0% found this document useful (0 votes)
55 views133 pages

Nitno 30

The document is a bid invitation for the construction of a boundary wall and related civil and electrical works at the BSF Campus in Paloura, Jammu, under the 'Operation Kawach' initiative. The estimated cost of the project is Rs. 35,58,30,009, with a completion period of 540 days and a bid submission deadline of 06-08-2025. Eligible CPWD contractors are invited to submit their bids online, adhering to specified conditions and requirements outlined in the document.

Uploaded by

dtuharsh25
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)
55 views133 pages

Nitno 30

The document is a bid invitation for the construction of a boundary wall and related civil and electrical works at the BSF Campus in Paloura, Jammu, under the 'Operation Kawach' initiative. The estimated cost of the project is Rs. 35,58,30,009, with a completion period of 540 days and a bid submission deadline of 06-08-2025. Eligible CPWD contractors are invited to submit their bids online, adhering to specified conditions and requirements outlined in the document.

Uploaded by

dtuharsh25
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/ 133

1

GOVERNMENT OF INDIA
CENTRALPUBLIC WORKS DEPARTMENT

BID DOCUMENT

(PART-A)
Name of work: Construction of Boundary wall including Strengthening of existing boundary wall under
“Operation Kawach” at BSF Campus Paloura (J&K) under Jammu Frontier. (SH:- Complete Civil Work
and Electrical Work related to Sentry Post, Guard Room and Entry Gates) (Package-I).

SUPERINTENDING ENGINEER- JAMMU,


CPWD, JAMMU
CENTRAL PUBLIC WORKS DEPARTMENT

______________________________________________________________________________________
Correction-Nil Deletion-Nil Insertion-Nil Overwriting-Nil

AE(P) AE(E)
2

GOVERNMENT OF INDIA
CENTRAL PUBLIC WORKS DEPARTMENT
Name of work: Construction of Boundary wall including Strengthening of existing boundary wall under
“Operation Kawach” at BSF Campus Paloura (J&K) under Jammu Frontier. (SH:- Complete Civil Work
and Electrical Work related to Sentry Post, Guard Room and Entry Gates) (Package-I)

GENERAL INDEX

Sl. Description Sheet


No. Part A No.
1
1 Index 2
(Notice Inviting e-Tender, Information and instructions to contractors, CPWD-6 & 3-13
Eligibility criteria)
Form-F 14
( Section-I, CPWD -7, SCHEDULE A to F) 15-25
Special conditions (Civil) 26-44
Special Condition for Structrual Steel work 45-47
Additional conditions for structural design / drawings 48
Particular Specifications (Civil) 49-72
Additional Conditions of contract specific to Green Building Practices & List of 73-76
Field Tests, Field Testing equipments & instruments ,List of T&P.
Proforma for Test carried out, Performa for Cement/Paint registers. 77-78
Form of Bank Guarantee for Earnest Money Deposit /performance 79-80
Guarantee/Security Deposit/Mobilization Advance
Guarantee Bond 81
List of approved makes of Materials, Fixtures & Fitting setc. 82-86
2 Part B (Elect), Schedule A to F 87-93
Commercial and Additional conditions for EI work 94-104
Technical Specifications for IEI work, 105-106
3 Part C
Schedule of Quantities (Civil) (Covering page) 107
Schedule of Quantities (Civil) 108-127
Schedule of Quantities (Elect.) (Covering page) 128
Schedule of Quantities (Elect.) 129-133
Proforma for quoting the rates 134
It is certified that this document contains pages serially numbered from Page No. 1 to 134

Assistant Engineer(E)/P Assistant Engineer(P)


Jammu Circle, Jammu Circle,
CPWD, Jammu CPWD, Jammu

This Bid document is approved for Rs. 35,58,30,009/- (Rs. Fifty Five Crore Fifty Eight Lacs Thirty
Thousand and Nine only).

Superintending Engineer – Jammu

______________________________________________________________________________________
Correction-Nil Deletion-Nil Insertion-Nil Overwriting-Nil

AE(P) AE(E)
3

NOTICE INVITING e-TENDER

CENTRAL PUBLIC WORKS DEPARTMENT

The Executive Engineer, Jammu Division, CPWD, Jammu on behalf of President of India invites
on line percentage rate tender in single bid system from approved and eligible CPWD contractors of
appropriate category and class for the following work: -

NIT No:- 30/EE/Jammu Division/2025-26/V

Name of work: Construction of Boundary wall including Strengthening of existing boundary


wall under “Operation Kawach” at BSF Campus Paloura (J&K) under Jammu Frontier. (SH:-
Complete Civil Work and Electrical Work related to Sentry Post, Guard Room and Entry Gates)
(Package-I)

Estimated Cost Rs. 35,58,30,009/-

Earnest Money: Rs. 45,58,300/-


Period of completion: 540 days
Last time and date of submission of bid: 3.00 PM on 06-08-2025

The bid forms and other details can be obtained from the website CPWD eTendering
(https://etender.cpwd.gov.in) or www.eprocure.gov.in. All corrigendum / addendum shall only be available on
this website and shall not be published anywhere else.

Executive Engineer –Jammu


CPWD, Jammu

XXX (To be filled by EE)

______________________________________________________________________________________
Correction-Nil Deletion-Nil Insertion-Nil Overwriting-Nil

AE(P) AE(E)
4

INFORMATION AND INSTRUCTIONS FOR BIDDERS FOR e-TENDERING FORMING PART OF BID
DOCUMENT AND TO BE POSTED ON WEBSITE
The Executive Engineer-Jammu, CPWD, Jammu on behalf of President of India Invites online
percentage rate bids in single bid system from approved and eligible CPWD contractors of appropriate
category and class for the following work :-

Estimated Cost put to tender

Period of Completion

submission of bid, and

Time & Date of opening


Last date and time of

notice/biddocument
other documents as
Earnest Money

specified in the

ofBid
No.
Sr.

Name of
work&
Location
NIT No

1 2 3 4 5 6 7 8
Construction of Boundary
wall including

06-08-2025

06-08-2025
30/EE/Jammu Division/

Strengthening of existing
boundary wall under ( Rs. 35,37,21,998/-(Civil)
Rs. 35,58,30,009/-

“Operation Kawach” at BSF


Rs. 21,08,011/-(Elect)
2025-26/V

1 Campus Paloura (J&K)

540 days
under Jammu Frontier.
Rs. 45,58,300/-
(SH:- Complete Civil Work

3:00 PM on
and Electrical Work related

3:30 PM on
to Sentry Post, Guard
Room and Entry Gates)
(Package-I)

Upto

On
1. The intending bidder must read the schedule of quantities, additional conditions, additional
specifications, particular specifications, CPWD- 6 and other terms and conditions given in the NIT and
drawings. The bidder should also read the General Conditions of Contract of 2023 for Construction
Work of CPWD works with upto date correction slips, which is available as Government of India
Publications; however, provisions included in the tender document shall prevail over the provisions
contained in the standard form. The set of drawings and NIT shall be available in the office of Executive
Engineer-Jammu, CPWD, Jammu. The contractor should also visit the site of work and acquaint himself
with the site conditions before tendering. He should only submit his tender if he considers himself
eligible and he is in possession of all the required documents. The following conditions, which already
form part of the tender conditions, are specially brought to his notice for compliance while submitting
the tender online. They are requested to comply following instructions.
(A) Tenders with any condition including that of conditional rebates shall be rejected forthwith.
(B) The successful bidder shall be required to submit a Performance Guarantee of 5% (Five Percent) of
the tendered amount within 07 days of issue of letter of intent. This period can be further extended
by Engineer-in-Charge up to a maximum period of 03 day on the written request of the contractor
and with late fee as defined in Schedule F.
(C) GST, Work Contract Tax, Labour-Cess etc. as applicable shall be borne by the contractor himself.
The contractor shall quote his rates considering all such taxes and hence their quoted rates should be
inclusive of all the tax components.
(D) It will be obligatory on part of the Contractor/ Bidder to tender for and sign the tender documents
for all the component parts. The department reserves right to accept tender in full or in part without
assigning any reasons.
______________________________________________________________________________________
Correction-Nil Deletion-Nil Insertion-Nil Overwriting-Nil

AE(P) AE(E)
5

(E) The bid for the works shall remain open for acceptance for a period of 30 (Thirty) days from the
date of opening of bid.
(i) If any tenderer withdraws his tender or makes any modification in the terms & conditions of the
tender which is not acceptable to the department within 7 days after last date of submission of bids,
then the Government shall without prejudice to any other right or remedy, be at liberty to forfeit
50% of earnest money absolutely irrespective of letter of acceptance for the work is issued or not.
(ii) If any tenderer withdraws his tender or makes any modification in the terms & conditions of the
tender which is not acceptable to the department after expiry of 7 days after last date of submission
of bids, then the Government shall without prejudice to any other right or remedy, be at liberty to
forfeit 100% of the earnest money absolutely irrespective of letter of acceptance for the work is
issued or not.
(iii) In case of forfeiture of earnest money as prescribed in Para (i) and (ii) above, the bidder shall not
be allowed to participate in the re-tendering process of the work.

2. 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.
3. Information and instructions for bidder posted on website shall form part of tender document.

4. The bid document consisting of plans, specifications, the schedule of quantities of various types of work
to be done and the set of terms and conditions of the contract to be complied by the contractor whose
bid may be accepted and other necessary documents can be seen between 11.00 AM to 5.00 PM every
day except on Sunday & public holiday or can be seen and downloaded from website
www.etender.cpwd.gov.in.

5. Earnest Money in the form of Insurance Surety Bonds, Account Payee Demand Draft, Fixed Deposit
Receipt, Banker’s Cheque or Bank Guarantee / e-Bank guarantee (for balance amount as prescribed) from
any of the Commercial Banks (drawn in favour of Executive Engineer, Jammu Division, CPWD, Jammu)
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 officer
(EE/DDH) 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.

A part of earnest money is acceptable in the form of bank guarantee also. In such case, minimum 50% of
earnest money or Rs. 20 lakhs, whichever is less, shall have to be deposited in shape prescribed above, and
balance may be deposited in shape of Bank Guarantee including e-Bank guarantee of any Commercial bank
having validity for six months or more from the last date of receipt of bids which is to be scanned and
uploaded by the intending bidders.
6. The bids will be submitted upto 3:00 PM on 06-08-2025. The bid shall be opened at
3:30 PM on 06-08-2025
(XXX To be filled by EE)

7. Those contractors not registered on the website mentioned above are required to get registered beforehand.
If needed they can be imparted training on online tendering process as per details available on the website.

8. The intending bidder must have valid class-II digital signature to submit the tender.

9. On opening date, the contractor can login and see the tender opening process. After opening of tenders he will
receive the competitor’s tender sheets.
10. Contractor can upload documents in the form of JPG format and PDF format.

______________________________________________________________________________________
Correction-Nil Deletion-Nil Insertion-Nil Overwriting-Nil

AE(P) AE(E)
6

11. 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.
12. The bidders are advised to visit the site before submitting his bid to have more clarity about the site
conditions and availability of space for execution of the work.

13. List of mandatory documents to be scanned and uploaded within the period of bid
submission:
i) Enlistment order of CPWD contractor in appropriate class and category
ii) EMD as per para 5 above.
iii) 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 work 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".
iv) Copy of receipt for deposition of original EMD issued from any Division / office of Executive Engineer,
CPWD.
v) Undertaking on structural stability and soundness as per prescribed Form ‘F’ .
vi) CPWD Form 7 duly signed.
vii) Copy of elect. Licence or an undertaking stating that “I/We will either obtain valid electrical licence at the
time of execution of electrical work or associate eligible electrical agency having valid electrical licence of
eligible class.
viii) ERP training certificate.
Note:- Uploading documents as per S.No. (i) to (viii) are mandatory .

Executive Engineer,Jammu
CPWD, Jammu

______________________________________________________________________________________
Correction-Nil Deletion-Nil Insertion-Nil Overwriting-Nil

AE(P) AE(E)
7

CPWD–6 FOR e-TENDERING

GOVERNMENT OF INDIA
CENTRAL PUBLIC WORKS DEPARTMENT

The Executive Engineer, Jammu Division, CPWD, Jammu on behalf of President of India invites online percentage
rate bids in single bid system from approved and eligible CPWD contractors of appropriate category and class for the
following work :- Construction of Boundary wall including Strengthening of existing boundary wall
under “Operation Kawach” at BSF Campus Paloura (J&K) under Jammu Frontier. (SH:- Complete Civil
Work and Electrical Work related to Sentry Post, Guard Room and Entry Gates) . (Package-I)
The enlistment of the contractors should be valid on the last date of submission of bids.
In case the last date of submission of bid is extended, the enlistment of contractor should be valid on the
original date of submission of bids.

The work is estimated to cost Rs. 35,58,30,009/- (Civil: Rs. 35,37,21,998+ Electrical: Rs.
21,08,011/-). This estimate, however, is given merely as a rough guide.
1.1 Intending bidders is eligible to submit the bid provided he has definite proof from the appropriate authority,
which shall be to the satisfaction of the competent authority, of having satisfactorily completed similar works
of magnitude specified below:-

Criteria of eligibility for submission of bid documents:


i) The enlistment of the CPWD contractors in appropriate class & category should be valid onthe last
date of submission of bids.
ii) In case the last date of submission of bid is extended, the enlistment of contractor should bevalid on the
original date of submission bids.

2. Agreement shall be drawn with the successful bidder on prescribed Form No. CPWD-7 amended up to date
which is available as a Govt. of India Publication and sample also available on website www.cpwd.gov.in /
www.etender.cpwd.gov.in. Bidder shall quote his rates as per various terms and conditions of the said
form which will form part of the agreement.
3. The time allowed for carrying out the work will be 540 days from the date of start as defined in schedule
‘F’ or from the first date of handing over of the site, whichever is later, in accordance with the phasing, if
any, indicated in the bid documents.
4. (i) The site for the work is available.
(ii) The architectural and structural drawings shall be made available in phased manner, as per requirement
of the same as per approved programme of completion submitted by the contractor after award of work.

5. The bid document consisting of plans, specifications, the schedule of quantities of various types of items to
be executed and the set of terms and conditions of the contract to be complied with and other necessary
documents except Standard General Conditions of Contract Form can be seen on website
https://etender.cpwd.gov.in or www.cpwd.gov.in free of cost
6. After submission of the bid, the contractor can re-submit revised bid any number of times but before
last time and date of submission of bid as notified.

______________________________________________________________________________________
Correction-Nil Deletion-Nil Insertion-Nil Overwriting-Nil

AE(P) AE(E)
8

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. Earnest Money in the form of Insurance Surety Bonds, Account Payee Demand Draft, Fixed Deposit
Receipt, Banker’s Cheque or Bank Guarantee / e-Bank guarantee (for balance amount as prescribed) from
any of the Commercial Banks (drawn in favour of Executive Engineer, Jammu Division, CPWD, Jammu
) shall be scanned and uploaded on 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
officer (EE/DDH) 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.
A part of earnest money is acceptable in the form of bank guarantee also. In such case, minimum 50% of
earnest money or Rs. 20 lakhs, whichever is less, shall have to be deposited in shape prescribed above,
and balance may be deposited in shape of Bank Guarantee including e-Bank guarantee of any
Commercial bank having validity for six months or more from the last date of receipt of bids which is to
be scanned and uploaded by the intending bidders.
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 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, who has deposited EMD
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 06-08-2025


(XXX To be filled by EE)
9. 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 bid document.
(iii) If any discrepancy is noticed between the documents as uploaded at the time of submission of bid
and hard copies as submitted physically by the lowest bidder in the office of tender opening
authority.
(iv) If a tenderer quotes nil rates against each item in item rate tender or does not quote any percentage
above / below on the total amount of the tender or any section / sub head in percentage rate tender,
the tender shall be treated as invalid and will not be considered as lowest tenderer.
10. The bidder 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, in favour of Executive Engineer, Jammu Division, CPWD, Jammu. This guarantee
shall be in the form of Insurance Surety Bonds, Account payee Demand Draft, Fixed Deposit Receipt or
Bank Guarantee / e-Bank Guarantee from any of the Commercial Banks in accordance with the prescribed
form. In case the Bidder 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 alongwith 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 sub-
contractors, if any engaged by the agency for the said work within the period specified in Schedule-F.

______________________________________________________________________________________
Correction-Nil Deletion-Nil Insertion-Nil Overwriting-Nil

AE(P) AE(E)
9

11. The description of the work is as follows:


Construction of Boundary wall including Strengthening of existing boundary wall under
“Operation Kawach” at BSF Campus Paloura (J&K) under Jammu Frontier. (SH:- Complete
Civil Work and Electrical Work related to Sentry Post, Guard Room and Entry Gates) .
(Package-I)
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 bidder shall be deemed to have full knowledge of the site
whether he inspects it or not and no extra charge consequent on any misunderstanding or otherwise shall
be allowed. The bidder 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.
12. The competent authority on behalf of the President of India does not bind itself to accept the lowest or
any other bid and reserves to itself the authority to reject any or all the bids received without the
assignment of any reason. All bids in which any of the prescribed condition is not fulfilled or any
condition including that of conditional rebate is put forth by the bidders, shall be summarily rejected.
13. Canvassing whether directly or indirectly, in connection with bidders is strictly prohibited and the bids
submitted by the contractors who resort to canvassing will be liable to rejection.
14. The competent authority on behalf of President of India reserves to himself the right of accepting the
whole or any part of the bid and the bidders shall be bound to perform the same at the rate quoted.
15. The contractor shall not be permitted to bid for works in the CPWD Circle (Division in case of
contractors of Horticulture/Nursery category) responsible for award and execution of contracts, in which
his near relative is posted as Divisional Accountant or as an officer in any capacity between the grades
of Chief 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 gazette officer in the Central Public Works Department or in the Ministry of Housing & 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.
16. 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.
17. The bid for the works shall remain open for acceptance for a period of 30 (Thirty) days from the date
of opening of bid. Further
(i) If any tenderer withdraws his tender or makes any modification in the terms & conditions of the
tender which is not acceptable to the department within 7 days after last date of submission of
bids, then the Government shall without prejudice to any other right or remedy, be at liberty to
forfeit 50% of earnest money absolutely irrespective of letter of acceptance for the work is
issued or not.
(ii)
If any tenderer withdraws his tender or makes any modification in the terms & conditions of the
tender which is not acceptable to the department after expiry of 7 days after last date of
submission of bids, then the Government shall without prejudice to any other right or remedy,
be at liberty to forfeit 100% of the earnest money absolutely irrespective of letter of acceptance
for the work is issued or not.
______________________________________________________________________________________
Correction-Nil Deletion-Nil Insertion-Nil Overwriting-Nil

AE(P) AE(E)
10

(iii). In case of forfeiture of earnest money as prescribed in Para (i) and (ii) above, the bidder shall
not be allowed to participate in the re-tendering process of the work.
18. This Notice Inviting bid shall form a part of the contract document. The successful bidder/contractor,
on acceptance of his bid by the Accepting Authority, shall, within 15 days from the stipulated date of
start of the work, sign the contract consisting of:-
(a) The Notice Inviting bid, all the documents including additional conditions, specifications and
drawings, if any, forming the bid as issued at the time of invitation of bid and acceptance thereof
together with any correspondence leading thereto.

(b) Standard CPWD Form-7 or other Standard CPWD Form as applicable.


19. For Composite Bids
The Executive Engineer in charge of the major component will call bids for the composite work.
The bid document will include following three components:

Part A: CPWD-6, CPWD-7 including schedule A to F for the major component of the work, Standard
General Conditions of Contract of 2023 Construction Work of CPWD works as amended/modified up
to last date of submission of bids.

General / special conditions, specifications and particular specifications of major component of the
work. & Major component(s) of the work.

Part-B: Elect. Work: General/ special conditions, particular specifications, Eligibility criteria for
specialized E&M works, Term & condition and Technical specification for IEI work.

Part-C: Schedule of Quantity (Civil+Elect.) & Proforma for quoting the rate.

The building & road category contractor shall have to associate other agency(s) for execution of each
of the work(s), which fulfils the eligibility criteria as defined after taking prior approval. The Composite
Contractor and the associated specialized agencies shall give required affidavit to confirm their
association. Tender accepting authority may approve change of sub agency in case it is required during
the currency of contract. However the building & road category contractor shall also be eligible to
carry out himself any or all of these works without associating any specialized agency provided :-
a) He fulfills the prescribed eligibility criteria respectively for these work(s).
OR
b) He directly procures the equipment of approved make from manufacturer and gets
it installed from authorized agency / service provider of the manufacturer or
specialized agency as per criteria mentioned in Part-A & Part-B.

The eligible bidders shall quote percentage rate for major component as well as for minor components
of work.

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(s). EE of major component will operate Part- A, Part-C (Civil Component) of the
agreement. EE in charge of minor component(s) shall operate Part-B, along with Part-A & Part-
C(Elect. Component) of the agreement.

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

Security Deposit will be worked out separately for each component corresponding to the estimated cost
of the respective component of works.
______________________________________________________________________________________
Correction-Nil Deletion-Nil Insertion-Nil Overwriting-Nil

AE(P) AE(E)
11

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

In case the main contractor intends to change any of the above agency/ agencies during the operation of
the contract, he shall obtain prior approval of Engineer-in-charge of relevant specialized component(s).

The new agency/ agencies shall also have to satisfy the laid down eligibility criteria. In case, Engineer–
in-charge is not satisfied with the performance of any agency, he can direct the contractor to change the
agency executing such items of work and this shall be binding on the contractor.
The main contractor has to enter into MoU with agencies contractor(s) associated by him. Copy of such
MoU shall be 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 agreement
with the new contractor associated by him.

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. The CMB shall be maintained
independently by Engineer-in Charge of major and minor components.

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

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

20. In case of reduction in scope of work no claim on account of reduction in value of work, loss of
expected profit, consequential overheads etc. shall be entertained.

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 contractor, the bid shall become invalid and processing fee shall not
be refunded.

22. List of mandatory Documents to be scanned and uploaded within the period of bid submission:
i) Enlistment order of CPWD contractor in appropriate class and category
ii) EMD as per para 8 above on page -8.
iii) 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 work 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".
iv) Copy of receipt for deposition of original EMD issued from any Division / office ofExecutive
Engineer, CPWD.
v) Undertaking on structural stability and soundness as per Form ‘F’ .
vi) CPWD Form 7 duly signed.

______________________________________________________________________________________
Correction-Nil Deletion-Nil Insertion-Nil Overwriting-Nil

AE(P) AE(E)
12

vii) Copy of elect. Licence or an undertaking stating that “I/We will either obtain valid electrical
licence at the time of execution of electrical work or associate eligible electrical agency
having valid electrical licence of eligible class.
viii) ERP training certificate

23. The intending bidders are required to update their profile in CPWD e-tender portal and to upload
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. 9599401479 email id eejmcd.cpwd@nic.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 issue till the last date of submission of bid in their own interest.

(XXX To be filled by EE)

Executive EngineerFor
& on behalf of President of India

______________________________________________________________________________________
Correction-Nil Deletion-Nil Insertion-Nil Overwriting-Nil

AE(P) AE(E)
13

Receipt of deposition of original EMD

(Receipt No…………………………….../ date .......................... )*

Name of work: - Construction of Boundary wall including Strengthening of existing boundary wall
under “Operation Kawach” at BSF Campus Paloura (J&K) under Jammu Frontier. (SH:- Complete Civil
Work and Electrical Work related to Sentry Post, Guard Room and Entry Gates) (Package-I).

NIT No:- 30/EE/Jammu Division/2025-26/V

Estimated Cost Rs. 35,58,30,009/-


Earnest Money: Rs. 45,58,300/- (in favour of Executive Engineer, Jammu Division, CPWD, Jammu)
Period of completion: 540 days

XXX To be filled in by Executive Engineer

(*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 ...................................................................................... #

4. Date of submission of EMD ...................................................................................... #

Signature, Name and Designation of EMD


receiving officer (EE/AE(P)/ AE/AAO)
alongwith Office stamp
(# to be filled by EMD receiving EE)
.

______________________________________________________________________________________
Correction-Nil Deletion-Nil Insertion-Nil Overwriting-Nil

AE(P) AE(E)
14

Form-‘F’
Undertaking on structural stability and soundness of already completed building and
infrastructure projects

I/We undertake and confirm that any buildings/ infrastructure constructed by our firm / partnership firm / company has
not suffered any failure, making it unfit for intended use , either due to structural design and defects or due to use of sub-
standard material or execution of sub- standard work , poor workmanship or any other reason during the last 25 (twenty
five) years.

I/We, further, undertake that if such information comes to the notice of CPWD, then Engineer-in-Charge shall free to
terminate the bid / agreement and forfeit the entire amount of earnest money deposit, performance guarantee and security
deposits.
I /We, also undertake that in addition to above , the Engineer-in-Charge shall be free to debar us forever from tendering in
CPWD.

The decision of Engineer-in-Charge or any higher authority shall be final and binding.

Signature of notary Signature of bidder or


with seal an authorized person of
the firm with stamp

Note :- Affidavit to be furnished on a ‘Non - judicial’ stamp paper of Rs. 200/- (Scanned
copy of the notarized affidavit to be uploaded at the time of submission of bid) .

______________________________________________________________________________________
Correction-Nil Deletion-Nil Insertion-Nil Overwriting-Nil

AE(P) AE(E)
15

SECTION – I
BRIEF PARTICULARS OF THE WORK

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

Sr. Name of Work Estimated Cost Period of


No. completion
1. Construction of Boundary wall Rs. 35,58,30,009/- 540 days
including Strengthening of
existing boundary wall under
“Operation Kawach” at BSF
Campus Paloura (J&K) under
Jammu Frontier. (SH:- Complete
Civil Work and Electrical Work
related to Sentry Post, Guard
Room and Entry Gates) (Package-
I).

1. The work is situated at BSF Paloura, Jammu(J&K).


2. Work shall be executed according to General Conditions of Contract 2023 for Construction Work of
CPWD Form 7 for Central P.W.D. Works as amended/corrected up to the last date of submission of
bids.

Correction-Nil Deletion-Nil Insertion-Nil Overwriting-Nil

AE(P) AE(E)
16

CPWD FORM NO. 7


GOVERNMENT OF INDIA CENTRAL
PUBLIC WORKS DEPARTMENT

STATE: J&K REGION: ADG-Jammu


BRANCH: B&R DIVISION: Jammu Division
&EE(E), Jammu

COMPOSITE PERCENTAGE RATE TENDER & CONTRACT FOR WORKS

Tender for the work of: Construction of Boundary wall including Strengthening of existing boundary
wall under “Operation Kawach” at BSF Campus Paloura (J&K) under Jammu Frontier. (SH:- Complete
Civil Work and Electrical Work related to Sentry Post, Guard Room and Entry Gates). (Package-I)
i) To be uploaded upto 3:00 PM on 06-08-2025 on website:- www.etender.cpwd.gov.in
ii) To be opened in presence of tenderers who may be present at 3:30 PM hours on 06-08-2025 in the office of
Executive Engineer, Jammu Division, CPWD, Jammu
TENDER

I/We have read and examined the notice inviting tender, schedule, A, B, C, D, E & F Specifications applicable,
Drawings & Designs, General Rules and Directions, Conditions of Contract, clauses of contract, Special conditions,
Schedule of Rate & other documents and Rules referred to in the conditions of contract and all other contents in the
tender document for the work.

I/We hereby tender for the execution of the work specified for the President of India within the time specified in
Schedule ‘F’ viz., schedule of quantities and in accordance in all respect with the specifications, designs, drawing and
instructions in writing referred to in Rule-1 of General Rules and Directions and in Clause 11 of the Conditions of
contract and with such materials as are provided for, by, and in respect of accordance with, such conditions so far as
applicable.

I/We agree to keep the tender open for 30 days from the due date of its opening and not to make any
modification in its terms and conditions.

I/We have deposited EMD for the prescribed amount in the office of concerned Executive Engineer as per the
bid document.

A copy of earnest money deposit receipt of prescribed amount deposited in the form of Insurance Surety Bonds,
Account Payee Demand Draft, Fixed Deposit Receipt, Banker's Cheque or Bank Guarantee/ e-Bank Guarantee (as
prescribed) issued by a Commercial Bank, is scanned and uploaded (strike out as the case may be). If I/We, fail to
furnish the prescribed performance performance guarantee within prescribed period, I/We agree that the said
President of India or his successors, in office shall without prejudice to any other right or remedy, be at liberty to
forfeit the said earnest money absolutely. Further, if I/We fail to commence work as specified, I/ We agree that
President of India or the successors in office shall without prejudice to any other right or remedy available in law, be
at liberty to forfeit the said performance guarantee absolutely. The said Performance Guarantee shall be a guarantee
to execute all the works referred to in the tender documents upon the terms and conditions contained or referred to
those in excess of that limit at the rates to be determined in accordance with the provision contained in Clause 12.2
and 12.3 of the tender form.

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.

Correction-Nil Deletion-Nil Insertion-Nil Overwriting-Nil

AE(P) AE(E)
17

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 of work, the Engineer-in-Charge shall be free to forfeit the entire amount of Earnest Money
Deposit/Performance Guarantee.

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

Dated Signature of Contractor


Witness: Postal Address

Address:
Occupation:

ACCEPTANCE

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

a)
b)
c)

For & on behalf of the President of India.

Signatures ................................

Dated: Designation ...............................

Correction-Nil Deletion-Nil Insertion-Nil Overwriting-Nil

AE(P) AE(E)
18

SCHEDULES (A to F) FOR CIVIL WORK


SCHEDULE ‘A’
Schedule of quantities- Page Nos. 107-127 (Civil Works)
SCHEDULE ‘B’
Schedule of materials to be issued to the contractor

S.No. Description of item. Quantity. Rate in figures & words Place of issuebe
at which the material will charged to the contractor

(1) (2) (3) (4) (5)

NIL

SCHEDULE ‘C’
Tools and plants to be hired to the contractor
S.NO. DESCRIPTION. HIRE CHARGES PER DAY PLACE OF ISSUE
_______________________________________________________________________________________

NIL

SCHEDULE ‘D’
Extra schedule for specific requirements/ documents for the work, if any.

1. Special conditions
2. Special Condition for Structral Steel work
3. Particular Specifications.
4. Form of performance security (Bank Guarantee Bond), Earnest Money deposit declaration form, guarantee
bond for water proofing.

SCHEDULE ‘E’
Reference to General Conditions of General Conditions of Contract of 2023 Construction
Work of CPWD works as amended up to last date of
submission of bids.

Name of Work:- Construction of Boundary wall including Strengthening of existing boundary


wall under “Operation Kawach” at BSF Campus Paloura (J&K) under Jammu Frontier. (SH:-
Complete Civil Work and Electrical Work related to Sentry Post, Guard Room and Entry
Gates). (Package-I)
Estimated Cost of work :- Rs. 35,58,30,009/-
For Civil component Rs. 35,37,21,998/-
For Elect. component Rs. 21,08,011/-
Earnest Money : Rs. 45,58,300/-
Performance Guarantee 5.00% of accepted tendered value
(PG should be initially valid for a period of 720 days )
Security Deposit 2.50% of accepted tendered value (Composite)
EE(Civil) will deduct @2.5% of accepted
tendered value for civil part and EE(E) will
deduct @2.5% of Elect. accepted tendered
value in each running bill .
However total @2.5% of accepted
tendered value (composite) will be
deducted in final bill by EE(Civil).

----------------------------------------------------------------------------------------------------------------------------------------------------------------------
Correction-Nil Deletion-Nil Insertion-Nil Overwriting-Nil

AE(P) AE(E)
19
SCHEDULE ‘F’:
General Rules &Directions:-
1.Officer Inviting Tender Executive Engineer-Jammu C.P.W.D.
J&K) or his Successor thereof
Maximum percentage for quantity of
items of work to be executed beyond
which rates are to be determined in
accordance with
Clauses 12.2C See below under Clause-12
Definitions:-
2(i) Engineer-In-Charge Executive Engineer-Jammu,
C.P.W.D., (J&K) or
his Successor thereof.

2(ii) Accepting Authority Superintending Engineer- Jammu


or his successor thereof (with prior approval of ADG if
required)
2(iii) Percentage on cost of materials and
labour to cover all overheads and
profits 15%

2(iv) Standard Schedule of Rates Delhi Schedule of Rates 2023 with upto date
correction slips issued upto last date of submission of bid.

2(v) Department Central Public Works Department

2(vi) Standard CPWD Contract Form General Conditions of Contract of 2023 for
Construction works, CPWD Form 7 as amended/ modified
up to the last date of submission of bids.
Clause-1 :
(i) Time allowed for submission of
performance guarantee, 07 days from the date of issue of letter of acceptance

programme chart (Time and Progress) 15 days from the date of issue of letter of acceptance
and applicable labour licenses, registration
with EPFO, ESIC and BOCW Welfare
Board, Provident Fund Nos. or proof of
applying thereof from the date of issue of
letter of acceptance.

(ii) Maximum allowable extension with 03 day


late fee @0.1% per day of the
performance guarantee amount
beyond the period provided in (i)
above
Clause-2 :
Authority for fixing compensation Superintending Engineer- Jammu or his
under Clause 2 Successor thereof.

Clause-5:
Number of days from the date of 10 days
issue of letter of acceptance for
reckoning date of start

Time allowed for execution of work : 540 days

----------------------------------------------------------------------------------------------------------------------------------------------------------------------
Correction-Nil Deletion-Nil Insertion-Nil Overwriting-Nil

AE(P) AE(E)
20

TABLE OF MILE STONES

Sl. Description of mile stone (Financial) Period for Withheld amount for
No. completion from non achievement of
date of start in days mile stone.
1 Total financial value of work done should not be less than 15% 135 Days 1.25% of accepted
of accepted tendered value. tendered value
2 Total financial value of work done should not be less than 40% 270 Days 1.25% of accepted
of accepted tendered value . tendered value
3 Total financial value of work done should not be less than 80% 405 Days 1.25% of accepted
of accepted tendered value. tendered value
4 Completion of work 540 Days 1.25% of accepted
tendered value

However, activity wise Bar Chart shall be submitted by the contractor for monitoring the progress of work after award
of work.

The withheld amount due to non-achievement of mile stone may be released if the subsequent mile stone is
achieved in the specified time.

Note : Intending tenderer may submit physical activities/mile stones on the basis of their resources and
methodology at the time of tendering corresponding to physical mile stones /stages as indicated in the above
table. These shall be formed part of agreement after approval of the accepting authority, otherwise it would be
assumed that agency agree with the above mentioned physical mile stones.

SAMPLE ACCOMMODATION : -
The contractor shall construct one sample room i/c toilet complete in all respects including all Civil
works and Electrical fittings/ fixtures, not later than 105 days. The sample accommodations shall be
inspected and approved by the Engineer-in-Charge. Slight changes with regard to the fixtures/
fittings/ details/ dimensions etc. may occur as per the actual requirement or in order to enhance the
functionality of the product or the unit. Thus, the procurement for all the internal fittings/fixtures/
fabricated material and other material etc. shall be done by the contractor only after the approval of
the sample room i/c toilet. A penalty @Rs. 10,000/- per week shall be levied on the contractor in
case of failure to construct the sample accommodations within the stipulated period mentioned above
and shall not be refunded. However, total penalty in all the cases i/c compensation under
clause-2 shall not exceed 10% of tendered amount.

Authority to decide
i. Authority to convey the Executive Engineer-Jammu ,CPWD, Jammu
decision of shifting of mile stone or his Successor thereof after approval of NIT .
and extension of time approving authority.
ii. Authority to decide rescheduling Superintending Engineer-Jammu
of mile stone Re-scheduling of CPWD, Jammu or his Successor thereof.
Mile stone
iii. Shifting of Date of Start in Superintending Engineer-Jammu ,CPWD,
case of delay in handing over of site Jammu or his Successor thereof.

----------------------------------------------------------------------------------------------------------------------------------------------------------------------
Correction-Nil Deletion-Nil Insertion-Nil Overwriting-Nil

AE(P) AE(E)
21
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 *** ***

Part C Portions dependent *** ***


on work of other
agencies
*** To be filled by Executive Engineer
Clause-6
(i) Mode of measurement CMB / e-MB through ERP
Clause-7: Gross work to be done together Rs. 150.00 lakhs
with net payment /
adjustment of advances for
material collected,
if any, since the last such
payment for being eligible to
interim payment
Clause-7A:-
Regarding applicability of labour laws:- Yes, Applicable
Related to Labour licensee,
registration of contractor with EPFO,
ESIC and BOCW welfare board i/c
Provident Fund
a) No running account bill shall be paid in the work till the applicable labour licenses, registration
with EPFO, ESIC, BOCW welfare board including Provident Fund Code No. if applicable
whatever applicable are submitted by the contractor to the Engineer-in-charge. (as per circular No.
DG/Con/Construction 2023/15 dated 31.01.2025)
b) The following documents shall also be part of the bill submitted by the contractor (these documents
shall be owned by the contractor) before making payment :-
1. Details of persons employed with date of their employment upto previous month .
2. Documents of payment made to the employees directly into their bank accounts upto previous
month.
3. Documents of attendance thorugh biometric attendance or other mode upto previous month.
4. Documents of deposition of EPF and ESI deductions in the employees account upto previous
month.
5. Any penalty imposed on the agency for delay in disburing payment and deposition of EPF and
ESI deductions in the employees account upto previous months.
6. Any other documents required as per statutory requirement and / or as directed by Engineer-in-
charge.
7. In case, any of the documents submitted by the contractor is found false / forged at a later date,
action for debarment of contractor will be taken by SE/CE concerned.

Clause-8:- Competent authorities to inspect and


issue part / final completion certificate
Executive Engineer-Jammu
Clause 8A:-
Authority to decide compensation on account
if contractor fails to submit completion plans Engineer-in-charge
(Penalty @ 0.1% of Tendered Amount
or Rs.1,00,000/- whichever is more
shall be levied for non-compliance).

----------------------------------------------------------------------------------------------------------------------------------------------------------------------
Correction-Nil Deletion-Nil Insertion-Nil Overwriting-Nil

AE(P) AE(E)
22
Clause-10A:- (i) Electronic / digital weighing balance(1 no.):
List of testing (a) 7 kg to 10 kg capacity, semi-self indicating type-
equipment to be Accuracy 10 gm.
provided by the (b) 500 gm capacity, semi-self indicating type-Accuracy 1 gm.
contractor at site (ii) Cube Testing Machine (1 No.) along with 54 nos. ISI
lab. marked cube moulds
(iii) Sieves set as per IS 460-1962 & sieve shaker(1
no.)(iv)Slump Cone(2 No.)
(v) Oven(1 no.)
(vi)Graduated Measuring Cylinder(2 no.)
(vii) Enamel trays (for efflorescence test for bricks)-1 Set
(viii) Ultrasonic Pulse Velocity Test Equipment For
concrete(1 No.) as and when required.
(ix) Measuring Steel Tape 3m (2 Nos.) & 15m (2 Nos.)
and Laser Distance Meter of 200 metre range with
bluetooth connectivity – 1 No.
(x) Water testing kit – 1 No.as & when required.
(xi) Other instruments(1 no.each): Vernier calipers, screwgauge,
plumb bob, spirit level minimum 30 cm long with 3
bubbles, wire gauge (Circular type) disc, steel foot rule, long
nylon thread, magnifying glass, moisture meter.
Clause-10-B (ii).
Whether clause 10-B (ii) shall be applicable Not Applicable

Clause 10 C:- Not Applicable

Clause 10CC :- Applicable

S. No. Relevant Component of Material/ Labour for price Percentage of total value of work
escalation
1. Component of Cement 13.00%
2. Component of Labour 20.00%
3. Civil component of other Construction Materials 39.50%
4. Electrical and Mechanical (E&M) Component of 0.50%
Construction Materials
5. Component of POL (Diesel) --
6. Reinforcement steel bars/ TMT bars/ Structural steels 27%
(including strands and cabels)
7. Component of Bitumen --
Total 100 %

Clause11:- Specifications to be followed for execution of work


1. As per CPWD Specifications 2019 Volume- I & II with corrections slips up
Civil work: to the last date of submission of bid & as per direction of Engineer-in-
charge.
2. CPWD Green Rating Manual 2021.
3. CPWD Manual on Accessible Built Environment 2019.
4. Specifications as per NIT.

----------------------------------------------------------------------------------------------------------------------------------------------------------------------
Correction-Nil Deletion-Nil Insertion-Nil Overwriting-Nil

AE(P) AE(E)
23
Clause-12:-
Type of Work “Original work”
12.2(c) Deviation limit beyond which
clause 12.2(c) shall apply
for Building work.
12.4
(i) Deviation limit beyond which
clause 12.2(c ) shall apply 100%
for foundation works (except
items mentioned in earth work Sub-Head
in DSR and related items)
(ii). Deviation limit for items in earth
Work subhead of DSR or related items

Clause-16:- Competent Authority for


deciding reduced rates. 1. SE-Jammu, CPWD, Jammu or his
Successor thereof.- upto 5% of contract
amount.
2. ADG-Jammu – beyond 5% of contract
amount .
Clause 18:-
List of minimum mandatory machine, tools & plants to be deployed by the contractor at site:

Sl. No. Name of Equipment Numbers


Civil
1 Excavators (various sizes)cum loader 1
2 Fully automatic Concrete batching plant of sufficient ( 20 cum per 1
hours) capacity as per direction of Engineer-in-Charge or Procurement
from RMC plant.
3 Concrete pump 1
4 Concrete transit mixer ( As & when required) 1
5 Concrete mixer 2 Nos.
6 Needle vibrator 3 Nos.
7 Surface vibrator 2 Nos.
8 Bar bending Machine 1 Nos.
9 Bar cutting machine 1 Nos.
10 Drilling machine 2 Nos.
11 Welding machine i/c transformer 1 No.
12 Electric Cube testing machines of required capacity. 1 No.
13 Adjustable steel props or as per site requirement 1500 Nos
14 Steel shuttering or as required. 1000 sqm
15 Steel scaffolding or as per site requirement 1000 sqm
16 Grinding/polishing machines 2 Nos.
17 Air compressors (diesel) 1 No.
18 Diesel generator of appropriate capacity. 1 No.
19 Core cutting machine (As & when required). 1 No.

----------------------------------------------------------------------------------------------------------------------------------------------------------------------
Correction-Nil Deletion-Nil Insertion-Nil Overwriting-Nil

AE(P) AE(E)
24
20 Dewatering pump (diesel) 1 No.

1. Workshop facilities for fabrication/addition and alterations, and other allied works shall be arranged by the
contractor at his own cost.
2. The list of equipment /T&P/ machinery as per above is for general guidance. In addition to these, machinery
/ equipment as required shall be arranged by the contractor in case the requirement at any stage exceeds as
per the programme finalized at his own cost and nothing extra whatsoever on this account shall be paid. This
includes equipment for arrangement of concrete from RMC producing plants also.
3. All the equipment, T&P and machinery shall be kept in good working conditions.

4. Equipment like batching plant, concrete pump excavators/Transit mixer etc. shall be allowed to be moved
away from the site when, the same are no longer required at site of work in the opinion of Engineer-in-
charge.

Clause 19C Authority to decide penalty for each Executive Engineer, Jammu Division CPWD, or his
default successor thereof.

Authority to decide penalty for each Executive Engineer, Jammu Division CPWD, or his
Clause 19D successor thereof.
default

Authority to decide penalty for each Executive Engineer, Jammu Division CPWD, or his
Clause 19G successor thereof.
default

Authority to decide penalty for each Executive Engineer, Jammu Division CPWD, or his
Clause 19K successor
default
thereof.

Clause-25:
For all claims in dispute

Conciliator ADG, Jammu, CPWD, Landoi bridge, Satwari Cantt. Jammu


Arbitrator Appointing Authority ADG, Jammu,CPWD, Landoi bridge, Satwari Cantt. Jammu or his successor

Place of Arbitration Jammu

Clause-32: Requirement of Technical Representative(s) and Recovery Rates


(a) For Civil Works:

S. Qualification Disciplin No. Minimum Designation Rate at which recovery


No. e Experience shall be made from the
(Years) Contractor in the event of
not fulfilling provision of
clause -32
20 ( and having
Graduate experience of one
1 Civil 1 Project Manager Rs. 60,000/- per month
Engineer similar nature of
work )
12 ( and having
Graduate experience of one Dy.Project
2 Civil 1 Rs. 40,000/- per month
Engineer similar nature of Manager
work )

----------------------------------------------------------------------------------------------------------------------------------------------------------------------
Correction-Nil Deletion-Nil Insertion-Nil Overwriting-Nil

AE(P) AE(E)
25
Graduate
Engineer 5 or 10 Project / Site
3 Civil 1 Rs. 25,000/- per month
or Diploma Respectively Engineer
Engineer
Graduate
Project Planning
Engineer
4 Civil 1 2 or 5 Respectively / quality /billing Rs. 15,000/- per month
or Diploma
Engineer
Engineer

Graduate 1 of Project Manager


Engineer major cum planning /
5 Elect. 2 or 5 Respectively Rs. 15,000/- per month
or Diploma compone quality / site
Engineer nt /billing Engineer

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 condition that such
diploma holders should not exceed 50% of requirement of degree engineers.
The contractor shall submit a certificate of such employment of the technical representative(s) (in the form of copy
of Form-16 or CPF deduction issued to the Engineers employed by him) along with every account bill/final bill and
shall produce evidence if at any times so required by the Engineer-in-charge.
Clause-38:-
i) Schedule / Statement for determining As per Delhi Schedule of Rates 2023
with theoretical quantity of cement & bitumen amendments upto the last date of.
submission of bids
ii) Variations permissible on theoretical quantities.
a) Cement for works with estimated cost 2% plus / minus.
b) Bitumen for all work. 2.5% Plus side only and NIL on minus side.
c) Steel Reinforcement and structural 2% plus / minus.
steel sections for each diameter,
section and category.
d) All other materials. Nil.

RECOVERY RATES FOR QUANTITIES BEYOND PERMISSIBLE VARIATION

S. No. Description of item Rates in figures and words at which recovery shall
be made from the contractor
Excess beyond Less use from the
Permissible permissible variation
Variation
1. Cement NIL

2. Steel Not allowed


a) Primary producers NIL
3. Structural Steel (Primary producers only)
RSJ / Channel sections NIL
MS Angles / Flats / steel plates.

----------------------------------------------------------------------------------------------------------------------------------------------------------------------
Correction-Nil Deletion-Nil Insertion-Nil Overwriting-Nil

AE(P) AE(E)
26

SPECIAL CONDITIONS (CIVIL)


Except for the items, for which Particular Specifications are given or where it is specifically mentioned otherwise
in the description of the items in the schedule of quantities, the work shall generally be carried out in accordance
with the “CPWD Specifications 2019 Vol. I & II” with upto date correction slips, additional / Particular
Specifications, Architectural / structural drawings and as per instructions of Engineer-in-Charge.

The several documents forming the tender are to be taken as mutually complementary to one another. Detailed
drawings shall be followed in preference to small scale drawings and figured dimensions in preference to scaled
dimensions.

Should there be any difference or discrepancy between the description of items as given in the schedule of
quantities, particular specifications for individual items of work (including special conditions) and I.S. Codes etc.,
the following order of preference shall be observed :
(i) Description of Schedule of Quantities
(ii) Particular Specifications, Special Conditions & Additional conditions as per NIT, if any.
(iii) Drawings
(iv) CPWD Specifications.
(v) Indian Standard Specifications of B.I.S.
(vi) Manufacturers’ specifications & as decided by Engineer-in-charge.
(vii) Best Engineering Practice available for execution.

“In the event of any variation/ discrepancy in the drawings, specifications and tender documents etc. the decision
of the Engineer-in-charge shall be final binding and conclusive on the contractor and in the case the contractor
have any doubt and the same should be got clarified immediately from the Engineer-in-charge and no claim of
the contractor shall be entertained thereafter. Moreover, the agency is not allowed to take benefit out of any
clerical/ grammatical mistake in the standard clauses/Schedule of Quantities/Specifications etc. being used in the
agreement”.

The works to be governed by this contract shall cover delivery and transportation upto destination,
safe custody at site, insurance, erection, testing and commissioning of the entire works.

The works to be undertaken by the contractor shall interalia include the following:
i. Preparation of detailed SHOP drawings and AS BUILT drawings wherever applicable.
ii. Obtaining of Statutory permissions where-ever applicable and required.
iii. Pre-commissioning tests as per relevant standard specifications, code of practice, Acts and Rules
wherever required.
iv. Warranty obligation for the equipments and/or fittings/fixtures supplied by the contractor.

Contractor shall provide all the shop drawings or layout drawings for all the coordinated services before starting
any work or placing any order for any of the services etc. These shop drawings/layout drawings shall be got
approved from Engineer-in-charge before implementation and this shall be binding on the contractor. The
contractor shall submit material submittals along with material sample for approval of Engineer-in-charge prior
to delivery of material at site.
Any reference made to any Indian Standard Specifications, shall imply to the latest version of that standard,
including such revisions / amendments as issued by the Bureau of Indian Standards upto last date of receipt of
tenders. The Contractor shall keep at his own cost all such publications including relevant Indian Standard
Codes applicable to the work at site.

All the hidden items such as water supply lines, drainage pipes, conduits, sewers etc. are to be properly tested
before covering.

Samples including brand / quality of materials and fittings to be used in the work shall be got approved from the
Engineer-in-Charge, well in advance of actual execution and shall be preserved till the completion of the work.

Correction-Nil Deletion-Nil Insertion-Nil Overwriting-Nil

AE(P) AE(E)
27

Equipments like concrete pumps excavators/Transit mixers 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.

The contractor, his authorized representative, workmen etc. shall strictly observe orders pertaining to fire
precautions prevailing in the area.

Contractor(s) shall study the soil investigation report for the site, available in the office of the Engineer-in-
Charge and satisfy himself about complete characteristics of soil and other parameters at site. However, no claim
on the alleged inadequacy or incorrectness of the soil data supplied by the department shall be entertained.
The tenderer shall see the approaches to the site. In case any approach from main road is required at site or
existing approach is to be improved and maintained for cartage of materials by the contractor, the same shall be
provided, improved and maintained by the contractor at his own cost.

Contractor shall take all precautionary measures to avoid any damage to adjoining property. All necessary
arrangement shall be made at his own cost.
The contractor shall take all precautions to avoid accidents by exhibiting necessary caution boards day and night,
speed limit boards, red flags, red lights and providing barriers. He shall be responsible for all damages and
accidents caused to work due to negligence on his part. No hindrances shall be caused to traffic, during the
execution of the work.

The contractor shall take instructions from the Engineer-in-Charge regarding collection and stacking of materials
at any place. No excavated earth or building rubbish shall be stacked on areas where other buildings, roads,
compound wall, services etc. are to be constructed.

The contractor shall provide at his own cost suitable weighing, surveying and leveling and measuring
arrangements as may be necessary at site for checking. All such equipments shall be got calibrated in advance
from laboratory, approved by the Engineer-in-Charge. Nothing extra shall be payable on this account.

Contractor shall provide permanent benchmarks, flag tops and other reference points for the proper execution of
work and these shall be preserved till the end of work. All such reference points shall be in relation to the levels
and locations, given in the Architectural and plumbing drawings.

Water tanks, taps, sanitary, water supply and drainage pipes, fittings and accessories should conform to
approved manufacturers specifications where CPWD Specifications are not applicable. The contractor should
get the materials (fixtures/fittings) tested from approved labs wherever required at his own cost.

The work shall be carried out in accordance with the Architectural drawings and Structural drawings, to be
issued from time to time, by the Engineer-in-Charge. Before commencement of any item of work, the contractor
shall correlate all the relevant architectural and structural drawings issued for the work, nomenclature of items,
specifications etc. and satisfy himself that the information available there from is complete and unambiguous.
The figures & the written dimensions of the drawing shall supersede the measurement by scale. The discrepancy,
if any, shall be brought to the notice of the Engineer-in-Charge for immediate decision before execution of the
work. The contractor alone shall be responsible for any loss or damage occurring by the commencement of work
on the basis of any erroneous and/ or incomplete information and no claim, whatsoever shall be entertained on
this account.

The contractor should submit the shop drawing of staging and shuttering for approval of Engineer-in-Charge
before actually commencing the execution of work under the item. Nothing extra shall be payable on this
account.

Other agencies may also simultaneously execute and install the works 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 available
as specified elsewhere in the contract) 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.

Correction-Nil Deletion-Nil Insertion-Nil Overwriting-Nil

AE(P) AE(E)
28

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

The contractor shall procure the required materials in advance so that there is sufficient time for testing of the
materials and approval of the same before use in the work.

Existing drains, pipes, cables, over-head wires, sewer lines, water lines and similar services encountered in the
course of the execution of work shall be protected against the damage by the contractor at his own expense. The
contractor shall not store materials or otherwise occupy any part of the site in a manner likely to hinder the
operation of such services. In case temporary supporting of such services is required to facilitate the work, the
same shall be done by the contractor at no extra cost.

In case the existing services are to be shifted permanently, then before dismantling the existing services,
alternate/diversion of service lines has to be laid by the contractor so that there is no interruption in use of
existing services. The contractor has to plan the alternate suitable route for diversion/shifting of service lines and
get the same approved from the Engineer-in-Charge before starting shifting of services. Nothing extra shall be
paid except the payment of dismantling and laying of new service lines as per conditions of contract.

The contractor shall be responsible for the watch and ward / guard of the buildings, safety of all fittings and
fixtures including sanitary and water supply fittings and fixtures provided by him against pilferage and breakage
during the period of installations and thereafter till the building is physically handed over to the client
department. No extra payment shall be made on this account.

The contractor shall be fully responsible for the safe custody of materials brought by him/ issued to him even
though the materials may be under double lock key system.

For construction works which are likely to generate malba / rubbish, contractor shall dispose of malba, rubbish
& other unserviceable materials and wastes at his own cost to the notified specified dumping ground and under
no circumstances these shall be stacked / dumped even temporarily, outside the construction premises.

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

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

Results of sub-surface investigations conducted at site are indicated in extracts of the report attached. This
information about the soil and sub-soil water conditions is being made available to the Contractor, in good faith,
for guidance only and the Contractor is advised to obtain details directly as may be considered necessary by him
before quoting rates in the tender. No claim whatsoever on account of any discrepancy between the sub-surface
strata conditions that may be actually encountered at the time of execution of the work and those given in these
tender documents, in-accuracy or interpretation thereof shall be entertained from the Contractor under any
circumstances. The ground water table is a variable condition and the information given in the report is only
indicative and it may vary from time to time.
Any legal or financial implications resulting out of disposal of earth shall be sole responsibility of the
contractor. Nothing extra over the schedule shall be paid on this account.

The Contractor shall keep himself fully informed of all acts and laws of the Central & State Governments, all
orders, decrees of statutory bodies, tribunals having any jurisdiction or authority, which in any manner may
affect those engaged or employed and anything related to carrying out the work. All the rules & regulations and
bye-laws laid down by Collector / MC etc. and any other statutory bodies shall be adhered to, by the contractor,
during the execution of work. The Contractor shall also adhere to all traffic restrictions notified by the local
authorities. It is clarified that the extra sewerage charges (one time charges for commencement of work)
Correction-Nil Deletion-Nil Insertion-Nil Overwriting-Nil

AE(P) AE(E)
29

required to be paid to the Municipal Corporation / other statutory bodies shall be paid by the department and
need not be considered by the contractor. The water charges (for municipal water connection as well as tanker
water) shall be borne by the contractor. Also, if the contractor obtains water connection for the drinking
purposes from the municipal authorities or any other statutory body, the consequent sewerage charges shall be
borne by the contractor. All statutory taxes, levies, charges (including water and sewerage charges, charges for
temporary service connections and / or any other charges) payable to such authorities for carrying out the work,
shall be borne by the Contractor. The Contractor shall arrange to give all notices as required by any statutory /
regulatory authority and shall pay to such authority all the fees that is required to be paid for the execution of
work. He shall protect and indemnify the Department and its officials & employees against any claim and /or
liability arising out of violations of any such laws, ordinances, orders, decrees, by himself or by his employees
or his authorized representatives. Nothing extra shall be payable on these accounts. The fee payable to statutory
authorities for obtaining the various permanent service connections and Occupancy Certificate for the building
shall be borne by the Department.
Royalty at the prevalent rates shall be paid by the Contractor as per the terms of supply between them on all
materials such as boulders, metals, sand and bajri etc. collected by him for the execution of the work, directly to
the revenue authority of the state government concerned. Nothing extra shall be payable on this account.
No foreign exchange shall be made available by the Department for importing (purchase) of equipment, plants,
machinery, materials of any kind or any other items required to be carried out during execution of the work. No
delay and no claim of any kind shall be entertained from the Contractor, on account of variation in the foreign
exchange rate.
The Contractor shall conduct his work so as not to interfere with or hinder the progress of the work being
performed by other Contractors or by the Engineer-in-Charge. As far as possible, he shall arrange his work and
place, so as not to interfere with the operations of other Contractors or shall arrange his work with that of the
others, in an acceptable and coordinated manner and shall perform it in proper sequence.
The Contractor shall assume all liability, financial or otherwise in connection with this contract and shall
protect and indemnify the Department from any and all damages and claims that may arise on any account.
The Contractor shall indemnify the Department against all claims in respect of patent rights, royalties, design,
trademarks of name or other protected rights, damages to adjacent buildings, roads or members of public, in
course of execution of work or any other reasons whatsoever, and shall himself defend all actions arising from
such claims and shall indemnify the Department in all respect from such actions, costs and expenses. Nothing
extra shall be payable on this account.
The Contractor shall make all necessary arrangements for protecting from rains, the work already executed and
for carrying out the further work, during monsoon including providing and fixing temporary shelters,
protections etc. Nothing extra shall be payable on this account. Also, no claims for hindrance shall be
entertained on this account.
In case of flooding of site on account of rain or any other cause and any consequent damage, whatsoever, no
claim financially or otherwise shall be entertained not withstanding any other provisions elsewhere in the
contract agreement. Also, the Contractor shall make good, at his own cost, the damages caused, if any.

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

AE(P) AE(E)
30

All ancillary and incidental facilities required for execution of work like labour camp, stores, fabrication yard,
offices for Contractor, watch and ward, temporary ramp required to be made for working at the basement level,
temporary structure for plants and machineries, water storage tanks, installation and consumption charges of
temporary electricity, telephone, water etc. required for execution of the work, liaison and pursuing for obtaining
various No Objection Certificates, completion certificates from local bodies etc., protection works, barricading,
testing facilities / laboratory at site of work, facilities for all field tests and for taking samples etc. during
execution or any other activity which is necessary (for execution of work and as directed by Engineer-in-
Charge), shall be deemed to be included in rates quoted by the Contractor, for various items in the schedule of
quantities. Nothing extra shall be payable on these accounts. Before start of the work, the Contractor shall submit
to the Engineer-in-Charge, a site / construction yard layout, specifying areas for construction, site office,
positioning of machinery, material yard, cement and other storage, steel fabrication yard, site laboratory, water
tank, etc.
The Contractor shall display all permissions, licenses, registration certificates, bar charts, other statements etc.
under various labour laws and other regulations applicable to the works, at his site office.
No tools and plants including any special T&P etc. shall be supplied by the Department and the Contractor shall
have to make his own arrangements at his own cost. No claim of hindrance (or any other claim) shall be
entertained on this account.
The Contractor shall be allowed to use the facilities available at site & arranged by the associate- Contractors
and other agencies working at site for smooth execution of the work. The Contractor shall be
(i) Allow to use of scaffolding already erected, toilets, sheds etc.
(ii) Properly co-ordinate their work with the work of other Contractors.
(iii) Provide control lines and benchmarks to his associate-Contractors and the other Contractors.
(iv) Provide electricity and water at mutually agreed rates.
(v) Provide hoist and crane facilities for lifting material at mutually agreed rates.
(vi) Co-ordinate with other Contractors for leaving inserts, making chases, alignment of services etc. at
site.
(vii) Adjust work schedule and site activities in consultation with the Engineer-in-Charge and other
Contractors to suit the overall schedule completion.
(viii) Resolve the disputes with other Contractor amicably and the Engineer-in-Charge shall not be made
intermediary or arbitrator. The contractor shall indemnify the Department against any claim(s)
arising out of such disputes.
On completion of work, the contractor shall submit at his own cost four prints of “as built” drawings of the
completed work to the Engineer-in-Charge. These drawings shall have the following information.
a) Length & dia of soil, waste pipes and vertical stacks.
b) Ground and invert level of all drainage pipes together with locations of all manholes and
connections, upto out fall.
c) Length & dia of all water supply lines with diameters, location of control valves, access panels
etc.

In case the contractor fails to supply “as built drawing” or completion plans aforesaid within 30 days of
the date of completion, then the recovery shall be made as per the provision of clause 8A of GCC.
The contractor shall have to arrange water of desirable quality for the construction purpose for which he may
have to install RO plant at site or might have to bring/ purchase water from outside as per decision of Engineer-
in-charge. Nothing extra shall be paid on this account.

Unless otherwise specified in the schedule of quantities or CPWD specifications, the rates for respective items shall be
all inclusive and apply to the following: -
(i) All lifts & all heights, floors including terrace, leads and depths.

(ii) All labour, material, tools and plants and other inputs involved in the execution of the item.

(iii) Any of the conditions and specifications mentioned in the tender documents.

(iv) Providing sunk flooring in bath-rooms, kitchen, etc.

Correction-Nil Deletion-Nil Insertion-Nil Overwriting-Nil

AE(P) AE(E)
31

(v) Any legal or financial implications resulting out of disposal of earth, if any.

(vi) Payment of Royalty at the prevailing rates, if any, on the boulders, metal, shingle, sand and bajri
etc. or any other material collected by him for the work direct to revenue authorities.

(vii) Performance test of the entire installation(s) before the work is finally accepted.

(viii) Any cement slurry added over base surface (or) for continuation of concreting for better bond is
deemed to have been built in the items.
(ix) All incidental charges for cartage, storage and safe custody of materials brought to site.

2. QUALITY ASSURANCE/ TESTING OF MATERIALS


GENERAL:-
All incidental expenditure on security, construction of cement godown, access roads, arrangement of water,
electricity etc. to be incurred by the agency for arranging, installing and operation of Batch Mix Plant shall be
deemed to have been included in his quoted rates and no claim whatsoever will be tenable on this account. With
each Running Bill, the details of test carried out shall be submitted by the contractor as per Performa refer at
particular specification.
Samples of all materials required for testing shall be provided free of charge by the contractor.
All expenditure to be incurred for testing of samples for e.g packaging, sealing, transportation,
loading , unloading etc. including testing charges shall be borne by the contractor.
a) All the test in field lab setup at construction site shall be carried out by the Engineering Staff deployed
by the contractor which shall be 100% witnessed by JE & 50% of tests shall be witnessed by AE-in-
charge. At least 10% of the tests are to be witnessed by the EE/ SE.

b) All the entries in the registers will be made by the designated Engineering staff of the contractor and
same should be regularly reviewed by JE/AE/EE/SE .

c) Contractor shall be responsible for safe custody of all the test registers.

d) Submission of copy of all Test Registers, Material at Site Register along with each alternate Running
Account Bill and Final Bill shall be mandatory. These registers should be duly checked by AE(P) in
Division Office & receipts of registers should also be acknowledged by Accounts Officer by signing
the copies and register to confirm receipt in division office
e) Extensive testing of the materials used for construction is a pre-requisite for attaining high quality of
the work. This shall also require specialized tests, physical, chemical, ultrasonic, x- ray and various
other types of tests which cannot possibly be carried out in a site laboratory.

These tests also require specialized personnel who regularly deal in such testing. Therefore, the need
arises for carrying out the tests in outside laboratories. These laboratories may be in the Govt. sector,
Semi Govt. or Private sector. The outside private laboratories shall be short listed before- hand by
EE and approval obtained from ADG. In case of laboratories in the private sector, the past record
and reputation of the laboratory must invariably be given due consideration. The infrastructure in
these laboratories can also be inspected before they are short listed.
The testing of material shall be got done preferably from Government Lab. / Govt. Institute.

Testing from Private Lab shall only be done in urgent / unavoidable situation with prior
approval of ADG-Jammu.
For ultrasonic pulse velocity/load testing or special testing to be done for concrete whose strength is
doubtful, the cost of the same shall be borne by the contractor.
In case there is any discrepancy in frequency of testing as given in list of mandatory tests and that in
individual sub-heads of work as per CPWD Specifications higher of the two frequencies of testing shall be
followed and nothing extra shall be payable on this account.
Special attention shall be paid towards line and level of internal and external plastering, exposed smooth
surface of RCC members by providing fresh shuttering plates, sealing shuttering joints, accurate joinery

Correction-Nil Deletion-Nil Insertion-Nil Overwriting-Nil

AE(P) AE(E)
32

work in wooden doors and windows, thinnest joints in stone/ tiling / cladding work, non-hollowness in
floor and dado tiles work, protection of scratches over flooring by impounding layer of plaster of Paris,
water tight pipe linings, absence of hollow vertical joints in brick masonry, proper compaction of filled up
earth etc. to achieve an Institution of International standards and up keeping of quality assurance shall be
of paramount importance, as such.
3. FIELD LABORATORY
The contractor has to establish field laboratory at site including all necessary equipment’s and skilled
manpower for the Field Tests as refer (As per General Index) at his own cost to have proper quality
control.
For performing the above tests, the Field Tests as refer (As per General Index) are to be arranged and
maintained by the contractor.
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.
The list of Laboratory/ Field equipment referred above are to be arranged and maintained by the contractor
at the site of work. In case the equipment required for any test is not available at site, the department shall
get the test conducted from the third party. However in that event, besides providing free materials of
sample, the cost of taking of sample, packing, transportation, testing charges etc. shall be borne by the
contractor irrespective of the results.
The contractor shall establish field laboratory including additional room (of minimum area of 20 sqm.
each) for preserving samples of material till the completion of whole work. Nothing extra shall be paid for
establishing field laboratory.
4. SAMPLE OF MATERIALS:-
All materials and fittings brought by the contractor to the site for use shall conform to the samples approved
by the Engineer-in-Charge which shall be preserved till the completion of the work. If a particular brand of
material is specified in the item of work in Schedule of Quantity, the same shall be used after getting the
same approved from Engineer-in-Charge. Wherever brand / quality of material is not specified in the item
of work, the contractor shall submit the samples as per List of Preferred Makes as (As per General Index)
for approval of Engineer-in-Charge. For all other items, ISI Marked materials and fittings shall be used
with the approval of Engineer- in- Charge. Wherever ISI Marked material / fittings are not available, the
contractor shall submit samples of materials / fittings manufactured by firms of repute conforming to
relevant Specifications or IS codes for 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.

BIS marked materials except otherwise specified shall also 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 procured by the contractor for incorporation
in the work satisfies the provisions of specifications relevant to the material and / or the work done.

BIS marked items (except cement & steel for which separate provisions have been made in para 4.0)
required on the work shall be got tested, for only important tests, which govern the quality of the product,
as decided by the Engineer-in-Charge. The frequency of such tests (except the mandatory test) shall be 5%
of the frequency as specified in BIS. For mandatory test, frequency shall be as specified in the CPWD
Specifications.

For certain items, if frequency of tests is neither mentioned in the CPWD Specifications & BIS, then tests
shall be carried out as per decision of Engineer-in-Charge.

5. CEMENT & STEEL REINFORCEMENT (IF NOT STIPULATED TO BE SUPPLIED BY THE


CONTRACTOR).
Contractor has to produce manufacturers test certificate and challan for each lot of Cement &
Steel Reinforcement procured at site.
Correction-Nil Deletion-Nil Insertion-Nil Overwriting-Nil

AE(P) AE(E)
33

(A) CEMENT:-
The contractor shall procure 43 grade Portland Pozzolona Cement conforming to IS: 1489 (Part-1) as
required in the work, from reputed manufacturers of cement as per the list of preferred make or from any
other reputed cement Manufacturer having a production capacity not less than one million tonnes per
annum as approved by ADG-Jammu.
In case of non availability of PPC of required quantity, OPC of same grade may be allowed on the request
of the contractor. However no extra payment on this account shall be made to the contractor and necessary
charges for design mix of concrete shall also be borne by the contractor.
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. The cement for such testing purpose shall be supplied
by the contractor free of charge. 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.
The cost of tests shall be borne by the contractor.

Cement shall be brought at site in bulk supply of approximately 100 tonnes or as decided by the Engineer-
in-Charge.

PPC bags shall be stored in separate godowns. Separate godowns for tested cement and fresh cement
(under testing) to be constructed by the contractor at his own cost as per sketches given in C.P.W.D
Specifications having weather-proof roofs and walls. The size of the cement godown is indicated in the
sketches for guidance. The actual size of godown shall be as per site requirements and nothing extra shall
be paid for the same. Each godown shall be provided with a single door with two locks. The keys of one
lock shall remain with Engineer-in- Charge or his authorized representative of the work and that of other
lock with the authorized agent of the contractor at the site of work so that the cement is issued from
godown according to the daily requirement with the knowledge of both parties. The account of daily receipt
and issue of cement shall be maintained in a register in the prescribed proforma and signed daily by the
contractor or his authorized agent and Engineer-in-Charge or his authorized representative in token of its
correctness. The day to day receipt and issue accounts of different grade/brand of cement shall be
maintained separately in the standard proforma by the contractor or his authorized representative which
shall be duly signed by the authorized representative of the Engineer-in-Charge before issue to the work on
day to day basis.
Four separate cement godowns each having capacity of 50 MT or more as decided by the Engineer-in-
Charge shall be constructed by the contractor at site of work for which no extra payment shall be made.
The contractor shall be responsible for the watch and ward and safety of the cement go-downs. The
contractor shall facilitate the inspection of the cement go-downs by the Engineer-in-Charge at any time.

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-38 of the contract and shall be governed by the conditions laid therein.

If the quantity of cement actually used in the work is found to be more than the theoretical quantity of
cement including authorized variation, nothing extra shall be payable to the contractor on this account. 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 as herein before provided (allowing variation on the minus side as stipulated
in Clause - 38), the cost of quantity of cement not so used shall be recovered from the contractor as
specified in schedule. Decision of the Engineer- in-Charge in regard to theoretical quantity of cement
which should have been actually used as per the schedule and recovered at the rate specified, shall be final
and binding on the contractor. For non-scheduled items, the decision of the Superintending Engineer,
Jammu Circle, CPWD, Jammu regarding theoretical quantity of the cement, which should have been
actually used, shall be final and binding on the contractor.

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.

In case the contractor brings surplus quantity of cement the same shall be removed from the site after
completion of work by the contractor at his own cost after approval of the Engineer-in- Charge.

Correction-Nil Deletion-Nil Insertion-Nil Overwriting-Nil

AE(P) AE(E)
34

Cement, which is not used within 90 days from its date of manufacture, shall be retested at approved
laboratory. Until the results of such tests are found satisfactory, it shall not be used on the work.
The cement shall be brought at site in bulk supply of approximately 50 tonnes or as decided by the
Engineer- In- Charge. The cement godown of the capacity to store a minimum of 2000 bags of cement or as
decided by NIT approving authority in case less than 100MT cement is required for the work, shall be
constructed by the contractor at site of work for which no extra payment shall be made. For small
maintenance works, NIT approving authority shall decide the requirement of the storage/godown.

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.
The cement shall be got tested by the Engineer-In-Charge and shall be used on the work only after
satisfactory test results have been received. The contractor shall supply free of charge the cement required
for testing including its transportation cost to testing laboratories. The cost of tests shall be borne by the
contractor.
The actual issue and consumption of cement on work shall be regulated and proper accounts maintained as
provided in clause 10 of the contract. The theoretical consumption of cement shall be worked out as per
procedure prescribed in clause 38 of the contract and shall be governed by conditions laid therein. In case
the cement consumption is less than theoretical consumption including permissible variation, recovery at
the rate so prescribed shall be made after ensuring structural soundness and stability on the basis of testing.
In case of excess consumption no adjustment need to made.
The cement brought to the site and the cement remaining unused after completion of the work shall not be
removed from site without the written permission of the Engineer-in-charge.
The damaged cement shall be removed from the site immediately by the contractor on receipt of a notice in
writing from the Engineer-In-Charge. If he does not do so within 3 days of receipt of such notice, the
Engineer-In-Charge shall get it removed at the cost of the contractor.

Chief Engineers/CPMs/ADGs/SDGs may change the brand of Cement depending upon availability in
local market but conforming to grade mentioned in the NIT and only with ISI mark, if warranted. The name
of manufacturers should be finalized after taking into consideration the availability and cost factor.
Conditions for cement proposed to be procured in silos may be approved by the NIT approving authority
alongwith mode of storage, measurement, testing and grade requirements.

(B) STEEL REINFORCEMENT: -


Only ISI marked TMT Bars/ Low Alloy Steel Reinforcement Bars (as per OM No. dated 14.08.2024
issued vide No. CSQ/SE(TAS)/Steel/2024/262-H) of various grades shall be procured from steel
manufacturer.
1. The Special Director General (Chandigarh), CPWD Shall approve the steel manufacturers subject to
the guidelines for eligibility criteria and other technical parameters given below.

Credentials for eligibility criteria & other technical parameters for steel manufacturers :
The manufacturer should meet the following eligibility criteria :
a) The steel manufacturer should have following documentary evidence:
i) Certificate of incorporation.
ii) Memorandum of articles of Association.
iii) Credit rating of the company from CARE/CRISIL/ICRA(the grading should not be C/D
grade for minimum last 3 years).
b) The Steel manufacturer must have following licenses and certificates :
i) ISI Certificate for billets (IS 2830 : 2012)
ii) ISI Certificate for TMT Bars (IS 1786 : 2008 (Amendment -1 November 2012))
c) The Steel manufacturer should also preferably have the following licenses
i) ISO 9001 : 2015
ii) ISO 14001 : 2015
III) OHSAS 18001 :2007
d) The steel manufacturer should be using iron ore as the basic raw material. The entire gamut of iron and
steel production is owned by the same company or its subsidiary company(ies) and the iron making
capacity is sufficiently matching the steel making capacity, adopting any of the refining technologies for
manufacturing steel & TMT Bars as given under are eligible :
i) BF-BOF route
Correction-Nil Deletion-Nil Insertion-Nil Overwriting-Nil

AE(P) AE(E)
35

ii) COREX- BOF Route


iii) DRI-EAF Route (Each Electric Arc Furnace should be 100 MT or more)

e) Billets produced must be ISI marked (IS 2830:2012)


f) The TMT bars produced must be ISI marked (IS 1786:2008)
g) The steel manufacturer should have the following in house testing facilities (NABL Accredited):
i) Computerized Universal Testing Machine
ii) Spectrometer
iii) Bend Re-bend facility as per IS :1786:2008 (Amendmnt-1 November 2012).
iv) Raw material laboratory :Arrangement for testing carbon, Sulphur & Phosphorous etc.
v) Other testing facilities as specified in IS :1786:2008 & IS : 2830:2012.
2. SDG (NR) is also authorized to approved particular steel manufacturer on suo motto in case he is
satisfied with the eligibility criteria and other technical parameters of that manufacturer.
The contractor shall have to obtain and furnish test certificates to the Engineer-in-charge in respect of all
supplies of steel brought by him to the site of work.

Samples shall also be taken and got tested by the Engineer-in-Charge as per the provisions in this regard in
relevant BIS codes. In case the test results indicate that the steel arranged by the contractor does not
conform to the specifications the same shall stand rejected, and it shall be removed from the site of work by
the contractor at his cost within a week time on written orders from the Engineer-in-Charge to do so.
The steel reinforcement bars shall be brought to the site in bulk supply of 10 tonnes or more, or as decided
by the Engineer-in-charge.
The steel reinforcement 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.
For checking nominal mass, tensile strength, bend test, re-bend test one sample for each, 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 upto or below100 For consignment above 100
tonnes tonnes
Under 10 mm dia bars
One sample for each 25 tonnes orpart thereof One sample for each 40 tonnes orpart
there of
10 mm to 16 mm dia bars
One sample for each 35 tonnes orpart there of One sample for each 45 tonnes orpart
there of
Over 16 mm dia bars
One sample for each 45 tonnes orpart there of One sample foreach50 tonnes orpart
there of
The contractor shall supply free of charge the steel required for testing including its transportation to
testing laboratories. The cost of tests shall be borne by the contractor.
The actual issue and consumption of steel on work shall be regulated and proper accounts maintained as
provided in clause 10 of the contract. The theoretical consumption of steel shall be worked out as per
procedure prescribed in clause 38 of the contract and shall be governed by conditions laid therein. In case
the consumption is less than theoretical consumption including permissible variations recovery at the rate
so prescribed shall be made. In case of excess consumption no adjustment need to be made.
The steel brought to site and the steel remaining unused shall notbe removed from site without the written
permission of the Engineer-in-charge.
Annexure-I
SI. Item Check point Remarks
1. Steel Producer a) Factory address and Registration no.
having b) Certificate of manufacturing process.
manufacturing c) Refining process of steel Producer.
facilities at Plant.
c.1 BF-BOF route
c.2 Corex- BOF route

Correction-Nil Deletion-Nil Insertion-Nil Overwriting-Nil

AE(P) AE(E)
36

c.3 DRI – EAF route


With documentary evidence either for BOF or EAF
Steel plant having infrastructure for producing sponge
iron, billete and TMT Rebars
Production and Quality Flow Chart
Plant Evaluation and Process Verification
List of Plant & Machinery
2. Established Document verification for: a. Govt. / PSU Approvals
2. Established
b. Supply orders of TMT Re-bars in Govt. Projects
(Minimum-S years)
c. Verification of direct supply orders to any
State/Central Govt. Department I
d. User Certificate issued by any Govt. Department
directly
Indigenous Documentary evidence like;
3. Certificate of Incorporation
Memorandum of Articles of Association
Credit rating of the company from CARE / CRISIL
/ICRA should not be C/D grade(minimum last 3 year).
Test Results from Govt./NABL accreditedlaboratories
In-house testing facility for physical/Chemical tests
(NABL accredited)
Reliable Calibration Certificates
List of Lab Equipments:Spectrometer Computerized UTM
Use of Iron- Verification of Iron-Ore/ Process iron ore invoices
Ore/Processes Iron
are as basic raw
materials
In-house rolling Plant verification to identify in-house rolling
facility facilities, production of liquid steel & crude steel
Licenses& a. ISO 9001:2008 Certification
Certificates b. ISO 14001:2004 Certification
c. OHSAS18001:2007 Certification
d. IS 1786:2008 (TMT Re-bars)
e. IS 2830:1992 (Billets)
Product Range TMT Re-bars FE 415/415D/500/500D/550/550D
CRS(Corrosion Resistant) &
EQR(EarthquakeResistant)
TMT Re-bars
Size 8 to 36 mm dia

Correction-Nil Deletion-Nil Insertion-Nil Overwriting-Nil

AE(P) AE(E)
37

Note:-
DRI - EAF-> Direct Reduce Iron - Electric ARC Furnace BF-
BOF-> Blast Furnace - Basic Oxygen Furnace COREX-
BOF->COREXFurnace - Basic Oxygen Furnace

The contractor shall submit original vouchers from the manufacturer for the total quantity of steel supplied
under each consignment to be incorporated in the work. All consignment received at the work site shall be
inspected by the Site staff along with the relevant documents before acceptance. The contractor shall obtain
Original Vouchers and Test Certificates and furnish the same to the Engineer-in-Charge in respect of all the lots
of steel brought by him from approved supplier to the site of work. The original vouchers and test certificates
shall be defaced by the Site staff and kept on record in the site office.
Reinforcement including authorized spacer bars and lapages shall be measured in length of different diameters
as actually (not more than as specified in the drawings) used in the work nearest to a centimeter. Wastage and
unauthorized overlaps shall not be measured.

The standard sectional weights referred to as in Table 5.4 in para 5.3.4 in CPWD Specifications will be
considered for conversion of length of various sizes of M.S. Bars, Steel Bars and T.M.T. bars into Standard
Weight.
Records of actual Sectional weights shall also be kept dia-wise and lot-wise. The average sectional weight for
each diameter shall be arrived at from samples from each lot of steel received at site. The decision of the
Engineer-in-Charge shall be final for the procedure to be followed for determining the average sectional weight
of each lot. Quantity of each diameter of steel received at site of work each day will constitute one single lot for
the purpose. The weight of steel by conversion of length of various sizes of bars based on the actual weighted
average sectional weight shall be termed as Derived Actual Weight. However for the stipulated issue of steel
reinforcement up to and including 10mm diameter bars, the actual weight of steel issued shall be modified to
take into account the variation between the actual and the standard coefficients and the contractors’ accounts
will be debited by the cost of modified quantity.

Correction-Nil Deletion-Nil Insertion-Nil Overwriting-Nil

AE(P) AE(E)
38

6. 3.14 (a) If the Derived Weight as in sub-para (4.3.13) above is less than the Standard Weight as in
Sub-para (4.3.12) above then the Derived Actual Weight shall be taken for payment provided, it
is within the following tolerances specified in IS1786-2008, otherwise whole lot will be rejected.

Tolerances on Nominal Mass

Nominal Size in mm ToleraBatch nce on Nominal Percent


massIndividual Individual sample for
sample* coil**

a) Upto and including 10 +7 -8 +8


b) Over 10 upto and
Including 16 +5 -6 +6
c) Over 16 +3 -4 +4

* For individual sample plus tolerance is not specified.


**For coils batch tolerance is not specified.
b) If the Derived Actual Weight is found more than the Standard Weight, the Standard Weight as per
in sub-para (4.3.13) above shall be taken for payment. In such case nothing extra shall be paid
for the difference between the Derived Actual Weight and the Standard Weight.

7. SECRECY
The contractor shall take all steps necessary that all persons employed on any work in connection with the
contract have notice that the Indian Official Secrets Act 1923 applies to them & will continue so to apply even
after the execution of such works under the contract.
The contract is confidential and must be strictly confined to the contractor’s own use (except so far as
confidential disclosure to sub-contractors or suppliers as necessary) and to the purpose of the contract.

All documents, copies thereof & extracts there from furnished to the contractor shall be returned to the
Engineer-in-Charge on the completion of the work / works or the earlier determination of the contract.

8. LABOUR AND SECURITY


Contractor should provide his plan for labour huts as per his requirement and get it approved from the Engineer-
in-Charge. The contractor will be provided space for labour huts etc. inside the campus but the space
requirement and location, as assessed by Engineer-in-Charge shall be final and binding.

Contractor has to follow the security requirement of the campus and obtain necessary entry passes for the labour
and vehicles and follow security checks at entry / exit gates, restriction on movement of vehicle, restricted
timings of working etc. The Department however shall assist the contractor in obtaining such passes for
movement of vehicles and labour. No claim whatsoever shall be entertained on account of delay in entry of
vehicles and labour including restrictions in working hours, if there is any.

The contractor shall employ only Indian Nationals after verifying their antecedents and loyalty. The contractor
shall, on demand submit list of his agents, employees and work people concerned & shall satisfy as to the
bonafides of such people.

The contractor & his work people shall observe all relevant rules regarding security promulgated in which work
is to be carried out by the Controlling Administrative Authority of the campus/area (hereinafter referred to as
“Administrator”).

The contractor, his representative, workman shall be allowed to enter through specified gates & timing as laid
down by the controlling authority. They shall be issued an identity card or an individual pass in accordance with
the standing rules & regulations & they should possess the same while working. The contractor shall be
responsible for the conduct & actions of his workmen, agents / representatives.

Correction-Nil Deletion-Nil Insertion-Nil Overwriting-Nil

AE(P) AE(E)
39

Normally contractor shall be allowed to carryout work between 8 AM to 5 PM. However, he may also be
allowed to carry out the work beyond 5 PM & upto 8 AM if the site conditions / circumstances so demand with
prior written permission from the “Administrator”. However, if the work is carried out in more than one shift or
at night, no claim on this account shall be entertained.
Normally contractor’s material / vehicles etc. shall be allowed to move in / go-out between 7 AM to 7 PM only
& no movement of material / vehicles out of site of work shall be allowed during night hours unless specific
permission is obtained from the “Administrator”.

In case if a separate entry has been allowed, the contractor has to make all arrangement for making a separate
entry gate and barricading of the working area to segregate/separate the same from other areas. All these have to
be done by the contractor at his own cost including safeguarding any untoward incident in the restricted area due
to separate entry gate and barricading arranged by the contractor. No extra amount on this account shall be
payable by the department.

9.0 OFFICE INFRASTRUCTURE:


For Quality Control Measures, Preparation of Bills and Monitoring the Quality, the contractor shall provide
(min. One number) Computer having Intel core i5 3rd generation processor, Latest MS- Windows, A-3 Colored
Inkjet & A-4 LaserJet Printers, Scanners, UPS etc. with data entry operator in the site office for Engineer-in-
Charge.
The contractor shall make arrangement for Helmets and leather shoes (meant of construction work at sites) for
all field staff of the department during the entire period of construction for safety reasons. One helmet and two
pairs of shoes per staff member (maximum ten members) of the departments per year shall be arranged by the
contractor.
The contractor shall establish fully furnished site office having two rooms of 15 sqm. area each for field staff (1
Nos. AE and 1 Nos. JE) with toilet facility fitted with window type air conditioner. The electricity and water
charges shall be paid by the agency.
It is clarified that nothing extra shall be payable for office infrastructure. The site office shall be removed after
the work is completed by the contractor.

10.0 DOCUMENTATION
The Contractor shall render all help and assistance in documenting the total sequences of this project by way of
photography, slides, audio / video recording & other records etc. Nothing extra shall be payable to Contractor on
this account. However, cost of photographs, slides, audio / video graph etc. shall be borne by the Department.
The original films shall be the property of the Department. No copy shall be prepared without the prior approval
of the Engineer- in – Charge.

PROGRAM CHART: -
The Contractor shall submit a Programme Chart (Time and Progress) for each milestone alongwith performance
guarantee and get it approved from the department. The chart shall be prepared in direct relation to the time
stated in the contract documents for completion of the items of the work. It shall indicate the forecast of the
dates of commencement and completion of various trades of sections of the work and may be amended as
necessary by agreement between the Engineer-in-charge and the contractor within the limitations of time
imposed in the contract documents, and further to ensure good progress during the execution of the work. The
contractor shall in all cases in which time allowed for any work exceeds one month (save for special jobs for
which a separate program has been agreed upon) complete the work as per milestones given in Schedule ‘F’.

The work has to be completed in stages as indicated in the Table of Milestones under
Schedule ‘F’ (As per General Index) and the program should be prepared in such a manner to achieve these
Milestones as indicated therein or earlier.

The program chart should include the following: -


a) Descriptive note explaining sequence of various activities.
b) Network (PERT / CPM / BAR CHART) prepared on MS project which will
indicateresources in financial terms, manpower and specialized equipments for every
important stage.
c) Program for procurement of materials by the contractor.
Correction-Nil Deletion-Nil Insertion-Nil Overwriting-Nil

AE(P) AE(E)
40

d) Program of procurement of machinery / equipments having adequate capacity,


commensurate with the quantum of work to be done within the stipulated period, by the
contractor.

If at any time, it appears to the Engineer-in-Charge that the actual progress of work does not conform to the
approved program referred above, the contractor shall produce a revised program showing the modifications to
the approved program by additional inputs to ensure completion of the work within the stipulated time.

The submission of revised program or approval by the Engineer-in-Charge of such program or the furnishing of
such particulars shall not relieve the contractor of any of his duties or responsibilities under the contract. This is
without prejudice to the right of Engineer-in-Charge to take action against the contractor as per terms and
conditions of the agreement.

Notwithstanding the fact that the contractor will have to pay to the labourers and other staff engaged directly or
indirectly on the work according to the provisions of the labour regulations and the agreement entered upon
and/or extra amounts for any other reason

11. PROGRESS AND MONITORING OF WORK:


Apart from the above integrated program chart, the contractor shall be required to submit
monthlyprogress report of the work in a computerized form. The progress report shall contain the
following, apart from whatever else may be required as specified:
(i) Construction schedule of the various components of the work through a bar chart for the
next three quarters (or as may be specified), showing the milestones, targeted tasks and
up to date progress.
(ii) Progress chart of the various components of the work that are planned and achieved, for
the month as well as cumulative up to the month, with reason for deviations, if any in a
tabular format.
(iii) Plant and machinery statement, indicating those deployed in the work.
(iv) Man-power statement, indicating individually the names of all the staff deployed on the
work, along with their designations.
(v) Financial statement, indicating the broad details of all the running account payment
received up to date, such as gross value of work done, advances taken, recoveries
effected, amount withheld, net payments details of cheque payment received etc.

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.

The work should be planned in a systematic manner so that chase cuttings in the walls, ceilings and floors is
minimized. Wherever absolutely essential, the chase shall be cut using chase cutting machines. Chases will not
be allowed to be cut using hammer / chisel. The electrical boxes should be fixed in walls simultaneously while
raising the brick work. The contractor shall ensure proper co-ordination of various disciplines viz. building
works, sanitary & water supply & electrical installations etc.
The contractor shall conduct his work, so as not to interfere with or hinder the progress or completion of the
work being performed by other contractor(s) or by the Engineer-in-Charge and shall as far as possible arrange
his work and shall place and dispose off the materials being used or removed so as not to interfere with the
operations of other contractor or he shall arrange his work with that of the others in an acceptable and
coordinated manner and shall perform it in proper sequence to the complete satisfaction of Engineer-in-charge.

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

AE(P) AE(E)
41

Contractor, on site of work or his work shop for this work, shall be exclusively intended for use in the
construction of this work and they shall not be shifted / removed from site without the permission of the
Engineer-in-Charge.

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

12. ENGAGING SPECIALISED AGENCIES FOR WORKS: -


The Contractor shall engage specialized agencies having adequate technical capability and experience of having
executed at least one work of similar items of 80% or more magnitude or two works of similar items of value
minimum 60% individually for executing the following items of the work and/or any other items of work where
specialized firm is required to be engaged as per contract conditions. For determining the required magnitude,
the value of the work executed may be suitably enhanced with the prevailing approved cost index.

(i) Water proofing treatment work of all types.


The Specialized agency for the work shall be got approved from the Engineer-in-Charge well before actual
commencement of the item of work. The contractor shall submit the list of specialized agencies except for
Internal Electrical Installation, proposed to be engaged by him along with necessary performance certificates,
within 30 days from the date of issue of acceptance letter to substantiate technical capability and experience of
the agency for prior approval of the Engineer-in-Charge.

For Internal Electrical Installation work as contained in the Electrical component work under Section VII, the
Electrical Agency to be engaged as an associate electrical contractor for the Internal E.I/External E.I work
should be enlisted contractor of CPWD in appropriate class as per the value of the work. The firm will be
required to submit the credentials of the associate electrical contractor including their registration documents,
electrical contractor license, sales tax documents apart from submission of the MOU. However, contractor shall
submit MOU to Executive Engineer (Elect.) in-charge, signed with eligible Electrical Contractor/Agency along
with consent letter of Electrical Agency. It will be obligatory on the part of main contractor to sign the tender
documents for all the components.

If the main contractor fails to associate agency/agencies for execution of minor components of work within
prescribed time or furnishes incomplete details or furnishes details of ineligible agencies even after the tenderer
is given due opportunity, the entire scope of such component of works shall be withdrawn from the tender and
the same shall be got executed by the Engineer-in- Charge at the risk and cost of the main contractor.

Same milestones shall be applicable for all components of work.

For the specialized item of door & window fittings, water supply and sanitary installations; the contractor shall
engage such vendors/installers as approved by the manufacturers.

13. VACUUM DEWATERED CONCRETE ON ROAD (VDF):

i) M 30 grade design mix concrete to be used for laying vacuum dewatered concrete in roads,
basement, ramps to basement or any other area as specified.

ii) Flooring shall be laid in the areas as shown in the drawing with required thickness as per
design requirement to sustain load of 20 tonne fire tender vehicle movement and other impact
load as per the location.

iii) Flooring shall have hard top on the concrete base. Flooring shall be laid in panels as per the
direction of Engineer in charge, expansion joint shall be provided as per requirement.
Specification for RMC and cement will remain same as mentioned technical specifications in
contract/RCC sub head.

iv) De-vacuumization shall be done for removing the voids. The whole concrete surface shall be
levelled, compacted by ramming and trowelling. Prepared surface shall be allowed to set.

v) Hard top to be prepared as per the specifications with hardener admixture and one part of dry
cement, the heard top shall be provided over concrete base immediately after it is set,
compacted and levelled with a steel trowel. The surface shall be trowelled to bring the
Correction-Nil Deletion-Nil Insertion-Nil Overwriting-Nil

AE(P) AE(E)
42

hardener coat to a levelled Surface. Excessive trowelling shall be avoided. After the initial set,
further compaction shall be done by steel trowelling. Final brushing where required (to achieve
desired surface finish) shall be made before the floor top becomes too hard. Curing shall be
done as per CPWD Specifications.

vi) Filling the joints with bitumen material as approved by Engineer in charge.

14 DEFECT LIABILITY:
The contractor’s liability during the defect liability period from the final date of completion as per clause
17 shall be limited to rectification of defects including replacement as follows which in the opinion of
Engineer-in-Charge are not manmade.

S.No Description Defect Liability


(i) Concrete/ RCC (a) Rectification of structural / superficial / non-structural cracks.
(b) Rectification of dampness / seepage in roof slab / junctions &
sunken portion.
(c) Rectification of cracks in beam, shade, column.
(ii) Brick work/ (a) Rectification of cracks in panel wall / portion.
Concrete Block (b) Cracks / settlement of dwarf walls.
Masonry (c) Rectification of efflorescence/ leaching.
(iii) Joinery (a) Replacement of warped joinery.
(b) Cracks in panels, rails / styles etc.
(iv) Builders (a) Repairs / Replacement of loosened / pre-mature failure of fittings.
Hardware (b) Tightening / Replacement of sag in mosquito proofing.
(v) Steel & (a) Rectification / Replacement of defective part of rolling shutter.
Ironwork (b) Redoing of defective portion in fabrication / welding including
painting.
(c) Steel windows, grills, gates etc. – defects to be rectified.
(vi) Roof treatment (a) Rectification of leakage / seepage of roof slab including covering atjunction
till guarantee period.
(vii) Plastering (a) Rectification of structural / superficial cracks if any.
(b) Rectification of protruding / peeling off plaster if any.
(c) Rectification of efflorescence
(viii) Flooring (a) Rectification of sinking portion of plinth protection including saucerdrain.

(ix) Plumbing / (a)Making good of leakage through soil / waste pipe joints.
Sanitary fittings (b)Replacement of looking mirror if found wavy.
(c)Rectification of leakage of overhead tanks.
(d)Leakage / seepage of sunken floor, blockage of taps / pipes, non-
functioning of cistern.
(x) Finishes (a) Making good of defective / dissimilar patches of painting to matchwith
remaining surfaces, peeling of paint.
(xi) Internal Water (a) Repairs / Replacement of defective taps / fittings.
Supply (b) Repair to leakage of GI water pipe lines including joints.
(c) Removal of blockage of GI pipe lines.
(xii) Roads (a) Repair of sinked portion of road & potholes, if any
(xiii) Sewage (a) Rectification of slope / system if found defective during use.
(b) Rectification of major blockage in Sewer lines.
(c) Cracks & settlement of sewage lines.
(xiv) Drains (a) Repair to Drains.
(b) Settlement of Drains
(xv) External (a) Repairs to installations & fittings.
WaterSupply

Correction-Nil Deletion-Nil Insertion-Nil Overwriting-Nil

AE(P) AE(E)
43

(xvi) General (a) All manufacturing defects of structures / fixtures / fittings / equipment’s other
than listed above including any defects of shrinkage or other faults that
appear in the work within twelve months after a certificate of its
completion is given by the Engineer- in-Charge shall be rectified by the
contractor.
15. SAFETY MEASURES
Contractor shall take all precautionary measures to avoid any damage to adjoining property. All
necessary arrangement shall be made at his own cost.

Indemnity :
The successful tenderer shall at all times indemnify the department, consequent on this works contract. The successful
tenderer shall be liable, in accordance with the Indian Law and Regulations for any accident occurring due to any
cause and the department shall not be responsible for any accident or damage incurred or claims arising there from
during the period of erection, construction and putting into operation the equipments and ancillary equipment under
the supervision of the successful tenderer in so far as the latter is responsible. The successful tenderer shall also
provide all insurance including third party insurance as may be necessary to cover the risk. No extra payment would
be made to the successful tenderer due to the above.

Warning / Caution Boards


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

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

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

No inflammable materials including P.O.L shall be allowed to be stored in huge quantity at site. Only limited quantity
of P.O.L may be allowed to be stored at site subject to the compliance of all rules / instructions issued by the relevant
authorities and as per the direction of Engineer -in- Charge in this regard. Also all precautions and safety measures
shall be taken by the Contractor for safe handling of the P.O.L products stored at site. All consequences on account of
unsafe handling of P.O.L shall be borne by the Contractor.

16. Special condition for Hardware and Sanitary Wares:

Engineer-in-Charge will take a decision regarding model numbers of equivalent Door/window hardware, sanitary ware
& Water Supply accessories at the time of execution, in case the material, from the manufacturer whose model number
is mentioned, is not available. However, in case, the equivalent model so approved, is cheaper than the model already
mentioned in item/approved makes list, the price adjustment will be made based on the difference in market rate. In
case, the rate of subsequently approved model is more, no extra payment will be made on this account.
17. Ultrasonic Pulse Velocity Method of Test for RCC
The underlying principle of assessing the quality of concrete is that comparatively higher velocities are obtained when
the quality of concrete in terms of density, homogeneity and uniformly is good. The consistency of the concrete as
regards its general quality gets established. In case of poorer quality lower velocities are obtained. If there are cracks,
voids or flaws inside the concrete which come in the way of transmission of pulse, lower velocities are obtained.
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.

Correction-Nil Deletion-Nil Insertion-Nil Overwriting-Nil

AE(P) AE(E)
44

Velocity criterion for Concrete Quality Grading.


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


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.

5% of the total number of RCC members in each category i.e. beam, column, slab and footing may be tested by UPV
test method for establishing quality of concrete. It is suggested that test be conducted on RCC beam near joint with
column, on RCC column near joint with beam, on RCC footings and rafts. On RCC rafts a suitable grid can be worked
out for determining number of tests. In addition, doubtful areas such as honeycombed locations, locations, where
continuous seepage is observed, construction joints and visible loose pockets will also be tested.

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.

Correction-Nil Deletion-Nil Insertion-Nil Overwriting-Nil

AE(P) AE(E)
45

Special Condition for Structural Steel Work


1. The Contractor shall specify the name of workshop where he intends to get the fabrication work carried out.
The fabrication workshop should have facility for at least Automatic continuous submerged arc H beam
welding machine, Automatic paint conveyer system, Max Seam roofing system, shearing machine, CNC
plasma machine, pug mill, edge beveling machine, flame cutting machine, grinders, sand blasting
equipments, facilities for lifting and handling of large span and heavy structural members etc and workshop
shall be approved by the committee constructed by the NIT approving authority.

2. Arch. drawings and structural drawings shall be issued by the Deptt.. Any other relevant information
required for the preparation of fabrication drawings and erection details, shall be provided to contactor by
Engineer-in-charge.

3. Structural steel work shall cover all composite structural works consisting of structural steel and RCC in
combination. It shall also cover steel trusses and misc structural steel frameworks.

4. Preparation and submission of complete detailed shop fabrication drawings based on the architectural and
structural design and drawings including revision in same as per directions of Engineer-in-charge.

5. Submission of revised structural design, with calculations and detailed fabrication drawings, in case any
substitution is required in the designed sections with prior approval of Engineer in charge.

6. Submission of detailed erection plan/methodology for all structural members of structural steel structure,
compatible with the details of fabrication. Also complete drawings & phase wise instructions for all the activities
required to erect steel structure in final position, shall be submitted.

7. Submission of shuttering, staging and scaffolding details for casting of deck slab over the erected "Steel Girders /
structural members as per drawings".

8. Submission of details of specialized agency for steel fabrication in workshop and erection at site of structural
steel work, which the contractor propose to associate for structural steel work. The agency for fabrication of steel
members in workshop and agency for erection of these steel members at site should preferably be same. The
specialized agency should have min. 10 years experience of similar work of fabrication and Erection. Details
should include experience of specialized agency in similar structural steel works, financial capabilities, location
of workshop, fabrication facilities available in fabrication workshop etc.

9. Procurement and testing of all raw structural steel materials in lots for fabrication taking into account wastage
margin etc., including storage and upkeep of the materials.

10. Providing all materials, labour, tools & plant and equipments and all types of consumables required for
fabrication using Gas Metal Arc welding (MIG welding) or Submerged arc welding as per approved structural
drawings including all necessary bolts, nuts, washers with wastage margins.

11. Fabrication of the steel works in accordance with the approved fabrication drawings, including all shop
assembling, matching and marking. Design, manufacture/fabrication and provision of all jigs, fixings,
manipulators etc. required for the fabrication.

12. Suitably marking, bundling and packing for transport of all fabricated materials.

13. Preparing and furnishing detailed bill of materials, drawing Office dispatch lists.
14. Lists and any other lists of bought out items required in connection with the fabrication of the structural steel
work.

15. Loading and transporting all fabricated steelwork and field connection materials including site unloading and
erection of structure in final position with all bolts, nuts, insert plate etc.
Correction-Nil Deletion-Nil Insertion-Nil Overwriting-Nil

AE(P) AE(E)
46

16. The contractor shall provide general assistance during complete erection for solving any problem related to
fabrication or site assembling of the structural steelwork. The contractor shall ensure the presence of the
qualified and experienced Erection Engineer during complete erection work at site.

17. All major/ minor modifications of the fabricated steel structures, as directed by the Engineer-in-charge, including
but not limited to the following:

a) Removal of bends, kinks, twists etc. for parts damaged during transportation and handling.
b) Cutting, chipping, filling, grinding etc. if required or preparation and finishing of site connections.
c) Reaming of holes for use of higher size bolt if required.
d) Re-fabrication of parts damaged beyond repair during transport and handling or prefabrication of parts
which are incorrectly fabricated.
e) Fabrication of parts omitted during fabrications by error, or subsequently found necessary.
f) Drilling of hole, with prior approval of Engineer-in-charge, which are either not drilled at all or are drilled in
incorrect location during fabrication. Drilling of holes for connections of all structural members shall otherwise
be done in fabrication workshop only.

18. Carry out tests in accordance with the related Specification which will be inspected by Engineer-in-charge.
19. Details of erection equipment machinery including capacity & specifications, tools, tackles etc. to be used for
erection purpose.
20. Necessary formwork & staging required for erection of structuel members including design of formwork for all the
anticipated loads.
21. All procedures and tests on welds as per specifications and welded parts to ensure the strength requirements of joints.
22 Submittals : On commencement of the work pertaining to steel structural, the Contactor shall submit the following
in two sets:
a. Detailed baseline program, material procurement schedule, shop/working drawings, submission of samples,
process / methodology of fabrication & delivery to site storage yard and erection at site for the approval of the
Engineer-in-charge.
b. Complete fabrication drawings, schedule of quantity, cutting lists, bolt lists, welding schedules.
c. Results of any tests, as and when conducted and as required by the Engineer-in-charge.
d. Manufacturer's mill test reports/certificates in respect of steel materials, bolts, nuts and electrodes etc. as may
be applicable.
e. A detailed list of all Plant & Equipment such as cranes, derricks, winches, welding sets, all consumables,
grinding and hole drilling machine etc. their make, model, present condition and location, available to the
contactor and the ones he will employ on the job to maintain the progress of work in accordance with the contract.
f. The total number of experienced personnel of each category like fitters, welders, riggers etc., which he intends
to deploy on the project.
23. The Engineer-in - Charge reserves the right to make changes in the design drawings even after release -for
preparation of shop drawings to reflect addition, omission & modifications in data/details and requirements.
Contractor shall consider such changes as part of these Specifications and the contract and no extra claims shall be
entertained on this account.

24. In case of variations in design drawings and specifications, the decision of the Engineer-in-charge shall be final.
Should the contractor, find any discrepancy in the information fumished to him, same shall be immediately brought
to the notice of Engineer-in-charge for resolution. The contractor shall obtain clarifications on discrepancies from
Engineer-in-charge before proceeding with the work.
25. No detailed shop drawings will be accepted for examination by the Engineer-in-charge unless these have first been
completely checked by the contractor’s qualified structural engineer. The contractor shall check and ensure that
detailing of connections is carefully planned to obtain ease in erection of structures, including field bolting or field
connection of temporary structure to permanent structure. Any temporary structure which is used for erection or
launching purpose and required to be welded to permanent structural works shall be accounted for in fabrication
drawings. Permission shall be obtained before welding or holing is done in permanent structures other than as
shown in design drawings or approved fabrication drawings. In case of field bolted connection between temporary
structure and permanent structural works, all necessary holes provision shall be left during fabrication in shop.
26. No fabrication work shall be started by the contactor without approval of Engineer-in-Charge on the relevant
drawings. Approval by the Engineer-in-charge of any of the drawings shall not relieve the contractor of his
Correction-Nil Deletion-Nil Insertion-Nil Overwriting-Nil

AE(P) AE(E)
47

responsibility of workmanship, fit of parts, details, materials and errors or omissions of any work.
27. The contractor shall furnish three sets of prints of shop drawings as advance drawing (for approval) and four set of
prints of all approved final shop drawings along with soft copy in CD/pendrive for field use and record purpose.
28. The drawings prepared by the Contractor and all subsequent revisions thereof shall be at the cost of the Contractor
and no separate payments shall be made for the same. Revisions shall incorporate all modifications, field changes,
substitutions etc. effected.
29. The Contractor shall give due consideration to the need of trial assemblage at shop, weight and size limitation of
elements for transportation from shop to site storage yard/ Erection site, temperature variation of 25 degree
centigrade between the fabrication shop and site, site measurements of as-built dimensions and position of pockets
etc. for bolts and avoidance of site welding except for fixtures.
30. All the drawings shall be prepared in metric units. The drawings should preferably be of A-2 or A- I standard size,
and the details shown therein shall be clear and legible. These drawings shall include but shall not be limited to the
following:
a. Assembly drawings, giving exact sizes of the sections to be used and identification marks of the various sections
members.
b. Dimensional drawings of base plans, anchorage detail of bearing bolts location etc

Correction-Nil Deletion-Nil Insertion-Nil Overwriting-Nil

AE(P) AE(E)
48

Additional Conditions for Structural Design/ Drawings


a. The lowest bidder whose tender is accepted shall associate a structural consultant for
structural analysis, design and preparation of structural drawings for complete building/ boundary
wall for approval by the Engineer-in-Charge. He will submit the credential of the structural consultant
for approval by EE within One week of award of work.

b. The consultant will submit brief design history based on the IS Codes and preliminary sizes of beams
and columns shall be got approved from NIT approving authority before doing analysis for RCC framed
structure within 10 days from the date of award. No payment for structural analysis, design & drawings
shall be made to the contractor. Hence, he has to quote their rates accordingly.

c. The structural analysis, design and drawings shall be first got checked from EE and NIT approving
authority for its correctness in methodology and after go ahead from NIT approving authority, all
structural analysis, design and structural drawings shall be got proof checked from IITs/NITs/Govt.
Engineering College and cost of proof checking shall also be borne by the contractor.

d. During the execution of work if any change or any addition in design/drawings is required by the
Engineer-in-Charge due to site condition or other reason what so ever, the contractor shall change the
design/drawings free of cost.

e. Contractor shall submit four hard copies of “Good for construction” structural drawings duly vetted
by the proof checked consultant / Institute including soft copy of design calculations to Engineer-in-
Charge for his record. The good for construction drawings shall be issued by the Engineer-in-Charge and
work shall be carried out accordingly.

Correction-Nil Deletion-Nil Insertion-Nil Overwriting-Nil

AE(P) AE(E)
49

PARTICULAR SPECIFICATIONS (Civil)


1. EARTH WORK:
Earth work shall be executed as per CPWD specifications 2019, Vol-I& II with upto date correction slips.
In addition to that following specifications shall also be followed:

EARTH WORK FOR MAJOR WORKS


Excavation shall be undertaken to the width of the Basement/Retaining wall footing including necessary
margins for construction operation as per drawing or directed otherwise. Where the nature of soil or the
depth of the trench and season of the year, do not permit vertical sides, the contractor at his own expense
shall put up the necessary shoring, strutting and planking or cut slopes with or without steps, to a safer
angle or both with due regard to the safety of personnel and works and to the satisfaction of the Engineer.
Measurement of excavation for payment shall be done as per the CPWD specifications 2019.

All the major excavation shall be carried out by mechanical excavator. No extra payment shall be made for
that.
The contractor shall make at his own cost all necessary arrangements for maintaining water level, in the
area where works are under execution low enough so as not to cause any harm to the work shall be
considered as inclusive of pumping out or bailing out water, if required, for which no extra payment shall
be made. This will include water coming from any source, such as rains, accumulated rain water, floods,
leakages from sewer and water mains subsoil water table being high or due to any other cause whatsoever.
The contractor shall make necessary provision of pumping, dredging bailing out water coming from all
above sources and excavation and other works shall be kept free of water by providing suitable system
approved by the Engineer-in- charge. In order to avoid possibility of basement floor of main building being
getting uplifted/damaged due to water pressure, the contractor shall lower the ground water table below the
proposed foundation level by boring tube wells all around the proposed building using well point sinking
method or any suitable method as approved by Engineer-in-charge. Sub soil water table shall be
maintained at least 50 cm. below the P.C.C. level during laying of P.C.C. water proofing treatment, laying
of basement raft and beams including filling of earth/sand under the basement floor. The water table shall
not be allowed to rise above base of raft level until completion of outer retaining walls including water
proofing of vertical surface of walls and back filling along the walls upto ground level and until the
structure attains such height to counter balance the uplift pressure. However, the contractor should inspect
the site and make his own assessment about sub-soil water level likely to be encountered at the time of
execution and quote his rates accordingly. Rate of all items are inclusive of pumping out or bailing out
water, if required. Nothing extra on this account whatsoever shall be paid to him. The sequence of
construction shall be got approved by the Engineer-in-charge.
The contractor shall take all necessary measures for the safety of traffic during construction and provide,
erect and maintain such barricades including signs, markings, flags, lights and flagman, as necessary at
either end of the excavation/embankment and at such intermediate points as directed by the Engineer-in-
charge for the proper identification of construction area. He shall be responsible for all damages and
accidents caused due to negligence on his part.
Correction-Nil Deletion-Nil Insertion-Nil Overwriting-Nil

AE(P) AE(E)
50

2. R.C.C. WORK: -The contractor shall use Batch Mix concrete (BMC).
DESIGN MIX CONCRETE.
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 IS: 456, 10262 & SP 23. The Conditions & Specifications stated herein shall have
precedence over all conditions & specifications stated in relevant I.S. Codes/C.P.W.D. Specifications. The
concrete mix shall be designed for the specified target mean compressive strength in order to ensure that
work test result 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 the requirements specified.

(a) The contractor has to submit design mix without use of admixtures.
(b) Admixture may be added (by maintaining the minimum cement content as given under para- 2.1.3) in
case of specific technical requirement so as to meet the workability / slump requirement or for any
other reason but nothing extra is to be paid to contractor on account of adding admixtures.

The sources of coarse aggregate, fine aggregate, water, admixture & cement to be used in concrete work
shall be identified by the contractor & he will satisfy himself regarding their conforming to the relevant
specifications & their availability before getting the same approved from the Engineer-In-Charge.

(a) Coarse Aggregate:- As per CPWD Specifications


(b) Fine Aggregate:- As per CPWD Specifications
(c) Water:- It shall conform to requirements laid down in IS:456-2000 /Para
3.1.1 of CPWD Specifications. If on testing, water from the
source is not found fit for construction, the necessary
arrangement for treatment of water shall have to be made by the
contractor at the site and nothing extra shall be payable for the
same.

(d) Cement:- Portland Pozzolona Cement (Fly ash based), required in


the work from reputed manufacturers of cement as per the
approved make in 50 kg bags bearing manufacturer’s name and
ISI marking, along with manufacturers test certificate for each
lot. Portland Pozzolona Cement is to be used for RCC works
only subject to fulfillment of conditions of circular No.
CDO/SE(RR)/Fly ash (MAN) 02 dated 09.04.09 shall be used
for Design Mix Concrete and shall conform to IS: 1489-Part-I.
However, if the contractor uses higher grade of cement nothing
extra shall be paid.

(e) Admixture/ Plasticizer:- The admixture shall conform to IS: 9103. Whenever
required, the admixture of approved quality & approved make
only shall be used to attain the required workability. Nothing
Correction-Nil Deletion-Nil Insertion-Nil Overwriting-Nil

AE(P) AE(E)
51

extra on account of use of Admixture / Plasticizer shall be


payable.
Water Cement Ratio and Slump :-
In proportioning a particular mix, the manufacturer/producer/contractor shall give due consideration to the
moisture content in the aggregates, and the mix shall be so designed as to restrict the maximum free water
cement ratio to less the 0.5.

Due consideration shall be given to the workability of the concrete thus produced. Slump shall be
controlled on the basis of placement in different situations. For normal methods of placing concrete,
maximum slump shall be restricted to 100mm when measured in accordance with IS:1199.
The minimum cement content, maximum free water-cement ratio and minimum grade of concrete are
individually related to exposure as per Table 5 of IS: 456, 2000 and As per CPWD Specifications 2019
Vol-I & Vol-II with upto date correction slips.

Grade of Concrete: - The compressive strength of various grades of concrete with various
parameters shall be as follows: -
GRADE COMPRESSIVE SPECIFIED MINIMUM MAXIMUM WATER SLUMP
DESIGNATION STRENGTH ON 15 CHARACTERISTIC CEMENT CEMENT RATIO
Cm. CUBES min. 7 COMPRESSIVE CONTENT (Kg.
DAYS (N/mm2) STRENGTH AT 28 Per Cub. Mtr.) (mm)
DAYS (N/mm2)
(i) M-10 As per Design 10 220 0.50 25-75
(ii) M-25 As per Design 25 330 0.50 25-75
(iii) M-30 As per Design 30 350 0.45 25-75

Correction-Nil Deletion-Nil Insertion-Nil Overwriting-Nil

AE(P) AE(E)
52

NOTE:- (i) In the designation of a Concrete mix letter M refers to the mix and the number of the specified
characteristic compressive strength of 15 cm - Cube at 28 days expressed in N/mm2.
(ii) It is specifically highlighted that in addition to the above requirements, the maximum cement
content for any grade shall be limited to 530 kg. / cubic metre.

Characteristic Compressive Strength compliance Requirement

Specified Grade Mean of the Group of 4 Non-overlapping Individual Test Results in


consecutive test results in N/mm2 (Min) N/mm2 (Min)
(1) (2) (3)
M15 ≥Fck + 0.825 x established standard deviation ≥Fck – 3 N/mm2
Or (rounded off to nearest 0.5 N/mm2)
Above Or
Fck +3N/mm2, whichever is greater where fck is
characteristic compressive strength of CC cubeat 28
days.
Note : (i) In the absence of established value of standard deviation, the values given in Table as mentioned
below may be assumed, and attempt should be made to obtain results of 30 samples as early as
possible to establish the value of standard deviation.
(ii) For concrete of quantity up to 30 m3 (where the number of samples to be taken is lessthan four
as per frequency of sampling given in para 2.4, the mean of test results of all
such samples shall be fck + 4 N/mm2, minimum and requirement of minimum individualtest result
shall be fck - 2 N/mm2, minimum. However, when the number of samples is
only on as per para 2.4, the requirement shall be fck+ 4 N/mm2, minimum

The Contractor shall engage one of the following approved laboratories / test house for designing the
concrete mix in accordance with relevant IS Code and to conduct laboratory tests to ensure the target
strength & workability criteria for a given grade of concrete: -
i) IIT Delhi / IIT Roorkee/IIT Jammu /NIT Srinagar
ii) Punjab Engineering College, Chandigarh
iii) National Institute of Technical Teacher Training & Research (NITTTR), Sector-26,Chandigarh
iv) NCCBM, Ballabhgarh

The various ingredients for mix design / laboratory tests shall be sent to the lab / test houses through the
Engineer-in-charge and the samples of such aggregates sent shall be preserved at site by the department.

In the event if all the above laboratories are unable to carry out the requisite design / testing, the contractor
may have it done from any other laboratory with prior approval of the Engineer-in-Charge.

The contractor shall submit the report on design mix from any of above approved laboratories for approval
of Engineer in Charge within 40 days from the date of issue of letter of acceptance of the tender. No
concreting shall be done until the design mix is approved. In case of White Portland Cement and the likely
use of admixtures in concrete with ordinary Portland/White Portland Cement, the contractor shall design
and test the concrete mix by using trial mixes with white cement and / or admixtures also, for which
nothing extra shall be payable.

In case of change of source or characteristic properties of the ingredients used in the concrete mix during
the work, the contractor as per the directions of the Engineer-in-charge shall submit a revised laboratory
mix design report conducted at laboratory established at site.

All cost of mix designing and testing, connected therewith, including charges payable to the laboratory
shall be borne by the Contractor including redesigning of the concrete mix whenever required & as
directed by Engineer-In-Charge.

Correction-Nil Deletion-Nil Insertion-Nil Overwriting-Nil

AE(P) AE(E)
53

The mix design for a specified grade of concrete shall be done for a target mean compressivestrength Tck = Fck
+ 1.65s

Where Fck = Characteristic compressive strength at 28 days.s =


Standard deviation which depends on degree of
quality control.
The assumed values of standard deviation for different grades of concrete shall be as follows: -

GRADE OF CONCRETE STANDARD DEVIATION


M-10 4.0
M-25 4.0
M-30 5.0
M-35 5.0

Note: The above values correspond to the site control having proper storage of cement; weight batching of all
materials; controlled addition of water; regular checking of all materials, aggregate gradings and moisture
content; and periodical checking of workability and strength. Where there is deviation from the above the
values given in the above table shall be increased by 1 N/mm2.

TRIAL BATCHES
(a) The designed mix proportions shall be checked for target mean compressive strength by means of
trial batches.
(b) Minimum three sets of separate preliminary tests shall be carried out for each trial batch of
concrete mix. Each test shall comprise of six specimens and only one test-set of six specimens
shall be made on any particular day.
(c) The quantities of materials for each trial mix shall be sufficient for at least six specimens (cubes)
and the concrete required for carrying out workability tests.
(d) The workability of trial mix No.1 shall be measured and mix shall be carefully observed for
freedom from segregation, bleeding and its finishing characteristics. The water content, if
required, shall be adjusted corresponding to the required changes in the workability.
(e) With the modified Water Content, the mix proportions shall be recalculated by keeping with water
cement ratio unchanged. The mix proportion, as modified, shall form the Trial Mix No.2 and
tested for the specified strength and workability.
(f) In addition, trial mix No.3 and 4 shall be designed by keeping water contents same as that
determined for trial mix 2 but varying the water cement ratio by + 10 percent of the specified
value and tested for their design characteristics.
(g) 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, while the design mix shall be approved only on the basis of test strength at 28 days.

APPROVAL OF DESIGN MIX


The design mix shall be considered satisfactory and approved if at least three preliminary test-sets
individually satisfy the following strength and workability criteria:
(a) The average strength of each test-set is not less than the specified target meancompressive
strength (Tck).
(b) The strength of any specimen cube is not less than 0.85 Tck.
(c) The concrete mix is of required degree of workability and acceptable concrete finish.

General Requirement of Batch Mix Concrete:-


(a) The contractor shall have to use BATCH MIX CONCRETE. The contractor shall ensure that transit
mixtures shall transport the concrete to site. All the precautions shall be taken during the transportation
and handling of concrete to achieve the desired strength, durability, etc. as envisaged in the Mix
Design.
(b) All measuring equipment shall be maintained in a clean and serviceable condition and their accuracy
shall be checked at least once a month.

Correction-Nil Deletion-Nil Insertion-Nil Overwriting-Nil

AE(P) AE(E)
54

(c) Only single sized good quality stone aggregate shall be brought to site of work from the approved
source. The grading of the stone aggregate shall be controlled by blending the aggregate of different
sizes in the required proportions at site of work
The aggregate of different sizes shall be stock-piled separately, preferably a day before use. The
grading of coarse and fine aggregates shall be checked as frequently as possible and asdirected by the
Engineer-In-Charge to ensure that the specified grading and quality of aggregate is maintained.
(d) It is important to maintain the Water Cement Ratio constant at its specified or approved valueby
making adjustment for the moisture contents of both fine and coarse aggregates.

The moisture contents in the aggregate shall be determined as frequently as possible in keeping with the
weather conditions and as per the provisions of IS: 2386 (Part-III).

OTHER OPERATIONS: -
All other operations in concreting work like mixing, slump, laying, placing of concrete, compaction,
curing etc. not mentioned in this particular specifications for Ready Mix of Concrete shall be as per CPWD
Specifications.
SAMPLING:-
General :
Samples from fresh concrete shall be taken as per IS 1199 and cubes shall be made, cured and tested at 28
days in accordance with IS 516. 15.1.1 In order to get a relatively quicker idea of the quality of concrete,
optional tests on beams for modulus of rupture at 72 + 2 h or at 7 days, or compressive strength tests at 7
days may be carried out in addition to 28 days compressive strength test. For this purpose the values should
be arrived at based on actual testing. In all cases, the 28 days compressive strength specified in Table 2 of
code of practice, IS:456 2000 shall alone be the criterion for acceptance or rejection of the concrete.
(a) FREQUENCY OF SAMPLING: -
(i) A random sampling procedure shall be adopted to ensure that the sampling is spread over
the entire period of concreting and cover all mixing units. The concrete work shall be
notionally divided into lots as under for the purpose of sampling conditions.
-- Footings, rafts etc.
-- Columns and walls at all levels.
-- Beams at all levels.
-- Slabs at all levels.
(ii) At least one test sample shall be taken for each lot of concrete work.
(iii) Each grade of concrete shall form different lot for testing.
(iv) The minimum frequency of sampling of concrete of each grade shall be in accordance
with CPWD specification 2019, Vol-I & II with upto date correction slips.
(v) The concrete work shall be assessed on day to day basis & samples shall be taken as
specified.
(vi) Work strength test shall be conducted in accordance with IS: 516 on random
sampling.
However, the minimum frequency of sampling of concrete of each grade shall be in accordance with the CPWD
quality assurance manual -2022
NOTE- At least one sample shall be taken from each Shift. Where concrete is produced at continuous
production unit, frequency of’ sampling may be decided by Engineer-in-charge in such a manner
so as to ensure that each concrete batch shall have a reasonable chance of being tested.

Correction-Nil Deletion-Nil Insertion-Nil Overwriting-Nil

AE(P) AE(E)
55

Test Specimen
Three test specimens shall be made for each sample for testing at 28 days. Additional samples may be
required for various purposes such as to determine the strength of concrete at 7 days or at the time of
striking the formwork, or to determine the duration of curing, or to check the testing error. Additional
samples may also be required for testing samples cured by accelerated methods as described in IS 9103.
The specimen shall be tested as described in IS 516.

TEST RESULTS OF SAMPLES: -


The test results of the sample shall be the average of the strength of three specimens. The individual
variation shall not be more than + 15% percent of the average. If variation is more, the test results shall be
treated as invalid. 90% of the total tests shall be done at the laboratory established at site by the contractor
and remaining 10% in any other laboratory as directed by the Engineer-in-Charge.

ACCEPTANCE CRITERIA
Compressive Strength
The concrete shall be deemed to comply with the strength requirements when both the followingconditions
are met:
a) The mean strength determined from any group of four consecutive test results compiles with the
appropriate limits in col 2 of Table given under para 2.1.4 above.

b) Any individual test result complies with the appropriate limits in col 3 of Table given under para
2.1.4 above.

Quantity of Concrete Represented by Strength Test Results


The quantity of concrete represented by a group of four consecutive test-results shall include thebatches from
which the first and last samples were taken together with all intervening batches.
Where the mean rate of sampling is not specified the maximum quantity of concrete that four consecutive
test results represent shall be limited to 60 m3.
Concrete of each grade shall be assessed separately.
Concrete is liable to be rejected if it is porous or honey-combed, its placing has been interrupted without
providing a proper construction joint, the reinforcement has been displaced beyond the tolerances
specified, or construction tolerances have not been met. However, the hardened concrete may be accepted
after carrying out suitable remedial measures to the satisfaction of theEngineer-in-Charge.

MEASUREMENT –
(i) As per CPWD Specifications 2019, Vol-I & II with upto date correction slips
(ii) In respect of all projected slabs at all levels including cantilever, canopy, the payment for the RCC
work shall be made under the item RCC slabs. The payment for shuttering at the edges shall be
made under item of centering and shuttering for RCC slabs. Nothing extra shall be paid for the
side shuttering at the edge of these projected balconies / projected verandah slabs.
TOLERANCES - As per CPWD Specifications.
RATES: -
(i) The rate includes the cost of materials, labour and T&P, including mixing, placing, transportation
involved in all the operations described above except for the cost of centering, shuttering &
reinforcement which will be paid for separately. It includes finishing i.e. making the top surface of
smooth/in required level with trowel etc.

(ii) 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 contractor. 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
Correction-Nil Deletion-Nil Insertion-Nil Overwriting-Nil

AE(P) AE(E)
56

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 CPWD Specifications.

RCC WORK (ORDINARY)


The work shall be done in accordance with CPWD Specifications 2019 Vol-I & II with upto date
correction slips.

Water Cement ratio for Ordinary RCC work shall not be more than 0.5. Contractor shall use concrete
mixture of proper design having arrangement for measuring water for mixing of concrete.

SPECIFICATION FOR SELF-COMPACTING CONCRETE IN RCC:


The work involves providing and laying in position, machine batched, machine mixed, Self Compacting
Cement Concrete (SCC) produced in automatic plant as per approved design mix using Ordinary Portland
cement with adding cementitious material like fly ash, silica fume etc. as per relevant IS codes and other
relevant international codes with up-to-date amendments at mix design/ development in the laboratory for
Fair Finished reinforced cement concrete work in super structure at all floor levels, including
transportation of concrete through transit mixer to site of laying, finishing, curing, vibrating (if required)
for all leads, all floor levels, all heights and depths, pumping of concrete to site of laying, including
admixtures as per approved RCC Design Mix. The Mix design shall comply with IS 4926, IS 456 design
parameters and IS 516 & BS EN 12350 testing parameters (for parameters mentioned) and shall be got
approved from Engineer-in- Charge before execution of the item. The Self compacting concrete shall
comply to provisions of CPWD Specifications.

FORM WORK
The work shall be done in general as per CPWD Specifications.

a) Aluminium Form Work


RCC work in the boundary wall is to be done by using readymade aluminium formwork for monolithic
RCC construction, if the agency proposes such formwork. The Contractor shall arrange minimum 16 nos.
sets of aluminium formworks or as per the direction of engineer in charge for monolithic concrete
construction (One set includes formworks for all the units on particular one floor with central core
complete, basement, stilt, podium complete such that work could be done parallelly to complete project in
given Timeline ). The aluminium form work should be minimum 4mm thick with aluminium of 6061 T6
Grade. The formwork should be certified by the Firm every month for fitness and usability and execute
further work with the approval of Engineer-in-charge.

b) Form work for other structure


Only M.S. centering / shuttering and scaffolding material unless & otherwise specified shall be used for all
R.C.C. work to give an even finish of concrete surface. However, marine-ply shuttering in exceptional
cases as per site requirement may be used on specific request from contractor to be approved by the
Engineer-in-Charge. But nothing extra shall be paid on this a/c.
Nothing extra shall be paid for the centering and shuttering, circular in shape whenever the formwork is
having a mean radius exceeding 6m in plan.

Nothing extra shall be paid for grid beams and the corresponding slabs having clear span more than 1.20
metres.

Correction-Nil Deletion-Nil Insertion-Nil Overwriting-Nil

AE(P) AE(E)
57

In order to keep the floor finish as per architectural drawings and to provide required thickness of the
flooring as per specifications, the level of top surface of R.C.C. shall be accordingly adjusted at the time of
its centering, shuttering and casting for which nothing extra shall be paid to the contractor except the places
where different type of flooring is provided in the same room.
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. Nothing extra is payable
on this account.

Steel shuttering as approved by the Engineer-in-Charge shall be used by the contractor. Minimum size of
shuttering plates shall be 600mm x 900mm except for the case when closing pieces are required to
complete the shuttering panels.
Dented, broken, cracked, twisted or rusted shuttering plates shall not be allowed to be used on the work.
The shuttering plates shall be cleaned properly with electrically driven sanders to remove any cement
slurry or cement mortar or rust. Proper shuttering oil or de-bonding compound shall be applied on the
surface of the shuttering plates in the requisite quantity before assembly of steel reinforcement.

REINFORCEMENT:-
The reinforcement shall be done as per CPWD Specifications.

The rate of item of reinforcement of RCC work includes all operations including straightening, cutting,
bending, welding, binding with annealed steel wire or welding and placing in position at all the floors with
all leads and lift complete as per CPWD Specifications.

The contractor shall provide approved type of support for maintaining the bars in position and ensuring
required spacing and correct cover of concrete to reinforcement as called for in the drawings, spacer blocks
of required shape and size. Chairs and spacer bars shall be used in order to ensure accurate positioning of
reinforcement. Spacer blocks shall be casted well in advance with approved proprietary pre-
packed free flowing mortars (Conbextra as manufactured by M/s Fosroc Chemicals India
Ltd. or of approved equivalent) of high early strength and same colour as of surrounding concrete.
However, Cover Guard Bars shall also be used to maintain proper cover of RCC Columns in addition to
spacer blocks as mentioned above. Pre-cast cement mortar/concrete blocks/blocks of polymer shall not be
used as spacer blocks unless specially approved by the Engineer-in-charge, rate of RCC items is inclusive
of cost of such cover blocks & Cover Guard Bars.

Correction-Nil Deletion-Nil Insertion-Nil Overwriting-Nil

AE(P) AE(E)
58

PRE-CAST RCC WORK


The work shall be done in accordance with CPWD Specifications.

Pre-cast reinforced concrete units shall be of grade or mix as specified. Provision shall be made in the
mould to accommodate fixing devices such as hooks 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.

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.
In the item of providing and fixing precast reinforced cement concrete in shelves the cost of cutting chases
and making good the same shall be inclusive in the item and nothing extra shall be paid on this account.

3. MASONRY WORK:- .
3.1 Masonry work shall generally be with Autoclaved Aerated Concrete Blocks (AAC) blocks except in wet
areas etc. where FPS Clay bricks shall be used. The classification of bricks brought by the contractor shall
strictly conform to CPWD Specifications – 2019 Vol-1 & II with up to date correction slips or as specified.
The work shall also include for leaving chases / notches for dowels / cramps for all kinds of cladding to
come over brick work.

3.2 Specifications of AAC blocks shall be conforming to IS:2185/1984

3.3 The AAC Blocks wherever used shall be of minimum 200 mm thickness except partition walls where lesser
thickness may be allowed.

3.4 AAC Block Adhesive shall be used for construction of AAC block masonry walls as per the approval of
Engineer in Charge and manufacturer’s specifications. Adequate mesh mechanism of membrane fabric as
per manufacturer specification will be necessary to avoid ingress / transgress of thermal cracks in the joints
of the masonry.

3.5 Wherever required RCC Bands of required thickness (minimum 100mm thick) at every 1.20 metre interval
in vertical plane shall be provided by the contractor in the masonry walls as a part of scope of work. 8mm
dia reinforcement bars may be placed in the RCC band.

3.6 RCC mullion of thickness not less than 100mm and width same as the wall with 02 nos. 10mm dia
reinforcement bars properly tied using 8mm dia U-Shaped binders at spacing not less than 100mm c/c shall
be provided for all door and window openings.

3.7 For Low height Masonry Walls and at the openings of window, RCC Coping of thickness 100mm with 02
nos. 10mm dia reinforcement bars properly tied using 8mm dia U-Shaped binders at spacing not less than
100mm c/c shall be provided and as per direction of Engineer in charge.

3.8 The blocks shall not be soaked in water and instead they shall be dipped in water and taken out
immediately to have only moist surface. The blocks are to be stacked in shaded area.

3.9 It shall be ensured that the lintels rest at either end of window opening only on full block and not on half or
part blocks. Reinforcement shall be placed in the sill course of window openings in two successive
horizontal joints and extend the same at least to 600 mm on either side of the jamb surface.
Correction-Nil Deletion-Nil Insertion-Nil Overwriting-Nil

AE(P) AE(E)
59

3.10 Curing of the masonry shall be done only by spraying water and no flooding shall be done by water jets /
buckets.

3.11 FPS Clay bricks as per CPWD Specifications will be used in the toe wall, boundary wall and other masonry
work in foundation.

3.12 Wherever required and considered by Engineer-in-charge necessary to use clay FPS bricks, the same shall
be used in the work with mortar as per CPWD specification. These shall also in the scope of work and
tendered amount.

4. GRANITE/ MARBLE WORKS


The granite/ marble stonework shall, in general, be carried out as per the CPWD Specifications. The
specifications for dressing, laying, curing, finishing, measurements, rate etc. for the granite/ marble stone
flooring shall be same as that of works for the Marble flooring, skirting and risers of steps under Flooring
Sub Head of the CPWD Specifications. The wall lining / veneer work with granite/ marble stone shall be as
per the CPWD Specifications for Marble work Sub Head.
The decision of the Engineer-in-Charge as regards the approval of the samples for the various types of the
granite/ marble stones shall be final and binding on the Contractor. No claim of any kind whatsoever shall
be entertained from the Contractor on this account. The Contractor shall then procure and get the mock up
prepared at site of work for approval of quality of workmanship and the granite/ marble stone as specified.
The mock up shall be prepared in lift lobby, toilet etc. on one of the floors. The size of the stones shall be
as per the architectural drawings. If the quality of the workmanship and the material is as per the required
standards, the mock up shall be allowed as part of the work and measured for payment and shall not be
dismantled. Otherwise, it shall be dismantled by the contractor as directed by the Engineer-in-Charge and
taken away from the site of the work at his own cost. Nothing extra shall be payable on this account.

That the curvilinear profile of the entrance steps for the building shall be negotiated in segmental manner
(using trapezoidal shaped granite stone pieces with straight edges for treads and rectangular stone pieces
for the risers) and not in curved profiles as specified earlier. However the granite/ marble stone slabs shall
be cut to required sizes and shapes, as per the architectural drawings, to negotiate the curved steps in
segmented manner. The risers shall also be cut to required sizes and shapes and the edges chamfered at the
joints, all as per the architectural drawings. However, the Contractor shall prepare the detailed shop
drawings for the same and commence work only after the approval by the Engineer-in-Charge. The rate
shall also include any consequent wastage, incidental charges involved in this work. Nothing extra shall be
payable on this account. For the purpose of payment, the actual area of each type of granite/ marble stone
as laid shall be measured.

For the steps (risers and treads) in the linear profile, the granite/ marble stone shall be provided in single
pieces up to 2.0m as per the architectural drawings, unless otherwise specifically permitted by the
Engineer-in-Charge. Wherever grooves are required to be provided the same is to be done as per
architectural drawings and as directed by the Engineer-in-charge. Wherever required, the joints shall be
provided as per the architectural drawings. Nothing extra shall be payable on these accounts.

The granite/ marble slabs used for providing and fixing in the sills, soffits and jambs of doors, windows,
ventilators and similar locations shall be in single piece unless otherwise directed by the Engineer-in-
Charge. Wherever stone slab other than in single piece is allowed to be fixed, the joints shall be provided
as per the architectural drawings and as per the directions of the Engineer-in-Charge. In the cabin areas, the
joints in sills shall preferably be provided in line with the partition wall. Depending on the number of
joints, as far as possible, the stone slabs shall be procured and fixed in slabs of equal lengths as per the
architectural drawings and as directed by Engineer-in-Charge.

While fixing the granite/ marble slabs in sills, soffits and jambs of doors, windows, ventilators etc., rebates
shall be made by overlapping the stones at the required places for fixing shutters for doors, windows and
ventilators etc. as shown in the architectural drawings and as per the directions of the Engineer-in-Charge.
Epoxy based adhesives shall be used for fixing the granite/ marble stones to each other, or wherever
required. The authorized overlap as per the architectural drawings or as directed by the Engineer-in-Charge

Correction-Nil Deletion-Nil Insertion-Nil Overwriting-Nil

AE(P) AE(E)
60

shall be measured for payment under the same item. However, any extra mortar thickness required due to
the overlap arrangement shall be deemed to have been included in the rate of this item. Nothing extra shall
be payable on this account. The granite/ marble stone slab shall be fixed over low level storage cabinets
using necessary adhesive as per the manufacturer’s specification. The stone shall have uniform thickness
and shall be provided in sizes as per the architectural drawings. The stone slab shall have uniformly leveled
surface after fixing. All the joints shall be finished smoothly in a workmanlike manner.

The granite/ marble work shall be adequately protected by a layer of Plaster of Paris, which shall be
maintained throughout and removed just before handing over of the works for which nothing extra shall be
payable.

Acceptance Criteria: - The stone/tile work shall carry Five years guarantee after completion of work
against unsound material, workmanship as per guarantee bond. Five years guarantee in prescribed
Performa attached under (As per General Index) must be given by the specified firm, which shall be
counter signed by the contractor, in token of his overall responsibility. 10% (ten percent) of the cost of
these items would be retained as security deposit in addition to normal security deposit of the whole work
and the amount so deducted would be released after five years from the date of completion of the entire
work under the agreement, if the performance of the items is found satisfactory. If any defect is noticed
during the guarantee period, the contractor should rectify it within seven days and if not attended to the
same will be got done from another agency at the risk and cost of contractor. However, this security
deposit can be released in full if bank guarantee of equivalent amount is produced and deposited with the
department

5. SAMPLES FOR STONE WORK


Samples of each item of stone work either individually or in combination shall be prepared for approval of
Engineer-in-charge before commencement of work.

6. WOOD WORK
The wood work in general shall be carried out as per CPWD Specifications 2019 Vol-I & II withup-to-
date correction slips.

The factory shall be got approved from the Engineer-in-charge before commencement of work for factory
made wood work. The sample of timber to be used shall be deposited by the contractor with Engineer-in-
charge before commencement of work.

The shape and size of beading shall be as per drawings. The joints of beading shall be mitred.

Timber shall be of specified species, good quality and well-seasoned. It shall have uniform colour,
reasonably straight grains and shall be free from knots, cracks, shakes and sapwood. It shall be close
grained. The contractor shall deposit the samples of species of timber to be used with the Engineer-in-
Charge for testing before commencement of the work.

Wood work shall not be painted, oiled or otherwise treated before it has been approved by the Engineer-in-
charge. All portion of timber including architrave abutting against masonry, concrete,stone or embedded in
ground shall be painted with approved wood preservative or with boiling coal tar.

The contractor(s) shall produce cash voucher and certificates from approved Kiln Seasoning Plants about
the timber used on the work having been kiln seasoned and chemically treated by them, falling which it
would not be so accepted as kiln seasoned and/or chemically treated.

Transparent sheet glass conforming to IS: 2835 – 1977 shall be used. Thickness being governedas under
unless otherwise specified in the item in wood work/steel work:

Area of Glazing Thickness


(a) For glazing area up to 0.50 sqm 4.0 mm
(b) For glazing area more than 0.50 sqm 6.0 mm

Correction-Nil Deletion-Nil Insertion-Nil Overwriting-Nil

AE(P) AE(E)
61

Factory made wooden flush door shutters shall be carried out as per CPWD specifications 2019,Vol-I & II
with upto date correction slips.

The work shall be executed through specialized agencies to be approved by the Engineer inCharge.

The contractor shall propose well in advance to Engineer-in-Charge, the names and address of the factory
where from the contractor intends to get the shutters manufactured along with the credential of the firm.
The contractor shall place the order for manufacturing of shutters only after obtaining approval of the
Engineer in Charge whose decision in this case shall be final & binding. In case the firm is not found
suitable he shall propose another factory. The factory may also be inspected by a group of officers before
granting approval; shutters shall however he accepted only if these meet the specified test.

Contractor will arrange stage wise inspection of the shutters at factory by the Engineer-in-Charge or his
authorized representative. The contractor will have no claim if the shutters brought at sitein part or full lot
are rejected by the Engineer-in-Charge due to bad workmanship / quality. Such defective shutters will not
be measured and paid. The contractor shall remove the same from the site of work within 7 days after the
written instruction in this regard are issued by the Engineer-in- Charge.

The shutters should be brought at site without primer / painting.

7.0 FIRE CHECK DOOR :


7.1 Specification – CPWD Specification 2019 Vol. I & II with correction slips upto last date of submission of
bid, norms of fire department and IS:3614-2021 (with upto date ammendments) and NBC Code 2016 and
manufacturer’s specification will be followed to meet the criteria mentioned in item or code.
7.2 The Fire Check Doors should be of minimum of 120 minutes fire rating and should conform to the design
and specifications of the prototype used for obtaining the fire rating test certificate.
7.3 Contractor shall be responsible for obtaining “No objection Certification from Fire Department for the
executed work. Accordingly, Metal Fire check door/ window/ partition shall be executed in all Staircase,
Passage, Lobby, Electric shafts and anywhere required at site as per requirement of IS:3614-2021 (with upto
date amendments). The Item should be executed by a specialized agency. Necessary shop drawings for the
fire door /window/ partition shall be prepared by the specialized vendor and submitted to Engineer-in charge
for approval. Only after approval, the specialized vendor goes ahead with procuring and installing the doors,
windows & partitions etc.
Fire check doors shall be of 2-hour fire rated and shall satisfy the performance criteria of Fire Resistance -
Stability, Fire Integrity and Insulation as per IS:3614 (Latest edition) The contractor shall submit
successfully tested prototype test report from CBRI Roorkee of proposed fire door system conforming to the
requirements of Fire Resistance - Stability, Fire Integrity and Insulation as per IS:3614 (Latest edition). The
cost of materials, for testing and transportation/packing, testing charges and other incidental charges, shall be
borne by the contractor.
7.4 Specifications for wooden fire door:
Providing and installing 2 Hours fire rated wooden doors system including fixed panel/ partition of approved
make and duly tested for 120 minutes integrity & 30 minutes Insulation as per the IS:3614-2021 from
NABL/Govt Approved Labs, including Superior class hard wood seasoned second class teakwood frame of
section minimum 120mm x 70mm with Intumescent strip and smoke seal as per provisions of IS:3614-2021,
applying paint and primer as directed by Engineer-in-Charge and fixing arrangements with 3 to 4 nos SS 304
Anchor Fastener per approved make and required size, 4 nos. of stainless steel ball bearing hinges of SS 304
quality to capable of taking load up to 120 Kg of the shutter with SS pin, lock strike plate, shock absorbers as
specified. Door should be min 52mm thick single/ double leaf shutter comprising of 20-25mm thick fire
resistant insulation filler of mineral wool of density 120kg/m3 sandwich with 2 nos. calcium silicate board of
minimum 9mm thick and faced with 3mm thick commercial ply on both the faces and 1mm thick laminate
veneer on both sides of shutter, and season teakwood lipping all around the shutter with heat activated
intumescent fire seal of minimum size 10mm x 4mm in door frame and shutter all sides except bottom. Out
to out dimension with frame shall be measured for payment. Rate shall be inclusive of all above mentioned
components including fire rated shutter with wooden frame, Intumescent strip, smoke seal, fasteners,
hardware fittings etc. all complete.

Correction-Nil Deletion-Nil Insertion-Nil Overwriting-Nil

AE(P) AE(E)
62

7.5 Specifications for Metallic Sheet Fire doors:


Hollow metal Insulated fire rated sublimated Galvanized Steel wooden finish doors tested as per IS
3614:2021 stability, integrity, and insulation & BS 476 Part 20 & 22 for the Fire Rated Application. Pressed
galvanized steel confirming to IS 277.
Frame:
Door frame must be single rebate grooved profile of size as per manufacturers type tested profile made out of
1.20mm (18gauge) minimum thick galvanized steel sheet. Frames shall be mitered only. Frames shall be
field assembled with self tabs. Bolted & butted joints are not acceptable. Frames to have in build grooved
sealing system and shall be site fitted with fire rated EPDM C421 gasket as standard. All provision should be
mortised, drilled and tapped for receiving appropriate hardware. Frames should be provided with back plate
bracket and anchor fasteners for installation on a finished plastered masonry wall opening. Once frame is
installed it should be filled with insulating material as recommended by the manufacturer or engineer in
charge.
Shutters :-
Door leaf shall be minimum 46mm thick wooden finish fully flush double skin door, Insulated with or
without vision panel. Door leaf shall be manufactured from 1.2mm (18guage) minimum thick galvanised
steel sheet. The internal construction of the door should be rigid reinforcement pads for receiving appropriate
hardware. The infill material shall be high density insulation mineral / glass wool of 120 kg/m3 density.
Intumescent seals 15 x 1.5mm to be provided all around the door in addition to the grooved smoke seal. The
edges should be interlocked with a bending radius of 1.4mm, without any tack welding on edges. For pair of
doors integral astragals has to be provided on the meeting stile for both active and inactive leaf. No surface
mounted or weld joint astragals are acceptable. Vision panel wherever applicable should be 6mm clear fire
rated glass as per manufacturers recommendation with a clip-on arrangement Including providing and fixing
of the necessary hardware.
Finish:
All doors and frames shall undergo a sublimation process involving the primary application of pure polyester
powder coating, followed by a secondary application of ink transfer through vacuum film transfer to achieve
approved wooden grain effect on the object. The door shall be passed 1000 hr. salt spray test, with RoHS
quality certification. Fire doors shall be with fire rated hardware and vision panel all as a complete assembly.
Manufacturer test certificate shall cover sizes of all doors supplied. Proper label confirming the type of door
and the hourly rating is mandatory.

8.0 STEEL WORK


All steel work shall be carried out as per CPWD Specifications 2019 Vol-I & II with up-to-date correction
slips.
9. FLOORING
All work in general shall be carried out as per CPWD Specifications 2019 Vol-I & IIwith up-to-date
correction slips.
Whenever flooring is to be done in patterns of tiles and stones, the contractor shall get samples of each
pattern laid and approved by the Engineer-in-charge before final laying of such flooring. Nothing extra
shall be payable on this account.

Different stones / tiles used in pattern flooring shall be measured separately as defined in the nomenclature
of the item and nothing extra for laying pattern flooring shall be paid over and above the quoted rate. No
additional wastage, if any, shall be accounted for any extra payment.

Samples of flooring stones/ Tile (Kota/ Marble/ Granite/ Ceramic tiles/ Vitrified tiles etc.) shall be
deposited well in advance with the Engineer-in-Charge for approval. Approved samples should be kept at
site with the Engineer-in-Charge and the same shall not be removed except with the written permission of
Engineer-in-Charge. No payment whatsoever shall be made for these samples.

Correction-Nil Deletion-Nil Insertion-Nil Overwriting-Nil

AE(P) AE(E)
63

The Marble/ Kota/ Granite or any other stone shall be fully supported by the details establishing the quarry
and its location.
Full width Marble/ Kota/ Granite stone over kitchen platform shall be provided which shall not be less than
900mm long except to adjust for closing pieces. The marble / stone flooring in treads and risers of staircase
shall not be less than 1500mm long except to adjust the closing pieces. Nothing extra shall be paid on these
accounts

Vitrified Tile Flooring


The tiles shall be of approved make and shall generally conform to Table 12 of IS15622.
The full body Vitrified tiles of specified sizes shall be used & sample of tiles shall be got approvedfrom the
Engineer-in-Charge. All tiles shall be rectified and double charge minimum. The Mandatory tests for
vitrified tiles shall be got done as per CPWD Specifications (volume- 1)/relevant BIS Code.

Ceramic Tiles Flooring


The tiles shall be procured from the approved manufactures of the specified shade & colour. The floor
& wall tiles shall be conforming to IS:15622 for floor and wall tiles respectively.

Tiles for dado shall be 300mm x 450mm (minimum size) or more (GROUP-III) as approved. Tiles for
flooring shall be 300mm x 300mm (minimum size) or more (GROUP-V) as approved.Test shall be
conducted to satisfy the quality of material as per CPWD Specifications.

The rate of items of flooring is inclusive of providing sunken flooring in bathrooms, kitchen etc. and
nothing extra on this account is admissible. The proper gradient shall be given to flooring for toilets,
verandah, kitchen, courtyard, etc. as per the directions of Engineer-in-charge.

The entire responsibility for the quality of work will however rest with the building contractor only and he
shall submit a Guarantee Bond as per Proforma at (As per General Index) . 10% (ten percent) of the cost
of all tile items in addition to normal security deposit of the whole work, would be retained as security
deposit and the amount so deducted would be released after Five years from the date of completion of the
entire work under the agreement, if the performance of the items is found satisfactory. If any defect is
noticed during the guarantee period, the contractor should rectify it within seven days and if not attended to
the same will be got done from another agency at the risk and cost of contractor. However, this security
deposit can be released in full if bank guarantee of equivalent amount is produced and deposited with the
department.

Correction-Nil Deletion-Nil Insertion-Nil Overwriting-Nil

AE(P) AE(E)
64

10. WATER PROOFING FOR SUNKEN FLOORS:-


The work shall be got executed from the specialized agency as approved by the Engineer in Charge.

Total quantity of the water proofing compound required shall be arranged only after obtaining the prior
approval of the make by Engineer-in-charge in writing. Materials shall be kept under double lock and key
and proper account of the water proofing compound used in the work shall be maintained. It shall be
ensured that the consumption of the compound is as per specified requirements.

The finished surface after water proofing treatment shall have adequate smooth slope as per the direction
of the Engineer-in-charge.

Before commencement of treatment on any surface, it shall be ensured that the outlet drain pipes
/ spouts have been fixed and the spout openings have been chased and rounded off properly for easy flow
of water.
GUARANTEE BOND FOR ALL WATER PROOFING ITEMS:-
Ten years Guarantee bond in prescribed proforma at (As per General Index) shall be submitted by the
contractor which shall also be signed by both the specialized agency and the contractor to meet their
liability/ liabilities under the guarantee bond. However, the sole responsibility about efficiency of water
proofing treatment shall rest with the building contractor. (Ten per cent) of the cost of water-proofing work
shall be retained as Security Deposition addition to normal security deposit of the whole work and the
amount so deducted would be released after ten years from the date of completion of the entire work under
the agreement, if the performance of the treatment is found satisfactory. If any defect is noticed during the
guarantee period, the contractor shall rectify it within 15 days of receipt of intimation of defects in the
work. If the defects pointed out are not attended to within the specified period, the same will be got done
from another agency at the risk and cost of contractor.

11.0 FINISHING:-
The work shall be done in accordance with CPWD Specifications 2019 Vol-I & II with up-to-date
correction slips and/or manufacturers specifications wherever applicable.

All painting material of approved brand and manufacturer shall be brought to the site of work in the
original sealed containers. The material brought to the site of work shall be sufficient for at least 30 days of
work. The material shall be kept under the joint custody of contractor and representative of the Engineer-
in-charge. The empty containers shall not be removed from the site till the completion of the work without
permission of the Engineer-in-charge.

In the item of finishing walls with water proofing cement paint, only the plain/flat area shall be measured
for payment and nothing extra shall be paid on account of pointed wall surface.

12. SANITARY INSTALLATIONS /WATER SUPPLY / DRAINAGE:-


The contractor shall submit schematic drawing of water supply and sanitary installation showing details of
layout, including internal water supply and drainage details, showing the detail of water supply lines
including fittings diameter wise and fixtures connecting to soil waste through traps and connection of W.C.
to main shaft pipe for drainage including its ventilation system for approval of Engineer-in-Charge.
For the work of water supply and sanitary installations, the contractor shall engage the approved licensed
plumbers and submit the name of proposed plumbing agencies with their credentials for approval of the
Engineer-in-Charge.
The work in general shall be carried out as per CPWD Specifications 2019 Vol-I & IIwith up-to- date
correction slips.
The tendered rates shall include the cost of cutting holes/cores in walls, floors, RCC slabs etc. wherever
required and making good the same for which nothing extra shall be paid.
The Centrifugally spun cast iron pipe IS: 3989-1984 wherever necessary shall be fixed to RCC columns,
beams etc. with rawl plugs of approved quality and nothing extra shall be paid for on this account.
The pig lead to be used in the jointing should be as per CPWD specifications.

Correction-Nil Deletion-Nil Insertion-Nil Overwriting-Nil

AE(P) AE(E)
65

Nothing extra for providing & fixing CP Brass caps /extension pieces wherever required for CP Brass
fittings shall be paid beyond the rates payable for corresponding CP Brass fittings.

The entire responsibility for the quality of work will however rest with the building contractor only and he
shall submit a Guarantee Bond as per Performa at (As per General Index) . 10% (ten percent) of the cost
of these items would be retained as security deposit in addition to normal security deposit of the whole
work and the amount so deducted would be released after five years from the date of completion of the
entire work under the agreement, if the performance of the items is found satisfactory. If any defect is
noticed during the guarantee period, the contractorshould rectify it within seven days and if not attended to
the same will be got done from another agency at the risk and cost of contractor. However, this security
deposit can be released in full if bank guarantee of equivalent amount is produced and deposited with the
department.

Providing, fixing, testing and commissioning of Hubless Centrifugally cast iron pipes and fittings (Epoxy
coated inside & outside) as per ISO: 6594/ IS: 15905 standard and jointing with stainless steel shielded
couplings with a double stainless steel bolt and screw housing incorporating a EPDM rubber gasket as per
IS: 15905/ ASTM 1277 standard inclusive of all necessary specials like bends, tees, offsets, junctions,
cowls, end plug, inspection pipes etc. laid under floor/ fixed on walls and in pipe shafts. The rate shall be
including angle supports, hanger, nuts bolts, anchor fasteners, fixing clamps/ channels with U-Bolts etc.
complete. Hubless cast iron pipes & fitting shall have tested for noise level which shall not be more than 25
dB (A) at 2 L/s.

13. Aluminium doors, windows, ventilators etc. glazing specifications


Extent and Intent: - The work shall be carried out in the factory through an approved Special Agency,
who shall furnish all material, labour, accessories, equipment, tool and plants and incidentals required for
providing and installing anodized/powder coated aluminium doors, windows, claddings, louvers and other
items as called for on the drawings. The drawings and specifications cover the major requirements only.
The supplying of additional fastenings, accessories, fixtures and other items not mentioned specifically
herein, but which are necessary to make a complete installation shall be a part of this contract. Hinges for
open able panel shall be stainless steel friction hinges / stays selected for specified wind load and dead
loads or specifically extruded in-built hinges.

General: - Aluminium doors, windows etc. shall be of sizes, section details as shown on the Architectural
drawings. The details shown on the drawings indicate generally the sizes of the component parts and
general standards. These may be varied slightly to suit the standard adopted by the manufacturers. Before
proceeding with any manufacturing, the contractor shall prepare and submit complete manufacturing and
installation drawings for approval of the Engineer-in-Charge and no work shall be performed until the
approval of these drawings is obtained.

Shop Drawings: - The contractor shall submit the shop drawings of doors, windows, louvers, cladding
and other aluminium work, based on the architectural drawings to the Engineer-in- Charge for his
approval. The shop drawing shall show full size sections of doors, windows etc. thickness of metal (i.e.
wall thickness) details of construction, sub frame/rough ground profile, anchoring details hardware as well
as connection of windows, doors and other metal work to adjacent work. Samples of all joints and methods
of fastening and joining shall be submitted to the Engineer-in-Charge for approval well in advance of
commencing the work.
Samples: - Samples of doors, windows louvers etc. shall be fabricated, assembled in the factory and
submitted to Engineer-in-Charge for his approval. They shall be of sizes, types etc. as decided by
Engineer-in-Charge. All samples shall be provided at the cost of the contractor.

Sections: - Aluminium doors and windows shall be fabricated from extruded sections of profiles as
detailed on drawings. The sections shall be extruded by the manufacturers approved by the Engineer-in-
Charge. The aluminium extruded sections shall conform to BIS designation IIE/IIV 9 WP alloy, with
chemical composition technical properties, as per IS: 733 and IS: 1285. The permissible tolerance of the
extruded sections shall be such as not to impair the proper and smooth function/ operations and appearance
of doors and windows.
Fabrication: - Doors, windows etc. shall be fabricated to sizes at factory and shall be of section, sizes,
combinations and details as shown on the drawings. All doors, windows etc. shall have mechanical joints.
Correction-Nil Deletion-Nil Insertion-Nil Overwriting-Nil

AE(P) AE(E)
66

The joints shall be designed to withstand a minimum wind load of 150 Kg. per Sqm. The design shall also
incur that the maximum deflection of any member shall not exceed 1/175 of the span of the member. All
members shall be accurately machined and fitted to form hairline joints prior to assembly. The joints
accessories such as cleats, brackets etc. shall be of such material as not to cause any bimetallic action. The
design of the joints and accessories shall be such that the accessories are fully concealed. The fabrication
of doors, windows, etc. shall be done in suitable sections to facilitate easy transportation, handling and
installation. Adequate provision shall be made in the door and window members for anchoring to support
and fixing of hardware and other fixture as approved by the Architect.

Anodizing/ powder coating: -All aluminium sections shall be Powder coated (minimum 50 micron
thickness) as per requirement as per IS: 7088 and to required colour as specified in the item as per IS: 1868
grading as specified in item schedule after cutting the member to requisite sizes before the final assembly.
Powder coating shall be of minimum 50 micron thickness. Anodizing confirming to specified grade with
minimum average thickness of 15 microns when measured as per IS: 612. The anodic coating shall be
properly sealed by steams or in boiling water are cold sealing process as per IS:1868/IS: 6057. Polythene
tape protection shall be applied on the anodised section before they are brought to site. All care shall be
taken to ensure surface protection during transportation, storage at site and installation. The tape protection
shall be removed on installation. The sample will be tested in the approved laboratory and cost of samples;
etc. shall be borne by the contractor.

Protection of finish: - All aluminium members shall be wrapped with approved self-adhesive non-
staining. PVC tapes.

Handling and Stacking: -


Fabricated materials shall be carried in an approved manner to protect the material against any damage
during transportation. The loading and unloading shall be carried out with utmost care. On receipt of
material at site, it shall be carefully examined to detect any damaged pieces. Arrangements shall be made
for expeditious replacement of damaged pieces/ parts. Materials found to be acceptable on inspections shall
be repacked in crates and stored safely.

In the case of composite windows and doors, the different units are to be assembled first. The assembled
composite units should be checked for line, level and plumb before final fixing is done. Units may be
serial numbered and identified as out how to be assembled in their final locations if situation so warrants.

The contractor shall be responsible for assembling composite, bedding and filling the grove with
polysulphide sealant inside and outside, at transoms and mullions placing the doors, windows etc. in their
respective openings. After the doors/ windows have been fixed in their correct assigned position, the open
hollow sections abutting masonry concrete shall be fitted with approved polysulphide sealant densely
packed and finished neat.

The contractor shall be responsible for doors, windows, etc. being set straight, plumb, level and for their
satisfactory operation after fixing is complete.

Installation:
Just prior to installation the doors, windows, etc. shall be uncreated and stacked on edge on level bearers
and supported evenly. The frame shall be fixed into position true to line and level using adequate number
of expansion machine bolts, anchor fasteners, of approved size and manufacture and in an approved
manner. The holes in concrete/masonry members for housing anchor bolts shall be drilled with an electric
drill.
The door/ windows assembled as shown on drawings shall be placed in correct final position on the
opening and marks made on concrete members at jambs, sills and heads against the holes provided in
frames for anchoring. The frame shall then be removed from the opening and laid aside. Neat holes with
parallel sides of appropriate size shall then be drilled in the concrete members with an electric drill at the
marking to house the expansion blots. The expansion bolts
shall then be inserted in the holes, struck with a light hammer till the nut is forced into the anchor shell.
The frame shall then be placed in final position in the opening and anchored to the support thought
cadmium plated machine screws of required size and anchored to the support through cadmium plated
machine screws of required size threaded to expansion bolts. The frame shall be set in the opening by
Correction-Nil Deletion-Nil Insertion-Nil Overwriting-Nil

AE(P) AE(E)
67

using wooden wedges at supports and be plumbed in position. The wedges shall invariably be placed at the
meeting at points of glazing bars and frame.

EPDM Rubber / Neoprene gaskets: The contractor shall provide and install EPDM Rubber /
Neoprene gaskets of approved size and profile at all locations as shown and as called for to render the
doors, windows etc. absolutely air tight and weather tight. The contractor shall produce samples of the
gaskets for approval and shall procure the same after approval only.

Fittings: Hinges, stays, handles, tower bolts, locks and other fittings shall be of quality and manufacturer
as approved by the Engineer-in-Charge.

Manufacturer’s Attendance: The manufacturer immediately prior to the commencement of glazing


shall adjust and set all windows and doors and accept responsibility for the satisfactory working of the
opening frames.

Poly-sulphide: The gaps between frames and supports and also any gaps in the door and windows
sections shall be raked out as directed and filled with poly-sulphide of approved colour and make to ensure
complete water tightness. The poly-sulphide shall be of such colour and composition that it would not stain
the masonry/concrete work, shall receive paint without bleeding, will not sag or run and shall not set hard
or dry out under any conditions of weather.The sample of poly-sulphide to be used for this purpose shall
be got approved from theEngineer- in-Charge before its actual use.

Details of Test :
The various tests on aluminium sections shall be conducted in accordance with the relevant IS codes.
The minimum number of tests for anodizing/powder coating and corrosion resistance shall be as given
below: -
Sr. No. Details No. of Tests
1. Doors, windows and ventilators One test for every 1000 kg or part thereof.

The samples of major member of each unit of doors/ windows shall be selected at random by Engineer-
in-Charge as such that all the aluminium section shall be got tested.

Acceptance Criteria: - The entire responsibility for the quality of work will however rest with the
building contractor only. The aluminium work shall carry Five years guarantee after completion of work
against unsound material, workmanship and defective anodizing/ powder coating as per Guarantee Bond.
Five years guarantee in prescribed Performa attached under (As per General Index) must be given by the
specified firm, which shall be counter signed by the contractor, in token of his overall responsibility. 10%
(ten percent) of the cost of these items would be retained as security deposit and the
amount so deducted would be released after five years from the date of completion of the
entire work under the agreement, if the performance of the items is found satisfactory. If
any defect is noticed during the guarantee period, the contractor should rectify it within seven days and if
not attended to the same will be got done from another agency at the risk and cost of contractor. However,
this security deposit can be released in full if bank guarantee of equivalent amount is produced and
deposited with the department.

Rates: -
The rates of the item shall include the cost of materials, labour required in all the above operations.
The rates exclude the cost of stainless steel friction hinges / stays selected for specified wind load and
dead loads or specifically extruded in-built hinges, and rest of the fittings shall also be paid separately.

14. STRUCTURAL GLAZING OF Aluminium Work:


General:
The work shall be carried out through an approved specialized agency, who shall furnish all materials,
labour, accessories, equipment, tool and plant and incidentals required for providing and installing
Structural Glazing work. The specialized agency shall be got approved from the Engineer-in-charge, well
before actual commencement of the item of work. Necessary performance certificates in respect of
agencies proposed to be engaged shall be submitted within 30 days from the date of issue of acceptance
Correction-Nil Deletion-Nil Insertion-Nil Overwriting-Nil

AE(P) AE(E)
68

letter to substantiate technical capability and experience of the agency for prior approval of the Engineer-
in-charge.
The Contract Documents define only the design intent and general performance requirements. The
Contractor is entrusted with total responsibility for design, structural calculations, shop drawings,
fabrications, installation, warranties, certifications and related documentation.

The Contractor shall be entirely responsible for the design, fabrication and erection of the systems, and all
work shall be performed entirely by his own forces.

Design approved metal framing members to accommodate expansion and contraction of components
without buckling, creating stress on glass, structural components and fasteners, joint seals or other
damaging effects.
The Contractor shall provide to sealant manufacturer samples of all relevant substrates, including finished
aluminium, coated glass, gaskets, setting blocks and brackets.

Sealant manufacturer shall perform tests to verify adhesion, staining and chemical compatibility. The
Contractor shall use sealants and substrates only in combinations for which favourable addition and
compatibility results have been obtained.

Aluminium surfaces in contact with mortar, concrete, plaster, masonry, wet application of the fire proofing
and absorptive materials shall be coated with an anti- galvanic, moisture barrier material.

Conceptual design:
• Component and hardware description.
• Design, fabrication & execution methodologies.
• Detailed bar chart & showing all activities from macro to micro details.
• Structural design and engineering fabrication, supply and erection of the Structural/ StructuralGlazing
wall system including but not limited to the following:
• Extrusion aluminium framing members.
• All interior trim covers and closures.
• All anchor clips, fasteners, and brackets.
• Glazing, including materials, gaskets, sealants, spacers and related work.
• A continuous gutter system at each floor of the unitized Structural Glazing wall.
• Field water tests.
Samples:
Sample of one typical panel shall be fabricated, assembled and installed for approval. It shall be of type as
per approved drawings. All samples shall be provided at no cost to the Project In- charge.

Design Considerations:
The Contractor should possess adequate engineering background and facilities inclusive of trained system
personnel from their parent company and should be able to prove their design and engineering capabilities
to meet structural design parameters. The Contractor should carry adequate Professional Indemnity
Insurance supporting a design warranty to the benefit of the Project In-charge. Copies of the same to be
forwarded to the Project In-charge within 2 weeks of signing the Agreement.

The Contractor shall submit structural calculations for the system and it shall be stamped and signed by a
qualified structural engineer, including mock-up complying with current design rules of the relevant
aluminium code include analysis for wind, dead loads, deflections and if appropriate seismic loads on
framing members and anchors. All Structural Glazing shall have mechanical joints shall be designed IS
875.

The design shall also ensure that the maximum deflection of any member shall not exceed 1/175of the span
between supports or 20mm, whichever is less for vertical elements & 1/250 of the span between supports
for horizontal elements. Air leakage through windows should not exceed
0.60 Cu.ft/Sq.ft. Minimum design pressures both inward, outward and acting perpendicular to
glass (including return surfaces) shall be per the requirements the Indian Wind Loading Code IS 875 Part 3
and earth quake regulations.

Correction-Nil Deletion-Nil Insertion-Nil Overwriting-Nil

AE(P) AE(E)
69

The framing members should be designed such that deflection perpendicular to the wall plane of any
unsupported span shall not exceed 1/175 or 20mm whichever is the least, under the required design load
both positive and negative. Also, no failure of structural silicone Jolts, damage to joinery, components, or
permanent set in the framing members in excess of 0.2 percent of the span shall occur under 1.5 times the
design load. Deflection in the wall plane of any glazed horizontal span should not exceed ½ the glass edge
clearance dimension below.

The Contractor shall also submit the calculations for the structural silicone joint, size as required.

Water Tightness:
A complete drainage system must be incorporated into the Structural Glazing wall frame. Water leakage
and condensation shall be drained or discharged to exterior face of the wall and all internal spaces shall be
vented by acceptable means to ensure air-pressure equalization when possible.
Drainage system shall be sealed off per floor height to prevent infiltrated water from leaking to lower
floors.
Movement of water behind and on exposed surfaces must be controlled to ensure that water is not retained
and that elements will not be damaged or corroded by water and to minimize the potential for algae and
fungus growth as a result of standing or trapped water.

Shop Drawings:
The Contractor shall prepare detailed shop drawings incorporating all allowances for construction and
fabrication tolerances.
The Contractor shall submit detailed shop drawings for the Structural wall system, aluminium composite
panel cladding works to the Project In-charge for review.

The Architect’s review will be conformance to the design concept and for the general arrangement only.
And such review shall not relieve the Contractor of any responsibilities as stated herein or any other
applicable items herein specified.

The Shop drawings shall show joinery techniques, provisions for horizontal and vertical expansion, glass
and metal thickness, framing and anchor member profiles, identification all materials including metal
alloys, glass types, fasteners and glazing materials, all shop and field sealants by product name. This shall
also show relative layout of all adjacent walls, beams, columns and slabs with all dimensions to each other
and grid lines/ dimension position of glass edge relative to metal daylight, anchorage details to the
building structure and coping details at the parapet are also to be submitted. The drawing shall also indicate
all gaskets, weather strips and Aluminium extrusions.
Shop Drawings shall be signed and sealed by a Qualified Structural Engineer with specific experience in
Structural Glazing Wall construction and design.

Samples:
The Contractor shall submit samples for review three (3) sets of labelled samples of each required type
and colour of metal finish, on300mm long sections of aluminium extrusion shapes. Samples must show
extremes of colour texture variation. Samples will be reviewed by Project In- charge for colour and texture
only. Compliance with other requirements is the responsibility of the Contractor. Colour and texture range
of production material shall match approved samples.
Project In-charge reserves the right to require samples which will show the fabrication techniques and
workmanship of the component parts, and the design of accessories and other exposed auxiliary items,
before fabrication of this work proceeds.

The Contractor shall also submit samples for review three (3) sets of labelled samples of sealant backers,
anchor components, anchor assemblies and epoxies.

Aluminium:
Extruded aluminium sections should conform to BIS designation HE9WP/HV9WP, the chemical
composition requirements of IS:733, and technical properties as laid down in IS:1285. Standard
commercial tolerances shall apply to finished, fabricated and assembled materials.

Correction-Nil Deletion-Nil Insertion-Nil Overwriting-Nil

AE(P) AE(E)
70

The sections of mullions and transoms shall be designed to withstand deflection and wind pressure as
described in specifications and shall be rigid enough to support and retain the glass and other construction
variation as indicated.
Reinforcing member, where used, shall be completely enclosed and if fabricated from steel shall be
galvanized and protected with two coats of zinc chromate where welded shall be treated in the same way.
The frames shall be formed by integrated PVDF 3 coats (40 – 45 microns) as per AAMA 2605
specification aluminium section with provision to receive fixed glass spandrel and other construction
variation as indicated.

Sections of the frame shall be cut and profiled for assembly in the best workmanlike manner and finished
in a neat and weatherproof construction with proper tempering of aluminium sections.

All dimensions of the Structural Glazing wall shall conform to the overall sizes shown on the drawings.
They shall be fabricated to proven and tested detail designs. All parts shall be suppliedready for fixing and
complete with all necessary fittings. The exact dimensions for frame work shall be physically checked at
site before starting fabrication.

All joints shall be mechanical, jointed with aluminium angles with stainless steel screws.

Silicone Sealant:
The Contractor shall send a sample of PVDF 3 coats (40 – 45 microns) as per AAMA2605 specification
aluminium section & selected glass to the silicon sealant manufacturer and get his approval. A copy of that
certificate to be submitted to Project In-charge. The cost of samples, carriage of the samples and testing
charges, if any shall be borne by the Contractor.

The Contractor shall submit, for record only, glass manufacturer’s written statement that any insulated
glass, reflective glass and spandrel glass is supported by structural silicone is suitable for such application.

The colour/ shade of sealant shall be decided by the Engineer-in-charge and the Contractor to get approval
before procurement.

Glass Specification:
Providing and fixing aluminium semi unitized vertical Structural glazing system with single glass vision
panel and spandrel panel of approved make having main frame of verticals and horizontals made out of
specially designed extruded aluminium sections to withstand wind pressure of 175 kg/sqm at a height of
40m and fabricated, fixed at all levels, elevation and heights to the Masonry
/ RC walls with necessary clamps, brackets and anchor fasteners. All clamps and brackets shall be Mild
Steel Hot dip galvanized minimum 80 microns thick and shall conform to IS: 4759-1996. The extruded
aluminium section shall be anodized in approved colour with an anodic coating of minimum 20 microns.
Extruded section shall be of 6063 T5 or T6 alloy conforming to ASTM B
221. Any other fastening straps, nuts, bolts, rivets, washers, Fire stops at all floor levels etc. shall be in
stainless steel SS 304 grade. All tapes shall be of approved make. The system shall be designed to
withstand a wind pressure of 200 kg/Sqm and shall be fixed to the masonry/RC walls with necessary
clamps, brackets and anchor fasteners, clamps and brackets shall be Hot dip galvanized minimum 80
microns thick all complete as per manufacturer's manual and specifications. The spandrel panel shall have
50mm thick fiber glass insulation of 48 kg/Cum density of approved make conforming to IS-8183 and 1.0
mm thick Twiga black tissue conforming to BS 476 Part 7. This insulation shall be enclosed in a GI tray
fabricated out of 1mm thick. GI sheet and fixed to the glazing framework with stainless steel fasteners. The
gap between the GI framework and the concrete framework shall be sealed with Aluminium flashing fixed
with stainless steel fasteners. All gaps shall be sealed with Silicone sealant of approved brand. Insulation
should be provided in between the Structural glazing aluminium frame work (i.e., behind the spandrel
glazed panel) and the structure. Providing 6 mm thick toughened fully tempered hard coated glass of
blue/green/blue-green or approved colour having VLT = 32 to 48
%, External reflectance= 6 to 16% ,Internal reflection = 8 to 20%, Solar factor = 0.33 to 0.36, U Factor =
2.8 to 3.6 W/sqm K etc.

Correction-Nil Deletion-Nil Insertion-Nil Overwriting-Nil

AE(P) AE(E)
71

Accessories:
Silicon gaskets, weather stripping, extruded seals and spacers, which do not come into contact with
structural silicone sealant shall be of Silicon gasket or approved equivalent. Where in parallel contact with
structural silicone sealants, all gaskets, setting blocks and spacers other than foam glazing tapes shall be of
heat cur silicone rubber, chemically compatible with the silicone sealant and suitable for the specific
purpose intended. All extruded gaskets, weather stripping and spacers other than foam glazing tapes shall
have continuous mechanical engagement to framing members adhesive attachment is not acceptable.
The cladding system shall be constructed with (and shall maintain during its design life) a standard of seal
which shall not result in any reduction of sound insulation performance.
Gaskets, weather stripping and seals used to achieve the required weather proofing and/ or air tightness
shall be selected to accommodate fully the range of dimensional tolerances associated with fabrication and
installation of the cladding system. Gaskets, weather stripping and seals shall be formed from materials
capable of retaining their elastic qualities, dimensions and resistance to physical and chemical attack
sufficient to maintain the full water tightness, air tightness and acoustic performance for the design life of
the Structural wall.
Extruded gaskets, weather stripping, seals and spacers mechanically engaged by flutes or pockets extruded
in framing member shall be installed without residual tension or extension. Dry lubricants may be used to
reduce drag during installation of synthetic rubber extrusions and to induce compression so as to prevent
gradual elastic shrinkage and retraction from their ends. Wet lubricants containing detergent shall not be
used for any purpose which may bring the liquid into contact with the coated surfaces of vision and
spandrel glass.

Fabrication & Installation:


Installation shall be in true line vertically and horizontally.
Work shall be done by competent workmen who are thoroughly skilled in their trade. Assemblies shall be
neat and free of defects that impair strength, function or appearance. The work shall be accomplished in
compliance with the specified criteria without buckling opening or joints. Under stress on fasteners,
sealants and gaskets, opening of welds cracking of glass leakage noises and other harmful effects.

As far as practicable fitting and assembly of the work, shall be done in the shop.

All exposed work shall be carefully matched to produce continuity of line and design.

All joints in exposed metal work, unless otherwise shown or specified shall be accurately fitted end rigidly
secured with joint sizes conforming to industry standards.

Except where otherwise shown specified or directed the method of assembly and joining shall be as per
approved shop drawings. Fabricate and fasten metal work so that the work will not be distorted nor the
fasteners over stressed from the expansion and contraction of the metal.

All welding shall be in accordance with the appropriate recommendations of the Indian welding codes and
shall be done with electrodes and/ or by methods recommended by the manufacturer of the alloys being
welded. All welds behind finished surfaces shall be done as to minimize distortion and/ or dis-coloration
on the finished side. All weld spatter and welding oxides on finished surfaces shall be removed by de-
scaling and/ or grinding.

Unless otherwise shown or specified, all weld beads or exposed surfaces shall be ground and finished to
match and blend with finish on adjacent parent metal. Grinding and polishing of nonferrous metal shall be
done only with clean wheels and compounds free from iron and iron compounds. No soldering and/ or
brazing shall be allowed.

The Contractor shall conceal all the fasteners where visible in the finished work.
All aluminium components shall fabricate before finishing, cutting of components will not be acceptable.
As the building is exposed to varying weather actions, all fasteners shall be stainless steel, self- tapping
screws with Aluminium brackets. Steel anchors shall be pre-holed and galvanized. The bolts shall be steel
chromium plated along with nuts and covered with butyl sealing compound.
Where aluminium comes into contact with masonry, brickwork, concrete, plaster or dissimilar metals, it

Correction-Nil Deletion-Nil Insertion-Nil Overwriting-Nil

AE(P) AE(E)
72

shall be coated with an approved insulation lacquer, paint or plastic tape to ensure that electro-chemical
corrosion is avoided.

The Contractors shall be responsible for placing in position the Structural Glazing wall frames for the
satisfactory performance and should be totally leak proof for a minimum period of ten years Sealant and
Gasket Application Sealant and gasket shall be provided wherever shown in the drawings or required for a
permanently weather tight installation. The sealing mechanism for each location and use shall be as
indicated on drawings in those locations where a mechanism is necessary but is not indicated. It shall be of
type recommended by the Contractor and approved by the Project In-charge.

All adjoining surfaces shall be protected to receive sealants against staining by masking and/ or other
methods.
Joints and joint surfaces shall be clean, dry and free of any material that may have an adverse effect on the
bonding and/ or seal of the sealant and gasket materials.
Apply sealants and gasket under the conditions recommended by the manufacturer(s) Prime all surface to
receive sealants and gasket unless recommended otherwise use no sealant that has started to set in its
container or a sealant that has exceeded the self life published by the manufacturer.
Fill all joints continuously and completely with sealant forming a neat uniform concave bead. Finish the
material flush with adjoining surfaces unless otherwise shown on the drawings. All sealant surfaces shall
be tooled smooth.

Certification:
The Contractor shall submit a letter of certification from the sealant manufacturer stating that the sealant
has been tested for adhesion and compatibility on production samples of metals, glass, and other glazing
components, and that all sealant details and application procedures shown on the reviewed shop Drawings
are acceptable for use.
Where the Structural Glazing wall and other cladding impinges on, intercepts, covers, is attached to or
supported by the work of other trades, for instance at parapet-level junctions with roof membranes and
back-up walls, the Contractor’s shop drawing and location drawings shall clearly distinguish elements and
components of construction by other.

Anchorage System and Building Frame.


Each mullion shall be fixed to the structural slab at each floor level. All steel fasteners shall be galvanized
to minimum 80-90 microns coated with zinc chromate primer and supplied by the Contractor.

Water Tightness:
No gross leakage shall be observed when subject to test for water penetration as described in BS 4315
Part-1.

GUARANTEE:
Contractor & Specialized agency to offer a warrantee on the structural glazing for a period of FiveYears to
be reckoned from the date after the expiry of maintenance period prescribed in the contract of the work
against faulty workmanship, finishing, unsound materials, structural instability and other related problems.
Five Years Guarantee bond in prescribed Performa attached herewith as Annexure-I shall be
submitted by the contractor to meet their liability / liabilities under the guarantee bond.

Five percent of the cost of structural glazing shall also be retained as security deposit and the
amount so withheld would be released after Five Years to be reckoned from the date after the expiry of
maintenance period prescribed in the contract, if the performance of the work done is found satisfactory. If
any defect is noticed during the guarantee period, it shall be rectified by the contractor within seven days of
receipt of intimation of defects in the work. If the defects pointed out are not attended to within the
specified period, the same will be got done from another agency at the risk and cost of contractor.
However, the security deposit deducted may be released in full against bank guarantee of equivalent
amount in favour of Engineer in charge, if so decided by the Engineer in charge.

The Security deposit against this item of work shall be in addition to the security deposit mentioned
elsewhere in contract form.

Correction-Nil Deletion-Nil Insertion-Nil Overwriting-Nil

AE(P) AE(E)
73

ADDITIONAL CONDITIONS OF CONTRACT SPECIFIC TO GREEN BUILDING PRACTICES


The contractor shall strictly adhere to the following conditions as part of his contractual obligations:
1.0 SITE
The contractor shall ensure that adequate measures are taken for the prevention of erosion of the topsoil
during the construction phase.
The Contractor should follow the construction plan as proposed by the Architect /Engineer in Chargeto
minimize the site disturbance such as soil pollution due to spilling
No excavated earth shall be removed from the campus unless suggested otherwise by Engineer in Charge.
All subsoil shall be reused in backfilling/landscape, etc. as per the instructions of the Engineer in Charge.
The surplus excavated earth shall be disposed of by the contractor at his own cost for reuse. Royalty on the
soil is to be deposited with the State Govt. Deptt.
The contractor shall not change the natural gradient of the ground unless specifically instructed by
theEngineer in Charge. This shall cover all natural features like water bodies, drainage gullies, slopes,
mounds, depressions, etc. Existing drainage patterns through or into any preservation area shall not be
modified unless specifically directed by the Engineer-in-charge.
The contractor shall not carry out any work which results in the blockage of natural drainage.
The contractor shall ensure that existing grades of soil shall be maintained around existing vegetation and
lowering or raising the levels around the vegetation is not allowed unless specifically directed by the
Engineer-in-charge.
Overloading of trucks is unlawful and creates the erosion and sedimentation problems, especially when
loose materials like stone dust, excavated earth, sand etc. are moved. Proper covering must take place. No
overloading shall be permitted.
2. CONSTRUCTION PHASE AND WORKER FACILITIES
The contractor shall specify and limit construction activity in pre- planned/designated areas and shall start
construction work after securing the approval for the same from the Engineer in Charge. This shall include
areas of construction, storage of materials, and material and personnel movement.
Preserve and Protect Landscape during Construction
(a) The contractor shall ensure that construction activities should be restricted to the areas outside of the
canopy of the tree, or, from a safe distance from the tree/plant by means of barricading. Trees will not
be used for support; their trunks shall not be damaged by cutting and carving or by nailing posters,
advertisements or other material. Lighting of fires or carrying out heat or gas emitting construction
activity within the ground, covered by canopy of the tree is not to be permitted.
(b) The contractor shall take steps to protect trees or saplings identified for preservation within the
construction site using tree guards of approved specification.
(c) Contractor should limit all construction activity within the specified area as per the Construction
Management Plan (CMP) approved by Engineer in Charge.
(d) The contractor shall ensure that maintenance activities during construction period shall be performed
as needed to ensure that the vegetation remains healthy.
The contractor shall provide potable water for all workers.
The contractor shall provide the minimum level of sanitation and safety facilities for the workers atsite.The
contractor shall ensure cleanliness of workplace with regard to the disposal of waste and effluent; provide
clean drinking water and latrines and urinals as per applicable standard. Adequate toilet facilities shall be
provided for the workman within easy access of their place of work. Toilet facilities shall be provided from
the start of building operations, connection to a sewer shall be made as soon as practicable. Every toilet
shall be so constructed that the occupant is sheltered from view and protected from the weather and falling
objects. Toilet facilities shall be maintained in a sanitary condition. A sufficient quantity of disinfectant
shall be provided. Natural or artificial illumination shall be provided.
The contractor shall ensure that air pollution due to dust/generators is kept to a minimum, preventing any
adverse effects on the workers and other people in and around the site. The contractor shall ensure that the

Correction-Nil Deletion-Nil Insertion-Nil Overwriting-Nil

AE(P) AE(E)
74

speed of vehicles within the site is limited to 10 km/hr.


• Spills of dirt or dusty materials will be cleaned up promptly so the spilled material does not
become a source of fugitive dust and also to prevent of seepage of pollutant laden water into the
ground aquifers.
The contractor shall ensure that no construction leachate (e.g. cement slurry etc.), is allowed to percolate
into the ground.
Staging (dividing a construction area into two or more areas to minimize the area of soil that will be
exposed at any given time) should be done to separate undisturbed land from land disturbed by
construction activity and material storage.
The contractor shall comply with the safety procedures, norms and guidelines (as applicable).
The contractor shall ensure the following activities for construction workers safety, among other measures:
• Guarding all parts of dangerous machinery.
• Precautionary signs for working on machinery
• Maintaining hoists and lifts, lifting machines, chains, ropes, and other lifting tackles in good
condition.
• Durable and reusable formwork systems to replace timber formwork and ensure that
formwork where used is properly maintained.
The storage of material shall be as per standard good practices to the satisfaction of the Engineer in Charge. Watch
and ward of the Contractor’s materials shall be his own responsibility.
The contractor shall provide for adequate number of garbage bins around the construction site and the
workers facilities and will be responsible for the proper utilization of these bins for any solid waste
generated during the construction
Where possible, the contractor shall select materials / vendors, harvested and manufactured
regionally, within a 800-km radius of the project site.
The contractor shall ensure that a flush out of all internal spaces is conducted prior to handover. This shall
comprise an opening of all doors and windows for 14 days to vent out any toxic fumes due to paints,
varnishes, polishes, etc.
Contractor shall make efforts to reduce the quantity of indoor air contaminants that are odorous or
potentially irritating harmful to the comfort and well-being of installer and building occupants. Contractor
shall ensure that the VOC (Volatile Organic Compounds) content of paints, coatings and primers are low.
Water Use during Construction

Contractor should spray curing water on concrete structure and shall not allow free flow of water. Concrete
structures should be kept covered with thick cloth/gunny bags and water should be sprayed on them. Contractor
shall do water poundings on all sunken slabs using cement and sand mortar.
The contractor shall provide O & M Manuals wherever applicable.
3. MATERIALS & FIXTURES FOR THE PROJECT
(i) Contractor will produce wherever feasible certificate regarding distance of the source of the
relevant material.
(ii) Unless otherwise stated cement used at site for mortar, plaster, building blocks, etc. shall be PPC
(Portland Pozzolana Cement). The PPC must meet the requirements of IS 1489 (Part I) as regards
to fly ash content in cement.
(iii) The contractor shall ensure that all paints, polishes, adhesives and sealants used both internally and
externally, on any surface, shall be Low VOC products. The contractor shall get prior approval
from the Engineer in Charge before the application of any such material.
(iv) The contractor shall ensure that all composite wood products/agro-fiber products used for
cabinetwork, etc do not contain any added urea formaldehyde resin.

Correction-Nil Deletion-Nil Insertion-Nil Overwriting-Nil

AE(P) AE(E)
75

4. RESOURCES CONSUMED DURING CONSTRUCTION

(a) The contractor shall ensure that the water and electricity is not wasted during construction. The
Engineer in Charge can bring to the attention any such wastage and the contractor will have to
ensure that such bad practices are corrected.
(b) The contractor shall ensure that all run-off water from the site, during construction is collected and
reused to the maximum.
5. EQUIPMENT
(a) To ensure energy efficiency during and post construction all pumps, motors and engines used
during construction or installed, shall be subject to approval and as per the specifications of the
Engineer in Charge.
(b) Generally, the lighting installed by the contractor around the site and at the labour quarters during
construction shall be CFL bulbs of the appropriate illumination levels.

6. LIST OF FIELD TESTS


i) Particle size and shape
ii) Slump test
iii) Flakiness & Elongation Index tests
iv) Compressive strength (concrete or bricks) test
v) Rebound Hammer test
vi) Bulking of sand
vii) Silt content of sand
viii) Temperature measuring with thermometer with brass protected end 0-200 C

7. FIELD TESTING EQUIPMENT AND INSTRUMENTS


A. Testing Equipment at Field Laboratories

i) Balances
a) 7kg to 10 kg. Capacity, Semi-self indicating type-Accuracy 10 gm
b) 500 gm. Capacity, Semi-self indicating type Accuracy 1 gm
c) Pan Balance – 5 Kg. Capacity, accuracy 10 gm.
d) Weighing scale platform type 100kg capacity.

ii) Sieves: as per IS 460-1962.


a) I.S. Sieves – 450 mm internal dia of sizes 100 mm, 80 mm, 63 mm, 50mm, 40 mm, 25 mm, 20 mm,
12.5 mm, 10 mm, 6.3 mm, 4.75 mm complete with lid and pan.
b) IS Sieves – 200 mm internal dia(brass frame) consisting of 2.36 mm, 1.18 mm, 600 microns, 425
microns, 300 microns, 212 microns, 150 microns, 90 microns, 75 microns with lid and pan.
iii) Sieve shaker capable of 200 mm and 300 mm dia sieves, motorized operated with timing switch
assembly.

iv) Equipment for slump test – Slump Cone, Steel Plate, tamping rod, steel scale, scoop.

v) Duly calibrated 100 tonnes compression testing machine, electrical-cum manually operated.

vi) Graduated measuring cylinders 200 ml capacity


vii) Enamel trays (for efflorescence test for bricks and other tests)
a) 300 mm X 250 mm X 40 mm
b) Circular plates of 250 mm dia
c) 600 mm X 450 mm X 500 mm
d) 450 mm X 300 mm X 40 mm.
viii) ISI marked 150X150X150 mm concrete cube moulds as per site requirement – 18 Nos.
ix) Graduated cylinder 1000 ml. Capacity.
x) Pumps & pressure gauges for hydraulic testing of pipes.
xi) Moisture meter
xii) PH Meter.
xiii) Any other equipment for site tests as outline in BIS and as directed by the Engineer-in-charge.

Correction-Nil Deletion-Nil Insertion-Nil Overwriting-Nil

AE(P) AE(E)
76

B. Field Testing Instruments

i) Steel tapes – 3 m
ii) Digital Vernier Calipers
iii) Digital Micrometer Screw 25 mm gauge
iv) A good quality plumb bob
v) Spirit level minimum 30 cms long with 3 bubbles for horizontal vertical
vi) Wire gauge (circular type) disc.
vii) Foot rule
viii) Long nylon thread
ix) Rebound hammer for testing concrete
x) Magnifying glass
xi) Screw driver 30 cms long
xii) Ball pin hammer, 100 gms
xiii) Plastic bags for taking samples
xiv) Digital Distance meter
xv) Leveling machine
xvi) Theodolite
xvii) Ultrasonic Pulse velocity meter

Note: The above list is only indicative and not exhaustive. (If the contractor fails to bring any of the equipments
mention under A & B of above necessary recovery shall be made from the contractor.

Correction-Nil Deletion-Nil Insertion-Nil Overwriting-Nil

AE(P) AE(E)
77

PROFORMA FOR TESTS CARRIED OUT

NAME OF THE WORK : DIVISION/

AGREEMENT NO. & DATE : SUB-DIVISION

Sl. Item Quantities Frequency as No. of R.A. Uptodate No. of No. of Remarks
No. as per per tests bill quantity tests tests
agreement specification required No. required actually
done
1 2 3 4 5 6 7 8 9 10

Signature of Contractor

Correction-Nil Deletion-Nil Insertion-Nil Overwriting-Nil

AE(P) AE(E)
78

CEMENT/PAINT REGISTER

NAME OF WORK: DIVISION


AGREEMENT NO. SUB-DIVISION

Particulars of Receipt
Source of receipt with details if any

Qty. Returned at the end of day's


Date of manufacture
Date of Receipt

Date of expiry

Date of Issue
Batch No.

Items of work
Qty. Progressive Qty

work
for which
received Total Issued
Issued

1 2 3 4 5 6 7 8 9 10 11

Particulars of Issue

Net Qty. Progressi Daily Balance in Periodical Check


Contractor's Initial J.E.'s Initial
Issued ve Total Hand
By AE By EE
12 13 14 15 16 17 18

Correction-Nil Deletion-Nil Insertion-Nil Overwriting-Nil

AE(P) AE(E)
79

On non-judicial stamp paper of minimum Rs. 100

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


contracts)
Form of Bank Guarantee for Earnest Money Deposit
/performance Guarantee/Security Deposit/Mobilization
Advance

Whereas the Executive Engineer, Jammu Division, CPWD, Jammu on behalf of the Presidentof
India (hereinafter called "The Government”) has invited bids under NIT No.… .................................. ……..
dated for …………….. The Government has further agreed to accept irrevocableBank Guarantee for Rs…
....................................................................................................................................................... (Rupees
…………………………………………..... only) valid upto ……………........ (date)*…as

EMD Declaration Form 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.
OR**
Whereas the Executive Engineer, Jammu Division, CPWD, Jammu on behalf of the President
ofIndia (hereinafter called "The Government”) has entered into an agreement bearing number with
...................................................(name and address of the contractor)..…………………….….
(hereinafter called "the Contractor”) for execution of work : Construction of Boundary wall including
Strengthening of existing boundary wall under “Operation Kawach” at BSF Campus Paloura
(J&K) under Jammu Frontier. (SH:- Complete Civil Work and Electrical Work related to
Sentry Post, Guard Room and Entry Gates) (Package-I)
The Government has further agreed to accept an irrevocable Bank Guarantee for
Rs...................... (Rupees …………………….... only) valid upto ……....... (date).............. as
Performance Guarantee / security Deposit /Mobilization Advance from the said Contractor for
compliance of his obligations in accordance with the terms and conditions of the agreement

2. We, ....................... (indicate the name of the 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 here by undertake to pay the
amount 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 the 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
.................................................................................................................................................... on|y).
4. We, .................. (indicate the name of the 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 and the contractor shall have no claim against us for
making such payment.

Correction-Nil Deletion-Nil Insertion-Nil Overwriting-Nil

AE(P) AE(E)
80

5. We, ..................... (indicate the name of the Bank) ......................, further agree that the Government shaIl
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 exercisable 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 by
reason of any such variation or extension being granted tothe said Contractor orfor 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 be 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 up to ............................................ unless extended on demand by


the Government. Notwithstanding anything mentioned above, our liability against thisguarantee is
restricted to Rs………………………….. (Rupees...................................................................... only)
and unless a claim in
writing is lodged with us within the date of expiry or extended date of expiry of this guarantee, all ourliabilities under
this guarantee shall stand discharged.

DATE .............

Witnesses:

1. Signature……………….. Authorized
signatoryName and address

Name
2. Signature………………..
Name and address
Designation Staff Code No.Bank SealBank
Seal

* Date to be worked out the basis of validity period of 90 days where only financial bids areinvited and
605 days for two/three bid system from the date of submission of tender.
**In paragraph 1, strike out the portion not applicable. Bank Guarantee will be made either forearnest
money or for performance guarantee/security deposit/mobilization advance, as the case may be.

Correction-Nil Deletion-Nil Insertion-Nil Overwriting-Nil

AE(P) AE(E)
81

GUARANTEE BOND TO BE EXECUTED BY THE CONTRACTOR


FOR REMOVAL OF DEFECTS AFTER COMPLETION IN RESPECT OF
WATER-PROOFING WORKS (All Water - Proofing Items).

The agreement made this.................... day of ................. (Two Thousand only) ..............
between ....................................S/o ...................................................... (hereinafter called the GUARANTOR of the
one part) and the PRESIDENT OF INDIA (hereinafter called the Government of the other part)

WHEREAS THIS agreement is supplementary to a contract (Hereinafter called the Contract) dated
...................... and made between the GUARANTOR OF THE ONE PART AND the Government of the other part
whereby the contractor inter alia undertook to render the building and structures in the said contract recited
completely water and leak-proof.

AND WHEREAS THE GUARANTOR agreed to give a guarantee to the affect that the said work will
remain water and leak proof, for ten years from the date of completion of work.

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

The decision of the Engineer-in-charge with regard to nature and cause of defect shall be final and binding
on Guarantor.

During this period of guarantee, the guarantor shall make good all defects and in case of any defect being
found render the building water proof to the satisfaction of the Engineer-In-Charge calling upon him to rectify the
defects failing which the work shall be got done by the Department by some other contractor at the Guarantor’s cost
and risk. The decision of the Engineer-in-charge as to the cost payable by the Guarantor shall be final and binding.

That if the guarantor fails to execute the water proofing or commits breach there under, then the guarantor
will indemnify the principal and his successor against all loss, damage, cost expense or otherwise which may be
incurred by him by reason of any default on the part of the GUARANTOR in performance and observance of this
supplementary agreement. As to the amount of loss and/or damage and / or cost incurred by the Government, the
decision of the Engineer-in-charge will be final and binding on both the parties.

IN WITNESS WHEREOF these presents have been executed by the obligator .................................. and
........................................ by....................................... for and on behalf of the PRESIDENT OF INDIA on the day,
month and year first above written.

SIGNED, sealed and delivered by OBLIGATOR in the presence of :-

1. ................................................ 2. ...........................................

SIGNED FOR AND BEHALF OF THE PRESIDENT OF INDIA BY ................................... in the


presence of :-

1. ............................................... 2. ..........................................

Correction-Nil Deletion-Nil Insertion-Nil Overwriting-Nil

AE(P) AE(E)
82

LIST OF PREFERRED MAKES FOR CIVIL WORKS


Name of work: Construction of Boundary wall including Strengthening of existing boundary wall under
“Operation Kawach” at BSF Campus Paloura (J&K) under Jammu Frontier. (SH:- Complete Civil Work
and Electrical Work related to Sentry Post, Guard Room and Entry Gates) (Package-I).
LIST OF PREFERRED MAKE
Sr.No. Name of Product/ Material Preferred Brand Names
1 ORDINARY PORTLAND CEMENT ACC, ULTRATECH, SHREE CEMENT, AMBUJA,
(GREY) (43 GRADE) JAYPEE CEMENT & J.K. CEMENT, BIRLA
2 PORTLAND POZZOLONA CEMENT ACC, ULTRATECH, SHREE CEMENT, AMBUJA,
(GREY) (43 GRADE) JAYPEE CEMENT & J.K. CEMENT, BIRLA
3 WHITE CEMENT J.K.WHITE, ULTRATECH CEMENT LIMITED, BIRLA
WHITE
4 REINFORCEMENT STEEL SAIL, TATA STEEL LTD., RINL, JSW STEEL LTD,
JINDAL STEEL & POWER LTD.(PANTHER)
5 ADMIXTURES CICO, FAIRMATE, HIND PLAST SUPER,
SUPAPLAST, SIKA, FOSROC, ASIAN PAINTS
SMARTCARE, FERROUSCRETE
6 WATER PROOFING COMPOUND FOSROC, CICO, KRYTON, BUILDMATE, PIDLITE,
FAIRMATE, SIKA, ASIAN PAINTS SMARTCARE,
FERROUSCRETE
7 AUTOCLAVED AERATED BLOCKS BILTECH, ECO GREEN, FINECRETE, J.K. LAKSHMI
CEMENT LTD., FERROUSCRETE, R.S.GREEN,
AEROCON, CLAVECON
8 POLYMER MODIFIED ADHESIVE FOR MYK LATICRETE, FERROUS CRETE, ARDEX
AAC BLOCKS ENDURA, ULTRATECH, SIKA.
9 FACTORY MADE PANELLED & WIRE M/S JAIN WOOD INDUSTRIES, KUTTY DOORS,
GAUGE WOODEN DOOR/ WINDOW SAMRAT PLYWOOD, NEW JAGDAMBA DOORS,
SHUTTERS. MERINO, KITPLY, JAIN DOORS PVT. LTD.
10 FLUSH DOOR SHUTTERS KUTTY FLUSH DOOR, SAMRAT LAMINATE,
NATIONAL PLYWOODS, JAIN WOOD INDUSTRIES,
MERINO, MINIMAX, CENTURY, ORION,
JAIN DOORS PVT. LTD.
11 BLOCK BOARD MERINO, MINIMAX, NATIONAL, ARCHIDPLY,
JAYNA, CENTURY.
12 LAMINATES SAMRAT, VIRGO, MERINO, ARCHIDPLY,
CENTURY LAMINATES, GREENLAM
13 PRE-LAMINATED PARTICLE BOARD ARCHIDPLY, CENTURY PLY BOARDS, ECOBOARD

14 PARTICLE BOARD (MEDIUM DENSITY)/ CENTURY, EVERGREEN BOARDLAM, ECOBOARD


VENEERED PARTICLE BOARD

15 PRE-LAMINATED MEDIUM DENSITY CENTURY, GREEN PLY, MERINO, ECOBOARD


FIBRE BOARD
16 OMS/ MS DOOR FITTINGS ASHISH, AGGARWAL STEELS, MANU
ENGINEERING COMPANY, M.C. MOWJEE & CO.,
SHRI GANPATI DOORS
17 TOILET CUBICALS GREELAM, MERINO, DORMA, PRAYAG,
FUNDERMAX, CENTURY
18 STAINLESS STEEL DOOR/ WINDOW DORMA, ASSA ABLOY, GEZE, D-LINE, KICH ,
HARDWARE FITTINGS (FIRE RATED GODREJ , HAFELE , PRAYAG
AND NON-FIRE RATED)

Correction –Nil Deletion-Nil Insertion-Nil Overwriting -Nil

AE(E)
AE(P)
83

19 ANODISED/ ZINC ALLOY/ ALUMINIUM PULSE, SAVIO, HOPPE, ALUTECH


HARDWARE DOOR/ WINDOW FITTINGS
20 FRP DOOR FRAMES & SHUTTERS ASHISH INDUSTRIES, JAYNA, SAINIK (CENTURY
PLYWOOD), SELECTED PRODUCTS CO., JAIN
DOORS PVT. LTD.
21 uPVC WINDOWS/ DOORS VEKA, FENESTA, REHAU,PROMINANCE WINDOW
SYSTEM, ALUPLAST , ENCRAFT, KOMMERLING
22 uPVC WINDOW/ DOOR HARDWARE PULSE, HOPPE, GU, ROTO, GODREJ, KINLONG,
FITTINGS (ZINC ALLOY) PRAYAG, KOMMERLING
23 WINDOWS BLINDS VISTA, MAC, HUNTER, DOUGLAS, DE-DÉCOR
24 STRUCTURAL STEEL SUCH AS MS SAIL, TATA STEEL, RINL, JINDAL STEEL &POWER
FLATS, SQ.BARS ANGLES ETC. LTD. AND JSW STEEL LTD.
25 FIRE RATED DOORS (METTALIC/ NON NAVAIR, PROMAT, SYNERGY THRISLINGTON ,
METTALIC) BHAWANI FIRE (M/S BHAWANI FIRE PROTECTION
PVT. LTD.) , ASES (AGNI SURAKSHA), SHAKTI
HORMANN
26 HOT-ROLLED STEEL SECTIONS FOR MS NAV DURGA STEEL CORPN, CRM STEELS P. LTD,
DOORS, WINDOWS AND VENTILATORS SHYAM ISPAT UDYOG
27 MILD STEEL DOOR, WINDOWS & FRIENDS MANUFACTURING COMPANY,
VENTILATORS MANUFACTURERS KOTKAPURA, PD INDUSTRIES, SHAKTI
INDUSTRIES, STEELMAN INDUSTRIES, SKS STEEL
INDUSTRIES
28 PRESSED STEEL DOOR FRAMES ASHISH INDUSTRIES, ASHWANI & SONS, SHRI
MANUFACTURERS GANPATI DOORS, APL APOLLO

29 HOLLOW STEEL SECTIONS JINDAL INDUSTRIES, TATA STEEL, STEEL &


METAL TUBES (INDIA) PVT. LTD. APL APOLLO
30 STEEL TUBES FOR STRUCTURAL STEEL JINDAL INDUSTRIES, TATA STEEL, STEEL &
METAL TUBES (INDIA) PVT. LTD. APL APOLLO
31 DASH/ ANCHORING FASTENERS, HILTI , FISCHER, CKW, WUERTH
BOLTS, SCREWS AND NUTS.
32 STAINLESS STEEL RAILING DORMA, KICH, OM STEEL , D-LINE.
33 CHEQUERRED PRE-CAST CC TILES NTC, SWASTIK TILE, POOJA CONCRETE
FABRICATORS, GTC. DALAL TILES
34 CERAMIC TILES SOMANY, KAJARIA, SEGA GRANITO LLP,
ORIENTBELL, ASIAN GRANITO INDIA LTD.,
JOHNSON
35 VITRIFIED TILES SOMANY, KAJARIA, SEGA GRANITO LLP,
ORIENTBELL, ASIAN GRANITO INDIA LTD.,
JOHNSON
36 ADHESIVE/ GROUTING FOR USE WITH FERROUSCRETE, MYK LATICRETE, ARDEX
TILES EDURA, FAIRMATE, DURA BUILD CARE,
GRESBOND
37 WOODEN LAMINATE FLOORING PERGO, KRONOTEX, FLORENCE, UNITEX, ACTION
TESA
38 UNPLASTICISED RIGID PVC PIPE & SUPREME, FINOLEX, PRINCE, KISAN, DIPLAST,
FITTINGS PRAYAG
39 GALVANISED STEEL SHEETS SAIL, TATA, JINDAL, NCL
(UNCOATED & PRE-COATED)
40 ROOFING SHEETS (GALVALUME) CRIL, LLOYDS, INTERACH, MULTICOLOR,
BHUSHAN POWER STEEL
41 FALSE CEILING- GYPSUM/ GRG(GLASS SAINT GOBAIN, VANS GYPSUM, USG BORAL,
REINFORCED GYPSUM ) LLYOD, DIAMOND CEILING, GYPTECH
42 FALSE CEILING- METAL ARMSTRONG, DEXUNE, SAINT GOBAIN, HUNTER
DOUGLAS, GYPTECH, ANAKON, Hi-STEEL,
WESTERN INFRABUILD
Correction –Nil Deletion-Nil Insertion-Nil Overwriting -Nil

AE(E)
AE(P)
84

43 FALSE CEILING- CALCIUM SILICATE HILUX, AEROLITE, ARMSTRONG, PROLAD,


ANAKON
44 FALSE CEILING-MINERAL FIBRE ARMSTRONG, DEIKEN, DEXUNE, SAINT GOBAIN,
PROLAD, ANAKON, GYPTECH
45 ACCOUSTIC: GLASS / WOODEN FIBRE ARMSTRONG, DEXUNE, ACCOUSTIBLOK,
FALSE CEILING AND WOODEN/ FABRIC HIMALYAN ACOUSTICS, ANUTONE, GYPTECH,
WALL LINING PROLAD, ANAKON
46 FALSE CEILING-ALUMINIUM POWDER ARMSTRONG, DEXUNE, SAINT GOBAIN, HUNTER
COATED DOUGLAS, Hi-STEEL
47 LIGHT WEIGHT GYPSUM PLASTER SAINT GOBAIN, ULTRATECH, FERROUS CRETE,
USG BORAL, WESTERN
48 OIL BOUND DISTEMPER/ ACRYLIC NEROLAC ACRYLIC DISTEMPER, TRACTOR
DISTEMPER * ACRYLIC DISTEMPER (ASIAN PAINTS) , MAXILITE
ACRYLIC DISTEMPER (ICI), BISON ACRYLIC
DISTEMPER (BERGER).
49 INTERIOR EMULSION/ PLASTIC DULUX, ASIAN, NEROLAC, BERGER
EMULSION*
50 ACRYLIC SMOOTH EXTERIOR PAINT* DULUX, ASIAN, NEROLAC, BERGER
51 DRY DISTEMPER* NEROLAC, BERGER, ASIAN PAINTS, ICI, JENSON &
NICHOLSON (J&N)
52 TEXTURED EXTERIOR PAINT* NEROLAC, BERGER, ASIAN PAINTS, ICI
53 SYNTHETIC ENAMEL PAINTS* DULUX, ASIAN, NEROLAC, BERGER
54 WOOD PRIMER* DULUX, ASIAN, NEROLAC, BERGER
55 STEEL PRIMER* DULUX, ASIAN, NEROLAC, BERGER
56 EXTERIOR WALL PRIMER* DULUX, ASIAN, NEROLAC, BERGER
57 WALL PUTTY (WHITE CEMENT BASED) BIRLA WALL CARE, JK WHITE, SARA WALL
PUTTY, FERROUSCRETE , ASIAN PAINTS,
WESTERN INFRABUILD

58 POLYMER MODIFIED SELF CURING MYK LATICRETE, FERROUS CRETE, ARDEX


PLASTER ENDURA, ULTRATECH, WESTERN
59 PAVER/ GRASS PAVER BLOCKS & KERB NATIONAL TILES CORPORATION, SARAL IMPEX,
STONES BALAJI TILES, METRO PAVERS, MGM INFRA,
KRISHNA TILES, DALAL TILES
60 VITREOUS CHINA SANITARY WARE HINDWARE, KOHLER, CERA, JAQUAR,
PARRYWARE,KAJARIA SANITARY WARE, JOHNSON,
EURONICS, SOMANY
61 WHITE VITREOUS CHINA UNDER CERA, HINDWARE, PARRYWARE, JOHNSON
COUNTER RECTANGULAR BASIN PEDDER,SOMANY, RAK, PRAYAG
62 PLASTIC FLUSHING CISTERN FOR WC JINDAL, STEEL BIRD, SEEMLINE, VIKRAM PLASTIC,
AND URINALS PRAYAG POLYMERS (P) LTD.
63 PLASTIC SEAT COVER OF W.C. AJANTA POLYMERS, JINDAL MALPINE, JAIN
POLYMERS, PRAYAG
64 STAINLESS STEEL SINK ALLEX, JAYNA, JMD INTERNATIONAL, STEEL
CRAFT, SILVER SHINE, PRAYAG, NILKANTH , NIRALI
, ROCA , HAFELE
ATUL, MODIGUARD, GOLDEN FISH, PRAYAG, SAINT
65 MIRROR GLASS
GOBAIN
66 CENTRIFUGALLY CAST (SPUN) IRON NECO, BENGAL IRON, DURGAPUR ISPAT UDYOG,
PIPES AND FITTINGS SINGHAL IRON FOUNDRY (SKF), KAPILANSH DHATU
UDYOG PVT. LTD., RPMF, HIF.
67 HUBLESS CENTRIFUGALLY CAST NECO, RAJ PATTERN MAKERS & FOUNDERS,
(SPUN) IRON PIPES SINGHAL IRON FOUNDRY (SKF), BIC, PAM-SAINT
GOBAIN

Correction –Nil Deletion-Nil Insertion-Nil Overwriting -Nil

AE(E)
AE(P)
85

68 CP FITTINGS & ACCESSORIES CERA, JAQUAR, HINDWARE, KEROVIT, PRIMA,


JAINKO, JAL, KINGSTON, PRAYAG,EURONICS
69 BRASS STOP & BIB COCK DHAWAN SANITARY UDYOG, JAINKO, SHAKTI,
VARDHMAN INDIA PRODUCTS, PRAYAG
70 FERRULES FOR WATER SUPPLY HIND METAL WORKS, KRITIKA, DRP, SHAKTI
71 BALL COCK WITH ROD RESP FAUCET INDUSTRIES, DHAWAN SANITARY
UDYOG, NEW METAL WORKS, KPR, PRAYAG.
72 POLYETHYLENE WATER STORAGE SINTEX, VECTUS, KAVERI, PRAYAG, SHEETAL ,
TANK SUPREME, POLYPLAST
73 STONEWARE PIPES & GULLY TRAPS SORKHI INDUSTRIES, RK INDUSTRIES, NAVNEET,
MOLI CERAMICS, OCR, ANAND, PERFECT, TAYA,
PARRY, BURN, ANAND, HIND
74 PRE-CAST CONCRETE PIPES (NON- RAMNIK, BFSP, JAGDAMBEY SPUN PIPE, GURKIRPA
PRESSURE) SPUN PIPES
75 GI PIPE JINDAL (HISSAR), TATA, BST, BHUSHAN POWER
STEEL , APL APOLLO, SAIL, PRAKASH SURYA
76 GI FITTINGS UNIK, AVR, ZOLOTO, SANT, HBI, C-BRAND, NVR, ICS,
KS
77 C-PVC PIPE PRINCE, JINDAL (FLOWKEM), ASTRAL, AJAY
POLYMERS, SUPREME, FINOLEX, JAIN PIPES,
PRAYAG
78 WATER METER CRESCENT, PRINCE, FEDREL, DASHMESH, NBESON,
SANT
79 GUN METAL GATE, GLOBE, CHECK LEADER, ZOLOTO, SANT, RAJAN METAL
VALVES & NON-RETURN VALVES INDUSTRIES,SIR, H.B. METALS, HVI, NVR.
80 CENTRIFUGALLY CAST (SPUN) IRON TRU FORM ENGINEERS, KAPILANSH,
PIPES (CLASS LA). ELECTROSTEEL, HITECH METAL CASTINGS, SKF,
NECO, BIC, PAM-SAINT GOBAIN
81 C.I. SLUICE VALVES & REFLEX VALVES ZOLOTO INDUSTRIES, SANT VALVES, AMCO
INDUSTRIES, KIRLOSKAR, SIR, RATAN INDUSTRIAL
CORPORATION, HVI, NVR.
82 STAINLESS STEEL PIPES & FITTINGS JINDAL STAINLESS STEEL, OM STEEL GROUP, V
STEEL, VIEGA, RAMPART INDIA PVT. LTD., J-PRESS
83 DUCTILE IRON PIPES & FITTINGS JINDAL SAW LTD, ELECTRO STEEL,
CHANDRANCHAL INFRA, ELECTROTHERAM
84 C.I./ D.I. MANHOLE COVERS & FRAMES SWASTIKA ENTERPRISES, BENGAL IRON
CORPORATION, NECO, BINAY UDYOG,
CHANDERANCHAL
85 WATER REPELLANT SILANE PIDILITE, FERROUS CRETE, ARDEX ENDURA, ASIAN
CHEMICAL PAINTS SMARTCARE
86 CORROSION INHIBITORS, MICRO FOSROC, SIKA, BASF, ASIAN PAINTS SMARTCARE
CONCRETE AND MORTAR, CARBON
FIBER WRAP, REHABILITATION &
RETROFITTING PRODUCTS.
86 ALUMINIUM SECTIONS DOORS / HINDALCO, JINDAL, INDIAN ALUMINIUM CO.
WINDOWS LUMANI
87 BASIC/ TOUGHENED ETC. GLASS SAINT GOBAIN, ASAHI, MODI, GOLD PLUS GLASS,
PILINGTON.
88 APPROVED PROCESSORS FOR ART & GLASS, MIRAGE TOUGHENED GLASSES (P)
PERFORMANCE GLASS/ TOUGHENED LTD., AAR PAR GLASS, VERMA GLASS.
GLASS/ HERMETICALLY SEALED/
LACQUERED GLASS etc.
89 STRUCTURAL GLAZING ALCOB, ALUPRO, ALUPLAX, SP FABRICATORS,
SAINT GOBAIN, GLAVERBEL.
90 FAÇADE GLASS OPENABLE FITTINGS ALUALPHA, SAVIO, HOPPE, ALUTECH
91 GLASS FAÇADE/ GLASS CANOPY WITH ALCOB, ALUPRO, ALUPLAX, SP FABRICATORS,

Correction –Nil Deletion-Nil Insertion-Nil Overwriting -Nil

AE(E)
AE(P)
86

SS SPIDER FITTINGS SAINT GOBAIN, GLAVERBEL.

92 FRAMELESS GLAZING WITH SS PATCH DORMA, ASSA ABLOY, GEZE, D-LINE,KICH


FITTINGS
93 ALUMINIUM COMPOSITE PANEL ALUCOBOND, VIRGO, ALUDECOR
94 HIGH PRESSURE LAMINATE VIRGO , MERINO, GREENLAM
95 MODULAR FURNITURE (FACTORY GODREJ, DURIAN, FEATHERLITE, STEELCASE,
MADE) HERMANMILLER, HAWORTH,
ROCKWORTH,GEEKAN
96 READY MIX PLASTER KERAKOLL , ARDEX ENDURA, FERROUS CRETE

97 CRYSTALLINE ADMIXTURE TASMEK, GRACE, BULWARK

* Batch test certificate of Paints and Primer shall be supplied along with each lot.

Note: (i) The Superintending Engineer, Jammu Circle, CPWD, Jammu


reserves the right to add or delete any materials and brands in the list of
preferred materials/ brands.
(ii) Any materials/ brands bearing ISI mark can be used in the work with
the prior approval of Superintending Engineer, Jammu Circle, CPWD,
Jammu.

Correction –Nil Deletion-Nil Insertion-Nil Overwriting -Nil

AE(E)
AE(P)
87

Government of India
Central Public Works Department

Name of work: Construction of Boundary wall including Strengthening of existing boundary wall under
“Operation Kawach” at BSF Campus Paloura (J&K) under Jammu Frontier. (SH:- Complete Civil Work
and Electrical Work related to Sentry Post, Guard Room and Entry Gates) (Package-I).

PART B
(Electrical work)

_____________________________________________________________________________________
Correction-Nil Deletion-Nil Insertion-Nil Overwriting-Nil

AE(P) AE(E)
88
S C H E D U L E A TO F FOR ELECTRICAL WORK

Schedule of quantities Page No. 129-133 ( Elect. Work)


Estimated Cost put to tender - Total Rs. 35,58,30,009/-
(Civil Rs. 35,37,21,998/-
Elect. Rs. 21,08,011/-

SCHEDULE B
Schedule of materials to be issued to the contractor

Rates in figures & words of


SL No. Description of item Quantity Which the material will be Place of issue
Charged to the contractor
1. 2 3 4 5

………………………………………………NIL……………………………………………………

SCHEDULE C

Tools and plants to be hired to the contractor.

Sl. No Description Hire charges per day Place of issue


1. 2 3 4
…………………………………………………..NIL…………………………………………………

SCHEDULE D

Extra schedule for specific requirements : As per NIT

SCHEDULE E

Reference to General Conditions of Contract: General Conditions of Contract (Construction Work)


2023 with amendments issued up to the last date
of submission of Tender.

Name of wok:- Construction of Boundary wall including Strengthening of existing boundary wall
under “Operation Kawach” at BSF Campus Paloura (J&K) under Jammu Frontier. (SH:-
Complete Civil Work and Electrical Work related to Sentry Post, Guard Room and Entry
Gates). (Package-I).

i) Estimated cost of work : As per civil work Part-A


ii) Performance Guarantee : As per civil work Part-A.
iii) Security Deposit : As per civil work Part-A.
_____________________________________________________________________________________
Correction-Nil Deletion-Nil Insertion-Nil Overwriting-Nil

AE(P) AE(E)
89
SCHEDULE F (GENERAL RULES & DIRECTIONS)
Officer inviting tender : As per Civil work Part-A.

Maximum percentage for quantity of items


of work to be executed beyond which rates : See below under clause-12
are to be determined in accordance with
Clauses 12.2 & 12.3.

Definitions :
2(v) Engineer -in- Charge : Executive Engineer (E) Jammu,
CPWD, Satwari, Jammu

2(viii) Accepting Authority : As per civil work Part-A

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


Labour to cover all overheads and
profits

2(xi) Standard Schedule of Rates : Current Market rates and DSR-2022 & 2025 and
correction slip upto date
2(xii) Department : Central Public Works Department.

9(ii) Standard CPWD Contract Form : As per Major Component of work, CPWD Form-7
modified & Corrected up to date of submission of
tender.
Clause 1
i) Time allowed for submission of Performance Guarantee
programme chart (Time and progress) and applicable labour
licences, registration with EPFO, ESIC and BOCW Welfare As per Civil work Part-A.
Board or proof of applying thereof from the date of issue of
letter of acceptance.
ii) Maximum allowable extension beyond the period provided in As per Civil work Part-A.
(i) above
Clause 2
Authority for fixing compensation under clause-2 As per Civil work Part-A.

Clause 5
Number of days from the date of issue of letter As per Civil work Part-A.
of acceptance for reckoning date of start.

_____________________________________________________________________________________
Correction-Nil Deletion-Nil Insertion-Nil Overwriting-Nil

AE(P) AE(E)
90
Mile stone (s) as per table given below:-

TABLE OF MILE STONE(S)


S. NO. DESCRIPTION OF TIME ALLOWED IN AMOUNT TO BE WITH-
MILESTONE (PHYSICAL) DAYS (FROM THE DATE HELD IN CASE OF NON-
OF START) ACHIEVEMENT OF
MILESTONE.
----- As per Civil work Part-A----

Time allowed for execution of work : As per Civil work Part-A.

Authority to decide
i. Authority to convey the As per Civil work Part-A.
decision of shifting of mile stone
and extension of time
ii. Authority to decide rescheduling As per Civil work Part-A.
of mile stone Re-scheduling of
Mile stone
iii. Shifting of Date of Start in As per Civil work Part-A.,
case of delay in handing over of site

Clause 7
Gross work to be done together
With net payment/adjustment of
advances for material collected,
if any, since the last such payment
for being eligible to interim payment Rs 5.00 lakh

Clause-7A:-
Regarding applicability of labour laws:- Yes, Applicable
Related to Labour licensee, registration
of contractor with EPFO, ESIC and
BOCW welfare board i/c Provident
Fund

a) No running account bill shall be paid in the work till the applicable labour licenses,
registration with EPFO, ESIC, BOCW welfare board including Provident Fund Code No.
if applicable whatever applicable are submitted by the contractor to the Engineer-in-
charge. (as per circular No. DG/Con/Construction 2023/15 dated 31.01.2025)
b) The following documents shall also be part of the bill submitted by the contractor
(these documents shall be owned by the contractor) before making payment :-
1. Details of persons employed with date of their employment upto previous month .
2. Documents of payment made to the employees directly into their bank accounts
upto previous month.
3. Documents of attendance thorugh biometric attendance or other mode upto
previous month.
4. Documents of deposition of EPF and ESI deductions in the employees account
upto previous month.
5. Any penalty imposed on the agency for delay in disburing payment and deposition
_____________________________________________________________________________________
Correction-Nil Deletion-Nil Insertion-Nil Overwriting-Nil

AE(P) AE(E)
91
of EPF and ESI deductions in the employees account upto previous months.
6. Any other documents required as per statutory requirement and / or as directed by
Engineer-in-charge.
7. In case, any of the documents submitted by the contractor is found false / forged
at a later date, action for debarment of contractor will be taken by SE/CE
concerned.

Clause-7B:-
Whether clause 7B shall be applicable As per Civil work Part-A

Clause-8A:-
Whether clause 8A shall be applicable As per Civil work Part-A

Clause 10A List of Testing equipment to be


provided by the contractor at site lab As per direction of Engineer-in-Charge
and as per requirement of site
Clause 10B(ii)
Whether Clause 10B(ii) shall be applicable : As per Civil work Part-A

Clause-10C:- As per Civil work Part-A

Clause 10CC to be applicable in contracts. As per Civil work Part-A

Clause 11
Specifications to be followed for execution of work:-
CPWD General Specifications for Electrical Works Part-I (Internal)-2023 and Part-II (External)-2023 as amended upto
date of submission of tender

Clause-12:-Type of Work: Original Work

12.2 C As per Civil work Part-A

12.4 As per Civil work Part-A

Clause 16
Competent Authority for
deciding reduced rates. As per Civil work Part-A.

Clause 18
List of mandatory machinery, tools & As per requirement at site and as per direction of Engineer-
plants to be deployed by the contractor in-charge
at site.

Clause 25 :- As per Civil work Part-A.

_____________________________________________________________________________________
Correction-Nil Deletion-Nil Insertion-Nil Overwriting-Nil

AE(P) AE(E)
92
Clause 32
Requirement of Technical Representative(s) and recovery Rate: -

S.No Requirement of Technical Minimum Designation of Rate at which recovery shall be


Staff experience technical staff made from the contractor in the
(years) event of not fulfilling

Qualification Number of
Minor
Component
---As per civil work part-A----

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

_____________________________________________________________________________________
Correction-Nil Deletion-Nil Insertion-Nil Overwriting-Nil

AE(P) AE(E)
93
The E&M Component and corresponding Terms & Conditions are as below: -

Sl.No. Sub Head E&M Estimate amount Eligibility


of BOQ Component
1 Item No. EI & Fans Rs. 21.08 Lakhs Either main agency should have valid
1 to 21 electrical license or shall associate
appropriate agency having valid electrical
license with prior approval of Engineer-in-
charge.

_____________________________________________________________________________________
Correction-Nil Deletion-Nil Insertion-Nil Overwriting-Nil

AE(P) AE(E)
94
Commercial and Additional Conditions for EI Work
General
Location:- at BSF Campus Paloura (J&K).
The work shall be executed as per Technical specifications given in the tender, CPWD General Specifications for
Electrical Works Part-I (Internal)-2023 and Part-II (External)-2023, Part-IV (Sub Station)- 2013, Part-V (Wet Riser &
Sprinkler System) -2020, Part-VI (Fire Detection & Alarm System)- 2018, Part-VII (DG Sets)- 2013 as amended upto
date of submission of tender wherever applicable, as per relevant IS and as per directions of Engineer-in-Charge. The
technical specifications are to be read in conjunction with above and in case of variations; technical specifications of
tender document shall apply. Nothing extra shall be paid on account of additional features in the technical specifications
as the same are to be read along with schedule of quantities for the work.
The Department shall not issue any T & P and nothing extra shall be paid on account of this.
The work to be awarded by this tender shall be treated as indivisible works contract.

Rates:
No foreign exchange shall be made available by the Department for importing (purchase) of equipment’s, plants,
machinery, materials of any kind or any other items required to be carried out during execution of the work. No delay
and no claim of any kind shall be entertained from the Contractor, on account of variation in the foreign exchange rate.
The rates quoted by the tenderer, shall be firm and inclusive of all taxes (including works contract tax), GST, octroi,
entry tax, duties and levies and all charges for packing forwarding, insurance, freight and delivery, installation, testing,
commissioning etc at site i/c temporary constructional storage, risks, over head charges, general liabilities/obligations
and clearance from local authorities. The fee for the inspection of installation by government authorities shall be
reimbursed by the department on production of receipts. The contractor has to, however, initially make the payment.
Completeness of tender:
All sundry equipment, fittings, unit assemblies, accessories, hardware items, foundation bolts, termination lugs for
electrical connections, and all other items which are useful and necessary for efficient assembly and installation of
equipment and components of the work shall be deemed to have been included in the tender irrespective of the fact
whether such items are specifically mentioned in the tender documents or not.

Inspection and Testing


Refer tender Specifications for various tests to be carried out at site.

Storage and custody of materials:


The agency has to make their own arrangement. Watch and ward of the stores and their safe custody shall be the
responsibility of the contractor till the final taking over of the installation by the department.
Care of the Building :
Utmost care shall be taken by the contractor while handling and installing the various equipment’s and components of
the work to avoid damage to the existing running equipment and building. 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 cost all unwanted and
waste materials arising out of the installation from the site of work.

Completion period :
The completion period indicated in the tender documents is for the entire work of planning, designing, approval of
General arrangement drawings, supplying, installation, testing, commissioning and handing over of the entire installation
to the satisfaction of the Engineer-in-charge.

Performance Guarantee:
The tenderer shall guarantee among other things, the following vis-à-vis specifications:
Quality, strength and performance of the materials used.
_____________________________________________________________________________________
Correction-Nil Deletion-Nil Insertion-Nil Overwriting-Nil

AE(P) AE(E)
95
Safe mechanical and electrical stress on all parts under all specified conditions of operation.
Satisfactory operation during the maintenance period.

Defect Liability Period:


All the equipment’s shall be guaranteed for a period of 12 months from the date of completion of work against
unsatisfactory performance and / or break down due to defective design, workmanship of material. The equipment’s or
components, or any part thereof, so found defective during guarantee period shall be forthwith repaired or replaced free
of cost, to the satisfaction of the Engineer-in-Charge. In case it is felt by the department that undue delay is being caused
by the contractor in doing this, the same will be got done by the department at the risk and cost of the contractor. The
decision of the Engineer-in-Charge in this regard shall be final.

Guarantee period for LED fittings and Lighting Control.


All the LED Bulbs/LED fittings shall be guaranteed for a period of 5 years from the completion of wok.
50% of the Performance Guarantee of tendered amount (electrical work) shall be refunded to the contractor soon after
the completion of the work and recording of the completion certificate.
50% of the performance Guarantee of tendered amount (electrical work) shall be retained as Security Deposit.
50% of the Performance Guarantee of tendered amount (electrical work) retained as Security Deposit plus 2.5% Security
Deposit (E&M Component) already deducted from running bills (total 2.5 + 2.5 = 5%) shall be refunded year wise
proportionately.

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.
Data and Programme to be furnished by the tenderers:

After Award of Work:


The Contractor shall prepare the programme chart for the execution of the work showing clearly all activities from the
start of work to the completion, with details of requirements of materials, man power, equipment’s and machinery
deployment, required for the completion of the work within the stipulated period and submit the same to the Engineer-in-
Charge within fifteen days after the issue of letter for commencement of the work. The Contractor shall also submit
monthly programme and progress reports and up date / re-schedule the same every month. These shall be submitted by
the contractor in soft copy also besides forwarding hard copy of the same.

The successful tenderer should furnish well in advance three copies of detailed instructions and manuals of
manufacturers for all items of equipment’s regarding installation, adjustments, operation and maintenance i/c preventive
maintenance & trouble shooting together with all the relevant data sheets, spare parts catalogue and workshop procedure
for repairs, assembly and adjustment etc all in triplicate.

Extent of work :
The work shall comprise of entire labour including supervision and all materials necessary to make a complete
installation and such tests and adjustments and commissioning as may be required by the department. The term
complete installation shall not only mean items covered by Technical Specifications but all incidental sundry
components necessary for complete execution and satisfactory performance of installation with all layout charts whether
or not those have been mentioned in details in the tender documents in connection with this contract.

The work is turn key project. Any item required for completion of the project but left inadvertently shall be executed
with in the quoted rates.

_____________________________________________________________________________________
Correction-Nil Deletion-Nil Insertion-Nil Overwriting-Nil

AE(P) AE(E)
96
Compliance with Regulations and Indian standards
All works shall be carried out in accordance with relevant regulation, both statutory and those specified by the Indian
Standards related to this work. In particular, the equipment and installation shall comply with the following:
Factories Act

Indian Electricity Rules


I.S. & BS Standards as applicable
Workmen's compensation Act
Statutory norms prescribed by local bodies
Nothing in this tender shall be construed to relieve the successful tenderer of his responsibility for the design,
manufacture and installation of the equipment with all accessories in accordance with currently applicable statutory
regulations and safety codes.

Indemnity :
The successful tenderer shall at all times indemnify the department, consequent on this works contract. The successful
tenderer shall be liable, in accordance with the Indian Law and Regulations for any accident occurring due to any cause
and the department shall not be responsible for any accident or damage incurred or claims arising there from during the
period of erection, construction and putting into operation the equipment’s and ancillary equipment under the
supervision of the successful tenderer in so far as the latter is responsible. The successful tenderer shall also provide all
insurance including third party insurance as may be necessary to cover the risk. No extra payment would be made to the
successful tenderer due to the above.

Erection Tools :
No tools and tackles either for unloading for shifting the equipments for erection purposes would be made available by
the department. The successful tenderer shall make own arrangement for all these facilities.

Liasoning and Co-operation with other agencies:


The successful tenderer shall co-ordinate with other contractors and agencies engaged in the operation and maintenance
of the building so as to make the execution of this works contract smooth. If any unreasonable hindrance is caused to
other agencies / damage is caused to the existing installation resulting in loss of work or disruption in services during
the course of work, such expenditure incurred upon restoration and loss of work shall be recovered from the successful
tenderer. Water proofing of pits shall not be damaged under any circumstances.
Mobilization Advance :
No mobilization advance shall be paid for this work.

Verification of correctness of Equipment at Destination:


The contractor shall have to produce all the relevant records to certify that the genuine equipment from the
manufacturers has been supplied and erected.

Painting :
This shall include cost of painting of entire exposed iron work in the installation. All equipments works shall be painted
at the works before dispatch to the site.

Order of Preference:
Should there be any difference or discrepancy between the description of items as given in the Schedule of Quantities,
technical specifications for individual items of work (including additional and commercial conditions) and IS Codes etc.,
the following order of preference shall be followed:

_____________________________________________________________________________________
Correction-Nil Deletion-Nil Insertion-Nil Overwriting-Nil

AE(P) AE(E)
97
Schedule of quantities
Additional and Commercial Conditions
Technical specifications specified in the tender
General Conditions of Contract for CPWD Works

Drawings
CPWD General Specifications
Relevant IS or any other International code in case IS code is not available.
All the electrical services related drawings i.e conduits, fittings & fixtures, light point wiring, power wiring or any other
services shall be prepared by the agency and the same shall be got approved by the Engineer-in-charge before execution,
on A1 size paper sheet (in 2 sets) to his full satisfaction.
Quality Assurance:
The technical data sheet and manufacturing drawing of all equipment’s and materials as per contract specifications shall
be prepared by the respective manufacturers and will be submitted by contractor duly signed before placing the order or
manufacturing the material. The engineer-in-charge shall approve as per contract conditions.

All the materials to be used in the work shall be new and of good quality and shall be got approved from the
Engineer-in-Charge before use at site. The equipment shall be latest and as per satisfaction of Engineer-in-
Charge. The equipment shall be procured directly from the manufacturer or authorized dealer and GST Bills &
delivery challan/invoice/ proof of dispatch of material of the Agency from where the material is purchased in
support of genuineness of material shall be submitted along with bill for verification.

Manufacturer test certificates of all the equipment and material shall be submitted along with supply.

No claim for idle labour shall be entertained by the department.


All the MCCB shall have Ics = Icu and complete with spreader link, rotary handle & phase barriers.

Insurance:
All consignments are to be duly insured upto the destination from warehouse to site at the cost of the supplier. The
insurance covers shall be valid till the equipment is handed over duly installed, tested and commissioned. Documentary
proof shall be submitted in this regard.

Verification of correctness of Equipment at Destination:

The contractor shall have to produce all the relevant records to certify that the genuine equipment from the
manufacturers has been supplied and erected.

Training:

The Scope of work includes training of personnel at site / works as applicable. Nothing extra shall be payable on this
account.

Note:
Contractor shall co-ordinate with the civil contractor during construction of civil work to avoid any future complication.
Contractor shall submit the shop drawing for approval before execution of work .

_____________________________________________________________________________________
Correction-Nil Deletion-Nil Insertion-Nil Overwriting-Nil

AE(P) AE(E)
98
QUALITY ASSURANCE POLICY & CHECK LIST OF E&M SERVICES OF CPWD

The testing plan for quality control for major E&M services as under:-

To eliminate the possibility of receiving out dated/old material/refurbished equipment at site, it is stipulated that the
material supply against the contract shall be latest and as per satisfaction of Engineer-in-Charge.

To procure the genuine material from suppliers/ authorized dealer etc. shall be the responsibility of contractor who shall
preserve copies of invoice/ excise gate pass/ proof of dispatch. And the same shall be made available for especially to
engineer- in-charge for examination/ scrutiny/verification as deemed fit by him.

Only routine test as prescribed in IS/ CPWD specifications shall be carried at manufacture works/ third party labs. Type
test/ special test/ optional test shall be carried out only if stipulated in Bid Document/ Contract.

All items to be used and workmanship shall be thoroughly checked physically and for their performance as per
agreement.

The contractor shall, at his cost, make all arrangements and shall provide all facilities as the Engineer-in-Charge may
require for collecting and preparing the required number of samples for such tests at such time and to such place or
places as may be directed by the Engineer-in-Charge and bear all charges including testing charges.

_____________________________________________________________________________________
Correction-Nil Deletion-Nil Insertion-Nil Overwriting-Nil

AE(P) AE(E)
99
A-internal EI
Location of

reqd. In agreement or lot


Test

size whichever is less


Total Qty (each type)

Manufacturer’ s test
Required to be Done

certificates required
Proof of Dispatch
Material/process

At manufacturer
Applicable/Test

At third Party
Sample Size
Stage /S. no

Standard

required

Works

Lab.
1 CPWD specs, part IV/QA plan:
construction, Ratings of SWG, air
L.T Panels with gaps between phases, phase to Any Y Y Y N
ACB body , IP rating, Short circuit

100%
rating
etc
2 CPWD specs, part IV/QA Plan:
L.T panels with Construction, Ratings of SWG, air Up to 2 Y Y 0 N N
incomer of more gaps between phases, phase to
than 200 A body ,IP rating, Short Circuit >2and<10 Y Y 1 Y N
rating, Short Circuit ratings etc.
>10 Y Y 2 Y N

3 Length

10% length 10% length


And fittings and fittings
upto500 mtr Y Y N N
Rising Main and
Bus Trunking CPWD spec part IV/QA plan

Length> 500 Y Y Y N
mtr

4 up to 2500 Y N N N N
mtr for every 1000 mtr

Rigid MS conduit IS 9537 Pt I & 2


1 piece of 1 mtr

>2500 Y Y N Y
mtr

5 Up to 2500 Y N N N N
mtr
for every 1000 mtr

Right PVC
1 piece of 1 mtr

Conduit IS 3419: 1989 >2500


mtr Y Y N Y

_____________________________________________________________________________________
Correction-Nil Deletion-Nil Insertion-Nil Overwriting-Nil

AE(P) AE(E)
100

Proof of Dispatch required


Location of

Standard Applicable/Test

reqd. In agreement or lot


Test

size whichever is less


Total Qty (each type)

Manufacturer’ s test
Required to be Done

certificates required

At third Party Lab.


Material/process

At manufacturer
Sample Size
Stage /S. no

Works
6
Length upto
500 mtr Y Y N N N
CPWD Spec. Part-1/II; Check for
Cable Tray perforation area. Pain/Galvanising

every 500 mtr


One piece for
thickness and Material Length > 500
Composition mtr Y N N Y

7 Length upto
500 mtr Y N N N N
IS 14930 , Check for thickness,
DWC/ material, Mechanical Strength and

One sample for


Corrugated HDPE smoothness
Pipe

every 500
Length > 500 Y Y N Y
mtr

Mtr
8 Up to 10000
mtr Y N N N N

every 10000 mtr


Wire IS 694;1990 1 sample for
>10000
mtr Y Y or less N Y

B- Street/ Compound Lighting


1 CPWD specs part IV/QA plan:
Construction,, Ratings of SWG,
L.T Panels with air gaps became phases, phase to Any Y Y Y N
ACB body , IP rating, Short Circuit
100%

ratingsetc.
2 CPWD specs. Part IV/QA Plan: Up to 2 Y Y 0 N N
L.T Panels with Construction, Rating of SWG, air
incomer of more gaps between phase, phase to
than 200 A body , IP rating, Short Circuit >2 and < Y Y 1 Y N
ratings etc. 10
>10 Y Y 2 Y N

_____________________________________________________________________________________
Correction-Nil Deletion-Nil Insertion-Nil Overwriting-Nil

AE(P) AE(E)
101

Proof of Dispatch required


Location of

Standard Applicable/Test

reqd. In agreement or lot


Test

size whichever is less


Total Qty (each type)

Manufacturer’ s test
Required to be Done

certificates required

At third Party Lab.


Material/process

At manufacturer
Sample Size
Stage /S. no

Works
3 Whether in conformity with Up to 100 Y Y N N N
Poles tender specs
>100 Y N 2% N N
4 Up to 2500 Y N N N N
mtr

every 2500 mtr


LT Cable IS 1554 Part 1 >2500

1 sample for
mtr Y Y N Y

5 Length upto
500 mtr Y N N N N
IS 14390, Check for thickness,
DWC/ material, Mechanical Strength and

One sample for


Corrugated HDPE smoothness
pipe Length > 500 Y Y N Y

every 500
mtr

mtr
6 Whether in conformity with
Fittings tender specs >100 Y Y NA N N

C- Substation, DG set, UPS


1 CPWD Specs Part IV/QA Plan;
HT Panel CT ratio and accuracy class Any Y Y 1 Y N
should be invariably checked
2 HT Panel: Check CT ratio and
Metering and accuracy class, Relays and meters Any Y Y 1 Y N
protection
3 CPWD Specs Part IV/QA Plan;
Construction, rating of SWG, air
LT Panel with gaps between phases, Phase to Any Y Y 1 Y N
ACB phase, phase to body, IP rating,
short circuit rating etc
4 L.T Panels with CPWD specs. Part IV/QA Plan: Up to 2 Y Y 0 N N
incomer of more Construction, Rating of SWG, air
>2 and <
than 200 A gaps between phase, phase to
10 Y Y 1 Y N
body , IP

_____________________________________________________________________________________
Correction-Nil Deletion-Nil Insertion-Nil Overwriting-Nil

AE(P) AE(E)
102

Proof of Dispatch required


Location of

reqd. In agreement or lot


Test

Required to be Done

size whichever is less


Total Qty (each type)

Manufacturer’ s test
certificates required

At third Party Lab.


Applicable/Test

At manufacturer
Sample Size
Material/process

Standard

Works
Stage /S. no

rating, Short Circuit ratings etc.


>10 Y Y 2 Y N

5 CPWD specs. Part IV/QA Plan:


Check for type of capacitor used ,
Capacitor Panel operation of relay, settings. Any Y Y 1 Y N
Change the load and its type and
check functionality.

6 Length

10% length 10% length


And fittings and fittings
upto500 mtr Y Y N N
Rising Main and
Bus Trunking CPWD spec part IV/QA plan

Length> 500 Y Y Y N
mtr

7 Length upto
500 mtr Y Y N N N
CPWD specs, part 1/11 Check for
perforation area, paint/

One sample for


Cable Tray Galvanising thickness and
Material Composition Length> 500 Y Y N Y
mtr every 500
mtr

8 CPWD Specs Part IV/QA Plan;


Physical verification of
accessories as per agreement and
Routine tests as per IS;2026/IS
Transformer 11171:1985 (whichever Any Y Y Y N
applicable), with particular
attention to losses meeting ECBC
norms/ as per
agreement.
100%

9 Type test certificate for exact


same design for impulse
Transformer withstand and short circuit Any Y Y Y N
withstand shall be made available
100%

by
Manufacturer ,

_____________________________________________________________________________________
Correction-Nil Deletion-Nil Insertion-Nil Overwriting-Nil

AE(P) AE(E)
103

Proof of Dispatch required


Location of

Standard Applicable/Test

reqd. In agreement or lot


Test

size whichever is less


Total Qty (each type)

Manufacturer’ s test
Required to be Done

certificates required

At third Party Lab.


Material/process

At manufacturer
Sample Size
Stage /S. no

Works
10 Temperature rise test of one
transformer of each design shall
be done.
Transformer Copies of the certificate for Any Y Y Y N
pressure test, test for bushing shall

100% 100%
be supplied to
the department
11 DG set Local testing as per CPWD specs Any Y Y Y N

12 Local testing and operation logic


as per CPWD specs , Check for
UPS input and output power quality as Any Y Y Y N
per agreement

100%
13 Up to 500 Y Y 1 N N
mtr.

every 500 mtr


HT Cable IS 1554 Part 11

1 sample for
>500 mtr Y Y N Y

14 up to 2500 Y N N N N
mtr

LT Cable IS 1554 Part 1


every 2500 mtr
1 sample for

>2500 Y Y N Y
mtr

D- Fire Fighting
i. Before dispatch of material at factory or before use at site
1 Pumps As per tender specs. Any capacity Y Y Y N
NA every 100 mtr 100%

2
1 sample for

To be tested for thickness and


MS Pipes weight as per applicable IS Any Y Y N Y

3 Valves Flow and controls as per Up to 20 Y N N N

_____________________________________________________________________________________
Correction-Nil Deletion-Nil Insertion-Nil Overwriting-Nil

AE(P) AE(E)
104

Proof of Dispatch required


Location of

reqd. In agreement or lot


Test

Required to be Done

size whichever is less


Total Qty (each type)

Manufacturer’ s test
certificates required

At third Party Lab.


Applicable/Test

At manufacturer
Sample Size
Standard

Works
Material/process

data sheet
Stage /S. no

1 for every
>20 Y Y N Y

20
4 CPWD specs part IV/QA Plan:
Construction, Ratings of SWG, air
I.T Panels with gaps between phases , phase to Any Y Y 1 Y N
ACB body, IP rating, Short Circuit
ratings
etc.
5 CPWD specs part IV/QA Plan: Up to 2 Y Y 0 N N
LT Panels with Construction, Ratings of SWG, air
>2 and < Y Y 1 Y N
incomer of more gaps between phases , to phase to
10
than 200 A body
,IP rating, Short Circuit >10 Y Y 2 Y N
ratings etc.
6 Length upto
500 mtr Y Y N N N
CPWD Specs. Part I/II: Check for
Cable Tray perforation area.

every 500 mtr


Paint/Galvanising thickness and

One piece for


Length> 500
Material Composition mtr Y Y N Y

_____________________________________________________________________________________
Correction-Nil Deletion-Nil Insertion-Nil Overwriting-Nil

AE(P) AE(E)
105

TECHNICAL SPECIFICATIONS FOR IEI WORK

GENERAL SCOPE OF WORK:


The specifications given below pertain to the internal electrical installation.
POINT WIRING:
The wires used for the point wiring and power wiring shall be of 650/ 1100 Volts grade FRLS PVC insulated multi
stranded copper conductor single core cables.
All mounting boxes for plate type accessories shall be of metallic construction and of the same make as that of the plate
type switches and accessories.

Copper and Aluminum Cables


This specification covers the supply, installation, testing and commissioning of 1100 V grade cables.
The design, manufacture and performance of the cables should conform to the relevant IS.

MOULDED CASE CIRCUIT BREAKERS


The MCCBs shall comprise single units of triple pole/four pole construction as specified, shall be rated for 415 V AC.
All live parts shall be totally enclosed and shrouded with a heat resistant moulded insulating material housing. Operating
mechanism shall be quick make, quick break and trip free type.

The MCCB shall be provided with the following features in microprocessor release:
Inverse-time-current tripping characteristics under sustained overload.
Instantaneous tripping on short circuit

MCCBs shall be of current limiting type.

The rated service breaking capacity (Ics) shall not be less than the ultimate short circuit breaking capacity (Ics = Icu)
Variable Thermal setting shall be provided in all MCCB s with thermal magnetic

Release.
All circuit breaker below 250 amps rating shall be provided with thermal magnetic
Release& circuit breakers of 250 amps rating and above shall be provided with Microprocessor based release unless
otherwise specified.
All MCCBs shall be provided with rotary handles and spreader links for which nothing extra shall be paid.

Correction-Nil Deletion-Nil Insertion-Nil Overwriting-Nil

AE(P) AE(E)
106

List of Acceptable Makes


Sl. No. Description Make

1. Steel Conduits & accessories STEEL KRAFT /BEC /AKG/RMCON/NIC duly ISI marked.
2. PVC insulated FRLS Copper Polycab/Havells/KEI/RR Kabel/Finolex.
Conductor Wires
3. U.G. Cables KEI/Polycab/Havells/RR Kabel/ Finolex/Grandlay.

4. Telephone Cable Molex/Delton/Finolex/Havells


5. TV Cable Havells/Molex/Delton/Finolex
6. CAT 6 Cable Molex/Delton/Finolex/Legrand
7. Steel raceway Legrand/MK/Schneider
8. Pop-up-box Bestnet/Logic/E-Learn
9. Modular Switch & Socket, GI Legrand/Siemens/Schneider/ABB/North West/Lauritz
Box And Modular Plate, Step Knudsen (Formerly L&T)’/Honeywell
Type Regulator, DB, MCB,
RCBO, ISOLATOR, LOOSE
WIRE BOX/ industrial socket
i/c Cat 6 I/O Switch
10. BLDC Ceiling fan Crompton/ USHA/Havells/ Orient

11. Heavy duty exhaust Crompton/ USHA/Havells/ Orient


fan/Ventilation Fan
12. LED luminaries Philips/Havells/Wipro /LT/Regent (with system lumens as
specified in BOQ duly supported with LM 79 and LM 80
reports need to be submitted from Govt. accredited lab)
13. Octagonal Pole Valmont/Transrail/Skipper/ Bajaj
14. M.S. Pipe/G.I. Pipe Jindal (Hissar) /Tata/SAIL/Prakash Surya duly ISI Marked
15. DWC HDPE Pipe Rex/Duraline/Supreme duly ISI Marked
16. Cubical Panel/ Feeder pillar Adlec/ Tricolite/ System & Control/ Precision/ Advance
Panel & Switch Gear / Simon Fabricator/ASPL/Pristine

17. Electric/Hand Operated Siren Agni/Newage/Kheraj

Note:
i) The Superintending Engineer, Jammu Circle, CPWD, Jammu reserves the
right to add or delete any materials and brands in the list of preferred
materials/ brands.
ii) Any materials/ brands bearing ISI mark can be used in the work with the
prior approval of Superintending Engineer, Jammu Circle, CPWD, Jammu.
iii) LM 79 & LM 80 reports for LED fittings will have to be submitted from NABL/ UL
accredited Lab to verify the parameters of BOQ
.

Correction-Nil Deletion-Nil Insertion-Nil Overwriting-Nil

AE(P) AE(E)
107

Government of India
Central Public Works Department

(PART-C)
Name of work: Construction of Boundary wall including Strengthening of existing boundary wall
under “Operation Kawach” at BSF Campus Paloura (J&K) under Jammu Frontier. (SH:- Complete
Civil Work and Electrical Work related to Sentry Post, Guard Room and Entry Gates)(Package-I).

SCHEDULE OF QUANTITY
(CIVIL WORK)

Correction-Nil Deletion-Nil Insertion-Nil Overwriting-Nil

AE(P) AE(E)
108

SCHEDULE OF QUANTITY(CIVIL)

Sl No Total
Sub - Heads and Item of Work Units Rate (Rs.) Amount (Rs.)
Quantity
1 Earth work in excavation by mechanical
means (Hydraulic excavator)/manual means
over areas (exceeding 30 cm in depth, 1.5 m
in width as well as 10 sqm on plan) including
getting out and disposal of excavated earth
lead upto 50 m and lift upto 1.5 m, as
directed by Engineer-in-charge.

1.1 All kinds of soil


23273.00 Cum Rs.177.50 ₹ 41,30,958.00

2 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.
2.1 All kinds of soil. 120.00 Cum Rs.260.30 ₹ 31,236.00

3 Excavating trenches of required width for


pipes, cables, etc including excavation for
sockets, and dressing of sides, ramming of
bottoms, depth upto 1.5 m, including getting
out the excavated soil, and then returning the
soil as required, in layers not exceeding 20
cm in depth, including consolidating each
deposited layer by ramming, watering, etc.
and disposing of surplus excavated soil as
directed, within a lead of 50 m :
3.1 All kinds of soil
(a) Pipes, cables etc. exceeding 80 mm dia. but
not exceeding 300 mm dia 40.00 Mtr. Rs.352.15 ₹ 14,086.00

4 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 14425.00 Cum Rs.196.00 ₹ 28,27,300.00
ramming and watering, lead up to 50 m and
lift upto 1.5 m.
Correction-Nil Deletion-Nil Insertion-Nil Overwriting-Nil

AE(P) AE(E)
109

5 Supplying and filling in plinth with sand


under floors, including watering, ramming, 96.00 Cum Rs.2,123.75 ₹ 2,03,880.00
consolidating and dressing complete.

6 Extra for every additional lift of 1.5 m or part


thereof in excavation / banking excavated or
stacked materials.
6.1 All kinds of soil 1200.00 Cum Rs.126.80 ₹ 1,52,160.00

7.1 Providing and laying in position cement


concrete of specified grade excluding the cost
of centering and shuttering - All work up to
plinth level :
(a) 1:5:10 (1 cement : 5 coarse sand (zone-III)
derived from natural sources : 10 graded
stone aggregate 40 mm nominal size derived 935.00 Cum Rs.6,518.60 ₹ 60,94,891.00
from natural sources)

8 Providing and laying cement concrete in


retaining walls, return walls,walls (any
thickness) including attached pilasters,
columns, piers,abutments, pillars, posts,
struts, buttresses, string or lacing courses,
parapets, coping, bed blocks, anchor blocks,
plain window sills, fillets,sunken floor etc., up
to floor five level, excluding the cost of
centering,shuttering and finishing:

8.1 1:2:4 (1 Cement : 2 coarse sand (zone-III)


derived from natural sources : 4 graded stone
202.00 Cum Rs.9,895.20 ₹ 19,98,830.00
aggregate 20 mm nominal size derived from
natural sources)

9 Making plinth protection 50mm thick of


cement concrete 1:3:6 (1 cement : 3 coarse
sand : 6 graded stone aggregate 20 mm
nominal size) over 75mm thick bed of dry
brick ballast 40 mm nominal size, well 183.00 Sqm Rs.749.30 ₹ 1,37,122.00
rammed and consolidated and grouted with
fine sand, including necessary excavation,
levelling & dressing & finishing the top
smooth.

10 Centering and shuttering including strutting,


propping etc. and removal of form for
10.1 Foundations, footings, bases of columns, etc.
for mass concrete 10696.00 Sqm Rs.392.15 ₹ 41,94,436.00

10.2 Walls (any thickness) including attached


pilasters, butteresses, plinth and string 2650.00 Sqm Rs.842.50 ₹ 22,32,625.00
courses etc.

Correction-Nil Deletion-Nil Insertion-Nil Overwriting-Nil

AE(P) AE(E)
110

10.3 Suspended floors, roofs, landings, balconies


and access platform 913.00 Sqm Rs.927.25 ₹ 8,46,579.00

10.4 Shelves (Cast in situ) 44.00 Sqm Rs.927.25 ₹ 40,799.00

10.5 Lintels, beams, plinth beams, girders,


bressumers and cantilevers 9538.00 Sqm Rs.736.40 ₹ 70,23,783.00

10.6 Columns, Pillars, Piers, Abutments, Posts and


Struts 9279.00 Sqm Rs.961.30 ₹ 89,19,903.00

10.7 Edges of slabs and breaks in floors and walls


Under 20 cm wide 187.00 Mtr. Rs.208.55 ₹ 38,999.00

10.8 Weather shade, Chajjas, corbels etc.,


including edges 47.00 Sqm Rs.951.10 ₹ 44,702.00

11 Steel reinforcement for R.C.C. work including


straightening, cutting, bending, placing in
position and binding all complete upto plinth
level.
(a) Thermo-Mechanically Treated bars of grade
Fe-500D or more. 1025582.00 Kg Rs.107.85 ₹ 11,06,09,019.00

12 Providing and laying in position ready mixed


or site batched design mix cement concrete
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 of
laying, curing, carriage for all leads; but
excluding the cost of centering, shuttering,
finishing and reinforcement as per direction
of the engineer-in-charge; for the following
grades of concrete.

12.1 All works upto plinth level


(a) Concrete of M25 grade with minimum
cement content of 330 kg /cum 4011.00 Cum Rs.9,504.75 ₹ 3,81,23,552.00

12.2 All works above plinth level upto floor V level

(a) Concrete of M25 grade with minimum


cement content of 330 kg /cum 4479.00 Cum Rs.9,860.40 ₹ 4,41,64,732.00

Correction-Nil Deletion-Nil Insertion-Nil Overwriting-Nil

AE(P) AE(E)
111

12.3 Extra for using M-25 Grade Self-compacting


Cement Concrete 7641.00 Cum Rs.664.85 ₹ 50,80,119.00

13 Brick work with common burnt clay F.P.S.


(non modular) bricks of class designation 7.5
in foundation and plinth in:
(a) Cement mortar 1:6 (1 cement : 6 coarse
sand) 161.00 Cum Rs.7,132.25 ₹ 11,48,292.00

14 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 :
14.1 Cement mortar 1:6 (1 cement : 6 coarse
sand) 187.00 Cum Rs.9,105.95 ₹ 17,02,813.00

15 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.
15.1 Cement mortar 1:4 (1 cement :4 coarse sand) 66.00 Sqm Rs.1,123.80 ₹ 74,171.00

16 Extra for providing and placing in position 2


Nos 6mm dia. M.S. bars at every third course 66.00 Sqm Rs.104.80 ₹ 6,917.00
of half brick masonry.

17 Brick edging 7cm wide 11.4 cm deep to plinth


protection with common burnt clay F.P.S.
(non modular) bricks of class designation 7.5 203.00 Mtr. Rs.59.45 ₹ 12,068.00
including grouting with cement mortar 1:4 (1
cement : 4 fine sand).

18 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.

18.1 Granite stone slab colour black, Cherry/Ruby


red
(a) Area of slab over 0.50 sqm 19.00 Sqm Rs.5,136.30 ₹ 97,590.00

Correction-Nil Deletion-Nil Insertion-Nil Overwriting-Nil

AE(P) AE(E)
112

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 8.00 Each Rs.978.70 ₹ 7,830.00
necessary holes for pillar taps etc. including
moulding, rubbing and polishing of cut edges
etc. complete.

20 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 587.00 Sqm Rs.1,267.95 ₹ 7,44,287.00
burgundy, bottle green, black of any size as
approved by Engineer-in-Charge

21 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 and
screw withdrawal strength of 1800 N (Face) &
900 N (Edge), minimum compressive
strength 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 fixing with 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. (Note: stainless steel butt hinges and
necessary S.S screws shall be paid separately)
21.1 30 mm thick 56.00 Sqm Rs.4,764.20 ₹ 2,66,795.00

21.2 25 mm thick (for cupboard) including ISI


marked nickel plated bright finished M.S. 72.00 Sqm Rs.2,093.70 ₹ 1,50,746.00
piano hinges with necessary screws

22 Providing and fixing wire gauge shutters using


galvanized M.S. wire gauge of average width
of aperture 1.4 mm in both directions with
wire of dia 0.63 mm, for doors, windows and
clerestory windows with hinges and
necessary screws :

22.1 35 mm thick shutters


Correction-Nil Deletion-Nil Insertion-Nil Overwriting-Nil

AE(P) AE(E)
113

22.1.1 with ISI marked M.S. pressed butt hinges


bright finished of required size
22.1.1.1 Second class teak wood 21.00 Sqm Rs.4,852.30 ₹ 1,01,898.00

23 Providing and fixing aluminium extruded


section body tubular type universal hydraulic
door closer (having brand logo with ISi, IS :
3564, embossed on the body, door weight
8.00 Each Rs.983.15 ₹ 7,865.00
upto 36 kg to 80 kg and door width from 701
mm to 1000 mm), with double speed
adjustment with necessary accessories and
screws etc. complete.

24 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 :

24.1 250x16 mm 20.00 each Rs.260.60 ₹ 5,212.00

25 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 :
25.1 300x10 mm 36.00 each Rs.130.10 ₹ 4,684.00

25.2 150x10 mm 792.00 each Rs.82.55 ₹ 65,380.00

26 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 :
26.1 125 mm 144.00 each Rs.66.25 ₹ 9,540.00

26.2 100 mm 176.00 each Rs.59.55 ₹ 10,481.00

27 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.

27.1 Twin rubber stopper 16.00 Each Rs.72.35 ₹ 1,158.00

Correction-Nil Deletion-Nil Insertion-Nil Overwriting-Nil

AE(P) AE(E)
114

28 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 miter
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.
28.1 Frame size 45 x 70 mm 105.00 Mtr. Rs.705.85 ₹ 74,114.00

29 Structural steel work riveted, bolted or


welded in built up sections, trusses and
framed work, including cutting, hoisting, 342204.00 kg Rs.133.70 ₹ 4,57,52,675.00
fixing in position and applying a priming coat
of approved steel primer all complete.

30 Providing and fixing 1mm thick M.S. sheet


door with frame of 40x40x6 mm angle iron
and 3 mm M.S. gusset plates at the junctions
and corners, all necessary fittings complete,
including applying a priming coat of approved
steel primer.

30.1 Using flats 30x6mm for diagonal braces and


central cross piece 14.00 Sqm Rs.5,563.75 ₹ 77,893.00

Correction-Nil Deletion-Nil Insertion-Nil Overwriting-Nil

AE(P) AE(E)
115

31 Providing and fixing T-iron frames for doors,


windows and ventilators of mild steel Tee-
sections, joints mitred and welded, including
fixing of necessary butt hinges and screws
and applying a priming coat of approved steel
primer.

31.1 Fixing with 15x3 mm lugs 10 cm long


embedded in cement concrete block
15x10x10 cm of C.C. 1:3:6 (1 Cement : 3 507.00 kg Rs.141.70 ₹ 71,842.00
coarse sand : 6 graded stone aggregate 20
mm nominal size).

32 Providing and fixing pressed steel door


frames conforming to IS: 4351, manufactured
from commercial mild steel sheet of 1.60 mm
thickness, including hinges, jamb, lock jamb,
bead and if required angle threshold of mild
steel angle of section 50x25 mm, or base ties
of 1.60 mm, pressed mild steel welded or
rigidly fixed together by mechanical means,
including M.S. pressed butt hinges 2.5 mm
thick with mortar guards, lock strike-plate
and shock absorbers as specified and
applying a coat of approved steel primer after
pre-treatment of the surface as directed by
Engineer-in-charge:
32.1 Profile C
(a) Fixing with adjustable lugs with split end tail
to each jamb 44.00 mtr. Rs.611.75 ₹ 26,917.00

33 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.
33.1 Hot finished welded type tubes 5425.00 kg Rs.194.40 ₹ 10,54,620.00

34 Providing and fixing M.S. fan clamp type I or II


of 16 mm dia M.S. bar, bent to shape with
hooked ends in R.C.C. slabs or beams during 62.00 Each Rs.226.00 ₹ 14,012.00
laying, including painting the exposed portion
of loop, all as per standard design complete.

35 Providing and fixing circular/ Hexagonal cast


iron or M.S. sheet box for ceiling fan clamp,
of internal dia 140 mm, 73 mm height, top lid
of 1.5 mm thick M.S. sheet with its top 62.00 Each Rs.220.65 ₹ 13,680.00
surface hacked for proper bonding, top lid
shall be screwed into the cast iro

Correction-Nil Deletion-Nil Insertion-Nil Overwriting-Nil

AE(P) AE(E)
116

36 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.
36.1 In gratings, frames, guard bar, ladder,
railings, brackets, gates and similar works 3511.00 Kg Rs.172.60 ₹ 6,05,999.00

37 Providing & fixing fly proof wire gauze to


windows, clerestory windows & doors with
M.S. Flat 15x3 mm and nuts & bolts complete

37.1 Stainless steel (grade 304) wire gauze of 0.5


mm dia wire and 1.4 mm aperture on both 16.00 Sqm Rs.1,133.55 ₹ 18,137.00
sides

38 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)

38.1 25 mm thick 683.00 Sqm Rs.1,948.25 ₹ 13,30,655.00

39 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 61.00 Sqm Rs.2,354.70 ₹ 1,43,637.00
slurry mixed with pigment to match the
shade of the slabs, including rubbing
40 Providing and laying Ceramic glazed floor tiles
of size 300x300 mm (thickness to be specified
by the manufacturer) of 1st quality
conforming to IS : 15622 of approved make in
colours such as White, Ivory, Grey, Fume Red
47.00 Sqm Rs.1,096.55 ₹ 51,538.00
Brown, laid on 20 mm thick cement mortar
1:4 (1 Cement : 4 Coarse sand), Jointing with
grey cement slurry @ 3.3 kg/sqm including
pointing the joints with white cement and
matching pigment etc., complete.
41 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.

41.1 110 mm diameter 158.00 Mtr Rs.377.40 ₹ 59,629.00

Correction-Nil Deletion-Nil Insertion-Nil Overwriting-Nil

AE(P) AE(E)
117

42 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.

42.1 Bend 87.5°


(a) 110 mm diameter 32.00 Each Rs.150.35 ₹ 4,811.00

43 Providing and fixing unplasticised -PVC pipe


clips of approved design to unplasticised -
PVC rain water pipes by means of 50x50x50
mm hard wood plugs, screwed with M.S.
screws of required length, including cutting
brick work and fixing in cement mortar 1:4 (1
cement : 4 coarse sand) and making good the
wall etc. complete.

43.1 110 mm 32.00 Each Rs.371.30 ₹ 11,882.00

44 Providing and fixing to the inlet mouth of rain


water pipe cast iron grating 15 cm diameter 16.00 Each Rs.54.70 ₹ 875.00
and weighing not less than 440 grams.

45 Providing and 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 375.00 Sqm Rs.738.65 ₹ 2,76,994.00
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.

Correction-Nil Deletion-Nil Insertion-Nil Overwriting-Nil

AE(P) AE(E)
118

46 Providing and fixing precoated galvanised


steel sheet roofing accessories 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 using self drilling/ self tapping
screws complete :

46.1 Ridges plain (500 - 600mm) 114.00 mtr. Rs.532.35 ₹ 60,688.00

47 12 mm cement plaster of mix :


47.1 1:6 (1 cement: 6 coarse sand) 646.00 Sqm Rs.343.50 ₹ 2,21,901.00

48 15 mm cement plaster on the rough side of


single or half brick wall of mix :
48.1 1:6 (1 cement: 6 coarse sand) 881.00 Sqm Rs.395.35 ₹ 3,48,303.00

49 Cement plaster 1:3 (1 cement: 3 coarse sand)


finished with a floating coat of neat cement.

49.1 12 mm cement plaster 196.00 Sqm Rs.449.55 ₹ 88,112.00

50 6 mm cement plaster of mix :


50.1 1:3 (1 cement : 3 fine sand) 54992.00 Sqm Rs.300.45 ₹ 1,65,22,346.00

51 Distempering with 1st quality acrylic


distemper (ready mixed) having VOC content
less than 50 gram/litre, of approved
manufacturer and of required shade and
colour all complete to achieve even shade
and colour :

51.1 New work (two or more coats) over and


including water thinnable priming coat with
cement primer having VOC content less than 2217.00 Sqm Rs.185.65 ₹ 4,11,586.00
50 gram/litre

52 Finishing walls with Premium Acrylic Smooth


exterior paint with Silicone additives of
required shade:
52.1 New work (Two or more coats applied @ 1.43
ltr/10 sqm over and including priming coat of
exterior primer applied @ 2.20 kg/10 sqm) 52926.00 Sqm Rs.171.10 ₹ 90,55,639.00

53 Painting with synthetic enamel paint of


approved brand and manufacture to give an
even shade :

Correction-Nil Deletion-Nil Insertion-Nil Overwriting-Nil

AE(P) AE(E)
119

53.1 Two or more coats on new work 2783.00 Sqm Rs.155.90 ₹ 4,33,870.00

54 Painting with synthetic enamel paint of


approved brand and manufacture to give an
even shade
54.1 Two or more coats on new work over an
under coat of suitable shade with ordinary 263.00 Sqm Rs.226.25 ₹ 59,504.00
paint of approved brand and manufacture

55 Providing and applying white cement based


putty of average thickness 1 mm, of approved
brand and manufacturer, over the plastered 53325.00 Sqm Rs.156.05 ₹ 83,21,366.00
wall surface to prepare the surface even and
smooth complete.

56 Providing and fixing concertina coil fencing


with punched tape concertina coil 600 mm
dia 10 metre openable length ( total length
90 m), having 50 nos rounds per 6 metre
length, upto 3 m height of wall with existing
angle iron 'Y' shaped placed 2.4m or 3.00 m
apart and with 9 horizontal R.B.T. reinforced
barbed wire, stud tied with G.I. staples and
G.I. clips to retain horizontal, including
necessary bolts or G.I. barbed wire tied to 7920.00 Mtr Rs.375.80 ₹ 29,76,336.00
angle iron, all complete as per direction of
Engineer-in-charge, with reinforced barbed
tape(R.B.T.) / Spring core (2.5mm thick) wire
of high tensile strength of 165 kg/ sq.mm
with tape (0.52 mm thick) and weight 43.478
gm/ metre (cost of M.S. angle, C.C. blocks
shall be paid separately)

57 Providing and fixing white vitreous china


pedestal type water closet (European type
W.C. pan) with seat and lid, 10 litre low level
white P.V.C. flushing cistern, including flush
pipe, with manually controlled device (handle
lever), conforming to IS : 723

57.1 W.C. pan with ISI marked white solid plastic


seat and lid 15.00 Each Rs.6,515.55 ₹ 97,733.00

Correction-Nil Deletion-Nil Insertion-Nil Overwriting-Nil

AE(P) AE(E)
120

58 Providing and fixing white vitreous china flat


back half stall urinal of size 580x380x350 mm
with white PVC automatic flushing cistern,
with fittings, standard size C.P. brass flush
pipe, spreaders with unions and clamps (all in
C.P. brass) with waste fitting as per IS : 2556,
C.I. trap with outlet grating and other
couplings in C.P. brass, including painting of
fittings and cutting and making good the
walls and floors wherever required :
58.1 Range of two half stall urinals with 5 litre
P.V.C. automatic flushing cistern 4.00 each Rs.18,008.75 ₹ 72,035.00

59 Providing and fixing wash basin with C.I.


brackets, 15 mm C.P. brass pillar taps, 32 mm
C.P. brass waste of standard pattern,
including painting of fittings and brackets,
cutting and making good the walls wherever
require:

59.1 White Vitreous China Flat back wash basin


size 550x 400 mm with single 15 mm C.P. 15.00 Each Rs.1,879.20 ₹ 28,188.00
brass pillar tap

60 Providing and fixing P.V.C. waste pipe for sink


or wash basin including P.V.C. waste fittings
complete.
60.1 Flexible pipe
(a) 32 mm dia 31.00 Each Rs.119.55 ₹ 3,706.00

61 Providing and fixing 600x450 mm beveled


edge mirror of superior glass (of approved
quality) complete with 6 mm thick hard 15.00 Each Rs.1,607.95 ₹ 24,119.00
board ground fixed to wooden cleats with
C.P. brass screws and washers complete.

62 Providing and fixing soil, waste and vent


pipes :
62.1 100 mm dia
(a) Hubless centrifugally cast (spun) iron pipes
107.00 Mtr. Rs.1,169.30 ₹ 1,25,115.00
epoxy coated inside & outside IS:15905

63 Providing and fixing bend of required degree


with access door, insertion rubber washer 3
mm thick, bolts and nuts complete.

63.1 100 mm dia


(a) Hubless centrifugally cast (spun) iron epoxy
coated inside & outside as per IS:15905 23.00 Each Rs.567.20 ₹ 13,046.00

64 Providing and fixing plain bend of required


degree.
Correction-Nil Deletion-Nil Insertion-Nil Overwriting-Nil

AE(P) AE(E)
121

64.1 100 mm dia


(a) Hubless centrifugally cast (spun) iron pipes
epoxy coated inside & outside IS:15905 16.00 each Rs.368.00 ₹ 5,888.00

65 Providing and fixing single equal plain


junction of required degree
65.1 100x100x100 mm
(a) Hubless centrifugally cast (spun) iron
epoxy coated inside & outside as per 23.00 Each Rs.581.45 ₹ 13,373.00
IS:15905

66 Providing and fixing shielded coupling for


Hubless centrifugally cast iron pipe
66.1 100 mm dia
(a) SS 304 grade coupling with EPDM rubber
gasket 260.00 Each Rs.432.05 ₹ 1,12,333.00

67 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 :
67.1 100 mm inlet and 100 mm outlet
(a) Hubless centrifugally cast (spun) iron epoxy
coated inside & outside as per IS:15905 38.00 each Rs.854.55 ₹ 32,473.00

68 Providing and fixing PTMT liquid soap


container 109 mm wide, 125 mm high and
112 mm distance from wall of standard shape
with bracket of the same materials with snap 31.00 Each Rs.168.35 ₹ 5,219.00
fittings of approved quality and colour,
weighing not less than 105 gms.

69 Providing and fixing PTMT towel ring


trapezoidal shape 215 mm long, 200 mm
wide with minimum distances of 37 mm from
wall face with concealed fittings arrangement 23.00 Each Rs.231.95 ₹ 5,335.00
of approved quality and colour, weighing not
less than 88 gms.

70 Providing and fixing PTMT towel rail


complete with brackets fixed to wooden
cleats with CP brass screws with concealed
fittings arrangement of approved quality and
colour.
70.1 450 mm long towel rail with total length of
495 mm, 78 mm wide and effective height of 8.00 Each Rs.673.40 ₹ 5,387.00
88 mm, weighing not less than 170 gms

Correction-Nil Deletion-Nil Insertion-Nil Overwriting-Nil

AE(P) AE(E)
122

71 Providing and fixing PTMT shelf 440 mm long,


124 mm width and 36 mm height of
approved quality and colour, weighing not 23.00 Each Rs.713.20 ₹ 16,404.00
less than 300 gms.

72 Providing and fixing G.I. pipes complete with


G.I. fittings and clamps, i/c cutting and
making good the walls etc. Internal work -
Exposed on wall
72.1 20 mm dia nominal bore 265.00 Mtr Rs.437.30 ₹ 1,15,885.00

72.2 32 mm dia nominal bore 305.00 Mtr. Rs.667.00 ₹ 2,03,435.00

73 Providing and fixing G.I. Pipes complete with


G.I. fittings and clamps, i/c making good the
walls etc. concealed pipe, including painting
with anti corrosive bitumastic paint, cutting
chases and making good the wall :

73.1 15 mm dia nominal bore 55.00 Mtr Rs.580.45 ₹ 31,925.00

73.2 20 mm dia nominal bore 40.00 Mtr Rs.635.20 ₹ 25,408.00

74 Providing and fixing gun metal gate valve


with C.I. wheel of approved quality (screwed
end) :
74.1 20 mm nominal bore 38.00 Each Rs.539.95 ₹ 20,518.00

74.2 32 mm nominal bore 42.00 Each Rs.689.60 ₹ 28,963.00

75 Providing and fixing uplasticised PVC


connection pipe with brass unions :
75.1 45 cm length
(a) 15 mm nominal bore 31.00 Each Rs.97.95 ₹ 3,036.00

76 Providing and fixing C.P. brass shower rose


with 15 or 20 mm inlet :
76.1 150 mm diameter 16.00 Each Rs.222.35 ₹ 3,558.00

77 Painting G.I. pipes and fittings with synthetic


enamel white paint with two coats over a
ready mixed priming coat, both of approved
quality for new work :
77.1 20 mm diameter pipe 265.00 Mtr. Rs.23.25 ₹ 6,161.00

77.2 32 mm diameter pipe 305.00 Mtr. Rs.36.35 ₹ 11,087.00

Correction-Nil Deletion-Nil Insertion-Nil Overwriting-Nil

AE(P) AE(E)
123

78 Providing and fixing G.I. Union in G.I. pipe


including cutting and threading the pipe and
making long screws etc. complete (New
work) :
78.1 20 mm nominal bore 68.00 Each Rs.346.80 ₹ 23,582.00

78.2 32 mm nominal bore 57.00 Each Rs.489.05 ₹ 27,876.00

79 Providing and placing on terrace (at all floor


levels) 4 layer polyethylene water storage
tank, IS : 12701 marked, with cover and
suitable locking arrangement and making Per
necessary holes for inlet, outlet and overflow 15500.00 Rs.11.00 ₹ 1,70,500.00
Ltr.
pipes but without fittings and the base
support for tank.
(i) Circular / Rectunglar tank

80 Providing and fixing C.P. brass bib cock of


approved quality conforming to IS:8931 :
80.1 15 mm nominal bore 23.00 Each Rs.506.80 ₹ 11,656.00

81 Providing and fixing C.P. brass angle valve for


basin mixer and geyser points of approved
quality conforming to IS:8931
81.1 15 mm nominal bore 46.00 Each Rs.574.30 ₹ 26,418.00

82 Providing and fixing PTMT grating of


approved quality and colour.
82.1 Circular type
(a) 100 mm nominal dia 47.00 Each Rs.37.60 ₹ 1,767.00

83 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 :
83.1 150 mm diameter 115.00 mtr Rs.695.80 ₹ 80,017.00

84 Providing and laying cement concrete 1:5:10


(1 cement : 5 coarse sand : 10 graded stone
aggregate 40 mm nominal size) all-round
S.W. pipes including bed concrete as per
standard design :
84.1 150 mm diameter 115.00 mtr Rs.1,179.85 ₹ 1,35,683.00

Correction-Nil Deletion-Nil Insertion-Nil Overwriting-Nil

AE(P) AE(E)
124

85 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:

85.1 100x100 mm size P type


(a) With common burnt clay F.P.S. (non
modular)bricks of class designation 7.5 31.00 Each Rs.2,707.65 ₹ 83,937.00

86 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 :
86.1 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) :

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


bricks of class designation 7.5 23.00 Each Rs.12,770.55 ₹ 2,93,723.00

87 Extra for depth for manholes :


87.1 Size 90x80 cm
(a) With common burnt clay F.P.S. (non modular)
bricks of class designation 7.5 2.00 Mtr. Rs.8,825.40 ₹ 17,651.00

88 Making soak pit 2.5 m diameter 3.0 metre


deep with 45 x 45 cm dry brick honey comb
shaft with bricks and S.W. drain pipe 100 mm
diameter, 1.8 m long complete as per
standard design.
(a) With common burnt clay F.P.S. (non modular)
bricks of class designation 7.5 4.00 each Rs.26,861.90 ₹ 1,07,448.00

Correction-Nil Deletion-Nil Insertion-Nil Overwriting-Nil

AE(P) AE(E)
125

89 Providing and fixing aluminium work for


doors, windows, ventilators and partitions
with extruded built up standard tubular
sections/ appropriate Z sections and other
sections of approved make conforming to IS:
733 and IS: 1285, fixing with dash fasteners of
required dia and size, including necessary
filling up the gaps at junctions, i.e. at top,
bottom and sides with required EPDM
rubber/ neoprene gasket etc. Aluminium
sections shall be smooth, rust free, straight,
mitred and jointed mechanically wherever
required including cleat angle, Aluminium
snap beading for glazing / paneling, C.P. brass
/ stainless steel screws, all complete as per
architectural drawings and the directions of
Engineer-in-charge. (Glazing, paneling and
dash fasteners to be paid for separately) :
89.1 For fixed portion
(a) Powder coated aluminium (minimum
thickness of powder coating 50 micron) 449.00 Kg Rs.530.90 ₹ 2,38,374.00

89.2 For shutters of doors, windows & ventilators


including providing and fixing hinges/ pivots
and making provision for fixing of fittings
wherever required including the cost of
EPDM rubber / neoprene gasket required
(Fittings shall be paid for separately)

(a) Powder coated aluminium (minimum


thickness of powder coating 50 micron) 191.00 Kg Rs.634.45 ₹ 1,21,180.00

90 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):

90.1 With float glass panes of 5 mm thickness


(weight not less than 12.50 kg/ sqm) 34.00 Sqm Rs.1,505.25 ₹ 51,179.00

91 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/s

91.1 With average thickness of 120 mm and


minimum thickness at khurra as 65 mm. 651.00 Sqm Rs.1,684.60 ₹ 10,96,675.00

Correction-Nil Deletion-Nil Insertion-Nil Overwriting-Nil

AE(P) AE(E)
126

92 Designing, shop fabricating, supplying ,


erecting, stripping and shifting of customized
Modular Tunnel Formwork system for cast-in-
situ monolithic RCC structures, using
precision steel cubical formworks are molds
with minimum 3 mm thick hot rolled plain
painted/hot dip galvanized M.S. sheets for
panel in contact area with necessary framing
and allied accessories as per CPWD
specifications including transporting, storage,
assembly,hoisting and placing in position for
supporting and holding the formwork in place
till initial setting of the concrete then 18648.00 sqm Rs.269.40 ₹ 50,23,771.00
stripping the formwork, propping to support
horizontal surface cleaning and oiling etc. for
shifting to the next cycle, inclusive of all
labour, machines and T&P requirements
taking all safety measures etc. as per design
and cycle programme all complete as per
directions of the Engineer-in-Charge. Design
of Tunnel Formwork system shall be provided
by concerned service provider/vendor and
the rate is inclusive of all the elements and all
operations for all heights

Total ₹ 33,79,38,766.00
GST Correction factor (0.973) on existing items of the DSR-2023 ₹ 32,88,14,419.00
Total ₹ 32,88,14,419.00
NON SCHEDULE ITEMS
93 Dismantling the chain linked fencing by
manual/mechanical means including removal
of foundations, plinth beams etc by
excavating the footings, and removal of credit
items & disposal and malba upto all leads.
Note: All the scrap generated shall become per
Rs.4,900.00 1631.20 ₹ 79,92,880.00
the property of the contractor after payment mtr.
of the credit value of the scrap as per the
actual measurement as per the quoted rates
for credit items or the credit rates of non-
available items as decided by the Engineer-in-
Charge.
94 Credit for rusted angle/barbed
wire/concertina coil etc. complete as per 222824.00 Kg -Rs.30.00 -₹ 66,84,720.00
direction og Engineer-in-Charge.

95 Credit for bricks 156012.00 Nos -Rs.4.50 -₹ 7,02,054.00

Correction-Nil Deletion-Nil Insertion-Nil Overwriting-Nil

AE(P) AE(E)
127

96 Providing and laying cement concrete 1:3:6 (1


cement : 3 coarse sand (zone-III) derived
from natural soruces : 6 graded stone
aggregate 20 mm nominal size derived from
natural sources) with 40% plum of boulders
of 15 cm to 20 cm size including supply & 4783.00 Cum Rs.4,987.26 ₹ 2,38,54,065.00
laying of boulders in foundation/ retaining
walls etc. all complete as per the direction of
Engineer -in- Charge (excluding the cost of
centering/ shuttering).

97 Providing and fixing full body vitrified tile of


minimum thickness 15 mm with water
absorption less than 0.06 % and conforming
to IS : 15622, of approved make, brand and
manufacturer for wall lining work including
dado, skirting , risers of steps etc. in required
design and pattern wherever required on 12
mm (average) thick cement mortar 1:3 (1
cement : 3 coarse sand) laid and jointed with
white cement slurry @ 3.3 kg/sqm including
pointing with white cement slurry admixed
with pigment of matching shade etc. all
complete as per Architectural drawings, and
as directed by the Engineer-in-Charge. The
tile must be cut with the zero chipping
diamond cutter only. (For class -B city )
97.1 Size of tile 800 x2400 mm of all colours and
shades . 62.00 Sqm Rs.7,216.25 ₹ 4,47,408.00

Sub - Total 24907579.00


Grand Total A+ B 353721998.00

Correction-Nil Deletion-Nil Insertion-Nil Overwriting-Nil

AE(P) AE(E)
128

Government of India

Central Public Works Department

Name of work: Construction of Boundary wall including Strengthening of existing boundary


wall under “Operation Kawach” at BSF Campus Paloura (J&K) under Jammu Frontier. (SH:-
Complete Civil Work and Electrical Work related to Sentry Post, Guard Room and Entry Gates)
(Package-I)

SCHEDULE OF QUANTITY
(ELECTRICAL WORK)

Correction-Nil Deletion-Nil Insertion-Nil Overwriting-Nil

AE(P) AE(E)
129

SCHEDULE OF QUANTITIES (ELECT.)


SNo. Description of items Qty Rate Unit Amount
SH:-I ( EI & Fans)
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.
1.1 Group C 177 Points 1845.00 Point 326565.00
2 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.
2.1 2X1.5sq.mm-+ 1X 1.5 sq. mm earth wire 300 Metres 327.00 Metre 98100.00
2.2 2 X 4 sq. mm + 1 X 4 sq. mm earth wire 500 Metres 428.00 Metre 214000.00
3 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 amps modular socket outlet and 5/6 amps
modular switch, connection etc. as required.
(For light plugs to be used in non residential
buildings). 19 Nos 477.00 Each 9063.00
4 Supplying and fixing suitable size GI box with
modular plate and cover in front on surface or
in recess, including providing and fixing 6 pin
5/6 & 15/16 amps modular socket outlet and
15/16 amps modular switch, connection etc.
as required. 63 Nos 586.00 Each 36918.00
5 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 req.
1200mm, service value ≥ 6.0 CM/Min/Watt,
air delivery 210 CM/Min (Minimum)
33 Nos 2230.00 Each 73590.00

Correction-Nil Deletion-Nil Insertion-Nil Overwriting-Nil

AE(P) AE(E)
130

6 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
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 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
≥105 <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 aluminium
Body (Thickness > 1.20 mm)
18- 22 watt
66 No 675.00 Each 44550.00

Correction-Nil Deletion-Nil Insertion-Nil Overwriting-Nil

AE(P) AE(E)
131

7 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
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
12 -15 watt
58 Nos. 666.00 Each 38628.00
8 Supplying, installation, testing and
commissioning of 10 watt 2 feet surface
mounted LED Mirror light, made of Aluminum
Extrusion with housing, opal diffuser having
efficacy >=110 lumens/watt and CCT >=
5700K, CRI>=80 and having power factor of
>0.90 fixing on the surface with the help of
suitable size of screw and fasteners i/c
connections with 1.5 sq.mm FRLS PVC
insulated copper conductor single core cable
and earthing etc. complete as reqd 10 Nos 539.00 Each 5390.00

Correction-Nil Deletion-Nil Insertion-Nil Overwriting-Nil

AE(P) AE(E)
132

9 Providing and fixing of post top 45 W LED


fixture (Min.dia 325 mm and height 400 mm)
made of die cast aluminium spigot for
mounting LED driver and spun aluminium
canopy which is painted white inside. Power
LED's are mounted directly on inbuilt extruded
aluminium heat sinks with IP 65 protection
rating, CRI>=70, power factor >=0.90 and
colour temp 5700K. LED with L 70 life of 50000
operating hours. Fitting to be painted with UV
protected powder coated matt black finish
paintwith PCdiffuser provided for glare free
lighting with high visual comfort, suitable for
pole mounting with OD of 76 mm max with 4
nos. hex bolt M6 X 20 mm to be provided with
the fitting i/c, testing etc. complete as
required. 4 Nos 9266.00 Each 37064.00
10 Supplying, installation, testing &
commissioning of heavy duty exhaust fan with
louvers/ shutters of following size suitable for
operation on single phase 230 V, 50 Hz AC
supply including connection with 1.5 sq. mm
FRLS PVC insulated, copper conductor, single
core cable and earthing etc. complete as
required.
10.1 300 mm sweep 1400 rpm 10 Nos 3683.00 Each 36830.00
11 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)
11.1 6 way, Double door 15 Nos 2206.00 Each 33090.00
11.2 8 way, Double door 6 Nos 2573.00 Each 15438.00
12 Supplying and fixing 5 amps to 32 amps rating,
240/415 volts, "C" curve, miniature circuit
breaker suitable for inductive load of following
poles in the existing MCB DB complete with
connections, testing and commissioning etc.
as required.
12.1 Single pole 96 Nos 256.00 Each 24576.00
12.2 Single pole and neutral 21 Nos 599.00 Each 12579.00
13 Supplying of following size XLPE insulated PVC
sheathed aluminium conductor armoured
cable with working voltage upto and including
1100 volts conforming to IS 7098 (Part-I) 1988
etc. as required.
13.1 2 X 10 Sqmm 400 Metre 234.00 Metre 93600.00
14 Laying of one number PVC insulated and PVC
sheathed / XLPE power cable of 1.1 KV grade
of following size in the existing RCC/ HUME/
METAL pipe as required.
14.1 Upto 35 sq. mm 400 Metres 37.00 Metre 14800.00
Correction-Nil Deletion-Nil Insertion-Nil Overwriting-Nil

AE(P) AE(E)
133

15 Supplying and laying of following size DWC


HDPE pipe ISI marked along with all
accessories like socket, bend, couplers etc.
conforming to IS 14930, Part II complete with
fitting and cutting, jointing etc.direct in
ground (75 cm below ground level) including
excavation and refilling the trench but
excluding sand cushioning and protective
covering etc., complete as required.
15.1 63 mm dia (OD-63 mm & ID-51 mm nominal) 300 Metre 247.00 Metre 74100.00
16 Supplying and making end termination with
brass compression gland and aluminium lugs
for following size of PVC insulated and PVC
sheathed / XLPE aluminium conductor cable of
1.1 KV grade as required.
16.1 2 X 10 sq. mm (19mm) 38 Nos 241.00 Each 9158.00
17 Providing and fixing 6 SWG dia G.I. Wire on
surface or in recess for loop earthing along
with existing surface/recesed
conduit/submain wiring/cable as required. 500 Metre 42.00 Metre 21000.00
18 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. 19 set 6855.00 Set 130245.00
19 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. 100 Metres 287.00 Metre 28700.00
20 SITC of electrically operated horizontal double
mounting siren of 1.50 Kms range suitable for
operation on single phase A.C. 220-250 volts,
50Hz, 6000 rpm including connetion etc. as
required. 15 Nos. 17349.00 Each 260235.00
21 SITC of floor mounting hand operated siren
with mounting stand of 1.50 Kms range etc. as
required. 15 Nos. 27015.00 Each 405225.00
Total of SH:-I ( EI & Fans) 2043444.00
Add 6.33% on DSR 2022 on revised GST
from 12% to 18% i.e Rs.
1048332.00 66359.00
Add 0.973 of Total cost as per O.M file No.
9158977 dated 08-08-2024
64567.00
TOTAL
2108011.00

Correction-Nil Deletion-Nil Insertion-Nil Overwriting-Nil

AE(P) AE(E)

You might also like