NITNO61
NITNO61
GOVERNMENT OF INDIA
OFFICE OF
DELHI CIRCLE - II
ESTIMATED COST
PUT TO TENDER: ` 6,32,73,475/--
Superintending Engineer
Delhi Circle – II,
CPWD, I.P. Bhawan
New Delhi
2
---------------BLANK---------------
3
N. I. T.
S.No CONTENTS
2. PART-A 7-60
3.4 Specification & special conditions for A/R & M/O and 89-92
upgradation works
3.5 Additional condition for A/R & M/O works 93-94
Certified that this N.I.T. contains page 1 to 170 (One Hundred Seventy Pages Only)
This N.I.T. is approved for `6,32,73,475/--(Rupees Six Crore Thirty Two Lakh
Seventy Three Thousand Four Hundred Seventy Five Only).
NITNo.03/SE/DC-II/2025-26
61/2025-26/R-Divn/Delhi
Superintending Engineer
Delhi Circle – II,
CPWD, I.P. Bhawan,
New Delhi
5
1 The bidder should read all the instructions, items & conditions, contract clauses,
nomenclature of items, General Special & Additional Conditions, specifications etc.,
contained in the bids document very carefully, before quoting the rates.
2 The bidder should also read the General Conditions of Contract Maintenance Works
2023, published by DG, CPWD, Nirman Bhawan, New Delhi which will be a part of
the Agreement with up to date amendments upto the date of receipt of tenders.
3 The bidder shall quote his rates keeping in mind the specifications, terms &
conditions, additional and special conditions etc. and nothing extra shall be payable
unless otherwise specified.
4 The bidder shall have to make his own arrangement for housing facilities for staff
and labour away from construction site and shall have to transport the labour to and
fro between construction site and labour camp at his own cost. No labour huts will
be allowed to be constructed at the project site except a few temporary sheds for
chowkidars and storekeepers at project site. Any decision in this regard shall rest
with the Engineer-in-charge and the contractor shall have no claim on this account.
5 The work required to be executed in occupied buildings. The bidder shall take
suitable precaution to ensure quality of workmanship as well as the progress of the
work. He shall regulate the labour accordingly.
6 The bidder shall make environment friendly arrangement for disposal of
dismantle/waste materials from upper floors.
7 Copy of Certificate of ERP Training through any of the CPWD Regional Training
Institutes (RTIs) or through the National CPWD Academy (NCA), Ghaziabad or
through any other special training arranged by ERP unit at CPWD Headquarter.
8 C.P.W.D Contractor’s Labour Regulations:
“Certified that the amount shown in column No……………has been paid to the workman
concerned through bank account of labouron……………at…………….”
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
6
b. As per clause 7A, no running account bill shall be paid for the work till the applicable
labour license, registration with EPFO, ESIC and BOCW welfare board whatever
applicable are submitted by the contractor to the Engineer-in-charge.
c. The contractor shall also comply with provision of the interstate migrant workman
(regulation of employment) and condition of service Act 1979.
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
7
PART-A
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
8
----------BLANK---------
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
9
The Executive Engineer, ‘R’ Division, CPWD, I.P. Bhawan, New Delhi on
behalf of President of India invites online bids from approved and eligibile CPWD
Buildings & Roads Category contractors for the following work:-
Earnest Money
Estimate Cost
Last date & time
completion
Time & date
put to bid
Period of
NI of submission of
Sl. of opening
T Name of work & Location bid and other
No.
No. Document of bid
as specified in
the NIT
1 2 3 4 5 6 8 9
Addition/Alteration/Im
61/2025-26/R-Divn/Delhi
Twevle Months
provement to Billet No.
1
` 53,70,764/-)
14 (SPS Type- D/S) in
` 12,65,470/-
RCC, Air Force 3:00 PM on 3:30 PM on
Station, New Delhi 21.07.2025 21.07.2025
(Civil and Electrical
work).
1. The intending bidder must read the terms and conditions of CPWD-6 carefully. He should only
submit his bid if he considers himself eligible and he is in possession of all the documents
required.
2. This information and Instructions for bidders posted on website shall form of bid document.
3. The successful bidder (to be called as Main Contractor) shall have to associate specialized
agency(s) for execution of the specialized work(s) after the acceptance of tender as per the details
mentioned in “Special Conditions for association of Specialized Agencies”.
4. The bid document consisting of plans, specifications, the schedule of quantities of various types of
items to be executed and the set of terms and conditions of the contract to be complied with and
other necessary documents can be seen and downloaded from website
http://www.etender.cpwd.gov.in or cpwd.gov.in free of cost.
5. Earnest Money of ₹12,65,470/-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 should be drawn in favour
of Executive Engineer, ‘R’ Division, CPWD, New Delhi payable at New Delhi.
A part of earnest money is acceptable in the form of Bank Guarantee also. IN such case, minimum
50% of Earnest Money or `20 Lakh, 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 online receipt of bids which is to
be scanned and uploaded by the intending bidders.
6. But the bid can only be submitted after deposition of original EMD either in the office of
Executive Engineer inviting bids or division office of any Executive Engineer, CPWD within
the period of bid submission and uploading the mandatory scanned documents such as reeipt
treasury challan / deposite at call reeipt/ Fixed Deposit Receipts/ demand draft/ bank guarantee
from any of the scheduledbank towards EMD in favour of Executive Engineer, ‘R’ Divisionas
mentioned in NIT, receipt for deposition of original EMD to division office of any Executive
Engineer (including NIT issuing EE/AE), CPWD and other documents as specified.
7. Those contractors who are not registered or have not updated their profile on the website
mentioned above are required to get registered/ update their profile behforhand. The necessary
training materials including the videos with step to step process are available on download section
of http://etender.cpwd.gov.in
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
10
8. On opening date, the contractor can login and see the bid opening process. After opening of bids
he will receive the competitor bid sheets.
9. Contractor can upload documents in the form of JPG format and PDF format.
10. The tenderers shall sign a declaration under the officials Secret Act 1923, for maintainingsecrecy
of the tender documents drawings or other records connected with the work given tothem. The
unsuccessful tenderers shall return all the drawings given to them. Otherwise, department may
reject the bid.
11. The Contractor shall be deemed to have satisfied him self be for etendering as to the correctness
and sufficiency of his tender for the works and of the rates and prices quoted in the Schedule of
Quantities, which rates and prices shall, except as otherwise provided, cover all his obligations
under the Contract and all matters and things necessary for the proper completion and
maintenance of the works.
12. If there are varying or conflicting provisions made in any one document forming part of the
contract, the Accepting Authority shall be the deciding authority with regard to the intention oft he
documentand his decision shall be final and binding on the contractor.
13. The intending bidder must have valid Class-III digital signature certificate with encryption key
(combo type) to perform any operations/ transactions on the e-tendering portal/ website and the
bidder should download and install the eMsigner on their system as per instructions available on
download section of http://etender.cpwd.gov.in.
14. Contractor must ensure to quote rate in the prescribed column(s) meant for quoting rate in figures
appears in yellow colour and the moment rate is entered; it turns sky blue.
In addition to this, while selecting any of the cells a warning appears that if any cell is left blank
the same shall be treated as “0”. Therefore, if any cell is left blank and no rate is quoted by the
bidder, rate of such item shall be treated as “0” (ZERO).
However, if a tenderer quotes nil rates against each item in item rate tender or does not quote any
percentage above/below on the total amount of the tender or any section/sub head in percentage
rate tender, the tender shall be treated as invalid and will not be considered as lowest tenderer.
15. SC/ST contractors enlisted under class V category are exempted from processing fee payable to
ITI.
16. The department reserves the right to reject any prospective application without assigning any
reason and to restrict the list of qualified Contractors to any number deemed suitable by it, if too
many bids are received satisfying the laid down criterion.
17. 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.
18. While submitting the revised bid, Contractor can revise the rate/percentage of one or more
item(s)/subheads 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.
19. It is mandatory to upload scanned copies of all the documents stipulated in the bid document. If
the documents stipulated in the bid document are not uploaded, then bid will become invalid
and shall summarily be rejected.
20. If the Contractor is found ineligible after opening of bids, his bid shall become invalid.
21. 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 bidder, the bid shall become invalid.
22. Tenders with any condition including that of conditional rebates shall be rejected. Such tenders
shall not be entered in the tender opening register at the time of opening of tender.
23. GST on all materials as well as GST on Work Contract or any other taxes applicable in respect of
this contract shall be payable by the Contractor. Percentage rate quoted by him shall be inclusive
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
11
of such taxes, levies etc. and Government will not entertain any claim for reimbursement
whatsoever in respect of the same. The percentage rates of the contract shall be inclusive of all
taxes and levies and nothing extra shall be paid. Further the percentage rate quoted by the
contractor shall be inclusive of labour welfare cess and the same shall be recovered from the
contractors’ bills and will be remitted by the department.
24. The contractors registered prior to *………… 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.
25. Applicants are advised to keep visiting the above-mentioned web-sites from time to time (till the
deadline for bid 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
respects including updates thereof, if any. An incomplete application may be liable for rejection.
26. The documents to be physically submitted shall be page numbered and each page shall be signed
by authorized signatory.
27. Any error in description, quantity or rate in Schedule of quantities or any omission there from
shall not vitiate the Contract or release the Contractor from the execution of the whole or any part
of the works comprised therein according to drawings and specifications or from any of his
obligations under the contract.
28. If any information furnished by the applicant is found to be 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.
29. Any dispute arising out of this tender including dispute related to encashment of any Bank
Guarantee/ FDR etc., shall be subject to the jurisdiction of courts of Delhi State only.
30. In case of extension of agreement due to delay/reduction in scope of work, not any claim on
account of reduction in value of work, loss of business, loss of profit, consequently
overheads, any type of interest etc. shall be entertained.
31. The agency shall follow the standard operating procedure and guidelines scrupulously at the
construction site to contain the outbreak of COVID-19. it is the sole responsibility of the
agency to adhere to the SOPs issued by CPWD and other orders & Guidelines issued by
various Governments (Govt. of India and or/ state Govt. and /or Dist. Administrative of
local Govt. The quoted rates shall inclusive of all such required measures and materials like
Soaps, Detergents, Sanitizers, Disinfections, Masks, Gloves and other personal protection
equipment’s to contain COVID-19 and nothing extra shall be paid.”
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
12
List of Documents to be scanned and uploaded within the period of bid submission: -
If the bidder has not obtained GST registration as applicable, then he shall scan
and upload following undertaking along with bid documents.
“If works is awarded to me, I/we shall obtain GST registration certificate, as
applicable, within one month from the date of receipt of award letter or before
release of any payment by CPWD, whichever is earlier, failing which I/we shall
be responsible for any delay in payments which will be due towards me/us on
account of the work executed and/or for any action taken by CPWD or GST
department in this regard.”
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
13
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. No post tender modification is allowed
by the tenderers except through negotiations, if required in case, any tenderer does so, the tender
will be rejected and the tenderer will be debarred for future tendering in CPWD for two years by
the concerned enlisting authority (in case of CPWD enlisted contractor) and by the concerned
CE/SE (in case on non enlisted contractor.)
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. Those contractors who are not registered or have not updated their profile on the website
mentioned above are required to get registered/ update their profile beforehand. The necessary
training materials including the videos with step to step process are available on download
section of http://etender.cpwd.gov.in
9. Earnest Money in the form of Treasury challan / deposite at call receipt /Account Payee
Demand Draft or Bankers Cheque or Fixed Deposit Receipts or/ and Bank guarantee from any
of the Scheduled Bank(drawn in favour of Executive Engineer, ‘R’ Division, CPWD, New
Delhi)shall be scanned and uploaded to the e-Tendering website within the period of bid
submission. The original EMD should be deposited either in the office of Executive Engineer
inviting bids or division office of any Executive Engineer, CPWD within the period of bid
submission.The EMD receiving Executive Engineer (including NIT issuing EE/AE) shall issue a
receipt of deposition of earnest money deposit to the bidder in a prescribed format (enclosed)
uploaded by tender inviting EE in the NIT.
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
14
A part of earnest money is acceptable in the form of bank guarantee also. In such case, minimum
50% of earnest money or Rs. 20 lac, whichever is less, shall have to be deposited in shape
prescribed above, and balance may be deposited in shape of Bank Guarantee of any Commercial
bank having validity for a period of 90 days for single bid works and 180 days for two bid
system or more from the last date of receipt of bids which is to be scanned and uploaded by the
intending bidders.
The earnest money given by all the tenderers except the lowest tenderer shall be refunded
immediately after the expiry of stipulated bid validity period or immediately after acceptance of
the successful bidder, whichever is earlier. However, in case of two/ three bid system, earnest
money deposit of bidders unsuccessful during technical bid evaluation etc. should be returned
within 30 days of declaration of result of technical bid evaluation.
Copy of Enlistment Order and certificate of work experience and other documents as specified
in the notice inviting e- tender shall be scanned and uploaded on the e-Tendering website within
the period of bid submission. However, certified copy of all the scanned and uploaded
documents as specified in e- tender notice shall have to be submitted by the lowest bidder within
a week physically in the office of tender opening authority. Online bid documents submitted by
intending bidders shall be opened only of those bidders, whose original EMD deposited with any
division of CPWD and other documents scanned and uploaded are found in order.
10. The bid submitted shall become invalid and e-tender processing fee (if applicable) shall not
be refunded if:
i) The bidder is found ineligible.
ii) The bidder does not upload scanned copies of all the documents stipulated in the
biddocument.
iii) If any discrepancy is noticed between the documents as uploaded at the time of
submissionof bid and hard copies as submitted physically by the lowest bidder in the
office of bidopening authority.
iv) If a tenderer quotes nil rates against each item in item rate tender or does not quote
anypercentage above/below on the total amount of the tender or any section / sub head
inpercentage rate tender, the tender shall be treated as invalid and will not be considered
aslowest tenderer.
11. The contractor whose bid is accepted will be required to furnish performance guarantee at
specified percentage of the tendered amount as mentioned in schedule E and within the period
specified in Schedule F. This guarantee shall be in the form of Insurance Surety Bonds, Account
Payee Demand Draft, Fixed Deposit Receipt or Bank Guarantee from any of the Commercial
Banks 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, registration with EPFO, ESIC and BOCW Welfare
Board including Provident Fund Code No. If applicable and also ensure the compliance of
aforesaid provisions by the subcontractors, if any engaged by the contractor for the said work
within the period specified in Schedule F.
12. The description of the work is as follows “Addition/Alteration/Improvement to Billet No.
14 (SPS Type- D/S) in RCC, Air Force Station, New Delhi (Civil and Electrical work).”
Intending Bidders are advised to inspect and examine the site and its surroundings and satisfy
themselves before submitting their bids as to the nature of the ground and sub-soil (so far as is
practicable), the form and nature of the site, the means of access to the site, the accommodation
they may require and in general shall themselves obtain all necessary information as to risks,
contingencies and other circumstances which may influence or affect their bid. A bidders shall
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
15
be deemed to have full knowledge of the site whether he inspects it or not and no extra charge
consequent on any misunderstanding or otherwise shall be allowed. The bidders shall be
responsible for arranging and maintaining at his own cost all materials, tools & plants, water,
electricity access, facilities for workers and all other services required for executing the work
unless otherwise specifically provided for in the contract documents. Submission of a bid by a
bidder implies that he has read this notice and all other contract documents and has made
himself aware of the scope and specifications of the work to be done and of conditions and rates
at which stores, tools and plant, etc. will be issued to him by the Government and local
conditions and other factors having a bearing on the execution of the work.
13. The competent authority on behalf of the President of India does not bind itself to accept the
lowest or any other bid and reserves to itself the authority to reject any or all the bids received
without the assignment of any reason. All bid in which any of the prescribed condition is not
fulfilled or any condition including that of conditional rebate is put forth by the bidder shall be
summarily rejected.
14. Canvassing whether directly or indirectly, in connection withbidders is strictly prohibited and
the bids 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 bid and the bidder shall be bound to perform the same at
the rate quoted.
16. The contractor shall not be permitted to bid for works in the CPWD Circle (Division in case of
contractors of Horticulture/Nursery category) responsible for award and execution of contracts,
in which his near relative is posted 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 Housing and Urban Affairs. Any breach of this
condition by the contractor would render him liable to be removed from the approved list of
contractors of this Department.
18. The bid for the works shall remain open for acceptance for a period of 30 days from the date of
opening of bids. Further
(i) if any tenderer withdraws his tender within 7 days after last date and time (24 hours
basis) of submission bids or makes any modification in the terms & conditions of the
tender which is 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 earnest
money absolutely irrespective of letter of acceptance for the work is issued or not.
(ii) If any tenderer withdraws his tender after expiry of 7 days after last date and time (24
hours basis) of submission of bids or makes any modification in the terms &
conditions of the tender which is not acceptable to the department then the
Government shall without prejudice to any other right of remedy, be at liberty to
forfeit 100% of the earnest money absolutely irrespective of letter of acceptance for
the work is issued or not.
(iii) Withdrawal of the tender, by the tenderer, shall only be made through e-tender
portal. Any other method i.e. through letter / e-mail etc. shall not be considered.
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
16
(iv) In case of forfeiture of earnest money as prescribed in para (i) and (ii) above, the bidders
shall not be allowed to participate in the rebidding process of the same work.The tender
inviting authority gets intimation through SMS and email in this regard.
19. This Notice inviting bid shall form a part of the contract document. The successful
Tenderer/contractor, on acceptance of his tender by the Accepting Authority, shall, within 15
days from the stipulated date of start of the work, sign the contract consisting of:-
(a) The notice inviting bid, all the documents including additional conditions, specifications and
drawings, if any, forming part of the tender as uploaded at the time of invitation of tender and
rates quoted online at the time of submission of bid and acceptance thereof together with any
correspondence leading thereto.
(b) Standard C.P.W.D Form 7 (or other Standard C.P.W.D. Form as applicable)
20.1.7 Security Deposit will be worked out separately for each component corresponding to the
estimated cost of the respective component of works. The Earnest Money will become part of
the security deposit of the major components of work.
20.1.8 The main contractor has to associate agency(s) for spescialized components(s) conforming to
eligibility criteria as defined in the bid document and has to submit detail of such agency(s) to
Engineer-in-charge of relevant component(s) within prescribed time. Name of the agency(s) to
be associated shall be approved by Engineer-in-charge of relevent 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 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.
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
17
20.1.10 The main contractor has to enter into MOU with agencyr(s) associated by him). Copy of such
MOU shall be submitted to EE/DDH in charge of each relevant component as well as to EE-
in-charge of major component. In case of change of associate contractor, the main contractor
has to enter into MOU with the new contractor associated by him.
20.1.11 Running payment for the major component shall be made by EE of major discipline to the
main contractor. Running payment for minor components shall be made by the Engineer-in-
charge of the discipline of minor component directly to the main contractor.
20.1.12A. The Composite work shall be treated as complete when all the components of the work
are complete. The completion certificate of the composite work shall be recorded by
Engineer-in-charge of major component after record of completion certificate of all
other components.
20.1.12B. Final bill of whole work shall be finalized and paid by the EE of major component.
Engineer(s) in charge of minor component(s) will prepare and pass the final bill for their
component of work and pass on the same to the EE of major component for including in the
final bill for composite contract.
20.1.13 No advance payment is allowed in maintenance work, irrespective of the value of work.
21. The intending bidders are required to update their profile in CPWD e-tender portal and to
uploade their bids well in advance of last date of submission of tender. Any issue related to
updating profile/ uploading tender can be resolved through the concerned Executive
Engineer/Assistant Engineer (Phone No. 011-23379087, E-mail Id:- deleerdiv.cpwd@gov.in or
ERP help line No. 18001803286 or e-mail id CPWD.support@techmahindra.com. The e-
tendering bidders are also advised not to wait to raise any issues till the last date of submission
of bid their own interest.
22. If the exigencies of the work so demand, the Engineer-in-charge may allow payment to a third
party, who is creditor to the contractor, after fulfilling the conditios under clause 7B of
Schedule A to F.
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
18
---------------BLANK---------------
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
19
1. The Executive Engineer of all divisions of CPWD should receive the original EMD for tender of
other division.
2. The NIT approving authority/EE at the time of issue of NIT shall also fill and upload the
following prescribed format of receipt of deposition of original EMD along with NIT:-
(*To be filled by NIT approving authority/ EE at the time of issue of NIT and uploaded along with NIT)
3. The Executive Engineer receiving EMD in original form shall examine the EMD deposited by the
bidder and shall issue a receipt of deposition of earnest money to the agency in a given format
uploaded by tender inviting EE. The receipt may be issued by the AE(P)/AE/AAO.
4. The Executive Engineer receiving original EMD shall also intimate tender inviting Executive
Engineer about deposition of EMD by the agency by email/fax/telephonically.
5. The original EMD receiving Executive Engineer shall release the EMD after verification from the
e-tendering portal website (www.etender.cpwd.gov.in.>tender free view>advance search>awarded
tenders) that the particular contractor is not L-1 tenderer and work is awarded.
6. The tender inviting Executive Engineer will call for original EMD of the L-1 tenderer from EMD
receiving Executive Engineer immediately.
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
20
---------------BLANK---------------
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
21
ds-yks-fu-fo-/C.P.W.D.-7
Hkkjr ljdkjGOVERNMENT OF INDIA
dsUnzh; yksd fuekZ.k foHkkxCENTRAL PUBLIC WORKS DEPARTMENT
jkT;STATE :- New Delhi. ifjeaMyCIRCLE:- Delhi Circle-II
“kk[kkBRANCH :- B&R eaMy DIVISION :- ‘R’- Division
v-egk-¼fn-½ADG (D)
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
22
fufonk TENDER
eSaus@geus dk;Z ds fy, fufonk vkea=.k lwpuk] vuqlwph d][k]x]?k] M-] vkSj p] ykxw fofunsZ'k] uD'ks
,oa fMtkbu] lkekU; fu;e ,oa funsZ'k] Bsds ds mica/k] fof'k"V 'krsZ] nj vuqlwph ,oa vU; dkxtkr
rFkk Bsds dh 'krksZ esa fn, x, fu;e rFkk fufonk dkxtkr esa mfYyf[kr vU; ckrksa dks i<+ o tkap
fy;k gSA
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, clause 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 documents
for the work.
eS@ge] ,rr~}kjk Hkkjr ds jk"Vªifr ds fy, vuqlwph ^p* esa fofufnZ"V le; ds Hkhrj fofufnZ"V dk;Z]
;Fkk&ek=kvksa dh vuqlwph rFkk lHkh lacfa /kr fofunsZ'kksa] fMtkbuksa] uD'kkas ds vuq:i rFkk lkekU;
fu;ekoyh ds fu;e&1 vkSj Bsds dh 'krksZ ds [kaM&11 esa mfYyf[kr fyf[kr vuqns'kksa ,oa ,slh lkefxz;ksa]
tks iznku dh tkrh gS vkSj mlds lac/a k esa] ,slh 'krsZ tks ykxw gks] ds vuq:i fu"iknu gsrq fufonk nsrk
gwa@nsrs gS A
I/We hereby tender for the execution of the work specified for the President of India within the
time specified in Schedule ’F’, viz., schedule of quantities and in accordance in all respects
with the specifications, designs, drawings and instructions in writing referred to in Rule-1 of
General Rules and Directions and in Clause 11 of the Conditions of contract and with such
materials as are provided for, by, and in respects in accordance with, such conditions so far as
applicable.
ge fufonk dks] blds [kksys tkus dh vfUre rkjh[k ls 30 fnu ¼rhl½ fnu ds fy, [kqyk j[kus rFkk
bldh 'krksZ ,oa fuca/kuksa esa fdlh izdkj dk ifjorZu u djus ds fy, lger gSaA
We agree to keep the tender open for Thirty Days (30) days from the due date of its opening
and not to make any modifications in its terms and conditions.
#- ------------------------------dh /kujkf'k] /kjksgj jkf'k ds #Ik esa udn@V~stjh pkyku jlhn@vuqlwfpr cSad dh
ekWx tek jlhn@vuqlwfpr cSad dh lko/kh tek jlhn@ vuqlwfpr cSad ds fMekaM MªkQV@vuqlwfpr
cSad }kjk tkjh cSad xkjaVh ds #Ik esa ,rn~}kjk vxzsf"kr dh tkrh gSA ;fn eSa@ ge fu/kkZfjr fu"iknu
xkjaVh dks fu/kkZfjr le; vof/k esa izLrqr djus esa vlQy jgrs gSa rks eSa@ge ;g eatwj djrs gSa fd
Hkkjr ds mDr jk"Vz~ifr ;k muds dk;kZy; ds mRrjkf/kdkjh fdlh vU; vf/kdkjh ;k mipkjh mik; ij
izfrdwy izHkko Mkys fcuk mDr /kjksgj jkf'k tCr djus ds fy, iw.kZr;k Lora= gksxAsa blds vykok]
;fn eSa@ge fofufnZ"V dk;Z izkjEHk djus ds vlQy jgrs gSa rks eSa@ge ;g eatwj djrs gSa fd Hkkjr
ds jk"Vªifr ;k muds dk;kZy; ds mRrjkf/kdkjh dkuwu esa miyC/k fdlh vU; vf/kdkj ;k mipkjh
mik; ij izfrdwy izHkko Mkys fcuk mDr /kjksgj jkf'k] rFkk fu"iknu xkjaVh tCr djus ds fy, iw.kZr;k
Lora= gksxas vU;Fkk mDr /kjksgj jkf'k fufonk dkxtkr ds vuqlkj mlesa fufgr 'krksZa o fuca/kuksa ds
vuqlkj dk;ksZa ds fu"iknu ,oa vkfn’V fopyuksa dks vuqlwph ^p^ esa of.kZr izfr'kr ls vuf/kd o fufonk
izi= ds [k.Mksa 12-2 o 12-3 esa fufgr izko/kkuksa ds vuqlkj fuf'pr dh tkus okyh njksa ij ml lhek
ls vf/kd ds fopyuksa ds djus ds fy, muds }kjk izfrHkwfr&fu{ksi ds #Ik esa jksd yh tk;sxhA blds
vfrfjDr eSa@ge lger gSa fd c;kuk jkf’k ;k c;kuk jkf’k rFkk mi;qZDr fu"iknu xkjaVh tCr gks tkus
ds ekeys esa eq>s@gesa dk;Z dh iqu% fufonk izfdz;k esa Hkkx ysus ls jksd fn;k tk,xkA
A sum of`12,65,470/-is here by forwarded in Cash /Receipt Treasury Challan /Deposit at call
Receipt of a Scheduled Bank /fixed deposit receipt of schedule bank/demand draft of a
Scheduled bank/Bank Guarantee issued by a schedule bank, as earnest money. If I/we, fail to
furnish the prescribed performance guarantee within prescribed period. I/we agree that the
said President of India or his successors in office shall without prejudice to any other right or
remedy, be at liberty to forfeit the said earnest money absolutely. Further, if I/we fail to
commence work as specified, I/we agree that President of India or his successors in office
shall without prejudice to any other right or remedy, be at liberty to forfeit the said earnest
money 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.
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
23
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
24
---------------BLANK---------------
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
25
(2) If the contractor having been notified of the acceptance of his tender by the
Engineer-in-Charge:
(a) fails or refuses to execute the Form of Agreement in accordance with the
Instructions to contractor, if required; OR
(b) fails or refuses to furnish the Performance Guarantee, in accordance with
the provisions of tender document and Instructions to contractor, OR
(c) fails or refuses to start the work, in accordance with the provisions of the
contract and Instructions to contractor, OR
(d) fails or refuses to submit fresh Bank Guarantee of an equal amount of
this Bank Guarantee, against Security Deposit after award of contract.
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 to be worked out on the basis of validity period of 6 months from last date of
receipt of tender
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
26
------------------BLANK----------------
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
27
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
28
by reason of any such variation or extension being granted to the said contractor or for
any forbearance, act of omission on the part of the Government or any indulgence by the
Government to the said contractor or by any such matter or thing whatsoever which
under the law relating to sureties would, but for this provision, have effect of so
relieving us.
6. We,………… (indicate the name of the Bank)……………., further agree that the
Government at its option shall entitled to enforce this Guarantee against the Bank as a
principal debtor at the first instance without proceeding against the contractor and
notwithstanding any security or other guarantee the government may have in relation to
the contractor’s liabilities.
7. This guarantee will not be discharged due to the change in the constitution of the Bank
or the contractor.
8. We, …………(indicate the name of the Bank)………, undertake not to revoke this
guarantee except with the consent of the government in writing.
9. This Bank Guarantee shall be valid upto…………… unless extended on demand by the
Government. Notwithstanding anything mentioned above, our liability against this
guarantee is restricted to Rs………..(Rupees…………….only) and unless in writing is
lodged with us within the date of expiry or extended date of expiry of this guarantee, all
our liabilities under this guarantee shall stand discharged.
Date………….
Witness.:
1. Signature …………. Authorized signatory
Name and Address Name
Designation
Staff Code No.
Bank seal
2. Signature……….
Name and address
*Date to be worked out on the basis of validity period of 90 days where only financial bids are
invited and 180 days for two /three bids system from the date of submission of tender.
**In Paragraph 1, strike out the portion not applicable. Bank Guarantee will be made either
for earnest money or for performance guarantee/ security deposit/mobilization advance, as
the case may be.
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
29
During this period of guarantee, the guarantor shall make good all defects and in case of
any defectbeing found render the building water proof to the satisfaction of the Engineer-in-
charge at his cost andshall commence the work for such rectification within seven days from the
date of issue of the notice fromthe Engineer-in-charge calling upon him to rectify the defects
failing which the work shall be got done bythe Department by some other contractor at the
GUARANTOR’S cost and risk. The decision of theEngineer-in-charge as to the cost, payable
by the Guarantor shall be final and binding.
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
30
That if the Guarantor fails to execute the water proofing or commits breach thereunder,
then theGuarantor will indemnify the Principal and his successors against all loss, damage, cost,
expense orotherwise which may be incurred by him by reason of any default the part of the
GUARANTOR inperformance and observance of this supplementary agreement. As to the
amount of loss and / or damageand /or cost incurred by the Government the decision of the
Engineer-in-charge will be final and bindingon the parties.
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
31
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
32
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
33
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
34
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
35
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
36
NOTIFICATION
And whereas, to make these rules more effective and to improve the collection,
segregation, recycling, treatment and disposal of solid waste in an environmentally
sound manner, the Central Government reviewed the existing rules and it was
considered necessary to revise the existing rules with an emphasis on the roles and
accountability of waste generators and various stakeholders, give thrust to segregation,
recovery, reuse, recycle at source, address in detail the management of construction
and demolition waste.
And whereas, the draft rules, namely, the Solid Waste Management Rules, 2015 with a
separate chapter on construction and demolition waste were published by the Central
Government in the Ministry of Environment, Forest and Climate Change vide G.S.R.
451 (E), dated the 3rd June, 2015 inviting objections or suggestions from the public
within sixty days from the date of publication of the said notification; and Whereas, the
objections or suggestions received within the stipulated period were duly considered by
the Central Government;
(1) These rules shall be called the Construction and Demolition Waste Management
Rules, 2016.
(2) They shall come into force on the date of their publication in the Official Gazette.
Application: -The rules shall apply to every waste resulting from construction, re-
modelling, repair and demolition of any civil structure of individual or organization or
authority who generates construction and demolition waste such as building materials,
debris, rubble.
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
37
(c) "Construction and demolition waste" means the waste comprising of building
materials, debris and rubble resulting from construction, re-modelling, repair and
demolition of any civil structure;
(e) “demolition” means breaking down or tearing down buildings and other
structures either manually or using mechanical force (by various equipment) or
by implosion using explosives
“Service provider’ means authorities who provide services like water, sewerage,
electricity, telephone, roads, drainage etc. often generate construction and
demolition waste during their activities, which includes excavation, demolition
and civil work;
(2) Words and expressions used but not defined herein shall have the same
meaning defined in the ACT.
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
38
2. The generator shall ensure that other waste (such as solid waste) does not get
mixed with this waste and is stored and disposed separately.
3. Waste generators who generate more than 20 tons or more in one day or 300
tons per project in a month shall segregate the waste into four streams such as
concrete, soil, steel, wood and plastics, bricks and mortar and shall submit
waste management plan and get appropriate approvals from the local authority
before starting construction or demolition or remodeling work and keep the
concerned authorities informed regarding the relevant activities from the
planning stage to the implementation stage and this should be on project to
project basis.
4. Every waste generator shall keep the construction and demolition waste within
the premise or get the waste deposited at collection centre so made by the local
body or handover it to the authorized processing facilities of construction and
demolition waste; and ensure that there is no littering or deposition of
construction and demolition waste so as to prevent obstruction to the traffic or
the public ordains.
5. Every waste generator shall pay relevant charges for collection, transportation,
processing and disposal as notified by the concerned authorities; Waste
generators who generate more than 20 tons or more in one day or 300 tons per
project in a month shall have to pay for the processing and disposal of
construction and demolition waste generated by them, apart from the payment
for storage, collection and transportation. The rate shall be fixed by the
concerned local authority or any other authority designated by the State
Government.
1. The service providers shall prepare within six months from the date of
notification of these rules, a comprehensive waste management plan covering
segregation, storage, collection, reuse, recycling, transportation and disposal of
construction and demolition waste generated within their jurisdiction.
2. The service providers shall remove all construction and demolition waste and
clean the area every day, if possible, or depending upon the duration of the
work, the quantity and type of waste generated, appropriate storage and
collection, a reason able time frame shall be worked out in consultation with the
concerned local authority.
3. In case of the service providers have no logistics support to carry out the work
specified in subrules (1) and (2), they shall tie up with the authorized agencies
for removal of construction and demolition waste and pay the relevant charges
as notified by the local authority.
(6) Duties of local authority-The local authority shall
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
39
2. Chalk out stages, methodology and equipment, material involved in the overall
activity and final cleanup after completion of the construction and demolition
5. Shall get the collected waste transported to appropriate sites for processing and
disposal either through own resources or by appointing private operators
7. Shall examine and sanction the waste management plan of the generators
within a period of one month or from the date of approval of building plan,
whichever is earlier from the date of its submission
8. Shall keep track of the generation of construction and demolition waste within its
jurisdiction and establish data base and update once in a year
11. Shall make provision for giving incentives for use of material made out of
construction and demolition waste in the construction activity including in non-
structural concrete, paving blocks, lower layers of road pavements, colony and
rural roads.
(7) Criteria for storage, processing or recycling facilities for construction and
demolition waste land application of construction and demolition waste
and its products-
1. The site for storage and processing or recycling facilities for construction and
demolition waste shall be selected as per the criteria given in Schedule;
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
40
2. The operator of the facility as specified in sub- rules (1) shall apply in Form I for
authorization from State Pollution Control Board or Pollution Control Committee.
3. The operator of the facility shall submit the annual report to the State Pollution
Control Board in Form II.
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
41
Duties of the Central Pollution Control Board- (1) The Central Pollution Control
Board shall, -
analyze and collate the data received from the State Pollution Control Boards or
Pollution Control Committee to review these rules from time to time;
coordinate with all the State Pollution Control Board and Pollution Control Committees
for any matter related to development of environmental standards;
forward annual compliance report to Central Government before the 30thAugust for
each financial year based on reports given by State Pollution Control Boards of
Pollution Control Committees.
The Ministry of Urban Development, and the Ministry of Rural Development, Ministry of
Panchayat Raj, shall be responsible for facilitating local bodies in compliance of these
rules;
The Ministry of Environment, Forest and Climate Change shall be responsible for
reviewing implementation of these rules as and when required.
Time frame for implementation of the provisions of these rules-The timeline for
implementation of these rules shall be as specified in Schedule-III:
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
42
Schedule I
Criteria for Site Selection for Storage and Processing or Recycling Facilities for
construction and Demolition Waste [SeeRule7(1)]
The concerned department in the State Government dealing with land shall be
responsible for providing suitable sites for setting up of the storage, processing and
recycling facilities for construction and demolition and hand over the sites to the
concerned local authority for development, operation and maintenance, which shall
ultimately be given to the operators by Competent Authority and wherever above
Authority is not available, shall lie with the concerned local authority.
The Local authority shall co-ordinate (in consultation with Department of Urban
Development of the State or the Union territory) with the concerned organizations for
giving necessary approvals and clearances to the operators.
Construction and demolition waste shall be utilized in sanitary landfill for municipal
solid waste of the city or region as mentioned at Schedule of these rules. Residues
from construction and demolition waste processing or recycling industrie shall be land
filled in the sanitary land fill for solid waste.
The processing or recycling shall be large enough to last for 20-25 years (project
based on-site recycling facilities).
The processing or recycling site shall be away from habitation clusters, forest areas,
water bodies, monuments, National Parks, Wetlands and places of important cultural,
historical or religious interest.
Processing or recycling site shall be fenced or hedged and provided with proper gate to
monitor incoming vehicles or other mode soft transportation.
Provisions of weigh bridge to measure quantity of waste brought at land fill site, fire
protection equipment and other facilities as may be required shall be provided.
provision for treatment of effluent if any, to meet the discharge norms as per
Environment (Protection) Rules, 1986.
Work Zone air quality at the Processing or Recycling site and ambient air quality at the
vicinity shall be monitored.
The measurement of ambient noise shall be done at the interface of the facility with the
surrounding area, i.e., at plant boundary.
The following projects shall be exempted from the norms of pollution from dust and
noise as mentioned above:
For construction work, where atleast 80 percent construction and demolition waste is
recycled or reused in-situ and sufficient buffer area is available to protect the
surrounding habitation from any adverse impact.
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
44
Schedule II
Application of materials made from construction and demolition waste and its products. [See
Rule 7(3)]
1 Drainage layer in leach ate collection Only crushed and graded hard material
systemat bottom of Sanitary Land fill (stone, concrete etc.) shall be used having
Gas Collection Layer above the waste coarse sand size graded material (2mm –
at top of Sanitary Land fill and 4.75mm standard sieve size) Since the
Drainage Layer in top Cover System coarses and particles will be angular in
above Gas Collection Layer of Sanitary shape (and no trounded as for river bed
Land fill for capping of sanitary land sand), protection layers of non-woven geo-
fill or dumpsite, drainage layer at the textiles may be provided, wherever required,
top to prevent puncturing of adjacent layers or
components.
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
45
Schedule III
Sl. No. Compliance Criteria Cities with Cities with Cities with
population of 01 population of 0.5- population of less
million and 01 million than 0.5 million
above
implementation of the
facility
*The time Schedule is effective from the date of notification of these rules.
To
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
46
Name of the local authority or name of the agency: appointed by the municipal
authority
Correspondence address telephone No. Setting up of processing or recycling
facility of construction and demolition
waste
Nodal Officer and designation (Officer
authorized by the competent authority or
agency responsible for operation of
processing or recycling or disposal facility
Authorisation applied for (Please tick
mark)
Detailed proposal of construction and
demolition waste processing or recycling
facility to include the following
Location of site approved and allotted by
the Competent authority. Average
quantity (in tons per day) the composition
of construction and demolition waste to
be handled at the specific site.
Details of construction and demolition
waste processing or recycling technology
to be used. Quantity of construction and
demolition waste to be processed per
day.
Site clearance from prescribed authority.
Salient Points of agreement between
competent authority or local authority and
operating agency (attach relevant
document).
Plan for utilisation of recycled product
Expected amount of process rejects and
plan forits disposal (e.g. sanitary land fill
for solid waste). Measures to be taken for
prevention and control of environmental
pollution.
Investment on project and expected
returns. Measures to be taken for safety
of workers working in the processing or
recycling plant.
Any preventive plan for accident during
the collection, transportation and
treatment including processing and
recycling should be informed to the
competent authority (Local Authority) or
prescribed Authority.
Form-II
FileNo.:
Date:
To,
The State Pollution Control Board or Pollution Control Committee after examining
the proposal here by authorizes having their administrative office at
to set up and operate construction and demolition waste processing
facility at on the terms and conditions (including the standards to comply)
attached to this authorisation letter.
The validity of this authorization is till. After expiry of the validity period, renewal of
authorization is to be sought.
The State Pollution Control Board or Pollution Control Committee may, at any time,
for justifiable reason, revoke any of the conditions applicable under the authorization
and shall communicate the same in writing.
Any violation of the provision of the construction and demolition Waste Management
Rules, 2016 shall attract the penal provision of the Environment (Protection) Act,1986
(29 of 1986).
Population…………………
Fax………………………….
Email ID………………………………….
Website………………………………….
Name of In-charge or Nodal Officer dealing with construction and demolition wastes
management with designation ………………………………………………
Total quantity of construction and demolition waste generated during the whole year
in metricton
Any figures for lean period and peak period generation per day…………………...
Total quantity of construction and demolition waste collected per day Any Processing
/Recycling Facility set up in the city……………………………
Total quantity of construction and demolition waste processed / recycled (in metric
ton) Non-structural concrete aggregate:
Manufactured sand:
GSB:
Total quantity of Construction & Demolition waste disposed by land filling without
processing (last option) or filling low lying areas
Area used:
Whether construction and demolition waste used in sanitary landfill (for solid waste)
as per Schedule III: Yes/No
Storage facilities
Whether Area or location or plot or societies collection is Practiced (if yes, whether
done by
Storage Bins:
Whether all storage bins/collection spots are attended for daily lifting: Yes No
Whether lifting of Construction & Demolition Waste from Storage bins is manual or
mechanical
(Please tick mark) please specify mode: Manual Mechanical Others, and equipment
used (specify equipment)
3. Transportation
Truck :
Truck-Hydraulic:
Tractor-Trailer:
Dumper-placers:
Tricycle:
Refuse-collector:
4. Whether any proposal has been made to improve Construction and Demolition
waste management practices
Have any efforts been made to involve PPP for processing of Construction &
Demolition waste: If yes, what is (are) the technologies being used, such as:
-------------------------------------------------------------------------------------------------
-------------------------------------------------------------------------------------------------
Dry Process:
Wet Process:
Others, if any:
Please specify:
How many slums are provided with construction and demolition waste receptacles
Addition:NIL Correction:NIL Overwriting:NIL Deletion:NIL AE(C) AE(E) SE, DC-II
51
Facilities:
Are municipal magistrates appointed for taking penal action for non-compliance with
these rules: Yes/ No
[If yes, howmany cases registered & settled during last three years (give year wise
details)]
To,
The Chairman,
Place:
Form–V [SeeRule14]
Accident reporting
Prescribed Authority
Place: Designation
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
54
Sl. No..................
IDENTITY CARD
1. This Card is valid only for specified
working place/place of duty. Name of Worker
Designation
Registration No.: -
VALID UPTO: -
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
55
18. Articles manufactured by the reputed firms and approved by Engineer-in-Charge shall only be
used. Only articles classified, as ‘first quality’ by the manufacturer shall be used unless otherwise
specified. In case articles bearing ISI, certifications not available in the market, quality of samples
brought by the contractor shall be judged by standards laid down in the relevant CPWD
specifications. For the items not covered by CPWD specifications, relevant BIS standards shall
apply. The sample of materials to be brought to site for use in work shall be got approved from the
Engineer-in-Charge be for actual execution of work.
19. The quantities of any item shall not be exceeded beyond the agreement quantities without prior
per mission of Engineer-in-Charge.Deviation in quantities done on the order of other than the
Engineer-in-charge shall not be measure and paid for.
20. Statutory applicable recoveries such as on account of GST, Income tax, Surcharge, Construction
Worker’s Welfare Cess etc. as applicable from time to time shall be made from the gross amount
of Running A/c Bill and Final Bill of the contractor.
21. The contractor shall make his own arrangement for getting the permission for entry/movement of
trucks /vehicles carrying materials for the site from the traffic police. The Contractor shall give
due notices to Municipality, Police and/ or other authorities under intimation to the Engineer-in-
Charge that may be required under the law/rules under force and obtain all requisite licenses for
temporary obstructions/ enclosures and pay all charges which may be liable on this account of the
execution of the work under the agreement. Nothing extra shall be payable on this account.
22 No payment shall be made to the contractor for any damage caused by rain, snow fall, floods or
any other natural causes what so ever during the execution of work. The damage caused to work
shall have to be made good by the contractor at his own cost and no claim on this account shall
been entertained.
23. Some restrictions may be imposed by the security staff etc. on the working and or movement of
labour and materials in the sensitive or any specified campuses etc., the contractor shall be bound
to follow all such restrictions / instructions and it will be assumed that the contractor is fully agree
to these restrictions at site and bidding at these impositions in mind, hence nothing extra shall be
payable on this account to the contractor.
24. The contractor shall take all precautions to avoid accidents by exhibiting necessary caution boards.
He shall be responsible for all damages and accidents caused due to negligence on his part. No
hindrance shall be eligible caused due to traffic during the execution of the work by storing
materials on the road.
25. The contractor shall be fully responsible for the safe custody of the material issued or brought by
him to site for execution of this work.
26. The rate for all items of work shall, unless otherwise clearly specified, include cost of all labour,
material and other inputs such as contractor profit and overheads, GST, labour cess and water cess
etc. involved in the execution of the items.
27. The order of preference in case of any discrepancy as indicatedin condition no.8.1 under
“Conditions of Contract” given in the General Conditions of contract for C.P.W.D. work 2023
(Maintenance Works) form may be read as the following.
a) Description of Schedule of Quantities.
b) Additional Condition, Particular Specifications, and Special Conditions, if any.
c) Architectural Drawings
d) CPWD Specifications with up-to-date correction slips.
e) Indian Standard Specifications/ BIS
f) Sound engineering practice.
28. Any reference made to any Indian Standard Specifications in these documents, shall imply to the
latest version of that standard, including such revisions /amendments as issued by the Bureau of
Indian Standards up to last date of receipt of tenders. The contractor shall keep all such
publications of relevant Indian Standards applicable to the work at site at his own cost.
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
57
29. The contractor will not have any claim in case of any delay by the Engineer-in-Charge in removal
of trees or shifting, removing of telegraph, telephone or electric lines (over head or under ground),
water and sewer lines and other structure which may cause hindrance in start of work/ during
execution etc. However, suitable extension of time can be granted to cover such delay as per
proper documentary / videographic or any other suitable means of claims.
30. The contractor shall clean the site thoroughly including removal of scaffolding materials, rubbish,
equipments, any other material/T&Ps left out of this work and shall dress the site around the
building/premises to the complete satisfaction of the Engineer-in-charge before the work is treated
as completed.
31. For unsatisfactory / not attending to the required / specified work as directed by the Engineer-in-
Charge then the Engineer-in-charge reserves his rights to levy compensation in accordance with
the scale of non-conformity and the period for which this non-conformity continued.
32. Watch & Ward of the quarters/building premises during start and physical hand over of the work
shall be the responsibility of the agency. Nothing extra shall be paid on this account.
33. The contractor shall comply with proper and legal order and directions of the local or public
authority or Municipality and abide by their rules and regulations and pay all fee and charges
which he may be liable.
34. The work shall be carried out in a manner complying in all respects with the requirements of
relevant bye laws of the local bodies, labour laws, minimum wages act, work men compensation
act and other statutory laws enacted by Central Govt. as well as State Govt from time to time.
35. The contractor shall depute Engineers for Civil & Electrical Works as per the provisions
mentioned in the Schedule F of the agreement.
36. During the period of execution of work and extended period any unauthorized construction/
occupation in Govt. buildings/ Govt Land is to be reported immediately to the JE-in-charge and
demolish the same by the contractor through his labour /staff in consultation with JE-in-Charge
and submit monthly status of unauthorized construction/occupation by physical survey of entire
campus.
37. The contractor shall provide necessary barriers, warning signals and other safety measures while
executing the work or wherever necessary so as to avoid accidents. He shall also indemnify
CPWD against claims for compensation arising out of negligence in this respect. Contractor shall
be liable, in accordance with the Indian law and Regulations for any accidents which occurr due to
negiligence of the contractor or his representative or his man power etc. in any cause.
38. Any damage to other property/buildings/third party caused due to negligence of contractor during
the routine maintenance work /this work shall be of firm’s responsibility. The firm has to make
this good the same his own risk and cost.
39. The Contractor shall employ their regular staff in the works and credentials of employees shall
have to be given by the Contractor. No claim of Contractors’ employees/staff employedfor subject
work in any form shall be entertained by the department. Police verification of every staff
deployed by the Contractor shall begot done by the Contractor compulsorily and a copy of police
verification shall be provided to Engineer-in-Charge after which an identity card duly
countersigned by Engineer-in-Charge or his representative shall beissuedto each employee of the
Contractor for proper identification. If he fails to do so, the department shall recover per person
per day for this default from the monthly bill.
40. The employee/worker engaged by the Contractor under this contract shall wear neat and clean
uniforms alongwith name badges and CPWD Logo as approved by Engineer-in-Charge.The
Contractor shall also provide the basic PPEs (Personal Protection Equipments)/Safety equipments
like Helmet, Safety belt/ harness, Safety Shoes, Gloves etc. to each worker and supervisor,
whosoever is exposed to such hazardous activities.
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
58
41. All T&P including tile cutter machine, trowel, glass cutter, hammers, Chase cutting equipment,
Drilling machine and other unforeseen equipments etc. required for the work shall have to be
arranged by the Contractor. No T&P shall be issued by the Department.
42. Unless otherwise specified, the agreement rates for all items of work of the schedule of quantities
will be including for all heights, depths, leads and lifts involved in the execution of work.
43. The Contractor shall make his own arrangements for obtaining electric connection for carrying out
any maintenance activity and make necessary payment directly to the department concerned. In the
absence of electric connection or failure of power supply, the Contractor shall make his own
arrangement of silent type generators.
44. The Contractor shall comply with proper and legal orders and directions of the local or public
authority or Municipality and abide by the rules and regulations and pay all fees and charges of
which he may be liable.
45. The Contractor shall give due notices to Municipality, Police and/ or other authorities that may be
required under the law /rules under force and obtain all requisite licenses for temporary
obstructions/enclosures and pay all charges which may be leviable on account of his execution of
the work under the agreement. Nothing extra shall be payable on this account.
46. Other agencies may also be simultaneously executing some other work entrusted to them by the
Engineer-in-charge and the Contractor shall offer necessary co-operation wherever required to
these agencies so as not tointerfere with or hinder the progress or completion of the work being
performed by other Contractor (s). He 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
Contractors, or he shall arrange his work with that of theothers in an acceptable and coordinated
manner and shall perform it in proper sequence to the complete satisfaction of Engineer-in-charge.
47. On account of security consideration, there could be some restrictions on the working hours,
movement of vehicles for transportation of materials, the contactor shall be bound to follow all
such restrictions and adjust the programme for execution accordingly.
48. All the malba or rubbish obtained from dismantling or otherwise during the execution of the work
shall be brought down through the stair case or any other suitable means and shall not be thrown to
the ground or any other of campus directly from first floor or second floor etc. Malba rubbish
generated due to any operation from houses and their open spaces whatsoever shall be disposed off
on daily basis by the Contractor to the specified common dumping point at site. After the
collection of full truck loaded at dumping point, the said malba (approx. 4.5 cubic metres or actual
conditions) shall be disposed off on same day by the Contractor to the authorized municipal
dhalao/ dumping ground and nothing extra shall be paid on this account. The dumping point
should be properly barricaded at all the time and should not give an ugly look. The Malba/rubbish
kept inside the dumping point should be covered with sheet or any other suitable material to avoid
dust pollution. In case of non-removal/disposal in the specified period, a recovery of Rs.2000/-
(Rupees Two Thousand) per day shall be recovered from the Contractor after issuing notice in
writing by the Engineer -in-charge of work or his representative. If the malba is not removed
within three days of notice, the same shall be got removed by the department at the risk and cost of
the Contractor and the amount shall be recovered from the bill of Contractor. This is in addition to
the recovery of Rs. 2000/- per day for delay in removal of malba.
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
59
49. No residential accommodation shall be provided to any of the staff engaged by the Contractor. The
Contractor shall also not be allowed to erect any temporary set up for staff in the campus for this
purpose. The Contractor shall depute required Technical Staff each for civil / electrical works as
per Clause 36 of Schedule F.
50. Any dismantled material received after attending any complaint in lieu of new material provided
shall be the property of the Contractor and a recovery for the same will be made from the bill of
the Contractor at the rate quoted by him if the nature of work allow this.
51. The Contractor shall be provided with an inventory list of items if such needed in the campus to be
maintained then the Contractor shall be responsible for watch and ward of such items. If any loss
occurred due to negligence of these instructions by the contractor then all will be made good by the
Contractor at his own cost. The decision of Engineer-in-Charge in this respect shall be final and binding
on the Contractor.
52. No work shall be carried out in any buildings / rooms or part thereof without the prior approval of
the Engineer-in-Charge.
53. The contractor has to keep the sensitiveness of site in mind for execution of the work and
deployment of staff.
54. The contractor will be fully responsible for the conduct of the staff deputed at site. The Engineer-
in-Charge reserves the right to remove/ terminate the services of any worker without assigning any
reason whatsoever.
55. The contractor shall provide his mobile number, official/ personnel email address or the mobile
number of his representative to the Engineer-in-Charge for ease of communication with the
controlling staff. Contractor or his authorized representative shall ensure connectivity on phone
round the clock.
56. No claims of the labours shall be entertained by the Department including that of providing
employment, regularization of services etc.
57. Safety codes and Labour Regulations: - In respect of all labour employed directly or indirectly
onthe work for the performance of the contractor’s part of work, the contractor at his own expense,
will arrange for safety provision as per the statutory provisions, B.I.S. recommendations, factory
act, workman’s compensation act, CPWD code and instructions issued from time to time. Failure
to provide such safety requirement would make the firm liable for penalty as decided by Engineer-
in-charge. This office will not be responsible for any mishap, injury/death of the staff.
58. Contractor shall follow Standard Operating Procedure for Cleaning of Sewers and Septic Tanks
issued by MoHUA, Govt.Of India and relevant guidelines issued by local bodies.
59. Contractor shall pay fortnightly/monthly payment to staff through Bank or ECS or online transfer.
60. Contractor shall submit fortnightly labour report along with details of payment made to staff
engaged for this work in two copies. Payment details shall include name of worker, bank account
details, amount due, amount paid and transaction number etc.
61. Contractor shall make payment to workers at the rates not less than the prevailing rates payable as
per minimum labour rates published by the office of Chief Labour Commissioner (C),
Governement of India, New Delhi.
62. The contractor has to supply and maintain log book and record all the operational & routine
maintenance parameters, which should be signed by the operational staff/ authorized signatory
deputed by him or by himself. Contractor or his operational staff/ authorized signatory shall sign
“for (Name of contractor) ...….by fixing a rubber stamp every time he signed.
63. Deputed staff should strictly follow the instructions of CPWD Maintenance charter.
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
60
64. All the workers shall be less than 60 years age preferably.
65. All the materials to be used at site shall be of preferred make only and shall be got approved from
Engineer-in-charge before use.
66. After completion of the contract the firm shall have to handover complete installation to the
department in good working condition all defects and deficiencies shall have to be rectified by the
firm to the entire satisfaction of Engineer-in-charge, failing which the necessary work as required
to rectify these defects or deficiencies shall be got done at the risk and cost of the firm.
67. The Engineer-in-Charge shall not be precluded or stopped from taking any measurements, and
framing of estimates or detaining any certificates made either before or after the completion and
acceptance of the work and payment, from showing the true amount and character of the works
performed and materials furnished by the Contractor and from showing that any such
measurements, estimates or certificates untrue or incorrectly made and that Engineer-in-
charge shall not be precluded or stopped from recovering from the Contractor such damages as it
may be sustained by reasons of his failure to comply with the terms and conditions of the contract.
68. The tenderers shall take into account the element of wastage(s) those are likely to be there in all
elements of the work and quote his price, taking that into account. The tenderers shall study all the
items from the point of view of wastage(s), which are likely to take place.
69. The rates quoted by the contractor shall be taken as net and nothing extra shall be paid on any
account i.e. royalty, carriage, sales tax and stacking at required place etc.
70. All materials obtained from Govt. stores or otherwise shall be got checked by the Junior Engineer-
in-charge of the work on receipt of the same at site of work before use.
71. The contractor has to make his own arrangement for all T & P like ladders, ghoree, sutli, empty
containers, brushes and paper, kuchies etc. required for work and nothing extra shall be paid for
the same.
72. In case it is found that the address of the contractor is not correct and consequencelly any
registered letter sent to contractor through postal authorities is received back by the department
undelivered, the contractor shall be fully responsible for all the consequences and such letter
through registered post shall be deemed to have been delivered to him.
73. No labour huts shall be allowed inside the campus of above said work. The contractors shall
arrange for the stay of labours outside the campus including transport and nothing extra shall be
payable on this account.
74. No hindrance shall be granted on account of National Holiday/Restricted holiday/Rainy season/
festivals etc.
75. Day to day program shall be taken from the Junior Engineer-in-Charge of the work and contractor
shall have to execute the work accordingly and no claim whatsoever shall be entertained due to
any unforeseen change of programme.
76. To avoid disputes later on, contractor is advised to get the measurement recorded within a week’s
time. Any dispute regarding measurement including work done shall be judged within a week’s
time failing which measurement, certified and recorded, shall be entertained.
77. 1% water charges (contractor shall not be allowed to use his own water), 2% income tax plus
surcharge and GST (rate as applicable at the time of payment as decided by Govt. of India),
1% Labour Cess and other recoveries as per rule shall be made from the gross amount of
each Bill.
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
61
PART-B
(Civil work)
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
62
-----------BLANK----------
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
63
SCHEDULE ‘E’
Refrence to General Conditions of contract General Conditions of Contract for
maintenance Works 2023 with amendments
upto date of online receipt of tender.
Name of work: Addition/Alteration/Improvement to Billet
No. 14 (SPS Type- D/S) in RCC, Air Force
Station, New Delhi (Civil and Electrical
work).
Estimated cost of work: `6,32,73,475/-(Civil `5,79,02,711/- & Elect.
`53,70,764/-)
(i) Earnest money: `12,65,470/-
(ii) Performance guarantee : 5% of tendered value of the work
(iii)Security Deposit: 2.5% tendered value of the work
SCHEDULE ‘F’
General Rules & Directions: General Conditions of Contract for Maintenance
Works 2023 with amendments upto date of
online receipt of tender.
Officer inviting tender - Executive Engineer, ‘R’ Division, CPWD, New
Delhi
Maximum percentage for quantity of items of See below
work to be executed beyond which rates are to be
determined in accordance with Clauses 12.2 &
12.3.
Definitions:
2(vi) Engineer-in-Charge Executive Engineer/ R Division, CPWD, New
Delhi.
2(viii) Accepting Authority Superintending Engineer, DC-II,CPWD, New
Delhi
2(x) Percentage on cost of materials and labour to 15%
cover all overheads and profits.
2(x) (b) Standard schedule of Rates: DSR 2023 for civil works with the amendments
issued upto previous day of the last date of
submission of the tender.
2(xi) Department Central Public Works Department
9(ii) Standard CPWD contract form GCC, 2023, Standard CPWD contract Form General
CPWD Form 7/8 as modified & Corrected upto Conditions of Contract Maintenance Works
2023, CPWD Form 7/ 8 as modified & corrected
upto previous day of the last date of submission
of the tender.
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
64
CLAUSE 1
i) Time allowed for submission of Performance 07 Days
Guarantee, Programme 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, in days
(iii) Maximum allowable extension with late of 03 Days
performance guarantee amount beyond the period
provided in (i) above
CLAUSE 2
Authority for fixing Compensation under clause 2 Superintending Engineer, DC-II, CPWD, I.P.
Bhawan, New Delhi
CLAUSE 2A
Whether Clause 2A shall be applicable Not Applicable
CLAUSE 5
Number of days from the date of issue of letter of 10 Days
acceptance for reckoning date of start
Authority to decide :
(i) Time allowed for execution of work Tweleve Months
(ii) Authority to convey the decision of Executive Engineer, ‘R’ Division
shifting of milestone and extension of time
(iii) Authority to decide rescheduling of Superintending Engineer, Delhi Circle-II
milestone and extension of time
(iv) Shifting of date of start in case of delay in Superintending Engineer, Delhi Circle-II
handing over of site
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
65
CLAUSE 5
Applicable clause 5/ Clause 5A Clause 5
CLAUSE 6/6A/EMB EMB through ERP portal
Whether applicable
CLAUSE 7
Gross work to be done together with net payment/ ₹ 100 Lakhs
adjustment of advances for materialcollected, if any,
since the last such payment for being eligible to
interim payment
CLAUSE 7A
No Running Account Bill shall be paid for the work till Yes
the applicable labour licenses, registration with EPFO,
ESIC and BOCW Welfare Board, whatever applicable
are submitted by the contractor to the Engineer-in-
Charge.
CLAUSE 7B for construction/EPC/Maintenance Yes
works for payment to third party
CLAUSE 8 Competent Authorities to inspect and issue
completion certificate will be Executive
Engineer ‘R’ Division
CLAUSE 10A
List of testing equipment to be provided by the contractor at site lab.
1. ………………. 2………………. 3…………..
4……………… 5………………. 6………….
CLAUSE 10 (B) (i) - Secured Advance on materials
Whether clause 10 B(i) shall be applicable Yes (Final decision of E.E., ‘R’ Division will be
binding)
CLAUSE 10C
Component of labour expressed as percent of value 25%
of work :
CLAUSE 10CC 12 Months
Clause10CC to be applicable in contracts with
stipulated period of completion exceeding the period
shown in the next column.
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
66
CLAUSE 11
Specifications to be followed for execution of work CPWD Specification 2019, Volume-I &
Volume-II with correction slips issued upto date
of receipt of tender
TYPE OF WORK : MAINTENANCE WORK
CLAUSE 12
Deviation The completion cost shall, in no case, exceed 1.5
times the contract amount.
Contractor will devise a system to keep a watch on
quantum of work taken up vis-a-vis balance items
required to complete defined scope of work and will
give the alerts to Engineer-in-Charge before taking
up extra item(s), deviation(s) so -that completion
cost does not exceed above Iimit. Work executed
beyond above limit will neither be recorded nor be
paid.
Engineer-in-Charge will verify and confirm the alerts
before assigning deviation(s) and / or extra item(s) to
the contractor. lf additional work(s) is required to
complete defined scope of work beyond above limit
then Engineer-in Charge may take up such work(s)
separately. The contractor will not have any claim(s)
whatsoever on this account.
CLAUSE 16 SE, DC-II, CPWD New Delhi; upto 5% of the
Competent authority for deciding reduced rates contract value & exceeding with prior
approval of ADG (D).
CLAUSE 18
List of mandatory machinery, tools & plants to be deployed by the contractor at site: (As Applicable)
As per actually required at site and shall be arranged by the contractor
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
67
CLAUSE 32
Requirement of Technical Representative(s) and Recovery Rate
Assistant Engineers retired from Government services that are holding Diploma will be treated at
par with Graduate Engineers.
Diploma holder with minimum 10 years relevant experience with a reputed construction co. can
be treated at par with Graduate Engineers for the purpose of such deployment subject to the
conditions that such diploma holders should not exceed 50% of requirement of degree engineers.
CLAUSE 38
(i) (a) Schedule /Statement for determining the theoretical quantity of cement &
bitumen on the basis of Delhi schedule of rates 2023 printed by CPWD.
(ii) (ii) Variations permissible on theoretical quantities:
(a) Cement
For works with estimated cost put
to tender not more than Rs. 25 Lakh 3% plus/minus
for works with estimated cost put to
tender more than Rs. 25 Lakh 2% plus/minus
(b) Bitumen all works 2.5% plus & only &
Nil on minus side.
(c) Steel reinforcement and structural steel 2% plus/minus
(d) All other materials Nil
Note : Integrity Pact shall be valid for the work of more than 300 Crores
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
68
-----------BLANK----------
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
69
1.6 The labour for attending complaints shall carry necessary tool kit, container (Tasla),
required for mixing any cement sand or other material, water bottle and waste bag for
collection of minor rubbish material if received during attending the complaints, so that
the site of work remains neat and clean.
1.7 1% water charges will be deducted from the gross amount of each Running A/c Bill and
Final Bill of the contractor.
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
70
1.8 The material used in the work as per list of preferred brand and manufacturer as given in
the agreement.
1.9 The material such as paints, varnish, distempers, water proofing cement paint and primers
etc. as required shall be of approved brandand manufacturers, and of required shade.
1.10 The rates quoted by the contractor shall be taken as net and nothing extra shall be paid on
any account i.e., royalty, cartage, tax and stacking at required places etc. Centreing,
shuttering, however if required to be done for RCC beams, RCC floor slab and landings
only for centering heights greater than 3.5 m shall be measured & paid separately.
1.11 All types of mortar to be used in the work shall be mixed in the mechanical mixer and
hand mixing shall not be permitted or as directed by Engineer – in – charge or AE/JE.
1.12 All granite and tile joints in kitchen and toilets etc. should be filled with silicone sealent
of matching colour and no extra payment shall be paid on this account to the contractor.
1.13 Testing of materials: -
In case there is any discrepancy in the frequency of testing as given in the list of
mandatory tests and that in the individual sub-head of work as per the CPWD
specifications for works-2019 Vol.-I & II with up-to-date correction slips, the higher of
the two frequencies shall be followed and nothing extra shall be payable to the contractor
on this account.
Samples of all fittings and fixture to be provided shall be got approved from the
Engineer-in-charge before use in the work.
All expenditure to be incurred for testing of samples e.g packaging, sealing,
transportation, loading, unloading etc. including testing charges shall be borne by the
contractor. The testing lab should have been approved by ADG/SDG and registration of
particular laboratory should be valid at time of testing.
1.14 The contractor shall be provided with an inventory list of items in campus to be
maintained. The contractor shall be responsible for watch and ward of such items. The
loss, if any shall be made good by the contractor at his cost. The decision of Engineer-in-
Charge in this respect shall be final and binding on the contractor.
1.15 Stores and bins as available shall be handed over to the contractor for storing the
materials.
1.16 The contractor shall carry out a survey every month covering at least 10 % of the
complaints received to assess the satisfaction level of the clients and submit the feedback
to Engineer-in-Charge.
1.17 General Repair & Maintenance of doors, windows, water tanks, Water Closets, Wash
Basins, Kitchen Sinks and pipes etc. as mentioned in Item No. 1 (S.H. 1) of schedule of
quantity of civil work and replacement of their fittings/ accessories etc. shall bedone by
the agency. Nothing extra shall be paid on this account However, if replacement of doors,
windows, water tanks, Water Closets, Wash Basins, Kitchen Sinks etc. is required, the
same shall bereplaced with the prior written permission of the Engineer-in-charge or his
authorized representative.
1.18 Sheds or balconies, bamboo Jaffery, all kinds of fencing etc. Shall also be maintained by
the agency. Nothing extra shall be paid on this account.
1.19 Bee-hives from the campus etc. shall also be removed by the agency. Nothing extra shall
be paid on this account.
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
71
1.20 After use, the empty container shall have to be returned to the Department and shall be
preserved by JE Incharge and will be disposed off after getting of written approval of
Engineer in Charge of respective discipline.
1.21 All steel doors, windows, which require welding work shall bedone by the contractor
under repair & maintenance with out any extra payment.
1.22 During the water supply distribution period in the morning and evening plumber will
check the tanks for overflow and leakage from tanks of PVC or R.C.C. and
simultaneously attending the over flow and wastage of water immediately.
1.23 During cleaning of new allotted offices will be habitable by minor repair, cleaning
choked sewer pipe, drain, water closet wash basin floor trap etc, inside the building, the
malba will be removed immediately outside the premises. During cleaning the gully
traps, rain water chamber, manholes, sewerline, drains, soil waste and rain water pipes,
the malba will be removed after oneday from the day of cleaning, failing which without
any reason recovery for the same @ Rs. 500/- (Rupees Five hundred only) per day per
building of each type or for outside per block of colony will be recovered from the
agency.
1.24 In the carpentry works any malba/wood waste will be removed immediately.
Replacement of old un-repairable fittings to new one according to norms of each type of
building, entitlement of up-gradation fittings like handle, tower bolt, sliding door bolt,
pull bolts, Magic eye, safety Chain, stay and fastener, curtainrods, drapery rods, M.S. or
Aluminum as required under up-gradation norms foreach type wise building.
1.25 In the process of regular repair and maintenance work mason should be take care of
damaged brick work, plaster work, repair on the terrace, spouts of rain water, R.C.C. tank
sand pointing area of roof and prone area of seepage from terrace and also repair of
vegetation area after removal of plants, shrubs, tree, vegetation regularly beyond the
complaints received from call centre without any extra payment.
1.26 Any complaint of seepage will be treated as emergent nature and rectified on the same
day by full treatment, virtue of replacement of floor trap, water closet, pointing and
grading by using water proofing material for the same.
1.27 Works like removing chokage of drainage pipes, manholes, restoration of water supply,
repairs to leaking taps, etc. are the facilities to beexecuted on daily basis.
1.28 Existing drains, pipes, cables, overhead wires, sewer lines, water lines and other services
encountered in the course of the execution of the work shall be protected against the
damage by the Agency at his own expenses. The Agency shall not store materials or other
wise occupy any part of the site in amanner likely to hinder the operations of such
services.
1.29 The Agency shall be responsible to arrange at their own cost all necessary tools, plants &
machinery like different types of brooms, spades, wheelbarrows and mopping equipment
etc. for sweeping, cleaning, mopping and cartage of rubbish to the designated municipal
ground.
1.30 All waste collected from the execution of these works is not to be left unattended at
cleaned site and must be disposed off at authorized dumping point as already decided by
Engineer-in-charge.
1.31 All spilled or loose waste shall be removed immediately and collected by the Contractor
for disposal at the disposal sites at designated places by Engineer-in-Charge.
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
72
1.32 The cement mortar/cement concrete shall not be mixed or mixed cement mortar/cement
concrete shall not be placed on the ground /roads/pucca floor in any case during the
execution of work at site. The cement mortar / cement concrete will only be mixed on MS
sheet/sheet of other material of suitable size. In case of default, the Engineer-in-charge of
work shall reject the cement mortar / cement concrete outrightly if cement mortar/cement
concrete mixed on ground/floor/slab/road and such cement mortar/cement concrete shall
be removed from the site of work by the agency at his own cost.
1.33 The R.M.C and shuttering work have been taken for R.C.C columns & beams form work
only. The roofing work to be done with red sand stone and 2 nos. angle iron with back-to-
back welding only. Hence, R.M.C & shuttering work for slab have not been taken in
this work.
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
73
1.1 Unless otherwise specified in the schedule of quantities, the rates tendered by the
contractor shall be all inclusive and shall apply to all lifts & all heights, floors including
terrace, leads and depths and nothing extra shall be payable on this account. Centering,
shuttering, however if required to be done for R.C.C beams, R.C.C columns and
landings etc. only for centering heights greater than 3.5m, shall be measured and
paid for separately.
1.2 Water tanks, taps, sanitary, water supply and drainage pipes, fittings and accessories
should confirm to by laws 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.
1.3 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.
1.4 The work shall be carried out in accordance with the Architectural drawings or hand
drawn preliminary drawings and structural drawings to be issued from time to time, by the
Engineer-in-Charge. Before commencement of any item of work, the contractor shall
correlate all the relevant architectural and structural drawings issued for the work and
satisfy himself that the information available therefrom is complete and unambiguous.
The discrepancy, if any, shall be brought to the notice of the Engineer-In-Charge before
execution of the work. The contractor alone shall be responsible for any loss or damage
occurring by the commencement of work on the basis of any erroneous or incomplete
informations in the supplied architectural /structural drawings as stated above.
1.5 Other agencies will also simultaneously execute and install the works of internal electrical
installations, 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 the time of casting of concrete, stone work and brick work, if required, and
nothing extra shall be payable on this account.
1.6 Unless otherwise specified, the brand/make of the material as specified in the item
nomenclature, in the particular specifications and in the list of approved materials
attached in the tender, shall be used in the work. In case of non-availability of the
brand specified in the contract the Contractor shall be allowed to use alternate
equivalent brand of the material subject to submission of documentary evidence of
non-availability of the specified brand. The necessary cost adjustments (if
alternative brand is not equivalent) on account of above change shall be made for the
material.
1.7 Sampling and Testing
1.7.1 All materials and fittings brought by the contractor at the site for use shall confirm 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 as specified in the item of work in Schedule
of Quantity, the same shall be used after getting the same approved from Engineer-In-
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
74
Charge. Wherever brand / quality of material is not specified in the item of work, the
contractor shall submit the samples as per suggestive list of brand names given in the
tender document / particular specifications for approval of Engineer-In-Charge. For all
other items, materials and fittings carrying ISI Mark shall be used with the approval of
Engineer-In-Charge. Wherever BIS Marked material / fittings are not available, the
contractor shall submit samples of materials / fittings manufactured by firms of repute
conforming to relevant specifications or IS codes and use the same only after getting the
approval of Engineer-In-Charge. To avoid delay, contractor should submit samples as
stated above, well in advance so as to give timely orders for procurement. If any material,
even though approved by Engineer-In-Charge is found defective or not conforming to
specifications shall be replaced / removed by the contractor at his own risk & cost.
1.7.2 The contractor shall ensure quality construction in a planned and time bound manner. Any
sub-standard material / work beyond set-out tolerance limit shall be summarily rejected by
the Engineer-in-charge & contractor shall be bound to replace / remove such sub-standard
/ defective work immediately.
1.7.3 BIS marked materials except otherwise specified shall be subjected to quality test besides
testing of other materials as per the specifications described for the item/material.
Wherever BIS marked materials are brought to the site of work, the contractor shall
furnish manufacturer’s test certificate or test certificate from approved testing laboratory
to establish that the material produced by the contractor for incorporation in the work
satisfies the provisions of BIS codes relevant to the material and / or the work done.
1.7.4 All Expenditure to be incurred for testing of all samples e.g. cost of samples, packaging,
sealing, transportation, loading, unloading etc. including testing charges shall be borne by
the contractor. The samples will be tested at all government institutes like IIT, NIT,
Central and State research centres or central and state funded laboratories as
approved by ADG(Delhi).
1.8 Equipment like excavators/Transit mixer etc. shall be allowed to be moved away from the
site when, in written opinion of Engineer-in-Charge, the same are no longer required at
site of work.
1.9 All the equipment shall be brought, installed and commissioned at site of work at least one
week before their actual planned use at site.
1.10 All the item of works related to foundation and plinth includes the work of basements also
if scope of work allowed so.
1.11 The work of addition and alterations covered under this contract shall be carried out in
piece meal/in parts, and the contractor shall execute the work in the area made available to
him and the contractor shall not claim anything extra over agreement rates, due to
execution of works in piece meal manner.
1.12 The contractor at his own cost shall take all necessary measures for the safety of
traffic and workers during execution including required marshals, signs, markings,
lights etc. necessary all around the site and offices (Nothing extra shall be paid to the
contractor on this account). The provision of erection and maintenance of barricades
alround the site with M.S. Tube of required size in defined shape /truss along with
profile sheet (0.5mm thick) of minimum 6.00 mtr. Height for which the payment will
be made as per provisions taken in the agreement. The orientation and the position
of boundary where barricading is to be provided shall be decided by the Engineer-
in-Charge whose decision shall be final and binding. The failure to provide
barricades at site in the opinion of Engineer-in-Charge shall make contractor liable
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
75
3.5 In the event of it being discovered that after the completion of the work the quantity of
cement used is less than the quantity ascertained after allowing variation on the minus side
as per clause 42, the cost of quantity of cement not so used shall be recovered from the
contractor, at the rate mentioned in Schedule “F”.
3.6 Cement brought to site and cement remaining unused after completion of work shall not be
removed from site without written permission of the Engineer in Charge.
3.7 The damaged cement shall be removed from the site immediately by the contactor on
receipt of a notice in writing form the Engineer-in-Charge. If he does not do so within three
days of receipt of such notice, the Engineer-in-Charge shall get it removed at the cost of
the contractor.
3.8 The contractor shall produce original vouchers for the total quantity of cement supplied
under each consignment and manufacturer’s Test Certificate if required by the Engineer-in-
Charge.
4. CONDITION FOR REINFORCEMENT STEEL
1.1 The contractor shall procure steel reinforcement TMT bars of grade Fe500-D grade from
primary producers such as SAIL, TISCON, RINL, Jindal Steel & Power Ltd and JSW
Steel Ltd or any other producer as approved by Ministry of steel. TheTMT bars procured
from the primary producers shall conform to manufacturer’s specifications/ BIS
specifications.
1.2 The contractor shall procure steel reinforcement TMT bars of grade Fe500-D grade from
primary producers such as SAIL, TISCON, RINL, Jindal Steel & Power Ltd and JSW
Steel Ltd or any other producer as approved by Ministry of steel. TheTMT bars procured
from the primary producers shall conform to manufacturer’s specifications/ BIS
specifications.
1.3 The specifications of TMT bars procured from primary producers shall meet the
provisions of IS 1786: 2008 pertaining to Fe 500D grade of steel as specified in the tender.
1.4 The contractor shall produce original vouchers for the total quantity of steel supplied
under each consignment and manufacturer’s Test Certificate if required by the Engineer-
in-Charge.
1.5 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, the
same shall stand rejected, and it shall be removed from the site of work by the contractor
at his cost within a week time of written orders from the Engineer-in-Charge to do so. Else
the department shall remove it and recover double the cost of removal from the contractor
1.6 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.
1.7 The steel reinforcement bars shall be stored by the contractor at site of work in such a way
as to prevent their distortion and corrosion, and nothing extra shall be paid on this
account. Bars of different sizes and lengths shall be stored separately to facilitate easy
counting and checking.
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
77
1.8 For physical and chemical tests, specimens of sufficient length shall be cut from each size
of the bar at random and at frequency not less than that specified below:
10 mm to 16mm dia One sample (Three specimen) for One sample for each 45
bars each 35 tonnes or part thereof tonnes or part thereof
Over 16 mm dia bars One sample (Three specimen) for One sample for each 50
each 45 tonnes or part thereof tonnes or part thereof
1.9 The actual issue and consumption of steel on work shall be regulated and proper accounts
maintained as provided in 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 the 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 shall be made.
1.10 The steel brought to site and the steel remaining unused shall not be removed from site
without the written permission of the Engineer-in-charge.
1.11 For the purpose of payment, the actual weight of steel reinforcement / structural steel
sections/ plates / bolts and nuts shall be measured as below:
a) Unit weight for reinforcement bars: The actual weight per meter of the reinforcement of
various diameters shall be measured for three random samples collected (for each
diameter of steel reinforcement) from each lot of particular diameter of steel
reinforcement brought to the site for use in the work. For this, each sample (one sample
consisting of three specimens) for each diameter of steel reinforcement shall be cut to
require lengths and weighed and average weight calculated and recorded. The average
weight for each type of steel section and steel reinforcement of each diameter shall be
taken as the actual weight per metre for that steel section and that diameter of steel
reinforcement.
b) In case actual unit weight is less than standard unit weights mentioned in
CPWD specifications 2019 Volume 1, but within variation, in such cases payment shall
be made on the basis of actual unit weight. However, if actual unit weight is more than
standard unit weights mentioned in CPWD specifications 2019 Volume 1, then payment
shall be made on the basis of standard unit weight in such cases. In such case nothing
extra shall be paid for difference in actual weight and standard weight.
1.12 The work shall be carried out as per the relevant CPWD specifications.
5. CONCRETE WORK
The concrete work shall be done in accordance with CPWD Specification and MORTH
Specification.
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
78
of transit mixers & pumps etc. to be deployed indicating name of owner/company, its
location, capacity, technical establishment, past experience and text of MOU proposed to
be entered between purchaser (the contractor) and supplier (RMC producer) to the
Engineer-in-charge. Engineer-in-charge shall give approval in writing (subject to drawl of
MOU) failing which the contractor shall give list of other RMC producers of repute along
with required details for approval of Engineer. The contractor shall draw the MOU with
approved RMC producer and submit to Engineer-in-charge within a week of such
approval. The contractor will not be allowed to use ready mixed-concrete without
completion of above stated formalities.
6.17 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
laboratories approved by Engineer-In-Charge shall be submitted by the contractor as per
the direction of the Engineer in charge. The charges for redesign mix shall be borne by the
contractor.
6.18 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.
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.
6.19 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.
6.20 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
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
81
stop automatically, when the designated weight of each material has been reached. The
batching plant shall have automatic 75 Correction: NIL Additional: NIL Overwriting: NIL
Deletion: NIL AE(P)(C) AE(P)(E) 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.
a) Batching equipment
b) Mixers
c) Control panels
d) Mechanical material feeding and elevating arrangements
e) 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.
iii. 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 be self- cleansing
during drawdown. The batch bins shall in general conform to the requirements of IS:
4925.
iv. 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
6.21 CHEMICAL ADMIXTURES
(i) Use of chemical admixtures shall be permitted in accordance, with the provisions of IS
456 and IS 9103.
(ii) It shall be the responsibility of the producer to establish compatibility and suitability
of any admixture with the other ingredients of the mix and the determine the dosage
required to give the desired effect.
(iii) Admixtures should be stored in a manner that prevents degradation of the product and
consumed within the time period indicated by the admixture supplier. Any vessel
containing an admixture in the plant or taken to site by the producer shall be clearly
marked as to its content.
(iv) When offering or delivering a mix to a purchaser it should be indicated if such a mix
contains an admixture or combination of admixtures or not. The admixtures may be
identified generically and should be declared on the delivery ticket.
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
82
(v) The amount of admixture added to mix shall be recorded in the production record. In
special circumstances, if necessary, additional dose of admixture may be added at project
site to regain the workability of concrete with the mutual agreement between the producer
and the purchaser.
6.22 ADMIXTURES
(i) Suppliers of Admixtures for concrete shall supply the following before any admixtures
is approved by the Engineer-in-Charge for their used:-
Certificate confirming that the use of a particular brand of admixture shall not be harmful
to concrete in any way.
Certificate confirming the exact dosage of admixture of a particular brand. Certificate
stating the specific purpose for which the admixture is to be used.
Special precautionary measures to be taken in the manufacturer of concrete when using
the particular brand of admixture.
Certificate confirming that the admixture conforms to specifications of IS 9103 or to
ASTM-C260, ASTM – C10, ASTM – C 595 or to ASTM- C 618.
(ii) Engineer-in-Charge at his discretion may require tests to be performed to reconfirm
the characteristic properties of any admixture. All such tests shall be done in accordance
with IS: 9103.
(iii) All tests described in paras 5.4.8 to 5.4.10 above shall be done at the site laboratory or
at a laboratory to be identified by the Engineer-in-Charge depending on the test to be
conducted.
(iv) All test shall be done in the presence of a representative nominated by the Engineer-
in-Charge and a representative of the concrete Manufacturer/ Contractor when tests are
performed at the site laboratory. All observation and reports of test shall be jointly signed
by the two representatives before the test results are submitted to the Engineer-in-Charge.
(v) Expenses for all materials used for testing, sampling procedures and testing including
preparing reports shall be borne by the concrete Manufacturer/ Contractor.
(vi) Rate of concrete is inclusive of cost of admixtures. The contractor shall not be paid
anything extra for admixtures required for achieving direct workability without any
change in specified water cement ration for RCC/CC work.
6.23 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.
6.24 GUIDELINES FOR FIELD PRACTICE
6.24.1 General Precautions
(i) Proper planning of concrete supply, pump locations, line layout, placing sequence and
the entire pumping operation will result in savings of time and expense.
(ii) The pump shall be placed as near the placement area as practicable. The surrounding
area of the pump shall be free of obstructions to allow for movement of concrete delivery
trucks. The surface must be strong enough to withstand the loaded trucks operating on it.
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
83
If the surface is a suspended slab, the truck route shall be adequately supported in
consultation with the Engineer-in-Charge.
(iii) Pipe lines from the pump to the placing area shall be laid with minimum number of
bend. For large placement areas, alternate lines shall be installed for rapid connection
when required. A flexible pipe at the discharge end will permit placing over a large area
directly without re-handling of pipelines. The pipeline shall be firmly supported.
(iv) If more than one size of pipe must be used, the smaller diameter pipe shall be placed
at the pump end and the larger diameter at the discharge end.
(v) When pumping downwards, an air release valve shall be provided at the middle of the
top bend to prevent vacuum or air buildup. Similarly, while pumping upwards, a no-return
valve shall be provided near the pump to prevent the reverse flow of concrete.
(vi) It is essential that direct radio/telecommunication be maintained between the pump
operator and the concrete placing crew. Good communication between the pump operator
and the batching-plant is also essential. The placing rate shall be estimated by the pump
operator so that concrete can be ordered at an appropriate delivery rate.
(vii) The pump shall be started for a check run and operated without concrete to ensure
that all moving parts are in operation properly. Before placing concrete, the pump shall be
run with some grout/mortar for lubricating the line.
(viii) When concrete is received in the hopper, the pump shall be run slowly until the lines
are completely full and the concrete is steadily moving. A continuous pumping must be
ensured, because, if the pump is stopped, concrete in the line may be difficult to move
again.
(ix) When a delay occurs because of concrete delivery or some form repair works or for
any other reason, the pump shall be slowed down to maintain some movement of concrete
in the pipe line. For longer delays, concrete in the receiving hopper shall be made to last
as long as possible by moving the concrete in the lines occasionally with intermittent
strokes of the pump. It is sometimes essential to run a return line back to the pump so that
concrete can be re-circulated during long delays.
(x) If after a long delay, concrete cannot be moved in the line, it may be necessary to clean
out the entire line. However, quite often only a small section of pipe line may be plugged
and requires cleaning. The pump operator who know such details as the length of line, age
of concrete in the line etc., should be depended upon to aid in deciding the appropriate
section to be cleaned.
(xi) When the form is nearly full, and there is enough concrete in the line to complete the
placement, the pump shall be stopped and a “go devil” inserted at the appropriate time so
that concrete ahead of the go-devil shall be forced completion of the work. The go-devil
shall be forced through the pipeline to clean it out. Use of water pressure is a safer
method. The go-devil shall be stopped at the discharge end to ensure that water does not
spill on the placement area, if air pressure is used, extreme care shall be taken and the
pressure must be carefully regulated. A trap shall be installed at the end of the line to
prevent the go-devil being ejected as a dangerous projectile. An air release valve shall also
be installed in the line to prevent air pressure build up.
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
84
(xii) It is essential to clean the line after concrete placing operation is complete. Cleaning
shall be done in the reverse direction from the form work end to the pump-end where the
concrete in the line can be dumped in bucket. After removal of all concrete, all pipe lines
and other equipments shall be cleaned thoroughly and made ready for the next use.
6.24.2 Submittals
Along with their bid the contractors shall be required to submit the following information
regarding the equipments proposed to be used by them:-
(i) Type, number, capacity, range, mounting, nature of primary power used and the
operating weight of pump and mounting.
(ii) Manufacturer’s specifications for pipe lines giving pressure ratings, sizes and material
for straight and curved sections.
(iv) Manufacturer’s certificates.
6.25 SLUMP
(i) For concrete totally mixed in a central plant, slump shall be checked at:-
(a) Immediately during loading of trucks
(b) Point of discharge from the delivery truck
(c) Final placement location
(d) At placement location the slump measured shall conform to the design slump.
Manufacturer of concrete shall adjust for loss of slump in transit and establish the
requirements of design mix. All slump measurements shall be done within a period of 20
minutes from the time cement is added to the mixer. Placement contractor shall transport
concrete from truck discharge point to actual placement location within 10 minutes of
delivery, before the final slump reading is taken at placement location.
(ii) For concrete entirely mixed in transit or for shrink mix concrete, slump reading shall
be taken at:-
(a) Point of discharge from delivery trucks
(b) Final placement location
In this case also, the slump measured at the final placement location shall conform to the
design slump. The placement contractor shall be responsible for transporting concrete
from delivery truck discharge point to final placement location within 10 minutes.
However, in this case, the truck shall discharge the concrete within 1 hour and 30 minutes
from the time cement is added in the mixer and slump measured at point of discharge
immediately on delivery. Manufacturer of concrete shall ensure that the final slump
measurement corresponds to the ordered slump.
(iii) For measuring concrete slump at point of discharge from delivery trucks, samples
shall be taken from concrete omitting the first and the last 15% of the load. For concrete
delivery of placed by pumping, sampling shall be similar to those specified for delivery
trucks.
(iv) Slump measurements of ready mix concrete transported by buckets shall be at
locations specified in para 5.11.4.1 with same limits on time. Sampling from buckets shall
be such that the buckets containing discharge from mixer for the last 15% are omitted.
(v) At placement locations, samples for checking slump shall be collected from every 20
cum of concrete or part thereof placed at location for each type to concrete.
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
85
(vi) For all slump checks in the field at least two recordings shall be made and the
average value taken as the recorded slump.
(vii) Slump checks for concrete in the laboratory shall be carried out as and when required
by the manufacturer of concrete during the mix design stage and during the progress of
work for control on field results.
(viii) Slump readings shall only be a guideline for concrete consistency and shall not be
taken as the acceptability criteria for concrete placed at location. All slump test shall be
carried out in accordance with IS 1199.
6.26 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.
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 the 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.
6.27 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 specimen. The
individual variation shall not be more than + - 15 percent of the average. If variation is
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.
6.28 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.
6.29 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 uniformity is good. The consistency of the concrete as regards its
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
86
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
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, 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 Modifies
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.
6.30 MEASUREMENT
As per CPWD specifications.
6.31 TOLERANCES
As per CPWD specifications
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
87
6.32 RATE:-
i. The rate includes the cost of materials and labour involved in all the operations
described above except for the cost of centring, 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 prorata basis.
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.
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 mumty / 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.
7 RCC WORK (ORDINARY)
Water:-Cement ratio for Ordinary RCC work shall not be more than 0.5. The Contractor
shall use concrete mixture of proper design having arrangement for measuring water for
mixing of concrete.
8. PRE-CAST RCC WORK
Pre-cast reinforced concrete units shall be of grade or mix and cement content as specified
in the schedule of quantities. Provision shall be made in the mould to accommodate fixing
devices such as hook, flats etc and forming of notches and holes. Each unit shall be cast in
one operation. A sample of the unit shall be got approved from Engineer-in-charge before
taking up the work.
Pre-cast units shall be clearly marked to indicate the top of member and its location.
Pre-cast units shall be stored, transported and placed in position in such a manner that
these are not damaged.
The compaction of the concrete shall be done by vibrating table or external vibrator, as
approved by Engineer-in-charge. The rate quoted for the Item shall include the element
for framework and mechanical vibration.
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
88
Rate for Item includes cost of all materials, labour and all operations involved. Cost of
M.S. frames, lugs including their welding, lifting hooks is also included.
9. SHUTTERING:-
The contractor shall use steel shuttering as approved by the Engineer-in-charge. Minimum
size of shuttering plates shall be 600mm x 900mm except for the case when closing pieces
required completing the shuttering panels. Dented, broken, cracked, twisted or rusted
shuttering plates shall not be allowed for use 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 shutter plates in the requisite quantity before
assembly of steel reinforcement.
10. CONDITION FOR WATERPROOFING
10.1 Ten percent of total cost of water proofing work shall be withheld for ten years from
completion of work to ensure guarantee of water proofing work for 10 years. However,
the amount can be released on submission of FDR from commercial bank for equivalent
amount. In case of leakge during warranty period of 10 years from completion of work,
agency to rectify the defects at his cost, failing which amount withheld will be forfeited.
10.2 Water proofing register of the bldg. also shall be submittsed along with final bill.
10.3 Agency shall associate/specialized agency for water proofing work. He will submit all
complete profile of specialized agency to Engineer-in-charge with their list of
satisfactorily compeleted work. The work will be carried out by the specialize agency on
approval of agency by Engineer-in-charge.
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
89
1. The contractor is advised to get acquainted with the proposed works & its site and also
study the specifications and special conditions carefully before bidding. No claim of any
sort shall be entertained on account of any site conditions & ignorance of specifications
and special conditions.
2. The works shall be carried out as per CPWD specifications 2019 Vol. I & II with up to
date corrections slips unless otherwise specified in the nomenclature of the individual
items or in the specifications attached. At the points where specifications are silent, the
instructions of the Engineer-in-charge shall be final.
3. In the event of any discrepancy between the nomenclature of the item of work as per
schedule of quantities and the attached specification 2019 Vol. I & II, the nomenclature
will prevail.
4. In the event of any discrepancy between the CPWD specifications 2019 Vol. I & II and
special conditions attached, the special conditions shall prevail.
5. Unless otherwise provided in the schedule of quantities the rates bidded by the contractor
shall be inclusive of all leads and lifts and shall apply to the heights and depths of the
building and nothing extra shall be payable to him on this account
6. The rate for all items of work shall, unless otherwise clearly specified, include cost of all
labour, material and other inputs such as contractor profit and overheads, GST, labour
cess and water cess etc. involved in the execution of the items.
7. The rates quoted by the contractor shall be taken as net and nothing extra shall be paid
on any account i.e. royalty, carriage, sales tax and stacking at required place etc.
8. All materials obtained from Govt. stores or otherwise shall be got checked by the Junior
Engineer-in-charge of the work on receipt of the same at site of work before use.
9. The contractor has to make his own arrangement for all T & P like ladders, ghoree, sutli,
empty containers, brushes and paper, kuchies etc. required for work and nothing extra
shall be paid for the same.
10. The contractor shall get approved the brands/shades of dry distemper, oil bound
distemper, synthetic enamel paint, plastic emulsion pain etc. from the Engineer-in-charge
before supply of the materials.
11. Materials shall be brought to the site of work in original containers with the
manufactures seal intact.
12. The materials required for day’s work shall be issued to the contractor or his authorized
representative daily by the Junior Engineer-in-charge of the work any balance of the
material left at end of the days of work and empty containers shall be returned to the
Junior Engineer. The day to day issue account of the materials shall be maintained by the
Junior Engineer-in-charge and shall be signed daily by the contractor or his authorized
agent in token of receipt of the materials failing which no payment of bill shall be made
to the contractor. The empty containers shall not be removed from the site of work,
without written orders of the Engineer-in-charge.
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
90
13. Before the commencement of work, the contractor shall prepare one sample as instructed
by the Engineer-in-charge for approval of the Engineer-in-charge. After the sample is
approved by the Engineer-in-charge, the contractor shall be allowed to commence of the
work and quality of work shall confirm to the approved sample.
14. Before the commencement of work, the contractor shall draw up programme in
consultation with the Engineer-in-charge for the execution of work so as to inform the
occupants of the office flat/building at least one week in advance regarding the execution
of the work.
15. In case the office, rooms/buildings/flats are not made available to the contractor
according to the programme, the contractor shall not be entitled for any claim for idle
labour or any other claim on any account what-so-ever.
16. Defective work/substandard work or work not done according to the specifications of the
contract shall be liable for summlarily rejection & shall not be measured and paid for.
This shall be without prejudice to taking any other action to the contractor in accordance
with the terms & conditions of contract.
The contractor shall depute his representative for supervision on daily basis at the site of
work. The name and signature of his representative attested by the contractor shall be
intimated to the Engineer-in-charge in time.
17. The entire work shall be carried out in close co-operation with all other agencies
working in the building/premises. The contractor(s) shall not be entitled to any
compensation on account of temporary stoppage of work due to other construction
activities of other work or unforeseen activities of the client department.
18. No payment will be made to the contractor for damage caused by rains during the
execution of the work and no claim on his account will be entertained.
19. Scrapping shall be shown to the Assistant Engineer and got approved and test checked
by him prior to final painting such as plastic paint, emulsion paint or distempering.
20. Deviation in quantities of individual items shall be allowed only with prior written
permission of the Engineer-in-charge. Deviation in quantities allowed on the order of
other person than the Engineer-in-charge shall not be measured and paid for.
21. To avoid disputes later on, contractor is advised to get the measurement recorded within
a week’s time and shall submit his bills as per relevant clause (6A) of contract. Any
dispute regarding measurement including work done shall be judged within a week’s
time failing which measurement, certified and recorded, shall be entertained.
22. Contractor has to bring at the site of work the entire quantity of lime of approved quality
if specified in the agreement before the start of the work. The mixing of lime will be
done in the presence of the Junior Engineer-in-charge.
23. Any damage to the building, furniture, fittings of any other articles etc. done by the
contractor or his workmen during the execution of work, shall be made good by the
contractor, failing which the same shall be made good by the Engineer-in-charge or his
authorized representative at the risk and cost of the contractor.
24. All doors, windows, floors, furniture, electrical fittings and other articles shall be
protected from dust, splashes & damaged sufficient covering for the day’s work shall be
shown to the representative of the Engineer-in-charge before the contractor is allowed to
proceed with the work, splashes & droppings from white washing, colour washing,
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
91
distempering painting etc. on walls, floors, doors and window, down take pipes, furniture
shall be removed by the contractor at his own cost and surface cleaned simultaneously
after the completion of the day’s work is done, without waiting for the actual completion
of the other items of work of the contract. In case, the contractor fails to do so, then
either departmentally or through another agency without issue of any notice to the
contractor, on his account, the representative of the Engineer-in-charge will get this work
done himself. However, he will mention about it in the site order Book employing the
labour on the job at the contractor’s cost.
25. The contractor should be write their correct postal address on the application for bid
papers. In case it is found that the address given in their application is not correct and as
a consequence of the same if any registered letter sent through postal authorities is
received back by the department undelivered to the contractor, the contractor shall be
fully responsible for all the consequences and by such letter through registered post shall
be deemed to have been delivered to him.
26. 50% of scheduled quantity of material such as paint plastic emulsion paint, oil bound
distemper etc. shall be deposited in sealed container in advance within 15 days of start of
work and get it checked by Engineer-in-charge before use.
27. No labour huts shall be allowed inside the campus of above said work. The contractors
shall arrange for the stay of labours outside the campus including transport and nothing
extra shall be payable on this account.
28. No hindrance shall be granted on account of National Holiday/Restricted holiday/Rainy
season/ festivals etc.
29. All the malba or rubbish obtained from dismantling or otherwise during the execution of
the work shall be brought down through the stair case or any other suitable means and
shall not be thrown to the ground or any other of campus directly from first floor or
second floor etc. Malba rubbish generated due to any operation from houses and their
open spaces whatsoever shall be disposed off on daily basis by the Contractor to the
specified common dumping point at site. The Malba/rubbish kept inside the dumping
point should be covered with sheet or any other suitable material to avoid dust pollution.
In case of non-removal/disposal in the specified period, a recovery of Rs.2000/- (Rupees
Two Thousand) per day shall be recovered from the Contractor after issuing notice in
writing by the Engineer -in-charge of work or his representative. If the malba is not
removed within three days of notice, the same shall be got removed by the department at
the risk and cost of the Contractor and the amount shall be recovered from the bill of
Contractor. This is in addition to the recovery of Rs. 2000/- per day for delay in removal
of malba.
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
92
-----------BLANK----------
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
93
shall be removed by the contractor at his own cost and the surface cleaned simultaneously
after the completion of the days work in individual room or bungalow or premises where the
work is done without waiting for the actual completion of all the other items of work in
contract.
18. Full quantity of material purchased from authorized dealers with their cash memos like paint/
distemper/ cement paint/ OBD/ plastic emulsion of the firm indicated in the items or
elsewhere shall be deposited with the JE concerned before starting execution.
19. The Substandard work shall be rejected outright and shall not be measured and nothing extra
shall be paid for it. The decision of the Engineer-in-charge shall be final and binding in this
regard.
20. In case material consumed is less then the permissible variation then the work beyond
theoretical consumption including variation shall be treated as substandard and quality for
payment purpose will be restricted to as per material actually consumed.
21. Scrapping shall be shown to the AE-in-charge and got approved prior written permission of
Engineer-in-charge.
22. The contractor shall have to remove all splashes after completing the day work. In case the
splashes are not removed by the contractor the same shall be got removed by the Engineer-in-
charge and necessary recovery for the cost of removal of splashes shall be made from the
consequent bill of contractor.
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
95
Minimum Quality Assurance Plan (for the work costing more than 10 lac)
1. Tests of NIT which are mandatory as per CPWD specification 2019 Vol I &
II are to be carried out by the contractor. While deciding these criteria CPWD
Specifications & Provisions of BIS Code and Standard Practices may be
referred if not mentioned in the annexure mentioned above.
2. Machinery and other Tool & Plants required to be deployed at site by the
contractor as per Annexure requirement of Entire Machinery and T&P may
not be required at the start of work, therefore, a proper time schedule by
which each Machinery & T&P is to be brought at site should be submitted by
the contractor to the site staff before start of the work.
3. Field laboratory is required if necessary for this work then testing equipments
to be arranged by the contractor are mentioned Annexure I of NIT If field
lab is to be setup by the Department then contractor may be allowed for
conducting the test there.
(ii) All Samples of materials including Cement Concrete Cubes shall be taken by
Contractor jointly with JE in charge of work and out of this at least 50%
samples shall be taken in presence of AE in charge. If there is no JE, all
Samples of materials including Cement Concrete Cubes shall be taken by
contractor in presence of AE in charge of work. All the necessary assistance
shall be provided by the contractor. Cost of sample materials is to be borne
by the contractor and he shall be responsible for safe custody of samples to
be tested at site. The material used in the work shall be as per the list of
approved material mentioned in Annexure-II.
(iii) All the test in field lab setup at Construction Site shall be carried out by the
Engineering Staff deployed by the contractor in presence of JE-in-charge and
at least 50% of tests in presence AE-in-charge. At least 10% of tests shall be
carried out in presence of Executive Engineer.
(iv) All the entries in the registers will be made by the designated Engineering
Staff of the contractor and same should be presented before JE/AE/Divisional
Engineer for their review.
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
96
(v) Contractor shall be responsible for safe custody of all the test registers.
If all the test registers and hindrance register is not submitted by contractor
along with each alternate R/A Bill & Final Bill, no payment shall be released
to the contractor.
(i) All the MAS Registers including Cement and Steel Registers shall be
maintained by Contractor which shall be issued to the contractor by
Engineer-in-charge along with the award letter.
(iii) The contractor shall get MAS Register test checked by JE at least
twice a week and at least once a week by AE. If JE is not available
then MAS register must be checked by AE at least twice a week.
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
97
Annexure-I
Field Testing Instruments
1. Steel tapes – 3m
2. Vernier calipers
3. Micrometer screw 25mm gauge
4. A good quality plumb bob
5. Spirit level, minimum 30cms long with 3 bubbles for horizontal vertical
6. Wire gauge (circular type) disc
7. Foot rule
8. Long nylon thread
9. Rebound hammer for testing concrete
10. Dynamic penetrometer
11. Magnifying glass
12. Screw driver 30cms long
13. Ball pin hammer, 100 gms
14. Plastic bags for taking samples
15. Moisture meter for timber
16. Earth resistance tests (For Electrical Divisions)
17. Meggar(for Electrical Divisions)
A. Building work
1. Balances
(i) 7 kg. to 10 kg. capacity, semi self-indicating type –accuracy 10gm.
(ii) 500 gm. Capacity, semi-self-indicating type – accuracy 1 gm.
(iii) Pan balance – 5 Kg. capacity – accuracy 10 gms.
2. Ovens (if required)-electrically operated, thermostatically controlled upto 110oC – Sensitivity
1oC.
3. Sieves: as per IS 460-1962 (if required)-.
(i) I.S. sieves – 450mm internal dia, of sizes 100mm, 80mm, 63mm, 50mm, 40mm,
25mm, 20mm, 12.5mm, 10mm, 6.3mm, 4.75mm, complete with lid and pan.
(ii) I.S.. sieves – 200 internal dia (brass frame) consisting of 2.36mm, 1.18mm, 600
microns, 425 microns, 300 microns, 212 microns, 150 microns, 90 microns, 75
microns, with lid and pan.
4. Sieves shaker capable for shaking 200mm and 300mm dia sieves, electrically operated with
timer.
5. Equpiment for slump test- slump cone, steel plate, tamping rod, steel scale, scoop.
6. Dial gauge, 25mm travel -0.01 mm/ division least count -2 nos.
7. 100 tonnes compression testing machine, electrical-cum manually operated.
8. Graduated measuring cylinders 200 ml capacity – 3 Nos.
9. Enamel trays (for efflorescence test for bricks).
(i) 300 mm x 250 mm x 40 mm- 2 Nos.
(ii) Circular plates of 250 mm dia- 4 nos.
B. Road Work
1. Balances
(i) 7 kg. to 10 kg. capacity, semi self-indicating type –accuracy 10gm.
(ii) 500 gm. Capacity, semi-self-indicating type – accuracy 1 gm.
(iii) Pan balance – 5 Kg. capacity – accuracy 10 gms.
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
98
Note:-In case any descripancy between the above mentioned Minimum Quality Assurance
Plan and provision of CPWD Quality Assurance Manual for Building Works-2022 is found
than the provision contained in CPWD Quality Assurance Manual for Building Works 2022
shall prevail.
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
99
Annexure-II
LIST OF PREFERRED MAKES FOR CIVIL WORKS
Make/Brands of Materials and finishes approved are listed below. However, equivalent
materials and finishes of any other Specialized firms may be used, in case it is established that the
Makes/brands specified below are not available in the market or for any other reasons, subject to
approval of the alternate Make/brand by the Engineer-in-Charge,
S.No
. MATERIAL MANUFACTURERS NAME
CIVIL ITEMS
ACC, ULTRATECH, VIKRAM, SHREE, AMBUJA, JAYPEE,
1. CEMENT
J.K., LAFARGE, L&T, BIRLA, JK LAKSHMI,
REINFORCEMENT STEEL-TMT
2. SAIL, TATA STEEL, RINL, JSW, JSPL
BARS-FE-500D GRADE
SAIL, TISCO, RINL, JSW, JINDAL STEEL & POWER, JINDAL,
3. STRUCTURAL STEEL SECTIONS
TATA
JINDAL, TATA, APL APOLLO, ELECTRO STEEL, PRAKASH
4. STRUCTURAL STEEL TUBES/PIPES
SURYA, LLOYDS
ACC, LAFARGE, ULTRATECH, SHREE, ALCHON, L&T
READY MIXED CEMENT GRASIM, RMC READYMIX (INDIA), TECHNO PRIME RMC
5.
CONCRETE PVT LTD, VK READY MIX CONCRETE, SHRI RAM READY
MIX CONCRETE, NDCON
GREENPLY SHUTTERING PLY, ARCHID SHUTTERING PLY,
6. SHUTTERING PLY
EURO SHUTTERING PLY, BHUTAN TUFF
MC BAUCHEMIE/FOSROC/SIKA/BASF/ CHRYSO/ VELOSIT/
7. SUPER PLASTICIZERS
PIDILITE
8. WHITE CEMENT BIRLA WHITE, J.K. WHITE
SHREE, INSTABLOCK, BILTECH, MAGICRETE, SIPROX,
9. AAC BLOCK BIRLA AEROCON, J.K., CLAVECON INDIA PVT. LTD., J.K.
LAKSHMI, ULTRATECH XTRALITE, TISCO BUILD
JK LAKSHMI, BIRLA AEROCON SMARTFIX, MYK ARMENT,
10. BLOCK JOINTING MORTAR ULTRATECH, FERROUSCRETE, ARDEX, SIKA, SAINT
GOBAIN
RAK CERAMICS, KAJARIA, NITCO, ORIENT BELL,
11. GLAZED CERAMIC TILES
JOHNSON, SOMANY, ASIAN, AGL, HINDWARE
VITRIFIED TILES (DOUBLE
RAK CERAMICS, KAJARIA, ORIENT BELL, JOHNSON,
12. CHARGED / GVT/ANTISKID /MATT
SOMANY, ASIAN, AGL, HINDWARE
FINISH)
JK WHITE, BIRLA WHITE, ASIAN, BERGER, SAKARNI
13. WALL PUTTY
WALL GUARD, SIKA
14. PLASTER OF PARIS JK LAKSHMI, SAKARNI, SHRIRAM, NIRMAN
SAINT GOBAIN, SAKARNI, J.K. LAKSHMI, GYPTECH,
15. GYPSUM PLASTER
GYPROX
CC PAVERS, PRECAST CC KERB
ULTRA, DURACRETE, KK MANHOLE & COVERS, TERRA
16. STONE, CC TILES, RCC SLAB/
FIRMA, UNISTONE, PAVIT, RESTILE, DALAL, KRISHNA
GRASS PAVER
17. SFRC/PRECAST C.C. COVERS KK MANHOLE & COVERS, JAIN, PRAGATI, HINDUSTAN
POWER BRICK, YBW PROJECT, ASHTECH INDUSTRIES
18. FLYASH BRICKS
PVT. LTD.
19. GLASS MOSAIC TILES PALLADIO, CORAL, MRIDUL, BISAZZA, MMG TILES
20. READY MIX PLASTER BIRLA AEROCON, ULTRATECH, RAMCO, WEBER,
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
100
LATICRETE
SELF-DRILLING SCREWS TW BUILDEX & BOUSTED, CORROSHIELD, ATUL
21.
FATERNERS LTD., WURTH, HP
TACTILE TILES SOMANY, KAJARIA, ORIENT BELL, JOHNSON,
22.
ASIAN(AGL), RESTILE, PAVIT
HEAT RESISTANT TILES SOMANY, KAJARIA, ORIENT BELL, JOHNSON,
23.
ASIAN(AGL), RESTILE, PAVIT
CONSTRUCTION CHEMICALS
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
101
WATER-PROOFING CEMENT
1. ASIAN, DULUX, BERGER, NEROLAC
PAINT
ASIAN, BERGER, NEROLAC, JSW, DULUX, ACRO,
2. TEXTURED EXTERIOR PAINT
SNOWCEM INDIA LTD.
3. SYNTHETIC ENAMEL PAINT ASIAN, DULUX, BERGER, NEROLAC, JSW
PLASTIC/ACRYLIC EMULSION
4. ASIAN, DULUX, BERGER, NEROLAC,
PAINT
5. OIL BOUND DISTEMPER ASIAN, DULUX, BERGER, NEROLAC, JSW
ASIAN, DULUX, BERGER, NEROLAC, SNOWCEM INDIA
6. CEMENT PRIMER
LTD., JSW
PREMIUM ACRYLIC SMOOTH
7. BERGER, ASIAN, NEROLAC, DULUX, JSW
EXTERIOR PAINT EMULSION
8. STEEL/ WOOD PRIMER ASIAN, DULUX, BERGER, NEROLAC,
ASIAN, DULUX, BERGER, NEROLAC, SNOWCEM INDIA
9. EPOXY PAINT
LTD, VELOSIT
WOOD FINISH (MELAMINE & PU ASIAN, DULUX, BERGER, NEROLAC, PIDILITE, WEMBLEY,
10.
POLISH) STP LTD.
ASIAN PAINTS, BERGER, RELIANCE THERMOPLAST, S.N.
11. THERMOPLASTIC PAINTS IND. OSCAR, AUTOMARK (INDIA) INDUSTRIES LTD, STP
LTD
12. ROAD MARKING PAINT
NEROLAC, ASIAN, SHALIMAR, BERGER, STP LTD.
WOOD WORK
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
102
STAINLESS STEEL HARDWARE DORMA, OZONE, GODREJ, GEZE, HAFELE, DORSET, KICH,
1.
FITTINGS (HEAVY DUTY) IPSA, ASSA ABLOY, HETTICH
ALUMINIUM SECTIONS FOR
2. DOORS, WINDOWS& PARTITIONS JINDAL, HINDALCO, INDALCO, NALCO, MAHAVEER
ETC.
3. ALUMINUM SHEET NOVELIS, EURAMAX, JINDAL, HINDALCO
ANODISED/POWDER COATED
ALUMINIUM HARDWARE (HEAVY NU-LITE, GODREJ, KLASSIC, ALKA, JINDAL, PULSE, IPSA,
4.
DUTY) ASSA ABLOY
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
103
ENCRAFT
ALUMINIUM SECTIONS FOR
JINDAL, HINDALCO, INDALCO, NALCO, BHORUKA,
16. DOORS, WINDOWS & PARTITIONS
INDAL, MAHAVEER
ETC.
GODREJ, SHAKTI, NAVAIR, SUKRI, KALPATARU,
17. FIRE RETARDENT DOOR
BHAWANI, KUTTY
18. GRG FALSE CEILING DIAMOND, HI-STEEL, BOLLARD, ARMSTRONG
RAJSHRI PLASTIWOOD, FINOLEX PLASTICS, POLYLINE,
19. PVC DOORS
DUROPLAST, SINTEX, FIBREWAYS, JAYNA
FIBREWAYS, NAVIER, SUKARI PROMAT, KUTTY, JINDAL
20. FRP DOOR STAINLESS, BHATT FIBREWAYS, JAYNA, SELECTED,
WURTH, SIKA
LIOYD INSULATION, KINGSPAN BY JINDAL, METECNO,
INSULATED ROCKWOOL
21. SYNERGY, ROOFCLAD, RINAC ROCKWOOL, ROCKWOOL,
EXTERNAL PANEL
SINTEX
ANTI STATIC HIGH-PRESSURE MERINO, FORMICA, GREENLAM, FUNDERMAX, BHUTAN
22.
LAMINATE TUFF, DURO,
SAINT GOBAIN, MODIGUARD, AIS, ATUL, GOLDEN,
23. MIRROR
PILKINGTON
HAVER STANDARD, GRAND METAL, STRELING,
24. MS / SS WIRE MESH
TRIMURTY WELDED MESH, TIGER
HARDWYN, GODREJ, EVERITE, DORMA, HAFELE,
25. HYDRAULIC DOOR CLOSURE
DORSET, SANDHU
JINDAL, DORMA, FABRINOX, STEEL N STYLE, ALFA
26. S.S. RAILING
PRESS PIPES & FITTING
27. G.I. SHEET SAIL, TATA, JINDAL, ISPAT, ROOFCLAD, ESSAR
SIMCRYL(SIMBA), FIBREWAYS, ADVANCE FIBRE,
28. FIBRE GLASS SHEET
ROOFCLAD
RAMA ROLLING SHUTTER, JYOTI ROLLING SHUTTER,
29. ROLLING SHUTTER
ANAND INDST, SHRI RAM ROLLING SHUTTER
ALMUNIUM DOORS & WINDOW EVERITE, GODREJ, HARDIMA, HARDWARE, KLASSIC,
30.
FIXTURE ALKA, JINDAL, IPSA
(I) M/S UNITED ENGG. WORKS, RAM NAGAR
(II) M/S METAL WINDOW CORP. ROHTAK
31. STEEL WINDOW (III) M/S SKS STEEL INDUSTRIES PIRGARHI
(IV) ANY OTHER ISI MARKED FACTORY MADE
(V) JANGID ENGINEERING WORKS (JAIPUR)
HIL, VISHAKHA, EVEREST INDUSTRY LTD., JAMES
32. FIBRE CEMENT BOARD
HARDIE, NCL INDUSTRIES, EVEREST, BISON
FABRICATORS FOR ALUMINIUM
GLAZING, STRUCTURAL ALUMAX, WINDORZ INDIA PVT. LTD, JANGID
33.
GLAZING, ALUMINIUM DOOR & ENGINEERING WORKS (JAIPUR), VIRGO
WINDOWS, ACP WORK.
34. LAMINATE FLOORING ARMSTRONG, PERGO, FLORENCE, ACTION TESA
35. PVC FLOORING & VINYL WALL ARMSTRONG, FORBO, GERELOR, INPROCORP,
DORMA, GEZE, HAFELE, ASBA ALLOY, OZONE, BENE,
36. GLASS DOOR FITTINGS
MARS, HETTICH
37. CASEMENT WINDOW HINGES GIESSE, ALUALPHA, LAVAL, SAVIO
38. SS FRICTION HINGES GIESSE, COTSWOLD, SECURISTYLE
TOUGHENED GLASS FOR SAINT GOBAIN, ASAHI INDIA GLASS, SCHOTT, GOLD
39.
PARTITIONS PLUS
40. GLASS DOORS/PARTITION/ DORMA, GEZE, HAFELE, ASBA ALLOY, OZONE, BENE,
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
104
WATER METER
34. CRESENT/ KAYEE/ KAPSTAN/ ANAND AASHI
SFMC/SINTEX/SPL, UNITEK, SHEETAL, POLYCON
35. PVC WATER TANK ELECTRO PLAST, STAR, LOTUS
MISCELLANEOUS ITEMS
FRP CHAJJA, SHEET & DOORS, FRP
FIBREWAYS, KUTTY, JINDAL STAINLESS, BHATT
1 SHUTTERS, RAILINGS, COVERS
FIBREWAYS, WURTH, SIKA
GRC/FRP SCREENS/RAILING/JALI/
2 CORNICES/STATUES/PANELS/MO TERRA FIRMA, JINDAL STAINLESS, UNISTONE, UNIQUE
ULDING
SABIC LEXAN, BAYER, COXABELL, ROOFCLAD, MNF
3 POLY CARBONATE SHEET
METALS, GE LEXOL, EVEREST
DIAMOND CUTTING/
4 WURTH, HILTI, TYROLIT
CORE CUTTING
5 SIGNAGES PROLITE, GLOLITE, VISTA
6 Blinds Vista, Décor, DECK, MAC
7. Furniture Godrej, Durian, Steelcase, Haworth, Herman Miller,
8. Micro Concrete Fosroc, Cico, Pidilite
9. Corian sheet Dupont, Staron Solid
10. Broadloom Wooven Carpet Obeetee, Fenix, Feltech, Wilton
11. Fire check doors S.S. fittings Hafele, Geze, Becker Fire Soloution
Note: -The Articles / materials which are not mentioned in the above said list shall be
approved by the NIT approving authority before execution of work
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
106
-----------BLANK----------
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
107
SCHEDULE OF QUANTITY
Name of Work : Addition/ Alteration/ Improvement to Billet No. 14 (SPS Type - D/S) in RCC, Air Force
Station, New Delhi (Civil Work).
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
108
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
109
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
111
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
112
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
113
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
114
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
115
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
116
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
117
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
118
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
119
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
120
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
121
70.1 Of area 3 sq. metres and below 240.00 each 367.20 ₹ 88,128.00
71 Dismantling steel work manually/ by mechanical
means in built up sections without dismembering and
stacking the material to the dumping ground Near
Mazar at RCC/ Near Beauty Parlor at OWC/ Near
Shantushti Parking at NWC as per direction of
Engineer-in-Charge. 24000.00 kg 3.85 ₹ 92,400.00
72 Demolishing brick tile covering in terracing including
stacking of serviceable material and disposal of
unserviceable material within 50 metres lead.
660.00 sqm 105.35 ₹ 69,531.00
73 Demolishing mud phaska in terracing and disposal of
material within 50 metres lead. 130.00 cum 914.30 ₹ 1,18,859.00
74 Dismantling roofing including ridges, hips, valleys and
gutters etc., and stacking the material to the dumping
ground Near Mazar at RCC/ Near Beauty Parlor at
OWC/ Near Shantushti Parking at NWC as per
direction of Engineer-in-Charge.
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
122
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
123
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
124
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
125
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
126
109.1 For pipes 100 to 250 mm diameter 2.00 each 810.45 ₹ 1,621.00
110 Constructing brick masonry road gully chamber
50x45x60 cm with bricks in cement mortar 1:4 (1
cement : 4 coarse sand) including 500x450 mm pre-
cast R.C.C. horizontal grating with frame complete as
per standard design :
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
128
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
129
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
130
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
131
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
132
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
133
136.1 (a) Dismantled MS/ GI/ CI members/ MS Grill 30000.00 kg -45.00 -₹ 13,50,000.00
137 Credit for dismantled material received from site at all
floor level and the dismantled material will be the
property of contractor. Before removing from site the
disamantled material so received duly measurement/
weighed in the presence of Engineer-in-Charge or his
authorized representative. Nothing extra shall be paid
on a/c of this dismantling.
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
134
Sum of Market Rate Items Including 18% GST (Serial No. 127 to 137)
Total (B) -₹ 16,88,399.00
A (5,95,91,110/-) + B (-16,88,399/-) Total ₹ 5,79,02,711.00
Executive Engineer
‘R’ Division
CPWD, New Delhi
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
135
PART-C
Electrical work
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
136
---------------BLANK---------------
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
137
CLAUSE 5
Number of days from the date of issue of letter of As per civil part B
acceptance for reckoning date of start
Authority to decide :
Time allowed for execution of work As per civil part B
(i) Extension of time As per civil part B
(ii) Rescheduling of mile stone As per civil part B
(iii) Shifting of date of start in case of delay As per civil part B
in handing over of site
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
139
CLAUSE 5
Applicable clause 5/ Clause 5A Clause 5
CLAUSE 6/6A/EMB EMB
Whether applicable
CLAUSE 7
Gross work to be done together with net payment/ ₹15 Lacs
adjustment of advances for materialcollected, if
any, since the last such payment for being eligible
to interim payment
CLAUSE 7A
No Running Account Bill shall be paid for the Yes
work till the applicable labour licenses,
registration with EPFO, ESIC and BOCW
Welfare Board, whatever applicable are
submitted by the contractor to the Engineer-in-
Charge.
CLAUSE 10A
List of testing equipment to be provided by the contractor at site lab.
1. Megger 2. EarthTester 3. Tong Tester
4. Multi meter 5. Cable Fault locater
CLAUSE 10 (B) (ii)
Whether clause 10 B(i) shall be applicable Yes
CLAUSE 10C
Component of labour expressed as percent of 25%
value of work :
CLAUSE 10CC 12 Months
Clause10CC to be applicable in contracts with
stipulated period of completion exceeding the
period shown in the next column.
CLAUSE 11
Specifications to be followed for execution of CPWD Specification for electrical works, Part-I
work (internal) 2023, Part-II (External 2023), Part-IV
(Sub Station, 2013), Part-VII (DG Set, 2013)with
correction slips issued upto date of receipt of
tender
TYPE OF WORK : MAINTENANCE WORK
CLAUSE 12
Deviations The completion cost shall, in no case, exceed 1.5
times the contract amount.
Contractor will devise a system to keep a watch
on quantum of work taken up vis-a-vis balance
items required to complete defined scope of work
and will give the alerts to Engineer-in-Charge
before taking up extra item(s), deviation(s) so -
that completion cost does not exceed above Iimit.
Work executed beyond above limit will neither
be recorded nor be paid.
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
140
List of mandatory machinery, tools & plants to be deployed by the contractor at site: (As Applicable)
As per actually required at site and shall be arranged by the contractor
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
141
CLAUSE 32
Requirement of Technical Representative(s) and Recovery Rate
Assistant Engineers retired from Government services that are holding Diploma will be treated at
par with Graduate Engineers.
Diploma holder with minimum 10 years relevant experience with a reputed construction co. can
be treated at par with Graduate Engineers for the purpose of such deployment subject to the
conditions that such diploma holders should not exceed 50% of requirement of degree engineers.
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
142
----------Blank---------
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
143
1. The lowest tenderer should have valid electrical licence/experience certificate issued by
State Government /Central Government authority with him. If the lowest tenderer do not
posess the valid electrical licence then, the main contractor has to associate the CPWD
registered contractor in appropriate class having valid electrical licence/experience
certificate issued by the competent authority for execution of minor component of electrical
work. The main contractor shall submit the MoU with associate agency who have the valid
electrical licence and registered in CPWD as per Annexure-A within two weeks of award of
work. Following documents for association of electrical works shall be submitted by main
contractor to the Executive Engineer (E), DED-21, CPWD, IP Bhawan, New Delhi for
deciding the eligibility:-
A. For association of associate contractor for electrical works:-
(i) Copy of their registration documents with CPWD
(ii) Copy of Electrical Contractor’s License issued by competent authority
(iii) Copy of Goods and Service Tax (GST)Registration
(iv) Copy of ESIC and EPF Registration.
B. MoU signed on `100/- with eligible associate contractor meeting the eligibility criteria. The
MOU in the enclosed form as per Annexure-A shall be signed by both the parties i.e. main
contractor as 1st party and associated contractor as 2nd party.
2. In the event of the concerned E&M agency not performing satisfactorily or failure of
associate to complete the E&M work, the contractor on the written direction of the
department, shall remove the Associate deployed on the work and shall submit name of new
associate who fulfill the conditions mentioned in NIT to execute the leftover work without
any loss of time or variation in cost to the department in this regard. Contractor shall meet
all the guarantee for the equipments already supplied for which payment has been released
by the Deptt. in part. If any equipment supplied for the work, during the currency of the
earlier Associate and paid partly by the Department, becomes redundant /not in a position to
be installed and commissioned and put to beneficial use due to change in agency for
execution of E&M work, the contractor shall be liable for replacement of the equipment(s)
at no cost to Department. No change of Associated contractor will be allowed without prior
approval of the Executive Engineer (E), DED-21, CPWD, IP Bhawan, New Delhi.
3. The contractor shall be responsible and liable for proper and complete execution of the
Electrical work and ensure coordination and completion of both civil and electrical work.
4. The associate contractor along with contractor shall attend the inspection of the work by the
Engineer-in-Charge of E&M works as and when required.
5. The associate or contractor shall sign a tripartite Agreement/Contract along with the main
tenderer and the departmental officer, for technical compliance of specification, guarantee
etc.
6. The associate or contractor shall attend the inspection of the work by the Engineer-in-
Charge of E&M works as and when required.
Contractor’s signature
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
144
----------Blank---------
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
145
Annexure-A
MEMORANDUM OF UNDERSTANDING ON ` 100/- NON-JUDICIAL STAMP
Between
Whereas, the Central Public Work Department, have issued tender papers to quote for
the following work to M/s_________ (Main Contractor).
We state that MoU between us will be as an agreement and has legality as per Indian
Contract Act [amended upto date] and the department [CPWD] can enforce all the terms
and conditions of the agreement for execution of the above work. Both of us shall be
responsible for the execution of work as per the agreement to the extent this MoU
allows. Both the parties shall be paid consequent to the execution as per agreement to the
extent this MoU permits. In case of any dispute, either of us will go for mediation by the
EE(E), DED-21, CPWD, New Delhi. His decision shall be final and binding on both of
us.
We have agreed as under :-
1 The associated electrical contractor shall completely execute, perform and do all the works
mentioned and described in the main agreement for its electrical components according to
the specifications, terms and conditions etc. of the main agreement.
2 The associated electrical contractor shall execute and complete the works in all respect up
to full satisfaction of the CPWD officers and attend to them during their inspection at site,
meetings etc., whenever required by the CPWD officers.
3 The cost of electrical works executed by the associated electrical contractor will include the
cost of all the materials, accessories, equipments, tools & plants, laborers technical persons
required etc. in all respect.
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
146
4 The associated electrical contractor is responsible for getting recorded measurements and
preparation, submissions & pursuance of payment of the bills of the work done for electrical
portion of the main agreement.
5 The rate will be as per the schedule enclosed.
6 The Quantity will be as per actual measurement as received from CPWD to main contractor
and the rate will be as per the mutually agreed.
7 The payment to associate contractor will be released after the payment to main contractor is
made by the CPWD.
8 The technical staff required for the associate discipline shall be of associate contractor.
9 The guarantee of the installation after the completion of the work shall be responsibility of
the associate electrical contractor as required by the CPWD.
10 Either party shall not repudiate the contract in mid way without the consent of each other.
Otherwise it will be treated as breach of agreement for any reason whatsoever.
11 The main agency shall be solely responsible for deferment & rescheduling of each
milestone fixed as per contract documents and in such eventuality, the consequences arising
out of the same rests on main agency.
12 The main contractor only shall be responsible for getting extension of delay regularized and
liability what so ever flowing out shall lies with them. There shall be no direct or indirect
impact on associate contractor.
13 TDS shall be deducted by the main contractor as per Income Tax law from associated
agency. In case liability of tax other than Income Tax (Such as vat, service tax, or any other
mechanism formed) is levied on associated contractor then the main agency will reimburse
it in full to associated agency.
14 For the items such as extra items, substitute items and new items other than the items of
main agreement, if any incorporated in the work, and then the main contractor shall pay the
full amount so approved to the associate contractor.
15 In case main contractor delays the payment to associated contractor after the payment is
released by department to the main contractor then on receipt of delay in payment from
associate contractor the CPWD shall directly make the payment to associated contractor.
16 The main contractor shall at their cost provide necessary requisite arrangement for storage
of material.
17 Sand & cement used in the electrical work shall be provide by main contractor.
Signature Signature
(Main Contractor) (Associate Contractor)
Address:_______________________ Address:_______________________
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
147
1. Unless otherwise specified following specifications shall be followed for the E & M works:
a. CPWD General Specifications for Electrical Works Part I Internal – 2023, amended up to date.
b. CPWD General Specifications for Electrical Works Part II External – 2023, amended up to date.
c. CPWD General Specifications for Electrical Works Part VII D.G. Sets - 2013.
d. CPWD General Specifications for Electrical Works Part VI Fire detection and Alarm System–
2018/NFPA guidelines, amended up to date.
Any additional item of work, if taken up subsequently, shall also confirm to the
relevant CPWD specifications mentioned above.
2.0 The contractor is advised to visit the site of work to have an idea of the execution of work; failure to
do so shall not absolve their responsibility to do the work as specified in agreement.
3.0 Rates:
3.1. The work shall be treated as on works contract basis and the rates tendered shall before complete
items of work (except the materials, if any, stipulated for supply by the department) inclusive of all
taxes (including works contract tax, if any), duties, and levies etc. and all charges for items
contingent to the work, such as packing, forwarding, insurance, freight and delivery at site for the
materials to be supplied by the contractor, watch and ward of all materials (including those supplied
by the department, if any) for the work at site etc
The contractor has to make his own arrangement for the storage of the material at site & necessary
watch and ward of the electrical installation during the execution of work till the same is handed
over to the department. No extra payment will be made on this account. The storage space shall
however be arranged by the department at site, if available.
The main contractor shall arrange for proper storage of the electrical fans and fittings at site and that
double lock system shall be arranged for the fans and fittings after receipt at site until the time they
are taken for installation. The contractor shall however be responsible for proper storage and safe
custody of the same till their installation and handing over to the department.
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
148
Power and water supply will be arranged by the contractor at the site for installation
purpose.However, for testing purpose after complete installation of the electrical items, electricity
supply will be made available free of cost to the contractor. Contractor will take due care to ensure
safety of electrical installation during execution of work.
A] Items connected with point wiring, circuit wiring, sub-main wiring, power point wiring and light plug
wiring.
S. N Stage of work Percentage of Rate
A On laying of conduits with accessories, switch boxes, etc. 40%
B On drawing of wires i/c terminations, switches, sockets, cover 40%
plates etc.
C On completion of installation, testing and commissioning. 15%
D At the time of payment of final bill. 5%
For other items, the part rates will be decided by the Engineer-in-Charge of the work and shall be binding on
the contractor.
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
149
(ii) Structural provisions like openings, cutouts, if any, provided by the department for the work, shall
be used. Where these required modifications or fresh provisions are required to be made, such
contingent works shall be carried out by the contract at his cost.
(iii) All such openings in floors provided by the department shall be closed by the contractor after
installing the cables/conduits/rising mains etc. as the case may be, by any suitable means as
approved by the Engineer-in-charge without any extra payment.
(iv) All chases required in connection with the electrical works shall be provided and filled by the
contractor at his own cost to the original architectural finish of the buildings.
13.0 Drawings:
(i) The work shall be carried out in accordance with the drawings and the tender documents and also in
accordance with modification thereto from time to time as approved by the Engineer-in-charge.
(ii) All wiring diagrams shall be deemed to be ‘Drawings’ within the meaning of the term as used in
Clause 11 of the conditions of contract (PWD 7). They shall indicate the main switch board, the
distribution boards (with circuit numbers controlled by them), the runs of various mains and sub
mains and the position of all points with their controls.
(iii) All circuits shall be indicated and numbered in the wiring diagram and the points shall be given the
same number as the circuit to which they are electrically connected.
(iv) After award of the work, the firm will be required to submit the drawings for the proposed work
including layout plan, conduit routes etc. Work will be carried out as per the approved drawings.
(v) INTEGRATED PROGRAMME CHART
The Contractor shall prepare and submit to the Engineer-in-charge, an integrated programme chart.
The contractor shall execute the work according to the programme submitted to and approved by the
Engineer-in-Charge.
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
150
19.0 Interchangeability:
Similar parts of all switches, lamp holders, distribution fuse boards, Switch gears, ceiling roses,
brackets, pendants, fans and all other fittings of the same type shall be interchangeable in each
installation.
Workmanship:
19.1. Good workmanship is an essential requirement to be complied with. The entire work of
manufacture/fabrication, assembly and installation shall conform to sound engineering practice.
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
151
20.0 Testing:
All tests prescribed in this General Specification, to be done before, during and after installation,
shall be carried out, and the test results shall be submitted to the Engineer-in-charge in prescribed
Performa, forming part of the Completion Certificate and all Expenditure to be incurred for testing
of samples e.g. cost of samples, packaging, sealing, transportation, loading, unloading etc. including
testing charges shall be borne by the contractor. The lab shall be approved by the ADG/SDG only.
quality. The guarantee period will be for a period of 12 months from the date of handing over to the
department. Installation/ equipments or components thereof shall be rectified/ repaired to the
satisfaction of the Engineer-in-charge. The firm will be required to submit guarantee of fans and
fittings from the manufacturer to the department.
25. All the LED bulbs /LED fittings shall be guarantee for a period of 5 Years. 50% of the
performance guarantee shall be refunded to the contractor soon after the completion of the
work and recording of the completion certificate. 50% of the performance guarantees retained
as security deposit + 2.5% security deposit already deducted from running bills (Total 2.5 +
2.5 = 5%) shall be refunded year wise proportionately.
28. No Contractor or his staff shall be allowed to use or shall stay in working office building beyond
working hours.
29. DEFECT LIABILITY PERIOD
The defect liability / free maintenance period shall be 12 months after the date of completion
/handing over of work of this contract agreement.
30. SUBMISSION OF AS BUILT DRAWINGS:
The Contractor shall submit 3 sets of “AS BUILT” drawings, for all packages (laminated hard
copies + soft copy) on completion of the work.
31. TOOLS AND PLANTS: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.
32. 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
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
153
work. The compensation, if any, shall be paid directly to the Department / authority / persons
concerned, by the Contractor at his own cost.
33. 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.
34. SPECIALIZED AGENCIES: The bidder should either himself meet the eligibility conditions for
the specialized, E&M works as above or otherwise he will have to associate an agency meeting
the eligibility requirements for specialized E&M works after award of work and has to submit
details of such agency(s) conforming eligibility conditions as defined in the bid document to the
Executive Engineer of concerned component one months after the award of work. Names of the
agency(s) to be associated shall be approved by the competent authority.
35. NO WAIVING OF LEGAL RIGHTS AND POWERS : The Engineer-in-Charge shall not be
precluded or stopped from taking any measurements, and framing of estimates or detaining any
certificates made either before or after the completion and acceptance of the work and payment,
from showing the true amount and character of the works performed and materials furnished by
the Contractor and from showing that any such measurements, estimates or certificates untrue or
incorrectly made and that Engineer-in-charge shall not be precluded or stopped from recovering
from the Contractor such damages as it may be sustained by reasons of his failure to comply with
the terms and conditions of the contract.
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
154
----------Blank---------
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
155
Additional Conditions
1. PVC insulated copper conductor wire used shall be multi-standard FR grade for which
nothing extra shall be paid.
2. The work shall be carried out according to approved drawings/details which shall be
subsequently issued to the successful tenderer for execution of work and as per
instructions of Engineer-in-Charge who will have the right to change the layout as per
requirement at site and the contractor shall not have any claim due to change in layout.
The work shall be executed by skilled person Licensed by the approved authorities.
3. All the debris of the electrical works should be removed and the site should be cleared by
the contractor immediately after the accruing of debris. Similarly any rejected material
should be immediately cleared off from the site by the contractor.
4. The contractor or his representative is bound to sign the site order book as and when
required by the Engineer-in-Charge and to comply with the remarks therein. Contractor
shall have to check the Site Order Book for any instructions of the Engineer-in-charge or
his authorized representative and sign the site order book. He shall be bound to ensure
compliance with the instructions recorded therein.
5. The size of conduit and wiring shall be got approved from the Engineer-in-Charge before
taking up the execution.
6. The contractor shall make his own arrangement at his own cost for electrical / general
tools and plants required for the work. Main Board and Main Distribution Board: The
work shall be carried out according to the drawings / details are as approved by the
Engineer-in-Charge. The contractor shall have to get the samples approved before the
whole lot is brought to site and it shall include all inter connections etc. All termination of
electrical cables in panel / feeder pillars DB’s, cable-looping box etc. shall have to be done
with proper thimbles / lugs using crimping process. Copper thimbles / reducer shall be
used for copper cable and Aluminium cable nothing extra will be paid for the same.
7. All materials shall be supplied and used in items of works by the contractor should be of
standard and approved quality. They should be got approved from the Engineer-in-Charge
or his authorized representative before installation otherwise no payment will be made for
an unapproved or rejected material used on the works and the same shall be removed at his
cost from site or work.
8. The contractor shall have to prove bonafides of the make of materials by producing
necessary documentary evidence. They are advised to obtain prior approval of Engineer-
in-Charge for proposed make of material, before bringing material to site work.
9. Location of Light fixtures, cable routes etc. should be got approved from the Engineer-in-
Charge before execution.
10. All interconnection in the panel, DB, cable-looping boxes shall be carried out with
suitable cable commensurate with the current carrying capacity of incoming and outgoing
cables complete with thimbles etc. as required for which nothing extra shall be paid.
11. All panels, DB’s, cable-looping boxes will be numbered and marked with paint / name
plate and nothing extra will be payable on this amount.
12. All MCB, MCCB, MCB, DB’s, RCBO’s, RCCB with DB’s shall be of same make /
manufacturer.
13. Modular Switch / Socket’s / Plates / Computer outlet / Telephone outlet and all accessories
shall be of the single make only be provided. The contractor shall have to make the edges
around the boxes wherever required shall have to be made by the contractor for which
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
156
nothing extra shall be paid. The galvanized metal box shall be of the standard thickness as
the GI boxes besides other requirement.
14. All the material should be ISI Marked unless otherwise clarification is not available.
15. All concealed works shall have to be done in the presence of Engineer-in-Charge or his
authorized representative.
16. The contractor shall make his own arrangement for carriage of material from store of the
JE (E) to the site.
17. The entire installation shall be at the risk and responsibility of the contractor until these
are tested and handed over to the department.
18. Notwithstanding the schedule of quantities, all items of interrelated works considered
necessary to make the installation complete and operative are deemed to be included shall
be provided by the contractor at no extra cost.
19. The connection, inter connection, earthing and inter earthing shall be done by the
contractor wherever required and noting extra shall be paid on this account All repairs &
patch work shall be neatly carried out to match with the original finish & all damages
caused to the building installation during the execution of work shall have to be made
good by the contractor immediately at his own cost to the entire satisfaction of Engineer-
in-charge. In case contractor fails to comply with the instructions of the Engineer-in-
charge, Engineer-in-charge shall be at liberty to get the work done by any other agency
and recover such amount as paid to the other agency from the bill(s) of the contractor.
Contractor shall have no claim, whatsoever, on the extent of such amount.
20. The contractor shall have to provide the metal fish wire after removing the choking of the
conduits. Even if subsequently the conduits are found chocked, the choking will be get
removed and / or the new conduits shall be provided at the risk and cost of the contractor.
21. Wherever ceiling roses are not required to be provided in the light/fan/exhaust fan points,
due to site conditions, the contractor shall use suitable three pin connectors for which
nothing extra shall be paid. Wiring shall be carried out with FR wires.
22. Contractor shall provide polythene/PVC plastic cover for all MDB’s/SDB’s/DB’s, panels,
feeder pillars etc to protect them from rust/damages, during execution of work till the
work is actually completed and handed over to the department.
23. Makes of all items that are not covered in the schedule of work/additional specifications
shall be got approved from the Engineer-in-charge and shall conform to relevant Indian
Standard as applicable.
24. The contractor shall ensure that the staff employed by him for execution of the electrical
work, possess the valid electrical license issued by competent authority. Consequences
arising due to the default of the contractor in not complying with the above condition shall
be the responsibility of the contractor.
25. Copper lugs shall be provided for terminating copper/aluminium/GI earth wire to all
switchboards for which nothing extra shall be paid. All multi-stranded/stranded wires shall
be terminated through copper lugs.
26. The schematic diagram/dimensional drawings of the various electricalcubical panels shall
be got approved from the Engineer-in-charge before fabrication and shall comply with
CPWD specifications and Indian Electricity Rules.The panels shall conform to IS:
8623/1993. All panels shall be powder coated inside out, in shade approved by the
Engineer-in-charge.
27. All floor-mounted panels shall be mounted on 75mmX75mmX6mm thick M.S. channel
on all the sides. It shall have a continuous earth bus of the same size and material as the
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
157
main phase running continuously along the length of the panel extending on either side for
earth connection.
28. The doors of all cubicle panels shall be hinged type including those of bus bar chambers
and cable alleys. The locking shall be with chrome plated metal key locks. All doors shall
be earthed with copper conductor wire as approved by the Engineer-in-charge.
29. The work shall be carried out according to drawing approved by the Engineer-in-charge.
The layout once approved can only be changed by the Engineer-in-charge as per
requirement at site. It shall be the responsibility of the contractor to plan the layout and get
the approval from the Engineer-in-charge before laying the conduits etc.
30. All model of modular accessories required for the work shall be got approved from the
Engineer-in-charge from among the approved makes. The base plate shall be preferably in
sheet steel or otherwise in unbreakable polycarbonate. The cover plates shall be screw less
type in shade approved by the Engineer-in-charge.
31. MCCBs shall be used with terminal spreaders and all terminals shall be shrouded to avoid
direct contact.
32. All measuring and indicating instruments shall be protected through MCB’s and isolating
switches.
33. For the items like LT panels, feeder pillars and accessories, etc, the firm shall arrange for
inspection in the factory and provide for all facilities for testing. The cost of the visit of
Engineer-in-Charge or his representative shall be borne by department. However, firm
will be responsible for arranging the inspections as required.
34. Conduit layout as per switching arrangement shall be prepared by contractor and got
approved from the Engineer-in-Charge before slab casting.
35. Conduit and termination to SDB and main board adapter box i/c connection wires to
MCB,s inter connection between SDB and main board etc shall be included in the
tendered rates and nothing extra shall be paid for the same.
36. The contractor shall provide junction boxes / looping boxes of required sizes and such
boxes shall be measured as part of conduit / batten wiring without any extra payment.
37. M.S. dash fastener shall be used for installation of fittings and fixtures in ceiling and for
providing suspenders for the angle support, conduit, cable tray etc. for which nothing extra
shall be paid
38. All CI/metal boxes & junction boxes should be cleaned properly and painted from inside
before wiring & fixing the accessories.
39. No material shall be brought to site without the approval of Engineer-in Charge. All
fixtures and fittings shall be procured just before the installation.
40. All concealed work and earthing shall be done in the presence of the Engineer-in-charge
or his authorized representative.
41. General arrangement drawing of the wiring shall be got approved from the Engineer-in-
Charge before commencement of manufacturing.
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
158
------------Blank------------
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
159
NOTES:-
1. This to be ensured by the site officials that the above mentioned material to be installed at site has
been procured by the contractor from manufacturer or their authorized dealer only and documentary
proof for the same shall be attached with each bill.
2. In respect of materials for which approved makes are not specified above, then proposed makes shall
be decided by the Engineer-in-Charge and as per sample approved before procurement &
Installation.
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
161
SCHEDULE OF QUANTITY
S.No.
Description Of Item Qty. Rate Unit Amount
1 Wiring for light point/ fan point/ exhaust fan point/ call
bell point with 1.5 sq.mm FRLS PVC insulated copper
conductor single core cable in surface / recessed steel
conduit, with modular switch, modular plate, suitable GI
box and earthing the point with 1.5 sq.mm. FRLS PVC
insulated copper conductor single core cable etc as
required. (Group B) 460 1488.00 Point 684480.00
2 Wiring for group controlled (looped) light point/fan
point/exhaust fan point/ call bell point (without
independent switch etc.) with 1.5 sq. mm FRLS PVC
insulated copper conductor single core cable in surface/
recessed steel conduit, and earthing the point with 1.5 sq.
mm FRLS PVC insulated copper conductor single core
cable etc. as required. (Group B) 40 939.00 Point 37560.00
3 Wiring for circuit/ submain wiring alongwith earth wire
with the following sizes of FRLS PVC insulated copper
conductor, single core cable in surface/ recessed steel
conduit as required.
3.1 2 X 1.5 sq. mm + 1 X 1.5 sq. mm earth wire 670 327.00 Meter 219090.00
3.2 2 X 4 sq. mm + 1 X 4 sq. mm earth wire 1150 428.00 Meter 492200.00
3.3 2 X 6 sq. mm + 1 X 6 sq. mm earth wire 180 589.00 Meter 106020.00
3.4 2 X 16 sq. mm + 1 X 6 sq. mm earth wire 250 942.00 Meter 235500.00
3.5 4 X 4 sq. mm + 2 X 4 sq. mm earth wire 700 677.00 Meter 473900.00
4 Supplying and fixing suitable size GI box with modular
plate and cover in front on surface or in recess, including
providing and fixing 3 pin 5/6 A modular socket outlet
and 5/6 A modular switch, connections etc. as required.
72 477.00 Each 34344.00
5 Supplying and fixing suitable size GI box with modular
plate and cover in front on surface in recess , including
providing and fixing 6 pin 15/16 and 5/6 amps modular
socket outlet and 15/16 amps modular switch ,
connections , painting etc. as required.
133 586.00 Each 77938.00
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
162
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
163
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
165
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
166
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
167
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
168
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
169
Executive Engineer
DED-21
CPWD, New Delhi
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
170
----------BLANK---------
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E