Sei sulla pagina 1di 77

1

INDEX
Name of Work: C/o UNESCO Building at Chankayapuri, New Delhi. (SH: Interior

furnishingandfurnitureofAuditorium.)
NIT No. Time: 1.
2.
3.
Part-A
4.
5.
6.
7.
8.
9.
10.
Part-B
11.
12.

38/EE/PVMD-2/2015-16(RECALL)
02 Months

13.
14.
15.
16.
17.
18.
19.
20.
21.

Index ........
Instructions for Executive Engineer...................................................................
Check list for contractors for submission of tenders online...............................
(Civil work)
CPWD-6 for e Tendering ......
Information and Instructions for bidders for e-Tendering.............
Press Note......................................................................................................
Item Rate Tender & Contract for Works CPWD-8........
Tender Acceptance
Integrity Agreement........
Proforma of Schedules (A to F)
......
( General conditions Civil Work)
General Conditions....................................................................................
Amendment in General Condition of Contract 2014 Regd Wages, EPFO,ESIC
BOCW
Special Conditions........
Quality Assurance, Quality Audit & Inspection .....
Specification and Sketch of Auditorium chair
Drawing of Auditorium seating layout plan
Particular Specifications .......
Guarantee Bond for Water Proofing work
Form of performance security...........................................................................
Form Of Earnest Money (Bank Guarantee)
Guarantee Bond for Defect Liability, specialized works, etc.....................................

22.

List of field tests

23.
24.
25.
26.

List of field testing equipment & instruments for field laboratories....................


Proforma For Tests Carried Out
List of preferred makes of materials for civil/sanitary work................................
Schedule of quantities for civil work.

Page No.
01
02
03
04
05
09
10
11
12
13
14
15
16
20
21
27
28
29
32
33
37
38
41
43
46
56
60
63

66

69
71

This N.I.T. contains 77 (Seventy Seven) pages from 1 to 77 pages.


N.I.T. is approved for Rs. 51,79, 461/- (Rupees Fifty One Lakh Seventy Nine Thousand Four
Hundered Sixty One only).

Assistant Engineer (P)


PVMD-2, CPWD
Pushpa Bhawan, New Delhi

Addition: NIL
Correction: NIL
Overwriting: NIL Deletion: NIL

40
42
44
45
55
59
61
62
65

Executive Engineer
PVMD-2, CPWD
Pushpa Bhawan, New Delhi

AE (P)/PVMD-2

EE/PVMD-2

67
68
70
77

2
INSTRUCTIONS FOR EXECUTIVE ENGINEER
Important Instructions for Executive Engineer for e-Tendering
1. All the Executive Engineers in Divisions, AE (P) in Divisions and Divisional Accountant shall
have to obtain digital signature from authorized certifying authorities viz. NIC, MTNL, e-Mudhra,
TCS, Safes crypt, GNFC etc.
2. All the documents such as NIT including Information and Instructions for contractors, all the
conditions of NIT, Schedule of Quantities, Drawings and other documents shall be uploaded at one
time.
3. Uploading of tender document on the ITI website is to be done by the Executive Engineer only.
Under no circumstances document is to be got uploaded through ITI. In case of any difficulty faced
by him he can seek clarification and take help from ITI.
It shall be the responsibility of Executive Engineer alone to upload the tender document.
4. In case of transfer of Executive Engineer, intimation to be sent to ITI immediately through e-mail.
The new incumbent if not in possession of digital signature, has to obtain the same from authorized
agency.
In case the new incumbent already has digital signature then S.No. of his digital signatures need to
be intimated to ITI for updating so as to enable him to open e-tenders.
If necessary, opening of bids could be postponed suitably.
5. Time limit for publicity of tenders shall be as per the provisions of Para17.5 of CPWD Works
Manual 2014 with amendment up to last date of submission of tender.
6. To draw agreement EE shall download the tender document as uploaded with duly filled schedule
of quantities. Contractor`s negotiation letter and other relevant letters written by the contractor such
as extending the validity of tenders etc. and Standard GCC-2014 with amendment up to last date of
submission of tender.
7. Hard copies of documents as submitted physically by the lowest bidder shall be compared with the
documents uploaded at the time of submission of bid. In case of any discrepancy noticed, the
tender shall become invalid.
8. Requisite blanks marked XXX in the NIT should be filled in by the Executive Engineer.
9. The Executive Engineer may retain either Clause-31 or Clause-31(A) regarding supplying water to
the contractor and should delete one of the Sub-Clauses before entering into agreement (Please
refer General Conditions at Page 30-33 Sl. No.-4).
10. The Executive Engineer may delete/ add any Special Condition/Particular Specification, which he
considers necessary as per requirement of site/ or work with prior approval of NIT approving
authority before uploading of tender documents on ITI website.
11. The Executive Engineer should sign each & every document for its authentication as laid down
OM No. DG/MAN/224-B.

Addition: NIL
Correction: NIL
Overwriting: NIL Deletion: NIL

AE (P)/PVMD-2

EE/PVMD-2

3
CHECK LIST FOR CONTRACTORS FOR SUBMISSION OF TENDERS ONLINE:

1. TENDER TO BE WITNESSED AT SPECIFIED PAGE OF TENDERED DOCUMENTS AT


THE TIME OF DRAWING AGREEMENT WITH THE SUCCESSFUL BIDDER.
2. THE TENDER / TENDERS CONTAINING CONDITIONS CONTRARY TO THOSE
SPECIFIED IN THIS DOCUMENT SHALL BE SUMMARILY REJECTED.
3. IN SCHEDULES OF QUANTITIES APPENDED TO THE TENDER DOCUMENTS, THE
RATES IN TERMS OF OVERALL PERCENTAGE ABOVE OR BELOW THE TOTAL
ESTIMATED AMOUNT PUT TO TENDER MUST BE FILLED BOTH IN FIGURES AND
WORDS ON SPECIFIED PAGE OF TENDER DOCUMENT.
4. THE CONTRACTOR(S) SHALL QUOTE THE RATES KEEPING IN MIND, GENERAL
CONDITIONS OF CONTRACT FOR CPWD WORKS 2014 WITH AMENDMENT UP TO
LAST DATE OF SUBMISSION OF TENDER, SPECIAL CONDITIONS AND
PARTICULAR SPECIFICATIONS ETC.
5. IT MAY BE NOTED THAT IN THE PRESENT CONTRACT 10CC IS NOT APPLICABLE.
6. THE CONTRACTOR/ AGENCY SHALL QUOTE THE RATE KEEPING IN VIEW THAT
THEY HAVE TO GIVE AN UNDERTAKING BEFORE AWARD OF WORK THAT
THEY WILL INSTALL/ ARRANGE FIELD TESTING INSTRUMENTS AND
ESSENTIAL T&P SPECIFIED IN THE TENDER DOCUMENT.
7. IT WILL BE MANDATORY TO CONSTITUTE DISPUTE REDRESSAL COMMITTEE
(DRC) & CONTRACTOR OR DEPARTMENT CAN ONLY SEEK ARBITRATION IF NOT
SATISFIED WITH THE DECISION OF DRC.

Addition: NIL
Correction: NIL
Overwriting: NIL Deletion: NIL

AE (P)/PVMD-2

EE/PVMD-2

PART- A
(CIVIL WORK)

Addition: NIL
Correction: NIL
Overwriting: NIL Deletion: NIL

AE (P)/PVMD-2

EE/PVMD-2

5
CPWD-6 FOR e-TENDERING
1.

Item rate bids are invited on behalf of President of India from approved list and eligible
contractors of CPWD in furniture appropriate class category only for the work C/o

UNESCO Building at Chankayapuri, New Delhi. (SH: Interior furnishing and


furnitureofAuditorium.) The enlistment of the contractors should be valid on the
last date of submission of bids. In case the last date of submission of bid is extended, the
enlistment of contractor should be valid on the original date of submission of bids.
1.1
2.

3.

4.

The work is estimated to Rs. 51,79,461/-. This estimate, however, is given merely
as a rough guide.

Agreement shall be drawn with the successful bidders on prescribed Form No. CPWD 8
which is available as a Govt. of India Publication and also available on website
www.cpwd.gov.in. Bidders shall quote his rates as per various terms and conditions of
the said form which will form part of the agreement.
The time allowed for carrying out the work will be 02 (Two) months from the date of start
as defined in schedule 'F' or from the first date of handing over of the site, whichever is
later, in accordance with the phasing, if any, indicated in the bid documents.
(i) The site for the work is available.
(ii)The architectural and structural drawings shall be made available in phased manner,
as per requirement of the same as per approved program of completion submitted by
the contractor after award of work.

5.

The bid document consisting of plans, specifications, the schedule of quantities of


various types of items to be executed and the set of terms and conditions of the contract
to be complied with and other necessary documents except Standard General Conditions
of Contract Form can be seen on website www.tenderwizard.com/CPWD or
www.cpwd.gov.in free of cost.

6.

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

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.
When bids are invited in three stage system and if it is desired to submit revised financial
bid then it shall be mandatory to submit revised financial bid. If not submitted then the
bid submitted earlier shall become invalid.
Earnest Money in the form of Treasury Challan or Demand Draft or Pay order or
Bankers Cheque or Deposit at Call Receipt or Fixed Deposit Receipt (drawn in favour
of Executive Engineer, PVMD-2, Pushpa Bhawan, New Delhi - 110062 ) shall be scanned
and uploaded to the e-Tendering website within the period of bid submission. All
intending tenderer/ bidders who have uploaded/ submitted their bids have to submit
their original hard copy of EMDs which is verified from the issuing bank upto 3:00
p.m. on last date of tender otherwise their tenders cannot be opened and to be treated
as invalid tender. (Modified vide OM DG/MAN/303 dt. 28.03.2014). 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 scheduled bank
having validity for six months or more from the last date of receipt of bids which is to
be scanned and uploaded by the intending bidders. (Modified vide OM DG/MAN/307
dt. 27.05.2014)

Addition: NIL
Correction: NIL
Overwriting: NIL Deletion: NIL

AE (P)/PVMD-2

EE/PVMD-2

6
Interested contractor who wish to participate in the bid has also to make following
payments within the period of bid submission: (Modified vide OM DG/MAN/312 dt.
4.7.2014).
E-tender processing fee - Rs. 2,962/- if registration with tender processing fee is
continued, shall be payable to M/s ITI Limited through their e-gateway by credit /debit
card, internet banking or RGTS/NEFT facility .
The contractors already registered on the e-tendering portal will have option to continue
by paying tender processing fee upto one year from the date of registration or to switch
over to (New) registration without tender processing fee any time. All new registration
from 01.04.2015 will be without tender processing fee.
(Ref: office memo No DG/e-Gov/26 dt. 02.06.2015)

10.

Copy of Enlistment Order and certificate of work experience and other documents as
specified in the press notice shall be scanned and uploaded to the e-Tendering website
within the period of bid submission. However, certified copy of all the scanned and
uploaded documents as specified in press notice.
Online bid documents submitted by intending bidders shall be opened only of those
bidders, who has deposited e-Tender Processing Fee with M/s ITI Limited and Earnest
Money Deposit and other documents scanned and uploaded are found in order.
The bid submitted shall be opened at 03:30 PM on 31/12/2015
The bid submitted shall become invalid and e-tender processing fee shall not be
refunded if:
(i) The bidder is found ineligible.
(ii) The bidder does not upload all the documents (including service tax registration/ VAT
registration/ Sales Tax registration) as stipulated in the bid document including
scanned copy of EMD uploaded.
(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) The tenderer/bidder does not deposit original hard copy of EMD upto 3:00 pm in
Division office, otherwise their tender can not be opened and to be treated as
invalid tender.

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 cash (in case guarantee amount is less than Rs.
10000/-) or Deposit at Call receipt of any scheduled bank/Banker's cheque of any
scheduled bank/Demand Draft of any scheduled bank/ Pay order of any Scheduled
Bank of any scheduled bank (in case guarantee amount is less than Rs. 1,00,000/-) or
Government Securities or Fixed Deposit Receipts or Guarantee Bonds of any Scheduled
Bank or the State Bank of India in accordance with the prescribed form. In case the
contractor fails to deposit the said performance guarantee within the period as indicated in
Schedule 'F', including the extended period if any, the Earnest Money deposited by the
contractor shall be forfeited automatically without any notice to the contractor. The
earnest money deposited along with bid shall be returned after receiving the aforesaid
performance guarantee. (Modified vide OM DG/CON/273 dt. 01.10.2013)
xxxx To be filled in by EE

12.

The description of the work is as follows:

Addition: NIL
Correction: NIL
Overwriting: NIL Deletion: NIL

AE (P)/PVMD-2

EE/PVMD-2

7
(SH: C/o UNESCO Building at Chankayapuri, New Delhi. (SH: Interior
furnishingandfurnitureofAuditorium.)
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 bidders 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.

14.

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.
Canvassing whether directly or indirectly, in connection with bidders is strictly
prohibited and the bids submitted by the contractors who resort to canvassing will be
liable for 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 bid for works in the CPWD Circle (Division in
case of contractors of Horticulture/Nursery category) responsible for award and
execution of contracts, in which his near relative is posted as Divisional Accountant or
as an officer in any capacity between the grades of 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 prior 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

Addition: NIL
Correction: NIL
Overwriting: NIL Deletion: NIL

AE (P)/PVMD-2

EE/PVMD-2

8
Government of India as aforesaid before submission of the bid or engagement in the
contractor's service.
18.

The bid for the works shall remain open for acceptance for a period of Thirty (30) days
from the date of opening of bids. If any bidders withdraws his bid before the said
period or issue of letter of acceptance, whichever is earlier, or makes any modifications in
the terms and conditions of the bid which are not acceptable to the department, then the
Government shall, without prejudice to any other right or remedy, be at liberty to forfeit
50% of the said earnest money as aforesaid. Further the bidders shall not be allowed to
participate in the rebidding process of the work. (Modified vide OM DG/CON/279 dt.
09.05.2014).

19.

This notice inviting Bid shall form a part of the contract document. The successful
bidders/contractor, on acceptance of his bid by the Accepting Authority shall within 15
days from the stipulated date of start of the work, sign the contract consisting of:(a)
The Notice Inviting Bid, all the documents including additional conditions,
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 The contractor will give detailed execution program of the work which will form part of
his agreement with the department. He will indicate in the program, the time/stage of
the work when the agencies of minor components of works will be deployed by him.
21

Acceptance of the tender shall be done by the PM/Zonal CE or SE or EE as defined in


Schedule-F and conveyed by the Engineer in charge on behalf of the President of India.
After the work is awarded, the contractor will have to sign agreement.

22 Supervision of various components of works will be carried out by concerned wings of


the department under the overall co-ordination of the SE, DCC-12, CPWD.
23 SE of the concerned discipline will be competent authority for deciding reduced rates, if
any. Date of completion of all components of work will be same. Levy of compensation
under Clause 2 as well as fair and reasonable extension of time will be granted by the SE
in charge.
24

Also EE in charge shall be competent authority to give fair and reasonable extension of
time under provision of clause 5 and SE shall be competent authority to reschedule
milestones as stipulated under clause 5.

25 Same milestones shall be applicable for all components of work. The agencies will ensure
that their components of the work are executed in time without giving any chance for
slippage of milestones of the project. The amount to be withheld under Clause 5 of the
contract will be decided by the EE. In the event of not achieving the necessary milestones
as assessed from milestone bar chart, specified percentage of the tendered value of work
will be withheld for failure of each milestone.
26 Arbitration case shall be handled by the EE
27 Security Deposit will be worked out separately for each component corresponding to the
estimated cost of the respective component of works as per provision in schedule A to F.
Addition: NIL
Correction: NIL
Overwriting: NIL Deletion: NIL

AE (P)/PVMD-2

EE/PVMD-2

28 Superintending Engineer will examine the case of extension of time, after obtaining
comments the Executive Engineer.
29 The bidder shall be responsible for coordinating the activities of all works and essential
progress of works as per mile stone and laid down programs.
30 The bidder shall render all help to the department and associate themselves for
obtaining, necessary clearances/No Objection Certificates (NOCs) for the work done
from the appropriate statutory bodies. The departmental engineers shall sign necessary
application wherever required and fee, if any, to the statutory bodies shall be made by
the department. The contractor shall attend inspection of the statutory body, if any, and
shall comply all the requirement and changes, if any, sought for by such body for
clearance and acceptance of the equipments/services.
31 The bidder shall ensure that the maintenance during the guarantee period are to be
carried out by the appropriate specialized agency who has executed/carried-out and
completed the original work or by the manufacturers authorized service agencies, as the
case may be.
32 The intending bidder has to fill all the details Demand Draft/Pay Order/Bankers
Cheque (Bankers name, amount, number and date) against tender processing fee.
(As applicable as per Memo No DG/e-Gov/26 dt. 02.06.2015
33 List of Documents to be scanned and uploaded within the period of bid submission:
i)

Treasury Challan /Demand Draft/Pay order or Bankers Cheque /Deposit at Call


Receipt/ FDR/Bank Guarantee of any Scheduled Bank against EMD

ii)

Enlistment order of Contractor

iii) Certificate of Registration of Sales Tax/VAT and acknowledgement of up to date


filed return.
iv) All intending tenderer/ bidders who have uploaded/ submitted their bids have to
submit their original hard copy of EMDs which is verified from the issuing bank
upto 3:00 p.m. on last date of tender otherwise their tenders cannot be opened and
to be treated as invalid tender.

For & on behalf of the President of India.


Signature................................................

Executive Engineer
PVMD- 2,CPWD
Pushpa Bhawan, New Delhi.

Addition: NIL
Correction: NIL
Overwriting: NIL Deletion: NIL

AE (P)/PVMD-2

EE/PVMD-2

10
INFORMATION AND INSTRUCTIONS FOR BIDDERS FOR e-TENDERING FORMING
PART OF BID DOCUMENT AND TO BE POSTED ON WEBSITE
(Applicable for inviting open bids)
The Executive Engineer, PVMD-2, CPWD, Pushpa Bhawan, New Delhi invites on behalf of
President of India online Item rate bids from approved list and eligible contractors of CPWD in
furniture appropriate class category only for the following work:Sl
Description
Remarks
No.
1 NIT no.
38/EE/PVMD-2/2015-16(RECALL)
2 Name of work and location
C/o UNESCO Building at Chankayapuri,

NewDelhi.(SH:Interiorfurnishingand
furnitureofAuditorium.)
3
4
5
6
7

Estimated cost put to tender


Earnest money
Period of completion
Last date & time of submission of bid
Period during which physical EMD, and
certified copy of all the scanned and
uploaded other Documents to be
submitted physically by lowest tenderer
in the office of EE, PVMD-2.
Time and date of opening of tender

Rs. 51,79,461/Rs. 1,03,589/02 (Two) Months


31/12/2015 UP TO 3.00 PM
Within One week after opening of the tender

3.30 PM ON 31/12/2015

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.
Information and Instructions for bidders posted on website shall form part of bid document. 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 www.tenderwizard.com/CPWD or www.cpwd.gov.in
or www.eprocure.gov.in free of cost. But the bid can only be submitted after uploading the mandatory
scanned documents.
XXXX To be filled by EE
Those bidder not registered on the website mentioned above, are required to get registered
beforehand. If needed they can be imparted training on online bidding process as per details available
on the website. The intending bidder must have valid class-III digital signature to submit the bid. On
opening date, the bidder can login and see the bid opening process. After opening of bids he will
receive the competitor bid sheets. Bidder can upload documents in the form of JPG format and PDF
format.SC/ST contractors enlisted under class V category are exempted from processing fee payable to
ITI. being composite tender, the bidder must associate with himself any one of the approved associate
agencies for each sub package for tendering for the respective component of the electrical works. This
is item rate tender. Bidder must ensure to quote rate for all individual items accordingly.
In case the bidder fails to quote any rate by mistake, the same shall be treated as zero.

Executive Engineer,
PVMD-2, CPWD,
Pushpa Bhawan, New Delhi

Addition: NIL
Correction: NIL
Overwriting: NIL Deletion: NIL

AE (P)/PVMD-2

EE/PVMD-2

11

PRESS NOTE
SHORT NOTICE INVITING e-TENDERS
The Executive Engineer, PVMD-2, CPWD, Pushpa Bhawan, New Delhi- 110062 invites on
behalf of President of India online Item rate tenders from approved list and eligible
contractor of CPWD in furniture appropriate class category only for following work.
NIT No.: 38/EE/PVMD-2/2015-2016(RECALL)
Name of Work

: C/o UNESCO Building at Chankayapuri, New Delhi. (SH:

InteriorfurnishingandfurnitureofAuditorium.)

Estimated Cost : Rs. 51,79,461/Earnest Money : Rs. 1,03,589/Period of Completion: 02 Months.


Last time and date of submission of bid:

31/12/2015 up to 3.00 p.m.

The tender forms and other details can be obtained from


www.tenderwizard.com/CPWD or www.cpwd.gov.in or www. eprocure.gov.in

the

website:

Executive Engineer
PVMD-2, CPWD
Pushpa Bhawan, New Delhi

XXXX to be filled by EE

Addition: NIL
Correction: NIL
Overwriting: NIL Deletion: NIL

AE (P)/PVMD-2

EE/PVMD-2

12
CPWD 8
GOVERNMENT OF INDIA
CENTRAL PUBLIC WORKS DEPARTMENT
State
Branch

:
:

Delhi.
B & R.

Zone

NDZ-VII.

Circle
Division

:
:

DCC-XII, CPWD New Delhi.


PVMD-2, CPWD, New Delhi.

Item Rate Tender & Contract for Works

C/o UNESCO Building at Chankayapuri, New Delhi. (SH: Interior furnishing and
furnitureofAuditorium.)
(i) To be submitted online: - 31/12/2015 Up to 3.00 PM
(ii) To be opened online: - 31/12/2015 at 3.30 PM
TENDER
I/We have read and examined the notice inviting tender, schedule, A, B, C, D, E & F, Specifications
applicable, Drawings & Designs, General Rules and Directions, Conditions of contract, clauses of
contract, Special conditions, Schedule of Rate & other documents and Rules referred to in the
conditions of contract and all other contents in the tender document for the work.
I/We hereby tender for the execution of the work specified for the President of India within the time
specified in Schedule F, viz., schedule of quantities and in accordance in all respects with the
specifications, designs, drawings and instructions in writing referred to in Rule-1 of General Rules and
Directions and in Clause 11 of the conditions of contract and with such materials as are provided for,
by, and in respects in accordance with, such conditions so far as applicable.
I/We agree to keep the tender open for forty (45) days from the due date of its opening and not to make
any modifications in its terms and conditions.
A sum of Rs. 1,03,589/- is hereby forwarded in cash/ Receipt Treasury Challan / Deposit at call
Receipt of a Scheduled Bank/fixed deposit receipt of scheduled bank/demand draft of a scheduled
bank/bank guarantee issued by a scheduled bank as Earnest Money. If I/We, fail to furnish the
prescribed performance guarantee within prescribed period, I /We agree that the said President of India
or his successor in office shall without prejudice to any other right or remedy, be at liberty to forfeit the
said earnest money absolutely. Further, if I/We fail to commence work as specified, I/We agree that
President of India or his successors in office shall without prejudice to any other right or remedy
available in law, be at liberty to forfeit the said earnest money and the performance guaranty absolutely
otherwise the said earnest money shall be retained by him towards security deposit 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 Earnest Money or both Earnest Money & Performance Guarantee as aforesaid,
I/We shall be debarred for participation in the re-tendering process of the work.

Addition: NIL
Correction: NIL
Overwriting: NIL Deletion: NIL

AE (P)/PVMD-2

EE/PVMD-2

13
I/We undertake and confirm that eligible similar work(s) has/have not been got executed through
another contractor on back to back basis. Further that, if such a violation comes to the notice of
Department, then I/We shall be debarred for tendering in CPWD in future forever. Also, if such
a violation comes to the notice of Department before date of start of work, the Engineer-inCharge shall be free to forfeit the entire amount of Earnest Money Deposit/Performance
Guarantee.
I/We hereby declare that I/we shall treat the tender documents, drawings and other records connected
with the work as secret/confidential documents and shall not communicate information/derived there
from to any person other than a person to whom I/we am/are authorized to communicate the same or
use the information in any manner prejudicial to the safety of the State.

Date:

Signature of Contractor
Postal address:

Witness:
Address:
Occupation :

xxxx To be filled in by EE

Addition: NIL
Correction: NIL
Overwriting: NIL Deletion: NIL

AE (P)/PVMD-2

EE/PVMD-2

14

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:(i)
(ii)
(iii)

For & on behalf of the President of India

Signature
Dated

Addition: NIL
Correction: NIL
Overwriting: NIL Deletion: NIL

Designation

AE (P)/PVMD-2

EE/PVMD-2

15

To,
Executive Engineer,
PVMD-2, CPWD,
Pushpa Bhawan, New Delhi.
Sub:- C/o UNESCO Building at Chankayapuri, New Delhi. (SH: Interior furnishing

andfurnitureofAuditorium.)
Dear Sir,
I/We acknowledge that CPWD is committed to follow the principles thereof as enumerated in
the Integrity Agreement enclosed with the tender/bid document.
I/We agree that the Notice Inviting Tender (NIT) is an invitation to offer made on the condition
that I/We will sign the enclosed integrity Agreement, which is an integral part of tender documents,
failing which I/We will stand disqualified from the tendering process. I/We acknowledge that THE
MAKING OF THE BID SHALL BE REGARDED AS AN UNCONDITIONAL AND ABSOLUTE
ACCEPTANCE of this condition of the NIT.
I/We confirm acceptance and compliance with the Integrity Agreement in letter and spirit and
further agree that execution of the said Integrity Agreement shall be separate and distinct from the main
contract, which will come into existence when tender/bid is finally accepted by CPWD. I/We
acknowledge and accept the duration of the Integrity Agreement, which shall be in the line with Article
1 of the enclosed Integrity Agreement.
I/We acknowledge that in the event of my/our failure to sign and accept the Integrity
Agreement, while submitting the tender/bid, CPWD shall have unqualified, absolute and unfettered
right to disqualify the tenderer/bidder and reject the tender/bid is accordance with terms and conditions
of the tender/bid.
Yours faithfully

(Duly authorized signatory of the Bidder)

To be signed by the bidder and same signatory competent / authorised to sign the
relevant contract on behalf of CPWD.

Addition: NIL
Correction: NIL
Overwriting: NIL Deletion: NIL

AE (P)/PVMD-2

EE/PVMD-2

16
INTEGRITY AGREEMENT
This Integrity Agreement is made at ............... on this ........... day of ........... 20......
BETWEEN
President
of
India
represented
...............................................................................,

through

Executive

Engineer,

(Name of Division)
CPWD, ....................................................................................................................., (Hereinafter referred
as the
(Address of Division)
Principal/Owner, which expression shall unless repugnant to the meaning or context hereof include
its successors and permitted assigns)
AND
......................................................................................................................................................................
.........
(Name and Address of the Individual/firm/Company)
through.................................................................................................................. (Hereinafter referred to
as the
(Details of duly authorized signatory)
Bidder/Contractor and which expression shall unless repugnant to the meaning or context hereof
include its successors and permitted assigns)
Preamble
WHEREAS the Principal / Owner has floated the Tender (NIT No. ................................) (hereinafter
referred to as Tender/Bid) and intends to award, under laid down organizational procedure, contract
for
......................................................................................................................................................................
..................................................................
(Name of work)
hereinafter referred to as the Contract.
AND WHEREAS the Principal/Owner values full compliance with all relevant laws of the land, rules,
regulations, economic use of resources and of fairness/transparency in its relation with its Bidder(s) and
Contractor(s).
AND WHEREAS to meet the purpose aforesaid both the parties have agreed to enter into this Integrity
Agreement (hereinafter referred to as Integrity Pact or Pact), the terms and conditions of which
shall also be read as integral part and parcel of the Tender/Bid documents and Contract between the
parties.
NOW, THEREFORE, in consideration of mutual covenants contained in this Pact, the parties hereby
agree as follows and this Pact witnesses as under:

Addition: NIL
Correction: NIL
Overwriting: NIL Deletion: NIL

AE (P)/PVMD-2

EE/PVMD-2

17

Article 1: Commitment of the Principal/Owner


The Principal/Owner commits itself to take all measures necessary to prevent corruption and to observe
the following principles:
No employee of the Principal/Owner, personally or through any of his/her family members, will in
connection with the Tender, or the execution of the Contract, demand, take a promise for or accept, for
self or third person, any material or immaterial benefit which the person is not legally entitled to.
The Principal/Owner will, during the Tender process, treat all Bidder(s) with equity and reason. The
Principal/Owner will, in particular, before and during the Tender process, provide to all Bidder(s) the
same information and will not provide to any Bidder(s) confidential / additional information through
which the Bidder(s) could obtain an advantage in relation to the Tender process or the Contract
execution.
The Principal/Owner shall endeavour to exclude from the Tender process any person, whose conduct in
the past has been of biased nature.
If the Principal/Owner obtains information on the conduct of any of its employees which is a criminal
offence under the Indian Penal code (IPC)/Prevention of Corruption Act, 1988 (PC Act) or is in
violation of the principles herein mentioned or if there be a substantive suspicion in this regard, the
Principal/Owner will inform the Chief Vigilance Officer and in addition can also initiate disciplinary
actions as per its internal laid down policies and procedures.
Article 2: Commitment of the Bidder(s)/Contractor(s)
It is required that each Bidder/Contractor (including their respective officers, employees and agents)
adhere to the highest ethical standards, and report to the Government / Department all suspected acts of
fraud or corruption or Coercion or Collusion of which it has knowledge or becomes aware, during
the tendering process and throughout the negotiation or award of a contract.
The Bidder(s)/Contractor(s) commit himself to take all measures necessary to prevent corruption. He
commits himself to observe the following principles during his participation in the Tender process and
during the Contract execution:
The Bidder(s)/Contractor(s) will not, directly or through any other person or firm, offer, promise or
give to any of the Principal/Owners employees involved in the Tender process or execution of the
Contract or to any third person any material or other benefit which he/she is not legally entitled to, in
order to obtain in exchange any advantage of any kind whatsoever during the Tender process or during
the execution of the Contract.
The Bidder(s)/Contractor(s) will not enter with other Bidder(s) into any undisclosed agreement or
understanding, whether formal or informal. This applies in particular to prices, specifications,
certifications, subsidiary contracts, submission or non-submission of bids or any other actions to
restrict competitiveness or to cartelize in the bidding process.
The Bidder(s)/Contractor(s) will not commit any offence under the relevant IPC/PC Act. Further the
Bidder(s)/Contract(s) will not use improperly, (for the purpose of competition or personal gain), or pass
on to others, any information or documents provided by the Principal/Owner as part of the business
relationship, regarding plans, technical proposals and business details, including information contained
or transmitted electronically.

The Bidder(s)/Contractor(s) of foreign origin shall disclose the names and addresses of
agents/representatives in India, if any. Similarly Bidder(s)/Contractor(s) of Indian Nationality shall
disclose names and addresses of foreign agents/representatives, if any. Either the Indian agent on
Addition: NIL
Correction: NIL
Overwriting: NIL Deletion: NIL

AE (P)/PVMD-2

EE/PVMD-2

18
behalf of the foreign principal or the foreign principal directly could bid in a tender but not both.
Further, in cases where an agent participate in a tender on behalf of one manufacturer, he shall not be
allowed to quote on behalf of another manufacturer along with the first manufacturer in a
subsequent/Parallel tender for the same item.
The Bidder(s)/Contractor(s) will, when presenting his bid, disclose (with each tender as per proforma
enclosed) any and all payments he has made, is committed to or intends to make to agents, brokers or
any other intermediaries in connection with the award of the Contract.
The Bidder(s)/Contractor(s) will not instigate third persons to commit offences outlined above or be an
accessory to such offences.
The Bidder(s)/Contractor(s) will not, directly or through any other person or firm indulge in fraudulent
practice means a willful misrepresentation or omission of facts or submission of fake/forged
documents in order to induce public official to act in reliance thereof, with the purpose of
obtaining unjust advantage by or causing damage to justified interest of others and/or to
influence the procurement process to the detriment of the Government interests.
The Bidder(s)/Contractor(s) will not, directly or through any other person or firm use Coercive
Practices (means the act of obtaining something, compelling an action or influencing a decision
through intimidation, threat or the use of force directly or indirectly, where potential or actual injury
may befall upon a person, his/ her reputation or property to influence their participation in the tendering
process).
Article 3: Consequences of Breach
Without prejudice to any rights that may be available to the Principal/Owner under law or the Contract
or its established policies and laid down procedures, the Principal/Owner shall have the following
rights in case of breach of this Integrity Pact by the Bidder(s)/Contractor(s) and the Bidder/ Contractor
accepts and undertakes to respect and uphold the Principal/Owners absolute right:
If the Bidder(s)/Contractor(s), either before award or during execution of Contract has committed a
transgression through a violation of Article 2 above or in any other form, such as to put his reliability
or credibility in question, the Principal/Owner after giving 14 days notice to the contractor shall have
powers to disqualify the Bidder(s)/Contractor(s) from the Tender process or terminate/determine the
Contract, if already executed or exclude the Bidder/Contractor from future contract award processes.
The imposition and duration of the exclusion will be determined by the severity of transgression and
determined by the Principal/Owner. Such exclusion may be forever or for a limited period as
decided by the Principal/Owner.
Forfeiture of EMD/Performance Guarantee/Security Deposit: If the Principal/Owner has
disqualified the Bidder(s) from the Tender process prior to the award of the Contract or
terminated/determined the Contract or has accrued the right to terminate/determine the Contract
according to Article 3(1), the Principal/Owner apart from exercising any legal rights that may have
accrued to the Principal/Owner, may in its considered opinion forfeit the entire amount of Earnest
Money Deposit, Performance Guarantee and Security Deposit of the Bidder/Contractor.
Criminal Liability: If the Principal/Owner obtains knowledge of conduct of a Bidder or Contractor, or
of an employee or a representative or an associate of a Bidder or Contractor which constitutes
corruption within the meaning of Indian Penal code (IPC)/Prevention of Corruption Act, or if the
Principal/Owner has substantive suspicion in this regard, the Principal/Owner will inform the same to
law enforcing agencies for further investigation.
Article 4: Previous Transgression
The Bidder declares that no previous transgressions occurred in the last 5 years with any other
Company in any country confirming to the anticorruption approach or with Central Government or
State Government or any other Central/State Public Sector Enterprises in India that could justify his
exclusion from the Tender process.
Addition: NIL
Correction: NIL
Overwriting: NIL Deletion: NIL

AE (P)/PVMD-2

EE/PVMD-2

19
If the Bidder makes incorrect statement on this subject, he can be disqualified from the Tender process
or action can be taken for banning of business dealings/ holiday listing of the Bidder/Contractor as
deemed fit by the Principal/ Owner.
If the Bidder/Contractor can prove that he has resorted / recouped the damage caused by him and has
installed a suitable corruption prevention system, the Principal/Owner may, at its own discretion,
revoke the exclusion prematurely.
Article 5: Equal Treatment of all Bidders/Contractors/Subcontractors
The Bidder(s)/Contractor(s) undertake(s) to demand from all subcontractors a commitment in
conformity with this Integrity Pact. The Bidder/Contractor shall be responsible for any violation(s) of
the principles laid down in this agreement/Pact by any of its Subcontractors/sub-vendors.
The Principal/Owner will enter into Pacts on identical terms as this one with all Bidders and
Contractors.
The Principal/Owner will disqualify Bidders, who do not submit, the duly signed Pact between the
Principal/Owner and the bidder, along with the Tender or violate its provisions at any stage of the
Tender process, from the Tender process.
Article 6- Duration of the Pact
This Pact begins when both the parties have legally signed it. It expires for the Contractor/Vendor 12
months after the completion of work under the contract or till the continuation of defect liability period,
whichever is more and for all other bidders, till the Contract has been awarded.
If any claim is made/lodged during the time, the same shall be binding and continue to be valid despite
the lapse of this Pacts as specified above, unless it is discharged/determined by the Competent
Authority, CPWD.
Article 7- Other Provisions
This Pact is subject to Indian Law, place of performance and jurisdiction is the Head quarters of the
Division of the Principal/Owner, who has floated the Tender.
Changes and supplements need to be made in writing. Side agreements have not been made.
If the Contractor is a partnership or a consortium, this Pact must be signed by all the partners or by one
or more partner holding power of attorney signed by all partners and consortium members. In case of a
Company, the Pact must be signed by a representative duly authorized by board resolution.
Should one or several provisions of this Pact turn out to be invalid; the remainder of this Pact remains
valid. In this case, the parties will strive to come to an agreement to their original intensions.
It is agreed term and condition that any dispute or difference arising between the parties with regard to
the terms of this Integrity Agreement / Pact, any action taken by the Owner/Principal in accordance
with this Integrity Agreement/ Pact or interpretation thereof shall not be subject to arbitration.
Article 8- LEGAL AND PRIOR RIGHTS
All rights and remedies of the parties hereto shall be in addition to all the other legal rights and
remedies belonging to such parties under the Contract and/or law and the same shall be deemed to be
cumulative and not alternative to such legal rights and remedies aforesaid. For the sake of brevity, both
the Parties agree that this Integrity Pact will have precedence over the Tender/Contact documents with
regard any of the provisions covered under this Integrity Pact.

Addition: NIL
Correction: NIL
Overwriting: NIL Deletion: NIL

AE (P)/PVMD-2

EE/PVMD-2

20
IN WITNESS WHEREOF the parties have signed and executed this Integrity Pact at the place and date
first above mentioned in the presence of following witnesses:
...............................................................
(For and on behalf of Principal/Owner)
.................................................................
(For and on behalf of Bidder/Contractor)
WITNESSES:

1.

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

2.

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

Place:

Dated

Addition: NIL
Correction: NIL
Overwriting: NIL Deletion: NIL

AE (P)/PVMD-2

EE/PVMD-2

21
PROFORMA OF SCHEDULES
SCHEDULE A
Schedule of quantities

Page- 71-77

SCHEDULE B
Schedule of materials to be issued to the contractor.
Sl.
No.

Description of item

Quantity

Rates in figures &


words at which the
material will be charged
to the contractor

Place of Issue

---------------------------------NIL---------------------------------SCHEDULE C
Tools and plants to be hired to the contractor
Sl.
Description
Hire charges per day
Place of issue
No.
---------------------------------NIL---------------------------------SCHEDULE D
Extra schedule for specific requirements/
documents for the work, if any.

As
mentioned
documents

in

tender

General Condition of Contract for


Central PWD Works 2014 with
amendment up to last date of
submission of tenders.

SCHEDULE E
Reference to General Conditions of contract

Name of work: - C/oUNESCOBuildingatChankayapuri,NewDelhi.(SH:Interior


furnishingandfurnitureofAuditorium.)
Estimated cost of work

Rs. 51,79,461/-

Earnest Money

Rs. 1,03,589/- (to be returned after receiving


Performance guarantee)

Performance Guarantee

5% of the Tendered value

Security Deposit

Addition: NIL
Correction: NIL
Overwriting: NIL Deletion: NIL

: 2.5% of the tendered value plus 50% of PG for


contract involving maintenance of the building
and services/other work after construction of same
building and services/other work.

AE (P)/PVMD-2

EE/PVMD-2

22
SCHEDULE F
General Rules & Directions:
Officer inviting tender

Executive Engineer,
PVMD-2, CPWD
Pushpa Bhawan, New Delhi.

Maximum percentage for quantity of items of :


work to be executed beyond which rates are to
be determined in accordance with clauses 12.2
& 12.3

See below

Definitions:
2 (v) Engineer-in-Charge

2(viii) Accepting Authority

Executive Engineer,
PVMD-2, CPWD
Pushpa Bhawan, New Delhi
Or
His successor

2(x)
Percentage on cost of materials and
labour to cover all overheads and profits.
2(xi) Standard schedule of Rates :

Executive Engineer,
PVMD-2, CPWD
Pushpa Bhawan, New Delhi

15% (fifteen percent)

Delhi Schedule of Rates 2014 for civil work with up to


date correction slips

2(xii) Department :

9(ii) Standard CPWD contract Form

Central Public Works Department.

CPWD form 8 (GCC 2014 with


amendment up to last date of submission
of tenders).

Clause 1
i)

ii)

Time allowed for submission of Performance Guarantee,


Programme Chart(Time and Progress) and applicable
labour licenses,Registration with EPFO,ESIC and BOCW
Welfare Board or proof of applying thereof from the date of
issue of letter of acceptance, in days.
Maximum allowable extension with late fee @ 0.1% per day of
performance guarantee amount beyond the period provided in
(i) above. (DG/CON/ 265, dt. 18.1.13)

Addition: NIL
Correction: NIL
Overwriting: NIL Deletion: NIL

15 days.

07 days.

AE (P)/PVMD-2

EE/PVMD-2

23
Clause 2
Authority for fixing compensation under
Clause-2

Whether clause 2A shall be applicable

Superintending Engineer
DCC-XII, CPWD,
New Delhi or his successor
Note:- Levy of compensation under
clause-2 as well as fair and reasonable
extension of time will be granted by the
Superintending Engineer, DCC-XII,
CPWD, New Delhi or thereof on receipt
of required information in this regard
from Executive Engineer, PVMD-2,
CPWD, Pushpa, Bhawan, NewDelhi
Not applicable

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

10 days

Mile stone(s) as table given below:


S. No.

1
2

Description of Mile Stone


(Physical)
i/c Electrical works

Time Allowed in days


(From the date of Start)

Amount to be withheld in case of nonachievement of Mile stone

30 Days
60 Days

In the event of not achieving the necessary


progress as assessed from the running payment,
3% of the tendered value of work will be
withheld for failure of each milestone. Total 5%
of tender amount.

50% of tendered amount.


100% of tendered amount

Time allowed for execution of work

Authority to decide:
(i) Extension of time (Engineer in Charge or
Engineer in Charge of Major Component in case
of Composite Contracts, as the case may be)

(ii)

02 (Two) Months

Executive Engineer,
PVMD-2, CPWD
Pushpa Bhawan, New Delhi
or his successor

Rescheduling of mile stones (Superintending


Engineer in Charge or Superintending Engineer
in Charge of Major Component in case of
Composite Contracts, as the case may be)

Addition: NIL
Correction: NIL
Overwriting: NIL Deletion: NIL

Superintending Engineer
DCC-XII, CPWD
New Delhi.
or his successor

AE (P)/PVMD-2

EE/PVMD-2

24
Clause 6
...
Clause 6A :

Clause 6A applicable

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

Rs. 20 Lac

Clause 7A:
Whether Clause 7A shall be Applicable

Yes

Clause 10 A :
List of testing equipment to be provided by the :
contractor at site lab
Clause 10 B(ii)
:
Whether clause 10-B(ii) shall be applicable
Clause 10 C
Component of labour expressed as percent of
value of work for civil work
:
Clause 10 CA:
S.N.

As required to conduct the test in the field lab


as per specifications/tender documents.
....... No..

....... 25% ..

Base Price
Materials
under clause
as notified
CPWD

of all
covered
10 CA*
by DG,

Cement (OPC)

Nearest Materials (other than cement,


reinforcement bars and the structural steel)
for which All India Wholesale Price Index
shall be followed as notified by DG CPWD
for June 2015 unless otherwise modified by
DG(CPWD) for the month of submission of
Financial bid
-

Cement (PPC)

4240.00 Per MT

Reinforcement Bars
TMT-500
Primary
Manufacturer
Structural Steel

40505.00 Per M.T

39722.00 Per M.T

Material covered
under this clause

.....NA..

Clause 10 CC:
To be applicable in contracts with stipulated
Period of completion exceeding the period
Shown in next column...12 months schedule
Of component of Materials, Labours, POL
etc for price escalation. Component of Civil
(except material covered under):

Addition: NIL
Correction: NIL
Overwriting: NIL Deletion: NIL

4500.00 Per M.T

Not Applicable

AE (P)/PVMD-2

EE/PVMD-2

25
Clause 10CA
Electrical construction materials expressed as
percent of total value of work
:
Component of Labour expressed as
percent of Total value of work
:
Component of P.O.L expressed as
percent of total value of work
:
Clause 11 :Specifications to be followed Civil
for execution of work

Xm

......... %

......... %

......... %

CPWD Specifications 2009 Vol. I & II with


up to date correction slips up to last date of
receipt of e-tenders.

Clause 12: Type of Work: -

Original Work

12.2 &
12.3
Deviation limit beyond which
Clauses 12.2 & 12.3 shall apply
for Superstructure work

Overall deviation limit shall be 25% and the


payment shall be made at agreement rate only.
The completion cost of work under this
agreement should not exceed 1.25 times of
Tendered amount. Payment of extra/substitute
itemsincaseofscheduleitemsaretobepaidas
per the scheduled rate plus cost index (at the
time of tender) plus Quotedpercentage (%)
aboveorbelowonEstimatedCostPuttoTender.
Paymentofextra/substituteitemsincaseofnon
scheduled items are to be paid as per the
prevailingmarketrate.

12.5

i) Deviation limit beyond which


clause 12.2 & 12.3 shall apply
for foundation work
(except earth work)
ii) Deviation limit for items in
earth work sub head of DSR
or related items in foundation

30%.

30%

100%

Clause 16:
Civil
Competent Authority for deciding reduced rates:

Superintending Engineer
DCC-XII, CPWD
New Delhi
Or his successor
Up to 5% of the contract value and full
power with CE/NDZ-VII, CPWD,
New Delhi

Clause 18:
List of mandatory machinery tools & plants
to be Deployed by the contractor at site for
civil work :

Addition: NIL
Correction: NIL
Overwriting: NIL Deletion: NIL

As per list at page 66-68

AE (P)/PVMD-2

EE/PVMD-2

26

Modified clause 25 is applicable. The constitution of DRC is as under:


(a) For total claims more than Rs. 25 lacs
Chairman
Member
Member

Chief Engineer, NDZ-VIII, CPWD, New Delhi


Dir (W&TLC) O/o ADG (DR),
SE, DCC-V, CPWD, New Delhi

SE DCC-XII, CPWD Shall present case before DRC but shall not have any part in decision
making.
(b) For total claims up to Rs. 25 lacs
Chairman
Member
Member
-

Dir (W&TLC) O/o ADG (DR)


EE, PVMD-I, CPWD
EE (P), DCC-XI, CPWD

EE, PVMD-I, CPWD Shall present case before DRC but shall not have any part in decision making.

Clause 36 (i)

Sl.
No
.

1.

Minimum Qualification
of Technical
Representative

Graduate Engineer

Diploma Engineer

Discipline

Civil

Civil

Designation
(Principal
Technical/
Technical
representativ
e)
Project/Site
Engineer and
Project
Planning/Billi
ng Engineer
OR
Project/Site
Engineer and
Project
Planning/Billin
g Engineer

Mi
ni
mu
m
ex
pe
rie
nc
e

Rate at which recovery shall


be
made from the contractors
N
in the event of not fulfilling
u
provision of clause 36(i)
m
b
e
Figures
Words
r

2
years

Rs. 15000/(Per month)

Rupees Fifteen
thousand only
(Per month)

5
years

Rs. 15000/(Per month)

Rupees Fifteen
thousand only
(Per month)

Executive Engineers retired from Govt. Services that are holding Diploma will be treated at par with
Graduate Engineers.
Diploma holder with minimum 10 year 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
nos. of such diploma holders should not exceed 50% of requirement of degree engineers. (As per OM
272, dated. 21.8.13)

Addition: NIL
Correction: NIL
Overwriting: NIL Deletion: NIL

AE (P)/PVMD-2

EE/PVMD-2

27
Clause 42:
i)

(a)

(ii)

(a)

(b)
(c)

(d)

Schedule /Statement for determining


theoretical quantity of cement &
bitumen on the basis of :

Civil

Delhi Schedule of Rate- 2014 with up


to date correction slips

Variations permissible on
theoretical quantities.
Cement
For works with estimated cost put to
tender not more than Rs. 5 Lakh
For works with estimated cost put to
tender more than Rs. 5 lakh
Bitumen for all works
Steel reinforcement and structural
steel sections for each diameter,
section and category
GI Barbed wire

:
:

3% plus/minus
2% plus/minus

:
:

2.5% plus only & nil on minus side


2% plus/minus

2% plus/minus

RECOVERY RATES FOR QUANTITIES BEYOND PERMISSIBLE VARIATION

Rates in figures and words at which recovery


shall be made from the Contractor
Sl
No.

Description of item

Unit

Excess beyond the


Permissible
variation

Less use beyond the


permissible variation

1.

Cement O.P.C. in bags

M.T.

NIL

Rs. 4950/-

2.

Cement P.P.C. in bags

M.T.

NIL

Rs. 4664/-

M.T.
M.T.

NIL
NIL

Rs. 44556/Rs. 43694/-

3.

Reinforcement bars TMT 500


i Primary Manufacturer
4. Structural Steel

Addition: NIL
Correction: NIL
Overwriting: NIL Deletion: NIL

AE (P)/PVMD-2

EE/PVMD-2

28

PART- B
(General Conditions civil work)

Addition: NIL
Correction: NIL
Overwriting: NIL Deletion: NIL

AE (P)/PVMD-2

EE/PVMD-2

29
GENERAL CONDITIONS
1.

The order of preference in case of any discrepancy as indicated in condition no. 8.1 under
Conditions of Contract given in the General Conditions of contract for Central P.W.D
works 2014 with up to date of submission of tenders shall supersede as follows:
Description in schedule of quantities
General Conditions and Special conditions.
Contract clauses of General conditions of contract for Central P.W.D. works manual
2014 with amendment up to last date of submission of tenders.
(iv) CPWD specifications2009 Vol I &II with up to date correction slips
(v)
Architectural drawings.
(vi) Indian standards specification/BIS.
(vii) Sound Engineering practice.
(i)
(ii)
(iii)

Any references made to any Indian standards specifications in these documents shall imply to
the latest version of that standard, including such revisions/amendments as issued by the
Bureau of Indian standards up to last date of receipt of tenders. The contractor shall keep at his
own cost all such publications of relevant Indian standards applicable to the work at site. In
case of above mentioned scenario silent the decision of Engineer-in-charge shall be final.
2.

The work shall be carried out according to CPWD specifications 2009 Volume I & II,
modified and corrected up to date of submission of bid. For the items which are not covered
under CPWD specifications, the special conditions / B.I.S. specifications shall apply. In this
regard the decision of Engineer-in-charge shall be final.

3.

Unless otherwise specified, the agreement rates for all items of work of the schedule of
quantities are for all heights, depths, leads and lifts involved in the execution of work.

4.

The contractor shall make his own arrangement of water required for the work as per clause 31
of the general conditions of the contract for CPWD works.

5.

The contractor shall make his own arrangements for obtaining electric connection for carrying
out any maintenance activity and make necessary payment directly to the department
concerned. In the absence of electric connection or failure of power supply, the contractor shall
make his own arrangement of generators.

6.

On account of security consideration, there could be some restrictions on the working hours,
movement of vehicles for transportation of materials. The contractor shall be bound to follow
all such restrictions and adjust the programme for execution accordingly.

7.

The work shall be carried out in a manner complying in all respects with the requirements of
relevant bye laws of the local bodies, labour laws, minimum wages act, workmen
compensation act and other statutory laws enacted by Central Government as well as State
Government.

8.

All the malba or rubbish obtained from dismantling or otherwise during the execution of the
work shall be brought down in packed bags or similar means through the staircase and is not to
be thrown to the ground directly from the first floor or second floor etc. This shall be
transported and stacked properly in the specified common disposal point/ dumping ground ear
marked by field staff by cycle rickshaw or any other similar means on the same day and the
site shall be kept clean including the stair case etc. as per the instructions of the Engineer-incharge. Nothing extra shall be paid on this account. A fine of Rs.500/- shall be recovered from
the contractor for each complaint/default of such cases.

9.

After the collection of a full truck load of the said malba (approx 4.5 cum) the same shall be
disposed off by the contractor to the authorized municipal dhalao /dumping ground, for which

Addition: NIL
Correction: NIL
Overwriting: NIL Deletion: NIL

AE (P)/PVMD-2

EE/PVMD-2

30
the payment shall be made to contractor per cum basis as per item in the agreement. In case of
non-removal/disposal within seven days after collection of a full truck load malba, a fine of
Rs.1000/- (One Thousand) per day subject to maximum of Rs. 10,000 shall be recovered from
the contractor.
10.

No Residential accommodation shall be provided to any of the staff engaged by the contractor.
The contractor shall also not be allowed to erect any temporary set up for staff in the campus.

11.

No claims of the labours shall be entertained by the Department including that of providing
employment, regularization of services etc.

12.

The engineers who are present at the site from 9:00 AM to 5:00 PM on all working days or as
working hours allowed by Engineer-in-Charge shall carry mobile telephone(s) to enable the
Engineer-in-charge to have easy and quick communication. Nothing extra shall be paid to the
contractor on this account and his quoted rates for various items under this contract will be
inclusive of this obligation.

13.

All materials, T & P, consumable and contingent articles required for the work shall be
arranged by the contractor. Materials used shall be in order of preferences:

13(i)

Under the Nomenclature of the item

13(ii) CPWD approved list


13(iii) CPWD specifications 2009 with up to date correction slips
13(iv) ISI marked
13(v) Direction of the Engineer-in-Charge
14.

Replaced materials used shall have same or richer specifications to the original materials and
compatible to the work.

15.

The staff employed by the contractor should be well behaved, Polite & courteous. Any
complaint against staff on behaviour should be taken very seriously and such should be
removed by the contractor immediately from the site.

16.

The contractor shall make all safety arrangement required for the labour engaged by him at his
own cost. All consequences due to negligence or due to lapse of security/safety or otherwise
shall remain with the contractor. The department shall not be responsible for any mishap,
injury, accident or death of the contractors staff. No claim in this regard shall be entertained
/accepted by the department.

17.

Contractor shall be fully responsible for any damages caused to govt. Property or allotees
property by his labour / staff in carrying out the work and shall be rectified by the contractor at
his own cost.

18.

VAT/ WCT/ Income Tax/ Construction Workers Welfare Cess/Other Taxes as applicable shall
be recovered from the contractors bill.

19.

Chases, holes & drilling works etc. shall be done using power operated tools.

20.

Dismantling of cement concrete slabs, floors etc. inside the quarters/building shall be done
with the help of mechanized vibratory hammer, drills etc. The work shall be carried out in
such a way that there should be least disturbance to the nearby/ adjoining allottees /occupants.
The work should be completed within least possible time. The contractor must ensure that
there should be no damaged to the supporting RCC/structural member of the buildings.

Addition: NIL
Correction: NIL
Overwriting: NIL Deletion: NIL

AE (P)/PVMD-2

EE/PVMD-2

31

21.

For non-compliance or partial compliance of satisfactory execution of items, the Engineer-incharge reserves his rights to levy compensation in accordance with the scale of non-conformity
and the period for which this non-conformity continues. However the total amount of this
compensation for the whole contract shall not exceed 10% of the tendered value of this
contract. This shall be without prejudice to other remedies available to Engineer-in-charge
under this contract to take action against the contractor.

22.

The contractors are advised to get acquainted with the proposed work and its site and also
study the Architectural Drawings, specifications and special conditions carefully before
tendering. No claim of any sort shall be entertained on account of any site conditions and
ignorance of specifications and special conditions.

23.

The work shall be carried out as per CPWD specifications for works-2009 Vol. I & II with up
to date correction slips unless otherwise specified in the nomenclature of individual item or in
the specifications and special conditions, where specifications are silent, the decision of
Engineer-in-Charge shall be final and binding on contractors.

24.

The rates quoted by the contractor shall be taken as net and nothing extra shall be paid on any
account i.e. royalty, cartage, sales tax and stacking at required places etc. Centering, shuttering,
however if required to be done for RCC beams, RCC floor slab and landings only for centering
heights greater than 3.5m shall be measured & paid separately.

25.

Articles manufactured by the reputed firms and approved by Engineer-in-Charge shall only be
used. Only articles classified, as first quality by the manufacturer shall be used unless
otherwise specified. In case articles bearing ISI certification are not available in the market,
quality of samples brought by the contractor shall be judged by standards laid down in the
relevant CPWD specifications. For the items not covered by CPWD specifications relevant
BIS standards shall apply. The sample of materials to be brought to site for use in work shall be
got approved from the Engineer-in-Charge before actual execution of work.

26.

Samples of materials required for testing shall be provided free of cost by the contractor.
Testing charges, if any, shall be borne by the department in case the test results are satisfactory
accept where-ever specifically mentioned otherwise in the NIT. All other expenditure to be
incurred for taking samples, conveyance, packing etc. shall be borne by the contractor.

27.

The contractor shall submit a detailed programme of work within 15 days of the date of issue
of letter of intent. Detailed programme should include all the mile stone, cash flow, material
procurement, manpower deployment. Program must show clearly the critical path to complete
the project in time.

28.

The Engineer-in-Charge can modify the programme and the contractor shall have to work
accordingly. During review of work progress, Engineer in Charge can ask to modify the
programme. Contractor shall resubmit the modified programme in 2 days.

29.

The quantities of each item shall not be exceeded beyond the agreement quantities without
prior permission of Engineer-in-Charge.

30.

All types of mortars to be used in the work shall be mixed in the mechanical mixer and hand
mixing shall not be permitted.

31.

The contractor shall make his own arrangement for getting the permission to ply the trucks
from the traffic police.
No payment shall be made to the contractor for any damage caused by rain, snow fall, floods or
any other natural causes whatsoever during the execution of work. The damage caused to work

32.

Addition: NIL
Correction: NIL
Overwriting: NIL Deletion: NIL

AE (P)/PVMD-2

EE/PVMD-2

32

33.

34.

35.

shall have to be made good by the contractor at his own cost and no claim on this account shall
be entertained.
Other agencies may also simultaneously be executing the work of electrification, Horticulture
or external services and other building works for the same building along with this work. The
contractor shall offer necessary facilities for the same and no claim in the matter shall be
entertained. The contractor shall especially co-ordinate with the other agency carrying out his
work.
The contractor shall take all precautions to avoid accidents by exhibiting necessary caution
boards. He shall be responsible for all damages and accidents caused due to negligence on his
part. No hindrance shall be caused to traffic during the execution of the work by storing
materials on the road.
The contractor shall be fully responsible for the safe custody of the material issued or brought
by him to site for doing the work

36.

Testing of materials :
In case there is any discrepancy in the frequency of testing as given in the list of mandatory test
and that in the individual sub-head of work as per the CPWD specifications for works-2009
Vol-I & II with up to date correction slips, the higher of the two frequencies shall be followed
and nothing extra shall be payable to the contractor on this account.

37.

Samples of all fittings and fixture to be provided shall be got approved from the Engineer-incharge before use in the work.

38.

The rate for all items of work, shall unless otherwise clearly specified include cost of all
labour, material and other inputs involved in the execution of the items.
The contractor shall make necessary arrangement for water for construction purpose as well as
for electricity and its distribution as per IS Code at his own cost. The department will render
only assistance to the contractor for making application to DJB/ authorised Electric supply
agency, if required. All the fees and charges including consumption charges shall be borne by
the contractor.
The contractor will not have any claim in case of any delay by the Engineer-in-Charge in
removal of trees or shifting, removing of telegraph, telephone or electric lines (overhead or
underground), water and sewer lines and other structure etc., if any which may come in the
way of the work. However, suitable extension of time can be granted to cover such delay.

39.

40.

41.

The contractor shall clean the site thoroughly of scaffolding materials, rubbish, equipments left
out of his work and dress the site around the building to the complete satisfaction of the
Engineer-in-charge before the work is treated as completed.

42.

The labour welfare fund/ cess @ 1% on gross work done shall be deducted.

43.

Maintenance of Register of Tests- All the registers of tests carried out at Construction Site or in
outside laboratories shall be maintained by the contractor which shall be issued to the
contractor by Engineer-in-Charge.
Maintenance of Material at Site (MAS) Register- All the MAS Registers including Cement and
Steel Registers shall be maintained by Contractor which shall be issued to the contractor by
Engineer-in-Charge.

44.

45.

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

Addition: NIL
Correction: NIL
Overwriting: NIL Deletion: NIL

AE (P)/PVMD-2

EE/PVMD-2

33

Addition: NIL
Correction: NIL
Overwriting: NIL Deletion: NIL

AE (P)/PVMD-2

EE/PVMD-2

34

Addition: NIL
Correction: NIL
Overwriting: NIL Deletion: NIL

AE (P)/PVMD-2

EE/PVMD-2

35

Addition: NIL
Correction: NIL
Overwriting: NIL Deletion: NIL

AE (P)/PVMD-2

EE/PVMD-2

36

Addition: NIL
Correction: NIL
Overwriting: NIL Deletion: NIL

AE (P)/PVMD-2

EE/PVMD-2

37

Addition: NIL
Correction: NIL
Overwriting: NIL Deletion: NIL

AE (P)/PVMD-2

EE/PVMD-2

38

Special Conditions
2.1

2.2

2.3

2.4

2.5

2.6

2.7

2.8

2.9

The contractor must study the specifications and conditions carefully before tendering. If there
are varying or conflicting provisions made in any documents forming part of the contract, the
Engineer in-charge shall be the deciding authority with regard to the intention / interpretation
of the documents and it will be binding on the contractor without any reservation whatsoever
and nothing extra shall be paid. Any error in description, quantity or rate in schedule of work
bills of quantities /item or any omissions there from shall not vitiate the contract or release the
contractor from the
execution of the whole work or any part of the work comprised there in according to drawings
and specifications or from any of his obligations under the contract.
If for any reason, any part of the site is not available temporarily for some time for part of the
work under the contact, the agreed construction schedule shall be suitably modified and
contactor shall diligently divert his men and materials to utilize them profitably and no claim
of damages whatsoever shall be entertained on the account. However the contractor shall be
allowed extension of time for completing the work as deemed fit by the competent authority.
A reference made to any Indian standard codes / specification in these documents, shall imply
reference to the latest versions of that standard including such revision/ amendments as issued
by the Bureau of Indian Standards on the date of opening of the tender. The contractor shall
have to keep all relevant publications of codes at the site at his own cost. However, Engineerin-charge may direct for keeping any other publication/codes at the site of work required in
connection with work.
(a) The contractor shall make his own arrangements for obtaining electric connections, and
shall make necessary payments directly to the department concerned. The Engineer-in-charge
will however, make required references to the authority concerned in this regard. Nothing shall
be reimbursed to the contractor in this regard. The contractor shall make his own arrangement
for backup power at his own cost. No interruption of work due to power failure shall be
accepted. Also no claim of whatsoever due to power failure shall be entertained.
(b) If required, contactor shall obtain from the municipal or concerned authorities permanent
water supply and drainage connection and procure completion certificate for the same from
Municipal / Local authorities. The Engineer-in-charge will however make required references
to the authority concerned in this regard. Nothing shall be reimbursed to the contractor.
The work shall be carried out in such a manner so as not to interfere or affect or disturb other
works being executed by other agencies if any. Other agencies doing works related with this
project will also simultaneously execute the works and the contractor shall provide necessary
facilities for the same. The contractor shall leave such recesses, holes, openings etc. as may be
required for the wetrisers, air conditioning, lift and other related works etc. The contractor shall
carry out the false ceiling work in stages in close coordination with other agencies.
The contractor shall have to make approaches to the site, if so required and keep them in good
conditions for transportation of labour and material as well as inspection of works. Nothing
extra
shall be paid on this account. Any damage done to existing roads shall be made good by the
contractor at his own cost.
The contractor shall have to deploy adequate well experienced technical staff for the work. A
list of staff along with their designation, experience and duties shall be displayed at site of
work. The
contractor or his authorized representative should always be available at the site of work to take
instruction from the departmental officers, and will ensure proper implementation.
The structural, architectural, service and other drawings for the work shall at all times be
properly correlated before executing any work and no claim whatsoever shall be entertained in
this respect.
The contractor shall be responsible for the true and proper setting out of building components
of the work in coordination with the Engineer-in-charge or his authorized representative. The
contractor shall be responsible for the correctness of the positions, levels, dimensions, and
alignments of all the parts of the structure and for arrangement of all necessary instruments,

Addition: NIL
Correction: NIL
Overwriting: NIL Deletion: NIL

AE (P)/PVMD-2

EE/PVMD-2

39

2.10

2.11

(i)
(ii)
2.12

2.13

2.14
2.15

2.16

2.17

appliances and labour in connection there with. If at any time, during the progress of the works
any error appears or arises in the position, levels, dimensions or alignment of any part of the
works, the contactor on being required to do so by the Engineer-in-charge shall at his own
expense rectify such error to the entire satisfaction of Engineer-in-charge. The checking of any
setting out of any line or level by the Engineer-in-charge or his authorized representatives shall
not relieve in anyway, the contractor of his responsibility for the correctness there of and the
contractor shall carefully protect and preserve all bench marks, site details, pegs and other
things used in the setting out and construction of works. All duties concerning establishment of
a set of bench marks, permanent / theodolite stations centre line pillars etc including all
materials tool, plants, equipment, labour etc, for performing all the functions necessary and
ancillary there to at the commencement and during the progress of the work till physical
completion of the work in question shall be carried out by the contactor at his own cost.
The contractor at his own expenses shall establish a field laboratory with necessary equipment
to carry out test in order to enable to Engineer-in-charge to conduct field test, whenever
required by him to ensure that the quality of work is consistent with the prescribed
specifications and nothing extra shall be paid on this account.
The contractor shall at his own cost make all arrangements and shall provide all such facilities
as the Engineer-in-charge may require for collecting, preparing/ packing,
forwarding/transporting the required number of samples for tests/analysis as per the frequency
of test stipulated in the contract specifications or as considered necessary by the Engineer-incharge, at such time and such places, as directed by the Engineer-in-charge. Nothing extra
shall be paid for the above operations including the cost of materials to be tested. The testing
charges for tests conducted in the
laboratory shall be borne by the Contractor/
Department in the manner indicated below:By the Contractor, if the results show that the material does not conform to relevant
codes/specifications.
By the Department, if the results show that the material conforms to relevant codes/
specifications. However, cost of all field tests shall be born by the contractor.
The contractor or his authorized representative shall associate in collection,
preparation/packing,
forwarding/ transporting of samples for testing. In case he or his
authorized representative is not present or does not associate himself, the result of such tests
and consequences thereon shall be
binding on the contractor. The contractor or his
authorized representative shall remain in contact
with Engineer-in-charge for associating for all such operations.
The Contractor have to replace the substandard or rejected material with new lot of material
and in the event of the contractors refusal to comply with, the Engineer-in-charge shall be at
liberty to make alternative arrangements for such material through other means at the risk and
cost of the contractor who shall have no claim whatsoever in this regard. The rejected lot shall
also remain at site till the time the contractor brings in new lot of material conforming to
specifications and above procedure shall be followed.
Approved samples of materials/ items shall be kept at site of work till completion of the work.
Each approved sample shall be signed by the contractor and Engineer-in-charge.
The Contractor shall maintain in good conditions all work executed by him till completion of
the work. The contractor shall be responsible for the watch and ward of the building, 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 installation and thereafter till the
building is physically completed and completion certificate recorded by the competent
authority.
Any damage done by the contractor to any existing work shall be made good by him at his own
cost. Existing adjacent buildings, drain pipes, culverts, overhead wires, water supply lines and
similar services encountered during the course of execution shall be protected against damage
by the contactor and nothing extra shall be payable for the same. The contractor shall not store
material or otherwise occupy any part of the site in manner likely to hinder the operation of
such services.
The contractor shall submit to the Engineer-in-charge the following reports.
a) Weekly report of receipt & consumption of material arranged by the contractor.

Addition: NIL
Correction: NIL
Overwriting: NIL Deletion: NIL

AE (P)/PVMD-2

EE/PVMD-2

40

2.18
2.19

(a)

(b)
2.20

2.21

2.22

2.23

2.24

2.25

2.26

2.27
2.28
2.29

b) Programme of works, material & labour required for the forthcoming fortnight.
c) List of plants & equipment proposed to be deployed.
d) Any other data required relating to work.
Large size details and manufacturers dimensions for material to be incorporated shall take
precedence over small scale drawings.
In the event, the contractor engages specialized agencies other than those given in this
document,
following conditions shall be applicable:The contractor shall submit the list of at least three specialized agencies proposed to be
engaged by him along with the required information to substantiate technical capability and
experience of the agency for prior approval of the competent authority i.e. the tender
accepting authority.
The conditions of approval of specialized agency by the competent authority shall be final
and binding on the contractor and he shall comply all such conditions of approval.
No structural member shall be chased or cut without the written permission of the Engineerincharge. No walls or terraces shall be cut for making any opening after water proofing has
been done without written approval of Engineer-in-charge. When permitted, cutting of water
proofing membrane shall be done very carefully so that the other portion of water
proofing is not damaged.
On completion of work at such place the water proofing membrane shall be made good and
ensured that the opening/cutting is made fully water proof as per contract specifications and
details of water proofing.
The Engineer-in-charge shall recover Delhi VAT on works Contract as applicable on gross of
the work on each Running Account Bill as well as final bill. Income tax plus levied surcharge
on Income Tax and other taxes as applicable shall be recovered from the contractors.
All rates quoted are inclusive of cutting holes and chases in walls and floors and making good
the same with cement mortar/concrete/water proofing of appropriate mix and strength as
directed by Engineer-in-charge. Contractor shall provide holes, sleeves, recesses in the
concrete/ RCC masonry work as the work proceeds.
Running Accounts bills shall be prepared by the contractor on computer using suitable
software as approved by the Engineer-in-charge and will be submitted along with supporting
measurement sheets, material consumption statements and other required documents. The
Engineer-in-charge shall derive a method for preparation, submission and payment of
computerized bill which shall be followed by the contractor. The contractor shall employ
dedicated Engineers to assist the Junior Engineer, Asstt. Engineer of CPWD in checking of
measurements and bills.
The contractor shall take all precautions to avoid accidents by exhibiting caution board day and
night. The contractor shall be responsible for all damages and accident due to negligence on
this part.
No foreign exchange shall be made available by the department for the purchase of
equipments, plants, machinery material of any kind or other items required to be carried out in
execution of work.
If for any reason, it becomes impetrative to use a brand/agency other than the approved brands/
agency mentioned elsewhere in this documents such alternative brands/agencies shall have to
be got approved from tender accepting authority. The decision of the Engineer-in-charge as to
the requirement of an alternative brand/ agency shall be final & binding.
No labour huts shall be allowed at work site
Electricity shall be arranged by the contractor.
All rates shall include cost of scaffolding at all heights and nothing extra shall be payable
on this account.

Addition: NIL
Correction: NIL
Overwriting: NIL Deletion: NIL

AE (P)/PVMD-2

EE/PVMD-2

41
QUALITY ASSURANCE, QUALITY AUDIT AND INSPECTION:
1- Quality of works shall be the sole responsibility of the contractor through inspection and
testing by the technical staff employed by the contractor. In order to assure proper quality
control over the materials and items of works, testing and inspections shall also be done by:
(i) The Engineer-in-charge and/or his representative or AE(QA)) of SEs office, New Delhi or
C.T.E. (CVC).
(ii) The Third Party Inspecting Agency (TPIA) duly deputed by the department
Wherever TPIA is appearing in this document, it shall also mean Engineer-in-charge and/or his
representative or AE (QA) of SEs office.
2- The quality of the work shall be assured through routine and random testing of materials and
items of work in the field laboratory and outside laboratory.
3- The contractor shall at his own cost establish field Laboratory near to the site of work and
arrange all relevant equipments and manpower for testing of all the field tests specified in the
list of tests appended herewith. This laboratory shall be headed by a graduate Civil Engineer to
be employed by the contractor for this purpose. No extra payment shall be made on this
account. The contractor shall ensure that all his testing equipments are calibrated periodically
at least once in three months, during the tenure of the work.
4- The contractor shall at his own cost collect samples of materials and items of work for the field
tests at desired frequency and carry out the tests in the field laboratory through his technical
staff and maintain proper records thereof.
5- The tests required to be conducted in outside laboratory shall be conducted in the laboratory as
approved by the Engineer-in-charge such as National Test House, Regional Research
Laboratory, Regional Engineering College, laboratory of Engineering Colleges or any other
laboratory.
6- The contractor shall maintain all documents of test reports/results properly and shall hand over
the same to the Engineer-in-Charge after completion of work. Engineer-in-Charge is
authorized to inspect such records from time to time.
7- TPIA shall audit the method of documentation of test result/reports and its suggestions in this
regard shall be binding on the contractor.
8- The samples for tests shall be drawn in the following manner:
(i) Test samples for all the field tests shall be drawn by the contractor after giving due prior
intimation to the Engineer-in-Charge. These tests are specified in list of tests appended
herewith wherein the frequency of the tests are also specified. The test samples of these
field tests may also be additionally drawn by the TPIA at its discretion and get the same
tested in the field laboratory being maintained by the contractor who shall provide all
assistance in collection, packing and transportation of samples to the laboratory.
(ii) For the tests to be conducted in outside laboratory, the samples shall be drawn by TPIA
and the contractor shall provide all necessary help in collection, packing and
transportation of samples to the laboratory.
(iii) Tests limiting to 10% of total no. of field tests shall also be got conducted at outside
laboratory at the discretion of TPIA. Test samples in such cases shall be drawn by TPIA
and the contractor shall provide all necessary help in collection, packing and
transportation of samples to the laboratory. The cost of testing shall be borne by the
Engineer-in-charge in case the test results are satisfactory otherwise the same shall be
borne by the contractor.
9- The contractor shall also assist inspection and collection of samples by TPIA for testing. The
samples of materials/items of work required for testing by TPIA shall be provided free of
charge by the contractor. The cost incurred in collection of samples and its packing &
transportation to the approved lab/field laboratory shall be borne by the contractor. The cost of
Addition: NIL
Correction: NIL
Overwriting: NIL Deletion: NIL

AE (P)/PVMD-2

EE/PVMD-2

42
tests conducted in outside approved laboratory, even if the facility of testing is available in
field laboratory, shall be borne by the contractor/department in the manner described below:
a) By the contractor, if the test results show that the material/items of work do not conform
to the relevant Specifications.
b) By the department, if the test results show that the material/items of work conform to the
relevant Specifications.
If testing facilities of field test of any materials are not available at field laboratory, the test
sample shall be sent to approved laboratory. In such eventuality, the cost of testing shall be
borne by the contractor irrespective of whether the test results are satisfactory or not. All costs
related to testing of materials/items of work in the field laboratory and costs incurred in
collection of such samples, its packing and transportation of samples to the laboratory shall be
borne by the contractor in all cases.
10-

In case the contractor or his authorized representative is not present or does not associate
himself in collection of test samples, the test results/reports of such tests and consequences
thereon shall be binding on the contractor.

11-

The contractor shall render all necessary help/facilities for carrying out :
(i) Inspection of works
(ii) Inspection of quarries and collection of test samples there from
(iii) Collection of samples of all materials brought at site
(iv)Testing of all materials at field laboratory/outside laboratory approved by Engineer-inCharge
TPIA will perform testing and inspection at frequency deemed fit by it to ensure that
contractors quality control test results and workmanship are in order. TPIA shall also monitor
contractors process of testing to make sure that what he is doing is adequate and uniform.

12-

13-

The contractor shall submit weekly work program to the Engineer-in-Charge in order to enable
him/ TPIA to supervise inspection of work and testing of materials.

14-

TPIA will :
i)
Review all reports and records for regular field testing and other testing carried out by
the contractor as per specification applicable for execution of work.
ii)
Review manufacturers test report/certificate for all the manufactured materials brought
at site.
iii)
Randomly/routinely check the workmanship and methods adopted for completing
activities of works by contractor and shall suggest remedial measures, which shall be
binding on the contractor.
iv)
Shall prepare QA/QC reports for tests and inspections, the findings of which shall be
binding on the contractor.

15- TPIA will also carry out quality audit of completed item of works to confirm that works are of
acceptable quality and may order rejection/rectification wherever necessary which shall be
binding on the contractor.
16- The reports of inspection and test results given by TPIA shall be binding upon the contractor.
17- The decision of the TPIA shall be final regarding acceptability of the all test results whether
relating to field tests or outside laboratory tests.

Addition: NIL
Correction: NIL
Overwriting: NIL Deletion: NIL

AE (P)/PVMD-2

EE/PVMD-2

43
SPECIFICATIONS AND SKETCH OF AUDITORIUM CHAIRS
1. SEAT REST ASSEMBLY:
The seat rest assembly is 1.5 thick marine plywood in situ moulded with moulded polyurethane
foam& upholstered with fabric.
SEAT SIZE: 45.0 cm. (W) x 44.5 cm (D) x 12.0 cm(T) @ Front edge and 8.0 cm@ Rear edge.
2. BACKREST ASSEMBLY:
The backrest assembly is made up of a M.S. fabricated frame in situ moulded with
polyurethane foam. The back foam is designed with contoured lumbar support for extra comfort.
BACK SIZE: 46.5 cm. (W) x 62.5 cm (D) x 9.5 cm(T) Avg.
3. POLYURETHANE FOAM:
The polyurethane foam for Seat and Back is moulded with density = 45+/-2kgs/cum. and
Hardness = 20 +/-2 on Hampden machine at 25%compression.
4. ARMREST:
The armrest is made up of Integral Polyurethane Foamand reinforced with M.S. insert.
The armrest is available in two options- with & without Cup holder.
5. SLIDINGMECHANISM:
The sliding mechanism is fabricated from M.S. sheets forming linkages providing a
synchronous motion for the seat & back. The sliding stroke for the seat is 100mm. The
mechanism houses the seat & back.
6. SIDE PANEL / AISLE PANEL:
The chair rests on the ground on two side panels frames made of 2.5mm thk. CR steel.
Each Side Panel is fitted with two upholstered Particle Board of 9mm thk. The side panel
frame is grouted to the floor using foundation expansion bolts through base plate.
7. POWDER COATING:
All steel components are epoxy polyester powder coated.

Addition: NIL
Correction: NIL
Overwriting: NIL Deletion: NIL

AE (P)/PVMD-2

EE/PVMD-2

44

Addition: NIL
Correction: NIL
Overwriting: NIL Deletion: NIL

AE (P)/PVMD-2

EE/PVMD-2

45

Addition: NIL
Correction: NIL
Overwriting: NIL Deletion: NIL

AE (P)/PVMD-2

EE/PVMD-2

46
PARTICULAR SPECIFICATIONS
GENERAL (FOR PLAIN AND R.C.C.WORK):-

Addition: NIL
Correction: NIL
Overwriting: NIL Deletion: NIL

AE (P)/PVMD-2

EE/PVMD-2

47
R.C.C. WORK:2.1

Design Mix Concrete

The RCC work shall be done with Design Mix Concrete. Wherever letter M has been
indicated, the same shall imply for the Design Mix Concrete. The Design Mix Concrete will be
designated based on the principles given in IS: 456, 10262 & SP 23. The Conditions & Specifications
stated herein shall have precedence over all conditions & specifications stated in relevant I.S. Codes /
C.P.W.D. Specifications. The concrete mix shall be designed for the specified target mean compressive
strength in order to ensure that work test result do not fall below the acceptance criteria specified for
the concrete mix. The Contractor shall design mixes for each class of concrete indicating that the
concrete ingredients and proportions will result in concrete mix meeting the requirements specified.
2.1.1

Approved admixtures conforming to IS 9103 shall be permitted to be used. The chloride


content in the admixture shall satisfy the requirement of BS 5075. The total amount of chloride
content in the admixture mixed concrete shall satisfy the requirement of IS 456-2000.

2.1.1.1 The concrete mix design with and without admixture will be carried out by the contractor, at
his own cost, through one of the following laboratories test houses to be approved by Engineerin-charge:(i) IIT, Delhi (ii) National Council for Cement and Building Materials, Ballabhgarh (iii) CRRI,
Delhi, (iv) Delhi Technological University.
2.1.2

2.1.4

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

Coarse Aggregate

As per CPWD Specifications

(b)

Fine Aggregate

As per CPWD Specifications

(c)

Water

It shall conform to requirements laid down in IS:4562000 / Para 3.1.1 of CPWD Specifications

(d)

Cement

43 Grade OPC conforming to IS-8112 or IS-12330 / PPC


conforming to IS-1489 (Part I) shall be used for design
mix concrete. However, if the contractor uses higher
grade of cement nothing extra shall be paid

(e)

Admixture/ Plasticizer

The admixture shall conform to IS: 9103. Whenever


required, the admixture of approved quality & approved
make only shall be used to attain the required
workability. Nothing extra on account of use of
Admixture / Plasticizer shall be payable.

The Contractor shall engage 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.
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.

Addition: NIL
Correction: NIL
Overwriting: NIL Deletion: NIL

AE (P)/PVMD-2

EE/PVMD-2

48
2.1.5

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 ordinary Portland/White
Portland Cement, the contractor shall design and test the concrete mix by using trial mixes with
white cement and / or admixtures also, for which nothing extra shall be payable.
i)

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-incharge shall submit a revised laboratory mix design report conducted at laboratory
established at site.

ii)

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.

iii)

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

=
Characteristic compressive strength at 28 days.
=
Standard deviation which depends on degree of quality
control.

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

iv)
(a)
(b)

(c)
(d)

(e)

(f)

(g)

GRADE OF CONCRETE

STANDARD DEVIATION

M-20
M-25
M-30
M-35

4.0
4.0
5.0
5.0

TRIAL BATCHES
The designed mix proportions shall be checked for target mean compressive strength
by means of trial batches.
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.
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.
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.
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.
In addition, trial mix No.3 and 4 shall be designed by keeping water contents same as
that determined for trial mix 2 but varying the water cement ratio by + 10 percent of
the specified value and tested for their design characteristics.
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.

Addition: NIL
Correction: NIL
Overwriting: NIL Deletion: NIL

AE (P)/PVMD-2

EE/PVMD-2

49

2.1.10

APPROVAL OF DESIGN MIX


The design mix shall be considered satisfactory and approved if at least three preliminary testsets individually satisfy the following strength and workability criteria:
(a)
(b)
(c)

2.2

The average strength of each test-set is not less than the specified target mean
compressive strength (Tck).
The strength of any specimen cube is not less than 0.85 Tck.
The concrete mix is of required degree of workability and acceptable concrete finish.

BATCHING & MIXING:i)

All design mix concrete shall be done using semi automatic batching plant conforming
to IS: 4925 of minimum 5 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 computerized printing facility.

ii)

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-InCharge 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-inCharge 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.

iii)

All measuring equipment shall be maintained in a clean and serviceable condition and
their accuracy shall be checked at least once a month.

iv)

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

v)

The aggregate of different sizes shall be stock-piled separately, preferably a day before
use.
The grading of coarse and fine aggregates shall be checked as frequently as possible
and as directed by the Engineer-In-Charge to ensure that the specified grading and
quality of aggregate is maintained.
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.

Addition: NIL
Correction: NIL
Overwriting: NIL Deletion: NIL

AE (P)/PVMD-2

EE/PVMD-2

50
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).
2.3

OTHER OPERATIONS: All other operations in concreting work like mixing, slump, laying, placing of concrete,
compaction, curing etc. not mentioned in this particular specifications for Design Mix of
Concrete shall be as per CPWD Specifications.

2.4

SAMPLING:i)
ii)
iii)
iv)

Samples from fresh concrete shall be taken as per IS 1199-1959 and the test cubes
shall be made, cured and tested in accordance with IS: 516-1959.
Each test sample shall comprise of six test cubes (specimen), three of which shall be
tested at 7 days and remaining for tests at 28 days.
FREQUENCY OF SAMPLING: A random sampling procedure shall be adopted to ensure that the sampling is spread
over the entire period of concreting and cover all mixing units. The concrete work
shall be notionally divided into lots as under for the purpose of sampling conditions.
-----

v)
vi)
vii)
viii)
ix)
2.4.1

Footings, rafts etc.


Columns and walls at all levels.
Beams at all levels.
Slabs at all levels.

At least one test sample shall be taken for each lot of concrete work.
Each grade of concrete shall form different lot for testing.
The minimum frequency of sampling of concrete of each grade shall be in accordance
with CPWD specification 2009, Vol I with up to date correction slips:The concrete work shall be assessed on day to day basis & samples shall be taken as
specified.
Work strength test shall be conducted in accordance with IS: 516 on random sampling.

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

2.4.2 STANDARD OF ACCEPTANCE: i)


ii)
iii)
iv)

2.5

In case the test results of all the samples are above the characteristic compressive
strength, the concrete shall be accepted.
In case the test result of one or more samples fails to meet the requirement (i) above, it
shall be accepted if it meets the requirement as laid down in CPWD Specification.
Concrete of each grade shall be assessed separately.
Concrete is liable to be rejected, if it is porous or honeycombed or its placing has been
interrupted without providing a proper construction joint or the reinforcement has been
displaced beyond the tolerances specified, or construction tolerances have not been
met.

MEASUREMENT
(i)
As per CPWD Specifications.
(ii)
In respect of all projected slabs at all levels including cantilever, canopy, the payment
for the RCC work shall be made under the item RCC slabs. The payment for shuttering

Addition: NIL
Correction: NIL
Overwriting: NIL Deletion: NIL

AE (P)/PVMD-2

EE/PVMD-2

51
at the edges shall be made under item of centering and shuttering for RCC slabs.
Nothing extra shall be paid for the side shuttering at the edge of these projected
balconies / projected verandah slabs.
2.6
2.7

TOLERANCES - As per CPWD Specifications.


RATES: (i)
The rate includes the cost of materials, labour and T&P, including mixing, placing,
transportation involved in all the operations described above except for the cost of
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.

Note : In case cement content as per the approved design mix is less than the cement content
specified in the nomenclature of the item, financial adjustment @ Rs. 5170/- per MT (OPC) per
MT of cement will be made.
2.8

R.C.C. WORK (ORDINARY)

2.8.1

The work shall be done in accordance with CPWD Specifications.

2.8.2

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

2.9
2.9.1
2.9.2

2.9.3

Only M.S. centering / shuttering and scaffolding material unless & otherwise specified shall be
used for all R.C.C. work to give an even finish of concrete surface. However, marine-ply
shuttering in exceptional cases as per site requirement may be used on specific request from
contractor to be approved by the Engineer-in-Charge.
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.

2.9.4

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

2.9.5

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 centering, shuttering and casting for which nothing extra shall be
paid to the Contractor.
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.

Addition: NIL
Correction: NIL
Overwriting: NIL Deletion: NIL

AE (P)/PVMD-2

EE/PVMD-2

52
2.9.6

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.

2.10

REINFORCEMENT:-

2.10.1 The reinforcement shall be done as per CPWD Specifications.


2.10.2 The rate of item of reinforcement of RCC work includes all operations including straightening,
cutting, bending, welding, binding with annealed steel or welding and placing in position at all
the floors with all leads and lift complete as per CPWD Specifications.
ii)
The contractor shall provide approved type of support for maintaining the bars in
position and ensuring required spacing and correct cover of concrete to reinforcement
as called for in the drawings, spacer blocks of required shape and size. Chairs and
spacer bars shall be used in order to ensure accurate positioning of reinforcement.
Spacer blocks shall be cast well in advance with approved proprietary prepacked free flowing mortars (Conbextra as manufactured by M/S Fosroc
Chemicals India Ltd. or approved equivalent) of high early strength and same
colour as surrounding concrete, Pre-cast cement mortar/concrete blocks/blocks of
polymer shall not be used as spacer blocks unless specially approved by the Engineerin-charge, rate of RCC items is inclusive of cost of such cover blocks.
2.11

PRE-CAST RCC WORK

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


2.11.2 Pre-cast reinforced concrete units shall be of grade or mix as specified. Provision shall be made
in the mould to accommodate fixing devices such as hooks etc. and forming of notches and
holes. Each unit shall be cast in one operation. A sample of the unit shall be got approved from
Engineer-in-charge before taking up the work.
Pre-cast units shall be clearly marked to indicate the top of member and its location.
Pre-cast units shall be stored, transported and placed in position in such a manner that these
are not damaged.
The compaction of the concrete shall be done by vibrating, table or external vibrator, as
approved by Engineer-in-charge. The rate quoted for the item shall include the element for
framework and mechanical vibration.
Rate for item includes cost of all materials. labour, and all operations involved. Cost of M.S.
frames, lugs including their welding, lifting hooks is also included.
3.0
3.1

BRICK WORK:The brickwork shall be carried out with good quality well burnt locally available bricks of class
designation 75 as per CPWD Specifications.

3.2

The rate shall also include for leaving chases / notches for dowels / cramps for all kinds of
cladding to come over brick work.

3.3

Brick work provided around shaft or lift walls or around slab cutouts shall be measured in the
brick for corresponding floor level. Nothing extra shall be paid on this account.

Addition: NIL
Correction: NIL
Overwriting: NIL Deletion: NIL

AE (P)/PVMD-2

EE/PVMD-2

53

3.4

M.S. bar provided at every third course of half brick masonry shall be in single piece. If
required, welding joint can be used without overlaps. Nothing extra shall be paid for welding
and overlaps.

4.0

STONE / MARBLE WORK :-

4.1

General: - The execution of stones work shall be in general as per CPWD Specifications.

4.2

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.

5.0

WOOD WORK:-

5.1

The wood work in general shall be carried out as per CPWD Specifications.

5.2

The sample of timber to be used shall be deposited by the contractor with Engineer-in-charge
before commencement of work.

5.3

Glazing for toilets shall be of translucent type.

5.4

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

5.5

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.

5.6

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.

5.7

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.

5.8

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

Thickness
4.0 mm
5.5 mm

5.9

Factory made panelled / wire gauge door shutters

5.9(i)

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

5.9(ii) The shutters should be fabricated in factories & fabrication should conform to CPWD
Specifications Para 9.6.6 & IS 1003 Part-I.
5.9(iii) 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
Addition: NIL
Correction: NIL
Overwriting: NIL Deletion: NIL

AE (P)/PVMD-2

EE/PVMD-2

54
may also be inspected by a group of officers before granting approval; shutters shall however
he accepted only if these meet the specified test.
5.9(iv) Contractor will arrange stage wise inspection of the shutters at factory by the Engineer-inCharge 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 within 7 days after the written instruction in this
regard are issued by the Engineer-in-Charge.
5.9(v) The shutters should be brought at site without primer / painting.
6.0
6.1

STEEL WORK:The work shall be carried out as per CPWD Specifications.

6.2

Pressed Steel Frame / T Iron Frames: - The work shall be done as per CPWD Specifications.
The frames shall be fabricated in approved workshops. The angle and flat iron frames for
cupboard shall also be fabricated from the above approved workshops.

6.3

Steel windows / ventilators: The work shall be done strictly as per CPWD Specifications.
Flash butt-welded steel windows / ventilators only shall be provided and shall be procured
from the approved manufacturers. The corners should be welded to form a solid fused welded
joint conforming to the requirement given below.
a)
b)
c)

Weld shall be made all along the place of meeting the member.
Weld should be properly grounded.
Complete cross section of the corner shall form a solid joint with no cavities, free from
cracks, under cutting, overlaps, gross porosity and entrapped slag.

All sub dividing and glazing bars shall be tennoned & riveted into the frames i.e. all centre
mullion section F4B and glazing section T2, T6 shall not be directly welded to the frames. For
this a slot has to be cut in the frames, the F4B / T2 / T6 section inserted into it & head be
hydraulically tennoned & riveted by Tennon Rivetting Machine.
The thickness of projecting type hinges shall not be less than 3.15 mm. For fixing of hinges to
outer frame, slot shall be cut, hinges inserted & welded at the back. For non projected type
hinges if allowed, the wall thickness shall not be less than 3 mm & total width not less than 40
mm. For fixing, the slot shall be cut in the fixed frames, hinge flap inserted & welded from the
back.
The fixing lug shall be as per IS 1038 with adjustable slot & fixed to window frames by screws
& nuts.
The fixing of unit shall be done as per IS 1081.
6.4

M.S. Sheet Door M.S Sheet shall be in one piece i.e. no joint in M.S. Sheet shall be
permitted.

7.0

FLOORING:-

7.1

All work in general shall be carried out as per CPWD Specifications.

7.2

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.

7.3

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.

Addition: NIL
Correction: NIL
Overwriting: NIL Deletion: NIL

AE (P)/PVMD-2

EE/PVMD-2

55

7.4

Samples of flooring stones (Kota/ Marble/ Granite 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.

7.5

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

7.6

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.

7.7

Precast Terrazo Tile Flooring


The tiles shall be procured from the manufacturer as approved by the Engineer-in-Charge.
The tiles of 250 x 250 x 22 mm size shall be used & sample of tiles shall be got approved from
the Engineer-in-Charge.

7.8

Ceramic Tiles Flooring


The tiles shall be procured from the approved manufacture of the approved shade & colour.
The tile shall be conforming to IS-13755 & IS-13753 for floor and wall tiles respectively.
Tiles for dado shall be 200mm x 300mm (minimum size) GROUP-III as approved.
Tiles for flooring shall be 300mm x 300mm (minimum size) GROUP-V Tiles as approved.

Test shall be conducted to satisfy the quality of material as per CPWD Specifications
7.9

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-incharge.

8.0

WATER PROOFING FOR SUNKEN FLOORS:-

8.1

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

8.2

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.

8.3

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

8.4

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.

Addition: NIL
Correction: NIL
Overwriting: NIL Deletion: NIL

AE (P)/PVMD-2

EE/PVMD-2

56
Guarantee Bond for water proofing works
Ten years Guarantee bond in prescribed proforma shall be submitted by the contractor which
shall also be signed by both the specialized agency and the contractor to meet their liability /
liabilities under the guarantee bond. However, the sole responsibility about efficiency of water
proofing treatment shall rest with the building contractor. (Ten per cent) of the cost of waterproofing 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.
9.0.
9.1
9.2

FINISHING:The work shall be done in accordance with CPWD Specifications.


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.

10.0
10.1

SANITARY INSTALLATIONS /WATER SUPPLY / DRAINAGE:The contractor shall submit schematic drawing of water supply and sanitary installation
showing details of layout, including internal water supply and drainage details, showing the
detail of water supply lines including fittings diameter wise and fixtures connecting to soil
waste through traps and connection of W.C. to main shaft pipe for drainage including its
ventilation system for approval of Engineer-in-Charge.
10.2
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.
10.3
The work in general shall be carried out as per CPWD Specifications.
10.4
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.
10.5
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.
10.6
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.
10.7
The pig lead to be used in jointing should be as per C.P.W.D. Specifications.
10.8
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
10.9.1 The entire responsibility for the quality of work will however rest with the building contractor
only and he shall submit a Guarantee Bond as per prescribed Performa 10% (ten percent) cost
of Sanitary and water supply items in Toilet/Bath/WC and Kitchen area and water supply &
Sanitary works in Shaft / Terrace area would be retained as security deposit and the amount so
deducted would be released after two 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.

Addition: NIL
Correction: NIL
Overwriting: NIL Deletion: NIL

AE (P)/PVMD-2

EE/PVMD-2

57
11.0

Aluminium doors, windows, ventilators etc. glazing specifications

11.1

Extent and Intent: - The work shall be carried out through an approved Special Agency, who
shall furnish all material, labour, accessories, equipment, tool and plants and incidentals
required for providing and installing anodized 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.

11.2

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.

11.3

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.

11.4.

Samples: Samples of doors, windows louvers etc. shall be fabricated, assembled 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.

11.5.

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.

11.6

Fabrication: - Doors, windows etc. shall be fabricated to sizes at factory and shall be of
section, sizes, combinations and details as shown on the drawings. All doors, windows etc.
shall have mechanical joints. The joints shall be designed to withstand a 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.

11.7

Anodizing: - All aluminium sections shall be anodized 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. 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

Addition: NIL
Correction: NIL
Overwriting: NIL Deletion: NIL

AE (P)/PVMD-2

EE/PVMD-2

58
installation. The sample will be tested in the approved laboratory and cost of samples; cost of
testing etc. shall be borne by the contractor.
11.8

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

11.9

Handling and Stacking: -

11.9.1 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.
In the case of composite windows and doors, the different units are to be assembled first. The
assembled composite units should be checked for line, level and plumb before final fixing is
done. Units may be serial numbered and identified as out how to be assembled in their final
locations if situation so warrants.
The contractor shall be responsible for assembling composite, bedding and filling the grove
with polysulphide sealant inside and outside, at transoms and mullions placing the doors,
windows etc. in their respective openings. After the doors/ windows have been fixed in their
correct assigned position, the open hollow sections abutting masonry concrete shall be fitted
with approved polysulphide sealant densely packed and finished neat.
The contractor shall be responsible for doors, windows, etc. being set straight, plumb, level
and for their satisfactory operation after fixing is complete.
11.10

Installation: -

11.10.1 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.
11.10.2 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 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.
PVC/ Neoprene gaskets: - The contractor shall provide and install PVC/ Neoprene gaskets of
approved size and profile at all locations as shown and as called for to render the doors,
windows etc. absolutely air tight and weather tight. The contractor shall produce samples of
the gaskets for approval and shall procure the same after approval only.
Fittings: - Hinges, stays, handles, tower bolts, locks and other fittings shall be of quality and
manufacturer as approved by the Engineer-in-Charge.
Addition: NIL
Correction: NIL
Overwriting: NIL Deletion: NIL

AE (P)/PVMD-2

EE/PVMD-2

59

Manufacturers 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.
11.14

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
architect before its actual use.

11.15

Details of Test: -

11.15.1 The various tests on aluminium sections shall be conducted in accordance with the relevant IS
codes.
11.15.2 The minimum number of tests for anodizing and corrosion resistance shall be as given below:
Sl No.
1.

Details
Doors, windows and ventilators

No. of Tests
One test for every 1000 kg or part thereof.

11.15.3 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.
11.16

Acceptance Criteria: - The aluminium work shall carry two years guarantee after completion
of work against unsound material, workmanship and defective anodizing/ powder coating as
per guarantee bond. Two years guarantee in prescribed Performa attached under sheet VI-15
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 two 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.

11.17

Rates: -

11.17.1 The rates of the item shall include the cost of materials, labour required in all the above
operations.
11.17.2 The rates include the cost of hinges/ pivots and rest of the fittings shall be paid separately.

Addition: NIL
Correction: NIL
Overwriting: NIL Deletion: NIL

AE (P)/PVMD-2

EE/PVMD-2

60

FORM OF PERFORMANCE SECURITY


BANK GUARANTEE BOND
In consideration of the President of India (hereinafter called The Government) having offered to
accept the terms and conditions of the proposed agreement between _______________________ and
__________________
(hereinafter
called
the
said
contractor(s)
for
the
work
______________________________ (hereinafter called The said agreement) having agreed to
production
of
a
irrevocable
Bank
Guarantee
for
Rs.______________
(Rupees
__________________________________ only) as security/guarantee from the contractor(s) for
compliance of his obligations in accordance with the terms and conditions in the said agreement.
1.

We _________________________________ (hereinafter referred to as the Bank) hereby


undertake
to (indicate the name of the bank) pay to the Government an amount not
exceeding Rs.___________ (Rupees ____________________ only) on demand by the
Government.

2.

We _____________________________ do hereby undertake to pay the amounts due and


payable (indicate the name of the bank) under this Guarantee without any demure, 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(s). 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).

3.

We, the said bank further undertake to pay to the Government any money so demanded
notwithstanding any dispute or disputes raised by the contractor(s) in any suit or proceeding
pending before any court or Tribunal relating thereto, our liability under this present being
absolute and unequivocal.
The payment so made by us under this bond shall be a valid discharge of our liability for
payment there under and the contractor(s) shall have no claim against us for making such
payment.

4.

We _________________________________ further agree that the guarantee herein contained


shall (indicate the name of the Bank) remain in full force and effect during the period that would
be taken for the performance of the said agreement and that it shall continue to be enforceable till
all the dues of the Government under or by virtue of the said agreement have been fully paid and
its claims satisfied or discharged or till Engineer-in-Charge on behalf of the Government certified
that the terms and conditions of the said agreement have been fully and properly carried out by
the said contractor (s) and accordingly discharges this guarantee.
We __________________________________ further agree with the Government that the
government (indicate name of the bank) shall have the fullest liberty without our consent and
without effecting in any manner our obligations hereunder to vary any of the terms and
conditions of the said agreement or to extend time of performance by the said contractor(s)
form 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(s) and to forbear or enforce any of
the terms and conditions relating to the said agreement and we shall not be relieved from our
liability by reason of any such variation, or extension being granted to the said contractor(s) or
for any forbearance, act of omission on the part of the Government or any indulgence by the
Government to the said contractor(s) 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.

Addition: NIL
Correction: NIL
Overwriting: NIL Deletion: NIL

AE (P)/PVMD-2

EE/PVMD-2

61
6.

This guarantee will not be discharged due to the change in the constitution of the Bank or the
contractor(s).

7.

We _____________________________________ lastly undertake not to revoke this


guarantee except (indicate the name of Bank) with the previous consent of the Government in
writing.

8.

This guarantee shall be valid up to ____________________ unless extended on demand by


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 six months of the date of expiry or the extended date
of expiry of this guarantee all our liabilities under this guarantee shall stand discharged.

Dated the ____________________ day of_____________________ for_____________________.


(indicate the name of Bank)

Addition: NIL
Correction: NIL
Overwriting: NIL Deletion: NIL

AE (P)/PVMD-2

EE/PVMD-2

62

FORM OF EARNEST MONEY (BANK GUARANTEE)


WHEREAS, contractor.................. (Name of contractor) (hereinafter called "the contractor") has
submitted his tender dated ............. (date) for the construction of .............................................. (name of
work) (hereinafter called "the Tender").
KNOW ALL PEOPLE by these presents that we ......................................... (name of bank) having our
registered office at ................................... (hereinafter called "the Bank") are bound unto
................................................... (Name and division of Executive Engineer) (hereinafter called "the
Engineer-in-Charge") in the sum of Rs. ......................... (Rs. in words .................................................)
for which payment well and truly to be made to the said Engineer-in-Charge the Bank binds itself, his
successors and assigns by these presents.
SEALED with the Common Seal of the said Bank this ................. day of ................. 20... .
THE CONDITIONS of this obligation are:
(1)
If after tender opening the Contractor withdraws, his tender during the period of validity of
tender (including extended validity of tender) specified in the Form of Tender;
(2)
If the contractor having been notified of the acceptance of his tender by the Engineer-inCharge:
(a) Fails or refuses to execute the Form of Agreement in accordance with the Instructions to
contractor, if required; OR
(b) Fails or refuses to furnish the Performance Guarantee, in accordance with the provisions of
tender document and Instructions to contractor,
OR
(c) Fails or refuses to start the work, in accordance with the provisions of the contract and
Instructions to contractor, OR
(d) Fails or refuses to submit fresh Bank Guarantee of an equal amount of this Bank Guarantee,
against Security Deposit after award of contract.
We undertake to pay to the Engineer-in-Charge up to the above amount upon receipt of his first
written demand, without the Engineer-in-Charge having to substantiates his demand, provided that in
his demand the Engineer-in-Charge will note that the amount claimed by his is due to him owing to the
occurrence of one or any of the above conditions, specifying the occurred condition or conditions.
This Guarantee will remain in force up to and including the date* .............after the deadline for
submission of tender as such deadline is stated in the Instructions to contractor or as it may be extended
by the Engineer-in-Charge, notice of which extension(s) to the Bank is hereby waived. Any demand in
respect of this Guarantee should reach the Bank not later than the above date.

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

SIGNATURE OF THE

BANK
WITNESS ..................

SEAL

(SIGNATURE, NAME AND ADDRESS)


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

Addition: NIL
Correction: NIL
Overwriting: NIL Deletion: NIL

AE (P)/PVMD-2

EE/PVMD-2

63

GUARANTEE BOND TO BE EXECUTED BY THE CONTRACTOR FOR REMOVAL OF


DEFECTS AFTER COMPLETION IN RESPECT OF SANITARY INSTALLATIONS /
WATER SUPPLY / DRAINAGE 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, leak proof and sound material, workmanship, anodizing,
colouring, sealing.
AND WHEREAS THE GUARANTOR agreed to give a guarantee to the affect that the said work will
remain structurally stable, leak proof and guaranteed against faulty material and workmanship, and
finishing for two years from the date of completion of work.
NOW THE GUARANTOR hereby guarantee that work executed by him will be free from any leakage,
seepage, cracks in pipes and guaranteed against faulty material and workmanship, defective
galvanizing for two years to be reckoned from the date after the expiry of maintenance period
prescribed in the contract.
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
guarantors 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.

...................................................

Addition: NIL
Correction: NIL
Overwriting: NIL Deletion: NIL

2.

............................................

AE (P)/PVMD-2

EE/PVMD-2

64
GUARANTEE BOND TO BE EXECUTED BY THE CONTRACTOR FOR REMOVAL OF
DEFECTS AFTER COMPLETION IN RESPECT OF STONE WORK/ TILE 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, finishing and use of sound materials.
AND WHEREAS THE GUARANTOR agreed to give a guarantee to the affect that the said work will
remain structurally stable and guaranteed against faulty workmanship, finishing and materials.
NOW THE GUARANTOR hereby guarantee that work executed by him will remain structurally stable
after the expiry of maintenance period prescribed in the contract for the minimum life of five years to
be reckoned from the date after the expiry of maintenance period prescribed in the contract.
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 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 Guarantors 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 the defects, commits breach there under, then the guarantor
will indemnify the principal and his successor against all loss, damage, cost expense or otherwise
which may be incurred by him by reason of any default on the part of the GUARANTOR in
performance and observance of this supplementary agreement. As to the amount of loss and/or damage
and or cost incurred by the Government, the decision of the Engineer-in-charge will be final and
binding on both the parties.
IN WITNESS WHEREOF these presents have been executed by the obligator ....................... and
........................................ by ................................. for and on behalf of the President of India on the day,
month and year first above written.

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

1.

................................................

2.

...........................................

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


presence of :-

1.

...............................................

Addition: NIL
Correction: NIL
Overwriting: NIL Deletion: NIL

2.

..........................................

AE (P)/PVMD-2

EE/PVMD-2

65
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 after the expiry of maintenance period prescribed in the contract.
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
guarantors 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.
..................................................

Addition: NIL
Correction: NIL
Overwriting: NIL Deletion: NIL

AE (P)/PVMD-2

EE/PVMD-2

66
LIST OF FIELD TESTS

1- Particle size and shape


2- Slump test
3- Flakiness & Elongation Index tests
4- Compressive strength (concrete or bricks) test
5- Rebound Hammer test
6- Bulking of sand
7- Silt content of sand
8- Temperature measuring with thermometer with brass protected end 0-200 C

Addition: NIL
Correction: NIL
Overwriting: NIL Deletion: NIL

AE (P)/PVMD-2

EE/PVMD-2

67
List of FIELD TESTING EQUIPMENT AND INSTRUMENTS which shall be provided by the
contractor in field laboratories
[A]

Testing Equipment at Field Laboratories


Balances
7kg to 10 kg. Capacity, Semi-self indicating type-Accuracy 10 gm
500 gm. Capacity, Semi-self indicating type Accuracy 1 gm
Pan Balance 5 Kg. Capacity, accuracy 10 gm.
Sieves: as per IS 460-1962.
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.
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.
Sieve shaker capable of 200 mm and 300 mm dia sieves, manually operated with timing
switch assembly.
Equipment for slump test Slump Cone, Steel Plate, tamping rod, steel scale, scoop..
Graduated measuring cylinders 200 ml capacity
Enamel trays (for efflorescence test for bricks and other tests)
300 mm X 250 mm X 40 mm
Circular plates of 250 mm dia
600 mm X 450 mm X 500 mm
450 mm X 300 mm X 40 mm.
Graduated cylinder: 500 ml. Capacity.

[B]

Field Testing Instruments


1- Steel tapes 3 m
2- Vernier Calipers
3- Micrometer Screw 25 mm gauge
4- A good quality plumb bob
5- Spirit level minimum 30 cms long with 3 bubbles for horizontal vertical
6- Wire gauge (circular type) disc.
7- Foot rule
8- Long nylon thread
9- Magnifying glass
10- Screw driver 30 cms long
11- Plastic bags for taking samples

Addition: NIL
Correction: NIL
Overwriting: NIL Deletion: NIL

AE (P)/PVMD-2

EE/PVMD-2

68

PROFORMA FOR TESTS CARRIED OUT


NAME OF THE WORK :
AGREEMENT NO. & DATE :

Sl.
No.

DIVISION/
SUB-DIVISION

Item

Quantities
as per
agreement

Frequency as
per
specification

No. of
tests
required

R.A.
bill
No.

Up todate
quantity

No. of
tests
required

No. of
tests
actually
done

Remarks

10

Signature of Contractor

Addition: NIL
Correction: NIL
Overwriting: NIL Deletion: NIL

AE (P)/PVMD-2

EE/PVMD-2

69
LIST OF APPROVED MAKE
(Materials for Civil Works)
Specifications/brands names of materials (Refer material, whichever are applicable for the
scope of work) and finishes approved by the Engineer-in-Charge are listed below. However approved
equivalent materials and finishes of any other specialized firms may be used, in case it is established
that the brands specified below are not available in the market and subject to approval of the alternate
brand by the Engineer-in-Charge, (See also conditions of contract.)
Sl. No.
Materials
1. POLY-SULPHIDE/SILICON SEALENT
2.

STRUCTURAL STEEL SECTIONS

3.
4.
5.
6.
7.
8.

WHITE CEMENT
REINFORCEMENT STEEL TMT 500-D
WATER PROOIFNG COMPOUND
BITUMEN
LOCKS/LATCH
WIRE MESH

9.
10.

PRELAMINATED PARTICLE BOARD


ADHESIVE

11.
12.
13.

DASH FASTNERS
HYDRAULIC DOOR CLOSER/ FLOOR
SPRING
S.S. STAIRCASE RAILING

14.
15.
16.
17.

FLOAT GLASS
NUTS, BOLTS AND SCREWS, STEEL
EPDM GASKET
CEMENT (OPC)

18.

CERAMIC TILES

19.

VITRIFIED TILES

20.
21.
22.

VITRIFIED CLAY TILES


TILE ADHESIVE
CC PAVERS

23.
24.
25.
26.
27.
28.
29.

GRASS PAVER
WATER-PROOFING CEMENT PAINT
SYNTHETIC ENAMENL PAINT
PLASTIC EMULSION PAINT
VITREOUS CHINA SANITARYWARE
FIRECLAY SINKS & DRAIN BOARDS
STAINLESS STEEL SINKS

30.

C.P. BRASS FITTINGS

31.

SOIL, WASTE & VENT PIPES & FITTINGS


A) CENTRIFUGAL/ CAST IRON

Addition: NIL
Correction: NIL
Overwriting: NIL Deletion: NIL

Approved make
PIDILITE, TUFFSEAL, CHOKSEY CHEMICALS, FOS
ROC
SAIL, TATA, JINDAL, (For 75mm and Onward All Size),
CAPITAL, RANA( For All Sizes under 75mm)
J.K. WHITE, BIRLA WHITE,
SAIL, RINL(Rastriya Ispat Nigam Ltd.), TISCO
ACCOPROOF, IMPERMO, PIDILITE,CICO,FOSROC
INDIAN OIL, HINDUSTAN PETROLEUM
GODREJ, HARRISSON, PLAZA, GOLDEN, YALE
STERLING ENTERPISES, TRIMURTY WELDED MESH,
TIGER
CENTURY PLY, NOVOPAN, KITLAM, ECO BOARD,
PIDILITE, SIKA, THERMOSHIELD, DUNLOP,
VAMORGANIC
HILTI, FISCHER, BOSEH
HARDWYN, GODREJ, YALE
JINDAL STAINLESS STEEL LTD., ICICH INDUTRIES,
ESSAL
MODI FLOAT, SAINT GOBAIN, ASAHI,
KUNDAN, PRIYA, ATUL
HANU/ANAND/LESCUYER
ACC, ULTRATECH,J.P.REWA, VIKRAM, SHREE
CEMENT, BIRLA, JUTE AND CEMENT CORPORATION
OF INDIA,
JOHNSON, KAJARIA, BELL CERAMICS, NITCO
GRANITO, KAJARIA, JOHNSON (MARABONITE),
VARMORA, ASIAN, RAK, NAVEEN, BELL
UNISTONE,DOVETAX, ULTRA,DURACRETE
CICO, PIDILITE, UNITILE
NITCO, BHARAT REGENCY, HINDUSTAN, ULTRA,
DURACRETE, K.K.
UNISTONE, ULTRA, HINDUSTAN
ASIAN, SUPPER SNOWCEM,
BERGER, NEROLAC, ASIAN, SHALIMAR
ASIAN, BERGER, NAROLAC, ICI
PARRYWARE, HINDWARE, CERA, NYCER
PARRY, SUNFIRE
NILKANTH, NIRALI, COBRA, ALEX, JAYNA
JAGUAR(CONTINENTAL), KINGSTON(ELTA),
PARKO(ECO), MARC(ORIENTAL)
NEECO, HEPCO, SKF

AE (P)/PVMD-2

EE/PVMD-2

70
32.
33.
34.
35.
36.
37.

LA(CI) PIPES
G.I. PIPES
G.I. FITTINGS (MALLAEABLE CAST
IRON)
GUNMETAL VALVES
STONEWARE PIPE & GULLY TRAPES
R.C.C. PIPES-(NP-2)

40.
41.
42.
43.
44.
45.
46.
47.
48.
49.
50.
51.
52.

C.I. DOUBLE FLANGED SLUICE VALVES


C.I. DOUBLE FLANGED NON-RETURN
VALVES
C.I. MANHOLES COVERS
UPVC PIPE
BALL VALVES
GLASS
MIRROR
UPVC WINDOW/DOORS
PPR PIPES
FIRE GLASS FOR VISION PANNELS
TEXTURE FINISH
ALUMINIUM EXTRUDED PROFILES
FIRE DOOR
PT MT
ROLLING SHUTTER

53.
54.

CPVC PIPE & FITTINGS


P O P (PLASTER OF PARIS)

55.

BLOCK BOARD

56.

FLUSH DOOR

57.

FRP CHAJJA & DOORS

58.
59.
60.
61.
62.
63.
64.
65.
66.
67.
68.
69.
70.
71.

PVC DOORS
SFRC/PRECAST C.C. COVERS
PRECAST CC INTERLOCKING TILES
PVC WATER STORAGE TANK
KITCHEN LOFT TANK
PRECAST CC KERB STONE
WHITE CEMENT BASED PUTTY
DUCTILE IRON PIPE (WATER SUPPLY)
FACTORY MADE SECTION WINDOW
PVC CISTERN
M.S. DOOR FITTINGS
ALUMINIUM DOOR FITTINGS
UPVC Pipe & fittings (ISI Mark)
UPVC Pipe (Pressure resist = 6kg/Sq.cm) ISI
Mark
Unplasticised PVC Pipe (IS: 13592 Type-A)
Water Proofing Compound

38.
39.

72.
73.

Addition: NIL
Correction: NIL
Overwriting: NIL Deletion: NIL

RIF, NEECO
TATA, JINDAL(HISSAR)
UNIK, ICS, AMCO, KS, NVR
LEADER, SANT, ZOLOTO
PERFECT, PARRY
LAKSHMI, SOOD & SOOD, JAIN & CO, DIWAN SPUN
PIPES
KIRLOSKAR, IVC, BURN
KIRLOSKAR
B.C., RIF, NEECO
SURREME, PRINCE, FINOLEX, PRAKASH
ZOLOTO, IBP, ARCO
SAINT GOBAIN, ASAHI INDIA
ATUL, MODIGUARD
FENESTA, REHAU, POLYWOOD
SFMC, SAFE, PIONEER INDUSTRIES,CAMSON
SAINT GOBAIN, ASHAI INDIA
SPECTRUM, SANDTEX, REVLONTEX
HINDALCO/JINDAL/NALCO
GODREJ/SHAKTI/NAVAIR
PRAYAG, POLYTUF
RAMA ROLLING SHUTTER, JYOTI ROLLING
SHUTTER, ANAND INDUSTRIES
AJAY FOLOWGUARD, ASHIRWAD FLOWGUARD
J K LAXMI, SRIRAM NIRMAN, TRIMURTI, ISI MARK
ONLY
CENTURY PLY BOARD, NATIONAL PLYWOOD,
KITPLY, JAYNA ISI MARK ONLY
CENTURY PLY BOARD, NATIONAL PLYWOOD,
KITPLY, JAYNA ISI MARK ONLY
FEBRICATED FROM UNSATURATED POLYSTER
RESIN I S. 6746 (Fibreways, Fibre Engineer)
FABRICATED FROM RAJSHREE, FINOLEX PLASTICS
KK MANHOLE, NITCO, DALAL
HINDUSTAN, DALAL, PAVER INDIA, K.K.
SINTEX, POLYCON, SHEETAL ISI MARK
SINTEX
DALAL, PAVER INDIA, K.K.
BIRLA, J.K., WALL PUTTY
ELECTRO STEEL, KESSO, KDUPL, ELECTRO SPUN
ISI MARK PRODUCT ONLY,
STEELBIRD, JINDAL,SEABIRD ISI MARK ONLY
ISI MARK ONLY
ISI MARK ONLY
Prince/Supreme/Prakash/Finolex
Prince/Supreme/Prakash/Finolex

Prince/Supreme/Prakash/Finolex
Tapecrete, CICO, Accoproof, Impremo, Reoplast

AE (P)/PVMD-2

EE/PVMD-2

71

SCHEDULE OF WORK
Name of work:- C/oUNESCOBuildingatChankayapuri,NewDelhi.(SH:Interiorfurnishing
andfurnitureofAuditorium.)
S.
DescriptionofItem
No.

AUDITORIUMCEILING
1 Providing and Fixing 15 mm thick densified tegular edged
eco friendly light weight calcium silicate false ceiling tiles
of approved texture spintone/ cosmos / Hexa or
equivalent of size 595 x 595 mm in true horizontal level,
suspended on inter locking metal grid of hot dipped
galvanised steel sections (galvanising @ 120 grams per
sqm including both side) consisting of main T runner
suitablyspacedatjointstogetrequiredlengthandofsize
24x38 mm made from 0.33 mm thick (minimum) sheet,
spaced 1200 mm centre to centre, and cross T of size
24x28 mm made out of 0.33 mm (Minimum) sheet, 1200
mm long spaced between main T at 600 mm centre to
centretoformagridof1200x600mmandsecondarycross
Toflength600mmandsize24x28mmmadeof0.33mm
thick(Minimum)sheettobeinterlockedatmiddleofthe
1200x 600 mm panel to from grid of size 600x600 mm,
resting on periphery walls partitions on a Perimeter wall
angle precoated steel of size(24x24X3000 mm made of
0.40mmthick(minimum)sheetwiththehelpofrawlplugs
at 450 mm centre to centre with 25 mm long dry wall
screws @ 230 mm interval and laying 15 mm thick
densified edges calicum silicate ceiling tiles of approved
texture (Spintone / Cosmos/hexa) in the grid, including,
cutting/ making opening for services like diffusers, grills,
light fittings, fixtures, smoke detectors etc., wherever
required. Main T runners to be suspended from ceiling
using G.I. slotted cleats of size 25x35x1.6 mm fixed to
ceilingwith12.5mmdiaand50mmlongdashfasteners,4
mmG.I.adjustablerodswithgalvanisedsteellevelclipsof
size85x30x0.8mm,spacedat1200mmcentretocentre
along main T, bottom exposed with 24 mm of all T
sectionsshallbeprepaintedwithpolysterbakedpaint,for
allheights,asperspecifications,drawingsandasdirected
byengineerincharge.

Note:Onlycalciumsilicatefalseceilingareawillbe
measuredfromwalltowall.Nodeductionshallbemade
forexposedframes/opening(cutouts)havingarealess
than0.30sqm.Thecalciumsilicateceilingtileshallhave
NRCvalueof0.50(Minimum),lightreflection>85%,non
combustibleasperB.S.476partIV,100%humidity
resistanceandalsohavingthermalconductivity<0.043
w/m0KC

Addition: NIL
Correction: NIL
Overwriting: NIL Deletion: NIL

Qty

Unit

Amount

Rate

25

sqm

AE (P)/PVMD-2

EE/PVMD-2

72
2

Providing and fixing false ceiling at all height including


providing and fixing of frame work made of special
sections, power pressed from M.S. sheets and galvanized
with zinc coating of 120 gms/sqm (both side inclusive) as
per IS : 277 and consisting of angle cleats of size 25 mm
widex1.6mmthickwithflangesof27mmand37mm,at
1200mmcentretocentre,oneflangefixedtothe ceiling
withdashfastener12.5mmdiax50mmlongwith6mm
diabolts,otherflangeofcleatfixedtotheanglehangersof
25x10x0.50 mm of required length with nuts & bolts of
required size and other end of angle hanger fixed with
intermediate G.I. channels 45x15x0.9 mm running at the
spacingof1200mmcentretocentre,towhichtheceiling
section 0.5 mm thick bottom wedge of 80 mm with
taperedflangesof26mmeachhavinglipsof10.5mm,at
450 mm centre to centre, shall be fixed in a direction
perpendiculartoG.I.intermediatechannelwithconnecting
clipsmadeoutof2.64mmdiax230mmlongG.I.wireat
everyjunction,includingfixingperimeterchannels0.5mm
thick 27 mm high having flanges of 20 mm and 30 mm
long, the perimeter of ceiling fixed to wall/partition with
thehelpofrawlplugsat450mmcentre,with25mmlong
dry wall screws @ 230 mm interval, including fixing of
gypsum board to ceiling section and perimeter channel
withthehelpofdrywallscrewsofsize3.5x25mmat230
mmc/c,includingjointingandfinishingtoaflushfinishof
taperedandsquareedgesoftheboardwithrecommended
jointingcompound,jointingtapes,finishingwithjointing
compoundin3layerscoveringupto150mmonbothsides
of joint and two coats of primer suitable for board, all as
per manufacturers specification and also including the
cost of making openings for light fittings, grills, diffusers,
cutouts made with frame of perimeter channels suitably
fixed, all complete as per drawings, specification and
directionoftheEngineerinChargebutexcludingthecost
ofpaintingwith:
12.5mmthicktaperededgegypsumfireresistantboard
conformingtoIS:2095PartI

159

sqm

AUDITORIUMFILLING

BrickworkwithcommonburntclayF.P.S.(nonmodular)
bricksofclassdesignation7.5insuperstructureabove
plinthleveluptofloorVlevel

Cementmortar1:6(1cement:6coarsesand)

cum

HalfbrickmasonrywithcommonburntclayF.P.S.(non
modular)bricksofclassdesignation7.5insuperstructure
aboveplinthleveluptofloorVlevel.
Cementmortar1:4(1cement:4coarsesand)sqm665.80

Providingandfixingplainliningwithnecessaryscrews/nuts
&bolts/nails,includingacoatofapprovedprimeronone
face,andfixedonwooden/steelframework,completeas
perdirectionofEngineerincharge(Frameworkshallbe
Addition: NIL
Correction: NIL
Overwriting: NIL Deletion: NIL

60

sqm

AE (P)/PVMD-2

EE/PVMD-2

73
paidforseparately).

12mmthickcommercialplyconformingtoIS:1328BWR
type
Providing and fixing decorative high pressure laminated
sheet of plain/wood frain in gloss/matt/suede finish with
high density protective surface layer and reverse side of
adhesive bonding quality conforming to IS:2046 Type S
includingcostofadhesiveofapprovedquality.
1.0mmthick.

MISCELLANEOUS

Providing wood work in frames of doors, windows,


clerestorywindowsandotherframes,wroughtframedand
fixedinpositionwithholdfastlugsorwithdashfasteners
of required dia & length ( hold fast lugs or dash fastener
shallbepaidforseparately).
Salwood

10

11

Providingandapplyingtwocoatsoffireretardantpainton
cleaned wood / ply surface @ 3.5 sqm per litre per coat
including preparation of base surface as per
recommendations of manufacturer to make the surface
fireretardant.
25mmwoodenplanking,tonguedandgroovedinflooring,
includingfixingwithironscrewscompletewith:
Secondclassteakwood
SKIRTING
Skirting: Providing and fixing 2nd class teak wood plain
lining toughed and grooved, including wooden plugs
complete with necessary screws and priming coat on
unexposedsurface25mmthick.
Providingandfixingwoodenmouldedbeadingtodoorand
window frames with iron screws, plugs and priming coat
onunexposedsurfaceetc.complete.

11.1 50x20
11.2 50x12

12

13

PAINTING
Wall painting with premium acrylic emulsion paint of
interior grade, having VOC (Volatile Organic Compound)
content less than 50 grams/ litre of approved brand and
manufacture,includingapplyingadditionalcoatswherever
requiredtoachieveevenshadeandcolour.Twocoats
Melaminepolishingonwoodwork(oneormorecoat).
WALLTREATMENTSIDE/REARWALL

Addition: NIL
Correction: NIL
Overwriting: NIL Deletion: NIL

96

sqm

41

sqm

0.42

cum

35

sqm

35

sqm

13

sqm

12

Rmt.

12

Rmt.

160

sqm

55

sqm

AE (P)/PVMD-2

EE/PVMD-2

74
14

15

Providing and fixing Gyproc or equivalent Gypsteel ultra


framework for wall panelling as per design drawing
consisting of floor channel of size 50x32x32x0.5mm thick
whichisanchoredtothefloor&trueceilingusingsuitable
anchor fasteners at 600mm c/c in center line. Further
fising GI stud 48x34x36x0.5mm thick @600mm c/c
verticallyandfloorchannelarecrimped/screwedtogether
byusingcrimpingtoolor25mmscrew.Theframeworkto
be filled with 50mm 1000 GSM nonwoven thermal
bondedpolyesterwaddingheldinpositionwith18mmGI
checkenmeshof24SWGwithdrywallscrewsandoversize
washers.AGypsteelUTRAnogginchannelof48mmwidth
(0.5mmthickhavingtwoflangesof40mmeach)hastobe
providedatthehorizontaljointsofthetwoboards/panels
screw fixed to the studs using Gyproc Metal to Metal flat
head screws. Finally square and tapered edges of the
boardsaretobejointedandfinishedsoastohaveaflush
look which includes filling and finishing with Gyproc
Jointing compound, Gyproc Joint Paper tape (as per
recommended practices of Saint Gobain Gyproc India).
The junction of the partition with masonry & all
penetration through the partition has to be treated with
fire and acoustic sealant. 25mm glasswool slab of density
32kg/m3shallbeplacedinmetalframework.
Supply&installationofAnutoneorequivalentSlatsmade
of pinewood E1 grade fiberboard, Melamine/veneer
laminated finish, groove perforated slats L82 (2mm
grooves @ 8mm centers) / L162 (2mm Slats @16mm
pitch)/L322(2mmgrooves@32mmcenters)/L642
(2mm grooves @ 64mm centers), backlined with black
acousticalfleece,tonguegrooveedgeforaseamlesslook,
FR grade, of size 128x2440x16mm thick having base
density 800Kg/m3, weight 12Kgs/m2 installed by using GI
strutsystem.
The GI strut system includes GI Cross channel (CC10)
having thickness 0.45mm, length 3600mm, knurled web
40mm, depth 10mm and equal flanges 15mm is fastened
vertically/horizontallyatevery600mmcenters.Aluminium
corecrosschannel(CC18)havingthickness0.5mm,length
2400mm, web 15mm & 27mm, depth 18mm and flanges
of7mmwithsuitableedge&centrebracketsisthenfixed
perpendicular to the CC10 with the help of fasteners at
every 400mm centers. Slats of size 128x 2430x16mm in
then fixed perpendicular to CC18 with suitable edge &
centrebrackets.Contractortoprovideexpansionjointsof
3mmatevery5mtrsbothways.
Panels shall be backlined with acoustical infill of Anutone
Synth PF 5x25mm thick adhered to the wall using Stick 7
adhesive.

Addition: NIL
Correction: NIL
Overwriting: NIL Deletion: NIL

151

sqm

AE (P)/PVMD-2

EE/PVMD-2

75

16

17

CoreVariantsPinewoodE1Fibreboard
FireClass1&P
AcousticsNRCupto0.75
Climate(OCRH)50,70
Lightreflectance75%(beechhaya)
Green(RC%)25
Hygiene(VoC,Cleanroom)Low,Class1
Strength,Loadcapacity(Kg)BallImpact
Supply and installation of Anutone or equivalent Stretch
NRCwallfabricsystembyusingFRGradeNRCfabricofsize
1700mm width, shall be stretched by using wooden base
10mm thick, rigid vinyl Stretch Tracks half wrap/full wrap
15mm (FS15) and Midseam 15mm (FS15), strand board,
synth PF infill with requisite accessories & tools. Wooden
Woodenbase10mmisfirstinstalledonthewallalongthe
marking lines with metal fasteners inserted at 300mm
centers.FS15trackstobeinstalledonwoodenbase,after
applyingStickS7adhesiveonbothsurfacesforatrueand
continuous secure grip, and heavyduty fasteners at
150mm centers on one/both sides of Stretch Tracks.
Strand square edge magnesite bonded pinewood fiber
panels of size 600x1200x10mm having density 400kg/m3,
weight 4kg which is fixed to wall with suitable fasteners.
SynthPF10x10mmthickadheredonstrandpanelbyusing
Stick 7 adhesive. Fabric of width 1700mm is then aligned
totheStretchtracksbyfollowingthefabricthreadlineor
pattern.ThefabricisstretchedandtuckedintotheStretch
tracks and secure into the locking jaws so that it will be
smooth, free of wrinkles with the tucking tools. Note
minimum 50mm additional fabric is required for tucking
hence maximum module wall fabric width would be
1600mm.
CARPETLAYING
Providing and fixing of carpet .Made of 100% Nylon /
Polyamide Yarn used tufted cut pile on 1/10 gauge.
Velocity Injection millitron process with acoustic contract
latex backing. Total thickness 7.4mm surface pile height
4.1mm with total weight of carpet 2100g/m2 with
Antisoiling protection. Performance rating class 33 heavy
commercial use also suitable for castor wheel chairs and
stairswithcertification.Permanentlyantistaticwithcolour
fastness to light 67,with rubbing wet 5 ,rubbing dry 5
and water patterned 5.Safety & Environment CE
Labelling EN 14041 ,EC Certificate EN 14041, Fire
classifications
DK,MK
GODKENDELSED,DIBT
Zulassung,CAN,ULCS102.2,EN135011
EURO
CLASSAU,ASISO 9239.12003,Indoor Hygiene DIM
certificate,GreenlabelplustestapprovedInstallationwith
lowVOCAdhesive.Fullygluedonthefloor.

Addition: NIL
Correction: NIL
Overwriting: NIL Deletion: NIL

55

sqm

55

sqm

187

sqm

AE (P)/PVMD-2

EE/PVMD-2

76
18

19

20

Providing&fixingof2nos.staggeredlayers12mmmarine
ply of approved make like century,Duro, Green etc. fixed
tosalwoodframework(Paidseperately)at600mmcentre
to centre both ways. The framework to be supported on
150x150x5mm neoprene pads & held in position by
35x35x5mm angle cleats of 150mm length at 1800mm
centres. The framework to be filled with 25mm thermal
bonded polyster wadding micron fiber of 800gm/sqm
mikron fiber. The wadding shall be of Mikasha
International/vibrant/Dupoint. The cleats to be given two
ormorecoatsofredoxideprimer.
CYCLORAMA
CYCLORAMA P/f of the cyclorama for the stage by fixing
35x35x5mmMSangleonthewallwithMSangleholdfasts
securedtothewall&40mmdia14GMSpipeweldedtoit
asperthedrgs.Further40mmdiapopeweldedtoitat600
centresatonangleof45deg.&finallywelding40mmdia.
pipehorizontallytoit.Thepipetobesupportedawaywith
at 200mm centres by MS pipe. Further p/f 12mm dia MS
hooks welded to the both( top & bottom). Supported by
MSangleholdfastsof35x35x5mmonthewallat1200mm
centers. Finally fixing PVC cyce cloth as per approved
sample&fixingbycottondoor10mmthick.(8Mx6M)
CHAIRS
ProvidingandFixinginpositionofAuditoriumchairhaving
seat rest assembly is 1.5 thick marine plywood insitu
mouldedwithmouldedpolyurethanefoam&upholstered
withfireresistenttreatedfabric.SEATSIZE:45.0cm.(W)x
44.5cm(D)x12.0cm(T)@Frontedgeand8.0cm@Rear
edge.ThebackrestassemblymadeupofaM.S.fabricated
frame insitu moulded with polyurethane foam. The back
foam designed with contoured lumbar support for extra
comfort.BACKSIZE:46.5cm.(W)x62.5cm(D)x9.5cm(T)
Avg. The polyurethane foam for Seat and Back moulded
withdensity=45+/2kgs/cum.andHardness=20+/2on
Hampdenmachineat25%compression.Thearmrestmade
upofIntegralPolyurethaneFoamandreinforcedwithM.S.
insert. The armrest in two options with & without Cup
holder. The sliding mechanisms fabricated from M.S.
sheets forming linkages providing a synchronous motion
fortheseat&back.Theslidingstrokefortheseat100mm.
Themechanismhousingtheseat&back.Thechairresting
onthegroundontwosidepanelsframesmadeof2.5mm
thick.CRsteel.EachSidePanelfittedwithtwoupholstered
ParticleBoardof9mmthick.Thesidepanelframegrouted
tothefloorusingfoundationexpansionboltsthroughbase
plate.Allsteelcomponentstobeepoxypolyesterpowder
coated. Recommended makes GODREJ, WIPRO or
equivalent.
BLINDS

Addition: NIL
Correction: NIL
Overwriting: NIL Deletion: NIL

35

sqm

48

sqm

120

Each

AE (P)/PVMD-2

EE/PVMD-2

77
21

22

Providing and fixing wooden pelmet Minimum drop in


pelmet to be 300mm and width upto mullion to be
150mm.Theareabetweentheglassandmullionatpelmet
level also to be covered with same plywood made of
19mmthickBWPboardwithkailwoodframingfromtrue
ceilingincludingpainting,allnails,screws,woodenlipping
etc complete as per design and drawing. Cost to include
thecostof12mmplyboardingpaintedblackfromoutside)
abovethepelmettillthenearestslaborbeam.
Supplying and installation of Honeycell Blinds: Blackout
HoneycellBlinds.Thefabricshallbe nonwovenpolyester
indoublecellstructurewithhighqualitysealinginvariable
ofBlackoutoption.ShadeasperapprovalbyArchitect.
Make:Mac:ModelHoneycellMatiniseriesandequivalent.

Addition: NIL
Correction: NIL
Overwriting: NIL Deletion: NIL

21

Rmt

80

sqm

AE (P)/PVMD-2

EE/PVMD-2

Potrebbero piacerti anche