.
(iii) Stainless steel adjustable heavy duty friction hinges and the aluminium handles for the openable side
hung windows shall be of "Earl Bihari”Ebco, make or equivalent as approved by the Engineer-in-Charge. 2
nos. friction hinges shall be provided per shutter.
104

(iv) The cost of designing and preparation of shop drawings, all the samples, mock up of window etc. is
deemed to be included in the cost of the relevant items. Nothing extra shall be payable on this account.
(v) The item for aluminium for fixed portions for aluminium windows and frame work for partitions shall
include cost of all inputs of labour, polyester power coated (anodized aluminium sections, including cleats,
other fixtures, weather silicone sealants, stainless steel screws, nuts, bolts, rawl plugs, backer rods,
polyethylene tapes etc. which shall be required for fabrication and erection of aluminium work) T & P, all
incidental charges, wastages etc. involved in the work. However, for the purpose of payment, the weight
of aluminium sections for the fixed window frame and frame work for partitions, shall be measured in Kg.
The aluminium cleats, stainless steel screws, nuts, bolts, separators etc. shall not be measured separately
for payment and their cost is deemed to be included in the cost of this item. The item for aluminium for
frame work for fixed partitions shall also include cost of providing and fixing stainless steel anchor
fasteners as required.
(vi) The item of aluminium for the openable aluminium shutters for windows and doors etc., shall include
cost of all inputs of labour, material (polyester powder coated aluminium sections, including such as cleats
/ angles, other fixtures, stainless steel screws nuts, bolts, stainless steel hinges, weather silicone sealant
etc. which shall be required for fabrication of aluminium work) T & P, all incidental charges, wastages etc.
involved in the work. However, for the purpose of payment, the weight of aluminium sections for the
window shutter (sash frame) shall be measured in Kg. The aluminium cleats, stainless steel anchor
fasteners, screws, nuts, bolts, separators, stainless steel hinges, etc. shall not be measured separately for
payment and their cost is deemed to be included in the cost of this item. The anodized aluminium snap
beading for fixing glass panels in the openable shutters of the windows shall be measured separately ( on
weight basis) and paid under this item of aluminium frame work for window shutters.
(vii) The glass shall be paid for separately under relevant item. The cost providing and fixing Microwave
cured EPDM gasket, felt etc. is included in the cost of this item and shall not be measured separately for
payment.
(viii) The item for the aluminium frame work includes cost of making provision for fixing fittings, wherever
required, as per the item description (The cost for providing fitting such as handle, lock and buffer shall be
paid for separately).
LIST OF APPROVED MAKE OF MATERIALS (FOR CIVIL WORKS)
Sl.No. Materials Vendors
1 Earth work
1.1 Chlorpyriphos (Pre-construction treatment) DE-NOCIL , Bayer
1.2 Damp proof material Impermo, Duraseal, ACCO-proof
2 Concrete works
ACC, Ultratech, Coromandel, Ramco, Deccan,
Cement
2.1 Dalmia, Maha, Bharathi or any other brands
(OPC/PPC)
approved by ADG (SR)-I..
2.2 White cement ACC, Birla , J.K white
MC Bauchemie, Pidilite , Sunanda chemicals,
2.3 Chemical Admixtures
Sika , FOSROC, Choksey Chemicals
2.4 Expansion joint board Supreme Industries, SIL FILL or equivalent
3 RCC Works
SAIL , TATA(TISCO) , RINL,JSW or any other
3.1 Reinforcement steel
brands approved by ADG (SR)-I.
4 Steel work
4.1 Structural Steel SAIL , TATA(TISCO), RINL, Jindal
M.S. Pipe, Tubes, Bar, Flats, Angle, Tee
4.2 SAIL, TATA (TISCO),RINL,Jindal
Sections
5 Brick works
105

Xtralite from Ultratech, Aerocon from HIL,


5.1 AAC blocks
Siporex India limited,
5.2 Concrete blocks
6 Wood & PVC Work
Green ply, Century, Kit ply, Ravella door,
6.1 Wooden Flush Doors
Kailash, Shakthi
Green Ply, Garnet, Century, Kit Ply, Anchor,
6.2 Water proof Ply
Mayura
Archidply, Century, Donear, Green Ply, Kitply,
6.3 Commercial Ply.
Anchor,Mayura
Greenlam, Century, Merino, Royal Touch, Kitply,
6.4 Laminate
Formica, Decolam, Mayura
Novopan/Merino/Green Lam/ Kitlam, Ecoboard
6.5 Pre-laminated particle board-Exterior grade
Associate/Archid ply/Century
6.6 Gypsum board Saint Gobain, Lafarge, Boral Board, Armstrong
Asian paints, melamine Gold wood finish of
6.7 Melamine Polish
Pidilite Industries, Timbertone of ICI Dulux.
6.8. Door Hardware Dolma, Kich , Classic, Haffle, Ozone, Geze.
6.9. Hydraulic door closers / Floor springs Godrej, Hardwyn, Dolma, Everite.
6.10. Locks / Latches Dorset, Godrej or equivalent.
6.11. Metallic Steel Fire Door Shakti Met Door, Promat, Godrej
6.12. Fire smoke Seal Hilti, Raven
6.13. Fire Rated Hardware Dorma, Ingersolrand, Geze
6.14. Non Metallic Fire Door Shakti Met Door, Naviar, Promat, Godrej
Stainless steel screws for fabrication and fixing
6.15. Kundan, puja, Atul
of windows.
6.16. Butt Hinges openable Window shutters Haffle , Alu Alpha
6.17. Mild Steel Butt Hinges/ Piano Hinges Jolly, Garg, AMIT,Jyoti
6.18. Nuts Bolts/ Screws Kundan, Puja, Atul
6.19. Concealed Tower Bolt Dorma, Ingersolrand, Alu Alpha
6.20. Acoustic Insulation U.P. Twiga Ltd, Lloyd Insulation, Saint Gobain,
6.21. Glass/ reflective Glass Saint Gobain, Asahi, Pilkington, Glaverbel
6.22. Clear Float Glass Saint Gobain, Asahi, Pilkinton
6.23. Source for tempering Refl.Glass / Clear FUSO, Saint Gobain, Gurind, Impact Safety
Pyoswiss of Saint Gobain, pyran of schott,
6.24. Fire rated Glass
pilkington
7 Flooring
Asian, NITCO, RAK, Restile, Kajaria,
7.1 Vitrified Tiles
Somany,Johnson
7.2 Glazed Ceramic Tiles NITCO, RAK, Kajaria, Somany, Asian,Johnson.
7.3 Synthetic sports flooring Armstrong, LG, Wonder floor
7.4 Linoleum sports flooring Armstrong, Forgo, Gerflo
7.5. False Floor Hewetson, Unifloor, Unitile, kebao, Pinnacle
7.6 Engineered wood flooring Armstrong, wernel, Pergo
7.7 Floor Springs(for Non-DSR items) Dorma , Ingersoland , GEZE
7.8 Cement Concrete Parking tiles NITCO, Poddar, Eurocon, Dazzle ultra.
Ultra, Shree, Hindustan Tiles, Vyara Tiles Pvt.
7.9 Interlocking Concrete Blocks
Ltd. Nitco
7.10. High Density fibre (HDF) Pre-Laminated board Pergo, Armstrong
7.10. Synthetic Carpet Tiles TOLI, Hollitex, Standard Carpets
106

8 Finishing
Paint/primer/oil bound
8.1 Asian Paints, ICI Dulux, Nerolac, Berger,Nippon
distemper Acrylic paint
8.2 Water proof cement paint Snowcem India Ltd, Asian Paints, Berger, Nippon
8.3 Synthetic enamel paint Berger, Nerolac, Asian, ICI, Nippon
8.4 Cement based wall putty JK wall putty, Birla wall case, Asian Paints, Altek.
8.5 Acrylic textured plaster Asian Paints, Spectrum paints, Heritage.
8.6. Ready mix Cement plaster Wall plast, Ultretech, Madras cement Ltd.
8.7 Fire Retardant paint Jotun, Hilti, Akzonobel
8.8 Mirror Glass Modi Guard, Saint Gobain, Asahi, Atul
8.9. Anti Corrosive Bitumastic Paint Asian, Berger, Shalimar
8.10. Epoxy Paint Asian, Berger, Shalimar
8.11. Epoxy Coating BASF , Forsoc , Laticrete
8.12. Silicon coating Dowcorning, BASF, GE, Wecker
9 Aluminium Work
Aluminium Systems / Anodized aluminum
9.1 Hindalco / Jindal / Bhoruka / Indal
sections.
9.2 Aluminium Fittings Classic, crown, Jyoti
9.3 Aluminium Sections Hindalco, Jindal, Bhoruka, Indal
9.4 Friction stay hinges Earl-Bihari
9.5 E.P.D.M. Gaskets Anand,Roop, Bohra, Hanu, Amee Rubber
9.6 Silicon Gaskets Sree Gaurav, Roop
10 Water Proofing
Fosroc, Sika, Pidilite, CICO, Impermo
10.1 Water proofing compound
BASF, STP limited, Texsa, WR Grace, Pidilite,
10.2 Membrane Water proofing system
Hydro tech ltd.
BASF, MC-Bauchemie, Sika, Sunanda Specialty
10.3 Chemical Water proofing system Coatings, Perma Construction Aid Pvt. Ltd.
Forsoloc, Pidilite
10.4 Water stops Hydrotite, BASF, Hydroswell
Rex Polyextrusion Ltd, Akash Enterprises,
11.1 PVC Perforated Pipes
Zenplas Pipes Pvt. Ltd
11.2 Play equipments Koochie Play, Playworld Systems
12 Miscellaneous
12.1 Structural Sealant Dow Corning, Wacker, GE, Fowroc, BASF
Pidilite, Chemetall-Raj, Fosroc, choksey
12.2 Polysulphide sealant
chemicals, Tuff seal
12.3 Bitumen Impregnated Board Shalitex or equivalent
12.4 Polyethylene backer rod Supreme Ind. Ltd. Or equivalent
12.5 Epoxy Fosroc, STP, CICO, Ardex
False Ceiling Members (Perimeter, ceiling Armstrong, Gyp. Steel of India Gypsum Ltd
12.6
section, intermediates, angles etc.) (Saint Gobain)
12.7 Welding rod ADVANI, Esab
12.8 Metal Deck sheet TATA, SAIL
12.9 Shear Stud / Connector KOCO or equvalent
12.10. Clamp. Rebar, Chemical fastener Hilti, Fischer, Wurth
12.11. Anchor Fasteners / bolts Hilti, Fischer, Halfen
12.12. Masking Tapes 3M, Sun Control, Wonder Polymer
107

12.13. Dash Fasteners Hilti, Fischer, Anchor, Kundan.


12.14. Stainless Steel Bolts, Washers and Nuts Kundan ,Puja, Atul , Hilti
12.15. Stainless Steel Pressure Plate Screws Kundan , Puja, Atul
12.16. Stainless Steel Friction Stay hinges Hetich , Haffle , Securistyle , Earl Bihari, ROTO
12.17 Weather Silicon make and grade Dow Corning , Momentive (GE)
12.18 Structural Silicon Dow Corning , Momentive (GE)
12.19. GRC Jali Terrafirma , Ecovision & Mahesh GRC
12.20. Stainless Steel Salem , Jindal , SAIL
Danpalon , Alcox , Polygal , V.A. Corporation ,
12.21. Polycarbonate Sheet
Joy Fab, Yadav Engineering
12.22. Post tensioning system CRUX , VSL , Utracon , BBR
12.23 PT Strands DP Wires , Tata , Usha Martin
12.24 Adhesive Dunlop, Vamorganic, Sika, Forsoloc
12.25 Grouts Balendura, Lativete, Kerakoll, Weber
12.26. Solar studs / Median markers 3M, Avery Dennision, Nikkalite
Polycarbonate Convex Mirrors, Rubberised
12.27. Unique safety solutions
road hump
12.28. Air transfer grills Cool grills Pune, Systemair India
13 Public Health Engineering
13.1 Vitreous W.C. pans / wash basins Hindware, Roca, Parryware
Water supply fixtures / fittings like CP bib
13.2 Jaquar, Kohler.
cocks, shower panels etc
13.3 GI Pipes TATA, Zenith, Jindal.
13.4 GI pipe fittings Zoloto, Unik, HB, ICS
Indian Hume Pipe, AI-Hume pipe , Madurai spun
13.5 RCC Pipes
pipes, Jain & Co.,
13.6 Ductile Iron covers & gratings Neco or approved equivalent
13.7 Ductile Iron pipes Lanco, Jindal, Kesoram, Electrosteel, NECO
13.8 DI fittings Electrosteel, Kartar
13.9 SCI pipes Neco Kesoram, electrosteel
13.10. SWR PVC pipes and fittings Supreme, Astral , Finolex, Prince.
13.11 CPVC pipe and fittings Supreme, Astral , Finolex, Prince.
13.12 UPVC pipes Supreme, prince, Finolex
13.13 Water supply valves Zoloto, RB Leader , ARCO
13.14 Kitchen sinks Nirali or Hindware , Johnson , Franki Diamond
13.15 CI Manhole cover Neco , BIC
13.16. SFRC Cover and grating Kutty , KK , Advent , Newtech
13.17. Air release valves Kirloskar, RBM, Kartar
13.18 CI double flange sluice valve Kirloskar , RBM , Kartar
13.19. Plastic Encapsulated Foot Rest KK India , KGM , Accurate Buildcon
13.20. Gun Metal valves Zolto , leader , sant , Andco India
13.21. CI Double flanged sluice valves Kirloskar , IVS , BURN , Zoloto , Leader
13.22. CI Double flanged Non-return valves Kirloskar
13.23. Thermal insulation treatment Pidilite, BASF
13.24 Glass mosaic tiles Italia, Palladio, Bisazza
Lloyd Insulation (India) Ltd., Zindal Mectec Pvt
13.25 Sandwich PUF paneled roofing sheets
Ltd.
NOTE: Equivalent material and finishes of any other specialized make may be used, in case it is
established that the brands specified above are not available in the market but only after approval
of the alternate brand by the Engineer-in-charge.

You might also like