0% found this document useful (0 votes)
15 views74 pages

NIT15

The document outlines the details for a special repair project at the CRPF Campus in Awantipora, J&K, for the year 2025-26, specifically focusing on the re-carpeting of roads with an estimated cost of Rs. 38,90,597. It includes instructions for contractors regarding the bidding process, eligibility criteria, and required documentation for e-tendering. The bid submission deadline is set for July 31, 2025, with a completion period of 30 days from the start date.

Uploaded by

Rahil nazir
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)
15 views74 pages

NIT15

The document outlines the details for a special repair project at the CRPF Campus in Awantipora, J&K, for the year 2025-26, specifically focusing on the re-carpeting of roads with an estimated cost of Rs. 38,90,597. It includes instructions for contractors regarding the bidding process, eligibility criteria, and required documentation for e-tendering. The bid submission deadline is set for July 31, 2025, with a completion period of 30 days from the start date.

Uploaded by

Rahil nazir
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/ 74

1

Government of India
Central Public Works Department

Name of work:- Special Repair work at CRPF Campus Awantipora During the
Year 2025-26. SH:- Re-Carpeting of Road in CRPF Campus Awantipora (J&K).

NIT

Correction –Nil Insertion –Nil Deletion –Nil

AE(P)
2

ABSTRACT OF COST

Name of work:- Special Repair work at CRPF Campus Awantipora During the
Year 2025-26. SH:- Re-Carpeting of Road in CRPF Campus Awantipora (J&K).

Sl. No. Details of Sub-Head Amount (in Rupees)

1
Civil Portion Rs.38,90,597/-

Total Rs.38,90,597/-

This NIT containing pages as per Index amounting to Rs.38,90,597/-(Rs. Thirty Eight Lacs
Ninety Thousand Five hundred Ninety Seven only) is hereby approved.

Executive Engineer
Srinagar,
CPWD, Srinagar (J&K)

Correction –Nil Insertion –Nil Deletion –Nil

AE(P)
3

GOVERNMENT OF INDIA
CENTRAL PUBLIC WORKS DEPARTMENT

Name of work:- Special Repair work at CRPF Campus Awantipora During the Year 2025-26.
SH:- Re-Carpeting of Road in CRPF Campus Awantipora (J&K).

GENERAL INDEX
Sl. No. Description Page No.
1. Part A 1-3
Volume I (Information and instructions to contractors, CPWD- 4 - 13
6 & Eligibility criteria)
Receipt of Deposition of Original EMD 14
Volume II ( CPWD -7, SCHEDUE A to F) 15 – 23
Table of Mile Stone(s) 24
Part B (Civil) 25-26
Special conditions (Civil) 27- 41
Additional Conditions of contract specific to Green Building 42-44
Practices
Particular Specifications (Civil) 45-55
Specifications for Road and Bituminous Works 56-59
List of Field Tests, Field Testing equipments & instruments, 60
List of T&P.
2.
Proforma for Test carried out, proforma for Cement/Paint 61-62
registers.
Form of Bank Guarantee for Earnest Money 63-64
deposit/Performance Guarantee/Security
deposit/Mobilization Advance
Guarantee for Water Proofing Treatment 65
Guarantee Bond for Aluminium Work 66
List of approved makes of Materials, Fixtures & Fittings etc. 67-71
Part C 72
3.
Schedule of Quantities (Civil) 73-74
It is certified that this document contains Three parts i.e. Part-A, Part-B & Part-C containing pages
No. 01 to 74.

Executive Engineer,
Srinagar,
CPWD, Srinagar.

Correction –Nil Insertion –Nil Deletion –Nil

AE(P)
4

Government of India
Central Public Works Department

Name of work:- Special Repair work at CRPF Campus Awantipora During the
Year 2025-26. SH:- Re-Carpeting of Road in CRPF Campus Awantipora (J&K).

Volume I
of Part A

Correction –Nil Insertion –Nil Deletion –Nil

AE(P)
5

INDEX- Volume I of Part A

SL. NO. DESCRIPTION PAGES

1 Information and Instructions for contractors for e- tendering 6-7

2 Notice inviting e-tender (CPWD – 6) 8 – 12

3 Brief Particulars of the work 13

4. Receipt of Deposition of Original EMD 14

Certified that this tender Document volume-I of part A contains total pages from 6 to 14

Executive Engineer,
Srinagar,
CPWD, Srinagar.

Correction –Nil Insertion –Nil Deletion –Nil

AE(P)
6

INFORMATION AND INSTRUCTIONS FOR BIDDERS FOR e-TENDERING FORMING PART OF BID
DOCUMENT AND TO BE POSTED ON WEBSITE
The Executive Engineer, Srinagar, CPWD, GC, CRPF Campus, Humhama Srinagar on behalf of President of
India invites online, Percentage rate bids from approved and eligible contractors of buildings and roads
category of CPWD for following work:-

Estimated cost put to Bid(Rs.)

Document as specified in the


submission of bid, copy of

Time & date of opening of


original EMD, and other
receipt of deposition of
Period of Completion

Last date & time of


Earnest Money

technical bid
NIT No.
Sr. No.

NIT.
Name of work
& Location

1 2 3 4 5 6 7 8
1 Special Repair work

At 3:30 PM on 31.07.2025
15/EE/Srinagar of 2025-
26

at CRPF Campus

Upto 03.00 PM on
Awantipora During
Rs.38,90,597/-

Rs.77,812/-
the Year 2025-26.

31.07.2025
30 days
SH:- Re-Carpeting of
Road in CRPF Campus
Awantipora (J&K).

1. The intending bidder must read the terms and conditions of CPWD-6 carefully. He should only
submit his bid if he considers himself eligible and he is in possession of all the documents required.
2. Information and Instructions for bidders posted on website shall form of bid document.
3. The bid document consisting of plans, specifications, the schedule of quantities of various types of
items to be executed and the set of terms and conditions of the contract to be complied with and
other necessary documents can be seen and downloaded from website https://etender.cpwd.gov.in
or www.cpwd.gov.in free of cost
4. But the bid can only be submitted after deposition of original EMD either in the office of Executive
Engineer inviting bids or division office of any Executive Engineer, CPWD within the period of bid
submission and uploading the mandatory scanned documents such as Insurance Surety Bonds,
Account Payee Demand draft or Banker’s Cheque or Fixed Deposit Receipts or/ and Bank Guarantee
including e-Bank Guarantee (for balance amount as prescribed) from any of the Commercial Bank
towards EMD in favour of Executive Engineer as mentioned in NIT, receipt for deposition of original
EMD to division office of any Executive Engineer (including NIT issuing EE/ AE), CPWD and other
documents as specified.
5. Those contractors who are not registered or have not updated their profile on the website
mentioned above, are required to get registered / update their profile beforehand. The necessary
training materials including the videos with step to step process are available on download section
of https://etender.cpwd.gov.in.

Correction –Nil Insertion –Nil Deletion –Nil

AE(P)
7

6. The intending bidder must have valid Class-III digital signature certificate with encryption key
(combo type) to perform any operations / transactions on the e-tendering portal / website and the
bidder should download and install the eMsigner on their system as per instructions available on
download section ofhttps://etender.cpwd.gov.in.
7. On opening date, the contractor can login and see the bid opening process. After opening of bids he
will receive the competitor bid sheets.
8. Contractor can upload documents in the form of JPG format and PDF format.
9. 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.

List of Documents to be scanned and uploaded up to date and time mentioned above:
I. Banker`s Cheque of a Commercial Bank/ Account payee Demand Draft of Commercial Bank/ Fixed
Deposit Receipt (FDR) of a Commercial bank/Insurance Surety Bonds/Bank Guarantee (for balance
amount as prescribed) from a commercial bank against EMD.
II. Enlistment Order of the Contractor.
III. Certificate of Registration for GST and acknowledgement of up to date filed return.
GST Registration Certificate of the State in which the work is to be taken up, if already obtained by
the bidder.
If the bidder has not obtained GST registration in the State in which the work is to be taken up, or as
required by GST authorities then in such a case the bidder shall scan and upload following under
taking along with other bid documents.
“lf work is awarded to me, I/we shall obtain GST registration Certificate of the State, in which work
is to be taken up, 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 a/c of the work executed and/or for any action
taken by CPWD or GST department in this regard.
IV. The contractor has to upload EPFO, ESIC licenses or proof of applying for obtaining labour
licenses registration with EPFO, ESIC.
V. The copy of receipt for deposition of original EMD issued from Division office of any Executive
Engineer (including NIT issuing EE) CPWD.
VI. ERP Training Certificate

Executive Engineer,
Srinagar,
CPWD, Srinagar.
(For and on behalf of President of India)

Correction –Nil Insertion –Nil Deletion –Nil

AE(P)
8

CPWD–6 FOR e-TENDERING

GOVERNMENT OF INDIA
CENTRAL PUBLIC WORKS
DEPARTMENT
lR; eso t;rs

The Executive Engineer, Srinagar, CPWD, GC, CRPF Campus, Humhama Srinagar on behalf of President of
India invites online Percentage rate bids from approved and eligible contractors of appropriate category
and class for following work:- Special Repair work at CRPF Campus Awantipora During the Year 2025-
26. SH:- Re-Carpeting of Road in CRPF Campus Awantipora (J&K).
1. The enlistment of the contractor should be valid on the last date of submission of bids. In case, the
last date of submission of bid is extended, the enlistment should be valid on the original date of
submission of bids.
1.1 The work is estimated to cost Rs.38,90,597/-
This estimate, however, is given merely as a rough guide.

2. Agreement shall be drawn with the successful bidders on prescribed Form No. CPWD 7 (or other
Standard Form as mentioned) which is available as a Govt. of India Publication and also available on
https://etender.cpwd.gov.in. Bidders shall quote his rates as per various terms and conditions of
the said form which will form part of the agreement.
3. The time allowed for carrying out the work will be 30 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 & structural drawing 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 the 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 from
https://etender.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.
7. While submitting the revised bid, contractor can revise the rate of one or more item(s) any number
of times (he need not re-enter rate of all the items) but before last time and date of submission of
bid as notified.
8. When tenders are invited in three stage system and if it is desired to submit revised financial bid
then it shall be mandatory to submit revised financial bid. If not submitted then the bid submitted
earlier shall become invalid.
9. Earnest Money in the form of Insurance Surety Bonds, Account Payee Demand Draft, Fixed Deposit
Receipt, Banker's Cheque or Bank Guarantee (for balance amount as prescribed) from any of the
Commercial Banks(drawn in favour of Executive Engineer, Srinagar Central Division, CPWD,
Srinagar (J&K) 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 Executive Engineer (including NIT issuing EE/AE) shall issue a
receipt of deposition of earnest money deposit to the bidder in a prescribed format (enclosed)

Correction –Nil Insertion –Nil Deletion –Nil

AE(P)
9

uploaded by tender inviting EE in the NIT. This receipt shall be uploaded to the e-tendering
website by the intending bidder upto the specified bid submission date and time.
A part of earnest money is acceptable in the form of bank guarantee also. In such case, minimum
50% of earnest money or Rs. 20 lac, whichever is less, shall have to be deposited in shape
prescribed above, and balance may be deposited in shape of Bank Guarantee of any Commercial
bank having validity for a period of 90 days for single bid works and 180 days for two bid system
or more from the last date of receipt of bids which is to be scanned and uploaded by the intending
bidders.
The earnest money given by all the tenderers except the lowest tenderer shall be refunded
immediately after the expiry of stipulated bid validity period or immediately after acceptance of
the successful bidder, whichever is earlier. However, in case of two/ three bid system, earnest
money deposit of bidders unsuccessful during technical bid evaluation etc. should be returned
within 30 days of declaration of result of technical bid evaluation.
Copy of Enlistment Order, certificate of work experience (if required) and other documents as
specified in the press notice shall be scanned and uploaded to the e-Tendering website within the
period of bid submission. However, certified copy of all the scanned and uploaded documents
as specified in press notice shall have to be submitted by the lowest bidder only along with
physical EMD of the scanned copy of EMD uploaded within a week physically in the office of
bid opening authority.
Online bid/tender documents submitted by intending bidder shall be opened only of those
bidder, who has registered/update themselves on https://etender.cpwd.gov.in. and Earnest
Money Deposit and other documents scanned and uploaded are found in order.
The bid/tender submitted shall be opened at 31.07.2025 on 15.30

9(a) The contractor who are not register or have not updated their profile on the website
mentioned above, are required to get registered/update their profile beforehand. The
necessary training materials including the videos with step to step process are available on
download section of https://etender.cpwd.gov.in.

10. The bid submitted shall become invalid and cost of bid & e-Tender processing fee 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 bid
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.
11. The contractor whose bid is accepted will be required to furnish performance guarantee
of 5% (Five Percent) of the bid amount within the period specified in Schedule F. This
guarantee shall be in the form of Insurance Surety Bonds, Account Payee Demand Draft,
Fixed Deposit Receipt or Bank Guarantee from any of the Commercial Banks in accordance
with the prescribed form. In case the contractor fails to deposit the said performance
guarantee within the period as indicated in Schedule 'F', including the extended period if
any, the Earnest Money deposited by the contractor shall be forfeited automatically without
any notice to the contractor. The earnest money deposited along with bid shall be
returned after receiving the aforesaid performance guarantee. The contractor whose
bid is accepted will also be required to furnish either copy of applicable licenses/
registrations or proof of applying for obtaining labour licenses, registration with EPFO, ESIC

Correction –Nil Insertion –Nil Deletion –Nil

AE(P)
10

and BOCW Welfare Board including Provident Fund Code No. If applicable and also ensure
the compliance of aforesaid provisions by the subcontractors, if any engaged by the
contractor for the said work within the period specified in Schedule F.

12. The description of the work is as follows:- Special Repair work at CRPF Campus Awantipora
During the Year 2025-26. SH:- Re-Carpeting of Road in CRPF Campus Awantipora (J&K).
Intending Bidders are advised to inspect and examine the site and its surroundings and satisfy
themselves before submitting their bids as to the nature of the ground and sub-soil (so far as is
practicable), the form and nature of the site, the means of access to the site, the accommodation
they may require and in general shall themselves obtain all necessary information as to risks,
contingencies and other circumstances which may influence or affect their bid. A bidders shall be
deemed to have full knowledge of the site whether he inspects it or not and no extra charge
consequent on any misunderstanding or otherwise shall be allowed. The bidders shall be
responsible for arranging and maintaining at his own cost all materials, tools & plants, water,
electricity access, facilities for workers and all other services required for executing the work unless
otherwise specifically provided for in the contract documents. Submission of a bid by a bidder
implies that he has read this notice and all other contract documents and has made himself aware of
the scope and specifications of the work to be done and of conditions and rates at which stores,
tools and plant, etc. will be issued to him by the Government and local conditions and other factors
having a bearing on the execution of the work
13. The competent authority on behalf of the President of India does not bind itself to accept the lowest
or any other bid and reserves to itself the authority to reject any or all the bids received without the
assignment of any reason. All 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.
14. Canvassing whether directly or indirectly, in connection with tenderers is strictly prohibited and
the tenders submitted by the contractors who resort to canvassing will be liable to rejection.
15. The competent authority on behalf of President of India reserves to himself the right of accepting
the whole or any part of the bid and the bidders shall be bound to perform the same at the rate
quoted.

16. The contractor shall not be permitted to tender for works in the CPWD Circle (Division in case of
contractors of Horticulture/Nursery category) responsible for award and execution of contracts, in
which his near relative is posted a Divisional Accountant or as an officer in any capacity between
the grades of Superintending Engineer and Junior Engineer (both inclusive). He shall also intimate
the names of persons who are working with him in any capacity or are subsequently employed by
him and who are near relatives to any gazetted officer in the Central Public Works Department or in
the Ministry of Urban Development. Any breach of this condition by the contractor would render
him liable to be removed from the approved list of contractors of this Department.

17. No Engineer of gazetted rank or other Gazetted Officer employed in Engineering or Administrative
duties in an Engineering Department of the Government of India is allowed to work as a contractor
for a period of one year after his retirement from Government service, without the previous
permission of the Government of India in writing. This contract is liable to be cancelled if either the
contractor or any of his employees is found any time to be such a person who had not obtained the
permission of the Government of India as aforesaid before submission of the tender or engagement
in the contractor’s service.
18. The bids for the work shall remain open for acceptance for a period of 30 (thirty) days from the
date of opening of bids in case of single bid system and 75 (seventy five) days from the date of
opening of technical bids in case bids are invited in 2 or 3 bid system. 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,

Correction –Nil Insertion –Nil Deletion –Nil

AE(P)
11

then the Government shall without prejudice to any other right or remedy, be at liberty to forfeit
50% of the earnest money absolutely irrespective of letter of acceptance for the work is issued or
not.
ii) If any tenderer withdraws his tender 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 bidders shall
not be allowed to participate in the rebidding process of the same work.

19. This notice inviting bid shall form a part of the contract document. The successful
bidder/specialized agency, on acceptance of his bid by the Accepting Authority shall within 15 days
from the stipulated date of start of the work, sign contract consisting of: -

a) The Notice Inviting bid, all the documents including Special Conditions, General Specifications/
Particular Specifications and drawings, if any, forming part of the bid as uploaded at the time of
invitation of bid and the rates quoted online at the time of submission of bid and acceptance
thereof together with any correspondence leading thereto.
b) Standard C.P.W.D. Form 7/8 or other Standard C.P.W.D. Form as applicable

20. For Composite Bids


20.1.1 The EE-in-charge of the Division of the major component will call bids for the composite work. The
Earnest Money will be fixed with respect to the combined estimated cost put to tender for the
composite tender.

20.1.2 The bid document will include following four components:

Part A:- CPWD-6, CPWD Form - 7 including Schedule A to F for the major component of the work,
Standard General Conditions of Contract for CPWD 2023 as amended/ modified up to date.
Part B:- General / specific conditions, specifications and schedule of quantities applicable to major
component of the work.
Part C:- Schedule A to F for minor component of the work (competent authority under clause 2 and
clause 5 shall be same authority as mentioned in schedule A to F for major components),
General/specific conditions, specifications and schedule of quantities applicable to minor
component(s) of the work. Schedule of quantities applicable to Civil and Electrical work.

20.1.3 The bidders must associate himself, with agencies as per NIT conditions.

20.1.4 The eligible bidders shall quote rates for all items of major component as well as for all items of
minor components of the bid.

20.1.5 After acceptance of the bid by competent authority, the EE in charge of major component of the
work shall issue letter of award on behalf of the President of India. After the work is awarded, the
main contractor will have to enter into one agreement with EE in charge of major component and
has also to sign two or more copies of agreement depending upon number of EE’s in charge of
minor components. One such signed set of agreement shall be handed over to EE in - charge of
minor component. EE of major component will operate Part A and Part B of the agreement. EE/DDH
incharge of minor component(s) shall operate Part- C alongwith Part A of the agreement.

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

Correction –Nil Insertion –Nil Deletion –Nil

AE(P)
12

20.1.7 Security Deposit will be worked out separately for each component corresponding to the estimated
cost of the respective component of works.

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

20.1.9 In case the main contractor intends to change any of the above agency/agencies during the
operation of the contract, he shall obtain prior approval of Engineer-in Charge of 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.
20.1.10 The main contractor has to enter into MoU with agency(s) associated by him . Copy of such MoU
shall be submitted to EE/ DDH in charge of each relevant component as well as to EE-in-charge of
major component. In case of change of associate contractor, the main agency(s) has to enter into
MoU/agreement with the new contractor associated by him.

20.1.11 Running payment for the major component shall be made by EE of major discipline to the main
contractor. Running payment for minor components shall be made by the Engineer- in-Charge of
the discipline of minor component directly to the main contractor.The CMB shall be maintained
independently by Engineer-in Charge of major and minor components

20.1.12A. The composite work shall be treated as complete when all the components of the work are
complete. The completion certificate of the composite work shall be recorded by Engineer-in-
Charge of major component after record of completion certificate of all other components.
20.1.12B. Final bill of whole work shall be finalized and paid by the EE of major component. Engineer(s) in
charge of minor component(s) will prepare and pass the final bill for their component of work
and pass on the same to the EE of major component for including in the final bill for composite
contract.

21. 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 *01942955501, e- mail Id * ee_sncd@yahoo.com) or ERP helpline no.
18001803286 or e-mail ld cpwd.support@techmahindra.com. The e- tendering bidders are also
advised not to wait to raise any issues till the last date of submission of bid in their own
interest.

Executive Engineer,
Srinagar,
CPWD, Srinagar.
(For and on behalf of President of India)

Correction –Nil Insertion –Nil Deletion –Nil

AE(P)
13

BRIEF PARTICULARS OF THE WORK


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

Sr.
Name of Work Estimated Cost
No. Period of
completion
1. Special Repair work at CRPF Campus Rs.38,90,597/- 30 days
Awantipora During the Year 2025-26.
SH:- Re-Carpeting of Road in CRPF
Campus Awantipora (J&K).

2. The work is situated at CRPF Campus Awantipora under jurisdiction of Executive Engineer,
Srinagar, CPWD, Srinagar (J&K).
2.1 Estimated cost includes the provision of 18% GST applicable on the work.
2.2 Work shall be executed according to General Conditions of Contract of 2023
for Maintenance Work of CPWD works Form 7 for Central P.W.D. Works as
amended/corrected up to the last date of submission of bids.

Correction –Nil Insertion –Nil Deletion –Nil

AE(P)
14

Receipt of Deposition of Original EMD

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

Name of Work:- Special Repair work at CRPF Campus Awantipora During the
Year 2025-26. SH:- Re-Carpeting of Road in CRPF Campus Awantipora (J&K).

1. NIT NO:- 15/EE/Srinagar of 2025-26

2. Estimated Cost:- Rs.38,90,597/-

3. EMD Amount: - Rs.77,812/-

4. Last date of submission of bid:- 31.07.2025

(* To be filled by NIT approving authority/EE at the time of


issue of NIT and uploaded along with NIT)

_____________________________________________________________

1. Name of Contractor …………………………………………….#

2. Form of EMD …………………………………………………….#

3. Amount of Earnest Money…………………………………….#

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

Signature, Name & Designation of EMD


Receiving officer EE/AE(P)/AE/AAO)
alongwith office stamp
(# to be filled by EMD received EE

1. The Executive Engineer receiving EMD in original form shall examine the EMD
deposited by the tenderer and shall issue a receipt of deposition of earnest
money to the agency in a given format uploaded by tender inviting EE. The
receipt may be issued by the AE (P)/AE/AAO.

2. The original EMD receiving Executive Engineer shall release the EMD
after verification from the e-Nirmit portal website
(https://etender.cpwd.gov.in or www.eprocure.gov.in,>tender free
view> advance search> awarded tenders)that the particular contractor
is not L-1 tenderer and work is awarded.

Correction –Nil Insertion –Nil Deletion –Nil

AE(P)
15

GOVERNMENT OF INDIA
CENTRAL PUBLIC WORKS DEPARTMENT

Name of work:- Special Repair work at CRPF Campus Awantipora During the
Year 2025-26. SH:- Re-Carpeting of Road in CRPF Campus Awantipora (J&K).

Volume II
Of Part A

Correction –Nil Insertion –Nil Deletion –Nil

AE(P)
16

GOVERNMENT OF INDIA

CENTRAL PUBLIC WORKS DEPARTMENT

Name of work:- Special Repair work at CRPF Campus Awantipora During the Year 2025-26.
SH:- Re-Carpeting of Road in CRPF Campus Awantipora (J&K).

INDEX – Volume II of Part A

Sl. No. Particulars Page No.

1 Percentage rate tender for work (Form CPWD-7) 17 – 18


2 Schedule (A to F) 19 – 23
3 Table of Mile Stone(s) 24

Certified that this tender Document Volume-II of Part A contains pages from 17 to 24 pages.

Executive Engineer,
Srinagar,
CPWD, Srinagar.

(For and on behalf of President of India)

Correction –Nil Insertion –Nil Deletion –Nil

AE(P)
17

CPWD FORM NO. 7

GOVERNMENT OF INDIA
CENTRAL PUBLIC WORKS DEPARTMENT

STATE: J & K (UT) ZONE: ADG (Jammu)

BRANCH: B&R DIVISION: Srinagar

COMPOSITE PERCENTAGE RATE TENDER & CONTRACT FOR WORKS


(B) Tender for the work of: -
Name of work:- Special Repair work at CRPF Campus Awantipora During the Year 2025-26.
SH:- Re-Carpeting of Road in CRPF Campus Awantipora (J&K).

to be submitted online by 03:00 PM on 31.07.2025 through website


https://etender.cpwd.gov.in to Executive Engineer, Srinagar, CPWD, Srinagar.

to be downloaded online in presence of qualified tenderers/ their authorized representatives who may be
present at 3:30 PM on 31.07.2025 in the office of Executive Engineer, Srinagar, CPWD, Srinagar.

i) Agency:- ...................................... XXX....................................... (contractor)

ii) Designation:- Executive Engineer Srinagar, CPWD, Srinagar (J&K)

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 and other documents
and Rules referred to in the conditions of contract and all other contents in the tender
document for the work.
I/We hereby tender for the execution of the work specified for the President of India
within the time specified in Schedule ‘F’, viz. Schedule of Quantities and in accordance in
all respects with the Specifications / Special conditions, Designs, Drawings and
instructions in writing as referred to in this tender document and with such materials as
are provided for, by and in respects in accordance with, such conditions so far as
applicable.
I/we agree to keep the tender open for (30) Thirty days from the date of opening of bid
and not to make any modifications in its terms and conditions.

I/We agree lf after the opening of tender, l/we withdraw or modify my/our bid during the
period of validity of tender (including extended validity of tender) specified in the tender
documents, l/we shall be suspended for one year and shall not be eligible to bid for CPWD
tenders from date of issue of suspension order and I/We shall be debarred for
participation in the re-tendering process of the work.
I/We agree that lf, after the award of work, l/we fail to submit performance guarantee

Correction –Nil Insertion –Nil Deletion –Nil

AE(P)
18

before the deadline defined in the tender documents, l/we shall be suspended for one year
and shall not be eligible to bid for CPWD tenders from date of issue of suspension order
and I/We shall be debarred for participation in the re-tendering process of the work.

Further, if I/we fail to commence work as specified or to sign the contract, 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
towards security to execute all the works referred to in the tender documents upon the
terms and conditions contained or referred to therein and to carry out such deviations as
may be ordered, up to maximum of the percentage mentioned in schedule ‘F’ and those in
excess of that limit at the rates to be determined in accordance with the provision
contained in clause 12.2 and 12.3 of the tender form.

Further, I/We agree that in case of forfeiture of Performance Guarantee as aforesaid, I/We
shall be debarred for participation in the re-tendering process of the work.
I/We hereby declare that I/We shall treat the tender documents drawings and other
records connected with the work as secret/confidential documents and shall not
communicate information derived there from to any person other than a person to whom
I/we am/are authorized to communicate the same or use the information in any manner
prejudicial to the safety of the state.

Dated: XX Signature of Contractor ....................................

Witness: - XX Postal Address: - ...............................................

Address: - XX

Occupation: - XX

Telephone No.
Fax:-
E-Mail:-
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. For & on behalf of the President of India.

i) XXX Signature XXX


ii) XXX
iii) XXX.

Dated: - ................................. Executive Engineer


XXX To be filled in by the Executive Engineer
XX To be filled in by the contractor

Correction –Nil Insertion –Nil Deletion –Nil

AE(P)
19

SCHEDULES (A to F)
SCHEDULE ‘A’
Schedule of quantities - As per Part- C Page Nos. 73-74

SCHEDULE ‘D’
Extra schedule for specific requirements/ documents for the work, if any.
1. Special Conditions - Page No. 27 to 41
2. Additional condition of contract Page No. 42 to 44
specific to green building practices
3. Particular Specifications. - Page No. 45 to 55
4. Specifications for road and bituminous works Page No. 56 to 59
5. Annexures - Page No. 60 to 66
{List of IS Codes, form of Earnest Money/Bank Guarantee
Bond, Form of Performance Security (Bank Guarantee Bond),
Guarantee Bond for water proofing, removal of defects in
aluminum works).
SCHEDULE ‘E’

Reference to General Conditions General Conditions of contract 2023 MAINTENANCE WORKS


for of Contract : CPWD works amended up to date of submission of bid.
1.1 Name of Work: Special Repair work at CRPF Campus Awantipora
During the Year 2025-26. SH:- Re-Carpeting of Road
in CRPF Campus Awantipora (J&K).
1.2 Estimated Cost of work: - Rs.38,90,597/-
1.3 Earnest Money: - Rs.77,812/-
1.4 Performance Guarantee 5.00% of tendered value

1.5 Security Deposit 2.50% of accepted tendered value

SCHEDULE ‘F’:-

General Rules & Directions:-


Officer Inviting Tender Executive Engineer, Srinagar, CPWD, Srinagar.

Definitions:-
2(v) Engineer-In-Charge Executive Engineer
Srinagar, CPWD, Srinagar (J&K).

2(viii) Accepting Authority Executive Engineer, Srinagar, CPWD

2(x) Percentage on cost of


materials and labour to
cover all overheads and
profits 15%

2(xi) Standard Schedule of Rates Delhi Schedule of Rates 2023 with up to date correction slips

2(xii) Department Central Public Works Department

Correction –Nil Insertion –Nil Deletion –Nil

AE(P)
20

9(ii) Standard CPWD Contract Form GCC 2023 MAINTENANCE WORKS, CPWD Form 7 as
amended upto the date of submission of bid.

Clause-1 :
(i) Time allowed for submission of Performance Security, 7 days
Program me Chart (Time and progress) and applicable
labor licenses, registration with EPFO, ESIC and BOCW
Welfare Board or proof of applying thereof from the
date of issue of letter of acceptance

(ii) Maximum allowable extension with 3 days


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, Srinagar, J & K
under Clause 2

Clause – 2A :
Whether clause-2A shall be Not applicable
applicable.
Clause-5:
Number of days from the date of issue
of letter of acceptance for reckoning
date of start 10 days

Mile Stone Refer Para (A) Table of Milestones at Page


No. 24
Time allowed for execution of work 30 days

Authority to decide
i. Extension of time
for completion of work. Executive Engineer, Srinagar, CPWD,
Srinagar(J&K).
ii. Re-scheduling of Mile stone Superintending Engineer, Srinagar, CPWD,
Srinagar(J&K).
iii Shifting of date of start in case of Superintending Engineer
delay in handing over of site. Srinagar, CPWD, Srinagar (J&K).

Clause-6:- e-MB through ERP

Clause-7:- Gross work to be done together


with net payment / adjustment of
advances for material collected, Rs 15.00 lacs
if any, since the last such payment .
for being eligible to interim payment

Correction –Nil Insertion –Nil Deletion –Nil

AE(P)
21

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


a) No Running Account Bill /Final Bill
shall be paid for the work till the
applicable labour licenses, registration
with EPFO, ESIC and BOCW Welfare
Board, whatever applicable are
submitted by the contractor to the
Engineer-in-charge.
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 person employed with date
of their employment up to previous
month.
2. Documents of payment made to the
employees directly into their bank
accounts up to previous month.
3. Documents of attendance through
biometric attendance or other mode up
to previous month.
4. Documents of deposition of EPF and
ESI deductions in the employee’s
accounts up to previous month.
5. Any penalty imposed on the agency for
delay in disbursing payment and
deposition of EPF and ESI deductions in
the employee’s accounts up to previous
month.
6. Any other document(s) required as per
statutory requirements and/or as
directed by Engineer-in-charge.
c) 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 the SE/CE concerned.

Clause- 8 :- ………………………………………………………. Executive Engineer, Srinagar

Clause 10 A
List of testing equipment to be
provided by the contractor at site lab. Refer Page No. 60

Clause-10-B (ii).
Whether clause 10-B (ii) shall be
applicable Not Applicable

Clause-10C:- Not Applicable

Correction –Nil Insertion –Nil Deletion –Nil

AE(P)
22

Clause-10 CC:- Not Applicable

Clause 11:
Specifications to be followed for execution of work : CPWD specification 2019 Vol I & II with up
to date correction slips

Clause-12:-Type of Work: Maintenance Work.

The completion cost shall in no case


exceed 1.5 times the contract
amount.

12.2 C
Deviation limit beyond which
clause 12.2 C shall apply No Limit
for all items of work.

(i) Deviation limit beyond which


clause 12.2 C shall apply No Limit
for foundation work (except items
mentioned in earth work subhead in DSR
and related items)

(ii) Deviation limit for items mentioned in


Earth work Sub-head and related items No Limit

Clause 16
Competent authority for deciding reduced rates: Superintending Engineer, Srinagar

Clause-18:-
List of mandatory machinery, tools & plants to be
deployed by the contractor at site: As per Site Requirement

Clause 19C ………………………………………………………. Executive Engineer, Srinagar


Clause 19D …………………………. ………………………….. Executive Engineer, Srinagar
Clause 19G ….………………………………………………….. Executive Engineer, Srinagar
Clause 19K ….………………………………………………….. Not applicable

Clause 25
(i) Conciliator: ADG (Jammu), CPWD, Jammu
(ii) Arbitrator Appointing Authority: Superintending Engineer, Srinagar, CPWD
(iii) Place of Arbitration: Srinagar (J&K).

Correction –Nil Insertion –Nil Deletion –Nil

AE(P)
23

Clause-32
Requirement of Technical representative(s) and recovery rate
Cost of Requirement of Technical Minimum Designation Rate at which recovery
Work (Rs. Qualification Number (of experience Technical shall be made from the
In Crores) Major + Minor (Years) staff contractor in the event of
component not fulfilling
Project
More than Graduate Manager
15 LACS Engineer 2 or 5 cum planning Rs. 15,000/- per month
to 1.5 or Diploma 1 of major respectively /quality/Site per person
crore Engineer component /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.

Clause-38:-
i) a) Schedule / Statement for determining As per Delhi Schedule of Rates 2023 theoretical
quantity of cement & bitumen with amendments upto the date of submission
of bid.
ii) Variations permissible on theoretical
quantities.
a) Cement
For works with estimated cost put to tender
not more than Rs. 25 lakh. 3% plus / minus
For works with estimated cost put to tender
more than Rs. 25 lakh. 2% plus / minus
b) Bitumen for all work. 2.5% Plus & only & nil on minus side
c) Steel Reinforcement and structural
steel sections for each diameter,
section and category. 2% plus / minus.
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 Variation permissible variation
1. 1. Cement Not Allowed
OPC

2. 2. Reinforcement bars (TMT-500D) Nil


a) Primary producers only
3. Structural steel

Correction –Nil Insertion –Nil Deletion –Nil

AE(P)
24

TABLE OF MILE STONE (S)

Name of work:- Special Repair work at CRPF Campus


Awantipora During the Year 2025-26. SH:- Re-Carpeting of Road
in CRPF Campus Awantipora (J&K).

Time Period allowed for Completion of Work: - 30 days

Sl. Description of Financial Milestone Time Allotted Amount to be withheld in


No. (From date of case of non-achievement
start) of milestone
(% of Tendered Amount)
1. Work upto 1/8th of the tendered amount 7 days In the event of not
achieving the necessary
2. Work upto 3/8th of the tendered amount 14 days progress as accessed
from the running
3. Work upto 3/4th of the tendered amount 21 days payments, 1% of the
tendered value of work will
4. Full Work Completed in all respect. 30 days be withheld for failure of
each milestone.

Correction –Nil Insertion –Nil Deletion –Nil

AE(P)
25

Government of India
Central Public Works Department

Name of work:- Special Repair work at CRPF Campus Awantipora During


the Year 2025-26. SH:- Re-Carpeting of Road in CRPF Campus Awantipora
(J&K).

PART B

Correction –Nil Insertion –Nil Deletion –Nil

AE(P)
26

INDEX - PART B

Sl.
Particulars Page No.
No.
1 Special conditions (Civil) 27-41
2 Additional Conditions of contract specific to Green Building 42-44
Practices
3 Particular Specifications (Civil) 45-55
4 Specifications for Road and Bituminous Works 56-59
5 List of Field Tests, Field Testing equipments & instruments, List of 60
T&P.
6 Proforma for Test carried out, proforma for Cement/Paint registers. 61-62
7 Form of Bank Guarantee for Earnest Money deposit/Performance 63-64
Guarantee/Security deposit/Mobilization Advance
8 Guarantee for Water Proofing Treatment 65
9 Guarantee Bond for Aluminum Work 66
10 List of approved makes of Materials, Fixtures & Fittings etc. 67-71

Certified that this part of document i.e. Part B contains pages from 27 to 71

Executive Engineer
Srinagar,
CPWD, Srinagar (J&K)

Correction –Nil Insertion –Nil Deletion –Nil

AE(P)
27

SPECIAL CONDITIONS
1.0 General
1.1 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 and Special Conditions, if any.
(iii) Drawings
(iv) CPWD Specifications.
(v) Indian Standard Specifications of B.I.S.
(vi) Manufacturers’ specifications & as decided by Engineer-in-charge.

“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 co-ordinated 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.
1.2 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.
1.3 All the hidden items such as water supply lines, drainage pipes, conduits, sewers etc. are to be properly
tested before covering.
1.4 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 Insertion –Nil Deletion –Nil

AE(P)
28

1.5 Equipments like batching plant, 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.
1.6 The contractor, his authorized representative, workmen etc. shall strictly observe orders pertaining to fire
precautions prevailing in the area.

1.7 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.
1.8 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.
1.9 Contractor shall take all precautionary measures to avoid any damage to adjoining property. All necessary
arrangement shall be made at his own cost.

1.10 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.

1.11 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.

1.12 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.

1.13 Contractor shall provide permanent bench marks, 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.

1.14 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.

1.15 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 supercede 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.

1.16 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.

Correction –Nil Insertion –Nil Deletion –Nil

AE(P)
29

1.17 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.

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

1.19 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.

1.20 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.

1.21 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.

1.22 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.

1.23 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.

1.24 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.
1.25 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.

1.26 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

Correction –Nil Insertion –Nil Deletion –Nil

AE(P)
30

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.
1.27 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.
1.28 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, LAWDA 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) 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.
1.29 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.
1.30 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.
1.31 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.
1.32 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.
1.33 The Contractor shall make all necessary arrangements for protecting from rains, the work already
executed and for carrying out the further work, during rains 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.

Correction –Nil Insertion –Nil Deletion –Nil

AE(P)
31

1.34 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.
1.35 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 equipments 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 first hand information of site constraints. Accordingly, they
should quote their tenders. Nothing extra shall be payable on this account.
1.36 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.
1.37 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.
1.38 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 cooperate with and provide the facilities to the associate-Contractors and other
agencies working at site for smooth execution of the work. The Contractor shall
(a) Allow use of scaffolding already erected, toilets, sheds etc.
(b) Properly co-ordinate their work with the work of other Contractors.
(c) Provide control lines and benchmarks to his associate-Contractors and the other Contractors.
(d) Provide electricity and water at mutually agreed rates.
(e) Provide hoist and crane facilities for lifting material at mutually agreed rates.
(f) Co-ordinate with other Contractors for leaving inserts, making chases, alignment of services etc.
at site.
(g) Adjust work schedule and site activities in consultation with the Engineer-in-Charge and other
Contractors to suit the overall schedule completion.

Correction –Nil Insertion –Nil Deletion –Nil

AE(P)
32

(h) 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.

1.39 On completion of work, the contractor shall submit at his own cost four prints of “as built” drawings of the
completed works to the Engineer-in-Charge. These drawings shall have the following information.
a) Run off of all piping and their diameters including soil, waste pipes and vertical stacks.
b) Ground and invert level of all drainage pipes together with locations of all manholes and
connections, upto out fall.
c) Run off of all water supply lines with diameters, location of control valves, access panels etc.
In case the contractor fails to supply “as built drawing” aforesaid within 30 days of the date of
completion, then the recovery @ Rs.10, 000/- for each such set of drawings shall be made from
the contractor’s final bill.
1.40 All the cost of testing charges of all the materials including 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.
2.0 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.
(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.
(x) All local taxes, Entry taxes, and all other taxes of J&K State government and central taxes.

3.0 QUALITY ASSURANCE/TESTING OF MATERIALS : -


3.1 BATCH MIX CONCRETE
3.1.1 The contractor shall establish a laboratory at site to test the coarse aggregate, fine aggregate, water,
sand, cement etc to be used in Batch Mix Plant Contractor is also required to depute technical personnel
specifically for running of Batch Mix Plant and for quality control of mix produced.

3.1.2 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.
1.1.3 With each Running Bill, the details of test carried out shall be submitted by the contractor as per Performa
at (As per General Index).
3.1.4 Samples of materials required for testing shall be provided free of charge by the contractor. The cost of
tests to be carried out in approved labs shall be borne by the contractor.
All other expenditure to be incurred for testing of samples e.g. packaging, sealing, transportation,
loading, unloading etc. including testing charges shall be borne by the contractor. The list of approved
laboratories for testing is given below:-.
1. NIT, Srinagar.
2. IIT, Jammu.
3. Punjab Engineering College or any Government engineering college.
4. All Labs approved by ADG (Region Chandigarh) CPWD and SDG(Project Region Chandigarh)

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.

Correction –Nil Insertion –Nil Deletion –Nil

AE(P)
33

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, materials at site Register and hindrance register along with
each alternate Running Account Bill and Final Bill shall be mandatory.

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 Superintending Engineer, Srinagar Circle, CPWD, Srinagar. 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.
3.1.5 However, if any ultrasonic pulse velocity / load testing or special testing is to be done for concrete whose
strength is doubtful, the cost of the same shall be borne by the contractor.

3.1.6 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.

3.2 FIELD LABORATORY

The contractor has to establish field laboratory at site including all necessary equipments and skilled
manpower for the Field Tests as at (As per General Index)at his own cost to have proper quality control.
For performing the above tests, the Field Testing Equipments and Instruments as at (As per General
Index)are to be arranged and maintained by the contractor.

3.2.1 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.
3.2.2 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.
3.3 SAMPLE OF MATERIALS:-

3.3.1 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
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.

Correction –Nil Insertion –Nil Deletion –Nil

AE(P)
34

3.3.2 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.
3.3.3 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 all the testing charges of all material i/c cement and steel paid to lab., shall be borne by the
contractor.
3.3.4 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.

4.0 CEMENT & STEEL REINFORCEMENT (IF NOT STIPULATED TO BE SUPPLIED BY THE
CONTRACTOR).
4.1 Contractor has to produce manufacturers test certificate and challan for each lot of Cement & Steel
Reinforcement procured at site.
4.2 CEMENT:-

4.2.1 The contractor shall procure 43 grade ordinary Portland Cement conforming to IS: 8112 / Portland
Pozzolona Cement conforming to IS: 1489 (Part-1) as required in the work from reputed manufacturers of
cement. The cement of approved make as per list of Preferred brand in 50 kg. bags bearing
manufacturer’s name and ISI marking, along with manufacturers test certificate for each lot shall be
procured by the contractor. 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 09.04.2009. However, if the
contractor uses higher grade of cement or uses OPC only nothing extra shall be paid.
4.2.2 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.

4.2.3 Cement shall be brought at site in bulk supply of approximately 50 tonnes or as decided by the Engineer-
in-Charge.
4.2.4 OPC & 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.

Correction –Nil Insertion –Nil Deletion –Nil

AE(P)
35

Two 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.
4.2.5 The actual issue and consumption of cement on work shall be regulated and proper accounts maintained
as provided in the contract. The theoretical consumption of cement shall be worked out as per procedure
prescribed in Clause-42 of the contract and shall be governed by the conditions laid therein.
4.2.6 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 regarding theoretical quantity of
the cement, which should have been actually used, shall be final and binding on the contractor.

4.2.7 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.

4.2.8 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.

4.2.9 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.

4.3 STEEL REINFORCEMENT: -


4.3.1 The contractor shall procure Thermo Mechanical Treated (TMT) Steel Reinforcement bars of Fe 500D
from Primary producers such as SAIL or Rashtriya Ispat Nigam Ltd. Or TISCO or Jindal Steel & Power
Ltd. or JSW Steel Ltd. as approved by Ministry of Steel.

4.3.2 The contractor shall have to obtain and furnish test certificates & challan to Engineer –in- Charge in
respect of all the supplies brought by him to the site of work.

4.3.3 Samples shall also be taken and got tested by the Engineer-in-Charge as per the provisions in this regard
in relevant BIS codes. In case the test results indicate that the steel arranged by the contractor does not
conform to the specifications, as defined under para 4.3.1 (a) above, the same shall stand rejected, and it
shall be removed from the site of work by the contractor at his cost within a week time or written orders
from the Engineer-in Charge to do so: -

4.3.4 The steel reinforcement shall be brought in bulk supply of 30 tonnes or more or as decided by the
Engineer-in-Charge along with manufacturer test certificate for each lot.

4.3.5 The steel reinforcement 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 these accounts. Bars of different sizes and
lengths shall be stored separately to facilitate easy counting and checking.

4.3.6 Unless OTHERWISE specified elsewhere in the contract document, the testing (nominal mass, tensile
strength, bend test, rebend test etc.) shall be done as per frequency of samples not less than as given
below

Correction –Nil Insertion –Nil Deletion –Nil

AE(P)
36

SIZE OF BAR FOR CONSIGNMENT BELOW FOR CONSIGNMENT OVER 100


100 TONNES TONNES
Under 10 mm dia One sample for each 25 tonnes One sample for each 40 tonnes or part
or part thereof. thereof
10 mm to 16 mm dia One sample for each 35 tonnes One sample for each 45 tonnes or part
or part thereof. thereof
Over 16 mm dia One sample for each 45 tonnes One sample for each 50 tonnes or part
or part thereof thereof

4.3.7 The contractor shall supply free of charge the steel required for testing including transportation to testing
laboratories. The cost of tests shall be borne by the contractor.

4.3.8 The Actual issue and consumption of steel on work shall be regulated and proper account 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 variation, recovery at the
rate so prescribed shall be made. In case of excess consumption, no adjustment needs to be made.

4.3.9 Steel brought to site and steel remaining unused shall not be removed from site without the written
permission of the Engineer-in-Charge
4.3.10 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.

4.3.11 Reinforcement including authorized spacer bars and lap pages 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.
4.3.12 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.
4.3.13 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.

4. 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 Tolerance on Nominal mass Percent


Batch Individual Individual
sample* sample for coil**

Correction –Nil Insertion –Nil Deletion –Nil

AE(P)
37

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.
5.0 SECRECY
5.1 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.
5.2 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.
5.3 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.

6.0 LABOUR AND SECURITY

6.1 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.
6.2 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.

6.3 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.
6.4 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”).
6.5 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.
6.6 Normally contractor shall be allowed to carryout work between 7 AM to 6 PM. However, he may also be
allowed to carryout the work beyond 6 PM & upto 7 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.
6.7 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”.
6.8 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.

Correction –Nil Insertion –Nil Deletion –Nil

AE(P)
38

7.0 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.
8.0 PROGRAM CHART: -

8.1 The Contractor shall prepare an integrated program chart for the execution of work, showing clearly all
activities from the start of work to completion, with details of manpower, equipment and machinery
required for the fulfillment of the program within the stipulated period or earlier and submit the same for
approval of the Engineer-in-Charge within 15 days of the issue of letter of acceptance for the contract.
This program chart should clearly indicate that work will simultaneously be started on all different locations
of Class rooms and hostels. The integrated program chart so submitted should not have any discrepancy
with the milestones attached in the Contract Agreement.

8.2 The work has to be completed in stages as indicated in the 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.

8.3 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 indicate resources in
financial terms, manpower and specialized equipments for every important stage.
c) Program for procurement of materials by the contractor.
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.
8.4 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.

8.5 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.

9.0 PROGRESS AND MONITORING OF WORK:


9.1 Apart from the above integrated program chart, the contractor shall be required to submit monthly
progress 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.

Correction –Nil Insertion –Nil Deletion –Nil

AE(P)
39

(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.

9.2 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.

9.3 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.
9.4 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.
9.5 The Contractor shall do proper sequencing of the various activities by suitably staggering the activities
within various pockets in the plot and at different plots 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 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.
9.6 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.
10.0 ENGAGING SPECIALISED AGENCIES FOR WORKS: -
10.1 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 or three works of similar items of value minimum 40%
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) Anti Termite treatment work.
ii) Factory made Wooden Shutters of all types except Flush Doors.
iii) Water proofing treatment work of all types.
iv) Aluminium Work
v) Fabrication and erection of structural steel.
vi) Aluminium semi unitized/Curtain wall four way structural glazing/Aluminium composite panel
cladding.
vii) All type false ceilings.
viii) Galvalume/Aluminium roofing sheet Double skin insulated system
ix) Plumbing works.
x) Fire rated doors.

Correction –Nil Insertion –Nil Deletion –Nil

AE(P)
40

xi) 3 D Wall Panel Work

10.2 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.

10.3 For Internal Electrical Installation work as contained in the Electrical component work under Part C, the
Electrical Agency to be engaged as an associate electrical contractor for the Internal E.I/External E.I work
should be as per condition of enlistment in composite category as below :-
They shall be issued tender or production of valid electrical license from competent authority in the name
of the contractor. However, the civil contractors shall be allowed to participate in composite tender with an
undertaking that they will either obtain valid electrical license at the time of execution of electrical work or
associate contractors having valid electrical license of eligible class.

10.4 Same milestones shall be applicable for all components of work.


10.5 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. Provisions mentioned under Sr.
No. 11.1 above shall not be applicable for the items mentioned herein above

11.0 SAMPLE WORK: -


The contractor shall construct one sample of quarter complete in all respects including all Civil works and
Electrical fittings/ fixtures, before taking up finishing in other areas. The sample accommodation 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/toilet block.

12.0 Defect liability:


12.1 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.
Sl. Description
No. Defect Liability
(i) Anti termite treatment. (a) Termites found if any till guarantee period to be rectified through post ATT.
(ii) Concrete (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.
(iii) Brick work/ Concrete (a) Rectification of cracks in panel wall / portion.
Block Masonry (b) Cracks / settlement of dwarf walls.
(c) Rectification of efflorescence/ leaching.
(iv) Joinery (a) Replacement of warped joinery.
(b) Cracks in panels, rails / styles etc.
(v) Builders Hardware (a) Repairs / Replacement of loosened / pre-mature failure of fittings.
(b) Tightening / Replacement of sag in mosquito proofing.
(vi) Steel & Iron work (a) Rectification / Replacement of defective part of rolling shutter.
(b) Redoing of defective portion in fabrication / welding including painting.
(c) Steel windows, grills, gates etc. – defects to be rectified.
(vii) Roof treatment (a) Rectification of leakage / seepage of roof slab including covering at
junction till guarantee period.
(viii) Plastering (a) Rectification of structural / superficial cracks if any.
(b) Rectification of protruding / peeling off plaster if any.
(c) Rectification of efflorescence

Correction –Nil Insertion –Nil Deletion –Nil

AE(P)
41

Sl. Description
No. Defect Liability
(ix) Flooring (a) Rectification of sinking portion of plinth protection including saucer drain.
(b) Settlement of foundation & floors, hollow sounding, cracks in tiles/stones.
(x) Plumbing / Sanitary (a) Making good of leakage through soil / waste pipe joints.
fittings (b) Replacement of looking mirror if found wavy.
(c) Rectification of leakage of over head tanks.
(d) Leakage / seepage of sunken floor, blockage of taps / pipes, non-
functioning of cistern.
(xi) Finishes (a) Making good of defective / dissimilar patches of painting to match with
remaining surfaces, peeling of paint.
(xii) Internal Water Supply (a) Repairs / Replacement of defective taps / fittings.
(b) Repair to leakage of GI water pipe lines including joints.
(c) Removal of blockage of GI pipe lines.
(xiii) Roads (a) Repair of sinked portion of road & potholes, if any

(xiv) 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.
(xv) Drains (a)Repair to Drains.
(b)Settlement of Drains
(xvi) External Water Supply (a)Repairs to installations & fittings.
(xvii) General (a)All manufacturing defects of structures / fixtures / fittings / equipments
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.
Above list is not exhaustive but is only indicative.
13.0 SAFETY MEASURES
13.1 Contractor shall take all precautionary measures to avoid any damage to adjoining property. All necessary
arrangement shall be made at his own cost.
13.2 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.
13.3 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.
13.3.1 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.
13.3.2 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

Correction –Nil Insertion –Nil Deletion –Nil

AE(P)
42

P.O.L products stored at site. All consequences on account of unsafe handling of P.O.L shall be borne by
the Contractor.
14.0 Special condition for Hardware and sanitary wares:
14.1 Engineer-in-Charge will take a decision regarding model numbers of equivalent Door/window hardwares/
sanitary wares 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.”

ADDITIONAL CONDITIONS OF CONTRACT SPECIFIC TO GREEN BUILDING PRACTICES


1.0 The contractor shall strictly adhere to the following conditions as part of his contractual obligations:
1.1 SITE
1.1.1 The contractor shall ensure that adequate measures are taken for the prevention of erosion of the topsoil
during the construction phase.

1.1.2 The Contractor should follow the construction plan as proposed by the Architect /Engineer in Charge to
minimize the site disturbance such as soil pollution due to spilling

1.1.3 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.

1.1.4 The contractor shall not change the natural gradient of the ground unless specifically instructed by the
Engineer 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.
1.1.5 The contractor shall not carry out any work which results in the blockage of natural drainage.
1.1.6 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.

1.1.8 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.

1.2 CONSTRUCTION PHASE AND WORKER FACILITIES


1.2.1 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.
1.2.2 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.

Correction –Nil Insertion –Nil Deletion –Nil

AE(P)
43

(d) The contractor shall ensure that maintenance activities during construction period shall be
performed as needed to ensure that the vegetation remains healthy.
1.2.3 The contractor shall provide potable water for all workers.
1.2.4 The contractor shall provide the minimum level of sanitation and safety facilities for the workers at site.
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.
1.2.5 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 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.
1.2.6 The contractor shall ensure that no construction leachate (e.g. cement slurry etc.), is allowed to percolate
into the ground.

1.2.7 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.

1.2.8 The contractor shall comply with the safety procedures, norms and guidelines (as applicable).

1.2.9 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.
1.2.10 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.

1.2.11 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
1.2.12 Where possible, the contractor shall select materials / vendors, harvested and manufactured regionally,
within a 800-km radius of the project site.
1.2.13 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.
1.2.14 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.
1.2.15 Water Use during Construction
Contractor should spray curing water on concrete structure and shall not allow free flow of water.

Correction –Nil Insertion –Nil Deletion –Nil

AE(P)
44

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.
1.2.16 The contractor shall provide O & M Manuals wherever applicable.

1.2.17 MATERIALS & FIXTURES FOR THE PROJECT


(i) Contractor will produce wherever feasible certificate regarding distance of the source of the
relevant material.
(ii) 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.
(iii) The contractor shall ensure that all composite wood products/agro-fiber products used for
cabinetwork, etc do not contain any added urea formaldehyde resin.

1.2.18 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.

1.2.19 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.

Correction –Nil Insertion –Nil Deletion –Nil

AE(P)
45

PARTICULAR SPECIFICATIONS
1.0 R.C.C. WORK:-
1.1 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, New Delhi
ii) National Institute of Technical Teachers Training and Research, Sector 26, Chandigarh.
iii) Punjab Engineering College, Chandigarh.
iv) Chandigarh Engineering College, Sector 26, Chandigarh.
v) Govt. College of Engineering & Technology, Jammu.
vi) NIT Srinagar
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 Superintending
Engineer, Srinagar Circle, CPWD, Srinagar (J&K).

1.2 The contractor shall submit the report on design mix from any of above approved laboratories for approval
of Engineer in Charge within 30 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 Portland Pozzolona/ 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.

1.3 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.

1.4 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.

1.5 The mix design for a specified grade of concrete shall be done for a target mean compressive strength
Tck = Fck + 1.65s
Where Fck = Characteristic compressive strength at 28 days.
s = Standard deviation which depends on degree of quality control.

The assumed standard deviation for different grades of concrete shall be as follows: -

GRADE OF CONCRETE STANDARD DEVIATION

M-20 4.0
M-25 4.0
M-30 5.0
M-35 5.0

However, actual standard deviation based on test strength of samples for each grade of concrete shall be
calculated separately as per procedure laid down in clause 9.2.4 of Code of Practice IS 456:2000.

2. 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.

Correction –Nil Insertion –Nil Deletion –Nil

AE(P)
46

(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. 1 and 2 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.

2.1 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 mean compressive
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.

3. BATCHING & MIXING:-


(a) All design mix concrete shall be done using fully automatic computerized batching plant
conforming to IS: 4925 of minimum 15 cum per hour capacity. The automatic batching plant shall
be charged by devices when actuated by a single starter switch, will automatically start the
weighing operation of each material (i.e. stone aggregate, sand, cement, water, admixture etc.)
and stop automatically when designated weight of each material has been reached and also it
should have rated capacity ( in terms of concrete in a single batch). It shall have control panel for
operation of the batching plant complete with printing facility.
(b) The contractor shall be free to use Ready Mix Concrete (RMC) in place of Batch mix concrete at
his own cost. 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. Contractor has to get the
approval from Engineer-In-Charge regarding source of RMC by giving the details of such plants
indicating name of owner / company, its location, technical establishment, past experience and
text of Memorandum of Understanding (proposed to be entered between purchaser and supplier).
The Engineer-in-Charge, after satisfying himself about quality / capability of the company shall
give approval in writing (subject to drawing of MOU). The MOU shall be drawn with RMC plant
owner / company and submitted to Engineer-in-Charge within a week of such approval. The
contractor will not be allowed to purchase RMC without completion of above formalities for use in
the project. Notwithstanding the approval granted by Engineer-in-Charge in aforesaid manner, the
contractor shall be fully responsible for quality of concrete including input control, production,
transportation and placement etc. The Engineer-in-Charge will reserve the right to deploy his
supervisor at plant site to inspect at any such stage and reject the material / concrete etc if he is
not satisfied about quality of material / product.
(c) All measuring equipment shall be maintained in a clean and serviceable condition and their
accuracy shall be checked at least once a month.
(d) 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.

Correction –Nil Insertion –Nil Deletion –Nil

AE(P)
47

The grading of coarse and fine aggregates shall be checked as frequently as possible and as
directed by the Engineer-In-Charge to ensure that the specified grading and quality of aggregate
is maintained.
(e) It is important to maintain the Water Cement Ratio constant at its specified or approved value by
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).

3.1 OTHER OPERATIONS: -


All other operations in concreting work like mixing, slump, laying, placing of concrete, compaction, curing
etc. not mentioned in these particular specifications for Ready Mix Concrete/Batch mix concrete shall be
as per CPWD Specifications.

4 SAMPLING AND STRENGTH OF DESIGNED CONCRETE MIX


4.1 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.

4.2 Frequency of Sampling


4.3 Sampling Procedure
A random sampling procedure shall be adopted to ensure that each concrete batch shall have a
reasonable chance of being tested that is the sampling should be spread over the entire period of
concreting and cover all mixing units.

.4.4 Frequency
The minimum frequency of sampling of concrete of each grade shall be in accordance to CPWD
Specification

NOTE- At least one sample shall be taken from each Shift. Where concrete is produced at continuous production
unit, such as batch-mixed concrete plant, 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. Minimum 10%
cube should be filled in the presence of Executive Engineer.

4.5 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.

4.6 Test Results of Sample


The test results of the sample shall be the average of the strength of three specimens. The individual
variation should not be more than ± 15 percent of the average. If more, the test results of the sample are
invalid.

4.7 ACCEPTANCE CRITERIA

Correction –Nil Insertion –Nil Deletion –Nil

AE(P)
48

4.8 Compressive Strength


The concrete shall be deemed to comply with the strength requirements when both the following condition
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.

4.9 Quantity of Concrete Represented by Strength Test Results


The quantity of concrete represented by a group of four consecutive test-results shall include the batches
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.

4.10 Concrete of each grade shall be assessed separately.

4.11 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 the Engineer-in-Charge.

5. MEASUREMENT
(i) As per CPWD Specifications.

6. TOLERANCES - As per CPWD Specifications.

7. 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 centring, shuttering &
reinforcement which will be paid for separately.
(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 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.

8 RCC WORK (ORDINARY)

8.1 The work shall be done in accordance with CPWD Specifications.

8.2 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.

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

9.2 Only M.S. centring / 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.

Correction –Nil Insertion –Nil Deletion –Nil

AE(P)
49

9.3 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.

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

9.5 In order to keep the floor finish as per architectural drawings and to provide required thickness of the
flooring as per specifications, the level of top surface of R.C.C. shall be accordingly adjusted at the time of
its centring, 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.

9.6 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.

10 GRANITE/ MARBLE WORKS

10.1 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.

10.2 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.
10.3 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.
10.4 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

Correction –Nil Insertion –Nil Deletion –Nil

AE(P)
50

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.
10.5 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.
10.6 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 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.
10.7 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.

11. 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.

12 WOOD WORK
12.1 The wood work in general shall be carried out as per CPWD Specifications (Volume-I) 2019, with up-to-
date correction slips
12.2 The sample of timber to be used shall be deposited by the contractor with Engineer-in-charge before
commencement of work.
12.3 The shape and size of beading shall be as per drawings. The joints of beading shall be mitred.

12.4 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.

12.5 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 coaltar.

12.6 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.

12.7 Transparent sheet glass conforming to IS: 2835 – 1977 shall be used. Thickness being governed as
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 Insertion –Nil Deletion –Nil

AE(P)
51

12.8 Factory made wooden flush door shutters shall be carried out as per CPWD specifications (Volume-I,
2019 with upto date correction slips).

12.9 The work shall be executed through specialized agencies to be approved by the Engineer in Charge.
12.10 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.

12.11 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 site in 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 with in 7 days after the
written instruction in this regard are issued by the Engineer-in-Charge.

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

13. FLOORING

13.1 All work in general shall be carried out as per CPWD Specifications (Volume 1) 2009 with up-to-date
correction slips.

13.2 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.
13.3 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.
13.4 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.
13.5 The Marble/ Kota/ Granite or any other stone shall be fully supported by the details establishing the quarry
and its location.
13.6 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.

14. 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 approved from the
Engineer-in-Charge. All tiles shall be rectified. The Mandatory tests for vitrified tiles shall be got done as
per CPWD Specifications (volume-1)/relevant BIS Code.
15. 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.

Correction –Nil Insertion –Nil Deletion –Nil

AE(P)
52

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
15.1 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.

16 WATER PROOFING FOR SUNKEN FLOORS:-

16.1 The work shall be got executed from the specialized agency as approved by the Engineer in Charge.
16.2 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.
16.3 The finished surface after water proofing treatment shall have adequate smooth slope as per the direction
of the Engineer-in-charge.

16.4 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.

17 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. 10% (Ten per cent) of the cost of water-proofing work shall
be retained as Security Deposit 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.

18. FINISHING:-
18.1 The work shall be done in accordance with CPWD Specifications (Volume II) 2019 with up-to-date
correction slips and/or manufacturers specifications wherever applicable.

18.2 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.

18.3 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.

19.0 SANITARY INSTALLATIONS /WATER SUPPLY / DRAINAGE:-


19.1 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.

19.2 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.

Correction –Nil Insertion –Nil Deletion –Nil

AE(P)
53

19.3 The work in general shall be carried out as per CPWD Specifications (Volume II) 2019 with up-to-date
correction slips.

19.4 The tendered rates shall include the cost of cutting holes in walls, floors, RCC slabs etc. wherever required and
making good the same for which nothing extra shall be paid.

19.5 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.
19.6 The pig lead to be used in the jointing should be as per CPWD specifications.

19.7 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.

20.0 Aluminium doors, windows, ventilators etc. glazing specifications


20.1 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 openable panel shall be stainless steel
friction hinges / stays selected for specified wind load and dead loads or specifically extruded in-built hinges.

20.2 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

20.3 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.
20.4. 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.
20.5. 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.
20.6 Fabrication: -

Correction –Nil Insertion –Nil Deletion –Nil

AE(P)
54

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. 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.
20.7 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.
20.8 Protection of finish: - All aluminium members shall be wrapped with approved self-adhesive non-
staining. PVC tapes.
20.9 Handling and Stacking: -
20.9.1 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.
20.9.2 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.
20.9.3 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.
20.9.4 The contractor shall be responsible for doors, windows, etc. being set straight, plumb, level and for their
satisfactory operation after fixing is complete.
21. Installation:

21.1 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.
21.2 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

Correction –Nil Insertion –Nil Deletion –Nil

AE(P)
55

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 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.
22 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.
23 Fittings:
Hinges, stays, handles, tower bolts, locks and other fittings shall be of quality and manufacturer as
approved by the Engineer-in-Charge.
a. 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.
b. 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 the Engineer-in-Charge before its actual used.
24. 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:

S.No. Details No. of Tests

1. Doors, windows and ventilators One test for every 1000 kg or part thereof.

24.1 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.
25. 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.
26 Rates: -
26.1 The rates of the item shall include the cost of materials, labour required in all the above operations.
26.2 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.

Correction –Nil Insertion –Nil Deletion –Nil

AE(P)
56

SPECIFICATIONS FOR ROAD AND BITUMINOUS WORKS

1.0 GENERAL:
1.1 Mix shall be prepared in fully automatic / computerized hot mix plant of Drum mix type minimum
capacity of 100-120 TPH and capable of yielding a mix of proper and uniform quality with thoroughly
coated aggregate. Hot mix plant shall be fully automatic Drum mix type with electronic load sensor
device. The requirement of Clause 501.3 of MoRT&H specifications shall be strictly adhered to.
1.2 All the works unless otherwise specified hereinafter or permitted by Engineer-in-Charge shall be done
in accordance with the latest editions of MORT&H Specifications for Road and Bridge Works (Fifth
Revision) 2013, CPWD Specifications, IRC codes, with up to date correction slips & relevant BIS
Codes as applicable, issued up to the date of issue of bid. In case of any inconsistency among
different Codes/Specifications, the order of Engineer-in-Charge shall be final and binding. Unless
otherwise expressly stated to the contrary either in Schedule of Quantities or elsewhere in this Tender,
the method of measurements and other guide-lines as generally laid down in the MORT&H
Specifications for Road and Bridge Works (Fifth Revision) 2013 and CPWD specifications will be
applicable.

1.2.1 SETTING OUT OF WORKS


The Contractor shall provide suitable stones with flat tops and build the same in concrete for temporary
benchmarks. All the pegs for setting out the Works and fixing the levels required for the execution
thereof shall, if desired by the Engineer-in-Charge, likewise be built in masonry at such places and in
such a manner as the Engineer-in-Charge may direct. The Contractor shall carefully protect and
preserve all bench marks and other marks used in setting out the works. The contractor will make
overall layout of complete work and get it checked from Engineer-in-Charge. The cost of all operations
of setting out including construction of benchmarks is deemed to be included in the quoted rates as
per Bill of Quantities. All the survey work except leveling shall be carried out using total stations with 3
second accuracy. The leveling work shall be carried out using Auto level.

2.0 PRIME COAT


The work shall consist of the application of a single coat of low viscosity liquid bituminous material to a
porous granular surface preparatory to the superimposition of bituminous mix material. The work shall
execute in accordance with clause 502 and sub clause thereto of MORT&H Specifications for Road
and Bridge Works (Fifth Revision) 2013. The emulsified bitumen for prime coat shall be medium
setting conforming to IS: 8887-1995. The bitumen emulsion shall be brought at site in one lot in sealed
drums and shall be got verified and checked by the representative of Engineer-in-Charge before its
use. After priming coat the road can be opened to the traffic as directed by the Engineer- in - Charge.

3.0 TACK COAT


The work shall consist of application of single coat of low viscosity liquid bituminous material to an
existing road surface preparatory to another bituminous construction over it. The binder used for tack
coat shall be bitumen of suitable grade as specified in nomenclature of item.
a) Cleaning and Preparation of the Surface: The surface on which the tack coat is to be applied shall be
clean and free from dust, dirt and any extraneous material and be otherwise prepared in accordance
with the requirements of clause 501.8 and 902 of MORT&H Specifications for Road and Bridge Works
(Fifth Revision 2013). Immediately before the application or the tack coat, the surface shall be swept
clean with a mechanical broom and high pressure jet or by other means as directed by the Engineer-
in- Charge.

4.0 DENSE BITUMINOUS MACADAM


The work shall consists of constructing dense bituminous macadam of specified compacted thickness
consisting of crushed stone aggregate mixed with bituminous binder laid immediately after mixing on a

Correction –Nil Insertion –Nil Deletion –Nil

AE(P)
57

previously prepared base in accordance with the requirement of specification as laid down in clause
507 and sub clause thereto of MORT&H Specifications for Road and Bridge Works (Fifth Revision)
2013 and as directed by the Engineer-in-Charge.

4.1 Material
i) Bitumen rection –Nil Insertion –Nil Deletion –Nil
A Bitumen shall confirm to grade and quantity as specified in nomenclature of item.
ii) Aggregate
Aggregate shall consist of crushed stone aggregate confirming to grading and specification as laid
down in sub-clause-507.2.2 to 507.2.5 of MORT&H Specifications for Road and Bridge Works (Fifth
Revision) 2013. The grading shall conform to grading of Table 500-10/iii) Filler Filler shall consist of
hydrated lime of grade & specification conforming to clause 507.2.4 of MORT&H
Specification for Roads & Bridges.

4.2 Rate
The contract unit rate for the Dense Bituminous Macadam shall be paid in full for carrying out all the
required operations as specified, and shall include, but not necessarily limited to all component listed
in 501.8.8.2 (i) to (xi) as MORT&H Specifications for Road and Bridge Works (Fifth Revision) 2013.
The unit rate quoted for “Providing and Laying Dense Bituminous Macadam” shall be considered as
based on bitumen content in the mix @ 3.5%(average) by weight of total mix as specified in the item. If
the recommended bitumen content as per job mix formula is less than 3.5 % (average), recovery shall
be made for the difference in quantity, as per prevailing market rate. However if the percentage
bitumen content as per job mix formula is more than 3.5 % (average), no additional payment shall be
made for the difference in quantity as per methodology.

5.0 BITUMINOUS CONCRETE


The work shall consist of constructing a single layer of specified compacted thickness of bituminous
concrete consisting of crushed stone aggregate mixed with bituminous binder to serve as wearing
course laid immediately after mixing on a previously prepared base in accordance with the
requirements of specifications as laid down in clause 509 and sub-clauses thereto of MORT&H
Specifications for Road and Bridge Works (Fifth Revision) 2013 and as directed by Engineer-in-
Charge.

5.1 Material
i) Bitumen
Bitumen shall conform to grade and quantity as specified in nomenclature of item.
ii) Aggregate
The Aggregates shall consist of crushed stone aggregate conforming to grading &
specifications as laid down in sub-clause 509.2.2 to 509.2.5 of MORT&H specifications for
Road & Bridges work (5th revision 2013). Only crushed stone aggregate shall be allowed. The
grading shall conform tograding 1 of Table 500-18 of MORT&H Specifications for Road and
Bridge Works (Fifth Revision)2013.
iii) Filler
The Filler shall consist of hydrated lime of grade & specification conforming to clause 509.2.4
of MORT&H Specification for Roads & Bridges (5th revision 2013).
iv) Rate
The contract unit rate for the Bituminous Concrete shall be paid in full for carrying out all the
required operations as specified, and shall include, but not necessarily limited to all component
listed in 501.8.8.2 (i) to (xi) of MORT&H Specifications for Road and Bridge Works (Fifth
Revision) 2013. The unit rate quoted for “providing and laying bituminous concrete” shall be
considered as based on bitumen content in the mix @ 5.5% (average) by weight of total mix
as specified in the item. If the recommended bitumen content as per job mix formula is less
than 5.5 % (average), recovery shall be made for the difference in quantity as per prevailing
market rate. However if the percentage bitumen content as per job mix formula is more than
5.5 %(average), no additional payment shall be made for the difference in quantity as per
methodology.

Correction –Nil Insertion –Nil Deletion –Nil

AE(P)
58

5.2 COMPACTION
The degree of compaction for the various bituminous layers shall be established by taking CORE from
the laid bituminous layer. The bill of the contractor shall be paid only if the same qualifies as per the
specifications / requirements. Sand replacement method for verifying the degree of compaction of laid
bituminous layers will not be allowed.
5.3 The contractor shall have to necessarily deploy the Roads rollers, for DBM & BC for their
compaction as per relevant MORTH specifications, as described below: -
(i) For initial Rolling 8 to 10 tonne static weight smooth wheel roller (3 wheels or tandem.)
(ii) For intermediate Rolling Vibratory roller of 8 to 10 tonne static weight or pneumatic tyred roller of
12 to 15 tonne weight, with minimum 9 wheels and minimum tyre pressure of 5.6 Kg/ Cm 2.
(iii) For Final Rolling It shall be done with 6 to 8 tonne smooth wheeled tandem rollers. (iv) Roller
should not move at a speed of more than 5km./ hours.
5.4 The payment of bituminous item will be paid by levels and by weight whichever is less. Agency will
have to maintain weight register at Hot Mix Plant and at site.

5.5 All weight of bituminous item may be got checked by outside computerized weighting machine as
desired by Engineer-in-Charge.

5.6 The work shall be done in accordance with CPWD Specifications and MORTH specifications wherever
required.

5.7 The sources of coarse aggregate, fine aggregate, water blinding materials to be used in W.B.M road
and premix 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

5.7.1 The contractor shall engage one of the following approved laboratories / test house for designing the
bituminous macadam/ dense bituminous concrete mix in accordance with relevant IS Code and to
conduct laboratory tests to ensure the target strength, work ability and density criteria.
(i) Punjab Engineering College, Chandigarh.
(ii) NIT, Jallandhar. (formerly known as REC, Jallandhar.)
(iii) Chandigarh Engineering College, Sector 26, Chandigarh.
(iv) Technical Teacher Training Institute, Sector 26, Chandigarh
(v) NIT Srinagar (formerly known as REC, Srinagar )
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
Superintending Engineer.

5.7.2 The contractor shall submit the report on design mix from any of above approved laboratories for
approval of Engineer in Charge within 10 days from the date of issue of letter of acceptance of the
tender. No bituminous work shall be done until the design mix is approved.

5.7.3 In case of change of source or characteristic properties of the ingredients used in the bituminous
macadam/ dense bituminous concrete mix during the work, a revised laboratory mix design report
conducted at laboratory established at site shall be submitted by the contractor as per the directions of
the Engineer-in–charge.

5.7.4 All cost of mix designing and testing, connecting 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 Insertion –Nil Deletion –Nil

AE(P)
59

5.7.5 The tack coat shall be applied by using the material and rate as mentioned in the item and as per
CPWD specification.

5.7.6 The bituminous macadam and dense bituminous concrete shall be carried out as per approved design
mix and prescribed item mentioned in the item keeping in view the temperature of premix to be laid
under control. The bituminous work shall be carried out meeting the required geometrics. The camber
and grade all etc may be carried out as per specifications and directed by Engineer-in-charge.

5.7.8 The consolidation of bituminous macadam and dense bituminous concrete shall be carried out by
rolling with vibratory roller as laid down in MORTH specification and then by 8 to 10 tonne roller to
achieve the desired density as per design mix

Correction –Nil Insertion –Nil Deletion –Nil

AE(P)
60

FIELD TESTING EQUIPMENT AND INSTRUMENTS (As per site requirement)

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 150 X 150 X 150 mm concrete cube moulds as per site requirement – 18 Nos.

ix) Graduated cylinder 1000 ml. Capacity.

x) Moisture meter

xi) Oven
xii) PH Meter.
xiii) Any other equipment for site tests as outline in BIS and as directed by the Engineer-in-charge

Correction –Nil Insertion –Nil Deletion –Nil

AE(P)
61

PROFORMA FOR TESTS CARRIED OUT

NAME OF THE WORK : DIVISION/


AGREEMENT NO. & DATE : SUB-DIVISION

Sl. Item Quantities Frequency No. of R.A. Uptodate No. of No. of Remarks
No. as per as 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 Insertion –Nil Deletion –Nil

AE(P)
62

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

work
Qty. Progressiv Qty
for which
received e 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 Insertion –Nil Deletion –Nil

AE(P)
63

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
1. Whereas the Executive Engineer …………………. (Name of division) ………………., CPWD on behalf of the
President of India (hereinafter called "The Government”) has invited bids under........................(NIT number)
...................... dated for................................................... (name of work). The Government has further agreed to
accept irrevocable Bank Guarantee for Rs. ....................... (Rupees ................. only) valid upto ......... (date)*........
as Earnest Money Deposit from ......................... (Name and address of contractor) .................., (hereinafter
called "the contractor") for compliance of his obligations in accordance with the terms and conditions of the said
NIT.
OR**
Whereas the Executive Engineer …………….. (name of division) ……………, CPWD on behalf of the President
of India (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............. ... (name of work) ………........ 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 ...................only)
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.
5. We, ..................... (indicate the name of the Bank) further agree that the Government shalI 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 rerating to the said agreement and we shall
not be relieved from our liability by reason of any such variation or extension being granted to the said contractor
or for any forbearance, act of omission on the part of the Government or any indulgence by the Government to

Correction –Nil Insertion –Nil Deletion –Nil

AE(P)
64

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 con 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 this guarantee 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 our liabilities under this guarantee shall stand
discharged.

Date………..

Witness:

1. Signature…………… Authorized signatory

Name and address Name

Designation

Staff code no.

Bank Seal

2. Signature……………

Name and address

*Date to be worked out on the basis of validity period of 90 days where only financial bids are invited and 180
days for two/three bid system from the date of submission of tender.
**ln paragraph 1, strike out the portion not applicable. Bank Guarantee will be made either for earnest money or
for performance guarantee/security deposit/mobilization advance, as the case maybe

Correction –Nil Insertion –Nil Deletion –Nil

AE(P)
65

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 thereunder, 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 Insertion –Nil Deletion –Nil

AE(P)
66

GUARANTEE BOND TO BE EXECUTED BY THE CONTRACTOR


FOR REMOVAL OF DEFECTS AFTER COMPLETION
IN RESPECT OF ALUMINIUM DOORS, WINDOWS VENTILATOR WORK.

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 work in the said contract recited structurally
stable, workmanship, powder coating, anodizing, colouring and sealing etc.

AND WHEREAS THE GUARANTOR agreed to give a guarantee to the affect that the said work will
remain structurally stable and guaranteed against faulty material and workmanship, defective anodizing/ powder
coating for five years from the date of completion of work.

NOW THE GUARANTOR hereby guarantee that work executed by him will remain structurally stable and
guaranteed against faulty material and workmanship, defective anodizing/ powder coating for five years to be
reckoned from the date of completion of the work.

The decision of the Engineer-In-Charge with regard to nature and cause of defect shall be final.

During this period of guarantee, the guarantor shall make good all defects and in case of any defect to
satisfaction of Engineer-in-charge at his cost and shall commence the work for such rectification within seven days
from the date of issue of the notice from the Engineer-in-charge calling upon him to rectify the defects failing which
the work shall be got done by the Department by some other contractor at the guarantor’s cost and risk. The
decision of the Engineer-in-Charge as to the cost payable by the Guarantor shall be final and binding.

That if the guarantor fails to make good all defects 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 ON BEHALF OF THE PRESIDENT OF INDIA BY....................... in the presence of:-

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

Correction –Nil Insertion –Nil Deletion –Nil

AE(P)
67

LIST OF PREFERRED MAKE


Sr. Name of Product/ Material Preferred Brand Names
No.
1 ORDINARY PORTLAND ACC, ULTRATECH, VIKRAM, SHREE CEMENT, AMBUJA,
CEMENT(GREY) (43 GRADE) JAYPEE CEMENT & J.K. CEMENT.
2 PORTLAND POZZOLONA ACC, ULTRATECH, VIKRAM, SHREE CEMENT, AMBUJA,
CEMENT JAYPEE CEMENT & J.K. CEMENT.
3 WHITE CEMENT J.K. CEMENT LTD., BIRLA WHITE,ULTRATECH CEMENT
LIMITED.
4 REINFORCEMENT STEEL SAIL, TATA STEEL LTD., RINL , JSW STEEL LTD, JINDAL
STEEL & POWER LTD.
5 ADMIXTURES SIKA, FOSROC, BASF
6 WATER PROOFING COMPOUND FOSROC, KRYTON, PIDLITE, SIKA, ASIAN PAINTS
SMARTCARE, BASF, MYK LATICRETE, PENETRON
7 AUTOCLAVED AERATED BLOCKS JINDAL , BIRLA AEROCON, ECO GREEN, FINECRETE, J.K.
LAKSHMI CEMENT LTD.,
8 POLYMER MODIFIED ADHESIVE FOR MYK LATICRETE, FERROUS CRETE, ARDEX
AAC BLOCKS ENDURA, ULTRATECH, SIKA.
9 FACTORY MADE PANELLED & M/S JAIN WOOD INDUSTRIES, MERINO, KITPLY, JAYNA
WIREGAUGE WOODEN DOOR/
WINDOW SHUTTERS.
10 FLUSH DOOR SHUTTERS MERINO, CENTURY PLY, GREEN PLY, ARCHID PLY,
GREENLAM, JAIN DOORS PVT LTD, JAYNA
11 BLOCK BOARD MERINO, MINIMAX, ARCHIDPLY, GREENLAM, JAYNA,
CENTURY.
12 LAMINATES MERINO, ARCHIDPLY, CENTURY LAMINATES, GREENLAM,
ACTION TESA, KITPLY
13 PRE-LAMINATED PARTICLE BOARD ARCHIDPLY, CENTURY PLY BOARDS, BALAJI ACTION
BUILDWELL
14 PARTICLE BOARD (MEDIUM CENTURY PLY BOARDS (INDIAN) LTD., BALAJI ACTION
DENSITY)/VENEERED PARTICLE BUILDWELL, EVERGREEN BOARDLAM,
BOARD ECOBOARD INDUSTRIES LTD.
15 PRE-LAMINATED MEDIUM CENTURY PLYBOARDS, GREEN PLY, BALAJI ACTION
DENSITYFIBRE BOARD BUILDWELL
16 OMS/ MS DOOR FITTINGS ASHISH, AGGARWAL STEELS, DOOR DEVICES
MANUFACTURING COMPANY, MANU ENGINEERING
COMPANY, M.C. MOWJEE & CO., SHRI GANPATI
DOORS
17 TOILET CUBICALS GREELAM, MERINO, DORMA, PRAYAG
18 STAINLESS STEEL DOOR/ WINDOW DORMA, ASSA ABLOY, GEZE, D-LINE, KICH , GODREJ,
HARDWARE FITTINGS (FIRE HAFELE , PRAYAG
RATEDAND NON-FIRE RATED)
19 ANODISED/ ZINC ALLOY/ PULSE, SAVIO, HOPPE, ALUTECH, Classic, Ebco
ALUMINIUM
HARDWARE DOOR/ WINDOW
FITTINGS
20 FRP DOOR FRAMES & SHUTTERS ASHISH INDUSTRIES, JAYNA, SAINIK (CENTURY PLYWOOD),
SELECTED PRODUCTS CO., JAIN DOORS
PVT. LTD.

Correction –Nil Insertion –Nil Deletion –Nil

AE(P)
68

21 uPVC WINDOWS/ DOORS VEKA, FENESTA, ALUPLAST , ENCRAFT, KOEMMERLING

22 uPVC WINDOW/ DOOR HARDWARE PULSE, HOPPE, GU, ROTO, GODREJ, KINLONG, PEGO
FITTINGS
23 WINDOWS BLINDS VISTA, MAC, HUNTER DOUGLAS, DE-DÉCOR
24 STRUCTURAL STEEL SUCH AS SAIL, TATA STEEL, RINL, JINDAL STEEL &POWER LTD. AND
MSFLATS, SQ.BARS ANGLES JSW STEEL LTD.
ETC.
25 FIRE RATED DOORS (METTALIC/ KUTTY DOORS, NAVAIR, PROMAT, SYNERGY
NON METTALIC) THRISLINGTON , JAIN DOORS PVT. LTD , BHAWANI FIRE
(M/S BHAWANI FIRE PROTECTION PVT. LTD.) , ASES (AGNI
SURAKSHA)
26 HOT-ROLLED STEEL SECTIONS NAV DURGA STEEL CORPN, CRM STEELS P. LTD, SHYAM
FOR MS DOORS, WINDOWS AND ISPAT UDYOG, VIMAL, SHIV, APL APPOLO , SURYA
VENTILATORS
27 MILD STEEL DOOR, WINDOWS FRIENDS MANUFACTURING COMPANY,KOTKAPURA,
& VENTILATORS PD INDUSTRIES, SHAKTI INDUSTRIES, STEELMAN
MANUFACTURERS INDUSTRIES, SKS STEEL INDUSTRIES, SHIVAM

28 PRESSED STEEL DOOR KRISHNA STEEL FABRICATOR SIRSA, LAXMI STEEL WORKS
FRAMES BAHADURGARH, ASHISH INDUSTRIES GHAZIABAD,
MANUFACTURERS ASHWANI & SONS, SHRI GANPATI
DOORS, APL APOLLO
29 HOLLOW STEEL SECTIONS JINDAL INDUSTRIES HISAR, TATA STEEL, STEEL &
METAL TUBES (INDIA) PVT. LTD. APL APOLLO
30 STEEL TUBES FOR STRUCTURAL JINDAL INDUSTRIES HISAR, TATA STEEL, STEEL &
STEEL METAL TUBES (INDIA) PVT. LTD. APL APOLLO, SURYA
31 DASH/ ANCHORING HILTI , FISCHER, CKW, ATUL, PRIYA, WUERTH
FASTENERS,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, ORIENTBELL, RAK, , VARMORA,
JOHNSON
35 VITRIFIED TILES SOMANY, KAJARIA,ORIENTBELL, RAK, VARMORA,
JOHNSON
36 ADHESIVE/ GROUTING FOR USE FERROUS CRETE, MYK LATICRETE, ARDEX EDURA, SIKKA,
WITHTILES ASIAN, PAINTS SMARTCARE
37 WOODEN LAMINATE FLOORING PERGO, KRONOTEX, FLORENCE, UNITEX, ACTION TESA

38 UNPLASTICISED RIGID PVC PIPE & SUPREME, FINOLEX, PRINCE, KISAN, DIPLAST,
FITTINGS PRAYAG, ASTRAL
39 GALVANISED STEEL SHEETS SAIL, TATA, JINDAL, NCL
(UNCOATED & PRE-COATED)
40 ROOFING SHEETS (GALVALUME) CRIL, LLOYDS, INTERACH, MULTICOLOR, BHUSHAN POWER
STEEL, TATA
41 FALSE CEILING- GYPSUM/ VANS GYPSUM, USG BORAL,LLYOD, DIAMOND CEILING
GRG(GLASSREINFORCED GYPSUM)
42 FALSE CEILING- METAL ARMSTRONG, DEXUNE, SAINT GOBAIN, HUNTER
DOUGLAS, GYPTECH, Hi-STEEL
43 FALSE CEILING- CALCIUM SILICATE HILUX, AEROLITE, USG BORAL,

Correction –Nil Insertion –Nil Deletion –Nil

AE(P)
69

44 FALSE CEILING-MINERAL FIBRE ARMSTRONG, DEIKEN, DEXUNE, SAINT GOBAIN, PROLAD,

45 ACCOUSTIC: GLASS / WOODEN FIBRE ARMSTRONG, DEXUNE, ACCOUSTIBLOK, HIMALYAN


FALSE CEILING AND WOODEN/ ACOUSTICS, ANUTONE, GYPTECH,
FABRIC WALL LINING PROLAD
46 FALSE CEILING-ALUMINIUM ARMSTRONG, DEXUNE, SAINT GOBAIN, HUNTER DOUGLAS,
POWDERCOATED Hi-STEEL
47 LIGHT WEIGHT GYPSUM PLASTER SAINT GOBAIN, ULTRATECH, FERROUS CRETE, USG BORAL.

48 OIL BOUND DISTEMPER/ NEROLAC ACRYLIC DISTEMPER, TRACTOR ACRYLIC


ACRYLICDISTEMPER * DISTEMPER (ASIAN PAINTS) , MAXILITE ACRYLIC
DISTEMPER (ICI), BISON ACRYLICDISTEMPER (BERGER).

49 INTERIOR EMULSION/ DULUX ACRYLIC EMULSION/ SOLITAIRE A-1000 (ICI),


PLASTICEMULSION* APCOLITE PREMIMUM EMULSION (ASIAN), BEAUTY GOLD
(NEROLAC), SILK (BERGER)
50 ACRYLIC SMOOTH EXTERIOR PAINT* APEX ULTIMA (ASIAN), DULUX WEATHERSHEILD MAX (ICI),
EXCEL (NEROLAC), WEATHERCOAT ALL GUARD (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 HI-GLOSS (ICI), APCOLITE PREMIMUM
GLOSS (ASIAN), NEROLAC HIGH GLOSS (NEROLAC), LUXOL
HI-GLOSS (BERGER)
54 WOOD PRIMER* NEROLAC, BERGER, ASIAN PAINTS, ICI
55 STEEL PRIMER* NEROLAC, BERGER, ASIAN PAINTS, ICI
56 EXTERIOR WALL PRIMER* EXTERIOR NEROLAC PRIMER, EXTERIOR BERGER PRIMER,
EXTERIOR ASIAN PAINTS PRIMER, EXTERIOR ICI PRIMER
57 WALL PUTTY (WHITE CEMENT BIRLA WALL CARE, JK WHITE, SARA WALL PUTTY
BASED)
58 POLYMER MODIFIED SELF CURING MYK LATICRETE, FERROUS CRETE, ARDEX
PLASTER ENDURA, ULTRATECH
59 PAVER/ GRASS PAVER BLOCKS & NATIONAL TILES CORPORATION, SARAL IMPEX, BALAJI
KERBSTONES TILES, METRO PAVERS, MGM INFRA, KRISHNA TILES, POOJA
CONCRETE FABRICATORS, GIAN NIRMAN LIMITED, A-1
TILES, DALAL TILES
60 VITREOUS CHINA SANITARY WARE JAQUAR, KOHLER, HINDWARE, CERA, PARRYWARE,
61 WHITE VITREOUS CHINA JAQUAR, KOHLER, HINDWARE, CERA, PARRYWARE
UNDERCOUNTER
RECTANGULAR BASIN
62 PLASTIC FLUSHING CISTERN FOR JINDAL, STEEL BIRD, SEEMLINE, VIKRAM PLASTIC, PRAYAG
WCAND URINALS 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 (M/S BLUESTAR SANITARY INDUSTRIES PVT.
LTD) , KINGSTON, PRAYAG
ATUL, MODIGUARD, GOLDEN FISH, PRAYAG
65 MIRROR GLASS

Correction –Nil Insertion –Nil Deletion –Nil

AE(P)
70

66 CENTRIFUGALLY CAST (SPUN) IRON NECO, BENGAL IRON, DURGAPUR ISPAT UDYOG, SINGHAL IRON
PIPES AND FITTINGS 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).
68 CP FITTINGS & ACCESSORIES CERA, JAQUAR, HINDWARE, HINDWARE, PARRYWARE

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
TANK
73 STONEWARE PIPES & GULLY TRAPS SORKHI INDUSTRIES, RK INDUSTRIES, NAVNEET,MOLI CERAMICS,
OCR, ANAND
74 PRE-CAST CONCRETE PIPES (NON- RAMNIK, BFSP, JAGDAMBEY SPUN PIPE, GURKIRPASPUN PIPES
PRESSURE)
75 GI PIPE JINDAL (HISSAR), TATA, BST, BHUSHAN POWERSTEEL , APL
APOLLO
76 GI FITTINGS UNIK, AVR, ZOLOTO, SANT, HBI, C-BRAND, NVR
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, ELECTROSTEEL, HITECH
PIPES (CLASS LA). METAL CASTINGS.
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 IRONCORPORATION, NECO,
BINAY UDYOG,
CHANDERANCHAL
85 WATER REPELLANT SILANE PIDILITE, FERROUS CRETE, ARDEX ENDURA, ASIANPAINTS
CHEMICAL SMARTCARE
86 CORROSION INHIBITORS, MICRO FOSROC, SIKA, BASF, ASIAN PAINTS SMARTCARE
CONCRETE AND MORTAR, CARBON
FIBER WRAP, REHABILITATION &
RETRO FITTING 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 FAÇADE GLASS OPENABLE FITTINGS ALUALPHA, SAVIO, HOPPE, ALUTECH

Correction –Nil Insertion –Nil Deletion –Nil

AE(P)
71

89 GLASS FAÇADE/ GLASS CANOPY WITH ALCOB, ALUPRO, ALUPLAX, SP FABRICATORS,


SS SPIDER FITTINGS SAINT GOBAIN, GLAVERBEL.
90 FRAMELESS GLAZING WITH SS PATCH DORMA, ASSA ABLOY, GEZE, D-LINE, KICH
FITTINGS
91
ALUMINIUM COMPOSITE PANEL ALUCOBOND, VIRGO, ALUDECOR, VIVA
92 HIGH PRESSURE LAMINATE VIRGO, MERINO, GREENLAM
93 MODULAR FURNITURE (FACTORY GODREJ, DURIAN, FEATHERLITE, STEELCASE,
MADE) HERMANMILLER, HAWORTH
94 READY MIX PLASTER KERAKOLL, ARDEX ENDURA, FERROUS CRETE
* Batch test certificate of Paints and Primer shall be supplied along with each lot.
Note:
(i) The SE(Srinagar), CPWD, Srinagar 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 SE,
Srinagar, CPWD, Srinagar.

Correction –Nil Insertion –Nil Deletion –Nil

AE(P)
72

Government of India
Central Public Works Department
Name of work:- Special Repair work at CRPF Campus Awantipora During the
Year 2025-26. SH:- Re-Carpeting of Road in CRPF Campus Awantipora
(J&K).

PART C

Correction –Nil Insertion –Nil Deletion –Nil

AE(P)
73

Schedule of Quantity
Name Special Repair work at CRPF Campus Awantipora During the Year 2025-26. SH:-
of Re-Carpeting of Road in CRPF Campus Awantipora (J&K).
Work:-

S.No. Description of Item Qty Unit Rate Amount


1 Supplying and stacking at site.
1.1 53 mm to 22.4 mm size stone aggregate. 4.00 cum 1842.30 7369.00
1.2 Stone screening 11.2 mm nominal size
(Type B). 1.00 cum 2247.75 2248.00
1.3 Moorum 0.50 cum 768.25 384.00

2 Laying, spreading and compacting stone


aggregate of specified sizes to WBM
specifications in uniform thickness, hand
picking, rolling with 3 wheeled road /
vibratory roller 8-10 tonne capacity in
stages to proper grade and camber,
applying and brooming requisite type of
screening / binding material to fill up
interstices of coarse aggregate, watering
and compacting to the required density.
3.00 cum 1046.95 3141.00

3 Providing and applying tack coat using hot


straight run bitumen of grade VG-10,
including heating the bitumen, spraying the
bitumen with mechanically operated spray
unit fitted on bitumen boiler, cleaning and
preparing the existing road surface as per
specifications :

3.1 On W.B.M. @ 0.75 Kg / sqm 35.00 sqm 60.50 2118.00


3.2 On bituminous surface @ 0.50 Kg / sqm 9605.00 sqm 48.20 462961.00

Correction –Nil Insertion –Nil Deletion –Nil

AE(P)
74

4 Providing and laying bituminous macadam


using crushed stone aggregates of specified
grading premixed with bituminous binder,
transported to site by tippers, laid over a
previously prepared surface with paver
finisher equiped with electronic sensor to
the required grade, level and alignment
and rolling with smooth wheeled, vibratory
and tandem rollers as per specifications to
achieve the desired compaction and
density, complete as per specifications and
directions of Engineer-in- Charge.
4.1 50 to 100 mm average compacted
thickness with bitumen of grade VG-30 @
3.50% (percentage by weight of total mix)
prepared in Drum Type Hot Mix Plant of
60- 90 TPH capacity.
25.00 cum 8413.00 210325.00

5 Providing and laying semi- dense


Bituminous concrete using crushed stone
aggregates of specified grading, premixed
with bituminous binder and filler,
transporting the hot mix to work site by
tippers, laying with paver finisher equiped
with electronic sensor to the required
grade, level and alignment and rolling with
smooth wheeled, vibratory and tandem
rollers to achieve the desired compaction
and density as per specification, complete
and as per directions of Engineer-in-
Charge.
5.1 25 mm compacted thickness with bitumen
of grade VG-30 @ 5% (percentage by
weight of total mix) and lime filler @ 2%
(percentage by weight of Aggregate)
prepared in Drum Type Hot Mix Plant of
60-90 TPH capacity.
9640.00 sqm 275.30 2653892.00
Total 3342438.00
Estimate cost after using Correction
factor on DSR 2023 on account of GST @
0.973 3252192.00
Add cost index@19.63% 638405.00
Total 3890597.00

Correction –Nil Insertion –Nil Deletion –Nil

AE(P)

You might also like