0% found this document useful (0 votes)
43 views170 pages

NITNO61

The Government of India is inviting tenders for the addition, alteration, and improvement of Billet No. 14 at Air Force Station, New Delhi, with an estimated cost of ₹6,32,73,475, including civil and electrical work. Bidders are required to submit their bids online, along with an earnest money deposit of ₹12,65,470, and the project is expected to be completed within twelve months. The document includes detailed instructions for bidders, conditions for e-tendering, and various specifications related to the work involved.
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
43 views170 pages

NITNO61

The Government of India is inviting tenders for the addition, alteration, and improvement of Billet No. 14 at Air Force Station, New Delhi, with an estimated cost of ₹6,32,73,475, including civil and electrical work. Bidders are required to submit their bids online, along with an earnest money deposit of ₹12,65,470, and the project is expected to be completed within twelve months. The document includes detailed instructions for bidders, conditions for e-tendering, and various specifications related to the work involved.
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 170

1

GOVERNMENT OF INDIA
OFFICE OF
DELHI CIRCLE - II

CENTRAL P.W.D., NEW DELHI.


NOTICE INVITING TENDER

N.I.T. No.: 03/SE/DC-II/2025-26


61/2025-26/R-Divn/Delhi

T.S. No.: 01/SE/DC-II/2025-26


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
PUT TO TENDER: ` 6,32,73,475/--

Civil work : ` 5,79,02,711/-

Electrical work: ` 53,70,764/-

EARNEST MONEY: `12,65,470/-

TIME ALLOWED: Twelve Months

Assistant Engineer (E)P Assistant Engineer (P) C


Delhi Circle – II, Delhi Circle – II,
CPWD, I.P. Bhawan CPWD, I.P. Bhawan,
New Delhi New Delhi

Superintending Engineer
Delhi Circle – II,
CPWD, I.P. Bhawan
New Delhi
2

---------------BLANK---------------
3

N. I. T.

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).
INDEX

S.No CONTENTS

1. Check List for bidders 5-6

2. PART-A 7-60

2.1 Information and instruction for Contractor for bidding 9-12

2.2 CPWD-6 (e-tendering) 13-18

2.3 Information and instruction for Executive for e-tendering 19-20

2.4 Percentage rate bid for works (Form CPWD-7) 21-24

2.5 Proforma for earnest money (Bank Guarantee) 25-26

2.6 Form of Bank Guarantee for Earnest Money Deposit 27-28


/Peformance Guarantee/ Security Deposit/ Mobilization
Advance
2.7 Removal of defects after completion in respect of water 29-30
proofing works
2.8 NGT Conditions & Office Memorandum 31-54

2.9 General Terms & Conditions 55-60

3. PART-B (Civil work) 61- 134

3.1 Schedule A to F 63-68

3.2 Additional Terms and Conditions for civil work 69-72

3.3 Particular specification & conditions for civil work 73-88

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

3.6 Minimum Quality Assurance Plan 95-96

3.7 Field Testing Instruments (Annexure-I) 97-98


4

3.8 List of Approved Material (Annexure-II) 99-106

3.9 Schedule of Quantity 107-134


4. PART-C (Electrical work) 135-170
4.1 Schedule A to F 136-142
4.2 Condition for engagement for Associated Agencies for 143-144
E&M works
4.3 Memoradum of understanding 145-146
4.4 Conditions for Internal and External Electrical works 147-154
4.5 Additional Conditions 155-158
4.6 Approved Make List 159-160
4.7 Schedule of Quantity 161-170

Certified that this N.I.T. contains page 1 to 170 (One Hundred Seventy Pages Only)

Assistant Engineer (E)P Assistant Engineer (C) P


Delhi Circle – II Delhi Circle – II
CPWD, I.P. Bhawan CPWD, I.P. Bhawan,
New Delhi New Delhi

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

CHECK LIST FOR BIDDERS FOR SUBMISSION OF BIDS

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:

Payment of Wages (as per DG, CPWD OM no. DG/SE/CM/CON/283 dated


05.05.2015)
(i) The contractor shall ensure payment of wages of all workers to the bank account of
workers and through Bank transfer or ECS or online transfer on regular interval on fixed
time Schedule.
(ii) The contractor shall obtain from the junior Engineer or any other authorized
representative of the Engineer-in-Charge as the case may be, a certificate under his signature
at the end of the entries in the “Register of Wages” or the “Wage cum-Muster Roll” as the
case may be in the following form:-

“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

9 Modifications as per DG, CPWD OM no. DG/SE/CM/CON/285 dated 04/06/2015:-


a. The contractor whose bid is accepted will also be required to furnish either copy of
applicable licenses/registration or proof of applying for obtaining labour licenses,
registration with EPFO, ESIC and BOCW welfare board and program chart(time and
progress) within the period specified in schedule ‘F’ .

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

INFORMATION AND INSTRUCTIONS FOR BIDDERS FOR E-TENDERING

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

`5,79,02,711/- & Elect.


` 6,32,73,475/--(Civil
03/SE/DC-II//2025-26

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).

*To be filled in by the Executive Engineer

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.

The bid submitted shall be opened at 3:30 PM on 21.07.2025

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.”

*To be filled in by NIT approving authority

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: -

I. Treasury Challan/Deposit at Call Receipt/Demand Draft//FDR/Bank


Guaranteee of any Scheduled Bank against EMD (drawn in favour of
Executive Engineer, ‘R’ Division, CPWD, New Delhi)
II. Receipt for deposition of original EMD issued from division office of any
Executive Engineer, (including NIT issuing EE/AE/AAO), CPWD.
III. Enlistment Order of the Contractor.
IV. Any other documents as specified in the NIT.
V. 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.
VI. GST registration certificate, if already obtained by the bidder.

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

CPWD-6 FOR E-TENDERING


1. Online Percentage Rate Bids are invited on behalf of the President of India from approved and
eligible CPWD Buildings & Roads Category contractorsfor the following work of:
Addition/Alteration/Improvement to Billet No. 14 (SPS Type- D/S) in RCC, Air Force
Station, New Delhi (Civil and Electrical work). The enlistment of the contractors should be
valid on the last date of submission of bids.
In case the last date of submission of bids is extended, the enlistment of contractor should be
valid on the original date of submission of bids.
1.1 The work is estimated to cost `6,32,73,475/- (Civil `5,79,02,711/- & Elect. `53,70,764/-). This
estimate, however, is given merely as a rough guide.
2. Agreement shall be drawn with the successful bidders on prescribed Form No. CPWD-7/8 (or
other Standard Form as mentioned) which is available as a Govt. of India Publication and also
available on website www.cpwd.gov.in. Bidders shall quote his rates as per various terms and
conditions of the said form which will form part of the agreement
3. The time allowed for carrying out the work will be Twelve Months from the date of start as
defined in schedule ‘F’ or from the first date of handing over of the site whichever is later, in
accordance with the phasing, if any, indicated in the bid documents.
4. The site for the work shall be made available in consultation to the clients and mutual
understanding between the department, client and the contractor depending on the actual
site conditions being a secure and sensitive area.
5. The bid document consisting of plans, specifications, the schedule of quantities of various types
of items to be executed and the set of terms and conditions of the contract to be complied with
and other necessary documents except standard General Conditions of Contract 2023
(maintenance) can be seen and downloaded from website http://www.etender.cpwd.gov.in or
cpwd.gov.in free of cost.

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

The bid submitted shall be opened at 03:30 PM on 21.07.2025.

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.

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


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

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. For Composite Bids


20.1.1 The Executive Engineer-in-charge of the major component will call tenders for the composite
work. The cost of bid document and earnest money will be fixed with respect to the combined
estimated cost put to bid for the composite bid.
20.1.2 The bid document will include following three components:
Part A: CPWD-6, CPWD-7 & standard general conditions of contract for maintenance works
2023 as amended/modified up to date etc.
Part B:General/specific conditions, specifications and schedule of quantities applicable
including schedule A to F for the major component of the work.
Part C: Schedule A to F for minor component of the work (SE/EE in charge of major
component shall also be competent authority under clause 2 and clause 5 as mentioned in
schedule A to F for major components) General/specific conditions, specifications and schedule
of quantities applicable to minor component(s) of the work.
20.1.3 The bidder must associate with himself, with agencies as per NIT conditions
20.1.4 The eligible bidders shall quote rates for all items of major component as well as for all items of
minor components of work.
20.1.5 After acceptance of the bid by competent authority, the EE in charge of major component of the
work shall issue letter of award on behalf of the President of India. After the work is awarded,
the main contractor will have to enter into one agreement with EE in charge of major component
and has also to sign two or more copies of agreement depending upon number of EE’s in charge
of minor components. One such signed set of agreement shall be handed over to EE-in-charge of
minor component. EE of major component will operate part A and part B of the agreement. EE-
in -charge of minor component(s) shall operate Part C along with Part A of the agreement.
20.1.6 Entire work under the scope of composite bid including major and all minor components shall be
executed under one agreement.

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.

*To be filled in by NIT approving authority


Executive Engineer
‘R’ Division
CPWD, New Delhi

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

INFORMATION AND INSTRUCTION FOR EXECUTIVE ENGINEER


FOR E-TENDERING

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:-

FORMAT FOR RECEIPT

Receipt of deposition of original EMD


(Receipt No……………….. Date……………..)

1. 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).
2. NIT No. : 03/SE/DC-II/2025-26
61/2025-26/R-Divn/Delhi

3. Estimated Cost: `6,32,73,475/--(Civil `5,79,02,711/- & Elect. `53,70,764/-)


4. Amount of Earnest Money Deposit: ` 12,65,470/-

5. Last date of submission of bid 3:00 PM on 21.07.2025

(*To be filled by NIT approving authority/ EE at the time of issue of NIT and uploaded along with NIT)

1. Name of contractor ---------------------------------------#


2. Form of EMD ---------------------------------------------#
3. Amount of Earnest Money Deposit --------------------#
4. Date of submission of EMD-----------------------------#

Signature, Name and Designation of EMD


Receiving officer (EE/AE(P)/AE/AAO)
Along with office stamp

#To be filled by EMD receiving E.E.

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)

flfoy dk;ksZ ds fy, izfr'kr nj fufonk ,oa lafonk


Percentage Rate Bids& Contract Works

(A) dk;Z ds fy, fufonk %Tender for the work of :--

Addition/Alteration/Improvement to Billet No. 14 (SPS Type- D/S) in


RCC, Air Force Station, New Delhi (Civil and Electrical work).
(i) To be submitted /uploaded at www.etender.cpwd.gov.in 3:00 PM on
21.07.2025

(ii) To be opened on line in presence of tenders who may be present at 3:30


PM on 21.07.2025 in the office of Executive Engineer, ‘R’ Division,
CPWD, New Delhi.

Issued to ………………….. Tender document made available Online to the agency.

Signature of the Officer issuing the documents. Online uploading authority

Designation: Executive Engineer, ‘R’ Division, CPWD

Date of issue………………. As per NIT

***to be filled by Executive Engineer / ‘R’ Division

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

Further, I/we agree that in case of forfeiture of Earnest Money or performance


guarantee as aforesaid, I/we shall be debarred for participation in the re-tendering process of
the work.
I/we undertake and confirm that eligible similar work(s) has/have not been got executed
through another contractor on back to back basis. Further that, if such a violation comes to the
notice of Department, then I/we shall be debarred for tendering in CPWD in future forever.
Also, if such a violation comes to the notice of Department before date of start work, the
Engineer-in-charge shall be free to forfeit the entire amount of earnest money
deposited/performance guarantee.
eSa@ge ,rr~}kjk ?kks"k.kk djrs gS fd eS@ge fufonk dkxtkrks]a uD'kksa vkSj dk;Z ls lacaf/kr vU;
vfHkys[kk dks xqIr@xksiuh; dkxtkr ds :Ik esa j[ksxs vkSj muls izkIr@yh xbZ tkudkjh fdlh vU;
dks] ftUgsa eSa@ge lwfpr djus ds fy, izkf/kd`r gks] ls fHkUu fdlh dks]ugha crk,xsa ;k tkudkjh dks
fdlh ,sls :Ik esa iz;ksx ugh djsx
a s tks jkT; dh lqj{kk ds fy, izfrdwy gksA
I/We hereby declare that I/we shall treat the tender documents drawings and other records
connected with the work as secret/confidential documents and shall not communicate
information/derived therefrom to any person other than a person to whom I/We am/are
authorised to communicate the same or use the information in any manner prejudicial to the
safety of the State.
rkjh[kDated .................... Bsdsnkj ds gLrk{kjSignature of Contractor
Mkd irkPostal Address #
lk{khWitness : #
irkAddress: #
mithfodkOccupation : #
Lohd`fr @ACCEPTANCE
* *
eS Hkkjr ds jk"Vªifr dh vksj ls rFkk muds fy, #0 :- -------------------------- ¼:i, ------------------------------------------------------
-------------------------------------------------------------------------------------------------------------------------------------------------------
-½ dh jkf'k ds fy, mi;qZDr fufonk ¼v/kksfyf[kr i=ksa ds vuqlkj ifjofrZr½ Lohdkj djrk gwaA
The above tender (as modified by you as provided in the letters mentioned hereunder) is accepted by
me for and on behalf of the President of India for a sum of Rs. ____________ *
*
(Rupees _____________________________________________________________)

uhps fn, x, i= bl Bsdk djkj dk fgLlk gksx


a sA
The letters referred to below shall form part of this contract Agreement:-
I) *
ii) *
iii) * Hkkjr ds jk"Vªifr dh vksj ls rFkk muds fy,
For & on behalf of the President of India.
gLrk{kjSignature ....................................
*
rkjh[kDated ...................... inukeDesignation .........................
* To be filled in by EE
#To be filled by the contractor

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

FORM OF EARNEST MONEY (BANK GUARANTEE)


WHEREAS, contractor.................. (Name of contractor) (here in after called "the
contractor") has submitted his tender dated ............. (Date) for the construction of
.............................................. (name of work) (here in after called "the Tender")

KNOW ALL PEOPLE by these presents that we ......................................... (name of


bank) having our registered office at ................................... (hereinafter called "the
Bank") are bound unto ................................................... (Name and division of
Executive Engineer) (hereinafter called "the Engineer-in-Charge") in the sum of Rs.
........................ (Rs. in words .................................................) for which payment well
and truly to be made to the said Engineer-in-Charge the Bank binds itself, his
successors and assigns by these presents.
SEALED with the Common Seal of the said Bank this ......... day of .................20.......
THE CONDITIONS of this obligation are:
(1) If after tender opening the Contractor withdraws, his tender during the period of
validity of tender (including extended validity of tender) specified in the Form of
Tender;

(2) If the contractor having been notified of the acceptance of his tender by the
Engineer-in-Charge:

(a) fails or refuses to execute the Form of Agreement in accordance with the
Instructions to contractor, if required; OR
(b) fails or refuses to furnish the Performance Guarantee, in accordance with
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.

We undertake to pay to the Engineer-in-Charge either up to the above amount or part


thereof upon receipt of his first written demand, without the Engineer-in-Charge having
to substantiates his demand, provided that in his demand the Engineer-in-Charge will
note that the amount claimed by his is due to him owing to the occurrence of one or
any of the above conditions, specifying the occurred condition or conditions.

This Guarantee will remain in force up to and including the date* ............. after the
deadline for submission of tender as such deadline is stated in the Instructions to
contractor or as it may be extended by the Engineer-in-Charge, notice of which
extension(s) to the Bank is hereby waived. Any demand in respect of this Guarantee
should reach the Bank not later than the above date.

DATE ............. SIGNATURE OF THE BANK


WITNESS .................. SEAL
(SIGNATURE, NAME AND ADDRESS)

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

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

(On Non-judicial stamp paper of minimum Rs. 100/-)

(Guarantee offered by Bank to CPWD in connection with the execution of contract)


Form of Bank Guarantee for Earnest Money Deposit /Peformance Guarantee/
Security Deposit/ Mobilization Advance

1. Whereas the Executive Engineer……………. (name of division) ……………….CPWD


on behalf of the President of India (hereinafter called “The Government”) has invited
bids under ………………(NIT Number)
…………………dated………….for………………..(name of
work)…………………………….. The Government has further agreed to accept
irrevocable Bank Guarantee for Rs………….. (Rupees………………….only) valid
upto………….(date)*……… as Earnest Money deposit from……………….(name and
address of contractor) …………………(hereinafter called “the contractor”) for
compliance of his obligations in accordance with the terms and conditions of the said
NIT.
2. We, …….. (indicate the name of bank) ………….(herein after referred to as “the
Bank”), hereby undertake to pay to the Government an amount not exceeding
Rs……….. (Rupees……….only) on demand by the Government within 10 days of the
demand.
3. We, …………..(indicate the name of the Bank)…………, do hereby undertake to pay
the amound due and payable under this guarantee without any demur, merely on a
demand from the Government stating that the amount claimed is required to meet the
recoveries due or likely to be due from said contractor. Any such demand made on the
Bank shall be conclusive as regards the amount due and payable by the Bank under this
Guarantee. However, our liability under this guarantee shall be restricted to an amount
not exceeding Rs…… (Rupees………..only).
4. We, ……………..(indicate the name of Bank)…………, further undertake to pay the
government any money so demanded notwithstanding any dispute or disputes raised by
the contractor in any suit or proceeding pending before any court or tribunal, our
liability under this Bank Guarantee being absolute and unequivocal. The payment so
made by us under this Bank Guarantee shall be a valid discharge of our liability for
payment there under the contractor shall have no claim against us for making such
payment.
5. We,…………….(indicate the name of Bank) …………, further agree that the
Govermment shall have the fullest liberty without our consent and without affecting in
any manner our obligation here under to vary any of the terms and conditions of the said
agreement or to extend time of performance by the said contractor from time to time or
to postpone for any time or from time to time any of the powers excercisable by the
government against the said contractor and to forbear or enforce any of the terms and
conditions relating to the said agreement and we shall not be relieved from our liability

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

GUARANTEE TO BE EXECUTED BY CONTRACTORS FOR REMOVAL OF


DEFECTSAFTER COMPLETION IN RESPECT OF WATER PROOFING WORKS.

The Agreement made this _______________day of___________________one thousand


ninehundred and_____________between___________________son of____________________
of_____________________ (hereinafter called the Guarantor of the one part) and the
PRESIDENT OFINDIA (hereinafter called the Government of the other part).
WHEREAS THIS agreement is supplementary to a contract (hereinafter called the
Contract), dated___________________and made between the GUARANTOR OF THE ONE
part and the Government ofthe other part, whereby the Contractor, inter alia, undertook to
render the buildings and structures in thesaid contract recited completely water and leak-proof.
AND WHEREAS THE GUARANTOR agreed to give a guarantee to the effect that the
said
structures will remain water and leak-proof for ten years from the date of giving of water
proofing
treatment.
NOW THE GUARANTOR hereby guarantees that water proofing treatment given by
him will renderthe structures completely leak-proof and the minimum life of such water
proofing treatment shall be TENYEARS to be reckoned from the date after the maintenance
period prescribed in the contract.
Providing that the Guarantor will not be responsible for leakage caused by earthquake or
structuraldefects or misuse of roof or alteration and for such purpose.
a) Misuse of roof shall mean any operation which will damage proofing treatment, like
chopping ofFirewood and things of the same nature which might cause damage to the
roof. 7
b) Alteration shall mean construction of an additional storey or a part of the roof or
constructionAdjoining to existing roof whereby proofing treatment is removed in parts.
c) The decision of the Engineer-in-charge with regard to cause of leakage shall be final.

During this period of guarantee, the guarantor shall make good all defects and in case of
any 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.

IN WITNESS WHEREOF these presents have been executed by the


Obligor________________________ and by __________________________________ and for
and onbehalf of the PRESIDENT OF INDIA on the day, month and year first above written.
Signed, sealed and delivered by Obligor in the presence of -
1.____________________________________
2.____________________________________
Signed for and on behalf of the President of India by _____________________
In the presence of -
1.____________________________________2._______________________________

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

[Published In the Gazette of India, Part-II, Section-3, Sub-section (ii)] Ministry of


Environment, Forest and Climate Change

NOTIFICATION

New Delhi, the 29th March, 2016

G.S.R.317(E). -Whereas the Municipal Solid Wastes (Management and Handling)


Rules, 2000 published vide notification number S.O. 908(E), dated the 25th
September, 2000 by the Government of India in the erstwhile Ministry of Environment
and Forests, provided a regulatory frame work for management of Municipal Solid
Waste generated in the urban area of the country;

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;

Now, therefore, in exercise of the powers conferred by sections 6, 25 of the


Environment (Protection) Act, 1986 (29 of 1986), and in supersession of the Municipal
Solid Wastes (Management and Handling) Rules, 2000, except as respect things done
or omitted to be done before such supersession, the Central Government hereby
notifies the following rules for Management of Construction and Demolition Waste –

Short title and commencement: -

(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

3. Definitions– (1) In these rules, unless the context otherwise requires-

“ACT” means the Environment (Protection) Act,1986(29of 1986);

"Construction" means the process of erecting of building or built facility or other


structure, or building of infrastructure including alteration in these entities;

(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;

(d) “de-construction” means a planned selective demolition in which salvage, re-use


and recycling of the demolished structure is maximized;

(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

“form” means a Form annexed to these rules;

“Local authority” means an urban local authority with different nomenclature


such as municipal corporation, municipality, nagarpalika, nagarnigam, nagar
panchayat, municipal council including notified are a committee and not limited
to or any other local authority constituted under the relevant statutes such as
gram panchayat, where the management of construction and demolition waste
is entrusted to such agency;

“schedule” means a schedule annexed to these rules;

“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;

“Waste generator” means any person or association of persons or institution,


residential and commercial establishments including Indian Railways, Airport,
Port and Harbour and Defence establishments who undertakes construction of
or demolition of any civil structure which generate construction and demolition
waste.

(2) Words and expressions used but not defined herein shall have the same
meaning defined in the ACT.

(4) Duties of the waste generator –

1. Every waste generator shall prima-facie be responsible for collection,


segregation of concrete, soil and others and storage of construction and
demolition waste generated, as directed or notified by the concerned local
authority in consonance with these rules.

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.

(5) Duties of service provider and their contractors–

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.

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

1. Issue detailed directions with regard to proper management of construction and


demolition waste within its jurisdiction in accordance with the provisions of these
rules and the local authority shall seek detailed plan or undertaking as
applicable, from generator of construction and demolition waste

2. Chalk out stages, methodology and equipment, material involved in the overall
activity and final cleanup after completion of the construction and demolition

3. Seek assistance from concerned authorities for safe disposal of construction


and demolition waste contaminated with industrial hazardous or toxic material or
nuclear waste if any

4. Shall make arrangements and place appropriate containers for collection of


waste and shall remove at regular intervals or when they are filled, either
through own resources or by appointing private operators

5. Shall get the collected waste transported to appropriate sites for processing and
disposal either through own resources or by appointing private operators

6. Shall give appropriate incentives to generator for salvaging, processing and or


recycling preferably in-situ

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

9. Shall device appropriate measures in consultation with expert institutions for


management of construction and demolition waste generated including
processing facility and for using the recycled products in the best possible
manner

10. Shall create a sustained system of information, education and communication


for construction and demolition waste through collaboration with expert
institutions and civil societies and also disseminate through their own website;

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.

Application of materials made from construction and demolition waste in


operation of sanitary and fill shall be as per the criteria given in Schedule II.

(8) Duties of State Pollution Control Board or Pollution Control Committee-


(1) State Pollution Control Board or Pollution Control Committee shall monitor the
implementation of these rules by the concerned local bodies and the competent
authorities and the annual report shall be sent to the Central Pollution Control
Board and the State Government or Union Territory or any other State level
nodal agency identified by the State Government or Union Territory
administration for generating State level comprehensive data. Such reports shall
also contain the comments and suggestions of the State Pollution Control Board
or Pollution Control Committee with respect to any comments or changes
required;
2) State Pollution Control Board or Pollution Control Committee shall grant
authorization to construction and demolition waste processing facility in Form-III
as specified under these rules after examining the application received in Form
I;
(3) State Pollution Control Board or Pollution Control Committee shall prepare
annual report in Form IV with special emphasis on the implementation status of
compliance of these rules and forward report to Central Pollution Control Board
before the 31stJuly for each financial year.
(9) Duties of State Government or Union Territory Administration-
1. The Secretary in-charge of development in the State Government or Union
territory administration shall prepare their policy document with respect to
management of construction and demolition of waste in accordance with the
provisions of these rules within one year from date of final notification of these
rules.
2. The concerned department in the State Government dealing with land shall be
responsible for providing suitable its for setting up of the storage, processing
and recycling facilities for construction and demolition waste.
3. The Town and Country planning Department shall incorporate the site in the
approved land use plan so that there is no disturbance to the processing facility
on along term basis.
4. Procurement of materials made from construction and demolition waste shall be
made mandatory to a certain percentage (say 10-20%) in municipal and
Government contracts subject to strict quality control.

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, -

Prepare operational guidelines related to environmental management of construction


and demolition waste management;

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.

Duties of Bureau of Indian Standards and Indian Roads Congress-The Bureau of


Indian Standards and Indian Roads Congress shall be responsible for preparation of
code of practices and standards for use of recycled materials and products of
construction and demolition waste in respect of construction activities and the role of
Indian Road Congress shall be specific to the standards and practices pertaining to
construction of roads.

Duties of the Central Government–

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:

Accident reporting by the construction and demolition waste processing facilities-In


case of any accident during construction and demolition waste processing or treatment
or disposal facility, the officer in charge of the facility in the local authority or the
operator of the facility shall report of the accident in Form-V to the local authority. Local
body shall review and issue instruction if any, to the incharge of the facility.

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.

A buffer zone of no development shall be maintained around solid waste processing


and disposal facility, exceeding five Tonnes per day of installed capacity. This will be
maintained within the total area of the solid waste processing and disposal facility. The
buffer zone shall be prescribed on case-to-case basis by the local authority in
consultation with concerned State Pollution Control Board.

Processing or recycling site shall be fenced or hedged and provided with proper gate to
monitor incoming vehicles or other mode soft transportation.

The approach and or internal roads shall be concreted or paved so as to avoid


generation of dust particles due to vehicular movement and shall be so designed to
ensure free movement of vehicles and other machinery.

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.

Utilities such as drinking water and sanitary facilities (preferably washing/bathing


facilities for workers) and lighting arrangements for easy land fill operations during
night hours shall be provided and Safety provisions including health inspections of
workers at land fill sites shall be carried out made.
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
43

In order to prevent pollution from processing or recycling operations, the following


provisions shall be made, namely:

Provision of storm water drains to prevents tag nation of surface water;

Provision of paved or concreted surface in selected areas in the processing or


recycling facility for minimizing dust and damage to the site.

Prevention of noise pollution from processing and recycling plant:

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.

A vegetative boundary shall be made around Processing or Recycling plant or site to


strengthen the buffer zone.

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)]

Sl.No. Parameters Compliance Criteria

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.

2 Daily cover Fines from construction and demolition


processed waste having size up to 2 mm
shall be used for daily cover over the
freshwaste.

Use of construction and demolition fines as


land fill cover shall be mandatory where
such material is available. Fresh soil
(sweetearth) shall not be used for such
places and borrow-pits shall not be allowed.
Exception

– soil excavated during construction of the


same land fill. During hot windy days in
summer months, some fugitive dust
problems maya rise. These can be
minimized by mixing with local soil
wherever available for limited period.

3 Civil construction in a sanitary land fill Non-structural applications, such as


kerbstones, drain covers, paving blocks in
pedestrian areas

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
45

Schedule III

Time frame for Planning and Implementation [See Rule13]

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

1 Formulation of policy 12 months 12 months 12 months


by State Government

2 Identification of sites 18 months 18 months 18 months


for collection and
processing facility

3 Commissioning and 18 months 24months 36 months

implementation of the
facility

4 Monitoring by SPCBs 3 times a year – 2 times a year – 2 times a year –


once in 4 months once in 6 months once in 6 months

*The time Schedule is effective from the date of notification of these rules.

To

The Member Secretary

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
46

FORM-I See [Rule 7 (2)] Application for obtaining authorisation

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.

Addition:NIL Correction:NIL Overwriting:NIL Deletion:NIL AE(C) AE(E) SE, DC-II


47

Form-II

See [Rule (7)(3)]

Format for Issue of Authorisation to the Operator

FileNo.:

Date:
To,

Ref: Your application number_____________________ Dt.…………

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).

Date: (Member Secretary)

Place: State Pollution Control Board/Pollution Control Committee

Addition:NIL Correction:NIL Overwriting:NIL Deletion:NIL AE(C) AE(E) SE, DC-II


48

Form –III [SeeRule8(2)]

Format of Annual Report to be submitted by Local Authority to the State Pollution


Control Board

Name of the City or Town…………………….

Population…………………

Name and address of local authority or competent authority Telephone


No……………………………

Fax………………………….

Email ID………………………………….

Website………………………………….

Name of In-charge or Nodal Officer dealing with construction and demolition wastes
management with designation ………………………………………………

Quantity and composition of construction and demolition waste including any


deconstruction waste

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…………………...

Average generation of construction and demolition waste (TPD)

Total quantity of construction and demolition waste collected per day Any Processing
/Recycling Facility set up in the city……………………………

Status of the facility

Total quantity of construction and demolition waste processed / recycled (in metric
ton) Non-structural concrete aggregate:

Manufactured sand:

Ready-mix concrete (RMC): Paving blocks:

GSB:

Others, if any, please specify:

Addition:NIL Correction:NIL Overwriting:NIL Deletion:NIL AE(C) AE(E) SE, DC-II


49

Total quantity of Construction & Demolition waste disposed by land filling without
processing (last option) or filling low lying areas

No of land fill sites used:

Area used:

Whether weigh-bridge: Yes / No facility used for quantity estimation?

Whether construction and demolition waste used in sanitary landfill (for solid waste)
as per Schedule III: Yes/No

Storage facilities

Area or location or plot or societies covered for collection of Construction and


Demolition waste

No. of large Projects (including roadways project) covered

Whether Area or location or plot or societies collection is Practiced (if yes, whether
done by

Competent Authority or Local Authority or through Private Agency or Non-


Governmental Organization):

Storage Bins:

Specifications Existing Proposed (Shape & Size) Number for future

Containers or receptacle (Capacity):

Others, please specify:

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)

Addition:NIL Correction:NIL Overwriting:NIL Deletion:NIL AE(C) AE(E) SE, DC-II


50

3. Transportation

Existing Actually Required/Proposed number

Truck :

Truck-Hydraulic:

Tractor-Trailer:

Dumper-placers:

Tricycle:

Refuse-collector:

Others (Please specify):

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:

-------------------------------------------------------------------------------------------------

Processing / recycling Steps taken Technology (Quantity to be processed)

-------------------------------------------------------------------------------------------------

Dry Process:

Wet Process:

Others, if any:

Please specify:

What provisions are available to check unauthorized operations of:

Encroachment on river bank or wet bodies:

Unauthorized filling of lowline areas:

Mixing with solid waste:

Encroachment in Parks, Footpaths etc.:

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)]

Dated: Signature of Municipal Commissioner

Addition:NIL Correction:NIL Overwriting:NIL Deletion:NIL AE(C) AE(E) SE, DC-II


52

Form–IV [See Rule (8) (3)]

Format of Annual Report to be submitted by the State Pollution Control Board /


Committees to the Central Pollution Control Board

To,

The Chairman,

Central Pollution Control Board, PariveshBhawan, East Arjun Nagar, Delhi-110032

Name of the State/Union territory:

Name & address of the State

Pollution Control Board/Pollution Control Committee:

Number of municipal authorities responsible for management of municipal solid


wastes in the State/Union territory under these rules:

A Summary Statement on progress madeby municipal authoritiesinrespectof

Implementation of Schedule III]: Please attach as Annexure-I

A Summary Statement on progress made by municipal authorities in respect of

Implementation of ScheduleIV: Please attach as Annexure-II

Date: Chairman or the Member Secretary

State Pollution Control Board/Pollution Control Committee

Place:

Addition:NIL Correction:NIL Overwriting:NIL Deletion:NIL AE(C) AE(E) SE, DC-II


53

Form–V [SeeRule14]

Accident reporting

Date and time of accident:

Sequence of events leading to accident:

The type of construction and demolition waste involved in accident:

Assessment of the effects of the accidents

On traffic, drainage system and the environment:

Emergency measures taken:

Steps taken to all eviate the effectsof accidents:

Steps taken to prevent the recurrenceof such an accident:

Regular monthly health checks up of workers at

Processing/recycling site shall be made

Any accident during the collection,

Transportation and treatment including

Processing and recycling should be informedTo the Competent Authority (Local


Authority) or

Prescribed Authority

Date: Authorized Signatory

Place: Designation

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
54

Sl. No..................

Name of Agency with address&


telephone no: -
NOTE: -

IDENTITY CARD
1. This Card is valid only for specified
working place/place of duty. Name of Worker

Designation

The Contractor is fully responsible for Address


any misuse of this card beyond duty
hours/days. Contact No.

The Contractor bears responsibility for Signature Signature of


the character of Cardholder worker. Of Agency Gazetted
Officer.

Registration No.: -

VALID UPTO: -

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
55

GENERAL TERMS AND CONDITIONS


1.0 General Conditions
1. The work is to be carried out in Comprehensive manner of civil & electrical operation relating
Upgradation / Renovation & special repair works etc.
2. The contractors are advised to get acquainted with the proposed work and its site, specifications
and special conditions carefully before tendering. No claim of any sort shall be entertained on this
account of any site conditions and ignorance of specifications and special conditions contained in
the agreement.
3. Contractor shall employ trained/ skilled workers at the site after obtaining approval of Engineer –
in-charge or his authorised representative.
4. For the discipline of Civil works CPWD specifications 2019 (Vol. I & II) with up-to-date
correction slips. For items which are not covered under CPWD specifications, the special
conditions /BIS specifications shall apply. In this regard the decision of Engineer-in-Charge shall
be final.
5. All materials, T&P, consumable and contingent articles required for the work shall be arranged by
the contractor. Materials used shall be in preference as per the nomenclature of the item/ as per
approved list/CPWD Specifications and as per directions of Engineer-in-Charge. Replaced
materials used shall have same or richer specifications to the original materials and compatible to
the work.
6. The contractor or his representative shall be available at site on every visit of officer-in-charge as
well as visit of senior officers or as per direction of Engineer-in-charge.
7. Chases, holes & drilling works etc. shall be done using power operated tools.
8. Any work carried out without the approval of the representative of the Engineer-in-charge at the
site shall be rejected and shall not be measured and paid for to the contractor and no claim will be
entertained in future by the contractor.
9. The site for the collection and stacking of the material shall be got approved from the Engineer-in-
charge.
10. The sample of all the items shall have to be got approved by the contractor from the Engineer-in-
charge before the supply commences and shall be without prejudice to the right of the Engineer-
in-Charge to get random samples test of any material done of the actual lot received.
11. The Engineer-in-Charge will be at liberty to take respective sample(s) of each item of Schedule of
Quantity in any approved laboratory as decided by him. The sample for testing will be provided by
the contractor. Nothing extra shall be paid on this account. 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. In case any sample particular lot fails during testing, the
contractor will be bound to replace the entire lot with fresh materials of prescribed specification
and the rejected lot will be returned to the contractor.
12. Approved laboratories with priority order as given below:
The laboratories in the Government sector, Semi Government, All Govt. Institutions, Indian
Institutes of technology, National Institutes of technology, Central and State research Centre,
Centrally and state funded laboratories and any other private laboratory approved by ADG (Delhi).
13. Rejected materials will have to be removed by the contractor at his own cost immediately at the
instructions of doing so by the Engineer-in-charge or his representative.
14. In case of any dispute regarding rejection of quality of materials, the decision of the Engineer-in-
Charge will be final and binding upon the contractor.
15. All taxes applicable at prevalent rates shall have to be paid by the contractor himself and the rates
quoted by him shall include these taxes and nothing extra on this account shall be payable.
16. The rates for different items of work shall apply for all heights and depths, lead and lift unless
otherwise specified in the agreement or specifications applicable to the agreement.
17. Any damage to the building, existing work, 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.
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
56

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

flfoy dk;®Z^ dh vuqlfw p;ka SCHEDULES FOR CIVIL WORKS


SCHEDULE ‘A’
Schedule of quantities (as per PWD-3) : Pages – 107-134
SCHEDULE ‘D’
Extra Schedule for specific requirements /documents for the work, if any

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

Description of Milestone Time Allowed in days Amount to be withheld in case


S. No. (Physical) (from date of start ) of non achievement of
m`ilestone
1. All demolition and existing old Three Months
structures and foundation work In event of non- achieving the
for new work. desired progress 1.25% of the
2. All civil & electrical work of Six Months tendered value of the work shall
ground floor i/c roofing be withheld for the failure of
3. All structural work i/c Nine Months each milestone.
mansonary work at 1st floor
etc.
4. Complete work (civil & Twelve Months
electrical work in all respects)

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

PROFORMA OF SCHEDULES Clause 5 Schedule of handing over of site

Part Portion of site Description Time period for


handing over
reckoned from date
of issue of letter of
intent
Part A Portion without any The site for the work shall be made
hindrance available in consultation to the
Part B Portions with client and mutual understanding
encumbrances between the department, client and
Part C Portions dependent on the contractor depending on the
work of other agencies actual site conditions being a secure
and sensitive area.

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

--------------As per direction of Engineer-in-charge---------

Clause 19C authority to decide Engineer-in-charge


penalty for each default
Clause 19D authority to decide Engineer-in-charge
penalty for each defauslt
Clause 19G authority to decide Engineer-in-charge
penalty for each default
Clause 19K authority to decide Engineer-in-charge
penalty for each default

CLAUSE 25 (i) Conciliter -Additioanl Director General


(RD)
(ii) Arbitrator Appointing Authority -
Superintending Engineer, DC-II
(iii) Place of Arbitration - New Delhi.

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

S.No Requirement of Technical Minimum Desigation Rate at which recovery


Qualification Number experience Technical Staff shall be made from the
(Years) contractor in the event
of not fulfilling
Graduate 5 (and having Project Manager `25000/-
1 Engineer 1 (civil) experience of (Rupees Twenty Five
one similar Thousands only) Per
nature of work) month
2 Graduate 1+1 2 or 5 Project /Planning/ `15000/-
Engineer or (Civil & respectively Quality /billing (Rupees Fifteen
Diploma Electrical) Engineer Thousands only) Per
Engineer month per person

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

Price Preference to SC/ST individual contractor is ………


valid upto

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

ADDITIONAL TERMS AND CONDITIONS FOR CIVIL WORK


1.0 General Conditions
1.1 The work shall be carried out as per CPWD specifications for works-2019 Vol. I & II
with up-to-date correction slips unless other wise specified in the nomenclature of
individual item or in the specifications and special conditions, where specifications are
silent, the decision of Engineer-in-Charge shall be final and binding on contractors.
1.2 Material being supplied under contract for day to day maintenance shall be supplied in
the following manner:-
i) 50% of scheduled quantity shall be supplied to the department within 15 days of date of
stipulated date of start of work.
ii) Remaining 50% material of scheduled quantity shall be supplied as per directions AE /JE
or Engineer – in – charge.
iii) All samples of sanitary, water supply and fittings required for carpentary work shall be
got approved from Engineer-in-charge and shall be kept at service center. The
manufacturing date and batch no. will be inscribed or printed on packs/containers by
manufacturers are only acceptable for all the above said materials.
iv) Original invoices shall be produced to the department i.e. AE/JE while supplying the
material to the department.
1.3 The paints/other materials shall be issued by the Junior Engineer/ Assistant Engineer to
the contractors in A/R & M/O works and Special Repair works after breaking the seal of
the containers/ packing and quantity to be issued shall be as per the daily requirement at
the site. Afterday use, balance quantity of paints etc., if any left, will be returned by the
contractor to the Department. After use, the empty container shall have to be returned to
the Department and shall be preserved by JE-In-charge and will not be disposed off till
the finalization of the work.
1.4 The theoretical consumption of materials like, Satna lime, distemper, paint, waterproof
cement paint etc. shall be computed, as per the consumption co-efficientattached of
CPWD.
1.5 All doors, windows, floors, furniture, Electrical and other fittings shall be cleaned from
all splashes, dust, dirt and mortars etc. The rate for the white washing/colour washing
/distempering/ painting etc. includes the cost of removal splashes and paint marks. In
theevent of failure on the part of contractor to remove the splashes and the paint mark the
recoveries will be made at the followings rates as below:

For splashes of For splashes of paint for splashes of External


Internal Finishing finishing paint marks
Rs. 1200/- Each Rs. 2000/- Each Rs. 1200/- Each

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

PARTICULAR SPECIFICATIONS & CONDITIONS FOR CIVIL WORKS


1. General.

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

for penal action as decided by Engineer-in-Charge. The barricading shall be


removed from the site only after approval of Engineer-in-Charge and will be the
property of the contractor and the provision of the same has been made in the
respective item of agreement.
1.13 Keeping in view the exigency of nature of work, the execution of work shall be carried out
in more than one shift i/c Sunday & holiday and nothing extra shall be paid on this
account.
2. EARTH WORK
The work shall be done in accordance with CPWD Specifications using mechanical
equipments and machinery as per site condition and without any damage to near by
structure.
3. CONDITIONS FOR CEMENT
3.1 The contractor shall procure 43 Grade Fly ash based Portland Pozzolana Cement (PPC) as
per IS: 1489 as required in the work, from reputed manufacturers of cement, having a
production capacity of one million tonnes per annum or more, such as ACC, L&T, Ambuja,
Birla, Vikram, J.K. J.P Rewa, Ultratech, and Cement Corporation of India etc., i.e.
agencies approved by Ministry of Industry, Govt. of India, and holding license to use ISI
certification mark for their product. The tenderers may also submit a list of names of
cement manufactures which they propose to use in the work. The Engineer-in-charge
reserves right to accept or reject name(s) of cement manufacture(s) which the tenderer
proposes to use in the work. No change in the tendered rates will be accepted if the
Engineer-in-charge does not accept the list of cement manufacturers, given by the tenderer,
fully or partially. Supply of cement shall be taken in 50 kg bags bearing manufacturer’s
name and ISI marking. Samples of cement arranged by the contractor shall be taken by the
Engineer in Charge and got tested in accordance with provisions of relevant BIS Codes. In
case test results indicate that the cement arranged by the contractor does not conform to the
relevant BIS Codes, the same shall stand rejected and shall be removed from the site by the
contractor at his own cost within a week’s time of written order from the Engineer in
Charge to do so. Only the cement with satisfactory test results shall be allowed to be used in
the work.
3.2 The cement shall be brought at site in bulk supply of 10 tonnes or as decided by the
Engineer in Charge.
3.3 The cement godown of the capacity to store a minimum of 1000 bags of cement or as
directed by Engineer-in-charge shall be constructed by the contractor at site of work for
which no extra payment shall be made. Double lock provision shall be made to the door of
the cement godown. The key of one lock shall remain with the Engineer in Charge or his
authorized representative and the key of the other lock shall remain with the contractor. The
contractor shall be responsible for the watch and ward and safety of the cement godown.
The contractor shall facilitate the inspection of the cement godown by the Engineer-in-
Charge at any time.
3.4 The actual issue and consumption of cement on work shall be regulated and proper accounts
maintained as provided in the contract. The theoretical consumption of cement shall be
worked out as per procedure prescribed in clause 42 of the contract and shall be governed
by the conditions laid therein. In case, the consumption is less than theoretical consumption
including permissible variations, recovery at the rate so prescribed shall be made. The
decision of the Engineer in Charge in regard to theoretical quantity of cement which should
have been actually used as per the schedule shall be final and binding on the contractor.
This recovery will be in addition to any other recovery otherwise required to be done by the
Engineer-in-Charge. In case of excess consumption, no adjustment shall be made.
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
76

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:

Size of Bar For Consignment below 100 For consignments above


tonnes 100 tonnes
Under 10mm dia bars One sample (Three specimen) for One sample for each 40
each 25 tonnes or part thereof tonnes or part thereof

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

6. R.C.C./C.C. Work (Design mix concrete) : -


6.1 The RCC work shall be done with Design Mix Concrete. Wherever letter M has been
indicated, the same shall imply for the Design Mix Concrete. The Design Mix concrete
will be designated based on the principles given in the latest IS: 456, 10262 & SP 23.
The condition and specifications stated herein shall have precedence over all conditions
and specifications stated in relevant I.S. codes/CPWD specifications. The concrete mix
shall be designed for specified target mean compressive strength in order to ensure that
the work test results do not fall below the acceptance criteria specified for the concrete
mix. The Contractor shall design mixes for each class of concrete indicating that the
concrete ingredients and proportions will result in concrete mix meeting requirements
specified. The mix shall be designed with quantities of admixture/plasticizer proposed to
achieve required workability & strength. The specifications mentioned here in below
shall be followed for Design Mix concrete.
The sources of coarse aggregate, fine aggregate & water to be used in concrete work
shall be identified by the contractor & he will satisfy himself regarding their confirming
to the relevant specification & their availability before getting the same approved by the
Engineer-in-charge.
6.2 Coarse Aggregate: As per CPWD Specifications 2019- Volume-I & II with upto date
correction slips upto last date of submission of bids.
6.3 Fine Aggregate : As per CPWD Specifications 2019- Volume-I & II with upto date
correction slips upto last date of submission of bids.
6.4 Water : It shall confirm to requirements laid down in IS : 456-2000/ CPWD
Specifications 2019- Volume-I & II with upto date correction slips upto last date of
submission of bids.
6.5 Cement: PPC shall be used for design mix concrete and shall confirm to IS-1489 (Part-
I). However, if OPC/higher grade of cement is used by the contract or nothing extra shall
be paid on this account.
6.6 Admixtures/Plasticizers: The admixture shall confirm to IS : 9103, wherein required,
the admixture of approved quality and approved make only shall be used to attain the
required workability. Noting extra shall be paid for used of admixures.
6.7 Grade of Concrete : The compressive strength of various grades of concrete shall be
given as below :-
Grade Compressive Specified Maximum Minimum
Designation Strength on 15 Characteristic Water cement Cement to be
cm cubes Compressive Ratio used in (kg per
minimum 7 Strength at 28 cum)
days (N/mm2) days (N/mm2)
M-10 As per design 10 0.50 220
M-15 As per design 15 0.50 240
M-20 As per design 20 0.50 300
M-25 As per design 25 0.50 330
M-30 As per design 30 0.45 340
M-35 As per design 35 0.45 350
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
79

M-40 As per design 40 0.45 360


M-50 As per design 50 0.40 380
NOTE: In the designation of a concrete mix letter M referes to the mix and the number of
the specified characteristic compressive strength of 15cm – cube at 28 days expressed in
N/mm2)
6.8 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 at
laboratory established at site shall be submitted by the contractor as per the direction of
the Engineer-in-charge.
6.9 The RCC work shall be done with RMC Design Mix Concrete, unless otherwise specified
in the nomenclature of items, wherever letter M has been indicated, the same shall imply
for the Design Mix Concrete. The Ready Mix Concrete shall be as per IS: 4926 and as per
CPWD Specification and guide lines. For the nominal mix in RCC, CPWD specification
shall be followed. The Design Mix Concrete will be designed based on the principles
given in IS: 456, 10262, SP 23 and CPWD specifications. The contractor shall carry out
design mixes for each class of concrete indicating that the concrete ingredients and
proportions will result in concrete mix meeting requirements specified. The cement shall
be actually weighed as presumption of each bag having 50 kg shall not be allowed. In case
of use of admixture, the mix shall be designed with these ingredients as well. The
specification mentioned herein below shall be followed for Design Mix Concrete.
6.10 The contractor shall not be paid extra for admixture required for achieving desired
workability as per design mix for RCC / CC work.
6.11 The Concrete mix will be designed for minimum workability as specified in para 7 of IS–
456-2000.
6.12 The recommended values of slump for various members to confirm IS 456
6.13 In the designation of concrete mix letter M refers to the mix and the number to the
specified characteristic compressive strength of 15 cm – Cube at 28 days expressed in
N/mm2. It is specifically highlighted that in addition to above requirement the maximum
cement in concrete for any grade shall not exceed 500 kg/cum.
6.14 The concrete design mix with or without admixture will be carried out by the contractor
through IIT Delhi or DTU or NCBM Ballabhgarh and as per direction of Engineer-In-
Charge. The charges of design mix shall be borne by the contractor.
6.15 The various ingredients for mix design/laboratory tests shall be sent by contractor to the
lab / test houses through the Engineer-In-Charge of the project and got it tested in
approved laboratories as may be decided by the Engineer-in-charge immediately after
award of work and the samples of such aggregate sent shall be preserved at site by the
department. The admixture if used by contractor shall be at his own cost without any extra
payment.
6.16 The contractor shall submit the mix design report for the approval of Engineer-in- charge
from any one of above laboratories/Test House as approved by Engineer in charge within
30 days from the date of issue of letter of acceptance of the bid. No concreting shall be
done until the mix design is approved.
The contractor shall, within a 15 days of award of the work, submit list of at least three
RMC producers of repute along with details of such plants including details and number
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
80

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

SPECIFICATION AND SPECIAL CONDITIONS FOR “UPGRADATION


WORKS, A/R & M/O WORKS AND SPECIAL REPAIR WORKS”

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

ADDITIONAL CONDITIONS FOR


“UPGRADTION WORKS, SPECIAL REPAIR WORKS AND A/R & M/O WORK”
1. Substandard work shall be rejected out rightly and nothing shall be paid on this account.
2. 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.
3. The doors, windows floors and furniture if any shall be protected by suitable covering etc at
the time of execution of work.
4. All precautions will have to be taken to prevent damage to the structure during the execution.
Any such damage if occurs shall be made good free of cost.
5. The rates include all leads and lifts i.e. on all the floors. No claim on this account will be
entertained.
6. Before the start of work the sample of the items to be executed shall be got approved from the
Engineer-in-Charge and the same shall be strictly followed everywhere.
7. For any change of shade if strainer is required to be used the contractor shall make his own
arrangement for strainer of approved manufacture at his own cost.
8. Wherever two or more coats of painting work on old surface is mentioned, it will mean doing
the work wherever scrapping has already been done.
9. No T&Ps shall be issued by the Department unless otherwise specified in the agreement.
10. Contractor should see the site and conditions of existing splashes, paint works etc and quote
rates accordingly.
11. Measurements for work done shall only be recorded after full removal of splashes of the white
wash / distemper / paint / water proofing cement paints etc. In case of non-removal of the
splashes the cost of their removal shall be recovered from the contractor at the direction of
Engineer-in-charge.
12. The contractor shall have to produce original voucher to check the genuineness of material,
such as cement, bricks, tiles, paint, distemper, water proofing cement paint and primer etc.
13. The contractor and/ or his authorized representative should inspect the site order book every
day and got the compliance noted by the JE/ AE Engineer-in-charge.
14. All the materials shall be got approved from the Engineer-in-charge before, it is put to use.
Before the start of work 50% of the total requirement for material will have to be deposited
with the concerned AE/ JE in first instance. Who shall also maintain an a/c of these materials
and submit them with the bills for checking.
15. The contractor shall be issued materials for day to day work, according to the numbers of men
deployed by him. The unused materials should be returned by him at the end of the days work
along with the empty containers etc. The empty containers shall be preserved till the
completion of the work and the clearance to remove them in given by the Engineer-in-charge
in writing.
16. All nails holes etc shall be repaired with lime plaster or with glazer putty as required without
any extra payments.
17. All doors, windows, floors, furniture, electrical fittings and other articles shall be cleaned free
from dust, splashes and damages; sufficient covering for the days work shall be shown to the
representative of the Engineer-in-charge before the contractor is allowed to proceed with the
work. Splashes and dropping of white wash from, glass panes down take pipes, furniture,
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
94

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.

4. Maintenance of Register of Tests -


(i) All the registers of tests carried out at Construction Site or in outside
laboratories shall be maintained by the contractor which shall be issued to the
contractor by Engineer-in-charge at the time of issue of award letter.

(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.

5. It is mandatory to the contractor to submit copy of all test registers, Material


at Site Register and hindrance register along with each alternate Running
Account Bill and Final Bill. These registers shall further be checked by
AE(P) in Division Office and receipts of registers should also be
acknowledged by Accounts Officer by signing the copies and register to
confirm receipt in Division office.

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.

6. Maintenance of Material at Site (MAS) Register -

(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.

(ii) The contractor shall get 100% test checked by JE or by AE if there is


no JE after each entry of receipt of material at site in MAS register.

(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.

(iv) Cement register shall be got reviewed by Divisional Engineer at least


once in a month.

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

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.
4 Dial gauge
(i) 25mm travel- 0.01mm/ division.
5 Load frame-5 tonnes capacity, electrically operated with speed control.
6 Aggregate impact test apparatus as per IS 2386- Part IV – 1963.
7 Compaction appartatus (Proctor) as per IS 2720 Part VII – 1974.
8 Modified ASHO compaction apparatus as per IS 2720 Part III 1974.
9 Sand pouring cylinder with control funnel and tube complete as per IS 2720 – Part XXVIII –
1974.
10 Sampling tins with rods 100mm dia x 50mm ht. ½ kg capacity, and miscellaneous items like
moisture tins etc.
11 Constant temperature bath for accommodating bitumen test specimen, electrically operated
and thermostatically controlled.
12 Penetrometer with automatic time controller and with adjustable weight accessories and
needles as per iS 1203-1958.
13 Oxhlet extraction apparatus complete with extraction thimbles etc.
14 Laboratory mixer, about 0.02 cu-meter capacity, electrically operated with heating jacket.
15 Hubbard field stability test apparatus complete.
16 Marshall compaction apparatus as per ASTM 1559-62T, and complete with electrically
operated leading unit, compaction pedestal bearing head assembly, dial micrometer and
bracket for flow measurement, load transfer bar, specimen, mould (4 inch. Dia) with base
plate, columns, mould (4 inch. Dia) with base plate, collars, specimen extracted. Compaction
hammer, 4.53 kg (10lb) /457mm (18 inch) all.
17 Distant reading thermometers.
18 Graduated cylinder 1000 ml. capacity.
19 Enamel tray.

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

INTEGRAL WATERPROOFING FOSROC, PIDILITE, SIKA, SUNANDA SPECIALITY


1.
COMPOUND COATINGS, MYK ARMENT, MC BAUCHEMIE, MAKPHALT
FOSROC, SIKA, VELOSIT, BASF, STP LTD., MYK ARMENT,
2. ADMIXTURES
MC BAUCHEMIE, MAKPHALT
ARDEX ENDURA, MYK LATICRETE, FOSROC, VELOSIT,
3. TILE ADHESIVE FERROUS CRETE, BALENDURA, SIKA UNICRETE,
MAKPHALT
PIDILITE, LATICRETE, SUNANDA SPECIALITY FOSROC,
4. GROUTING COMPOUND VELOSIT, MYK ARMENT, RACHTR CHEMICALS,
CHOWGULE, STP LTD, SIKA, MAKPHALT
EPOXY MORTAR/ GROUTING FOSROC, VELOSIT, SIKA, MYK ARMENT, FERROUS CRETE
5.
COMPOUND MAKPHALT
HIGH PERFORMANCE EPOXY BASF, FOSROC, HILTI, SUNANDA SPECIALITY COATINGS,
6.
BASED RESIN ANCHOR SYSTEM WURTH, SIKA, MYK ARMENT
GE, DOW CORNING, PIDILITE, WACKER, SUNANDA
POLYSULPHIDE / SILICON
7. SPECIALITY COATINGS, BENGAL BITUMEN, MYK
SEALANT
ARMENT, MAKPHALT
PIDILITE, FOSROC, SIKA, VELOSIT, MYK ARMENT, ARDEX
8. FLOOR HARDENER
ENDURA, STAR COATING.
9. FIRE RETARDANT PAINT AKZONOBEL, PROMAT, NEWKEM, CARBOLINE
PIDILITE, SIKA, STP LTD., SUPREME BITUCHEM INDIA
APP MEMBRANE
10. PVT LTD, BENGAL BITUMEN, CHOWGULE, MYK ARMENT,
WATERPROOFING
MAKPHALT
FEVICOL, ANCHOR, DUNLOP, 3M, PIDILITE, SIKA, VAM
11. ADHESIVES
ORGANIC, MYK ARMENT, VELOSIT
WACKER, DOW CORNING, MCCOY, SUNANDA SPECIALITY
12. WEATHER SILICON SEALANT
COATINGS, RACHTR CHEMICALS, STP LTD, SIKA
SUPREME IND.LTD., SYSTRANS POLYMERS, RACHTR
13. BACKER ROD
CHEMICALS
INDIAN OIL, HINDUSTAN PETROLEUM, BHARAT,
BITUMEN, CRMB-55, CRMB-60,
14. PETROLEUM, SHIVA ASPHALT, OOMS PMR PVT LTD,
PMB
BENGALBITUMEN, STP LTD.
SUNKEN PORTION / TERRACE
15. WATERPROOFING CEMENTITIOUS VELOSIT, FORSOC, SIKA, MYK ARMENT, MAKPHALT
TREATMENT
16. PVC WATER STOPS FOXOPAM, MARUTI RUBBER, VELOSIT, SIKA
CORROSION INHIBITING
SUNANDA SPECIALITY COATINGS, BASF, FOSROC, SIKA,
17. ADMIXTURE (ASTM G1, ASTM G3,
MYK ARMENT, VELOSIT, STP LTD.
ASTM G 109)
LIQUID APPLIED MODIFIED PU
VELOSIT, CHOWGULE, MYK ARMENT, ARDEX ENDURA,
18. WATERPROOFING MEMBRANE,
SIKA, ALCHIMICA, MAKPHALT
TERRACE WATERPROOFING
19. EPOXY FLOORING SUNANDA SPECIALITY COATINGS, SIKA, BASF,

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
101

CHOWGULE, MYK ARMENT, ARDEX ENDURA


SUNANDA SPECIALITY COATINGS, SIKA, BASF, VELOSIT,
20. PU FLOORING
CHOWGULE, MYK ARMENT, ARDEX ENDURA
SUNANDA SPECIALITY COATINGS, SIKA, VELOSIT, X
PU COATINGS FOR STRUCTURAL
21. CALIBUR CONSTRUCTION SYSTEMS INC, CHOWGULE,
STEEL
STP LTD
SUNANDA SPECIALITY COATINGS, SIKA, X CALIBUR
EPOXY COATINGS FOR
22. CONSTRUCTION SYSTEMS INC, RACHTR CHEMICALS, STP
STRUCTURAL STEEL
LTD.
HANU, ANAND, RAVEN, ZERO, ROOP, LESCUYER,
23. EPDM & SILICON GASKET BENGAL BITUMEN, AMEE RUBBER, OSAKA, ELTECH,
AVIGIRI
PAINTS

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

GREEN PANEL, DURO, CENTURY, MERINO, BHUTAN


1. BLOCK BOARD, PLYWOOD
TUFF, JAIN WOOD INDUSTRIES
MERINO, GREEN, CENTURY, FORMICA, BHUTAN TUFF,
2. LAMINATE
JAIN WOOD INDUSTRIES, SKY DECOR
VENEER PLY, NATURAL WOOD MERINO, GREEN LAM, DURO, CENTURY, KALPATARU,
3.
VENEERS BHUTAN TUFF, CENTURY,
PRELAMINATED PARTICLE CENTURY, MERINO, ACTION TESA, BHUTAN TUFF,
4.
BOARD GREEN LAM
CENTURY, ARCHID, MERINO, DURO, GREENPANEL,
5. FACTORY MADE FLUSH DOOR
ORION, BHUTAN TUFF
GYPROC, SAINT GOBAIN GYPROC INDIA PVT. LTD, USG
6. GYPSUM BOARD
BORAL, GYPTECH
7. LOCKS, LETCH GODREJ, HETTICH, DORMA, IPSA, HAFELE, KICH
8. FRICTION STAY HINGES, BALL EARL-BIHARI, EBCO, GODREJ, DORMA, HAFELE, KICH

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
102

BEARING HINGES & SPRING


HINGES
9. NUTS, BOLTS & SCREWS GKW, KUNDAN, PRIYA, ATUL, PUJA, IPSA, WURTH
DASH, ANCHORING FASTENERS & HILTI, FISCHER, TRIXEL FROM AXELINDIA, CANON,
10.
SS STONE CLADDING CLAMP BOSCH, WURTH, ANCHOR
DURATUFE, MERINO, CENTURY, GREENPANEL, ACTION
11. MDF/HDHMR/WPC BOARD
TESA, BHUTAN TUFF, KALPATARU
FRAME SYSTEM FOR INTERAL
12. SAINT GOBAIN GYPROC INDIA PVT. LTD, USG BORAL
PARTITION
ACOUSTIC MINERAL FIBRE USG BORAL ARMSTRONG, GYPTECH, AEROLITE DIMOND,
13.
CEILING AND GRID SYSTEM HI-STEEL, BOLLARD, SGTC (RITE)
U.P TWIGA FIBERGLASS LTD, LLOYD, ROCKWOOL INDIA,
14. THERMAL INSULATION BOARDS
TWIGA INSULATING INDIA, SIKA
ELITE-90 – GYPROC GOBAIN, FERRO – 700 GYPSUM
PREMIXED FORMULATED
15. PLASTER – FERROUS CRETE, RED TOP – USG BORAL
GYPSUM LIGHTWEIGHT PLASTER
BUILDING PRODUCTS (I) PRIVATE LIMITED,
16. TOILET CUBICLES GREENLAM, MERINO, CENTURY
17. HIGH PRESSURE LAMINATE MERINO, GREENLAM, FUNDERMAX, CENTURY
ALUMINIUM, STEEL, FALSE CEILING, ROOF AND GLASS WORK

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

MODI, SAINT GOBAIN, ASAHI, PILKINGTON, GOLD PLUS,


5. CLEAR/FLOAT/ FROSTED GLASS
GLAVERBEL (BELGIUM), SISECAM
FIRE RETARDANT ALUMINIUM REYNOBOND, ALUDECOR, ALUCOBOND, ALSTONE,
6.
COMPOSITE PANEL ALUBOND DACS
JINDAL, KICH, ESSAR, NSTYLE-D-LINE, FABRINOX, SALES
7. STAINLESS STEEL SECTION
STEEL, DORMA, GEZE, OZONE, IPSA
HIGH PERFORMANCE
8. SAINT GOBAIN, ASAHI, PILKINGTON, MODIGUARD
TOUGHENED GLASS
SAINT GOBAIN GYPROC INDIA PVT. LTD.,
9. FALSE CEILING- GYPSUM
GYPROC/BORAL, GYPTECH, SGTC (RITE)
SAINT GOBAIN, ARMSTRONG, DEXUNE, USG BORAL,
FALSE CEILING- METAL WITH
10. DAIKEN, DIAMOND, NEWAGE, HI-STEEL, BOLLARD, SGTC
SUPPORTING GRID
(RITE)
ACOUSTICAL FALSE CEILING ARMSTRONG, USG BORAL, SAINT GOBAIN, GYPTECH,
11.
SYSTEM BOLLARD, SGTC (RITE)
METAL MODULAR FALSE ARMSTRONG, HUNTER DOUGLAS, DURLUM, GYPROC,
12.
CEILING SYSTEM DYNAMAX, BOLLARD, NEWAGE, ROYAL KRAFT
WOODEN METAL BAFFLE ARMSTRONG, HUNTER DOUGLAS, DURLUM, GYPROC,
13.
CEILING SYSTEM BOLLARD, DEXUNE
CALCIUM SILICATE FALSE AEROLITE, GYPTECH, ARMSTRONG, DIAMOND, SGTC
14.
CEILING SYSTEM (RITE)
15. UPVC WINDOW/DOORS FENESTA, REHAU, ALUPLAST, PRIZMA, KOMMERLING,

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

HARDWARE/ALUMINUM PROFILE MARS


WATER SUPPLY AND SANITARY WORKS

1. PTMT FITTINGS PRAYAG, POLYTUF, Cardin


2. KITCHEN LOFT TANK SINTEX, TIRUPATI
HINDWARE, CERA, PARRYWARE, KOHLER, NYCER,
3. PLASTIC SEAT COVER
JOHNSON PEDDAR, JAQUAR
HINDWARE, CERA, PARRYWARE, KOHLER, NYCER,
4. PVC CISTERN
JOHNSON PEDDAR, JAQUAR
BIC, KAPILANSH DHATU UDHYOG, NECO, RIF, BCM, SKF,
5. C.I. MANHOLES COVERS
HIF
ZOLOT, SANT, L&K, JAQUAR, ESSCO, JOHNSON,
6. BRASS STOP & BIB COCK
PARRYWARE, CERA
BRASS BALL VALVE WITH
7. ZOLOTO, LEADER, SANT
FLOATS
8. SS HINGED GRATING GMGR, NEER, CHILLY
JAQUAR, KOHLER, KEROVIT, HINDWARE, JOHNSON,
9. SANITARY ACCESSORIES
SIMPOLO CERAMICS, PARRYWARE, CERA
JAQUAR, SOMANY, PARRYWARE, GROHE, KOHLER,
10. C.P. ACCESSORIES
HINDWARE, JOHNSON, CERA, KINGSTON
11. MOISTURE RESISTANT BOARD ST-GOBAIN, GYPROC, USG BORAL,
12. FLOOR TRAP JAINA, CHILLY, NIRALE
VITREOUS CHINA HINDWARE, CERA, PARRYWARE, KOHLER, NYCER,
13.
SANITARYWARE AND FITTINGS JOHNSON PEDDAR, SOMANY, JAQUAR
NEELKANTH, JAYNA, FRANKE, ANUPAM, NIRALI, COBRA,
14. STAINLESS STEEL SINKS
PRAYAG, CERA, KINGSTON
JAQUAR, SOMANY, PARRYWARE, GROHE, KOHLER,
15. C.P. BRASS FITTINGS
HINDWARE, JOHNSON, CERA, KINGSTON, CARDIN
CENTRIFUGALLY CAST (SPUN) NECO, RIF, SKF, ACL, HEPCO, MARC, GEM, BIC, HIF,
16.
IRON PIPES & FITTINGS JAISWAL, RPMF
CENTRIFUGALLY CAST (SPUN)
RIF, NECO, SKF, ACL, HIF
17. IRON PIPES (CLASS LA)

ASTRAL, PRINCE, SUPREME, FINOLEX, PRAKASH,


18. CPVC PIPES & FITTINGS
ASHIRWAD, APL APOLLO
19. G. I. PIPES TATA, JINDAL (HISSAR), ZENITH, PRAKASH SURYA, G.S.T.
UNIK, ZOLOTO, KS, ICS, R, K.S, NVR, JINDAL, R BRAND,
20. G. I. FITTINGS AMCO

ASTRAL, PRINCE, SUPREME, FINOLEX, PRAKASH,


21. UPVC PIPES & FITTINGS ASHIRWAD, APL APOLLO

LEADER, SANT, ZOLOTO, KIRLOSKAR, CASTLE, KARTAR,


22. GUNMETAL VALVES
KILBURN
23. BALL VALVES LEADER, SANT, ZOLOTO, CASTLE, IBP, ARCO
24. C.I. SLUICE VALVES KIRLOSKAR, IVC, BURN
KK, JAIN, PRAGATI, BIC, KAPILANSH DHATU UDHYOG,
25. SFRC MANHOLE COVER
NECO, RIF, BCM, S.S. & CO.
JAIN, PRAGATI, KK, LAKSHMI, SOOD & SOOD, JAIN & CO.,
26. RCC PIPES
USHA, DIWAN SPUN PIPE, J. K. SPUN PIPES
RIF, NEECO, ELECTRO STEEL, IISCO, NEECO, KAPLANSH,
27. LA (CI) PIPES
KESORMA SPUN PIPE & FOUNDRIES, CALCUTTA, SUPER
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
105

ENTERPRISES, INDIAN IRON & CO. LTD. CALCUTTA.


28. PPR PIPES SFMC, SAFE, PIONEER INDST., SUPREME, RELIANCE
DUCTILE IRON PIPE (WATER
29. ELECRO STEEL, KESSO, KDUPL, ELECTRO SPUN
SUPPLY)
30. SEWERAGE & DRAINAGE PUMPS KIRLOSKAR, KSB, CROMPTON GREARES
31. HDPE PIPES & FITTINGS JAIN, ORIPLAST, KISAN
32. G.I. PIPE JOINTING MATERIALS LOCTITE 55/DR. FIXIT, MC BAUCHEMIE
PERFECT, BURN, ANAND, PARRY, SKINS GROHE, HIND,
STONWARE PIPES AND GULLY DEVRAJ ANAND CERAMIC (P) LIMITED., PERFECT
33.
TRAPS POTTERI JABAL PUR (MP), BURN POTTERIES, JABALPUR

WATER METER
34. CRESENT/ KAYEE/ KAPSTAN/ ANAND AASHI
SFMC/SINTEX/SPL, UNITEK, SHEETAL, POLYCON
35. PVC WATER TANK ELECTRO PLAST, STAR, LOTUS

SEWAGE WATER/RAIN WATER


ASTRAL, PRINCE, SUPREME, FINOLEX, PRAKASH, AJAY,
36. PIPES
ASHIRWAD, BIRLA AEROCON, KISAN
SMC (Sheet Moulded Compound)
37. Panel Tank SINTEX, AMITEX

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).

S No Description Quantity Unit Rate Amount


1 Earth work in excavation by mechanical means
(Hydraulic excavator) / manual means in foundation
trenches or drains (not exceeding 1.5 m in width or 10
sqm on plan), including dressing of sides and ramming
of bottoms, for all lift, including getting out the
excavated soil and disposal of surplus excavated soil
as directed, within a lead of 50 m.

1.1 All kinds of soil. 1430.00 cum 260.30 ₹ 3,72,229.00


2 Excavating trenches of required width for pipes,
cables, etc including excavation for sockets, and
dressing of sides by mechenica / manual means,
ramming of bottoms, for all depth, including getting
out the excavated soil, and then returning the soil as
required, in layers not exceeding 20 cm in depth,
including consolidating each deposited layer by
ramming, watering, etc. and disposing of surplus
excavated soil as directed, within a lead of 50 m :

2.1 All kinds of soil


2.1.1 Pipes, cables etc. exceeding 80 mm dia. but not
exceeding 300 mm dia 200.00 metre 352.15 ₹ 70,430.00
3 Filling available excavated earth (excluding rock) in
trenches, plinth, sides of foundations etc. in layers not
exceeding 20cm in depth, consolidating each deposited
layer by ramming and watering, lead up to 50 m and
for all lift.
940.00 cum 196.00 ₹ 1,84,240.00
4 Supplying and filling in plinth with Jamuna sand under
floors, including watering, ramming, consolidating and
dressing complete.
70.00 cum 2123.75 ₹ 1,48,663.00
5 Providing and laying in position cement concrete of
specified grade excluding the cost of centering and
shuttering - All work up to plinth level :
5.1 1:2:4 (1 cement : 2 coarse sand (zone-III) derived from
natural sources : 4 graded stone aggregate 20 mm
nominal size derived from natural sources )
60.00 cum 7878.50 ₹ 4,72,710.00
5.2 1:5:10 (1 cement : 5 manufactured sand derived from
RecycledConcrete Aggregate (RCA) : 10 graded stone
aggregate 40mm nominal size Recycled Aggregate
(RA) )
200.00 cum 4911.85 ₹ 9,82,370.00

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
108

6 Reinforced cement concrete work in walls (any


thickness), including attached pilasters, buttresses,
plinth and string courses, fillets, columns, pillars,
piers, abutments, posts and struts etc. up to floor five
level, excluding cost of centering, shuttering, finishing
and reinforcement :

6.1 1:1.5:3 (1 cement : 1.5 coarse sand (zone-III) derived


from natural sources : 3 graded stone aggregate 20
mm nominal size derived from natural sources )

95.00 cum 10852.95 ₹ 10,31,030.00


7 Centering and shuttering including strutting, propping
etc. and removal of form for :
7.1 Foundations, footings, bases of columns, etc. for mass
concrete 410.00 sqm 392.15 ₹ 1,60,782.00
7.2 Suspended floors, roofs, landings, balconies and
access platform 170.00 sqm 927.25 ₹ 1,57,633.00
7.3 Lintels, beams, plinth beams, girders, bressumers and
cantilevers 2000.00 sqm 736.40 ₹ 14,72,800.00
7.4 Columns, Pillars, Piers, Abutments, Posts and Struts 840.00 sqm 961.30 ₹ 8,07,492.00
8 Providing precast cement concrete Jali 1:2:4 (1 cement
: 2 coarse sand (zone-III) : 4 graded stone aggregate
6mm nominal size), reinforced with 1.6 mm dia mild
steel wire, including centering and shuttering,
roughening cleaning, fixing and finishing with cement
mortar 1:3(1 cement: 3 fine sand) etc. complete,
excluding plastering of the jambs,sills and soffits.
8.1 40 mm thick 1.00 sqm 1706.55 ₹ 1,707.00
9 Steel reinforcement for R.C.C. work including
straightening, cutting, bending, placing in position and
binding all complete upto plinth level.
9.1 Thermo-Mechanically Treated bars of grade Fe-500D
or more. 36000.00 kg 107.85 ₹ 38,82,600.00
10 Steel reinforcement for R.C.C. work including
straightening, cutting, bending, placing in position and
binding all complete above plinth level.
10.1 Thermo-Mechanically Treated bars of grade Fe-500D
or more. 54800.00 kg 107.85 ₹ 59,10,180.00

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
109

11 Providing and laying in position ready mixed or site


batched design mix cementconcrete for reinforced
cement concrete work; using coarse aggregate and fine
aggregate derived from natural sources, Portland
Pozzolana / Ordinary Portland/ Portland Slag cement,
admixtures in recommended proportions as per
IS:9103 to accelerate / retard setting of concrete, to
improve durability and workability without impairing
strength;including pumping of concrete to site laying,
curing, carriage for all leads; but excluding the cost of
centering shuttering;including pumping of concrete to
site oflaying, curing, carriage for all leads; but
excluding the cost of centering,shuttering, finishing
and reinforcement as per the direction of the
Engineer-in-charge; for the following grades of
concrete.Note: Extra cement up to 10% of the
minimum specified cement content in design mix shall
be payable separately.In case the cement content in
design mix is more than 110% of the specified
minimum cement content, the contractor shall have
discretion to either re-designthe mix or bear the cost of
extra cement
11.1 All works upto plinth level
11.1.1 Concrete of M25 grade with minimum cement content
of 330 kg /cum 300.00 cum 9504.75 ₹ 28,51,425.00
11.2 All works above plinth level upto floor V level
11.2.1 Concrete of M25 grade with minimum cement content
of 330 kg /cum 280.00 cum 9860.40 ₹ 27,60,912.00
12 Brick work with common burnt clay F.P.S. (non
modular) bricks of class designation 7.5 in foundation
and plinth in:
12.1 Cement mortar 1:6 (1 cement : 6 coarse sand) 90.00 cum 7132.25 ₹ 6,41,903.00
13 Brick work with common burnt clay F.P.S. (non
modular) bricks of class designation 7.5 in
superstructure above plinth level up to floor V level in
all shapes and sizes in :
13.1 Cement mortar 1:6 (1 cement : 6 coarse sand) 50.00 cum 9105.95 ₹ 4,55,298.00
14 Half brick masonry with common burnt clay F.P.S.
(non modular) bricks of class designation 7.5 in
superstructure above plinth level up to floor V level.
14.1 Cement mortar 1:4 (1 cement :4 coarse sand) 150.00 sqm 1123.80 ₹ 1,68,570.00
15 Providing and laying autoclaved Aerated Concrete
(AAC) blocks masonry with 100 mm to 225 mm
thick with Grade 1 AAC blocks of density 551 to 650
kg/cum confirming to IS:2185 (Part 3) in super
structure above plinth level up to floor V level in
cement mortar 1:4 (1 cement : 4 coarse sand ). The
rate includes providing and placing in position 2 Nos 6
mm dia M.S. bars at every third course of masonry
work. 300.00 cum 10195.45 ₹ 30,58,635.00
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
110

16 Stone work, plain in copings, cornices, string courses


and plinth courses, upto 75 mm thick in Cement
mortar 1:6 (1 cement : 6 coarse sand), including
pointing with white cement mortar 1:2 (1 white
cement : 2 stone dust) with an admixture of pigment
matching the stone shade.
16.1 Red sand stone 2.50 cum 93741.10 ₹ 2,34,353.00
17 Providing and fixing 18 mm thick gang saw cut,
mirror polished, premoulded and prepolished, machine
cut for kitchen platforms, vanity counters, window
sills , facias and similar locations of required size,
approved shade, colour and texture laid over 20 mm
thick base cement mortar 1:4 (1 cement : 4 coarse
sand), joints treated with white cement, mixed with
matching pigment, epoxy touch ups, including
rubbing, curing, moulding and polishing to edges to
give high gloss finish etc. complete at all levels.
17.1 Granite stone slab all colour and texture except black,
Cherry / Ruby red
17.1.1 Area of slab upto 0.50 sqm 10.00 sqm 4170.70 ₹ 41,707.00
18 Extra for fixing marble /granite stone, over and above
corresponding basic item, in facia and drops of width
upto 150 mm with epoxy resin based adhesive,
including cleaning etc. complete.
20.00 metre 568.55 ₹ 11,371.00
19 Extra for providing opening of required size & shape
for wash basin/ kitchen sink in kitchen platform,
vanity counter and similar location in
marble/Granite/stone work, including necessary holes
for pillar taps etc. including moulding, rubbing and
polishing of cut edges etc. complete. 16.00 each 978.70 ₹ 15,659.00
20 Providing and fixing stone slab with table rubbed,
edges rounded and polished, of size 75x50 cm deep
and 1.8 cm thick, fixed in urinal partitions by cutting a
chase of appropriate width with chase cutter and
embedding the stone in the chase with epoxy grout or
with cement concrete 1:2:4 (1 cement : 2 coarse sand :
4 graded stone aggregate 6 mm nominal size) as per
direction of Engineer-in-charge and finished smooth.

20.1 Granite Stone of approved shade 5.00 sqm 4051.85 ₹ 20,259.00

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
111

21 Providing and fixing Ist quality ceramic glazed wall


tiles conforming to IS: 15622 (thickness to be
specified by the manufacturer), of approved make, in
all colours, shades except burgundy, bottle green,
black of any size as approved by Engineer-in-Charge,
in skirting, risers of steps and dados, over 12 mm thick
bed of cement mortar 1:3 (1 cement : 3 coarse sand)
and jointing with grey cement slurry @ 3.3kg per sqm,
including pointing in white cement mixed with
pigment of matching shade complete.
(a) Size of tile 300x600mm
545.00 sqm 1267.95 ₹ 6,91,033.00
22 Providing wood work in frames of doors, windows,
clerestory windows and other frames, wrought framed
and fixed in position with hold fast lugs or with dash
fasteners of required dia & length ( hold fast lugs or
dash fastener shall be paid for separately).
22.1 Second class teak wood 1.50 cum 142949.70 ₹ 2,14,425.00
23 Providing and fixing ISI marked flush door shutters
conforming to IS : 2202 (Part I) non-decorative type,
core of block board construction with frame of 1st
class hard wood and well matched commercial 3 ply
veneering with vertical grains or cross bands and face
veneers on both faces of shutters :

23.1 35 mm thick including ISI marked Stainless Steel butt


hinges with necessary screws 65.00 sqm 2392.65 ₹ 1,55,522.00
24 Providing M.S. Piano hinges ISI marked IS : 3818
finished with nickel plating and fixing with necessary
screws etc., complete.
24.1 Overall width 35 mm 520.00 metre 336.45 ₹ 1,74,954.00
25 Providing and fixing IS : 12817 marked stainless steel
butt hinges with stainless steel screws etc. complete :
25.1 125x64x1.90 mm 165.00 each 118.20 ₹ 19,503.00
26 Providing and fixing special quality bright finished
brass cupboard or ward robe locks with four levers of
approved quality including necessary screws etc.
complete.

26.1 50 mm 340.00 each 356.75 ₹ 1,21,295.00


27 Providing and fixing aluminium sliding door bolts, ISI
marked anodised (anodic coating not less than grade
AC 10 as per IS : 1868), transparent or dyed to
required colour or shade, with nuts and screws etc.
complete :
27.1 300x16 mm 22.00 each 303.25 ₹ 6,672.00
27.2 250x16 mm 54.00 each 260.60 ₹ 14,072.00

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
112

28 Providing and fixing aluminium tower bolts, ISI


marked, anodised (anodic coating not less than grade
AC 10 as per IS : 1868 ) transparent or dyed to
required colour or shade, with necessary screws etc.
complete :
28.1 250x10 mm 44.00 each 115.15 ₹ 5,067.00
28.2 150x10 mm 162.00 each 82.55 ₹ 13,373.00
29 Providing and fixing aluminium handles, ISI marked,
anodised (anodic coating not less than grade AC 10 as
per IS : 1868) transparent or dyed to required colour or
shade, with necessary screws etc. complete :
29.1 125 mm 188.00 each 66.25 ₹ 12,455.00
30 Providing and fixing aluminium hanging floor door
stopper, ISI marked, anodised (anodic coating not less
than grade AC 10 as per IS : 1868) transparent or dyed
to required colour and shade, with necessary screws
etc. complete.
30.1 Twin rubber stopper 44.00 each 72.35 ₹ 3,183.00
31 Providing and fixing magnetic catcher of approved
quality in cupboard / ward robe shutters, including
fixing with necessary screws etc. complete.
31.1 Double strip (horizontal type) 110.00 each 39.70 ₹ 4,367.00
32 Providing & Fixing decorative high pressure laminated
sheet of plain / wood grain in gloss / matt / suede
finish with high density protective surface layer and
reverse side of adhesive bonding quality conforming to
IS : 2046 Type S, including cost of adhesive of
approved quality.
32.1 1.0 mm thick 130.00 sqm 897.30 ₹ 1,16,649.00
33 Providing and fixing factory made uPVC glazed/wire
mesh windows/ doors comprising of lead free uPVC
multi-chambered frame, sash and mullion/coupler
(Where ever required) extruded profiles having
minimum wall thickness of 1.70mm for Series R1 and
R2 profiles and 2.10mm for Series R3 and R4 profiles
conforming to EN: 12608 in any shape, colour and
design duly reinforced with galvanized mild steel
section made of required shape & size as per CPWD
specification, uPVC extruded glazing beads, interlocks
and inline sash adaptor (where ever required) of
appropriate dimension, EPDM gasket, hardware, SS
304 grade fasteners of minimum 8mm dia with
countersunk head, comprising of matching polyamide
PA6 grade sleeve for fixing frame to finished wall as
per IS 1367: Part 1 to 14, plastic packers, plastic caps
and necessary stainless steel screws etc. Profile of
frame, sash & mullion (if required) shall be mitred cut
and fusion welded/mechanically jointed duly sealed at
all corners, including drilling of holes for fixing
hardware and drainage of water etc.

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
113

After fixing frame the gap between frame and adjacent


finished wall shall be filled with weather proof silicon
sealant over backer rod of approved size and quality,
all complete as per approved drawing conforming to
CPWD specification & direction of Engineer-in-
charge. Section of steel reinforcement and cross
sections of uPVC profiles to be as per design approved
by Engineer-in-charge.Note:- Structural design proof
checked from a Government Engineering Institute, to
be provided by the manufacturer for:(i) Sites with
basic wind speed> 45 m/sec as per IS 875-Part 3. (ii)
Sites with structure height more than 20m for all wind
speeds.
33.1 Two track two panels sliding window with Aluminium
channel for roller track, wool pile, nylon rollers with
SS 304 body.
33.1.1 Using R3 series with frame (55mm & above) x (40mm
& above) & sash (30mm & above) x (55mm & above)
with zinc alloy (zamak) powder coated handle on
every panel along with multi-point locking system
(Height upto 1.8m).
125.00 sqm 8799.25 ₹ 10,99,906.00
33.2 Three track three panels sliding window with two
glazed & one wire mesh panels with Aluminium
channel for roller track, wool pile, nylon rollers with
SS 304 body.
33.2.1 Using R3 series with frame (98mm & above) x (40mm
& above) & both glazed and fly screen sash (30mm &
above)x (55mm & above) with zinc alloy (zamak)
powder coated handle on every glazed panel along
with multi-point locking system. (Height upto 1.8m).
120.00 sqm 10874.20 ₹ 13,04,904.00

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
114

34 Providing and fixing factory made uPVC glazed/wire


mesh windows/ doors comprising of lead free uPVC
multi-chambered frame, sash and mullion/coupler
(Where ever required) extruded profiles having
minimum wall thickness of 1.70mm for Series R1 and
R2 profiles and 2.10mm for Series R3 and R4 profiles
conforming to EN: 12608 in any shape, colour and
design duly reinforced with galvanized mild steel
section made of required shape & size as per CPWD
specification, uPVC extruded glazing beads, interlocks
and inline sash adaptor (where ever required) of
appropriate dimension, EPDM gasket, hardware, SS
304 grade fasteners of minimum 8mm dia with
countersunk head, comprising of matching polyamide
PA6 grade sleeve for fixing frame to finished wall as
per IS 1367: Part 1 to 14, plastic packers, plastic caps
and necessary stainless steel screws etc. Profile of
frame, sash & mullion (if required) shall be mitred cut
and fusion welded/mechanically jointed duly sealed at
all corners, including drilling of holes for fixing
hardware and drainage of water etc.
After fixing frame the gap between frame and adjacent
finished wall shall be filled with weather proof silicon
sealant over backer rod of approved size and quality,
all complete as per approved drawing conforming to
CPWD specification & direction of Engineer-in-
charge. Section of steel reinforcement and cross
sections of uPVC profiles to be as per design approved
by Engineer-in-charge.Note:- Structural design proof
checked from a Government Engineering Institute, to
be provided by the manufacturer for:(i) Sites with
basic wind speed> 45 m/sec as per IS 875-Part 3. (ii)
Sites with structure height more than 20m for all wind
speeds.
34.1 Casement cum fixed panel window having one single
casement panel & one fixed panel with S.S 304
friction hinges as per size and weight of sash,
multipoint locking system, zinc alloy (zamak) powder
coated handles

34.1.1 Using R3 series with frame (55mm & above ) x


(45mm & above) & sash (55mm & above) x (65mm &
above) & mullion (55mm & above) x (65mm &
above). (Height upto 1.8 meter; each openable shutter
upto 0.8m width)
10.00 sqm 9308.00 ₹ 93,080.00

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
115

35 Providing and fixing cupboard shutter with 19mm


thick one side decorative and other side balancing
lamination factory pressed BWP grade marine ply as
per IS 710 of approved brand including 2mm thick
PVC edge banding tape with hot glue by edge bending
machine etc. with auto closing spring loaded hinges
(hydraulic type) etc. complete as per direction of
Engineer- In-Charge.(Payment of providing and fixing
auto closing hinges shall be paid separately).
230.00 sqm 2829.25 ₹ 6,50,728.00
36 Providing and fixing 19mm thick both sides balancing
lamination factory pressed BWP grade marine ply as
per IS 710 of approved brand boxes, shelves, racks,
almirah, cupboard and drawer etc. including necessary
nails, screws, etc. complete as per direction of
Engineer-In-Charge.
760.00 sqm 2593.15 ₹ 19,70,794.00
37 Providing and fixing stainless steel fancy handle of
approved make fixed with SS screws etc. complete as
per direction of Engineer-In-Charge.
37.1 200mm 220.00 each 186.65 ₹ 41,063.00
38 Providing and fixing stainless steel soft closing heavy
type telescopic drawer channels of approved make
500mm long with screws etc. complete as per direction
of Engineer-In-Charge.
448.00 sets 885.10 ₹ 3,96,525.00
39 Structural steel work in single section, fixed with or
without connecting plate, including cutting, hoisting,
fixing in position and applying a priming coat of
approved steel primer all complete.
41200.00 kg 117.35 ₹ 48,34,820.00
40 Welding by gas or electric plant including
transportation of plant at site etc. complete. 155500.00 cm 3.70 ₹ 5,75,350.00
41 Steel work welded in built up sections/ framed work,
including cutting, hoisting, fixing in position and
applying a priming coat of approved steel primer using
structural steel etc. as required.

41.1 In gratings, frames, guard bar, ladder, railings,


brackets, gates and similar works 2080.00 kg 172.60 ₹ 3,59,008.00
42 Providing and fixing hand rail of approved size by
welding etc. to steel ladder railing, balcony railing,
staircase railing and similar works, including applying
priming coat of approved steel primer.

42.1 M.S. tube 180.00 kg 196.80 ₹ 35,424.00

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
116

43 Providing and fixing carbon steel galvanised (


minimum coating 5 micron) dash fastener of 10 mm
dia double threaded 6.8 grade (yield strength 480
N/mm2), counter sunk head, comprising of 10 m dia
polyamide PA 6 grade sleeve, including drilling of
hole in frame , concrete/ masonry, etc. as per direction
of Engineer-in-charge.
43.1 10 x 120 mm 246.00 each 170.95 ₹ 42,054.00
43.2 10 x 160 mm 1344.00 each 224.50 ₹ 3,01,728.00
44 Kota stone slab flooring over 20 mm (average) thick
base laid over and jointed with grey cement slurry
mixed with pigment to match the shade of the slab,
including rubbing and polishing complete with base of
cement mortar 1 : 4 (1 cement : 4 coarse sand) :

44.1 25 mm thick 660.00 sqm 1948.25 ₹ 12,85,845.00


45 Kota stone slabs 20 mm thick in risers of steps,
skirting, dado and pillars laid on 12 mm (average)
thick cement mortar 1:3 (1 cement: 3 coarse sand) and
jointed with grey cement slurry mixed with pigment to
match the shade of the slabs, including rubbing and
polishing complete.
80.00 sqm 2354.70 ₹ 1,88,376.00
46 Extra for pre finished nosing in treads of steps of Kota
stone/ sand stone slab. 66.00 metre 191.40 ₹ 12,632.00
47 Providing and laying rectified Glazed Ceramic floor
tiles of size 300x300 mm or more (thickness to be
specified by the manufacturer), of 1st quality
conforming to IS : 15622, of approved make, in
colours White, Ivory, Grey, Fume Red Brown, laid on
20 mm thick cement mortar 1:4 (1 Cement: 4 Coarse
sand), including grouting the joints with white cement
and matching pigments etc., complete. 180.00 sqm 1330.00 ₹ 2,39,400.00
48 Providing and laying Full body homogeneous vitrified
tiles in floor in different sizes (thickness to be
specified by the manufacturer) with water absorption
less than 0.08% and conforming to IS: 15622, of
approved brand & manufacturer, in all colours and
shade, laid on 20mm thick cement mortar 1:4 (1
cement: 4 coarse sand) jointing with grey cement
slurry @3.3 kg/sqm including grouting the joints with
white cement and matching pigments etc. The tiles
must be cut with the zero chipping diamond cutter
only. Laying of tiles will be done with the notch
trowel, plier, wedge, clips of required thickness,
leveling system and rubber mallet for placing the tiles
gently and easily.
48.1 Full body homogeneous vitrified tiles of size.
48.1.1 Size of Tile 600 x 600 mm. 1110.00 sqm 1453.65 ₹ 16,13,552.00

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
117

49 Providing and laying Full boday homogeneous


vitrified tiles in different sizes (thickness to be
specified by manufacturer), with water absorption less
than 0.08 % and conforming to I.S. 15622, of
approved make, in all colours & shade, in skirting,
riser of steps, over 12 mm thick bed of cement mortar
1:3 (1 cement: 3 coarse sand), including grouting the
joint with white cement & matching pigments etc.
complete.
49.1 Full body homogeneous vitrified tiles of size 600x600
mm 111.00 sqm 1623.05 ₹ 1,80,159.00
50 Providing and laying Polished Granite stone flooring
in required design and patterns, in linear as well as
curvilinear portions of the building all complete as per
the architectural drawings with 18 mm thick stone slab
over 20 mm (average) thick base of cement mortar 1:4
(1 cement : 4 coarse sand) laid and jointed with
cement slurry and pointing with white cement slurry
admixed with pigment of matching shade including
rubbing, curing and polishing etc. all complete as
specified and as directed by the Engineer -in-
Charge.
50.1 Polished Granite stone slab of all colour and texture
except Black, Cherry/Ruby Red 17.00 sqm 3071.05 ₹ 52,208.00
51 Making khurras 45x45 cm with average minimum
thickness of 5 cm cement concrete 1:2:4 (1 cement : 2
coarse sand : 4 graded stone aggregate of 20 mm
nominal size) over P.V.C. sheet 1 m x1 m x 400
micron, finished with 12 mm cement plaster 1:3 (1
cement : 3 coarse sand) and a coat of neat cement,
rounding the edges and making and finishing the outlet
complete. 15.00 each 298.25 ₹ 4,474.00
52 Providing sand stone slab for roofing and laying them
in cement mortar 1 : 4 (1 cement : 4 coarse sand) over
wooden karries or R.C.C. battens or structural steel
sections (Karries or battens or structural steel sections
to be paid separately), including pointing the ceiling
joints with cement mortar 1:3 (1 cement : 3 fine sand )
complete :
52.1 Red sand stone slab
52.1.1 40 to 50 mm thick 1830.00 sqm 1138.20 ₹ 20,82,906.00
53 Providing and fixing M.S. holder bat clamps of
approved design to C.I. or S.C.I. rain water pipes
embedded in and including cement concrete blocks
10x10x10 cm of 1:2:4 mix (1 cement : 2 coarse sand :
4 graded stone aggregate 20 mm nominal size) and
cost of cutting holes and making good the walls etc. :

53.1 100 mm diameter 75.00 each 362.85 ₹ 27,214.00

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
118

54 Providing and fixing on wall face unplasticised Rigid


PVC rain water pipes conforming to IS : 13592 Type
A, including jointing with seal ring conforming to IS :
5382, leaving 10 mm gap for thermal expansion, (i)
Single socketed pipes.
54.1 110 mm diameter 100.00 metre 377.40 ₹ 37,740.00
55 Providing and fixing on wall face unplasticised - PVC
moulded fittings/ accessories for unplasticised Rigid
PVC rain water pipes conforming to IS : 13592 Type
A, including jointing with seal ring conforming to IS :
5382, leaving 10 mm gap for thermal expansion.

55.1 Bend 87.5°


55.1.1 110 mm bend 15.00 each 150.35 ₹ 2,255.00
55.2 Shoe (Plain)
55.2.1 110 mm Shoe 15.00 each 131.85 ₹ 1,978.00
56 Providing and Fixing 15 mm thick densified tegular
edged eco friendly light weight calcium silicate false
ceiling tiles of approved texture spintone/cosmos /
Hexa or equivalent of size 595 x 595 mm in true
horizontal level, suspended on inter locking metal grid
of hot dipped galvanised steel sections (galvanising @
120 grams per sqm including both side) consisting of
main 'T' runner suitably spaced at joints to get required
length and of size 24x38 mm made from 0.33 mm
thick (minimum) sheet, spaced 1200 mm centre to
centre, and cross "T" of size 24x28 mm made out of
0.33 mm (Minimum) sheet, 1200 mm long spaced
between main'T' at 600 mm centre to centre to form a
grid of 1200x600 mm and secondary cross 'T' of
length 600 mm and size 24 x28 mm made of 0.33 mm
thick (Minimum) sheet to be inter locked at middle of
the 1200x 600 mm panel to from grid of size 600x600
mm, resting on periphery walls /partitions on a
Perimeter wall angle pre-coated steel of
size(24x24X3000 mm made of 0.40 mm thick
(minimum) sheet with the help of rawl plugs at 450
mm centre to centre with 25 mm long dry wall screws
@ 230 mm intervaland d laying 15 mm thick densified
edges calicum silicate ceiling tiles of approved texture
(Spintone / Cosmos/hexa) in the grid, including,
cutting / making opening for services like diffusers,
grills, light fittings, fixtures, smoke detectors etc.,
wherever required.

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
119

Main 'T' runners to be suspended from ceiling using


G.I. slotted cleats of size 25x35x1.6 mm fixed to
ceiling with 12.5 mm dia and 50 mm long dash
fasteners, 4 mm G.I. adjustable rods with galvanised
steel level clips of size 85 x 30 x 0.8 mm, spaced at
1200 mm centre to centre along main 'T' , bottom
exposed with 24 mm of all T-sections shall be pre-
painted with polyster baked paint, for all heights, as
per specifications, drawings and as directed by
engineer-in-charge. Note :- Only calcium silicate
false ceiling area will be measured from wall to wall.
No deduction shall be made for exposed frames /
opening (cut outs) having area less than 0.30 sqm.The
calcium silicate ceiling tile shall have NRC value of
0.50 (Minimum), light reflection > 85%, non -
combustible as per B.S. 476 part IV, 100% humidity
resistance and also having thermal conductivity <0.043
w/m 0 KC. 180.00 sqm 2158.15 ₹ 3,88,467.00
57 12 mm cement plaster of mix :
57.1 1:6 (1 cement: 6 coarse sand) 1460.00 sqm 343.65 ₹ 5,01,729.00
58 6 mm cement plaster of mix :
58.1 1:3 (1 cement : 3 fine sand) 360.00 sqm 300.45 ₹ 1,08,162.00
59 Finishing walls with Acrylic Smooth exterior paint of
required shade : (Weather Shield Protect from AKZO
Nobel (Dulux) or Excel from Nerolac or Apex from
Asian).

59.1 New work (Two or more coat applied @ 1.67 ltr/10


sqm over and including priming coat of exterior
primer applied @ 0.90 litre/ 10 sqm)
1460.00 sqm 160.60 ₹ 2,34,476.00
60 Painting with synthetic enamel paint of approved
brand and manufacture to give an even shade : (Dulux
Gloss from Dulux or Apocalite Premium Gloss from
Asian Paints or Nerolac Hi Gloss Enamel from
Narolac)
60.1 Two or more coats on new work 920.00 sqm 155.90 ₹ 1,43,428.00
61 French spirit polishing :
61.1 Two or more coats on new works including a coat of
wood filler 40.00 sqm 446.25 ₹ 17,850.00
62 Providing and applying 12 mm thick (average)
premixed formulated one coat gypsum lightweight
plaster having additives and light weight aggregates as
vermiculite/ perlite respectively conforming to IS:
2547 (Part - 1 & II) 1976, applied on hacked / uneven
background such as bare brick/ block/ RCC work on
walls & ceiling at all floors and locations, finished in
smooth line and level etc. complete.

1770.00 sqm 468.90 ₹ 8,29,953.00

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
120

63 Providing and applying white cement based putty of


average thickness 1 mm, of approved brand and
manufacturer, over the plastered wall surface to
prepare the surface even and smooth complete.
(Truecare from Asian paints, or Wall care from Birla
white, or J.K. Smart wall Putty / JK Laxmi Plast Smart
putty from JK Group).
1820.00 sqm 156.05 ₹ 2,84,011.00
64 Wall painting with premium acrylic emulsion paint of
interior grade, having VOC (Volatile Organic
Compound ) content less than 50 grams/ litre of
approved brand and manufacture, including applying
additional coats wherever required to achieve even
shade and colour. (Super Cover from Dulux or Beauty
Gold from Narolac or Apcolite Premium Emulsion
from Asian)

64.1 Two coats 1770.00 sqm 142.80 ₹ 2,52,756.00


65 Applying priming coats with primer of approved brand
and manufacture, having low VOC (Volatile Organic
Compound ) content.
65.1 With water thinnable cement primer on wall surface
having VOC content less than 50 grams/litre 1770.00 sqm 73.95 ₹ 1,30,892.00
66 Disconnecting damaged overhead/terrace PVC water
storage tank of any size from water supply line and
removing from the terrace including shifting at
ground level as per direction of Engineer-in- charge.
7.00 each 433.75 ₹ 3,036.00
67 Demolishing cement concrete manually/ by
mechanical means including disposal of 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.

67.1 Nominal concrete 1:3:6 or richer mix (i/c equivalent


design mix) 145.00 cum 2434.25 ₹ 3,52,966.00
67.2 Nominal concrete 1:4:8 or leaner mix (i/c equivalent
design mix) 57.00 cum 1503.60 ₹ 85,705.00
68 Demolishing R.C.C. work manually/ by mechanical
means including stacking of steel bars and disposal of
unserviceable material within 50 metres lead as per
direction of Engineer - in- charge.
60.00 cum 3551.25 ₹ 2,13,075.00
69 Demolishing brick work manually/ by mechanical
means including stacking of serviceable material and
disposal of unserviceable 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.
69.1 In cement mortar 835.00 cum 2060.20 ₹ 17,20,267.00

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
121

70 Dismantling doors, windows and clerestory windows


(steel or wood) shutter including chowkhats,
architrave, holdfasts etc. complete and stacking 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.

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.

74.1 G.S. Sheet 85.00 sqm 164.95 ₹ 14,021.00


75 Dismantling stone slab roofing over wooden karries or
R.C.C. battens (dismantling karries and battens to be
paid for separately), including stacking of serviceable
material and disposal of unserviceable 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.
80.00 cum 2664.65 ₹ 2,13,172.00
76 Dismantling wooden boardings in lining of walls and
partitions, excluding supporting members but
including stacking within 50 metres lead :
76.1 Thickness above 10 mm up to 25 mm 2220.00 sqm 77.75 ₹ 1,72,605.00
77 Dismantling of flushing cistern of all types
(C.I./PVC/Vitrious China) including stacking of useful
materials near the site and disposal of unserviceable
materials within 50 metres lead.
49.00 each 112.05 ₹ 5,490.00

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
122

78 Providing and laying factory made coloured


chamfered edge Cement Concrete paver blocks of
required strength, thickness & size/shape, made by
table vibratory method using PU mould, laid in
required colour & pattern over 50mm thick compacted
bed of fine sand, compacting and proper
embedding/laying of inter locking paver blocks into
the sand bedding layer through vibratory compaction
by using plate vibrator, filling the joints with jamuna
sand and cutting of paver blocks as per required size
and pattern, finishing and sweeping extra sand in
footpath, parks, lawns, drive ways or light traffic
parking etc. complete as per manufacturer's
specifications & direction of Engineer- in-Charge.
78.1 60mm thick Cement concrete paver block of M-35
grade with approved colour, design & pattern. 620.00 sqm 1045.65 ₹ 6,48,303.00
79 Providing and fixing water closet squatting pan (Indian
type W.C. pan ) with 100 mm sand cast Iron P or S
trap, 10 litre low level white P.V.C. flushing cistern,
including flush pipe, with manually controlled device
(handle lever) conforming to IS : 7231, with all fittings
and fixtures complete, including cutting and making
good the walls and floors wherever required :

79.1 White Vitreous china Orissa pattern W.C. pan of size


580x440 mm with integral type foot rests 6.00 each 6767.40 ₹ 40,604.00
80 Providing and fixing white vitreous china pedestal
type water closet (European type) with seat and lid, 10
litre low level white vitreous china flushing cistern &
C.P. flush bend with fittings & C.I.brackets, 40 mm
flush bend, overflow arrangement with specials of
standard make and mosquito proof coupling of
approved municipal design complete, including
painting of fittings and brackets, cutting and making
good the walls and floors wherever required :
80.1 W.C. pan with ISI marked white solid plastic seat and
lid 4.00 each 8006.60 ₹ 32,026.00
81 Providing and fixing 8 mm dia C.P. / S.S. Jet with
flexible tube upto 1 metre long with S.S. triangular
plate to Eureopean type W.C. of quality and make as
approved by Engineer - in -charge.
4.00 each 349.15 ₹ 1,397.00
82 Providing and fixing P.V.C. waste pipe for sink or
wash basin including P.V.C. waste fittings complete.
82.1 Semi rigid pipe
82.1.1 32 mm dia 28.00 each 103.90 ₹ 2,909.00
83 Providing and fixing soil, waste and vent pipes :
83.1 100 mm dia

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
123

83.1.1 Hubless centrifugally cast (spun) iron pipes epoxy


coated inside & outside IS:15905 150.00 metre 1169.30 ₹ 1,75,395.00
84 Providing and fixing plain bend of required degree.
84.1 100 mm dia
84.1.1 Hubless centrifugally cast (spun) iron pipes epoxy
coated inside & outside IS:15905 16.00 each 368.00 ₹ 5,888.00
85 Providing and fixing single equal plain junction of
required degree :
85.1 100x100x100 mm
85.1.1 Hubless centrifugally cast (spun) iron epoxy coated
inside & outside as per IS:15905 12.00 each 581.45 ₹ 6,977.00
86 Providing and fixing shielded coupling for Hubless
centrifugallycast iron pipe
86.1 100 mm dia
86.1.1 SS 304 grade coupling with EPDM rubber gasket 140.00 each 432.05 ₹ 60,487.00
87 Providing and fixing trap of self cleansing design with
screwed down or hinged grating with or without vent
arm complete, including cost of cutting and making
good the walls and floors :

87.1 100 mm inlet and 100 mm outlet


87.1.1 Hubless centrifugally cast (spun) iron epoxy coated
inside & outside as per IS:15905 32.00 each 854.55 ₹ 27,346.00
88 Providing and fixing Chlorinated Polyvinyl Chloride
(CPVC) pipes, having thermal stability for hot & cold
water supply, including all CPVC plain & brass
threaded fittings, i/c fixing the pipe with clamps at
1.00 m spacing. This includes jointing of pipes &
fittings with one step CPVC solvent cement and the
cost of cutting chases and making good the same
including testing of joints complete as per direction of
Engineer in Charge. Concealed work, including
cutting chases and making good the walls etc.
88.1 20 mm nominal dia. Pipes 80.00 metre 537.60 ₹ 43,008.00
88.2 25 mm nominal dia. Pipes 310.00 metre 627.25 ₹ 1,94,448.00
89 Providing and fixing G.I. pipes complete with G.I.
fittings and clamps, i/c cutting and making good the
walls etc.
89.1 25 mm dia nominal bore 60.00 metre 551.70 ₹ 33,102.00
89.2 32 mm dia nominal bore 60.00 metre 667.00 ₹ 40,020.00
90 Providing and fixing G.I. pipes complete with G.I.
fittings including trenching and refilling etc.
90.1 32 mm dia nominal bore 40.00 metre 540.30 ₹ 21,612.00
91 Providing and fixing gun metal gate valve with C.I.
wheel of approved quality (screwed end) :
91.1 25 mm nominal bore 10.00 each 622.40 ₹ 6,224.00

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
124

91.2 32 mm nominal bore. 4.00 each 689.60 ₹ 2,758.00


92 Providing and fixing uplasticised PVC connection pipe
with brass unions :
92.1 45 cm length
92.1.1 15 mm nominal bore 48.00 each 97.75 ₹ 4,692.00
93 Providing and fixing C.P. brass shower rose with 15 or
20 mm inlet :
93.1 150 mm diameter 12.00 each 222.35 ₹ 2,668.00
94 Painting G.I. pipes and fittings with two coats of anti-
corrosive bitumastic paint of approved quality :
94.1 32 mm diameter pipe 40.00 metre 22.20 ₹ 888.00
95 Providing and filling sand of grading zone V or
coarser grade, all- round the G.I. pipes in external
work :
95.1 32 mm diameter pipe 40.00 metre 164.90 ₹ 6,596.00
96 Providing and fixing G.I. Union in G.I. pipe including
cutting and threading the pipe and making long screws
etc. complete (New work) :
96.1 25 mm nominal bore 20.00 each 439.25 ₹ 8,785.00
96.2 32 mm nominal bore 6.00 each 489.05 ₹ 2,934.00
97 Providing and fixing C.P. brass bib cock of approved
quality conforming to IS:8931 :
97.1 15 mm nominal bore 20.00 each 506.80 ₹ 10,136.00
98 Providing and fixing C.P. brass long body bib cock of
approved quality conforming to IS standards and
weighing not less than 690 gms.
98.1 15 mm nominal bore 24.00 each 798.95 ₹ 19,175.00
99 Providing and fixing C.P. brass stop cock (concealed)
of standard design and of approved make conforming
to IS:8931.
99.1 15 mm nominal bore 24.00 each 670.45 ₹ 16,091.00
100 Providing and fixing C.P. Brass extension nipple (size
15mmx50mm)of approved make and quality as per
direction of Engineer-in-charge.
92.00 each 74.80 ₹ 6,882.00
101 Providing and fixing C.P. brass angle valve for basin
mixer and geyser points of approved quality
conforming to IS:8931 a) 15 mm nominal bore
101.1 15mm nominal bore 40.00 each 574.30 ₹ 22,972.00
102 Providing and fixing PTMT Ball cock of approved
quality, colour and make complete with Epoxy coated
aluminium rod with L.P./ H.P.H.D. plastic ball.
102.1 25 mm nominal bore, 152mm long, weighing not less
than 440 gms 4.00 each 523.80 ₹ 2,095.00

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
125

103 Cutting holes up to 15x15 cm in R.C.C. floors and


roofs for passing drain pipe etc. and repairing the hole
after insertion of drain pipe etc. with cement concrete
1:2:4 (1 cement : 2 coarse sand : 4 graded stone
aggregate 20 mm nominal size), including finishing
complete so as to make it leak proof. 32.00 each 452.00 ₹ 14,464.00
104 Providing, laying and jointing glazed stoneware pipes
class SP-1 with stiff mixture of cement mortar in the
proportion of 1:1 (1 cement : 1 fine sand) including
testing of joints etc. complete :

104.1 150 mm diameter 35.00 metre 695.80 ₹ 24,353.00


105 Providing and laying cement concrete 1:5:10 (1
cement : 5 coarse sand : 10 graded stone aggregate 40
mm nominal size) up to haunches of S.W. pipes
including bed concrete as per standard design :

105.1 150 mm diameter S.W. pipe 35.00 metre 743.10 ₹ 26,009.00


106 Providing and fixing square-mouth S.W. gully trap
class SP-1 complete with C.I. grating brick masonry
chamber with water tight C.I. cover with frame of 300
x300 mm size (inside) the weight of cover to be not
less than 4.50 kg and frame to be not less than 2.70 kg
as per standard design :
106.1 150 x 100 mm size P type
106.1.1 With common burnt clay F.P.S. (non modular) bricks
of class designation 7.5 12.00 each 2734.20 ₹ 32,810.00
107 Providing and laying non-pressure NP2 class (light
duty) R.C.C. pipes with collars jointed with stiff
mixture of cement mortar in the proportion of 1:2 (1
cement : 2 fine sand) including testing of joints etc.
complete :
107.1 300 mm dia. R.C.C. pipe 170.00 metre 994.30 ₹ 1,69,031.00
108 Constructing brick masonry manhole in cement mortar
1:4 ( 1 cement : 4 coarse sand ) with R.C.C. top slab
with 1:2:4 mix (1 cement : 2 coarse sand : 4 graded
stone aggregate 20 mm nominal size), foundation
concrete 1:4:8 mix (1 cement : 4 coarse sand : 8
graded stone aggregate 40 mm nominal size), inside
plastering 12 mm thick with cement mortar 1:3 (1
cement : 3 coarse sand) finished with floating coat of
neat cement and making channels in cement concrete
1:2:4 (1 cement : 2 coarse sand : 4 graded stone
aggregate 20 mm nominal size) finished with a
floating coat of neat cement complete as per standard
design :

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
126

108.1 Inside size 90x80 cm and 45 cm deep including C.I.


cover with frame (light duty) 455x610 mm internal
dimensions total weight of cover and frame to be not
less than 38 kg (weight of cover 23 kg and weight of
frame 15 kg) :

108.1.1 With common burnt clay F.P.S. (non modular) bricks


of class designation 7.5 6.00 each 12770.55 ₹ 76,623.00
109 Making connection of drain or sewer line with existing
manhole including breaking into and making good the
walls, floors with cement concrete 1:2:4 mix (1 cement
: 2 coarse sand : 4 graded stone aggregate 20 mm
nominal size) cement plastered on both sides with
cement mortar 1:3 (1 cement : 3 coarse sand), finished
with a floating coat of neat cement and making
necessary channels for the drain etc. complete :

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 :

110.1 With common burnt clay F.P.S. (non modular) bricks


of class designation 7.5 34.00 each 5957.90 ₹ 2,02,569.00
111 Providing and fixing glazing in aluminium door,
window, ventilator shutters and partitions etc. with
EPDM rubber / neoprene gasket etc. complete as per
the architectural drawings and the directions of
engineer-in-charge . (Cost of aluminium snap beading
shall be paid in basic item):

111.1 With float glass panes of 5 mm thickness (weight not


less than 12.50 kg/ sqm) 105.00 sqm 1505.25 ₹ 1,58,051.00
112 Providing and laying water proofing treatment in
sunken portion of WCs, bathroom etc., by applying
cement slurry mixed with water proofing cement
compound consisting of applying : a) First layer of
slurry of cement @ 0.488 kg/sqm mixed with water
proofing cement compound @ 0.253 kg/sqm. This
layer will be allowed to air cure for 4 hours. b) Second
layer of slurry of cement @ 0.242 kg/sqm mixed with
water proofing cement compound @ 0.126 kg/sqm.
This layer will be allowed to air cure for 4 hours
followed with water curing for 48 hours. The rate
includes preparation of surface, treatment and sealing
of all joints, corners, junctions of pipes and masonry
with polymer mixed slurry.

90.00 sqm 617.05 ₹ 55,535.00


Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
127

113 Providing and laying integral cement based water


proofing treatment including preparation of surface as
required for treatment of roofs, balconies, terraces etc
consisting of following operations: a) Applying a
slurry coat of neat cement using 2.75 kg/sqm of
cement admixed with water proofing compound
conforming to IS. 2645 and approved by Engineer-in-
charge over the RCC slab including adjoining walls
upto 300 mm height including cleaning the surface
before treatment. b) Laying brick bats with mortar
using broken bricks/brick bats 25 mm to 115 mm size
with 50% of cement mortar 1:5 (1 cement : 5 coarse
sand) admixed with water proofing compound
conforming to IS : 2645 and approved by Engineer-in-
charge over 20 mm thick layer of cement mortar of
mix 1:5 (1 cement :5 coarse sand ) admixed with water
proofing compound conforming to IS : 2645 and
approved by Engineer-in-charge to required slope and
treating similarly the adjoining walls upto 300 mm
height including rounding of junctions of walls and
slabs
c) After two days of proper curing applying a second
coat of cement slurry using 2.75 kg/ sqm of cement
admixed with water proofing compound conforming to
IS : 2645 and approved by Engineer-in-charge. d)
Finishing the surface with 20 mm thick jointless
cement mortar of mix 1:4 (1 cement :4 coarse sand)
admixed with water proofing compound conforming to
IS : 2645 and approved by Engineer-in-charge
including laying glass fibre cloth of approved quality
in top layer of plaster and finally finishing the surface
with trowel with neat cement slurry and making
pattern of 300x300 mm square 3 mm deep. e) The
whole terrace so finished shall be flooded with water
for a minimum period of two weeks for curing and for
final test. All above operations to be done in order and
as directed and specified by the Engineer-in-Charge :

113.1 With average thickness of 120 mm and minimum


thickness at khurra as 65 mm. 830.00 sqm 1684.60 ₹ 13,98,218.00
114 Grading roof for water proofing treatment with
114.1 Cement concrete 1:2:4 (1 cement : 2 coarse sand : 4
graded stone aggregate 20 mm nominal size) 115.00 cum 8042.30 ₹ 9,24,865.00

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
128

115 Providing and fixing factory made single extruded


WPC (Wood Polymer Composite) solid
door/window/Clerestory windows & other Frames /
Chowkhat comprising of virgin PVC polymer of K
value 58-60 (Suspension Grade), calcium carbonate
and natural fibers (wood powder/ rice husk/wheat
husk) and non toxic additives (maximum toxicity
index of 12 for 100 gms) fabricated with joints after
applying PVC solvent cement and screwed with full
body threaded star headed SS screws having minimum
frame density of 750 kg/cum, screw withdrawal
strength of 2200 N (Face) & 1100 N (Edge), minimum
compressive strength of 58 N/mm2, modulus of
elasticity 900 N/mm2 and resistance to spread of flame
of Class A category with property of being
termite/borer proof, water/moisture proof and fire
retardant and fixed in position with M.S hold
fast/lugs/SS dash fasteners of required dia and length
complete as per direction of Engineer-In-Charge. (M.S
hold fast/lugs or SS dash fasteners shall be paid for
separately). Note: For WPC solid door / window
frames, minus 5mm tolerance in dimensions i.e. depth
and width of profile shall be acceptable. Variation in
profile dimensions on plus side shall be acceptable but
no extra payment on this account shall be made.
115.1 Frame size 45 x 70 mm 230.00 metre 705.85 ₹ 1,62,346.00
116 Providing and fixing factory made single extruded
WPC (Wood Polymer Composite) solid decorative
type flush door shutter of required size comprising of
virgin polymer of K value 58-60 (Suspension Grade),
calcium carbonate and natural fibers (wood powder/
rice husk/wheat husk) and non toxic additives
(maximum toxicity index of 12 for 100 gms) having
minimum density of 650 kg/cum, screw withdrawal
strength of 1800 N (Face) & 900 N (Edge), minimum
compressive strength of 50 N/mm2, modulus of
elasticity 850 N/mm2 and resistance to spread of flame
of Class A category with property of being
termite/borer proof, water/moisture proof and fire
retardant. WPC to be laminated with PVC foil of
minimum 14 microns thick of approved design pasted
with hot melt adhesive on both faces of shutter and
fixed stainless steel butt hinges of required size with
necessary full body threaded star headed counter sunk
S.S screws, all as per direction of Engineer-In-Charge.
( stainless steel butt hinges and necessary S.S screws
shall be paid for separately).

116.1 30 mm thick. 80.00 Sqm 4764.20 ₹ 3,81,136.00

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
129

117 Providing and fixing Stainless steel wire gauge


(Grade-304) in aluminium door, window, ventilator
shutters and partitions etc. with aluminium snap
beading. complete as per the architectural drawings
and the directions of engineer-in-charge . (Cost of
aluminium snap beading shall be paid in basic item):

117.1 (a) With Stainless steel wire mesh of average width of


aperture 1.4 mm and nominal dia. of wire 0.63 mm 40.00 sqm 1208.00 ₹ 48,320.00
118 Disposal of building rubbish/ malba/ similar
unserviceable, dismantled or waste materials from
RCC/OWC/NWC by mechanical means including
loading, transporting, unloading to C&D waste
management site near jahangir puri safai karamchari
quarters at Burari plant or Shastri Park or Bakkarwala
Village or Mundaka, New Delhi beyond 50m initial
lead, for all leads including all lifts involved
(Processing fees at prescribed rate of C&D
management will be deposited by the agency & shall
be reimbursed by the department on production of
cash receipt. To ensure disposal of malba at approved
C&D waste site, without submission of processing fee
from approved C&D waste site, no payment will be
made to agency for disposal of malba).
1050.00 MT 311.90 ₹ 3,27,495.00
119 Providing and fixing mirror of superior glass 5mm
thick (of approved quality) and of required shape and
size with plastic moulded frame of approved make and
shade with 6 mm thick hard board backing etc. all
complete as per direction of Engineer-in-Charge.
30.00 sqm 3100.75 ₹ 93,023.00
120 Providing and fixing white vitreous china flat back or
wall corner type lipped front urinal basin of
430x260x350 mm and 340x410x265 mm sizes
respectively with CP brass Urinal Valve Auto Closing
System with Built-in Control Cock & Wall Flange of
JAQUAR make, Model No. PRS-077 or equivalent
C.P. brass spreaders with brass unions and G.I clamps
complete, including painting of fittings and brackets,
cutting and making good the walls and floors wherever
required :
12.00 each 7816.75 ₹ 93,801.00
121 Extra on account of using 40mm thick gang saw cut
red sand stone slab in place of undressed red sand
stone slab in etc. complete as per direction of
Engineer-in-Charge.
1640.00 sqm 261.75 ₹ 4,29,270.00

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
130

122 Providing, fixing precoated galvanised iron profile


sheets (size, shape and pitch of corrugation as
approved by Engineer-in-Charge) of total coated
thickness 0.50mm (base metal of minimum 0.45mm
thickness with total coating thickness of 0.05mm) with
zinc coating 120 grams per sqm as per IS: 277, in 240
mpa steel grade, 5-7 microns epoxy primer on both
side of the sheet and polyester top coat 15-18 microns.
Sheet should have protective guard film of 25 microns
minimum to avoid scratches during transportation and
should be supplied in single length upto 12 metre or as
desired by Engineer-in-charge. The sheet shall be
fixed using self drilling /self tapping screws of size
(5.5x 55 mm) with EPDM seal, complete upto any
pitch in horizontal/ vertical or curved surfaces,
excluding the cost of purlins, rafters and trusses and
including cutting to size and shape wherever required.
(After completion of work, the existing profile
sheets used in the barricading work shall be
removed from the site by the contractor as per
direction of Engineer-in-charge and the same will
be the property of the contractor including cost of
removal).

1300.00 sqm 372.25 ₹ 4,83,925.00


123 Steel work in built up tubular (round, square or
rectangular hollow tubes etc.) trusses etc., including
cutting, hoisting, fixing in position and applying a
priming coat of approved steel primer, including
welding and bolted with special shaped washers etc.
complete. Hot finished welded type tubes (After
completion of work, the existing M.S. tubes used in
the barricading work shall be removed from the
site by the contractor as per direction of Engineer-
in-charge and the same will be the property of the
contractor including cost of removal). 14500.00 kg 110.80 ₹ 16,06,600.00
124 Taking out existing old crazy ceramic tile fixed with
APP membrane (3mm thick) and stacking & disposal
of unserviceable material to the dumping point Near
Shantushti Parking at NWC all as per direction of
Engineer-in-Charge.
660.00 sqm 27.70 ₹ 18,282.00
125 Providing and fixing factory made Ply wood 5 ply
with commercial ply on both faces 6 mm thick with
1.0 mm thick decorative laminated sheet on exposed
face for backing of cup boards and bathroom/kitchen
cabinets etc. of required size comprising and fixing
with S.S. chip bonded screws etc. all as per direction
of Engineer-In- Charge.
245.00 sqm 1133.50 ₹ 2,77,708.00

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
131

126 Providing and fixing stainless steel SS grade 304,


Curtain rod 25 mm dia 1.20mm thick with Two
Stainless steel SS grade 304 brackets fixed with SS
screw and wooden plugs etc. wherever necessary
complete.

126.1 25 mm diameter 1.20mm thick 162.00 Metre 406.10 ₹ 65,788.00

(1 to 126) Total ₹ 5,94,60,891.00


Modified Estimated Cost after using correction factor on DSR 2023 on
account of GST multiplying factor @ 0.973
₹ 5,78,55,447.00
Add 3% Cost Index on DSR Items ₹ 17,35,663.00
Total (A) ₹ 5,95,91,110.00

127 Providing and fixing Stainless Steel CP brass finish


pillar cock with wall flange of KINGSTONE make,
Model No. KKU-1001 or rquivalent complete with
necessary screws, fixtures & fittings etc. complete as
per direction of Engineer-in-Charge.
16.00 each 941.35 ₹ 15,062.00
128 Providing and fixing white vitrous china under counter
wash basin with 32mm C.P. Brass waste of standard
pattern, including of fittings and brackets cutting and
making good the walls wherever require (a) Vitreous
China wash basin of make parryware make, Model-
Flair C0464 of size 480x480x200mm or equivalent

16.00 each 2391.50 ₹ 38,264.00


129 Providing and fixing ISI SMC PANEL TANK (IS:
14399) made of HOT PRESS MOULDED SHEET
MOULDING COMPOUND (SMC) Panels of size
1005mm X 1005 X 75mm, 1005mm x 502mm x
75mm (Flange). The flange should be perpendicular to
the main surface. The shape should Trunked Type for
extra strength and 90 degree flanges predrilled for
bolting. It should contoured to withstand hydraulic
heas of at last four times the marked load i/c HDG
boalts and nuts, HDG flange support, C-channel,
rubber gasket. All the Flanges of the Panel should
have 13 Nos. holes for fastening / joining the panels
to one another. Hot pressed Moulded SMC Pre Drilled
Corner Pieces with built-in ribs of the size 75mm X
75mm should be provided for 90 degree joints of tank
walls or wall to base or wall to roof joints complete
with galvanized iron nuts, bolts and washers. Special
sealent having excellent UV Resistance as well as
suitable for portable water, complete with Top covered
construction having Man-Hole with cover of Dia
600mm and internal FRP Ladder.

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
132

129.1 The internal dimension of tank should not be less than


1m X 1m X1m and the minimum capacity of the tank
should be 1000 Ltr. Long pipe pieces for inlet, outlet,
overflow and scour pipe of required dia. Airvent pipe
in each tank, water level indicator of approved design
(Mechanical type) complete with Gauge and assembly.
The tank after erection and assembly as per over flow
level, which will be placed near the roof of the tank &
tested for leakage. Leakage if found during the testing
should be rectified to make tank 100% leak proof,
complete as per direction of Engineer-in-charge.
Payment will be made as per size in liters. 8000.00 Litre 27.85 ₹ 2,22,800.00
130 Re-fixing ISI SMC PANEL TANK (IS: 14399) made
of HOT PRESS MOULDED SHEET MOULDING
COMPOUND (SMC) Panels of size 1005mm X
1005mm X 75mm , 1005 mm x 502m x 75 mm
(Fiange). The flange should be perpendicular to the
main surface. The shape should be Trunked Type for
extra strenght and 90 degree flanges predrilled for
bolting .It should contoured to withstand hydraulic
heas of at last four times the marked load i/c HDG
boalts and nuts, HDG flange support, C-
channel,rubber gasket. All the Flanges of the Panel
should have 13 Nos. holes for fastening /joining the
panels to one another. Hot Pressed Moulded SMC Pre
Drilled Corner Pieces with built-in ribs of the size
75mm X 75mm should be provided for 90 degree
joints of tank walls or wall to base or wall to roof
joints complete with galvanized iron nuts,bolts and
washers. Special sealent having excellent UV
Resistance as well as suitable for portable water,
complete with Top Covered onstruction having Man-
Hole with cover of Dia 600mm and internal FRP
Ladder.
130.1 The internal dimension of the tank should not be less
than 1m X 1m X 1m and the minimum capacity of the
tank should be 1000 Ltr.Long pipe pieces for
inlet,outlet , overflow and scour pipe of required ia.
airvent pipe in each tank,water level indicator of
approved design (Mechanical type) complete with
Gauge and assembly. The tank after errection and
assembly as per over flow level, which will be placed
near the roof of the tank & tested for leakage. Leakage
if found during the testing should be rectified to make
tank 100% leak proof, complete as per direction of
Engineer-in-charge. Payment will be made as per size
in liters. (The SMC Panels will be supplied by the
department free of cost)
8000.00 Litre 0.28 ₹ 2,240.00

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
133

131 Providing and fixing Stainless Steel CP Brass finish


Soap Dish of Kingston make, Model No. AGR ACS-
11 or equivalent complete with necessary screws,
fixtures & fittings etc complete as per direction of
Engineer-in-Charge.
20.00 each 493.40 ₹ 9,868.00
132 Providing and fixing Stainless Steel CP brass finish
Single Towel Rod 600mm long of Kingston make,
Model No. AGR- ACS-15 or equivalent complete with
necessary screws, fixtures & fittings etc complete as
per direction of Engineer-in-Charge.
12.00 each 601.60 ₹ 7,219.00
133 Providing and fixing chromium plated G.I. grating of
size 110mm nominal dia with or without hole of
approved quality as per direction of Engineer-in-
Charge.
32.00 each 61.50 ₹ 1,968.00
134 Providing and fixing Stainless Steel CP brass finish
angle valve two-in-one of Kingstone make, Model No.
AGR-404 or equivalent complete with necessary
screws, fixtures & fittings etc. complete as per
direction of Engineer-in-Charge.
8.00 each 1172.50 ₹ 9,380.00
135 Credit on account of dismantled material received and
taking away from the site after dismembering
(Dismantled material shall be the property of the
contractor) for all leads and lift etc. complete as per
direction of Engineer-in-charge. (Dismantled material
shall be stacked and measured in the presence of
Engineer-in-charge or his authorized representative
before taking away from the site)
135.1 Dismantled Wooden/ PVC/ FRP door/ window
including fittings 4800.00 sqm -70.00 -₹ 3,36,000.00
136 Credit on A/c of taking away the dismantled material
received from dismantling of G.I./C.I. pipe/M.S. grill
etc. from all floor level the dismantled material will be
the property of the contractor. Before removing from
site the dismantled material so received duly
measured/weighed in the presence of Engineer-in-
charge or his authorized representative. Nothing extra
shall be paid on A/c of this dismantling.

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

137.1 Dismantled old brick/ brick tile as received from


demolition 154600.00 nos -2.00 -₹ 3,09,200.00

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

flfoy dk;®Z^ dh vuqlfw p;ka SCHEDULES FOR ELECTRICAL WORKS


SCHEDULE ‘A’
Schedule of quantities (as per PWD-3) : Pages – 161-170
SCHEDULE ‘D’
Extra Schedule for specific requirements /documents for the work, if any
SCHEDULE ‘E’
Refrence to General Conditions of contract Applicable GCC is Maintenance Works 2023 as
modified & corrected upto previous day of the
last date of submission of the 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: As per civil part B
(ii) Performance guarantee : As per civil part B
(iii) Security Deposit: As per civil part B
SCHEDULE ‘F’
General Rules & Directions: General Conditions of Contract for Maintenance
Works 2023 with amendments upto preivous day
of the last date of submission of the online
tender.
Officer inviting tender - As per civil part B
Definitions:

2(i) Engineer-in-Charge Executive Engineer, DED-21, CPWD, New


Delhi (for minor component)
2(viii) Accepting Authority As per civil part B
2(x) Percentage on cost of materials and labour to As per civil part B
cover all overheads and profits.
2(x) (b) Standard schedule of Rates: DSR 2022 (E&M) and 2024 Part-II for Electrical
works with the amendments there to issued
previous day of the last date of submission of the
tender.
2(xi) Department Central Public Works Department
9(ii) Standard CPWD contract Form General Standard CPWD contract Form General
Conditions of Contract Maintenance Works 2023, Conditions of Contract Maintenance Works
CPWD Form 7/8. 2023, CPWD Form 7/ 8 as modified & corrected
upto previous day of the last date of submission
of the tender.
CLAUSE 1
i) Time allowed for submission of Performance As per civil part B
Guarantee, Programme chart (Time and progress)
and applicable labour licenses, registration with
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
138

EPFO, ESIC and BOCW welfare board or proof


of applying thereof from the date of issue of letter
of acceptance, in days
(iv) Maximum allowable extension with late of As per civil part B
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 As per civil part B
acceptance for reckoning date of start

Description of Milestone Time Allowed in days Amount to be withheld in case


S. No. (Physical) (from date of start ) of non achievement of
milestone

----As per Civil Part - B----

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

PROFORMA OF SCHEDULES Clause 5 Schedule of handing over of site

Part Portion of site Description Time period for


handing over reckoned
from date of issue of
letter of intent
Part A Portion without any hindrance
Part B Portions with encumbrances As civil part
Part C Portions dependent on work of
other agencies

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

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 contract value & exceeding with prior
rates 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

--------------As per direction of Engineer-in-charge---------

Clause 19C authority to decide penalty for Engineer-in-charge


each default
Clause 19D authority to decide penalty for Engineer-in-charge
each default
Clause 19G authority to decide penalty for Engineer-in-charge
each default
Clause 19K authority to decide penalty for Engineer-in-charge
each default

CLAUSE 25 (iv) Conciliter -Additioanl Director General (Delhi)


(v) Arbitrator Appointing Authority -
Superintending Engineer, DC-II
(vi) Place of Arbitration - New Delhi.

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

S.No Requirement of Technical Minimum Desigation Rate at which recovery


Qualification Number experience Technical Staff shall be made from the
(Years) contractor in the event
of not fulfilling

------- As per civil part B ------

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

CONDITIONS FOR ENGAGEMENT OF ASSOCAITED AGENCIES


FOR E&M WORKS

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

This Memorandum of Understanding (MOU) is made on the______________________at

Between

M/s____________Main Contractor) having his registered office at____________which


expression shall unless repugnant to the subject or context include its administrators, successors
and assigns.
And
M/s____________________(Associate contractor) registered in CPWD having valid
electrical licence (electrical contractor) his registered office at ____________________________
which expression shall unless repugnant to the subject or context include its administrators,
successors and assign.

Whereas, the Central Public Work Department, have issued tender papers to quote for
the following work to M/s_________ (Main Contractor).

1. For the execution of Electrical Work(s) “Addition/Alteration/Improvement to


Billet No. 14 (SPS Type- D/S) in RCC, Air Force Station, New Delhi
(Civil and Electrical work)” as per schedule of quantity, Specification, Terms and
Conditions of the agreement.

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

TERMS AND CONDITIONS FOR INTERNAL AND EXTERNAL ELECTRICAL WORKS

General Commercial & Technical Conditions:

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

3.2. Prices quoted shall be firm.

4.0 Works to be done by the contractor:


Unless and otherwise mentioned in the tender documents, the following works shall be done by the
contractor, and therefore their cost shall be deemed to be included in their tendered cost:-
(i) Foundations for equipments and components where required, including foundations bolts.
(ii) Cutting and making good all damages caused during installation and restoring the same to their
original finish.
(iii) Sealing of all floor openings provided by him for pipes and cables, after laying of the same.
(iv) Painting at site of all exposed metal surfaces of the installation other than pre-Painted, items like
fittings, fans, switchgear / distribution gear items, cubicle switch board etc. Damages to finished
surfaces of these items while handling and erection, shall however be rectified to the satisfaction of
the Engineer-in-Charge.
(v) Testing and commissioning of completed installation.
(vi) Storage space for all equipments, components and materials for the work.

5.0 Storage and Custody of Materials:

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

6.0 Electric Power Supply and Water Supply:

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.

7.0 Tools for handling and Erecting:


All tools and tackles required for handling of equipments and materials at site of work as well as
for their assembly and erection and also necessary test instruments shall be the responsibility of
the contractor.

8.0 Payments Terms:


On account payments for part work (After stipulated and statutory deductions) as assessed by the Engineer-in-
Charge for the applicable items in the contract shall be payable at part rate not exceeding the percentage
indicated against the stages 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%

B] Items of Lighting Fixtures, MV Panels, MCBs, MCB DBs, etc

S. N Stage of work Percentage of Rate


A On initial inspection of material and delivery at site in good 65%
condition on pro-rate basis.
B On completion of installation on pro-rata basis. 15%
C On completion of 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.

9.0 Co-ordination with other agencies:


The contractor shall co-ordinate with any other agencies involved in the building work so that the
building work is not hampered due to delay in his work. Recessed conduit and other works, which
directly affect the progress of building work, should be given priority.

9.1. Care of buildings:


Care shall be taken by the contractor to avoid damage to the building during execution of his part of
the work. He shall be responsible for repairing all damages and restoring the same to their original
finish at his cost. He shall also remove, at his costs, all unwanted and waste materials arising out of
his work, from the site.

10.0 Structural Alterations to Buildings:


(i) No structural member in the building shall be damaged/ altered, without prior approval from the
competent authority through the Engineer-n-charge.

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.

11.0 Addition to an installation:


Any addition, temporary or permanent, to the existing electrical installation shall not be made
without a properly worked out scheme/design by a qualified Electrical Engineer to ensure that such
addition does not lead to overloading, safety violation of the existing system.

12.0 Work in occupied buildings:


(i) When work is executed in occupied buildings, there would be minimum of inconvenience to the
occupants. The work shall be programmed in consultation with the Engineer-in-charge and the
occupying department. If so required, the work may have to be done even before and after the
office hours.
(ii) The contractor shall be responsible to abide by the regulations or restrictions set in regard to entry
into, and movement within the premises.
(iii) The contractor shall not tamper with any of the existing installations including their switching
operations or connections there to without specific approval from the Engineer-in-charge.

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.

14.0 Conformity to IE act, IE Rules, and standards:


14.1. All electrical works shall be carried out in accordance with the provisions of Indian Electricity Act,
1910 and Indian Electricity Rules, 1956 amended up to date (Date of call of tender unless specified
otherwise). List of rules of particular importance to electrical installations under these General
Specifications is given in Appendix C for reference.

15.0 General requirements of components:


15.1. Quality of material: All materials and equipments supplied by the contractor shall be new. They
shall be of such design, size and materials as to satisfactorily function under the rated conditions of
operation and to withstand the environmental conditions at site.

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
150

16.0 Inspection of materials and equipments:


16.1. Materials and equipments to be used in the work shall be inspected by the departmental officers.
Such inspection will be of following categories:
(i) Inspection of materials/ equipments to be witnessed at the Manufacturer’s premises in accordance
with relevant BIS /Agreement Inspection Procedure.
(ii) To receive materials at site with Manufacturer’s Test Certificate(s)
(iii) To inspect materials at the authorized dealer’s go downs to ensure delivery of genuine materials at
site.
(iv) To receive materials after physical inspection at site.
16.2. Adequate care to ensure that only tested and genuine materials of proper quality are used in work
shall be ensured by firm. The firm shall ensure that:
(i) Material will be ordered & delivered at site only with the prior approval of the department to ensure
timely delivery.
(ii) As and when the order is placed for the fittings/ fixtures, cables, switchgears, poles, rising main,
other main items etc, its copy shall be endorsed to the Engineer-in-charge.
(iii) The firm will be required to procure material like exhaust fans, MCB’s & DB’s, switches sockets,
wires & cables, conduits and switchgears etc directly from the manufacturer/authorized dealers to
ensure genuineness & quality and as per the approved makes only. Proof in this regard shall be
submitted by the contractor if required by the department.
(iv) Inspection at factory or at go down of the manufacturer, as required, shall be arranged by the firm
for a mutually agreed date. Certificate for genuineness of the fittings shall have to provided duly
signed by the manufacturer’s officer not below the rank of Regional Manager.
(v) Delivery of material shall be taken up only with the consent of department, after clearance of the
material.
(vi) Department shall reserve the right to waive inspection in lieu of suitable test certificate, at its
discretion.
16.3. Similarly, for fabricated equipments, the contractor will first submit dimensional detailed drawings
for approval before fabrication is taken up in the factory. Suitable stage inspection at factory also
will be made to ensure proper use of materials, workmanship and quality control.

17.0 Ratings of components:


17.1. All components in a wiring installation shall be of appropriate ratings of voltage, current and
frequency, as required at the respective sections of the electrical installations in which they are used.
17.2. All conductors, switches and accessories shall be of such size as to be capable of carrying the
maximum current, which will normally flow through them, without their respective ratings being
exceeded.

18.0 Conformity to standards:


18.1. All components shall conform to relevant Indian Standard Specifications wherever existing.
Materials with ISI certification mark shall be preferred.
18.2. Relevant Indian Standards including amendments or revisions thereof up to the date of tender
acceptance shall be applicable in the respective contracts for respective items, firm to ensure its
compliance.

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

19.2. Proper supervision/skilled workmen:The contractor shall be a licensed electrical contractor of


appropriate class suitable for execution of the electrical work. He shall engage suitably
skilled/licensed workmen of various categories for execution of work supervised by supervisors /
Engineer of appropriate qualification and experience to ensure proper execution of work. They will
carry out instruction of Engineer-in-charge and other senior officers of the Department during the
progress of work.
19.3. Use of quality materials: Only quality materials of reputed make as specified in the tender will be
used in work.
19.4. Fabrication in reputed workshop: Switch boards and LT panels shall be fabricated in a
factory/workshop having modern facilities like quality fabrication, seven tank process, powder/
epoxy paint plant, proper testing facilities, manned by qualified technical personnel. These shall be
as per make / item approved.
19.5. SUPERVISION OF WORK:
The Contractor shall depute Site Engineers & skilled workers as required for the work strictly as per
clause-36 and work can be started only after deployment of Engineers specified in NIT. The
contractor is required to submit all the documents as per clause -36 of GCC. He shall submit
organization chart along with details of Engineers and supervisory staff. It shall be ensured that all
decision making powers shall be available to the representatives of the Contractor at site itself to
avoid any likely delays on this account. The Contractor shall also furnish list of persons for
specialized works to be executed for various items of work. The Contractor shall identify and
deploy key persons having qualifications and experience in the similar and other major works, as per
the field of their expertise. If during the course of execution of work, the Engineer-in-Charge is of
the opinion that the deployed staff is not sufficient or not well experienced; the Contractor shall
deploy more staff or better-experienced staff at site to complete the work with quality and in
stipulated time limit.

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.

21.0 Commissioning on completion:


After the work is completed, it shall be ensured that the installation is tested and commissioned.

22.0 Completion plan and completion certificate:


22.1. For all works completion certificate after completion of work as given in Appendix –E of CPWD
Specification shall be submitted to the Engineer-in-charge.
22.2. Completion plan drawn to a suitable scale in tracing cloth with ink indicating the following, along
with three blue print copies of the same shall also be submitted.
(i) General layout of the building.
(ii) Locations of main switchboard and distribution boards, indicating the circuit numbers controlled by
them.
(iii) Position of all points and their controls.
(iv) Types of fittings, viz. fluorescent, pendants, brackets, bulk head, fans, exhaust fans etc.
(v) Name of work, job number, tender reference, actual date of completion, names of Division/ Sub-
division and name of the firm who executed the work with their signature.
23.0 Guarantee
The installation will be handed over to the department after necessary testing and commissioning.
The installation will be guaranteed against any defective design/workmanship. Similarly, the
materials supplied by the contractor will be guaranteed against any manufacturing defect, inferior
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
152

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.

26.0 Supply of fittings, fixtures & other material:


The procurement of material for the works will be programmed as per the progress of work in
consultation with Engineer-in-Charge. The firm will be required to submit a detailed programme
and prior to the procurement will seek approval of the department. The direction of the department
regarding timing & necessity of getting such material will be final & binding on the firm.

27.0 Acceptable makes


The acceptable makes of the various equipments / components / accessories have been indicated in
“Acceptable Makes annexed with this document, as Annexure-B. Prospective bidders are to the
quote as per the acceptable makes specified in the tender documents. However, all departure from
the specifications and also from the Acceptable Makes of the equipments / components have to be
brought down in the forwarding letter to this tender. However, the departures taken by the bidders
shall be evaluated at the time of Technical Evaluation, based on the documentary evidence and
also their past performance & provenness in case of the alternative makes, if any.
Except for the departures brought down in the forwarding letter the tender, it is presumed that
intending bidder confirms compliance to the tender specifications in all respect.
Successful bidder is to comply with the Public Procurement (Preference of Make in India), Order
2017 dated 15.06.2017 as amended upto date, while executing the contract. If any provision made
elsewhere in this NIT, which in contravention with the Make in India policy, the latter shall have
preference over the former. Engineer-in-charge will have the final authority to take appropriate
decision in the matter.

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

Approved Make List

S.No. Details of Materials / Equipments Manufacturer’s Name / Make


1 FRLS PVC insulated copper conductor single Grandlay/ Polycab / Finolex / RR Kabel / Havells/
core cable for wiring. (ISI marked) KEI
2 XLPE Aluminum / Copper Armoured/ Grandlay/Polycab/Finolex/RR Kabel /
Unarmoured Cable, telephone cable, Coaxial Havells/Nicco/ Gloster/ KEI
Cable/LAN Cable/ Submersible cable
3 MS Conduit (ISI Marked) with heavy duty MS BEC / NIC / AKG/RMCON/STEEL KRAFT
conduit pipe accessories ( Note : The make of accessories will be same that
of conduit pipe & will comply to IS / 4768 part 2
2003)
4 PVC Conduit (ISI Marked) with heavy duty PVC AKG / BEC / Polypack /Precision/RMCON
conduit pipe accessories
5 Modular Switch, Socket/Telephone Socket/ Legrand (Arteor) / Schneider Electric (Unica) /
Cable TV Socket/ Data outlet Socket / Fan Honeywell- MK (Blenze plus) / Wipro (North West –
Regulator/ G I Boxes Etc (Wiring Accessories) / PLATIA) / Hager (Insysta) / ABB (Cheiron/ Tvisha)
Regulators etc.
6 GI pipe/ MS Pipe (Accessories for pipe shall be Tata/Jindal (Hissar) / Jindal Star / Prakash Surya
same make of pipe or as per approved by the /Nizon
Engineer-in-charge)
7 D.W. Corrugated HDPE Pipe (ISI marked) REX / Dura plast / Zenduct / Triputi /
Duraline/Kisan
8 MCB, Isolator, Industrial Plug Socket, RCCB, Schneider Electric / Legrand / ABB / Siemens / HPL/
RCBO’s, MCB DB & Loose Wire Box Panasonic/ L&T
9 Moulded Case Circuit Breaker (MCCB) Thermal Schneider Electric /Siemens / L&T / Legrand / ABB
Release / Microprocessor based (Ics=Icu=100%)/ /HPL
Energy Meter
10 Wall/Exhaust/ Ceiling Fan/ Fresh Air Fan Havells/Crompton Greaves/ USHA/Orient/
Atemberg
11 LED luminaries / Fittings LT / Philips /Wipro / Trilux/Havells /K Lite/Regent
12 SMC Boxes Sintex / Stanlac / Hansel
13 LED Wall Bracket Fitting Havells CAT No. FLORETINE WL 1LS B22 SS or
equivalent in Twinkle/ HiLite/ Luster
14 Geyser/ Electric water heater CG / Havells / AOSmith / Usha/ Bajaj /Vguard
15 Fire Panel Agni Instruments/NOTIFIRE/ HONEYWELL/ GE
EDWARD/ SIEMENS/ BOSCH
16 Detectors System Sensor/Edward/Bosch/Siemens/ Newtech/
Fireguard/ Lifeguard
17 Sounder/ hooter Johnson Control / Honeywell / EST (Edwards)
/ Siemens / Bosch make
18 Fire Extinguisher Minimax / Safex / Life Guard / Kanex / Omex
19 Racway/PVC Trunkey Honeywell (MK)/Legrend/OBO/Schneider electric
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
160

20 MS/GI Box for wiring Same make as S.No. 5 to be approved by E-in-C


21 RO System Aquafresh/ Ion-exchange/ Kent
22 Insect Killer AVRO/ Wellberg/Orchid
23 Panel/ Feeder Pillar Tricolite/ Adlec/ Neptune/ Milestone/ Associated
Switchgear & Projects Ltd./ Risha Control
Engineering Pvt. Ltd./ RP Controls/ Associated
Switchgear & Projects Ltd./System Power Control/
Precision Power Control/ AVM Industries (Panel
manufacturer shall be CPRI Approved within house
fabrication plant with 7 tank pre-treatment process
with powder coating plant and type test certified for
short current rating of not less then 50 KA)
24 Analogue/digital Measuring Instruments AE/Rishab/L&T/C&S/Conzerve/ Legrand
(Voltmeter/ Ammeter/ Energy Meter/ KW/ PF/
Multi Function Meter)
25 LED Type Indicating Lamps/ Push button Schneider electric /L&T / Siemens/ C&S/ Vaishno/
Syska
26 Potential transformers/ Current Transformers Automatic Electric/ Gilbert & Maxwell/ Matrix/
Precise/ L&T/ Kappa
27 Selector Switch & Toggle Switch Salzer (L&T)/ Siemens/ Kaycee/Rishabh/ABB
28 PVC Trunking Legrand/ MK/ Honeywell/ Schneider
29 UPS System ABB/ Eaton/ GE/ Numeric/ Mitsubishi/ Schneider
APC/Vertiv/Selvon
30. MS painted /GI perforated cable tray AKG/Venus /Steel way
31. Paint Asian paint /Nerolac/Burger
32. Desert Cooler Hevels/Cropmton/Eeco-cool

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

Name Of Work: Addition/Alteration/Improvement to Billet No. 14 (SPS Type- D/S) in


RCC, Air Force Station, New Delhi (Electrical work).

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

6 Supplying and fixing following way, single pole and


neutral, sheet steel, MCB distribution board, 240 volts,
on surface/ recess, complete with tinned copper bus bar,
neutral bus bar, earth bar, din bar, interconnections,
powder painted including earthing etc. as required. (But
without MCB/RCCB/Isolator)
6.1 16 way, Double door 4 3141.00 Each 12564.00
7 Supplying and fixing following way, horizontal type
three pole and neutral, sheet steel, MCB distribution
board, 415 V, on surface/ recess, complete with tinned
copper bus bar, neutral bus bar, earth bar, din bar,
interconnections, powder painted including earthing etc.
as required. (But without MCB/RCCB/Isolator)
7.1 8 way (4 + 24), Double door 4 5967.00 Each 23868.00
8 Supplying and fixing 5 amps to 32 amps rating, 240/415
volts, 'C' curve, miniature circuit breaker suitable for
lighting and other loads of following poles in the existing
MCB DB complete with connections, testing and
commissioning etc. as required.
8.1 Single pole 152 256.00 Each 38912.00
9 Supplying and fixing 20 amps, 240 volts, SPN industrial
type, socket outlet, with 2 pole and earth, metal enclosed
plug top alongwith 20 amps "C" curve, SP, MCB, in
sheet steel enclosure, on surface or in recess, with
chained metal cover for the socket out let and complete
with connections, testing and commissioning etc. as
required. 12 1621.00 Each 19452.00
10 Supplying and fixing following size/modular, GI/PVC
box along with modular base & cover plate for modular
switches in recess etc as required.
10.1 3 Module (100mmX75mm) 24 327.00 Each 7848.00
10.2 6 Module (200 mmX75 mm) 4 402.00 Each 1608.00
11 Supplying and fixing following modular switch/socket
on the existing modular plate & switch box including
connections but excluding modular plate etc as required.
11.1 5/6 A switch 28 103.00 Each 2884.00
11.2 3 pin 5/6 A socket outlet 28 122.00 Each 3416.00
11.3 15/16 amp switch 4 156.00 Each 624.00
11.4 6 pin 15/16 amp socket outlet 4 197.00 Each 788.00
12 Supplying and fixing two module stepped type electronic
fan regulator on the existing modular plate switch box
including connections but excluding modular plate etc. as
required.
80 369.00 Each 29520.00

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
163

13 Earthing with G.I. earth pipe 4.5 metre long, 40 mm dia


including accessories, and providing masonry enclosure
with cover plate having locking arrangement and
watering pipe etc. with charcoal/ coke and salt as
required. 4 6855.00 Each 27420.00
14 Providing and laying earth connection from earth
electrode with 6 SWG dia G.I. Wire in 15 mm dia G.I.
pipe from earth electrode including connection with G.I.
thimble excavation and re-filling as required. 20 287.00 Meter 5740.00
15 Providing and fixing 6 SWG dia G.I. wire on surface or
in recess for loop earthing along with existing surface
/recessed conduit/ submain wiring/cable as required. 650 42.00 Meter 27300.00
16 Supplying and installing following size of perforated Hot
Dipped Galvanised Iron cable tray (Galvanisation
thickness not less than 50 microns) with perforation not
more than 17.5%, in convenient sections, joined with
connectors, suspended from the ceiling with G.I.
suspenders including G.I. bolts & nuts, etc. as required.
16.1 150 mm width X 50 mm depth X 1.6 mm thickness 180 716.00 Meter 128880.00
16.2 300 mm width X 50 mm depth X 1.6 mm thickness 280 963.00 Meter 269640.00
Total of DSR Items (1 to 16) 2961496.00
Add GST multiplying factor @ 0.0633 on DSR 2022 187462.70
Total Rs. 3148958.70
Add Correction on GST @ 0.973 on DSR 2022 Item A 3063936.81
17 Supplying, installation, Testing & Commissioning of
LED Recessed/ surface Down lighter (Round/ square/
Rectangular) SMD type of following body material with
PMMA and prismatic diffuser and construction as per IS
: 10322 with driver as per the requirement with Driver
efficiency >85%, Operating voltage AC 140-270 Volt,
frequency 50/60 hz, Operating temp range -15 deg to 40
deg centigrade, internal surge protection of 2.5 KV with
Short & Open circuit protection ,THD < 10% , P.
F.≥0.95, IP20, CRI >80 , UGR (Unified Glare Rating) <
19, Flicker free (flicker should be below 5%), life time
(LED,Driver & electrical circuitary), of minimum 50000
Burning Hours with 70% of initial Lumen maintained till
life ends , CCT 3000°K / 4000°K / 5700°K / 6000°K /
6500°K (As per ANSI Bin), SDCM (Standard Deviation
Color Matching) <3, Maximum power consumption
should not more than the specified rating and Fixture
shall be confirming to relevant BIS standards and trade
mark certificate (T.C.). Manufactures Word Mark/ Name
Engraved/ Embossing/ Screen printing on housing
Complete in all respect i/c connections with 1.5 sq mm
FRLS, PVC insulated copper conductor single core cable
and earthing etc. as required with Minimum 5 year OEM
Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
164

warranty. System lumen efficacy ≥105 and <120 lm/Watt


output . LM79 & LM80 Test report from NABL lab for
all testing required for LED fixtures as per BIS shall be
submitted. Shape size and CCT shall be as approved by
Engineer-in-Charge as per requirement. (Thermal
management: heat sink of aluminum housing such that
LED junction temperature shall not rise above 90°C)
Powder coated die cast /Extruded aluminum Body
including trim

17.1 8 - 10 watt 32 584.00 Each 18688.00


17.2 12 -15 watt 96 666.00 Each 63936.00
18 Supplying, installation, Testing & Commissioning of
Panel light 2x2 ft., of following body material and
construction as per IS : 10322 with driver as per the
requirement with Driver efficiency >85%, Operating
voltage AC 140-270 Volt, freq 50/60 hz, Operating temp
range -15 deg to 40 deg centigrade, internal surge
protection of 2.5 KV with Short & Open circuit
protection ,THD < 10% , P. F.≥0.95, IP20, CRI >80,
UGR (Unified Glare Rating) < 19, Flicker free, (flicker
should be below 5 %), life time (LED,Driver & electrical
circuitry), of minimum 50000 Burning Hours with , 70%
of initial Lumen maintained till life ends,CCT 3000°K /
4000°K / 5700°K /6000°K/6500°K (As per ANSI Bin),
SDCM(Standard Deviation Color Matching) <3,
Maximum power consumption should not more than the
specified rating and Fixture shall be of relevant BIS
standard and trade mark certificate ( T.C.). Manufactures
Word Mark/ Name Engraved/ Embossing/ Screen
printing on housing. complete in all respect i/c
connections with 1.5 sq mm FRLS, PVC insulated
copper conductor single core cable and earthing etc. as
required with Minimum 5 year OEM warranty. System
lumen efficacy ≥120 <135 lm/Watt output . LM79 &
LM80 Test report from NABL lab for all testing required
for LED fixtures as per BIS shall be submitted. Shape
size and CCT shall be as approved by Engineer-in-
Charge as per requirement. (Thermal management: heat
sink of aluminium housing such that LED junction
temperature shall not rise above 90°C). Powder coated
die cast / Extruded aluminium Body (Thickness ≥ 1.20
mm)
18.1 36 watt 150 2955.00 Each 443250.00

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
165

19 Supplying, installation, Testing & Commissioning of


LED surface mounted Batten light of following body
material and construction as per IS : 10322 with driver
(Replaceable) as per the requirement with Driver
efficiency >85%, Operating voltage AC 140-270 Volt,
freq 50/60 hz, Operating temp range - 15 deg to 40 deg
centigrade, internal surge protection of 2.5 KV with
Short & Open circuit protection ,THD < 10% , P.
F.≥0.95, IP20, CRI >80 , Flicker free (flicker should be
below 5 %), life time (LED,Driver & electrical circuitry),
of minimum 50000 Burning Hours with , 70% of initial
Lumen maintained till life ends,CCT 3000°K / 4000°K /
5700°K /6000°K /6500°K (As per ANSI Bin), SDCM
(Standard Deviation Color Matching) <3, Maximum
power consumption should not more than the specified
rating and Fixture shall be of relevant BIS standard and
trade mark certificate (T.C.). Manufactures Word Mark/
Name Engraved/ Embossing/ Screen printing on housing.
OEM must have its own in house NABL lab setup for all
testing facilities for LED fixtures. complete in all respect
i/c connections with 1.5 sq mm FRLS, PVC insulated
copper conductor single core cable and earthing etc. as
required with Minimum 5 year OEM warranty. System
lumen efficacy ≥120 <135 lm/Watt output . LM79 &
LM80 Test report from NABL lab for all testing required
for LED fixtures as per BIS shall be submitted. Shape
size and CCT shall be as approved by Engineer-in-
Charge as per requirement. (Thermal management: heat
sink of aluminium housing such that LED junction
temperature shall not rise above 90°C). Powder coated
die cast / Extruded aluminium Body (Thickness ≥ 1.20
mm)
19.1 18- 22 watt 60 727.00 Each 43620.00

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
166

20 Supplying, installation, Testing & Commissioning of


Flood Light, powder coated pressure die cast aluminum
body with built in or separate driver as per the
requirement with Driver efficiency >85%, Input voltage:
Input voltage: 140-270 Volt AC, freq 50/60 hz,
Operating temp range -15 deg to 50 deg centigrade,
internal surge protection of 5 KV L,N,E as per IEC
61000-4-5, Driver efficiency >85%,THD < 10% as per
IEC 61000-3-2 , P. F.≥0.95, IP-66,IK-10, CRI >80 ,
under voltage and over voltage protection, EMI-EMC as
per CISPR-15, lenses for beam angle 30 deg-120deg as
per the application and the project requirement deg,
suitable tilt able fitting, life time (LED,Driver &
electrical circuitry) of minimum 50000 Burning Hours
with 70% of initial Lumen maintained till life ends as per
LM80 extrapolation IES TM-21-11 report , CCT 3000°K
/ 4000°K / 5700°K /6000°K/6500°K (As per ANSI Bin) ,
SDCM(Standard Deviation Color Matching) <5,
Maximum power consumption should not more than the
specified rating and Fixture shall be of relevant BIS
standard complete in all respect i/c connections with 1.5
sq mm FRLS, PVC insulated copper conductor single
core cable and earthing etc. as required with Minimum 5
year OEM warranty. System lumen efficacy ≥120 and
<135 lm/Watt output . LM79 & LM80 Test report from
NABL lab for all testing required for LED fixtures as per
BIS shall be submitted. Shape size and CCT shall be as
approved by Engineer-in-Charge as per requirement.
(Thermal management: heat sink of aluminum housing
such that LED junction temperature shall not rise above
90°C).
20.1 100 watt 8 2460.00 Each 19680.00
Total DSR 2025 (17 to 20) B 589174.00
21 Supplying and fixing following rating, double pole, 240
V, MCB in the existing MCB DB complete with
connections, testing and commissioning etc. as required.
21.1 63 A 4 1305.00 Each 5220.00
22 Supplying and fixing following way, horizontal type
three pole and neutral, sheet steel, MCB distribution
board, 415 V, on surface/ recess, complete with tinned
copper bus bar, neutral bus bar, earth bar, din bar,
interconnections, powder painted including earthing etc.
as required. (But without MCB/RCCB/Isolator)
22.1 12 way (4 + 36), Double door

4 12347.00 Each 49388.00

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
167

23 Supplying and fixing following rating, 415 volts, TPN


MCB in the existing MCB DB complete with
connections, testing and commissioning etc. as required.
23.1 100 amps TPN MCB 8 8211.00 Each 65688.00
24 Supply, Installation, Testing and Commissioning of
ceiling fan with Brush Less Direct Current (BLDC)
Motor, class of insulation: B, 3 nos. metal ( Aluminum
alloy) blades, 30 cm long down rod, 2 nos. canopies,
shackle kit, safety rope, copper winding, steel/Al body
Power Factor not less than 0.9, Service Value
(CM/M/W) minimum as below, 350 RPM (tolerance as
per IS : 374-2019), THD (Total Harmonic Distortion)
less than 10%, suitable for operation with regulator for
speed control and all remaining accessories including
safety pin, nut bolts, washers, temperature rise=75 degree
C (max.), insulation resistance more than 2 mega ohm,
suitable for 230 V, 50 Hz, single phase AC Ceiling Fan
compliant to IS 374:2019 fan Supply, earthing etc.
complete as reqd.
(a) 1400mm, service value ≥ 6.0 CM/Min/Watt, air
delivery 245 CM/Min (Minimum) 80 2294.00 Each 183520.00
25 Supplying, installation, testing and commissioning of
300 mm sweep metalic exhaust fan i/c louvers / shutters
in the existing opening, including making the hole to suit
the size of the above fan i/c fixing suitable size plyboard,
making good the damage, connection, testing,
commissioning etc. as required. 32 2269.00 Each 72608.00
26 SITC of storage type Electric water heater closed/vented
type: Vertical, material of the inner container: stainless
steel/ploymer coated, capacity (ltrs): 50, Wattage (W):
2000, rated pressure (bar) :8 power supply 230 Volt AC
50 Hz single phase, and 5 star rating etc complete as
required. 12 14105.00 Each 169260.00
27 Supplying & fixing of insect killer (Anti Pest Light) with
600 mm long 4 Nos.20 watt ultra-violet tube lamp (Blue
light )covered area 600-800 sq ft.complete with copper
ballast,tube starter with all accessories of size 24.5”long
x 9.5” height x 20” width(Normal sizes)i/c fixing on wall
with-fastner/hanging on chain with clamp i/c making
connection,testing commissioning etc as required.
(AVRO Make: Model No. Killer 3000 four tube/Similar
make Fonda/Fusion) 24 6862.00 Each 164688.00
28 Supplying & Fixing of 15Watt LED Miror Light on the
existing wall made of CRCA sheet housing powder
coated, acrylic diffuser i/c connection testing etc as
required. 16 3113.00 Each 49808.00

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
168

29 Supplying and fixing of hinged 240X130X95mm deep


hot pressed moulded SMC boxes hinged door type on
existing G.I Pipe pole with G.I clamping arrangement
hinged type cover with locking arrangement i/c Pdg. &
fixing one number SPMCB (10 to 20 amp) and 2 Nos. 4
Way 30 amp brass N.L. with backelite base i/c
connection testing & earthing the box etc as reqd. 8 1175.00 Each 9400.00
30 Supplying & Fixing of Plastic Desert Cooler having 90-
95 Ltr Tank capacity with 3-side honeycomb cooling
pads, 4 wheels for easily move, 3 speed control i/c
testing commissioning etc as required. 28 9035.00 Each 252980.00
31 Supplying and laying of following sizes XLPE insulated
and PVC sheathed AL conductor armored power cable of
1.1 KV grade on surface as required.
31.1 2 X 16 Sqmm 480 343.00 Meter 164640.00
31.2 3.5 X 35 Sqmm (for Horizontal TP DB) 350 626.00 Meter 219100.00
31.3 3.5 X 120 Sqmm (for Main Panel) 80 1781.00 Meter 142480.00
32 Fabbrication supplying, installation, testing and
commissioning of CPRI approved dust & veMeterin
proof cubical panel board of CRCA sheet 2 mm thick
with 300 mm deep of suitable size including providing
and fixing 400 amp 4 strip Al bus bar i/c MCCB with
seprate hinged type door including earth bar, neutral link
with cable allaycomplete with connection, inter
connection, painting & earthing the body etc. as required.
(Size not less than 2.5Sqmtr)
a) 3 pole MCCB, 315A, 35KA 1
Nos.
b) 3 pole MCCB, 250A, 25KA 1
Nos.
c) 3 pole MCCB, 100A, 16KA 8
Nos.
d) Multi Function Meter MFM 4410 LED meter
Cl 1 with RS485 1 Nos.
e) CT 300/5 1
Nos.
f) LED Indicator Red, Yellow, Blue 415V 1 Set 1 118454.00 Job 118454.00
33 Fabbrication supplying, installation, testing and
commissioning of CPRI approved dust & veMeterin
proof cubical panel board of CRCA sheet 2 mm thick
with 300 mm deep of suitable size including providing
and fixing 300 amp 4 strip Al bus bar i/c MCCB with
seprate hinged type door including earth bar, neutral link
with cable allaycomplete with connection, inter
connection, painting & earthing the body etc. as required.
(Size not less than 1.5Sqmtr)

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, AE(P)C AE(P) E
169

a) 3 pole MCCB, 250A, 25KA 1


Nos.
b) 3 pole MCCB, 100A, 16KA 5
Nos.
c) Multi Function Meter MFM 4410 LED meter
Cl 1 with RS485 1 Nos.
d) CT 300/5 1
Nos.
e) LED Indicator Red, Yellow, Blue 415V 1 Set 1 65419.00 Job 65419.00
Total of Market Rate Items (21 to 33) C 1732653.00
Total A+B+C 5385763.81
34 Credit the old dismantled material:
34.1 Old ceiling fan 60 250.00 Each 15000.00
Total of credit 15000.00
Total Rs. 5370763.81
Say Rs. 5370764.00

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

You might also like