Vous êtes sur la page 1sur 118

Page - 1 - of 118

Notice Inviting Tender

NIT No. : 05/SE/NMC/PWD/2019-20


NIT No. : 45/EE/NBD/PWD/2019-20 Recall

Name of work: - : Construction of G+4 storey Police Post including


Rain Water Harvesting Tank, Underground
water tank & development work at Sanjay
Gandhi Transport Nagar, Delhi (Civil &
Electrical).

Estimated Cost : Rs. 2,96,10,115/- Civil work


Rs. 1,02,11,213/- Electrical work
Total Rs. 3,98,21,328/-

Earnest Money : Rs. 7,96,427/-

Performance Guarantee : 5% of accepted tendered amount

Security Deposit : 2.5% of accepted tendered amount

Time Allowed : 240 Days

Certified that this NIT contains 118 pages marked as 1 to 118 (One Hundred
Eighteen Only).

Assistant Engineer (P) Executive Engineer (P)


North Maint. Circle, PWD, Delhi North Maint. Circle, PWD, Delhi

Superintending Engineer
North Maintenance Circle, PWD, Delhi

CORRECTION (C) NIL---------


INSERTION (I) NIL---------
DELETION (D) NIL--------- A. E. (P) EE(P)
Page - 2 - of 118

Index

Name of Work:- Construction of G+4 storey Police Post including Rain Water Harvesting
Tank, Underground water tank & development work at Sanjay Gandhi
Transport Nagar, Delhi (Civil & Electrical).

Sl. No. DESCRIPTION PAGE


No.
1 NOTICE INVITING TENDER 1
2 INDEX 2
3 PRESS NOTICE 3-6
4 INFORMATION AND INSTRUCTION FOR BIDDERS 7
5 NOTICE INVITING TENDER (FORM CPWD-6) 8-13
6 PERCENTAGE RATE TENDER AND CONTRACT OF WORK 14-15
(FORM CPWD-7)
7 ACCEPTANCE & FORM A TO D 16-20
8 PROFORMA OF SCHEDULE 21-27
9 GENERAL CONDITIONS 28-30
10 ADDITIONAL CONDITIONS 31-33
11 SPECIAL CONDITIONS 34-38
12 SPECIAL CONDITIONS FOR CEMENT & STEEL 39-42
13 GENERAL SPECIFICATIONS 43-44
14 QUALITY ASSURANCE OF WORK 45-47
15 DRAFT SPECIAL CONDITIONS FOR NIT TO COMPLY DIRECTIVES OF HON'BLE 48-49
NGT
16 PARTICULAR SPECIFICATIONS FOR CEMENT WORK 50-56
17 FORM OF BANK GUARANTEE BOND (ANNEXURE - “A” & “B”) 57-60
18 GUARANTEE TO BE EXECUTED BY CONTRACTOR FOR REMOVAL OF DEFECTS 61
AFTER COMPLETION IN RESPECT OF WATER PROOFING WORKS (ANNEXURE-C)
19 LIST OF APPROVED MANUFACTURERS/SUPPLIERS (ANNEXURE-D) 62-63
20 LIST OF MINIMUM PLANTS AND MACHINERY TO BE DEPLOYED AT SITE (Ann.-E) 64
21 PERFORMANCE GUARANTEE/ AFFIDAVIT 65-66
22 (PART-A) SCHEDULE OF QUANTITIES (CIVIL WORKS) 67-89
23 PROFORMA OF SCHEDULE A TO F FOR ELECTRICAL WORKS 90-95
24 CONDITIONS FOR ELECTRICAL WORK FOR COMPOSITE TENDER 96-97
25 LIST OF ACCEPTABLE MAKES FOR ELECTRICAL ITEMS 98
26 (PART-B) SCHEDULE OF QUANTITIES (ELECTRICAL WORKS) 99-118

Certified that this composite NIT amounting to Rs. 3,98,21,328/- (Rupees Three Crore
Ninety Eight Lakh Twenty One Thousand Three Hundred Twenty Eight Only) contains
118 pages marked 1 to 118.

Assistant Engineer (P) Executive Engineer (P)


North Maintenance Circle North Maintenance Circle
PWD, Delhi PWD, Delhi

Superintending Engineer (North)


North Maintenance Circle, PWD, Delhi.
CORRECTION (C) NIL---------
INSERTION (I) NIL---------
DELETION (D) NIL--------- A. E. (P) EE(P)
Page - 3 - of 118

PRESS NOTICE TO BE ISSUED FOR PUBLICATION IN NEWS PAPER


NOTICE INVITING e- TENDERS

The Executive Engineer, PWD, North Building Division (M-322), Below Flyover, Kashmere
Gate, Delhi 110006 (Tel:23860041), invites on behalf of President of India, Online Percentage
Rate composite tender from approved & eligible contractors of CPWD **MES, BSNL & other
State Government Department dealing with Building and Roads and other experienced
contractors for following work through e-procurement solution:-

NIT No. 45/EE/NBD/PWD/2019-20 Recall

Name of Work: Construction of G+4 storey Police Post including Rain Water Harvesting
Tank, Underground water tank & development work at Sanjay Gandhi
Transport Nagar, Delhi (Civil & Electrical).

Estimated Cost: Rs. 3,98,21,328/- (Civil- Rs. 2,96,10,115/- + Electrical- Rs. 1,02,11,213/-)
Earnest Money: Rs. 7,96,427/-,

Period of Completion: - 240 (Two Hundred Forty) Days. Last time and date of submission of
bid: up to 3.00 P.M. on 30.09.2019 and opening at 3.30 PM on 30.09.2019.
The bid forms and other details can be obtained from the website
https://govtprocurement.delhi.gov.in.
Not to be published below this line.
** To be filled in by Executive Engineer

_______________________________________________________________________

Executive Engineer
North Building Division (M-322),
PWD (GNCTD), Below Flyover,
Kashmere Gate, Delhi

CORRECTION (C) NIL---------


INSERTION (I) NIL---------
DELETION (D) NIL--------- A. E. (P) EE(P)
Page - 4 - of 118

PRESS NOTICE FORMING PART OF NIT AND TO BE POSTED ON WEBSITE


The Executive Engineer, PWD, North Building Division (M-322), Below Flyover, Kashmere Gate,
Delhi, invites on behalf of President of India, Online Percentage Rate composite tender from
approved and eligible contractors of CPWD in composite category, MES, BSNL & other State
Government Department dealing with Building and Roads and other experienced
contractors for the following work through e-procurement solution:-

Sl. Name of Work Last Period during Time &

Earnest Money

Time Allowed
Estimated Cost
No. date which eligibility date of
and documents shall opening of
time of be physically tender
submiss submitted in
ion of Division Office
tender
1 Construction of G+4 storey Police

(Civil Rs. 2,96,10,115+Elect.Rs.


Post including Rain Water
Harvesting Tank, Underground

240 (Two Hundred Forty)


water tank & development work at

Rs. 7,96,427/-
Rs.3,98,21,328/-
Sanjay Gandhi Transport Nagar,
1,02,11,213/-)
Up to
Delhi (Civil & Electrical). Within 7 days of
3.00 PM 30.09.19**
opening of bids

Days
on from 3:30
only by the
30.09.19 PM
NIT No. 45/EE/NBD/PWD/2019-20 lowest bidder.
** onwards
Recall

TENDER ID.
2019_PWD_180687_1

**To be filled in by the Executive Engineer


**To be filled in by the Executive Engineer

Enlistment of the contractors should be valid on the last date of submission of bids. In case only the last date of
submission of bids is extended, the enlistment of contractor should be valid on the original date of submission of
bids.
1.0 Bid documents shall be considered valid only of those contractors who will upload the scanned copies of
the following documents along-with bid:
A) For CPWD registered contractors
(i) Enlistment in appropriate composite category.
(ii) Copy of original EMD in proper form.
(iii) Receipt of deposit of EMD in any divisions of CPWD/PWD Delhi.
(iv) Acknowledgement of latest due return filed in GST department.
(v) Registration under GST Act or proof of application for GST registration or an under taking
that payment shall be claimed only on submission of GST registration.
(6) Valid electrical license. In case the bidder does not possess valid electrical license in their
name, they will submit an undertaking that they will either obtain valid electrical license at the time of
execution of electrical work or will associate contractor of eligible class having valid electrical license.

B). For Non CPWD registered contractors


Contractors enlisted in MES, BSNL & other State Government Departments dealing with Building and
Roads, who fulfil the following criteria in addition to above mentioned criteria at Para-A) above, shall
also be eligible to apply:
Should have satisfactorily completed the works as mentioned below during the last Seven years
ending previous day of last date of submission of tenders. (Form-C)

Three similar works each costing not less than Rs. 159.28 Lakhor two similar works each costing
not less than Rs. 238.92 Lakh or one similar work costing not less than Rs. 318.57 Lakh

Performance certificate of work in (form D) (attached) should be issued by an officer not below
the rank of EE or an equivalent officer.
CORRECTION (C) NIL---------
INSERTION (I) NIL---------
DELETION (D) NIL--------- A. E. (P) EE(P)
Page - 5 - of 118

Form C & D specified above shall be uploaded along with all required documents as specified at
Para-A above.

In case of private work i.e. certificate issued by the Pvt. Firm/Bidder/Agency, the bidder shall
upload form 26-AS in support of value of actual work done.

C). Other experienced contractors,


The bidders who are not registered with any Govt. Department but fulfill the following criteria in addition
to above mentioned at para A and B above, shall also be eligible to apply and should also and also upload
the following documents in addition to documents mentioned at Para-A & B above:
i). Average annual turnover of last three consecutive financial years ending March -2019 duly certified
by chartered Accountant should not be less than 199.10 Lakh. (Form-A)
ii). Bank solvency certificate of Rs. 159.28 Lakh to be scanned and uploaded. (Form-B)

“Similar work shall mean “RCC framed structure building including internal Electrical
installation"

The value of executed works shall be brought to current costing level by enhancing the actual value of
work at simple rate of 7% per annum; calculated from the date of completion to last date of receipt of
applications for bids.
While considering any similar work executed by applicant firm under joint venture, the experience of the
applicant firm in that work shall be restricted to its share/responsibilities as reflected in the
Memorandum of Understanding (MoU), signed between the parties, while forming joint venture for that
work, attested copy of which shall be submitted along with the technical bid.

2.0 Earnest Money of Rs. 7,96,427/- in the form of Treasury Challan or Demand Draft or Pay order or
Banker`s Cheque or Deposit at Call Receipt or Fixed Deposit Receipt should be drawn in favour of
Executive Engineer, CBMD, M-322, PWD, Delhi. 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 online
receipt of bids which is to be scanned and uploaded by the intending bidders.

The original EMD should be deposited either in the O/o Executive Engineer inviting bids or division
office of any EE, PWD, GNCTD or CPWD within the period of bid submission. The EMD receiving
Executive Engineer shall issue a receipt of deposition of earnest money deposit to the bidder in a
prescribed format uploaded by tender inviting EE in the NIT. In case EMD submitted/uploaded by
the bidder is not in proper form, the bidder will be responsible for rejection of bid even if receipt of
same has been issued by any receiving division office.

CORRECTION (C) NIL---------


INSERTION (I) NIL---------
DELETION (D) NIL--------- A. E. (P) EE(P)
Page - 6 - of 118

This receipt shall also be uploaded to the e-tendering website by the intending bidder upto the
specified bid submission date and time.

Receipt of deposition of original EMD


(Receipt No. ..................... / date ......................)
1. Name of Work Construction of G+4 storey Police Post including Rain Water Harvesting
Tank, Underground water tank & development work at Sanjay Gandhi
Transport Nagar, Delhi (Civil & Electrical).

2. NIT No. 45/EE/NBD/PWD/2019-20 Recall*


3. Estimated Cost 3,98,21,328/-
4. Amount of Earnest Money Deposit 7,96,427/-
5. Last date of submission of bid 30.09.2019
(*To be filled by NIT approving authority/EE at the time of issue of NIT and uploaded
alongwith NIT)
1. Name of contractor ...........................................................#
2. From of EMD ..............................................#
3. Amount of Earnest Money Deposit ...................................#
4. Date of submission of EMD ......................................... #

Signature, Name and Designation of EMD


Receiving officer (EE/AE(P)/AE/AAO)
Along with Office stamp
(# to be filled by EMD receiving EE)

3.0 Online bid documents submitted by intending bidders shall be opened only of those bidders, whose
Earnest Money Deposit deposited with any division office of PWD, Delhi and other documents
scanned and uploaded are found in order.
4.0 Copy of Enlistment Order and other document 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 / CPWD-6 shall have to be submitted by
the lowest bidder only within a week physically in the office of bid opening authority.
5.0 Online financial bid documents submitted by intending bidders shall be opened only of those bidders,
whose original Earnest Money Deposit deposited with any division office of PWD, Delhi or CPWD
and other documents scanned and uploaded are found in order.

6.0 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 in the office of Executive Engineer, PWD, North Building
Division (M-322), Below Flyover, Kashmere Gate, Delhi, between 11.00 AM to 4.00 PM from
………**……….to ………..**………..every day except on Sunday & Public Holidays and from the
websitehttps://govtprocurement.delhi.gov.in.

** To be filled by Executive Engineer.

Executive Engineer
PWD, North-Building
Maintenance Division (M-322), Delhi

CORRECTION (C) NIL---------


INSERTION (I) NIL---------
DELETION (D) NIL--------- A. E. (P) EE(P)
Page - 7 - of 118

INFORMATION AND INSTRUCTION FOR BIDDERS

1. Bids documents: - The collection of Bid documents is dispensed away with as there is no physical supply
of bid documents and to have absolute anonymity of the bidders participating in e-procurement solution.
The bidders can view / download the bid documents, from the https://govtprocurement.delhi.gov.in.

2. Submission of Bids: The bidders who are desirous of participating in ‘e’ procurement shall submit their
price bids in the standard formats prescribed in the bid documents, displayed at
https://govtprocurement.delhi.gov.in. The bidder should upload the scanned copies of all the relevant
certificates, documents etc. in the https://govtprocurement. delhi.gov.in in support of their price bids. The
bidder shall sign on all the statements, documents, certificates, uploaded by him, owning
responsibility for their correctness / authenticity.

3. Price Bid Opening: The Price Bids will be opened online by the concerned officer / officers at the
specified date & time and the result will be displayed on the https://govtprocurement.delhi.gov.in, which
can be seen by all the bidders who participated in the bids.

4. Processing of Bids: The concerned officer/officers will evaluate and process the Bids as done in the
conventional bids and will communicate the decision to the bidder online.

5. Payment of performance Guarantee: The bidder whose bid is accepted will be required to furnish
performance guarantee of 5% (Five percent) of the accepted tendered amount in addition to other deposits
mentioned elsewhere in the contract for his proper performance of the contract. This guarantee shall be in
the form of DD / Banker Cheque / pay order / FDR / guarantee bonds of any scheduled bank drawn in
favour of EE, M-322, PWD, Delhi.

6. Participation of Bidders at the time of opening of bids: Bidders have two options to participate in
tendering process at the time of opening of Bids:

(i) Bidders can come at the place of opening of bids (electronically) as done in the conventional
tender process.
(ii) Bidders can visualize processing online.

9. Participation Financial Rules for e-procurement: The e-procure system would be applicable for
purchase of goods, outsourcing of services and execution of work as prescribed in GFRs / PWD manual.

10. Signing of agreement: After the award of the contract, an agreement will be signed as done in
Conventional Bids.

11. To download the General Condition of Contract 2014 (i.e. GCC-2014) following link may be
followed:
www.cpwd.gov.in>download>GCC-2014.

Executive Engineer,
North Building Maintenance Division M-322
PWD (GNCTD), Delhi-110006

CORRECTION (C) NIL---------


INSERTION (I) NIL---------
DELETION (D) NIL--------- A. E. (P) EE(P)
Page - 8 - of 118

C.P.W.D.-6
PUBLIC WORKS DEPARTMENT
NOTICE INVITING TENDER

Percentage Rate Composite bids are invited on behalf of the President of India from approved and eligible
contractors of CPWD, MES, BSNL & other State Government Department dealing with Building and Roads and
other experienced contractors through e-Tendering for the work: Construction of G+4 storey Police Post
including Rain Water Harvesting Tank, Underground water tank & development work at Sanjay Gandhi
Transport Nagar, Delhi (Civil & Electrical).

1.0 The enlistment of the contractors should be valid on the last date of submission of bid. In case only the last
date of submission of bid is extended, the enlistment of contractor should be valid on the original date of
submission of bid.

1.1 The work is estimated to cost Rs. 3,98,21,328/- (Civil- Rs. 2,96,10,115/- + Electrical Rs. 1,02,11,213/-)
This estimate, however, is given merely as a rough guide.

1.1.1 The authority competent to approve NIT for the combined cost and belonging to the major discipline will
consolidate NIT’s for calling the bids. He will also nominate Division which will deal with all matters
relating to the invitation bids.
For composite bid, besides indicating the combined estimated cost put to bid, should clearly indicate the
estimate cost of each component separately.

1.0 Bid documents shall be considered valid only of those contractors who will upload the scanned copies of
the following documents along-with bid:

A) For CPWD registered contractors


(i) Enlistment in appropriate composite category.
(ii) Copy of original EMD in proper form.
(iii) Receipt of deposit of EMD in any divisions of CPWD/PWD Delhi.
(iv) Acknowledgement of latest due return filed in GST department.
(v) Registration under GST Act or proof of application for GST registration or an under taking
that payment shall be claimed only on submission of GST registration.

(vi) Valid electrical license. In case the bidder does not possess valid electrical license in their name,
they will submit an undertaking that they will either obtain valid electrical license at the time of
execution of electrical work or will associate contractor of eligible class having valid electrical
license.

B). For Non CPWD registered contractors

Contractors enlisted in MES, BSNL & other State Government Departments dealing with Building and
Roads, who fulfil the following criteria in addition to above mentioned criteria at Para-A) above, shall
also be eligible to apply:

Should have satisfactorily completed the works as mentioned below during the last Seven years
ending previous day of last date of submission of tenders. (Form-C)

Three similar works each costing not less than Rs. 159.28 Lakh or two similar works each costing
not less than Rs. 238.92 Lakh or one similar work costing not less than Rs. 318.57 Lakh

Performance certificate of work in (form D) (attached) should be issued by an officer not below
the rank of EE or an equivalent officer.

Form C & D specified above shall be uploaded along with all required documents as specified at
Para-A above.

CORRECTION (C) NIL---------


INSERTION (I) NIL---------
DELETION (D) NIL--------- A. E. (P) EE(P)
Page - 9 - of 118

In case of private work i.e. certificate issued by the Pvt. Firm/Bidder/Agency, the bidder shall
upload form 26-AS in support of value of actual work done.

C). Other experienced contractors,

The bidders who are not registered with any Govt. Department but fulfill the following criteria in addition
to above mentioned at para A and B above, shall also be eligible to apply and should also and also upload
the following documents in addition to documents mentioned at Para-A & B above:

i). Average annual turnover of last three consecutive financial years ending March -2019 duly certified
by chartered Accountant should not be less than 199.10 Lakh. (Form-A)

ii). Bank solvency certificate of Rs. 159.28 Lakh to be scanned and uploaded. (Form-B)

“Similar work shall mean “RCC framed structure building including internal Electrical
installation"

The value of executed works shall be brought to current costing level by enhancing the actual value of
work at simple rate of 7% per annum; calculated from the date of completion to last date of receipt of
applications for bids.

While considering any similar work executed by applicant firm under joint venture, the
experience of the applicant firm in that work shall be restricted to its share/responsibilities as reflected in
the Memorandum of Understanding (MoU), signed between the parties, while forming joint venture for
that work, attested copy of which shall be submitted along with the technical bid.

Pre-bid meeting will be held on 24.09.2019 at 11.30 AM, in the Chamber of Superintending
Engineer, North Maintenance Circle, PWD, (GNCTD), Below ISBT Flyover, Kashmere Gate,
Delhi-110006.

2.0 Earnest Money of Rs. 7,96,427/- in the form of Treasury Challan or Demand Draft or Pay order or
Banker`s Cheque or Deposit at Call Receipt or Fixed Deposit Receipt should be drawn in favour of
Executive Engineer, CBMD, M-322, PWD, Delhi. 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 online
receipt of bids which is to be scanned and uploaded by the intending bidders.

The original EMD should be deposited either in the O/o Executive Engineer inviting bids or division
office of any EE, PWD, GNCTD or CPWD within the period of bid submission. The EMD receiving
Executive Engineer shall issue a receipt of deposition of earnest money deposit to the bidder in a
prescribed format uploaded by tender inviting EE in the NIT. In case EMD submitted/uploaded by
the bidder is not in proper form, the bidder will be responsible for rejection of bid even if receipt of
same has been issued by any receiving division office.

CORRECTION (C) NIL---------


INSERTION (I) NIL---------
DELETION (D) NIL--------- A. E. (P) EE(P)
Page - 10 - of 118

This receipt shall also be uploaded to the e-tendering website by the intending bidder upto the
specified bid submission date and time.

Receipt of deposition of original EMD


(Receipt No. ..................... / date ......................)

1. Name of Work Construction of G+4 storey Police Post including Rain Water Harvesting Tank,
Underground water tank & development work at Sanjay Gandhi Transport
Nagar, Delhi (Civil & Electrical).

2. NIT No. 45/EE/NBD/PWD/2019-20 Recall*

3. Estimated Cost 3,98,21,328/-

4. Amount of Earnest Money Deposit 7,96,427/-

5. Last date of submission of bid 30.09.2019*


(*To be filled by NIT approving authority/EE at the time of issue of NIT and uploaded alongwith
NIT)
5. Name of contractor ...........................................................#
6. From of EMD ..............................................#
7. Amount of Earnest Money Deposit ...................................#
8. Date of submission of EMD ......................................... #

Signature, Name and Designation of EMD


Receiving officer (EE/AE(P)/AE/AAO)
Along with Office stamp
(# to be filled by EMD receiving EE)

3.0 Online bid documents submitted by intending bidders shall be opened only of those bidders, whose
Earnest Money Deposit deposited with any division office of PWD, Delhi and other documents
scanned and uploaded are found in order.

4.0 Copy of Enlistment Order and other document 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 / CPWD-6 shall have to be submitted by
the lowest bidder only within a week physically in the office of bid opening authority.

5.0 Online financial bid documents submitted by intending bidders shall be opened only of those bidders,
whose original Earnest Money Deposit deposited with any division office of PWD, Delhi or CPWD
and other documents scanned and uploaded are found in order.

6.0 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 in the office of Executive Engineer, PWD, North Building
Division (M-322), Below Flyover, Kashmere Gate, Delhi, between 11.00 AM to 4.00 PM from
………**……….to ………..**………..every day except on Sunday & Public Holidays and from the
websitehttps://govtprocurement.delhi.gov.in.

CORRECTION (C) NIL---------


INSERTION (I) NIL---------
DELETION (D) NIL--------- A. E. (P) EE(P)
Page - 11 - of 118

7 However the Earnest Money and all documents uploaded with bid should reach in the office of
Executive Engineer, PWD, North Building Division (M-322), Below Flyover, Kashmere Gate, Delhi,
by prescribed date & time.
8. The bids can be uploaded on website up to 03.00 PM on ---**---- The bids will be opened on ----**-----at
03.30 PM by The Executive Engineer, PWD, North Building Division (M-322), Below Flyover,
Kashmere Gate, Delhi. The bid will be displayed on the website https//govtprocurement.delhi.gov.in
which can be seen by all the contractors who participated in the Bids.
9. Agreement shall be drawn with the successful bidders on prescribed Form No. C.P.W.D. 7 which is
available as a Govt. of India Publication and also available on web site www.cpwd.gov.in. The bidder
shall quote his rates as per various terms and conditions of the said form, which will form part of the
agreement.
10. The time allowed for carrying out the work will be 240 (Two Hundred Forty) Days from the date of start
as defined in schedule ‘F’ or from the first date of handing over of the site, whichever is later, in
accordance with the phasing, if any, indicated in the bid documents.
11. The site for the work shall be made available in parts as & when received from school authority.
Contractor has to quote his rate accordingly.
12. Bid documents consisting of plans, specifications, the schedule of quantities of the various type of item to
be executed and the set of terms & conditions of contract to be complied with and other necessary
documents, Standard General Condition of Contract Form can be seen on web site
https://govtprocurement.delhi.gov.in free of cost.
13. 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.
14. 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.
15 The bid submitted shall become invalid if:
(i) The bidder is found ineligible.
(ii) The bidder does not deposit originally EMD with Division office of any Executive Engineer,
PWD, Delhi or CPWD.
(iii) The bidders do not upload all the documents as stipulated in the bid document, including the copy
of receipt for deposition of original EMD.
(iv) If any discrepancy is noticed between the documents as uploaded at the time of submission of bid
and hard copies as submitted physically by the lowest bidder in the office of tender opening
authority.
16. The contractor whose bid is accepted will be required to furnish performance guarantee of 5% (Five
percent) of the accepted tendered 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.10,000/-) 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 (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 bidder does not 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 tender shall be returned after receiving the aforesaid performance
guarantee.

17. The contractor has to furnish the guarantee bond for removal of defect for the work in respect of water
proofing works, as per specified performa. (Annexure C). The Security Deposit of water proofing work
shall be refunded after completion of defect liability period.
18. Intending Bidders are advised to inspect and examine the site and its surroundings and satisfy themselves
before submitting their bids as to the nature of the ground and sub-soil (so far as is practicable), the form
and nature of the site, the means of access to the site, the accommodation they may require and in general
shall themselves obtain all necessary information as to risks, contingencies and other circumstances which
may influence or affect their bid. A bidder shall be deemed to have full knowledge of the site whether he
inspects it or not and no extra charge consequent on any misunderstanding or otherwise shall be allowed.
CORRECTION (C) NIL---------
INSERTION (I) NIL---------
DELETION (D) NIL--------- A. E. (P) EE(P)
Page - 12 - of 118

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.
19. 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 bidder shall be summarily rejected.
20. Canvassing whether directly or indirectly, in connection with bidders is strictly prohibited and the bids
submitted by the contractors who resort to canvassing will be liable to rejection.
21. The competent authority on behalf of President of India reserves to himself the right of accepting the
whole or any part of the tender and the bidders shall be bound to perform the same at the rate quoted.
22. The bidders shall not be permitted to bid for works in the PWD Circle (Division in case of contractors of
Horticulture/Nursery category) responsible for award and execution of contracts, in which his near relative
is posted a Divisional Accountant or as an officer in any capacity between the grades of Superintending
Engineer and Junior Engineer (both inclusive). He shall also intimate the names of persons who are
working with him in any capacity or are subsequently employed by him and who are near relatives to any
gazetted officer in the Public Works Department, Delhi or in the Ministry of Urban Development, Delhi.
Any breach of this condition by the contractor would render him liable to be removed from the approved
list of contractors of this Department.
23. No Engineer of Gazetted Rank or other Gazetted Officer employed in Engineering or Administrative
duties in an Engineering Department of the Government of India is allowed to work as a contractor for a
period of one year after his retirement from Government service, without the previous permission of the
Government of India in writing. This contract is liable to be cancelled if either the contractor or any of his
employees is found any time to be such a person who had not obtained the permission of the Government
of India as aforesaid before submission of the bid or engagement in the contractor’s service.
24. The bid for the works shall remain open for acceptance for a period of 30 (Thirty) days from the date of
opening of tender. If any bidder 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 bidder shall not be allowed
to participate in the re-bidding process of the work.
25. This Notice Inviting Tender 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 Tender, all the documents including additional conditions, specifications and
drawings, if any, forming part of the tender 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 CPWD Form –7 or other Standard C.P.W.D. form as applicable.
26. The contractor shall quote his rates keeping in mind the specifications; terms & conditions, particular
specifications and special conditions etc. and nothing shall be payable extra whatsoever unless otherwise
specified. If the bidders does not quote the rate for any item, leaving the space blank, whatsoever, it will be
presumed that the bidders has loaded the cost of this/ these item(s) on other item(s), and he will execute
this /these items at zero cost, and the bid will be evaluated accordingly.
27.0 For Composite Bids.

27.1 The Executive Engineer in charge of the major component will call bids for the composite work. The cost
of bid document and Earnest Money will be fixed with respect to the combined estimated cost put to tender
for the composite bid.

27.2 The eligible bidder(s) shall quote rates for all items of major component as well as for all items of minor
components of work.
CORRECTION (C) NIL---------
INSERTION (I) NIL---------
DELETION (D) NIL--------- A. E. (P) EE(P)
Page - 13 - of 118

27.3 After acceptance of the bid by competent authority, the EE in charge of major component of the work shall
issue letter of award on behalf of the President of India. After the work is awarded, the main contractor
will have to enter into one agreement with EE in charge of major component and has also to sign two
copies of agreement. One such signed set of agreement shall be handed over to EE (E) in charge of minor
component. EE of major component will operate part A of the agreement. EE (E) in charge of minor
component shall operate Part B along with Part A of the agreement.

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

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

27.6 Running payment for the major component shall be made by EE of major discipline to the main contractor.
Running payment for minor component shall be made by Engineer-in-charge of the discipline of minor
component directly to the main contractor.

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

28. In case of any difference / ambiguity between English & Hindi versions, English version shall prevail.
29. The department shall deduct Income Tax on the value of work done from each bill of the contractor as per
prevailing Government instructions/orders. In lieu, the department shall issue a certificate of deduction of
the tax at source to the contractor, in relevant form.
30. Engineer-in-Charge shall deduct TDS and GST as per prevailing Government instructions / orders from
the total payment made to contractor in pursuance of this contract. This TDS/GST shall also be deducted
on advance payment to be adjusted in future bills and on the amount of cost escalation. The TDS/GSTDS
certificate shall be issued by the Engineer-in-Charge to the contractor in as per provisions in the GST Act.
31. The department shall deduct labour CESS @1% on the value of work done from each bill of the contractor
as per prevailing Government instructions/orders. In lieu, the department shall issue a certificate of
deduction of the tax at source to the contractor, in relevant form.
32. In the tender document, the word “CPWD” shall include “PWD (GNCT Delhi)” wherever exists.
33. Those contractors not registered on the website mentioned above, are required to get registered
beforehand. If needed they can be imparted training on online tendering process as per details available on
the website. The intending bidder must have valid class-III digital signature to submit the bid.

Executive Engineer,
North Building Division (M-322),
PWD, Delhi
For & on behalf of President of India

CORRECTION (C) NIL---------


INSERTION (I) NIL---------
DELETION (D) NIL--------- A. E. (P) EE(P)
Page - 14 - of 118

CPWD - 7
PUBLIC WORKS DEPARTMENT
GOVERNMENT OF NCT DELHI

STATE: - DELHI ZONE: - NORTH (M) CIRCLE: - North (M)


BRANCH: - B&R DIVISION: - E.E. N (B)

PERCENTAGE RATE TENDER & CONTRACT FOR WORKS

1. Tender for the work of: - Construction of G+4 storey Police Post including Rain
Water Harvesting Tank, Underground water tank & development work at
Sanjay Gandhi Transport Nagar, Delhi (Civil & Electrical).
(i) To be submitted Online by 15:00 hours on **30.09.2019 to Executive Engineer, PWD,
North Building Division (M-322), Delhi,
at web site: https://govtprocurement.delhi.gov.in
(ii) To be opened in presence of bidders who may be present either at the place of opening of
tenders (electronically) or can visualize to process online at 3.30 P.M. on **30.09.2019 -
in the office of Executive Engineer, PWD, North Building Division (M-322), Delhi.
Released to website:
https://govtprocurement.delhi.gov.in at Tender I.D. No. 2019_PWD_180687_1**

Signature of officer releasing the documents .............................………………..**

Designation : Executive Engineer

Date of Release: ...............……..**


TENDER
I/We have read and examined the notice inviting tender, schedule A, B, C, D, E & F applicable
specifications, 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 condition of contract and all other contents in the tender document for the
work.

I/We hereby bid 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 bid open for Forty Five (45) days from the date of opening of Financial
Bid and not to make any modifications in its terms and conditions.

** To be filled in by the Executive Engineer

CORRECTION (C) NIL---------


INSERTION (I) NIL---------
DELETION (D) NIL--------- A. E. (P) EE(P)
Page - 15 - of 118

A sum of Rs.................................................*/-is hereby forwarded in the form of Treasury


Challan or Demand Draft or Pay order or Banker`s Cheque or Deposit at Call Receipt or
Fixed Deposit Receipt of any Scheduled Bank drawn in favour of Executive Engineer,
Building Maintenance Division M-322, PWD, New Delhi and Rs. .......................*/- in the
shape of 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 successors in office shall, without prejudice to any other right or
remedy, be at liberty to forfeit the said earnest money absolutely. Further, if I/We fail to
commence the 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 guarantee 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, upto 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 and
Performance Guarantee as aforesaid, I/we shall be debarred for participation in the re-
tendering process of the work.

I/We undertake and confirm that eligible similar work(s) has/have not been got executed
through another contractor on back to back basis. Further that, if such a violation comes to
the notice of Department, then I/We shall be debarred for tendering in CPWD in future
forever. Also, if such a violation comes to the notice of Department before date of start of
work, the Engineer-in-Charge shall be free to forfeit the entire amount of Earnest Money
Deposit/Performance Guarantee.

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

*
Dated .....................* Signature of Contractor
Postal Address....*
Witness:

Address: *

Occupation:

......* to be filled in by contractor

CORRECTION (C) NIL---------


INSERTION (I) NIL---------
DELETION (D) NIL--------- A. E. (P) EE(P)
Page - 16 - of 118

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 ...................**
Designation:

Executive Engineer,
North Building Maintenance Division /M-322
PWD (GNCTD), Delhi-110006

(** to be filled by EE)

CORRECTION (C) NIL---------


INSERTION (I) NIL---------
DELETION (D) NIL--------- A. E. (P) EE(P)
Page - 17 - of 118

FORM ‘A’
FINANCIAL INFORMATION

I. Financial Analysis – Details to be furnished duly supported by figures in balance sheet/ profit &
loss account for the last five years duly certified by the Chartered Accountant, as submitted by
the applicant to the Income Tax Department (Copies to be attached).

Years

2014-15 2015-16 2016-17 2017-18 2018-19


(i) Gross annual turn over on
construction works.

Profit after tax

(ii) Solvency Certificate from Bankers of the bidder in the prescribed Form “B”.

Signature of Chartered Accountant with Seal Signature of Bidder(s).

CORRECTION (C) NIL---------


INSERTION (I) NIL---------
DELETION (D) NIL--------- A. E. (P) EE(P)
Page - 18 - of 118

FORM “B”
FORM OF BANKERS’ CERTIFICATE FROM A SCHEDULED BANK

To,
Executive Engineer,
North Building Maintenance Division /M-322
PWD (GNCTD), Kashmere Gate,
Below ISBT Flyover, Delhi-110006

This is to certify that to the best of our knowledge and information that M/s . /
Sh………………………………………………………….having marginally noted address, a customer of
our bank are/ is respectable and can be treated as good for any engagement upto a limit of
Rs…………………. Rupees ……………………………………………………..)
This certificate is issued without any guarantee or responsibility on the bank or any of the officers.

(Signature)
For the Bank

NOTE:-

(1) Bankers certificates should be on letter head of the Bank and addressed to tendering authority.
(2) In case of partnership firm, certificate should include names of all partners as recorded with the
Bank.

CORRECTION (C) NIL---------


INSERTION (I) NIL---------
DELETION (D) NIL--------- A. E. (P) EE(P)
Page - 19 - of 118

FORM ‘C’
DETAILS OF ALL WORKS OF SIMILAR CLASS COMPLETED DURING THE
LAST SEVEN YEARS ENDING LAST DAY OF THE MONTH SEPTEMBER, 2018

S. Name of Owner or Cost of Date of Stipula Actual Litigation/ar Name and Whether
N work sponsoring completed comme ted date of bitration address/telep similar
o. /project and organization work nceme date of completi cases hone No. of work has
location done in nt as comple on pending/in officer to been
Lakhs per tion progress whom executed
contrac with details* reference on back to
t may be made back basis
Yes/No
1 2 3 4 5 6 7 8 9 10

* Indicate gross amount claimed and amount awarded by the Arbitrator.

Signature of Bidder(s)

CORRECTION (C) NIL---------


INSERTION (I) NIL---------
DELETION (D) NIL--------- A. E. (P) EE(P)
Page - 20 - of 118

FORM ‘D’
PERFORMANCE REPORT OF WORKS REFERRED TO IN FORMS “C”

1. Name of work/project & location


2. Agreement no.
3. Estimated cost
4. Tendered cost
5. Actual completion cost of work
6. Date of start
7. Date of completion
(i) Stipulated date of completion
(ii) Actual date of completion
8. Amount of compensation levied for delayed completion, if any
9. Amount of reduced rate items, if any
10. Performance Report
(a) Quality of work Outstanding/Very Good/Good/Fair/Poor
(b) Financial soundness Outstanding/Very Good/Good/Fair/Poor
(c) Technical Proficiency Outstanding/Very Good/Good/Fair/Poor
(d) Resourcefulness Outstanding/Very Good/Good/Fair/Poor
(e) General Behavior Outstanding/Very Good/Good/Fair/Poor

Dated: Executive Engineer or Equivalent

Note: 1. In case quality of works considered for similar work criteria is either fair or poor, the
bidders shall not be considered qualify in satisfactory completion of similar work.

CORRECTION (C) NIL---------


INSERTION (I) NIL---------
DELETION (D) NIL--------- A. E. (P) EE(P)
Page - 21 - of 118

PROFORMA OF SCHEDULES
SCHEDULE 'A'

Schedule of Quantities: - Attached at Page 67 to 89 Civil work

SCHEDULE 'B'

Schedule of materials to be issued to the contractor.

Sl. No. Description of Item Quantity Rates in figures & Place of Issue
words at which
the material will
be charged to the
contractor
1 2 3 4 5

------------------NIL---------------

SCHEDULE 'C'

Tools and Plants to be hired to the contractor

Sl. No. Description Hire charges per Place of issue


day
1 2 3 4
------------------NIL---------------

SCHEDULE 'D'
Extra schedule for specific requirements / documents
for the work, if any : Attached as General Conditions and Particular
Specifications at Page 28-56

SCHEDULE 'E'

Reference to General conditions of contract:- General Conditions of Contract for


CPWD Works-2014 as amended/
modified up to last date of
submission of bid

CORRECTION (C) NIL---------


INSERTION (I) NIL---------
DELETION (D) NIL--------- A. E. (P) EE(P)
Page - 22 - of 118

NAME OF WORK: Construction of G+4 storey Police Post including Rain Water
Harvesting Tank, Underground water tank & development work at
Sanjay Gandhi Transport Nagar, Delhi (Civil & Electrical).

Estimated cost of Work : Rs. 2,96,10,115/- Civil work


Rs. 1,02,11,213/- Electrical work
Total Rs. 3,98,21,328/-

Earnest Money : Rs. 7,96,427/-

Performance Guarantee : 5% of accepted tendered value of work.

Security Deposit : 2.5% of accepted tendered value of work.

SCHEDULE ‘F’
General Rules & Directions :

Officer Inviting Tender : Executive Engineer, PWD, North Building


Division (M-322), 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 details under clause 12 of this NIT

Definitions:
2(v) Engineer-in-Charge : Civil Works: Executive Engineer, PWD, North
Building Division (M-322), Delhi or his successor.

Electrical Works: Executive Engineer, PWD,


North Electrical Division (M-352), Delhi or his
successor.

2(viii) Accepting Authority : Superintending Engineer (North) Maintenance


Circle, PWD, Delhi or his successor.

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


labour to cover all overheads and
profits.
2(xi) Standard Schedule of Rates (i) Civil Work: DSR-2016 plus 15.69% cost index,
minus 9.5% as per GNCTD Circular with
Correction slips issued up to the last date
prescribed for submission of tender.

2(xii) Department : PWD (GNCTD)


9(ii) Standard CPWD contract Form : CPWD form-7, GCC-2014,as amended/
modified upto the last date of submission of
bid i/c extension if any.
CORRECTION (C) NIL---------
INSERTION (I) NIL---------
DELETION (D) NIL--------- A. E. (P) EE(P)
Page - 23 - of 118

Clause 1

(i) Time allowed for submission of Performance : 10 days


Guarantee, Programme Chart (Time and Progress)
and applicable labour licenses, registration with EPFO,
ESIC and BOCW Welfare Board or proof of applying
thereof from the date of issue of letter of acceptance

(ii) Maximum allowable extension with late


fee @0.1% per day of performance guarantee amount
beyond the period provided in (i) above : 5 days

Clause 2
Authority for fixing compensation under clause 2. : Superintending Engineer North (M)
Circle, PWD, (GNCTD), New Delhi
or his successor.

Clause 2A
Whether clause 2 A shall be applicable : Not Applicable

Clause 5
Number of days from the date of issue of letter : 15 days
of acceptance for reckoning date of start

Mile stone(s) as per table given below:

TABLE OF MILE STONE (S)


S. Description of Milestone (Physical) Time Allowed Amount to be with
No. (% or in Rs) in days (from held in case of non
date of start) achievement of
mile stone
1 i) Submission of structural design and drawing calculation to 60 days 1.0 % of the
Engineer-in-Charge within 15 days Accepted tendered
ii) Proof checking from govt. institute as approved by the value.
Engineer-in-Charge and submission of final good drawing
for construction within 25 days.
iii) Getting design mix report from government approved
agency for RMC within 30 days.
iv) completion of work done upto plinth level
2 i) Completion of RCC work upto IInd floor level. 120 days 1.0 % of the
ii) Completion of brick work upto Ist floor level. Accepted tendered
value.
3 i) Completion of complete RCC work upto mumty. 180 days 1.0 % of the
ii) Brick work upto IVth floor level. Accepted tendered
iii) Internal electrical conduit, water supply/sanitary lines value.
fittings, internal plastering upto IIIrd floor level.

4 Complete work with finishing and external development, 240 Days 1.0 % of the
road work complete as per direction of Engineer-in-Charge Accepted tendered
and required for handing over building to client. value.
CORRECTION (C) NIL---------
INSERTION (I) NIL---------
DELETION (D) NIL--------- A. E. (P) EE(P)
Page - 24 - of 118

Time allowed for execution of work: 240 (Two Hundred Forty) Days

Authority to decide:
(i) Extension of time : Executive Engineer, North Building Division, (M-322),
PWD (GNCTD), New Delhi.
(ii) Rescheduling of Milestones : Superintending Engineer, North Maintenance Circle
PWD (GNCTD), New Delhi or his successor.
(iii) Shifting of date of start in case of : Superintending Engineer, North Maintenance Circle
delay in handing over of site PWD (GNCTD), New Delhi or his successor.

Clause 6, 6A
Clause applicable (6 or 6A) : 6A

Clause 7
Gross work to be done together with : Rs 37 Lakh
net payment/adjustment of advances
for material collected, if any, since the
last such payment for being eligible to
interim payment.

Clause 7A:
No Running account bill shall be paid for
the work till the applicable Labour license,
registration with EPFO, ESIC and BOCW
Welfare Board, whatever applicable are
submitted by the contractor to the
Engineer-in-Charge.

Whether clause 7A shall be applicable : Yes

Clause 10 A
List attached as per page no. 45
List of testing equipment to be provided
by the contractor at site lab :

Clause 10B (ii), (iii) : Not Applicable


Whether clause 10 B (ii), (iii) shall be
applicable?

Clause 10 C Applicable
Component of labour expressed as percent of : 25%
value of work

Clause 10CA Applicable

Materials covered under this Nearest Materials (other than cement, Base Price of all the materials covered
clause reinforcement bars and structural steel) for under clause 10 CA *
which All India Wholesale Price Index to be Base Rate Corresponding
CORRECTION (C) NIL---------
INSERTION (I) NIL---------
DELETION (D) NIL--------- A. E. (P) EE(P)
Page - 25 - of 118

followed Period
1. Cement (OPC) N/A Rs. 5000/- June, 2019
2. Cement (PPC) N/A Rs. 5000/- June, 2019
3. Reinforcement bars TMT - N/A Rs. 39,500/- June, 2019
500 D (Primary Producers)

Clause 10CC
Clause 10CC to be applicable in contracts 12 Months, Hence
with stipulated period of completion : Not applicable
exceeding the period shown in the next
column.
Clause 11
Specifications to be followed for execution of : (i) Civil Works: CPWD Specifications 2009
work vol. I & II with up to date correction slips,
general conditions, additional and particular
specifications attached.
(ii) Electrical Works: EI works 2013 (Part-I
internal) and 1994 (Part-II external) with up to
date correction slip till last date of submission
of tender.
(iii) Any other specification as per general
trend & manufacturer specification.

Clause 12
Type of Work Original Work

12.2 & 12.3 Deviation limit beyond which : 30% for all works except foundation items.
clauses 12.2 & 12.3 shall apply
for building work.
12.5 (i) Deviation Limit beyond which : 30%
clauses 12.2. & 12.3 shall apply
for foundation work. (except
items mentioned in earth work
sub head in DSR related items)
(ii)Deviation limit for items : 100%
mentioned on earth work
subhead of DSR and related
items.

Clause 16
Competent Authority for deciding : (i) Upto 5% of total cost - Superintending
reduced rates Engineer North Maintenance Circle, PWD,
GNCTD, or his successor.
(ii) above 5% of total cost - CE (N), PWD or his
successor
Clause 18
List of mandatory machinery, tools : As per Annexure-E attached
& plants to be deployed by the
contractor at site
CORRECTION (C) NIL---------
INSERTION (I) NIL---------
DELETION (D) NIL--------- A. E. (P) EE(P)
Page - 26 - of 118

Clause 19 L: The E.S.I. & E.P.F. Contribution on the part of


employer in respect of this contract shall be paid by
the contractor. These contributions on the part of
employer paid by the contractor shall be reimbursed
by the Engineer-in-charge to the contractor on
actual basis. The applicable & eligible amount of
E.P.F. & E.S.I. shall be reimbursed preferably
within 7 days but not later than 30 days of
submission of documentary proof of payment
provided the same are in order.

Clause 25
Constitution of Dispute Redressal Committee (DRC)
(A) For total claims more than Rs. 25 Lac
1. Chief Engineer (East)-M, PWD, GNCTD : Chairman
2. Director (Works), PWD, GNCTD : Member
3. Superintending Engineer (West), PWD, : Member
4. Superintending Engineer in charge of works shall
present the case before DRC
(B) For total claims upto than Rs. 25 Lac
1. Director (Works), PWD, GNCTD : Chairman
2. Executive Engineer (North-West), Building-1 : Member
3. Executive Engineer (West), Building-1 : Member
4. Executive Engineer in-charge of works shall
present the case before DRC
Clause 36 (i)
Requirement of technical representative (s) and recovery rate(s).

Sl. Minimum Designation(Pri Rate at which recovery shall be


Experience
Minimum
Discipline

Number

No. Qualification of ncipal made from the contractor in the


Technical Technical/ event of not fulfilling provision of
Representative Technical clause 36(i)
Representative) Figure (Rs.) Words

Principal 25,000/-
Civil

1 Graduate Engineer Technical 1 Per month Rs. Twenty Five


5 Year
Representative Per person Thousand Per month
Graduate Engineer 2 Year 1 15,000/- Rs. Fifteen
Civil

Project /Site
2 Or or or Per month Thousand Per month
Engineer
Diploma Engineer 5 Years 1 Per person Per person
Site Engineer as
Electrical

and when 15,000/- Rs. Fifteen


3 Diploma Engineer required at site 5 Years 1 Per month Thousand Per month
for electrical Per person Per person
work.

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

CORRECTION (C) NIL---------


INSERTION (I) NIL---------
DELETION (D) NIL--------- A. E. (P) EE(P)
Page - 27 - of 118

Clause 42
i) (a) Schedule/statement for determining : DSR 2016 with upto date correction slips
theoretical quantity of cement & and as per nomenclature of item.
bitumen on the basis of Delhi Schedule
of Rates 2016 printed by CPWD

ii) Variations permissible on theoretical


Quantities:-

a) Cement : 2% Plus/Minus

b) Bitumen for all work : 2.5% plus only and NIL on


minus side

c) Steel : 2 % Wastage

c) All other materials : NIL

RECOVERY RATES FOR QUANTITIES BEYOND PERMISSIBLE VARIATION

Sr. Description of Item Rates in figures and words at which recovery shall
No. be made from the contractor.
Excess use beyond Less use beyond
Permissible the permissible
Variations variation of design mix
1 2 3 4
1. Cement (PPC) NIL Not allowed, work will be
rejected;
2. Steel Reinforcement NIL Not allowed, work will be
(Primary Manufacturer) rejected;
3. Structural Steel NIL Not allowed, work will be
rejected;
4. Other..... NIL Not allowed, work will be
rejected;

Executive Engineer,
North Building Division (M-322),
PWD, Delhi

CORRECTION (C) NIL---------


INSERTION (I) NIL---------
DELETION (D) NIL--------- A. E. (P) EE(P)
Page - 28 - of 118

GENERAL CONDITIONS
1.0 GENERAL
(i) The dismantle material/building rubbish received from dismantling/demolishing shall be
dumped to the dumping ground in properly covered truck with precaution. Agency shall
submit the hard copy of photograph showing the properly covered truck disposing the
dismantled material/building rubbish. Failure of which shall be sternly dealt and a
penalty @ Rs.5000/- per trip of truck shall be levied and the decision of Engineer-in-
Charge shall be final & binding.
(ii) Agency/contractor shall not dump the construction material on the metalled road and
shall keep the construction material on the physically demarcated space by the Engineer-
in-Charge.
(iii) All the building material responsible for pollution shall be brought at site from sources
covered by tarpaulin and shall take all precautionary measure to ensure that no dust
particles are permitted to pollute the air quality, failure of which Agency shall be liable
to pay damages as decided by Engineer-in-Charge. The decision of Engineer-in-Charge
shall be final & binding.
(iv) All the trucks or vehicles of any kind, which are used for construction purpose and/or are
carrying construction materials like cement, sand and other allied material, shall be fully
covered in the process of transporting the material.
(v) The construction material of any kind that is stored in the site will be fully covered in all
respects so that it does not disperse in the Air in any form.
(vi) Every worker working on the construction site and involved in loading, unloading and
carriage of construction material and construction debris shall be provided with mask to
prevent inhalation of dust particles.
(vii) Contractor should provide all medical help, investigation and treatment to the workers
involved in the construction of building and carry of construction material and debris
relatable to dust emission.
(viii) There shall be no burning of leaves, plastic etc at construction site.
(ix) Contractor should ensure that directives of Hon’ble National Green Tribunal orders dated
04-12-2014 and 10.04.2015 in O.A. No. 21 of 2014 and O.A. No. 95 of 2014 and MoEF
guidelines of 2010 regarding dealing with Air Pollution from construction and
demolition sites.
2.0 Scope of work(Nothing shall be payable for the following activities except
otherwise specified)
(i) The scope of work also includes Preliminary works like setting and maintenance
of permanent bench marks reference points, central line of the carriageway etc. It
shall also include making adjustment in the layout if required as per site
conditions and as directed by the Engineer-in-Charge. The layout shall be got
approved from the Engineer-in-charge before starting actual work. Existing
levels of the area under the scope of work shall also be recorded.
(ii) Clearing of site for construction of the work and all activities connected
therewith before commencement of work to the satisfaction of the Engineer-in-
Charge.
(iii) All the exposed concrete surfaces shall have shutter or form liner finish (except
for piles and lean concrete) and nothing shall be paid extra for the same.
CORRECTION (C) NIL---------
INSERTION (I) NIL---------
DELETION (D) NIL--------- A. E. (P) EE(P)
Page - 29 - of 118

(iv) Maintenance of all works during construction till handing over to the
Department.
(v) Protection and maintenance of existing services.
(vi) Provision for all safety measures for traffic, pedestrian workmen, machinery etc.
as considered necessary by the Engineer-in-charge.
(vii) Identification of services like sewer lines, water supply lines, electric and
telephone cables etc. well in advance of actual execution.
(viii) It may be noted that all the safety requirements as may be felt necessary by the
Engineer- in-Charge, shall have to be provided for allowing the traffic to pass
underneath the superstructure at all times during the construction period.
(ix) In case of defective construction by the contractor or on account of any other
reason attributable to the contractor if the consultants appointed by the
department, submit additional claims for re-designing on account of additional
input by them, due to such reasons, the same shall also be borne by the
contractor. The opinion of the Engineer-in-charge in these matters shall be final
and binding.
(x) All ancillary and incidental facilities required for execution of the work i.e.
labour camps, stores, offices for contractors, work shop facilities, watch and
ward, temporary structure for plants and machinery, well equipped. site
laboratory as mentioned in the tender; document, water storage structure, tube
wells, electric /telephone installation and charges, liaison work, protection work
during execution and not included in the main items, any other item /activity
contained elsewhere in the tender documents which is necessary for execution of
work in the opinion of the Engineer-in-Charge.
(xi) Pumping and bailing out water in suitable manner as directed by Engineer-in-
Charge.
(xii) It is also made clear that intending tenderer should visit the sites of work and
physically assess the activities which are involved for completing the work,
including the quantum of work besides the information supplied in the tender
document. No claim whatsoever shall be entertained on this account.
(xiii) The construction agencies shall make arrangement for a regular fortnightly or
other frequency as desired by Engineer-in-Charge for the documentation of the
progress of work.
(xiv) Activities related to setting of various items such as permanent bench-marks,
reference points, central line of carriageway, layout of foundations and bearings
etc. shall be performed by total station survey.
(xv) The contractor shall provide barricading all around site and suitable light shall
be provided with barricading. Contractor shall not be paid anything extra for the
barricading. In case the Agency fails to provide barricading as per direction of
Engineer-in-charge, the same shall be provided by the department at his risk and
cost.
(xvi) Services like water supply lines, sewer lines, storm water drains, electricity
lines, telephone lines, underground cables /structure, if any falling in the
alignment of the work, which are required to be removed or shifted temporarily
in the opinion of the Engineer-in-Charge shall be removed /shifted by the
contractor if found necessary by the Engineer-in-charge. However necessary
cost/charge for payment for shifting of services shall be borne by the department
Time taken for its shifting, removal, diversion shall be accounted for towards
according extension of times if it actually causes hindrance in execution as per
the discretion of the Engineer-in-Charge. No claim for delay or otherwise due to
above reasons shall be entertained on this account.

CORRECTION (C) NIL---------


INSERTION (I) NIL---------
DELETION (D) NIL--------- A. E. (P) EE(P)
Page - 30 - of 118

3.0 SITE CONDITIONS


Site conditions given hereunder and elsewhere are given as guidelines and contractor
shall satisfy himself regarding all aspects of site conditions and no claim will be
entertained on the plea that the information supplied by the department is erroneous or
insufficient.

3.1 Location
Sanjay Gandhi Transport Nagar, Delhi.

3.2 Climatic conditions


The climate in the region is extreme with three major seasons- winter, summer and
rainy. The winter season lasts from October to March, summer season from April to
June and rainy season from July to September. This is only for guidance and there may
be variations.

3.3 Housing, water supply, Drainage and Electricity


No accommodation is available at the site of work. The contractor has to make his own
arrangements for electric connection, housing, stores and field offices, accommodations
for his labour and other employees etc. Contractor should visit the site and see in what
manner he is able to arrange the above. Arrangement of water for drinking purpose in
addition to the water required for construction work is also to be made by the contractor.
No other space shall be made available at work site except for temporary site
office/Chowkidar hut. However onus will be on contractor to arrange the space on its
own. No claim whatsoever will be entertained on this account.

3.3.1 It shall be deemed that the contractor has satisfied himself as to the nature and location
of the work, general and local conditions and particularly those pertaining to transport,
handling and storage of materials, availability of labour, weather conditions at site and
general ground / sub soil conditions and the contractor has to estimate his cost
accordingly.

3.3.2 The PWD will bear no responsibility for the lack of such knowledge and also the
consequence thereof to the contractor. The information and site data shown in the
drawings and mentioned herein and elsewhere in these tender documents are furnished
for general information and guidance only. The Engineer-in-charge in no case shall be
held responsible for the accuracy thereof or/and whatsoever, interpretations or
conclusions drawn there from/by the contractor and no claim shall be entertained
whatsoever if the site conditions/information is different or otherwise incorrect as it is
presumed that the contractor has satisfied himself for all possible contingencies,
situations, bottlenecks and acts of coordination which may be required between the
different agencies.

3.3.3 In case of flooding of site on account of rain or any other cause, or any other damage
whatsoever, no claim financially or otherwise shall be entertained, not withstanding any
other provisions elsewhere in the tender documents.

CORRECTION (C) NIL---------


INSERTION (I) NIL---------
DELETION (D) NIL--------- A. E. (P) EE(P)
Page - 31 - of 118

ADDITIONAL CONDITIONS

1. 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.
2. Any damage done by the contractor to any existing work shall be made good by him at
his own cost.
3. The work shall be carried out in the manner complying in all respects with the
requirement of relevant byelaws of the local bodies under the jurisdiction of which the
work is to be executed and nothing extra shall be paid on this account.
4. The contractor shall make his own arrangement for obtaining electric connection (s) if
required, and make necessary payment directly to the department concerned. The
department will however make all reasonable recommendations to the authority
concerned in this regard.

5. The Contractor or his authorized representative should always be available at the site of
work to take instructions from departmental officers, and ensure proper execution of
work. No work should be done in the absence of such authorized representative.

6. The structural 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 his respect.

7. The contractor shall maintain in good condition, all works executed till the completion of
entire work allotted to the contractor.

8. Royalty at the prevalent rates and all other incidental expenditure shall have to be paid
by the contractor on all metal shingle, earth, sand, bajri etc. collected by him for the
execution of the work direct to the concerned Revenue Authority of the State or Central
Govt. His rates are deemed to include all such expenditure and nothing extra shall be
paid.

9. The malba/garbage, removed from the site shall be disposed off by the contractor at
approved dumping yard as directed by the Engineer-in-Charge.

10. All work and materials brought and left upon the ground by the contractor or by his
order for the purpose of forming part of the works, are to be considered to be the
property of the President of India and the same are not to be removed or taken away by
the contractor or any other person without special license and consent in writing of the
Engineer-in-Charge, but the President of India is not to be in any way responsible for
any loss or damage which may happen to or in respect of any such work or materials
either by the same being lost or damaged by weather or otherwise.

11. Unless otherwise provided in the schedule of quantities the rates, tendered by the
contractor shall be all-inclusive and shall apply to all heights, depths, leads and lifts.

12. The contractor shall construct suitable godown at the contractor’s compound for storing
the materials safe against damage due to sun, rain dampness, fire, theft etc. He shall also
employ necessary watch and ward establishment for the purpose and no extra claim
whatsoever shall be entertained on this account.

13. In the tender paper the word “CPWD” shall include PWD (GNCTD) wherever exists.

CORRECTION (C) NIL---------


INSERTION (I) NIL---------
DELETION (D) NIL--------- A. E. (P) EE(P)
Page - 32 - of 118

14. Cement bags shall be stored in two separate godowns, one for tested cement and the other for
fresh cement (under testing). These godowns shall be constructed by the contractor at his own
cost as per sketch given in the general conditions of contract for CPWD works-2014 with
weather proof roofs and walls. The size of the cement godown is indicated in the sketch for
guidance only. The actual size of godown shall be as per site requirements and nothing extra
shall be paid for the same. The decision of the Engineer-in-Charge regarding the capacity
needed will be final. However, the capacity of each godown shall not be less than 200 tonnes.
Each godown shall be provided with a single door with two locks. The keys of one lock shall
remain with Engineer-in-Charge of the work and that of other lock with the authorized agent of
the contractor at the site of work so that the cement is issued from godown accordingly to the
daily requirement with the knowledge of both parties. The account of daily receipt and issue of
cement shall be maintained in a register in the prescribed Performa and signed daily by the
contractor or his authorized agent in token of its correctness.

15. Material shall be kept in joint custody of the contractor and the representative of the Engineer-in-
charge. The empty containers shall not be removed from the site of work till the relevant item of
work has been completed and permission obtained from the Engineer-in-Charge.

16. The area shall be kept dry when the work is in progress even below water table. Nothing extra
shall be paid for removal of slush / sludge, bailing out water due to sub-soil condition, rains,
spring etc.

17. If required, the contractor shall have to work during nights also. He shall make the necessary
arrangements for lights etc. for nights or even if lights are required due to any other reason.
Nothing extra shall be paid on this account. The rates shall include the above elements.

18. The contractor shall have to make his own arrangement for housing facilities for staff and labour
away from construction site and shall have to transport the labour to and from between
construction site and labour camp at his own cost. No labour huts will be allowed to be
constructed at the project site except a few temporary sheds for chowkidars and storekeepers.
The decision about how many huts can be allowed for chowkidars and storekeepers at project
site shall rest with the Engineer-in-Charge and the contractor shall have no claim on this account.

19. The temporary warning lamps shall be installed at all barricades during the hours of
darkness and kept lit at all times during these hours.

Failure to comply with the requirements mentioned above shall be deemed to be breach of the
contract on the part of the contractor for which the contractor shall be liable to action under
relevant clauses/conditions of the agreement. The Engineer-in-Charge shall give notice to the
contractor for such default and the contractor shall comply with the same within one day of such
notice failing which the Engineer-in-Charge will get the barricading set right in accordance with
above provisions at risk and cost of the contractor in addition to the compensation payable by
the contractor for default.

20. Labour cess @ 1% (one percent) of the gross value of work done shall be deducted as per
Building & other construction workers (RE&CS) Act 1996 (Main Act) and the Building & other
construction workers’ Welfare Cess Act 1996 (Cass Act) in the National Capital Territory of Delhi.

21. GST shall be deducted as applicable from the bill of the contractor as per Govt. of India's direction
issued in the regard.

CORRECTION (C) NIL---------


INSERTION (I) NIL---------
DELETION (D) NIL--------- A. E. (P) EE(P)
Page - 33 - of 118

ADDITIONAL CONDITION FOR SUMISSION OF THE


STRUCTURAL DESIGN & DRAWING

The contractor/Agency shall submit one set of hard and soft copies of design history, preliminary
sizes, load calculations with framing plan/elevation within 5 days from stipulated dated of start.
Thereafter, checking of preliminary sizes, loading arrangement & framing plan will be done by the
department before final analysis. After finalizing loading arrangement/framing plan/ preliminary sizes of
RCC members, contractor shall submit one set of hard copy & soft copy of structural analysis, design
calculation & all structural drawings for proof checking by the proof check consultant i.e. Govt.
Institution within 15 days from stipulated dated of start. If the agency flails to submit the drawings along
with detailed design calculation by this time, the delay on this account will be attributable to the
contractor.

The design should be based on the soil investigation report and the architectural drawings
supplied by the department. The design should be got done through reputed design consultant/ structural
designer empanelled by the Engineer-in-chief PWD/CPWD, Delhi with the prior approval of the
Engineer-in-charge. After checking of structural analysis /design calculation, drawings by proof check
consultant, contractor shall submit final one set of soft copies of structural analysis, structural design
calculation & six sets of structural drawings duly signed by the contractor, Structural consultant and
further signed by the proof check consultant mentioning “Good for construction” structural drawings
within 25 days from the stipulated date of start. Nothing shall be paid to the contractor/Agency on this
account.

The work shall be executed in accordance with the drawings duly proof checked by the reputed
Government institutions i.e. D.T.U , IIT Roorkei, IIT Delhi, Jamia Millia Islamia University and Panjab
University. No extra time for submission and approval of structural drawings will be granted. If any
change in structural analysis and design is required as per site conditions during execution, the same shall
be got modified from structural design consultant and further proof checked by same Govt. institution as
mentioned above. The decision of the tender accepting authority in this regard shall be final and binding
on the Contractor/Agency. Nothing shall be payable for any modification/revision in design &
preparation of revised structural drawings

The Contractor/Agency shall be responsible for correctness of the design and also for structural
safely of the buildings. Approval of design/drawing by the department shall not absolve the
Contractor/Agency including proof check consultant for their responsibility in this regard.

In case of any dispute or interpretation of any provision, the decision of Superintending


Engineer, North Maintenance Circle, PWD Delhi-110006 shall be final and binding on the
Contractor/Agency and shall not be open to any Arbitration.

CORRECTION (C) NIL---------


INSERTION (I) NIL---------
DELETION (D) NIL--------- A. E. (P) EE(P)
Page - 34 - of 118

SPECIAL CONDITIONS

1. Before start of the work, the contractor shall submit the programme of execution of work
and get it approved from the Engineer-in-Charge and strictly adhere to the same for the
timely completion of the project work.

2. The contractor shall have to make approaches to the site, if so required, and keep them in
good condition for transportation of labour and materials as well as inspection of works
by the Engineer-in-Charge. Nothing extra shall be paid on this account.

3. All setting out activities concerning establishment of bench marks, theodolite stations,
centre line pillars, etc. including all materials, tools, plants, equipments, theodolite and
all other instruments, labour etc. required for performing all the functions necessary and
ancillary thereto at the commencement of the work, during the progress of the work and
till the completion of the work shall be carried out by the contractor. Nothing extra shall
be paid on this account.

4. The contractor shall carry out true and proper setting out of the work under the
supervision of the Engineer-in-Charge or his authorized representatives and shall be
responsible for the correctness of the positions, levels, dimensions and alignments of all
parts of the Road/ culvert. If at any time, during the progress of the work, any error
appears or arises in the position, level, dimensions or alignment of any part of the work,
the contractor on being asked to do so by the Engineer-in-charge, shall rectify such error
to the entire satisfaction of the Engineer-in-Charge. The supervision and/or checking by
the Engineer-in-Charge or his authorised representatives shall not relieve the contractor
of his responsibility for the correctness of any setting out of any line or level. The
contractor shall carefully protect and preserve all bench marks, pegs and pillars provided
for the setting out of works. Nothing extra shall be paid on this account.

5. For completing the work in time, the contractor might be required to work in two or
more shifts including night shifts and no claims whatsoever shall be entertained on this
account, notwithstanding the fact that the contractor will have to pay to the labourers and
other staff engaged directly or indirectly on the work according to the provisions of the
labour regulation and the agreement entered upon and / or extra amount for any other
reason.

6. The contractor shall take all necessary measures for the safety of traffic during
construction and provide, erect and maintain such barricades including signs, markings,
flags, lights and flagmen as necessary at either end of the excavation / embankment and
at such intermediate points as directed by the Engineer-in-Charge for the proper
identification of construction area. He shall be responsible for all damages and accidents
caused due to negligence on his part.

7 Some restrictions may be imposed by the concerned authorities on quarrying of sand,


stone etc. from certain areas. For timely completion of work, the contractor shall have to
bring such material from other quarries located elsewhere, and nothing extra shall be
payable on this account.

8. The structural 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.
CORRECTION (C) NIL---------
INSERTION (I) NIL---------
DELETION (D) NIL--------- A. E. (P) EE(P)
Page - 35 - of 118

9. The contractor shall maintain in good condition, all work executed till the completion of
entire work allotted to the contractor.

10. No payment shall be made to the contractor for damage caused by rain, flood and other
natural calamities whatsoever during the execution of works and any damage to the work
on this account shall have to be made good by the contractor at his own cost.

11. Royalty at the prevalent rates and all other incidental expenditure shall have to be paid
by the contractor on all the boulders, metal, shingle, earth, sand, bajri etc. collected by
him for the execution of the work direct to the concerned Revenue Authority of the State
or Central Government. His rates are deemed to include all such expenditure and nothing
extra shall be paid.

12. The tendered rates for all items of work, unless specified otherwise, shall include the cost
of all operations, labour, materials, de-watering and other inputs involved in the
execution of the items.
13. Unless otherwise specified in the Schedule of Quantities, the rates for all items of work
shall be considered as inclusive of working in or under water and/or liquid mud and/or
foul conditions including pumping or bailing out liquid mud or water accumulated in
excavations during the progress of the work from springs, tidal or river seepage, rain,
broken water mains or drains and seepage from subsoil acquifer.

14. Unless otherwise provided in the schedule of quantities, the rates tendered by the
contractor shall be all inclusive and shall apply to all heights, depths, leads and lifts

15. All work and materials brought and left upon the ground by the contractor or by his
orders for the purpose of forming part of the works, are to be considered to be the
property of President of India and same are not to be removed or taken away by the
contractor or any other person without the special license and consent in writing of the
Engineer-in-Charge, but the President of India is not to be, in any way, responsible for
any loss or damage which may happen to or in respect of any such work or materials
either by the same being lost or damaged by weather or otherwise.

16. No claim for idle establishment & labour, machinery & equipments, tools & plants and
the like, for any reason whatsoever, shall be admissible during the execution of
work as well as after its completion

17. Stacking of materials and excavated earth including its disposal shall be done as per the
directions of the Engineer-in-Charge. Double handling of materials or excavated earth, if
required, shall have to be done by the contractor at his own cost.

18. In the tender papers the word “CPWD” shall include PWD (GNCT Delhi) wherever
exists.

19. Contractor shall supply, free of charge, all the materials required for testing. All
expenditure required for collection, preparation & forwarding the samples to the
laboratory will be borne by the contractor. The testing charges shall be borne by the
contractor / department in the manner described below:-

CORRECTION (C) NIL---------


INSERTION (I) NIL---------
DELETION (D) NIL--------- A. E. (P) EE(P)
Page - 36 - of 118

20. By the contractor, if the test results show that the material does not conform to the
relevant codes / specifications mentioned elsewhere in the tender document.

21. By the department, if the test results show that the material conforms to the relevant /
codes / specifications mentioned elsewhere in the tender document.

22. The contractor or his authorised representative shall associate in collection, preparation,
forwarding and testing of such samples. In case he or his authorised representative is not
present or does not associate him self, the Engineer-in-Charge shall do the needful for
getting the samples collected and tested; the result of such tests and consequences
thereof shall be binding on the contractor. All expenditure required for collection,
preparation & forwarding the samples to the laboratory will also be recovered from the
contractor.

23. The contractor will have to make his own arrangement for obtaining electric
connection(s) from the Electric Supply & Distribution Company and make necessary
payment directly to the Electric Supply Company concerned and/or install generators at
the site of work for systematic & timely execution of work

24. Other agencies working at site may also simultaneously execute the works entrusted to
them and to facilitate their working. The contractor shall make necessary provisions e.g.
holes, openings, etc. for laying/burying pipes, cables, conduits, clamps, hooks etc. as
may be required from time to time.

25. The work shall be carried out in such a manner so as not to interfere and disturb other
works being executed by other agencies, if any.

26. Existing drains, pipes, cables, overhead wires, sewer lines, water line and similar
services encountered in the course of the execution of the work shall be protected against
the damage by the contractor. The contractor shall not store materials or otherwise
occupy any part of the site in a manner likely to hinder the operation of such services.

27. The contractor will not have any claim for damages/losses in case of any delay on the
part of department 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.

28. Any damage done by the contractor to any existing work or work being executed by
other agencies shall be made good by him at his own cost

29. The work shall be carried out in the manner complying, in all respects with the
requirement of relevant rules and regulations of the local bodies under the jurisdiction of
which the work is to be executed and nothing extra shall be paid on this account.

30. On account of security consideration, there could be some restrictions on the working
hours, movement of vehicles for transportation of materials and location of labour
camp. The contractor shall be bound to follow all such restrictions and adjust the
program for execution of work accordingly. Nothing extra shall be paid on this account.

CORRECTION (C) NIL---------


INSERTION (I) NIL---------
DELETION (D) NIL--------- A. E. (P) EE(P)
Page - 37 - of 118

31. For the safety of all labour directly or indirectly employed in the work for the
performance of the contractor’s part of this agreement, the contractors shall, in addition
to the provision of CPWD safety code and directions of the Engineer-in-Charge, make
all arrangements to provide facility as per the provision of Indian Standard
Specifications (Codes) listed below & nothing extra shall be paid on this account:

IS 3696 Part I Safety Code for Scaffolds and ladders.


IS 3696 Part II Safety Code for Scaffolds and ladders Part II ladders.
IS 3764 Safety Code for excavation work.
IS 4138 Safety Code for working in compressed air.
IS 7293 Safety Code for working with construction machinery.
IS 7969 Safety Code for storage and handling of building materials.
IS 4130 Safety Code for demolition of buildings

32. The contractor shall have to make his own arrangement for housing facilities for staff and
labour away from construction site and shall have to transport the labour to and from
between construction site and labour camp at his own cost. No labour huts will be allowed
to be constructed at the project site except a few temporary sheds for chowkidars and
storekeepers. The decision about how many huts can be allowed for chowkidars and
storekeepers at project site shall rest with the Engineer-in-Charge and the contractor shall
have no claim on this account.

Nothing extra shall be paid for cartage of any material to the site of work.

33. The contractor must take adequate precaution to ensure that no spillage of
construction material takes place on to the carriageway. Failure to observe this will
make the contractor liable to pay compensation @ Rs.100/- (Rs. One Hundred Only)
per day per metre length of each carriage way as affected by spill over of any
construction material subject to a maximum of 5% (Five percent) of tendered cost of
the work put to tender. The decision of Engineer-in-Charge in this regard shall be final
and binding on the contractor.

34. The right of carry out the work either in conformity with or in a manner entirely different from the terms
of this tender document that may be considered most suitable before or subsequent to the receipt of
tenders due to exigencies of work, is reserved with the Engineer-in-Charge.

35. The execution of any items of work where any incidental work is actually required but
not specifically stated in the tender, it is to be understood that the rate quoted by the
contractor shall cover such charges also and nothing extra on account of such incidental
charges, if any, shall be paid.

36. The contractor shall maintain in good condition all work till the completion of entire work
allotted to him. From the commencement of the work to the completion of the same, the
work is to be under the contractor’s charge. The contractor is to be held responsible for and
to make good all injuries, damages and repairs, caused by fire, rain, traffic, floods or other
natural calamities and no payment shall be made to the contractor on this account. Engineer-
in-Charge shall not be held responsible for any claims for injuries to persons/ workmen or
for structural damage to property happening from any neglect, default, want of proper care
or misconduct on the part of the contractor or any other of his authorized representatives in
his employment during the execution of the work. The compensation, if any, shall be paid
directly to the department/authority/ persons concerned, by the contractor at his own cost.

CORRECTION (C) NIL---------


INSERTION (I) NIL---------
DELETION (D) NIL--------- A. E. (P) EE(P)
Page - 38 - of 118

37. Engineer-in-Charge shall have full powers to send workmen and employ on the premises to
execute fittings and other work not included in the contract. For whole operations the
contractor is to afford every reasonable facility during ordinary working hours provided such
operations are carried out in such a manner as not to impede the progress of work included in
this contract, in the opinion of Engineer-in-Charge.

38. The contractor shall provide and bear all expenses and charges for special or temporary
service roads required by him in connections with access to the site (except for the
purpose of diversion of traffic as directed by the Engineer-in-Charge), at no extra
charges and his quoted rate shall deem to include the same. He shall alter, adopt or
maintain the same as required from time to time or as directed by the Engineer-in-
Charge. The department shall have right of way to this at all times and will not entitle the
contractor to claim extra on this account.

CORRECTION (C) NIL---------


INSERTION (I) NIL---------
DELETION (D) NIL--------- A. E. (P) EE(P)
Page - 39 - of 118

SPECIAL CONDITIONS FOR CEMENT & STEEL

1. The contractor shall, at his own expense procure and provide all materials including
cement and steel required for the work.

2. The contractor shall procure all the materials in advance so that there is sufficient time to
testing and approving of the materials and clearance of the same before use in work.

3. All materials brought by the contractor for use in the work shall be got checked from the
Engineer-In-Charge or his authorized representative of the work on receipt of the same at
site before use.

4. The contractor shall also employ necessary watch and ward establishment for the safe
custody of materials at his own cost. The contractor shall be fully responsible for the safe
custody of materials brought by him/ issued to him even though the materials may be
under double lock and key system.

5. Contractor has to produce manufacturers test certificate for each lot of cement & steel
procured at site.

6. CONDITIONS FOR CEMENT:-


6.1 The contractor shall procure 43 grade Portland Pozzolana cement as required in the
work, from reputed manufacturers of cement such as ACC, UltraTech, Birla Vikram,
Shree Cement, Ambuja, Jaypee Cement, Century Cement & J.K. Cement or from any
other reputed cement Manufacturer having a production capacity not less than one
million tones per annum as approved by ADG for that sub region. The tenderers may
also submit a list of names of cement manufacturers which they propose to use in the
work. The tender accepting authority reserves right to accept or reject name(s) of cement
manufacturer(s) which the tenderer proposes to use in the work. No change in the
tendered rates will be accepted if the tender accepting authority does not accept the list
of cement manufacturers, given by the tenderer, fully or partially. The supply of cement
shall be taken in 50 kg bags bearing manufacturer’s name and ISI marking. Samples of
cement arranged by the contractor shall be taken by the Engineer-in-charge and got
tested in accordance with provisions of relevant BIS codes. In case the test results
indicate that the cement arranged by the contractor does not conform to the relevant BIS
codes, the same shall stand rejected, and it shall be removed from the site by the
contractor at his own cost within a week’s time of written order from the Engineer- in-
charge to do so.

6.2 The cement shall be brought at site in bulk supply of approximately 50 tonnes or as
decided by the Engineer- in- charge. The cement godown of the capacity to store a
minimum of 2000 bags of cement shall be constructed by the contractor at site of work
or which no extra payment shall be made.

6.3 Double lock provision shall be made to the door of the cement godown. The keys of one
lock shall remain with the Engineer-in-Charge or his authorized representative and the keys
of the other lock shall remain with the contractor. The contractor shall be responsible for the
watch and ward and safety of the cement godown. The contractor shall facilitate the
inspection of the cement godown by the Engineer-in-Charge at any time.

CORRECTION (C) NIL---------


INSERTION (I) NIL---------
DELETION (D) NIL--------- A. E. (P) EE(P)
Page - 40 - of 118

`6.4 The cement shall be got tested by the Engineer-in-charge and shall be used on the work only
after satisfactory test results have been received. The contractor shall supply free of charge
the cement required for testing including its transportation cost to testing laboratories. The
cost of tests shall be borne by the contractor/Department in the manner indicated below:

(a) By the contractor, if the results show that the cement does not conform to relevant BIS
codes.

(b) By the Department, if the results show that the cement conforms to relevant BIS codes.

6.5 The actual issue and consumption of cement on work shall be regulated and proper accounts
maintained as provided in clause 10 of the contract. The theoretical consumption of cement
shall be worked out as per procedure prescribed in clause 42 of the contract and shall be
governed by conditions laid therein. In case the cement consumption is less than theoretical
consumption including permissible variation, recovery at the rate so prescribed shall be
made. In case of excess consumption no adjustment need to made.

6.6 The cement brought to the site and the cement remaining unused after completion of the
work shall not be removed from site without the written permission of the Engineer-in-
charge.

6.7 The damaged cement shall be removed from the site immediately by the contractor on
receipt of a notice in writing from the Engineer-in-charge. If he does not do so within 3 days
of receipt of such notice, the Engineer-in-charge shall get it removed at the cost of the
contractor.

6.8 The cement in bags shall be stacked by the contractor in two separate stacks one for fresh
arrival to be tested for quality and another already tested in use having weather proof roof
and walls and on a proper floor consisting of two layers of dry bricks laid on well
consolidated earth at a level at least 30 cm above the ground level. These stacks shall be in
rows of two bags deep and 10 bags high with a minimum of 60 cm. clear space all round.
The bags should be placed horizontally continuous in each line as per sketch given in
CPWD Specification – 2009. The sketch is only for guidance. Actual size / shape of
godowns shall be as per site requirement. The decision of Engineer-in-Charge regarding the
capacity needed will be final and nothing extra shall be paid on this account.

6.9 Cement register for the cement shall be maintained at site. The account of daily receipts and
issue of cement shall be maintained in the register by the authorized representative of the
Engineer-in-charge and signed daily by contractor or his authorized agent.

6.10 Cement, which is not used within 30 Days from its date of manufacture, shall be tested at
laboratory approved by the GOVT. OF NCTD. Until the results of such tests are found
satisfactory, it shall not be used in any work.

CORRECTION (C) NIL---------


INSERTION (I) NIL---------
DELETION (D) NIL--------- A. E. (P) EE(P)
Page - 41 - of 118

PROFORMA FOR THE CEMENT REGISTER


PARTICULARS OF PARTICULARS OF REMARK
RECEIPT ISSUE
Date of Quantity Progre Date of quantity Item of Quanti Total Daily Contra J.E’s Asstt. A.E. Periodic
receipt received ssive issued issued work ty issued Balance ctors initials Engg. E.E al
Total for return in hand initials initials initial Check
which ed at s
issued the
end of
the
day

1 2 3 4 5 6 7 8 9 10 11 12 13 14

7.0 Special conditions for steel

7.1 The contractor shall procure TMT bars of Fe500-D grade from primary producers such as
SAIL, Tata Steel Ltd., RINL, Jindal Steel & Power Ltd and JSW Steel Ltd or any other producer
as approved by CPWD who are using iron ore as the basic raw material / input and having crude
steel capacity of 2.0 million tones per annum and above.

TMT bars procured from primary producers, the specifications shall meet the provisions of IS
1786: 2008 pertaining to Fe 500D grade of steel as specified in the tender.

7.2 The contractor shall have to obtain and furnish test certificates to the Engineer-in-charge in
respect of all supplies of steel brought by him to the site of work.

7.3 Samples shall also be taken and got tested by the Engineer-in-Charge as per the provisions in
this regard in relevant BIS codes. In case the test results indicate that the steel arranged by the
contractor does not conform to the specifications as defined under para (1)(d) & (1)(e) above, the
same shall stand rejected, and it shall be removed from the site of work by the contractor at his
cost within a week time or written orders from the Engineer-in-Charge to do so.

7.4 The steel reinforcement bars shall be brought to the site in bulk supply of 10 tonnes or more, or
as decided by the Engineer-in-charge.

7.5 The steel reinforcement bars shall be stored by the contractor at site of work in such a way as to
prevent their distortion and corrosion, and nothing extra shall be paid on this account. Bars of
different sizes and lengths shall be stored separately to facilitate easy counting and checking.

7.6 For checking nominal mass, tensile strength, bend test, re-bend test etc. specimens of sufficient
length shall be cut from each size of the bar at random, and at frequency not less than that
specified below:

Size of bar For consignment below 100 tonnes For consignment above 100 tonnes

Under 10 mm dia One sample for each 25 tonnes or One sample for each 40 tonnes or part
bars part thereof there of
10 mm to 16 mm One sample for each 35 tonnes or One sample for each 45 tonnes or part
dia bars part there of there of
CORRECTION (C) NIL---------
INSERTION (I) NIL---------
DELETION (D) NIL--------- A. E. (P) EE(P)
Page - 42 - of 118

Over 16 mm dia One sample for each 45 tonnes or One sample for each 50 tonnes or part
bars part there of there of

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

7.8 The actual issue and consumption of steel on work shall be regulated and proper accounts
maintained as provided in clause 10 of the contract. The theoretical consumption of steel shall be
worked out as per procedure prescribed in clause 42 of the contract and shall be governed by
conditions laid therein. In case the consumption is less than theoretical consumption including
permissible variations recovery at the rate so prescribed shall be made. In case of excess
consumption no adjustment need to be made.

7.9 The steel brought to site and the steel remaining unused shall not be removed from site without
the written permission of the Engineer-in-charge.

7.10 In case the contractor bring surplus quantity of steel for completion of the work, same will be
removed from the site by the contractor at his own cost after approval of the Engineer-in-
Charge

7.11 The mild steel and medium tensile steel bars to be used shall conform to latest version
of IS: 432 and cold twisted bars and TMT bars shall conform to the latest version of IS: 1786.

7.12 i) Reinforcement including authorized spacer bars and lappages shall be measured in length of
different diameters as actually (not more than as specified in the drawings) used in the work
nearest to a centimeter. Wastage and un-authorized overlaps shall not be measured.

ii) The standard sectional weights referred to as in Table 5.4 in para 5.3.4 in CPWD Specifications
(Vol-I) 2009 for Cement Mortar, Cement Concrete and RCC Works will be considered for
conversion of length of various sizes of M.S. Bars and T.M.T. bars into Standard Weight.

iii) Records of actual Sectional weights shall also be kept dia-wise and lot-wise. The average
sectional weight for each diameter shall be arrived at from samples from each lot of steel
received at site. The decision of the Engineer-in-Charge shall be final for the procedure to be
followed for determining the average sectional weight of each lot. Quantity of each diameter of
steel received at site of work each day will constitute one single lot for the purpose. The weight
of steel by conversion of length of various sizes of bars based on the actual weighted average
sectional weight shall be termed as Derived Actual Weight.

iv) a) If the Derived Weight as in sub-para (iii) above is lesser than the Standard Weight as in Sub-
para (ii) above then the Derived Actual Weight shall be taken for payment.

If the Derived Actual Weight is found more than the Standard Weight, the Standard
Weight as worked out in sub-para (ii) above shall be taken for payment. In such case nothing
extra shall be paid for the difference between the Derived Actual Weight and the standard
Weight.

CORRECTION (C) NIL---------


INSERTION (I) NIL---------
DELETION (D) NIL--------- A. E. (P) EE(P)
Page - 43 - of 118

GENERAL SPECIFICATIONS

1 The work, in general, shall be executed as per the description of item, specifications
attached, and CPWD Specifications 2009 Vol, I & II with correction slips up to the date
of receipt of tender.

2 All the works unless otherwise specified hereinafter or permitted by Engineer-in-Charge


shall be done in accordance with the latest editions of IS codes or IRC codes as on the
date of receipt of tenders or any other specified code. In addition, relevant IS
Codes.(latest revision), MORTH Specifications for Roads and Bridge Works 2013 and
CPWD Specifications 2009 Vol, I & II with upto date correction slips shall also be
applicable.

Any additional standard specifications or criteria published by the IRC/BIS or other


foreign standard and in practice on the date of receipt of tenders shall also be taken into
account. In the absence of any definite provisions on any particular issue in the above
mentioned specifications, the design and construction shall be in conformity with the
Sound Engineering Practice and in all such matters the decision of the Engineer-in-
Charge shall be final and binding on the contractor and nothing shall be paid extra.

In case of any discrepancy or contradiction amongst the specified standards the


following order of preferences shall generally prevail.

i. Nomenclature of items in Schedule of Quantities.

ii. Particular Specifications and additional /special conditions if any.

iii. Drawings attached with the tender, if any.


iv. CPWD Specifications, 2009 Vol I & II with upto date correction slips issued
upto receipt of tender.

v. All relevant BIS, IRC & ASTM Codes with the latest revisions.
vi. Foreign standards, such as BS, AASHTO, CEB-FIP etc. and accepted
international practice as approved by Engineer-in-Charge.

vii. Sound Engineering Practice as per directions of the Engineer- in-Charge.


If there are varying or conflicting provisions made in any document
forming part of the contract, the Engineer-in-Charge shall be the deciding
authority with regard to the Intention / interpretation of the document and his
decision shall be binding without any reservations.

3. The contractor shall ensure quality control measures on different aspects of construction
materials, workmanship and correct construction methodologies to be adopted. He shall
have to submit quality assurance programme within two weeks of the award of the
work. The quality assurance programme should include method statement for various
items of work to be executed alongwith check lists to enforce quality control.
3.1 The contractor shall submit brand/make of various materials to be used for the
approval of the Engineer-in-Charge along with samples and once approved, he
shall stick to it.

CORRECTION (C) NIL---------


INSERTION (I) NIL---------
DELETION (D) NIL--------- A. E. (P) EE(P)
Page - 44 - of 118

3.2 The contractor shall submit shop drawings of staging and formwork arrangement
etc. for the approval of Engineer-in-Charge. The contractor shall also submit bar
bending schedule for approval of Engineer-in- Charge before execution.

3.3 The contractor shall get the water tested with regard to its suitability for use in
the works and get written approval from the Engineer- in-Charge before he
proceeds with the use of same for execution of works. If the tube well water is
not suitable, the contractor shall arrange Municipal water at his own cost and
nothing extra shall be paid to the contractor on this account. Water charges shall
not be recovered in case arrangement of water is made at his own by the
contractor.

3.4 Wherever any reference to any Indian Standard Specifications and other relevant
codes occur in the documents relating to this contract same shall be inclusive of
all amendments issued thereto or revision thereof, if any, upto date of receipt of
the tender.
3.5 All the drawings shall at all times be properly correlated by the contractor before
executing the work and no claim what so ever shall be entertained for failing to
do so. In case of any discrepancy in the specifications, schedule of quantity and
drawings, the decision of the Engineer-in-charge shall be final, conclusive and
binding on the contractor.

3.6 Rates for the items are inclusive of all labour, materials, T&P, incidental
charges, contractors profit and overheads etc. unless, otherwise, specified. The
contractors shall quote the rates accordingly).

4.0 The necessary tests shall be conducted in the lab of Delhi Technical University,
Delhi / CRRI / IIT, Delhi any other govt. Institute/ Polytechnic or any other lab
with the prior approval of NIT approving authority. The sample of carrying out
all or part of the tests shall be collected by the Engineer-in-charge or on behalf
of officer-in-charge of the quality assurance wing of Central Design
Organization, CPWD and his authorized sub-ordinate or by the officer-in-
charge of PWD, (NCT Delhi) Lab, his authorized sub-ordinate and authorized
representative of Delhi Technical University, Delhi /CRRI/IIT Delhi/ NCCBM
for carrying out the independent quality assessment / control test and the results
will be binding on the contractor. The contractor or his authorized
representative shall associate in collection, preparation, forwarding and testing
of such samples. 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 of the contractor.

CORRECTION (C) NIL---------


INSERTION (I) NIL---------
DELETION (D) NIL--------- A. E. (P) EE(P)
Page - 45 - of 118

QUALITY ASSURANCE OF THE WORK

1. The contractor shall ensure quality control measures on different aspects of construction
including materials, workmanship and correct construction methodologies to be adopted. He
shall have to submit quality assurance programme within two weeks of the award of work. The
quality assurance programme should include method statement for various items of work to be
executed along with check lists to enforce quality control.
2. The contractor shall get the source of all other materials, not specified elsewhere in the
document, approved from the Engineer-in-Charge. The contractor shall stick to the approved
source unless it is absolutely unavoidable. Any change shall be done with the prior approval of
the Engineer-in-Charge for which tests etc. shall be done by the contractor at his own cost.
Similarly, the contractor shall submit brand/ make of various materials not specified in the
agreement, to be used for the approval of the Engineer-in-Charge along with samples and once
approved, he shall stick to it.
3. The contractor shall submit shop drawings of staging and shuttering arrangement, aluminum
work, and other works as desired by Engineer In Charge for his approval before execution. The
contractor shall also submit bar bending schedule for approval of Engineer –in – charge before
execution.

4. Test Laboratories :
Laboratory at site :
The contractor shall provide at site, the testing equipment and materials for the field tests mentioned in the
list of mandatory tests given in CPWD specifications 2009 Vol. 1 & 2 at his own cost. Nothing extra shall
be payable to him on this account. In all cases, cost of samples and to and fro carriage shall be borne by
the contractor.

The representatives of the department shall be at liberty to inspect the testing facilities at site and
conduct testing at random in consultation with Engineer in charge. The contractor shall provide
all necessary facilities for the purpose. The laboratory shall be equipped, inter alia, with the
following equipments:
a) Balances:
i) 7 kg to 10 kg capacity, semi-self indicating type – Accuracy 10 gm.
ii) 500 gm capacity, semi-self indicating type Accuracy 1 gm.
iii) Pan Balance- 5 kg Capacity- Accuracy 10 gm.
b) Sieves: as per IS: 460
i) IS Sieves – 450 mm internal dia of sizes 100 mm, 80 mm, 63 mm, 50 mm, 40
mm, 25 mm, 20 mm, 12.5 mm, 10 mm, 6.3 mm, 4.75 mm, complete with lid and pan.
ii) IS Sieves – 200 mm internal dia (brass frame) consisting of 2.36 mm, 1.18 mm,
500 microns, 425 microns, 300 microns, 212 microns, 150 microns, 90 microns, 75 microns
with lid and pan.
c) Sieve shaker capable of 200 mm and 300 mm dia sieves, manually operated with timing
switch assembly.
d) Equipment for slump test- slump cone, steel plate, taping rod, steel scale, scoop.
e) Compressive testing machine for testing minimum strength of 50 N/sq. mm.
(f) Water Measuring 1 5ltr, 2ltr, 1ltr, ½ltr 1 No. /each
Equipment
2 Measuring cylinder capacity 500ml, 1 No. /each
250ml, 100ml.
3 Beakers with capacity 500ml, 200ml, 1 No. /each
50ml.
(g) Laboratory Tools 1 Hacksaw with 6 baldes 1 No.
2 Measuring tape 2 mtr. 1 No.
3 Depth gauge 20cm. 1 No.
4 Vernier Calliper. 1 No.
5 Micrometer screw 25mm gauge 1 No.
CORRECTION (C) NIL---------
INSERTION (I) NIL---------
DELETION (D) NIL--------- A. E. (P) EE(P)
Page - 46 - of 118

(h) Miscellaneous item 1 Showels & Spade. 1 No. /each


2 Plastic or GI Buckets 15 ltr., 10ltr & 5ltr. 3 Nos. /each
3 Wheel Barrow. 1 No.

Other instruments like Vernier Callipers, a good quality plumb bob, spirit level minimum 30cm
long with 3 bubbles for horizontal vertical, wire gauge (circular type) disc, foot rule, long nylon
thread, magnifying glass, screw driver 30 cms long, ball pin hammer 100 gm, plastic bags for
taking samples etc.
All test which can be performed in the site lab with above equipment shall be done at site except
that at least 10% testing of materials shall be got done from external laboratories. However, for
the tests to be carried out by the external laboratories, the contractor shall supply free of charge
all the materials required for testing, including transportation. The testing charges shall be born
by the Contractor / Department in the manner described in para B-1 below.

B) Other Laboratories :

1. The contractor shall arrange carrying out of all tests required under the agreement through the
laboratory as approved by the Engineer-in-Charge and shall bear all charges in connection
therewith including fee for testing. The said cost of tests shall be borne by the
contractor/department in the manner indicated below.

i) By the contractor, if the results show that the test does not conform to relevant CPWD
Specifications / BIS code or specification mentioned elsewhere in the documents
ii) By the department, if the results conform to relevant CPWD Specifications / BIS code or
specification mentioned elsewhere in the documents.
2. If the tests, which were to be conducted in the site laboratory are conducted in other laboratories
for whatever the reasons, the cost of such tests shall be borne by the contractor.
4 Testing of the building material will be done in various laboratories as per the following priority.

1) IIT Delhi / Delhi Technical University/ IIT Roorkee/NCCBM


2) Any Govt./State undertaking Lab /Polytechnic
3) The private NABL Accredited Lab approved by Superintending Engineer (North)
Maintenance, PWD, Delhi or approved by Engineer-in-Chief offfice.

C) Sampling of Materials :

1. Sample of building materials fittings and other articles required for execution of work shall be
got approved from the Engineer-in-Charge. Articles manufactured by companies of repute and
approved by the Engineer-in-Charge shall only be used. Articles bearing BIS certification mark
shall be used in case the above are not available, the quality of samples brought by the contractor
shall be judged by standards laid down in the relevant BIS specifications. All materials and
articles brought by the contractor to the site for use shall conform to the samples approved by the
Engineer-in-Charge which shall be preserved till the completion of the work.
2. The contractor shall ensure quality construction in a planned and time bound manner. Any sub-
standard material/work beyond set out tolerance limit shall be summarily rejected by the
Engineer-in-Charge.
3. BIS marked materials except otherwise specified shall be subjected to quality test at the
discretion of the Engineer-in-Charge besides testing of other materials as per the specifications
described for the item/materials. Wherever BIS marked materials are brought to the site of work,
the contractor shall if required, by the Engineer-in-Charge furnish manufacturers test certificate
CORRECTION (C) NIL---------
INSERTION (I) NIL---------
DELETION (D) NIL--------- A. E. (P) EE(P)
Page - 47 - of 118

or test certificate from approved testing laboratory to establish that the material produced by the
contractor for incorporation in the work satisfies the provisions of BIS codes relevant to the
material and/or the work done.
4. The contractor shall procure all the materials at least in advance so that there is sufficient time to
testing and approving of the materials and clearance of the same before use in work.
5. All materials brought by the contractor for use in the work shall be got checked from the
Engineer-in-Charge or his authorised representative of the work on receipt of the same at site
before use.
6. The contractor shall be fully responsible for the safe custody of the materials issued to him even
if the materials are in double lock and key system.

CORRECTION (C) NIL---------


INSERTION (I) NIL---------
DELETION (D) NIL--------- A. E. (P) EE(P)
Page - 48 - of 118

CORRECTION (C) NIL---------


INSERTION (I) NIL---------
DELETION (D) NIL--------- A. E. (P) EE(P)
Page - 49 - of 118

CORRECTION (C) NIL---------


INSERTION (I) NIL---------
DELETION (D) NIL--------- A. E. (P) EE(P)
Page - 50 - of 118

PARTICULAR SPECIFICATIONS FOR CEMENT WORK


1.0 GENERAL
1.1 The work, in general shall be executed as per the description of item, drawings,
particular specifications & special conditions attached, MORT&H specifications for road
and bridge works (Latest revision), CPWD specifications 2009 vol. I & II, relevant IRC
codes and IS specifications with correction slips issued upto the date of receipt of tender.
Where the aforesaid provisions and conditions are silent, relevant specialized literature
and manufacturers’ specifications shall be followed for the execution of work
1.2 In case of discrepancy between the schedule of quantities, the specifications and/or the
drawings; the following order of precedence will be followed: -
(i) Description of item in Schedule of Quantities
(ii) Particular specifications and special conditions.
(iii) Drawings, if any.
(iv) CPWD specifications 2009 vol. I & II with correction slips issued up to the date of
receipt of tender.
(v) Indian Standard Specifications of B.I.S.

1.3 The necessary tests shall be conducted in the laboratory of CPWD, CRRI or IIT Delhi or
any other laboratory approved by the Engineer-in- charge.

1.4 The contractor or his authorized representative shall associate in collection, preparation,
forwarding and testing of such samples. In case he or his authorized representative is not
present or does not associate himself, the result of such tests and consequences there
upon shall be binding on the contractor.

1.5 All dismantled unserviceable material unless otherwise stated shall be the property and
liability of the contractor who will take it away from the site of work and the rates quoted
in tender document shall deemed to have included credit of rates for the same. The
decision regarding un serviceability of material will rest, however, with Engineer-in-
Charge.

2. EARTH WORK
Site Clearance

2.1 Road Side trees, shrubs, any other plants, pole lines, fences, signs, monuments,
buildings, pipe lines, sewers, and all highway facilities within or adjacent to the highway
which are not to be disturbed and shall be protected from injury or damage. The
contractor shall provide and install at his own expenses, suitable safeguards as approved
by the Engineer-in-Charge for this purpose.
2.2 Existing structure and services such as old buildings, culverts, fencing, water supply pipe
lines, sewers, power cables, communication cables, drainage pipes etc. within or adjacent
to the area if required to be diverted/ removed shall be diverted/ dismantled as per the
direction of Engineer-in-Charge and payment for such diversion/dismantling works shall
be made separately.
Before the earth work is started, the area coming under cutting and filling shall be
cleared of shrubs, rank vegetation, grass, brush-wood, trees and saplings of girth upto
30cm measured at a height of one meter above ground level and rubbish removed upto a
distance of 50 meters outside the periphery of the area under clearance. The roots of
trees and saplings shall be removed to a depth of 60cm below ground level, or 30cm
CORRECTION (C) NIL---------
INSERTION (I) NIL---------
DELETION (D) NIL--------- A. E. (P) EE(P)
Page - 51 - of 118

below formation level or 15cm below sub grade level whichever is lower and the holes
or hollows filled up with earth, rammed & levelled.

The trees of girth above 30 cm measured at a height of one metre above ground, shall be
cut only after permission of the Engineer-in-Charge is obtained in writing. The roots of
trees shall also be removed as specified in 3.1.3. Payment for cutting such trees and
removing the roots shall be made separately.

Disposal of excavated earth:-

The surplus excavated earth shall be disposed off at the specified location is as decided
by Engineer-in-Charge. The tenderer may inspect the actual location of the site for
disposal of surplus earth so as to acquaint himself with the route and distance for the
cartage. The contractor has to take written permission about place of disposal of earth
before the earth is disposed off, from Engineer-in-Charge.

3.0 R.C.C. WORK

3.1 CENTRING AND SHUTTERING


3.1.1 The contractor shall use steel centring and shuttering of best quality so as to ensure that
no rendering or smooth finishing is required to be done to concrete surface in any
location. Wherever joint marks are observed in concrete surface, they shall be rubbed /
ground smooth. In case, concrete surface is found to be not upto mark, contractor would
be asked to render the same smooth or otherwise dismantle the same and re-do. No
payment shall be made for such smooth finishing / rectification / re-doing.

3.1.2 The centring & shuttering for RCC work shall be with M.S. pipes and trusses & plates,
such as “Acrow” or equivalent. No Timber centring material shall be permitted for the
work. The shuttering plates for raft, RCC wall, slabs etc. shall be made with M.S. plates
only. No timber & plywood shuttering is to be used for work.

4.0 FORM WORK:-


The form work shall include all temporary or permanent forms required for forming the
concrete of the shape, dimensions and surface finish as shown in the drawings or as
directed by the Engineer-in-Charge together with all proper staging, centring,
scaffolding and temporary construction required for their support. The design, erection
and removal of form work shall conform to IRC-87 and MORTH Specifications (4th
Revision) 2001 Para 1502 to 1513. The cost of form work is considered to be included
in the relevant item of PCC/RCC unless otherwise specified.

4.1 The contractor shall arrange shuttering/staging/scaffolding for the above mentioned work
so as to complete the same in stipulated time. The contractor shall furnish details of
shuttering/staging, etc. (type and quantum) which he shall comply with all provisions of
tender documents mentioned elsewhere in tender documents and all said
materials/components shall comply with the guide-lines for design of the
shuttering/staging, etc. in accordance with all necessary loads, pressure, stresses. The
programme of work shall be submitted by the contractor before start of the work. It shall
have specific reference to the quantum of shuttering/staging, etc to be deployed by him.
In furnishing such details, the contractor shall specify the type and quantum of such
items available with him and type and quantum of such items to be arranged by him for
the above mentioned work separately.
CORRECTION (C) NIL---------
INSERTION (I) NIL---------
DELETION (D) NIL--------- A. E. (P) EE(P)
Page - 52 - of 118

4.2 The detailed programme of construction shall have specific relevance to the
shuttering/staging materials to be deployed. The contractor is to submit such detailed
programme of work, with regard to all activities of the erection of staging, shuttering and
form work, concreting of foundation, walls, slab (as the case may be), pre-casting,
release of shuttering, etc. thereby to arrive at time required to complete one cycle of
casting of a foundation, walls, slab of subway and the total shuttering /staging material to
complete all items of the work in a stipulated period of time.

4.3 The contractor is expected to have a work shop facility available at site for fabrication
/additions and alterations to the shuttering. It may please be indicated as to whether the
work shop facilities shall be provided in house or is proposed to be sub-contracted
locally. In both cases contractor is to give the details and number of equipment to be
installed in the work shop for above.

4.4 Double steel scaffolding having two sets of vertical supports shall be provided for
external wall finish, cladding etc. The supports shall be sound, strong and tied together
with horizontal members over which scaffolding platform shall be fixed.

4.5 The concrete surface shall be free from honey combing, offsets, superfluous mortar,
cement slurry and foreign matter. The form work shall be assembled in such a way as to
facilitate removal of their parts in proper sequence without any damage to the exposed
cement concrete surfaces and corners etc. Such surfaces shall not be rendered or
plastered or painted with cement or otherwise. The contractor shall keep skilled staff for
special care and supervision to check the form work and concreting so that every
member is made true to its size, shape, level and alignment so that it does not result in
any deformation, snug, bulges etc. The contractor shall also take suitable precautionary
measures to prevent breaking and chipping of corners and edges of completed work until
the structure is handed over.

5.0 DESIGN MIX CONCRETE


5.1 The R.C.C. work shall be done with Design Mix Concrete from reputed and approved
suppliers like ACC, L&T/Laffarge/ Birla/ Unitech /NDCON / Ultratech etc. In the
nomenclature of items 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 contractor shall design mixes for each
class of concrete such that the concrete ingredients and proportions will result in concrete
mix meeting specified requirements. In case of use of admixture and or white cement,
the mix shall be designed with these ingredients as well. The specification mentioned
herein below shall be followed for Design Mix Concrete.

5.2 INGREDIENTS : -
Coarse Aggregate: - As per CPWD specifications.
Fine Aggregate: - As per CPWD specifications.
Water: - It shall conform to requirements laid down in IS: 456-2000 and CPWD
Specifications.
Cement :- Cement arranged by the contractor will be PPC (Portland Pozzolana
Cement) of 43 grade as required in the work. If for any reason, cement of higher grade
is brought to site by contractor, the payment rate as well as the quantity to be used in the

CORRECTION (C) NIL---------


INSERTION (I) NIL---------
DELETION (D) NIL--------- A. E. (P) EE(P)
Page - 53 - of 118

design mix concrete will remain unchanged. Cement of grade lower than that used for
mix design shall not be allowed to be used in the work.

Admixtures: - Wherever required, admixtures of approved quality shall only be mixed


with concrete as specified. The admixtures shall conform to IS: 9103. The chloride
content in the admixture shall satisfy the requirement of BS: 5075. The total amount of
chlorides in the admixture mixed concrete shall also satisfy the requirements of IS: 456-
2000. The contractor shall not be paid anything extra for admixtures required for
achieving desired workability without any change in specified water cement ratio for
RCC/CC work.

5.3 CEMENT CONTENT: The minimum cement content of the concrete of various grades
shall be as specified in item itself the mix shall be designed in such a manner that the
quantity of cement shall not be less than the quantities specified in nomenclature of
items.
5.4 It is specifically highlighted that in addition to the above requirements, the maximum
cement content for any grade shall be limited to 500 kg/cubic metre.
5.5 The minimum/maximum cement content for design mix concrete shall be maintained as
per the quantity mentioned above. Even in the case where the quantity of cement
required is higher than the minimum specified above to achieve desired strength based
on an approved mix design, nothing extra shall become payable to the contractor.

5.6 In the designation of concrete mix letter ‘M’ refers to the mix and the number to the
specified characteristic compressive strength of 15 cm cubes at 28 days expressed in
N/mm2.
5.7 The mix shall be got designed from any of the following institutes/ organisations:
(i) National Council for Cement & Building Materials, Ballabgarh
(ii) I.I.T., Delhi.
(iii) IIT Roorkee
(iv) DTU.
(v) JMI, Delhi
The various ingredients for mix design/laboratory tests shall be sent to the lab/test houses
through the Engineer-In-Charge immediately after award of work and the samples of
such aggregates sent shall be preserved at site by the department. The admixture if used
by contractor shall be at his own cost without any extra payment.
5.8 The contractor shall submit the mix design report from any of above approved
laboratories for approval of Engineer-in-charge within 40 days from the date of issue of
letter of acceptance of the tender. In case of white - 53 -Portland cement and the likely
use of admixtures in concrete with ordinary Portland /white - 53 -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.

5.9 In case of change of source or characteristic properties of the ingredients used in the
concrete mix during the work, a revised mix design shall be got done by the contractor as
per the direction of the Engineer-in-charge. From the above institute. Nothing shall be
payable to the contractor for this revised design mix of concrete.

CORRECTION (C) NIL---------


INSERTION (I) NIL---------
DELETION (D) NIL--------- A. E. (P) EE(P)
Page - 54 - of 118

6 APPROVAL OF DESIGN MIX


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

Where, Fck = Characteristic compressive strength at 28 days.


S = Standard deviation which depends on degree of
quality control.
The degree of quality control for this work is “good” for which the standard deviation (s)
obtained for different grades of concrete shall be as follows:-

GRADE OF STANDARD DEVIATION FOR “GOOD”


CONCRETE QUALITY OF CONTROL IN N/mm2
M-10
M-15 3.5
M-25 5.3
M-30 6.0
M-35 6.3
M-40 6.6
Out of the six specimens of each set, three shall be tested at seven days and remaining
three at 28 days. The preliminary tests at seven days are intended only to indicate the
strength to be attained at 28 days.

6.2 All cost of mix designing and testing connected therewith including charges payable to
the laboratory shall be borne by the Contractor.

6.3 BATCHING MIXING, TRANSPORTATION, PLACING & COMPACTION


The concrete shall be sourced from ready mixed concrete plants or from on site / off site
batching and mixing plant conforming to IS : 4925. It shall have the facilities of
presetting the quantity to be weighed with automatic cut-off when the same is achieved.
Concrete will be transported by transit mixers / concrete pumps so as to avoid
segregation and concreting at places may have to be resorted to by concrete pump for
which nothing extra shall be paid. Placing of concrete with tower crane and bucket shall
be permitted as per the requirement. Accuracy of measurement shall be as specified in
IS: 456-2000.
All other operations in concreting work like Mixing, Slump, Laying/placing of
concrete, compaction, curing etc. not mentioned in this particular specification for
Design Mix of Concrete shall be as per IS : 456 - 2000 and Special Conditions forming
part of this tender document.

7.0 SCAFFOLDING:
Formwork / Shuttering for walls and slabs shall be suitably designed and the same should
be got approved in advance from Engineer-in-Charge.

8.0 CURING
Curing of concrete shall be complete and continuous using water that is free of harmful
amounts of deleterious materials that may attack, stain or discolour the concrete. The
water used for curing shall confirm to the requirements of IS: 456-2000.
CORRECTION (C) NIL---------
INSERTION (I) NIL---------
DELETION (D) NIL--------- A. E. (P) EE(P)
Page - 55 - of 118

Immediately after compaction and completion of concreting, the concrete shall be


protected from evaporation of moisture by means of polyethylene sheets, wet hessian
cloths or other material kept soaked by spraying water. As soon as the concrete has
attained a degree of hardening sufficient to withstand surface damage, moist curing shall
be implemented and maintained for a period of at least 14 days after casting.

The top surface of the slabs and other horizontal surfaces shall be cured by impounding
water in cement mortar bunds. Steeply sloping and vertical formed surfaces shall be kept
completely and continuously moist prior to and during the striking of formwork by
applying water to the top surfaces and allowing it to pass down between the formwork
and the concrete. After removal of form, moist curing to be done by wrapping hessian
cloth, etc. and keeping it moist by suitable means.

Approved non-wax base curing compounds can be applied on vertical and inclined
surfaces, where permitted by the Engineer-in-Charge at no extra cost to the Department.

9.0 PREPARATION OF MIXES AS PER APPROVED DESIGN MIX AND


CONDUCTING CONFIRMATORY TEST AT FIELD LAB

9.1 The contractor shall make the cubes of trial mixes as per approved Mix design at site
laboratory for all grades, in presence of Engineer-in-charge using sample of approved
materials proposed to be used in the work, prior to commencement of concreting and get
them tested in his presence to his entire satisfaction for 7 days & 28 days. Test cubes
shall be taken from trial mixes as follows:

9.2 For each mix, a set of six cubes shall be made from each of the three consecutive
batches. Three cubes from each set of six shall be tested at age of 7 days and remaining
three cubes at age of 28 days. The cubes shall be made, cured, transported and tested
strictly in accordance with specifications. The average strength of nine cubes at age of 28
days must exceed the specified target mean strength for which design mix has been
approved. The evaluation of test results will be done as per IS:456.

10.0 WORK STRENGTH TEST

10.1 TEST SPECIMEN


Work strength test shall be conducted in accordance with IS: 516 on random sampling.
Each test shall be conducted on six specimen, three of which shall be tested at 7 days and
remaining three at 28 days. Additional samples shall be prepared as per direction of
Engineer - in - Charge for testing samples cured by accelerated method as described in
IS : 9103.
10.2 TEST RESULTS OF SAMPLE
Minimum 10% of the total tests shall be done in the laboratory of Central Designs
Organisation, CPWD or in any other laboratory as directed by the Engineer-In-Charge.

11.0 STANDARD OF ACCEPTANCE


The design mix shall be accepted as per the acceptance criteria laid in IS: 456-2000 &
SP – 23.
11.1 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 RCC shall be
CORRECTION (C) NIL---------
INSERTION (I) NIL---------
DELETION (D) NIL--------- A. E. (P) EE(P)
Page - 56 - of 118

accordingly adjusted at the time of its centring, shuttering and casting for which nothing
extra shall be paid to the Contractor.

11.2 Measurement: - As per CPWD specifications 2009 with upto date correction slips.
11.3 Tolerances: - As per CPWD specifications 2009 with upto date correction slips.
11.4 Rate: - The rate includes the cost of materials and labour involved in all the operations
described above except for the reinforcement which will be paid separately.

11.5 In case of actual average compressive strength being less than specified strength as
governed by para “Standard of Acceptance” above, the rate payable shall be worked out
accordingly on prorata basis.

11.6 In case of rejection of concrete on account of unacceptable compressive strength, the


work for which samples have failed shall be redone by the contractor at his cost.
However, the Engineer - in - Charge may order for additional tests (like cutting cores,
ultrasonic pulse velocity test, load test on structure on 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
accordingly.

12.0 FREQUENCY OF SAMPLING :

The minimum frequency of sampling of concrete of each grade shall be in accordance


with the following:
Quantity of concrete in the work, Number of Samples
Cubic metre per day
1–5 1
6 – 15 2
16 – 30 3
31 – 50 4
51 & above 4 Plus one additional sample for each
additional 50 cubic metre or part thereof
Note: At least one sample shall be taken from each shift.

CORRECTION (C) NIL---------


INSERTION (I) NIL---------
DELETION (D) NIL--------- A. E. (P) EE(P)
Page - 57 - of 118

ANNEXURE -“A”

FORM OF EARNEST MONEY (BANK GUARANTEE)

WHEREAS, contractor, M/s............................................................................ (Name of


contractor) (here in after called "the contractor") has submitted his tender dated …...............
(date) for the work of ................................................................................ (name of work) (here in
after called "the Tender")

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


bank) having our registered office at .......................................................................................
(hereinafter called "the Bank") are bound unto Executive Engineer, Civil Building
Maintenance Division M-322 PWD (GNCTD), Delhi. (Name and division of Executive
Engineer) (here in after called "the Engineer-in-Charge") in the sum of Rs. ......................./- (Rs.
in words ............................................................................................) for which payment well and
truly to be made to the said Engineer-in-Charge the Bank binds itself, his successors and assigns
by these presents.

SEALED with the Common Seal of the said Bank this ................. day of ................. 20…….

THE CONDITIONS of this obligation are:

(1) If after tender opening, the Contractor withdraws his tender during the period of validity of
tender (including extended validity of tender) specified in the Form of Tender;

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

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

(b) fails or refuses to furnish the Performance Guarantee, in accordance with the provisions of
tender document and Instructions to contractor,
OR

(c) fails or refuses to start the work, in accordance with the provisions of the contract and
Instructions to contractor,
OR

(d) fails or refuses to submit fresh Bank Guarantee of an equal amount of this Bank Guarantee,
against Security Deposit after award of contract.

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

CORRECTION (C) NIL---------


INSERTION (I) NIL---------
DELETION (D) NIL--------- A. E. (P) EE(P)
Page - 58 - of 118

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 WITH SEAL

WITNESS ..................

(SIGNATURE, NAME AND ADDRESS)

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

CORRECTION (C) NIL---------


INSERTION (I) NIL---------
DELETION (D) NIL--------- A. E. (P) EE(P)
Page - 59 - of 118

ANNEXURE-“B”

FORM OF PERFORMANCE SECURITY (GUARANTEE)


BANK GUARANTEE BOND

1. In consideration of the President of India (hereinafter called “the Government”) having


agreed under the terms and conditions of agreement No.________dated________made
between______________________and____________________________{hereinafter called
“the said contractor(s)”} for the work ___________________________
__________________________________________________________________________
________________________________(hereinafter called “the said agreement”) having
agreed to production of an irrevocable Bank Guarantee for Rs._____________________
(Rupees __________________________________ only) as a security/guarantee from the
contractor(s) for compliance of his obligations in accordance with the terms and conditions
in the said agreement,
We _________________________________________
(indicate the name of the Bank)
(hereinafter referred to as “the Bank”) hereby undertake to pay to the Government an
amount not exceeding Rs.___________/- (Rupees_________________________only) on
demand by the Government.

2. We _____________________________________________ do hereby undertake to


(indicate the name of the Bank)
pay the amounts due and payable 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 thereunder and the contractor(s) shall have no claim against us for making such
payment.

4. We________________________________________further agree that the guarantee


(indicate the name of the Bank)
herein contained shall 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, certifies that the terms and conditions of the said agreement have been fully
and properly carried out by the said contractor(s) accordingly discharges this guarantee.

CORRECTION (C) NIL---------


INSERTION (I) NIL---------
DELETION (D) NIL--------- A. E. (P) EE(P)
Page - 60 - of 118

5. We__________________________________ further agree with the Government that


(indicate the name of the Bank)
the Government shall have the fullest liberty without our consent and without affecting 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) from time to time or to
postpone for any time or from time to time any of the powers exercisable by the
Government against the said contractor(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.

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


(indicate the name of bank)
revoke this guarantee except with the previous consent of the Government in writing.

8. This guarantee shall be valid upto_____________ 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 Four 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 the Bank)

CORRECTION (C) NIL---------


INSERTION (I) NIL---------
DELETION (D) NIL--------- A. E. (P) EE(P)
Page - 61 - of 118

ANNEXURE-C
GUARANTEE TO BE EXECUTED BY THE CONTRACTOR
FOR REMOVAL OF DEFECTS AFTER COMPLETION IN RESPECT OF
WATER-PROOFING WORKS.

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

WHEREAS THIS agreement is supplementary to a contract (Hereinafter called the Contract)


dated ...................... and made between the GUARANTOR ON THE ONE PART AND the Government
on the other part whereby the contractor inter alia undertook to render the building and structures in the
said contract completely water and leak-proof.

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

NOW THE GUARANTOR hereby guarantee that work executed by him will render the
structures completely leak proof and the minimum life of such water proofing treatment shall be Ten
years to be reckoned from the date 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 being found render the building water proof to the satisfaction of the Engineer-in-Charge calling
upon him to rectify the defects failing which the work shall be got done by the Department by some other
contractor at the Guarantor’s cost and risk. The decision of the Engineer-in-Charge as to the cost payable
by the Guarantor shall be final and binding.

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

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

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

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

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


the presence of :-

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

CORRECTION (C) NIL---------


INSERTION (I) NIL---------
DELETION (D) NIL--------- A. E. (P) EE(P)
Page - 62 - of 118

ANNEXURE-“D”

LIST OF APPROVED MANUFACTURES/SUPPLIERS (GENERAL)

1. OPC/PPC ACC/Ultratech/ Birla/Shree


Cement/Ambuja/Jaypee Cement/ Century
Cement and J&K Cement.

2. TMT Reinforcement Bars SALE/TATA STEEL/RINL/JINDAL


STEEL/JSW STEEL

3. Bitumen IOCL, BPCL, HPCL.

4. Admixtures FOSROC, SIKA, MBT, Asian


Laboratories, BASF Dura Build Care,
CICO Technologies Ltd.

5. Release Agent FOSROC, MBT, Dura Build Care, CICO.


BASF.

6. Mild Steel Tubes Tata, LLyods, NSL, Jindal.

7. Structural Steel Tata, SAIL, RINL, Jindal.

8. Welding Electrodes ESAB, Advani-orlikon, weld Alloy

9. Bar Couplers Dextra, Moment, USHA MARTIN

10. Anti-Carbonation paints CICO, MBT, FOSROC, BASF, Asian Paint

11. Polymerised modified bitumen Usha Lubes, Ooms Polymers, Tiki Tar

12. Thermoplastic Paints CBM, CMS, Reliance Thermoplast,


S.N.Industries, and any other approved by
Engineer-in-Charge having monthly
production capacity of 1000 M.T. and
registered with Directorate of Industries of
India with In house Quality Assurance
facility.
13. PVC Water Stops Foxopan, Maruti, Rubber

14. RMC UNITECH, ACC, AHLCON, LAFARGE,


ULTRATECH, NDCON, L&T & BIRLA

15. Kerb stone CC, S&S, KK, CICO, NITCO, KRISHNA


DALAL, TERRAFIRMA & UNISTONE.
(Only engraved mould stamped to be
allowed)
CORRECTION (C) NIL---------
INSERTION (I) NIL---------
DELETION (D) NIL--------- A. E. (P) EE(P)
Page - 63 - of 118

16. RCC Slab CC S&S, HPL, KK, NITCO, TERRAFIRMA &


UNISTONE (Only engraved mould stamped
to be allowed, PWD North logo and year also
to be engraved)

17. Paver Blocks CC, KRISHNA DALAL, NITCO,


TERRAFIRMA, UNISTONE & KRISHANA.
(Only engraved mould stamped to be
allowed)

18. Bitumen 85/25 As approved by Engineer- in- Charge

19. GLAZED CERAMIC TILES SOMANY, KAJARIA, NITCO, ASIAN, JOHNSON

20 VITRIFIED TILES ASIAN, KAJARIA, SOMANY, JOHNSON


(MARBONITE) DECOLITE (GRANOLITE)
VARMORA

21. ALUMINUM SECTIONS FOR DOOR JINDAL , HINDALCO


& WINDOW

22. S.S. STAIRCASE RAILING JINDAL STAINLESS STEEL LTD., KICH


INDUSTRIES, ESSAR

23. STEEL/WOOD PRIMER, PAINTS ICI, NEROLAC, BERGER, ASIAN

24. PRELAMINATED PARTICLE BOARD CENTURY PLY, NOVOPAN, KITLAM,


ECOBOARD, MERINO

25. STEEL WINDOWS, PRESSED STEEL FRAMES SAN HARVIC, STEELMAN INDUSTRIES, PD
INDUSTRIES, METAL WINDOWS, CHANDNI
INDUSTRIES, APPOLO, PRIMA

26. WATERPROOFING COMPOUND FOSROC, DR. FIXIT, FAIRMATE, BASF

27. SOIL, WASTE & VENT PIPES & FITTINGS A) NECO , HEPCO (BINAY UDYOG),SKF
CENTRIFUGAL CASTIRON
28. G. I. PIPES TATA, JINDAL HISAR, UNIK

29. PVC WATER STORAGE TANKS SINTEX , POLYCON, SHEETAL

30. FLOAT GLASS MODI GLASS , SAINT GOBAIN GLASS

31. C.P. BATHROOM ACCESSORIES GEM , HINDWARE, PARRYWARE,JAQUAR

32. Acrylic exterior paint. Berger, Asian, Nerolac, Johnsons and Nicholson.

33. Acrylic washable distemper. Berger, Asian, Nerolac, Johnsons and Nicholson.

34. FRP FRAME & SHUTTERS FIBERWAYS, SHIVSHAKTI, SIMBA

35. DOORS & WINDOW FITTINGS PLAZA, HARDWYN, DORMA, CLASSIC,

* Raw material source to be approved by the Engineer-in-Charge. Any other material which is
not in the list shall be got approved from the NIT approving authority.

CORRECTION (C) NIL---------


INSERTION (I) NIL---------
DELETION (D) NIL--------- A. E. (P) EE(P)
Page - 64 - of 118

Annexure – E

List of Minimum Plants and Machinery to be deployed at site


S.No Description Quantity
1 Diesel Truck /Tipper- 9 tonne 2 Nos
2 Diesel Pump set of capacity 4000 litres/hour 1 No
3 Electric Pump set of capacity 4000 litres/hour 1 No
4 Vibrator (Needle type 40 mm) 2 Nos.
5 Vibrator (Needle type 25 mm) 2 Nos.
6 Hydraulic Excavator (3D Front end loader) 1 No
7 Surface Vibrator 4 Nos
8 concrete transit mixer 2 Nos
9 Air compressor 250 cfm with two leadsfor pneumatic cutters /Hammer 1 No
10 Diesel Generator 125 KVA 2 Nos
11 Water tanker 5000 litre 2 Nos
12 Concrete joint cutting machine 1No.
13 Drill machine of required size 1 No.
14 Vacuum dewatering machine 1 No.
15 Bar Bending Machine 1 No
16 Reinforcement cutting machine 1 No.
17 Steel shuttering 700 sqm

CORRECTION (C) NIL---------


INSERTION (I) NIL---------
DELETION (D) NIL--------- A. E. (P) EE(P)
Page - 65 - of 118

PERFORMANCE GUARANTEE
1) The contractor shall submit an irrevocable PERFORMANCE GUARANTEE of 5% (Five
percent of the tendered amount) in addition to other deposits mentioned elsewhere in the contract
for his proper performance of the contract agreement, (notwithstanding and/ or without prejudice
to any other provisions in the contract) within 10 days of issue of letter of acceptance. This
period can be further extended by the Engineer-in-Charge upto a maximum period of 5 days on
written request of the contractor stating the reason for delays in procuring the Bank Guarantee to
the satisfaction of the Engineer-in-Charge.

This guarantee shall be in the form of Govt. securities or fixed deposit receipts or Guarantee
Bonds of any Scheduled Bank or the State Bank of India in accordance with the form annexed
hereto. In case a fixed deposit receipt of any Scheduled Bank is furnished by the contractor the
Govt. as part of the performance guarantee & the Bank is unable to make payment against the
said fixed deposit receipt, the loss caused thereby shall fall on the contractor and the contractor
shall forth with on demand furnish additional security to the Govt. to make good the deficit.

2) A letter of acceptance shall be issued informing the successful tenderer of the decision of the
competent authority to accept his tender and to submit the Performance Guarantee within 15
days in any of the prescribed form. On receipt of prescribed performance guarantee, necessary
letter to commence the work shall be issued and site of work shall be handed over thereafter. In
case of failure by the contractor to furnish the performance guarantee within the specified period,
Government shall without prejudice to any other right or remedy available in law, be at liberty to
forfeit the earnest money absolutely.

3) The Performance Guarantee shall be initially valid upto the stipulated date of completion plus 60
days beyond that. In case the time for completion of work gets enlarged, the contractor shall get
the validity of Performance Guarantee extended to cover such enlarged time for completion of
work. After recording of the completion certificate for the work by the competent authority, the
performance guarantee shall be returned to the contractor, without any interest.

4) The Engineer-in-Charge shall not make a claim under the performance guarantee except for
amounts to which the President of India is entitled under the contract (not withstanding and/ or
without prejudice to any other provisions in the contract agreement) in the event of:-

a) Failure by the contractor to extend the validity of the Performance Guarantee as described
herein above, in which event the Engineer-in-Charge may claim the full amount of the
Performance Guarantee.

(b) Failure by the contractor to pay President of India any amount due, either as agreed by the
contractor or determined under any of the clauses/ conditions of the agreement, within 30
days of the service of notice to this effect by Engineer-in-Charge.

In the event of the contract being determined or rescinded under provision of any of the
clause/ condition of the agreement, the performance guarantee shall stand forfeited in full
and shall be absolutely at the disposal of the President of India.

5) The contractor shall prepare working schedule giving the date and rate of placing of concrete of
each items of work and submit the same to Engineer-In-Charge for his approval. The use of pour
cord is mandatory.

CORRECTION (C) NIL---------


INSERTION (I) NIL---------
DELETION (D) NIL--------- A. E. (P) EE(P)
Page - 66 - of 118

AFFIDAVIT

I/We have submitted a bank guarantee for the work:-


_______________________________________________________________________
(name of work).
Agreement No. ___________________________________________________
Dated__________________________________from____________________________
( Name of the Bank with full address)
to the Executive Engineer ________________________ (Name of Division) with a view to seek
exemption from payment of security deposit/performance guarantee/guarantee money for
expansion joint / Elastomeric Bearings / Bituminous Macadam/ Dense Bituminous Macadam/
Bituminous Concrete work/ Bitumen Mastic work in cash. This bank guarantee expires on
_________________________________________________
I/We undertake to keep the validity of the bank guarantee intact by getting it extended from time
to time at my/our own initiative upto a period of ________________________________ months
after the recorded date of completion of the work or as directed by the Engineer-in-Charge.

I/We also indemnify the Government against any losses arising out of non-encashment of the
bank guarantee, if any.

Deponent
(Signature of Contractor)

Note: - The affidavit is to be given by the executants before a first class Magistrate.

CORRECTION (C) NIL---------


INSERTION (I) NIL---------
DELETION (D) NIL--------- A. E. (P) EE(P)
Page - 67 - of 118

PART - A
SCHEDULE OF QUANTITY (Civil Work)

Name of Work : Construction of G+4 storey Police Post including Rain Water Harvesting
Tank, Underground water tank & development work at Sanjay Gandhi
Transport Nagar, Delhi (Civil & Electrical)

Sl.
No Description of Items Qty. Unit Rate Amount
1 Earth work in excavation by mechanical means
(Hydraulic excavator) / manual means over areas
(exceeding 30cm in depth, 1.5m in width as well as 10
sqm on plan) including getting out and disposal of
excavated earth, lead up to 50m and lift up to 1.5m,as
directed by Engineer-in-Charge.
(a) All kinds of soil 1270.00 cum 125.95 159957.00
2 Earth work in excavation by mechanical means
(Hydraulic excavator) / manual means in foundation
trenches or drains (not exceeding 1.5 m in width or 10
sqm on plan) including dressing of sides and ramming
of bottoms, lift up to 1.5 m, including getting out the
excavated soil and disposal of surplus excavated soil as
directed, within a lead of 50 m.
(a) All kinds of soil. 12.00 cum 166.40 1997.00
3 Excavating trenches of required width for pipes,
cables, etc including excavation for sockets, and
dressing of sides, ramming of bottoms, depth up to 1.5
m, including getting out the excavated soil, and then
returning the soil as required, in layers not exceeding
20 cm in depth, including consolidating each deposited
layer by ramming, watering, etc. and disposing of
surplus excavated soil as directed, within a lead of 50
m:
All kinds of soil
(a) Pipes, cables etc. exceeding 80 mm dia. but not
exceeding 300 mm dia 40.00 meter 225.45 9018.00
4 Filling available excavated earth (excluding rock) in
trenches, plinth, sides of foundations etc. in layers not
exceeding 20cm in depth, consolidating each deposited
layer by ramming and watering, lead up to 50 m and
lift up to 1.5 m. 840.00 cum 125.75 105630.00
5 Extra for every additional lift of 1.5 m or part thereof
in excavation /banking excavated or stacked materials.
(a) All kinds of soil. 550.00 cum 51.75 28463.00
6 Supplying and filling in plinth with sand under floors,
including watering, ramming, consolidating and
dressing complete.
30.00 cum 917.75 27533.00
7 Providing and laying in position cement concrete of
specified grade excluding the cost of centering and
shuttering - All work up to plinth level :

CORRECTION (C) NIL---------


INSERTION (I) NIL---------
DELETION (D) NIL--------- A. E. (P) EE(P)
Page - 68 - of 118

(a) 1:5:10 (1 cement : 5 coarse sand(zone-III) : 10


graded stone aggregate 40 mm nominal size) 110.00 cum 4209.05 462996.00
8 Providing and laying in position ready mixed plain
cement concrete, with cement content as per approved
design mix and manufactured in fully automatic
batching plant and transported to site of work in transit
mixer for all leads, having continuous agitated mixer,
manufactured as per mix design of specified grade for
plain cement concrete work, including pumping of
R.M.C. from transit mixer to site of laying and curing,
excluding the cost of centering, shuttering and
finishing, including cost of curing, admixtures in
recommended proportions as per IS : 9103 to
accelerate/ retard setting of concrete, improve
workability without impairing strength and durability
as per direction of the Engineer - in - charge.
Note : 1) Excess/ less cement used than specified in
this item is payable/ recoverable separately.
All works up to plinth level:
(a) M-10 grade plain cement concrete (cement content
considered @ 220 kg/cum). 27.00 cum 6051.70 163396.00
9 Centering and shuttering including strutting, propping
etc. and removal of form for :
(a) Foundations, footings, bases of columns, etc. for
mass concrete. 140.00 sqm 193.95 27153.00
10 Centering and shuttering including strutting, propping
etc. and removal of form for :
Suspended floors, roofs, landings, balconies and access
platform. 1770.00 Sqm 422.30 747471.00
11 Centering and shuttering including strutting, propping
etc. and removal of form for :
(a) Lintels, beams, plinth beams, girders, bressumers
and cantilevers. 322.00 sqm 342.90 110414.00
12 Centering and shuttering including strutting, propping
etc. and removal of form for :
(a) Columns, Pillars, Piers, Abutments, Posts and
Struts. 810.00 sqm 467.85 378959.00
13 Providing, hoisting and fixing up to floor five level
precast reinforced cement concrete in lintels, beams
and bressumers, including setting in cement mortar 1:3
(1 cement : 3 coarse sand), cost of required centering
and shuttering but excluding the cost of reinforcement,
with 1:2:4 (1 cement: 2 coarse sand : 4 graded stone
aggregate 20 mm nominal size). 6.00 cum 8683.55 52101.00
14 Steel reinforcement for R.C.C. work including
straightening, cutting, bending, placing in position and
binding all complete up to plinth level.
(a) Thermo-Mechanically Treated bars of grade Fe-500
D or more. 21000.00 kg 56.60 1188600.00
15 Steel reinforcement for R.C.C. work including
straightening, cutting, bending, placing in position and
binding all complete above plinth level.
CORRECTION (C) NIL---------
INSERTION (I) NIL---------
DELETION (D) NIL--------- A. E. (P) EE(P)
Page - 69 - of 118

(a) Thermo-Mechanically Treated bars of grade Fe-500


D or more. 60000.00 kg 56.60 3396000.00
16 Providing and laying in position ready mixed M-25
grade concrete for reinforced cement concrete work,
using cement content as per approved design mix,
manufactured in fully automatic batching plant and
transported to site of work in transit mixer for all leads,
having continuous agitated mixer, manufactured as per
mix design of specified grade for reinforced cement
concrete work, including pumping of R.M.C. from
transit mixer to site of laying, excluding the cost of
centering, shuttering finishing and reinforcement,
including cost of admixtures in recommended
proportions as per IS : 9103 to accelerate/ retard setting
of concrete, improve workability without impairing
strength and durability as per direction of the Engineer
- in - charge. (Note :- Cement content considered in
this item is @ 330 kg/cum. Excess/less cement used as
per design mix is payable/ recoverable separately).
(a) All works upto plinth level 160.00 cum 6713.60 1074176.00
17 Providing and laying in position ready mixed M-25
grade concrete for reinforced cement concrete work,
using cement content as per approved design mix,
manufactured in fully automatic batching plant and
transported to site of work in transit mixer for all leads,
having continuous agitated mixer, manufactured as per
mix design of specified grade for reinforced cement
concrete work, including pumping of R.M.C. from
transit mixer to site of laying, excluding the cost of
centering, shuttering finishing and reinforcement,
including cost of admixtures in recommended
proportions as per IS : 9103 to accelerate/ retard setting
of concrete, improve workability without impairing
strength and durability as per direction of the Engineer
- in - charge. (Note :- Cement content considered in
this item is @ 330 kg/cum. Excess/less cement used as
per design mix is payable/ recoverable separately).
(a) All works above plinth level upto floor V level 465.00 cum 7517.20 3495498.00
18 Brick work with common burnt clay F.P.S. (non
modular) bricks of class designation 7.5 in foundation
and plinth in:
(a) Cement mortar 1:6 (1 cement : 6 coarse sand) 195.00 cum 4751.65 926572.00
19 Brick work with common burnt clay F.P.S. (non
modular) bricks of class designation 7.5 in
superstructure above plinth level up to floor V level in
all shapes and sizes in :
(a) Cement mortar 1:4 (1 cement : 4 coarse sand) 245.00 cum 5801.50 1421368.00
20 Half brick masonry with common burnt clay F.P.S.
(non modular) bricks of class designation 7.5 in
superstructure above plinth level up to floor V level.
(a) Cement mortar 1:4 (1 cement :4 coarse sand) 610.00 sqm 684.20 417362.00
21 Extra for providing and placing in position 2 Nos.
6mm dia. M.S. bars at every third course of half brick
masonry. 610.00 sqm 56.85 34679.00
CORRECTION (C) NIL---------
INSERTION (I) NIL---------
DELETION (D) NIL--------- A. E. (P) EE(P)
Page - 70 - of 118

22 Granite work gang saw cut (polished and machine cut)


of thickness 18mm for wall lining (veneer work),
backing filled with a grout of average 12 mm thick in
cement mortar 1:3 (1 cement : 3 coarse sand) including
pointing with white cement mortar 1:2 (1 white cement
: 2 marble dust) with an admixture of pigment to match
the marble shade: (To be secured to the backing by
means of cramps, which shall be paid for separately).
Granite stone of any colour above 0.50 sqm
(a) Area of slab over 0.50 sqm 470.00 sqm 4568.70 2147289.00
23 Providing and fixing 18mm thick gang saw cut mirror
polished premoulded and prepolished, machine cut for
kitchen platforms, vanity counters, window sills ,
facias and similar locations of required size, approved
shade, colour and texture laid over 20mm thick base
cement mortar 1:4 (1 cement : 4 coarse sand) joints
treated with white cement, mixed with matching
pigment, epoxy touch ups, including rubbing, curing,
moulding and polishing to edges to give high gloss
finish etc. complete at all levels.
Granite of any colour and shade
Area of slab over 0.50 sqm. 14.00 Sqm 3113.30 43586.00
24 Providing and laying flamed finish Granite stone
flooring in required design and patterns, in linear as
well as curvilinear portions of the building all
complete as per the architectural drawings with 18 mm
thick stone slab over 20 mm (average) thick base of
cement mortar 1:4 (1 cement : 4 coarse sand) laid and
jointed with cement slurry and pointing with white
cement slurry admixed with pigment of matching
shade including rubbing, curing and polishing etc. all
complete as specified and as directed by the Engineer-
in-Charge :
(a) Flamed finish granite stone slab Jet Black, Cherry
Red, Elite Brown, Cat Eye or equivalent. 150.00 sqm 2887.85 433178.00
25 Providing wood work in frames of doors, windows,
clerestory windows and other frames, wrought framed
and fixed in position with hold fast lugs or with dash
fasteners of required dia. & length (hold fast lugs or
dash fastener shall be paid for separately).
(a) Second class teak wood 2.30 cum 92743.05 213309.00
26 Providing and fixing Pre-laminated flat pressed 3 layer
(medium density) particle board or graded wood
particle board IS : 3087 marked, with one side
decorative and other side balancing lamination Grade I,
Type II exterior grade IS : 12823 marked, in shelves
with screws and fittings wherever required, edges to be
painted with polyurethane primer (fittings to be paid
separately).
(a) 25 mm thick 50.00 sqm 1304.55 65228.00

CORRECTION (C) NIL---------


INSERTION (I) NIL---------
DELETION (D) NIL--------- A. E. (P) EE(P)
Page - 71 - of 118

27 Providing and fixing ISI marked flush door shutters


conforming to IS: 2202 (Part I) decorative type, core of
block board construction with frame of 1st class hard
wood and well matched teak 3 ply veneering with
vertical grains or cross bands and face veneers on both
faces of shutters.
(a) 35 mm thick including ISI marked Stainless Steel
butt hinges with necessary screws. 60.00 sqm 2488.95 149337.00
28 Providing and fixing ISI marked flush door shutters
conforming to IS: 2202 (Part I) decorative type, core of
block board construction with frame of 1st class hard
wood and well matched teak 3 ply veneering with
vertical grains or cross bands and face veneers on both
faces of shutters.
(a) 25 mm thick (for cupboard) including ISI marked
nickel plated bright finished M.S. Piano hinges IS:
3818 marked with necessary screws.
90.00 sqm 2129.10 191619.00
29 Extra for cutting rebate in flush door shutters (Total
area of the shutter to be measured). 90.00 sqm 127.75 11498.00
30 Extra for providing vision panel not exceeding 0.1 sqm
in all type of flush doors (cost of glass excluded)
(overall area of door shutter to be measured) :
(a) Rectangular or square. 13.00 sqm 162.60 2114.00
31 Providing and fixing in wall lining flat pressed three
layer (medium density) particle board or graded wood
Pre-laminated one side decorative lamination on other
side balancing lamination Grade I, Type II, IS : 12823
marked, including priming coat on unexposed surface,
with necessary fixing arrangement and screws etc.
complete :
(a) 25 mm thick 65.00 sqm 1422.90 92489.00
32 Providing and fixing curtain rods of 1.25 mm thick
chromium plated brass plate, with two chromium
plated brass brackets fixed with C.P. brass screws and
wooden plugs, etc., wherever necessary complete :
(a) 20 mm dia. 36.00 metre 359.30 12935.00
33 Providing and fixing aluminium die cast body tubular
type universal hydraulic door closer (having brand
logo with ISI, IS : 3564, embossed on the body, door
weight upto 35 kg and door width upto 700 mm) with
necessary accessories and screws etc. complete. 27 each 414.45 11190.00
34 Providing and fixing aluminium tower bolts ISI
marked anodised (anodic coating not less than grade
AC 10 as per IS : 1868 ) transparent or dyed to
required colour or shade with necessary screws etc.
complete :
(a) 250x10 mm 123 each 88.10 10836.00
35 Providing and fixing aluminium tower bolts ISI
marked anodised (anodic coating not less than grade
AC 10 as per IS : 1868 ) transparent or dyed to
required colour or shade with necessary screws etc.
complete :
(a) 150x10 mm 496 each 64.30 31893.00
CORRECTION (C) NIL---------
INSERTION (I) NIL---------
DELETION (D) NIL--------- A. E. (P) EE(P)
Page - 72 - of 118

36 Providing and fixing 50cm long aluminium kicking


plate 100x3.15 mm anodised (anodic coating not less
than grade AC 10 as per IS :1868) transparent or dyed
to required colour or shade with necessary screws etc.
complete. 1 No. 184.45 184.00
37 Providing and fixing aluminium hanging floor door
stopper ISI marked anodised (anodic coating not less
than grade AC 10 as per IS : 1868)transparent or dyed
to required colour and shade with necessary screws etc.
complete.
(a) Twin rubber stopper 27 each 38.00 1026.00
38 Providing and fixing Fiber Glass Reinforced plastic
(FRP) Door Frames of cross-section 90 mm x 45 mm
having single rebate of 32 mm x 15 mm to receive
shutter of 30 mm thickness. The laminate shall be
moulded with fire resistant grade unsaturated polyester
resin and chopped mat. Door frame laminate shall be 2
mm thick and shall be filled with suitable wooden
block in all the three legs. The frame shall be covered
with fiber glass from all sides. M.S. stay shall be
provided at the bottom to steady] the frame. 90.00 metre 415.50 37395.00
39 Providing and fixing to existing door frames.
(a) 30 mm thick Fibreglass Reinforced Plastic (F.R.P.)
flush door shutter in different plain and wood finish
made with fire retardant grade unsaturated polyester
resin, moulded to 3 mm thick FRP laminate all around,
with suitable wooden blocks inside at required places
for fixing of fittings and polyurethane foam (PUF)/
Polystyrene foam to be used as filler material
throughout the hollow panel, casted monolithically
with testing parameters of F.R.P. laminate conforming
to table - 3 of IS: 14856, complete as per direction of
Engineer-in-charge. 30.00 sqm 2535.80 76074.00
40 Providing and fixing fly proof stainless steel grade 304
wire gauge, to windows and clerestory windows using
wire gauge with average width of aperture 1.4mm in
both directions with wire of dia. 0.50 mm all complete.

(a) With 12 mm Aluminium U beading. 70.00 sqm 1094.10 76587.00


41 Providing and fixing bright /matt finished Stainless
Steel handles of approved quality & make with
necessary screws etc., all complete.
(a) 125mm 164 each 89.70 14711.00
42 Structural steel work in single section, fixed with or
without connecting plate, including cutting, hoisting,
fixing in position and applying a priming coat of
approved steel primer all complete. 1460.00 Kg 58.45 85337.00
43 Steel work in built up tubular ( round, square or
rectangular hollow tubes etc.) trusses etc., including
cutting, hoisting, fixing in position and applying a
priming coat of approved steel primer, including
welding and bolted with special shaped washers etc.
complete.
(a) Hot finished welded type tubes. 1275.00 kg 90.25 115069.00
CORRECTION (C) NIL---------
INSERTION (I) NIL---------
DELETION (D) NIL--------- A. E. (P) EE(P)
Page - 73 - of 118

44 Providing and fixing circular/ Hexagonal cast iron or


M.S. sheet box for ceiling fan clamp, of internal dia
140mm, 73mm height, top lid of 1.5mm thick M.S.
sheet with its top surface hacked for proper bonding,
top lid shall be screwed into the cast iron/ M.S. sheet
box by means of 3.3mm dia. round headed screws, one
lock at the corners. Clamp shall be made of 12mm dia
M.S. bar bent to shape as per standard drawing. 52 each 130.10 6765.00
45 Providing and fixing carbon steel galvanised
(minimum coating 5 micron) dash fastener of 10 mm
dia double threaded 6.8 grade (yield strength 480
N/mm² ), counter sunk head, comprising of 10 m dia
polyamide PA 6 grade sleeve, including drilling of
hole in frame, concrete/ masonry, etc. as per direction
of Engineer-in-charge.
(a) 10 x 80 mm 100 each 74.75 7475.00
46 Providing and fixing stainless steel ( Grade 304)
railing made of Hollow tubes, channels, plates etc.,
including welding, grinding, buffing, polishing and
making curvature (wherever required) and fitting the
same with necessary stainless steel nuts and bolts
complete i/c fixing the railing with necessary
accessories & stainless steel dash fasteners , stainless
steel bolts etc., of required size, on the top of the floor
or the side of waist slab with suitable arrangement as
per approval of Engineer-in-charge.( for payment
purpose only weight of stainless steel members shall
be considered excluding fixing accessories such as
nuts, bolts, fasteners etc.) 3900 Kg 472.40 1842360.00
47 Dry brick on edge flooring in required pattern with
bricks of class designation 7.5 on a bed of 12 mm mud
mortar, including filling joints with Jamuna sand, with
common burnt clay non modular bricks. 60.00 sqm 516.00 30960.00
48 Chequerred precast cement concrete tiles 22 mm thick
in footpath &courtyard, jointed with neat cement slurry
mixed with pigment to match the shade of tiles,
including rubbing and cleaning etc. complete, on
20mm thick bed of cement mortar 1:4 (1 cement: 4
coarse sand).
(a) Medium shade pigment using 50% white cement
50% Grey cement. 12.00 sqm 878.60 10543.00
49 Kota stone slab flooring over 20 mm (average) thick
base laid over and jointed with grey cement slurry
mixed with pigment to match the shade of the slab
including rubbing and polishing complete with base of
cement mortar 1 : 4 (1 cement : 4 coarse sand) :
(a) 25 mm thick. 200.00 sqm 1158.10 231620.00

CORRECTION (C) NIL---------


INSERTION (I) NIL---------
DELETION (D) NIL--------- A. E. (P) EE(P)
Page - 74 - of 118

50 Providing and fixing Ist quality ceramic rectified wall


tiles conforming to IS: 15622 (thickness to be specified
by the manufacturer), of size 300x450mm of approved
make, in all colours, shades except burgundy, bottle
green, black of any size as approved by Engineer-in-
Charge, in skirting, risers of steps and dados, over 12
mm thick bed of cement mortar 1:3 (1 cement :
3coarse sand) and jointing with grey cement slurry @
3.3kg per sqm, including pointing in white cement
mixed with pigment of matching shade complete 380.00 sqm 744.80 283024.00
51 Providing and laying rectified Glazed rectified floor
tiles of size 300x300mm or more (thickness to be
specified by the manufacturer), of 1stquality
conforming to IS : 15622, of approved make, in
colours White, Ivory, Grey, Fume Red Brown, laid on
20 mm thick cement mortar 1:4(1 Cement: 4 Coarse
sand), jointing with grey cement slurry @ 3.3kg/sqm
including grouting the joints with white cement and
matching pigments etc., complete. 150.00 Sqm 822.45 123368.00
52 Providing and laying vitrified floor tiles in different
sizes (thickness to be specified by the manufacturer)
with water absorption less than 0.08%and conforming
to IS : 15622 , of approved make, in all colours and
shades, laid on 20mm thick cement mortar 1:4 (1
cement : 4 coarse sand) jointing with grey cement
slurry @ 3.3kg/sqm including grouting the joints with
white cement and matching pigments etc., complete.
(a) Size of Tile 600x600 mm 785.00 sqm 1119.40 878729.00
53 Providing and laying Vitrified tiles in different sizes
(thickness to be specified by manufacturer) with water
absorption less than 0.08 % and conforming to I.S.
15622, of approved make in all colours & shade in
skirting, riser of steps, over 12 mm thick bed of cement
mortar 1:3 (1cement: 3 coarse sand), jointing with grey
cement slurry @ 3.3kg/sqm including grouting the
joint with white cement & matching pigments etc.
complete.
(a) Size of Tile 600x600 mm 100.00 sqm 1135.20 113520.00
54 Providing and fixing on wall face unplasticised Rigid
PVC rain water pipes conforming to IS : 13592 Type
A, including jointing with seal ring conforming to IS :
5382, leaving 10 mm gap for thermal expansion,
(a) 110 mm diameter 135.00 metre 236.35 31907.00
55 Providing and fixing on wall face unplasticised - PVC
moulded fittings/ accessories for unplasticised Rigid
PVC rain water pipes conforming to IS : 13592 Type
A including jointing with seal ring conforming to IS
:5382 leaving 10 mm gap for thermal expansion.
Single tee with door
110x110x110 mm 8 No. 181.55 1452.00
56 Providing and fixing on wall face unplasticised - PVC
moulded fittings/ accessories for unplasticised Rigid
PVC rain water pipes conforming to IS : 13592 Type
A including jointing with seal ring conforming to IS
:5382 leaving 10 mm gap for thermal expansion.
CORRECTION (C) NIL---------
INSERTION (I) NIL---------
DELETION (D) NIL--------- A. E. (P) EE(P)
Page - 75 - of 118

Shoe (Plain)
110 mm Shoe 8 No. 98.00 784.00
57 Providing and fixing unplasticised -PVC pipe clips of
approved design to unplasticised - PVC rain water
pipes by means of 50x50x50mm hardwood plugs,
screwed with M.S. screws of required length including
cutting brick work and fixing in cement mortar 1:4 (1
cement : 4 coarse sand) and making good the wall etc.
complete.
110 mm 80 No. 181.40 14512.00
58 Providing and fixing pre-coated galvanised iron profile
sheets (size, shape and pitch of corrugation as
approved by Engineer-in-charge) 0.50 mm ( + 0.05 %),
total coated thickness with zinc coating 120 gm per
sqm as per IS:277 in 240 MPa steel grade, 5-7 microns
epoxy primer on both side of the sheet and polyester
top coat 15-18 microns. Sheet should have protective
guard film of 25 microns minimum to avoid scratches
during transportation and should be supplied in single
length upto 12metre or as desired by Engineer-in-
charge. The sheet shall be fixed using self drilling /self
tapping screws of size (5.5x 55mm) with EPDM seal,
complete upto any pitch in horizontal/ vertical or
curved surfaces excluding the cost of purlins, rafters
and trusses and including cutting to size and shape
wherever required. 100.00 sqm 550.40 55040.00
59 12 mm cement plaster of mix :
(a) 1:6 (1 cement: 6 coarse sand) 2355.00 sqm 168.25 396229.00
60 15 mm cement plaster on rough side of single or half
brick wall of mix :
(a) 1:6 (1 cement: 6 coarse sand) 2223.00 sqm 194.60 432596.00
61 12 mm cement plaster finished with a floating coat of
neat cement of mix :
(a) 1:3 (1 cement: 3 fine sand) 160.00 sqm 226.80 36288.00
62 Cement plaster 1:3 (1 cement: 3 coarse sand) finished
with a floating coat of neat cement.
12 mm cement plaster 115.00 Sqm 234.70 26991.00
63 6 mm cement plaster of mix :
(a) 1:3 (1 cement: 3 fine sand) 1720.00 sqm 143.80 247336.00
64 Finishing walls with Premium Acrylic Smooth exterior
paint with Silicone additives of required shade
New work (Two or more coats applied @ 1.43 ltr/ 10
sqm. over and including priming coat of exterior
primer applied @ 2.20 kg/10 sqm) 1640.00 sqm 96.80 158752.00
65 Wall painting with acrylic emulsion paint of approved
brand and manufacture to give an even shade:
(a) Two or more coats on new work. 4680.00 sqm 84.45 395226.00
66 French spirit polishing :
(a) Two or more coats on new works including a coat
of wood filler. 290.00 sqm 209.75 60828.00

CORRECTION (C) NIL---------


INSERTION (I) NIL---------
DELETION (D) NIL--------- A. E. (P) EE(P)
Page - 76 - of 118

67 Providing and applying white cement based putty of


average thickness 1 mm, of approved brand and
manufacturer, over the plastered wall surface to
prepare the surface even and smooth complete. 4680.00 sqm 87.35 408798.00
68 Manufacturing, supplying and fixing retro reflective
overhead signage boards made up of 2 mm thick
aluminium sheet, face to be fully covered with high
intensity and encapsulated lens type heat activated
retro reflective sheeting conforming to type - III of
ASTM-D-4956-01 as approved by Engineer-in-charge,
letters, borders etc. as per IRC : 67-2001 in silver
white with blue colour back ground and with high
intensity grade, pasted on substrate by pressure
sensitive adhesive backing which shall be activated by
applying pressure conforming to class II of ASTM-D-
4956-01 and fixing the same to the plate of structural
frame work by means of suitable sized aluminium
alloys, rivets or bolts & nuts @ 300 mm centre to
centre all along the periphery as well as in two vertical
rows along with theft resistant measures, including the
cost of painting with two or more coats of epoxy paint
in grey colour on the back side of aluminium sheet
including appropriate priming coat.
The rate includes the cost of rounding off the corners,
lowering down the structural frame work from the
gantry, fixing and erecting the same in position all
complete as per drawings, specification and direction
of the engineer-in charge.(Structural frame work
including M.S. plate to be provided separately.
Rectangular area of the sheet only shall be measured
for payment).
Overhead informatory signage 6.00 Sqm 4722.20 28333.00
69 Providing and laying C.C. pavement of mix M-25 with
ready mixed concrete from batching plant. The ready
mixed concrete shall be laid and finished with screed
board vibrator , vacuum dewatering process and finally
finished by floating, brooming with wire brush etc.
complete as per specifications and directions of Engineer-
in charge. (The panel shuttering work shall be paid for
separately). (Note:- Cement content considered in this
item is @ 330 kg/cum. Excess/less cement used as per
design mix is payable/ recoverable separately). 105.00 cum 6912.15 725776.00
70 Providing and laying factory made chamfered edge
Cement Concrete paver blocks In foot path, park & lawns
driveway or light & traffic parking etc. of required
strength, thickness & size/ shape, made by table vibratory
method using PU mould, laid in required colour & pattern
over 50mm thick compacted bed of course sand,
compacting and proper embedding/ laying of inter
locking paver blocks into the sand bedding layer through
vibratory compaction by using plate vibrator, filling the
joints with sand and cutting of paver blocks as per
required size and pattern, finishing and sweeping extra
sand, all complete as per manufacturer's specifications &
direction of Engineer in-Charge.

CORRECTION (C) NIL---------


INSERTION (I) NIL---------
DELETION (D) NIL--------- A. E. (P) EE(P)
Page - 77 - of 118

60mm thick Cement concrete paver block of M-35


grade with approved colour, design & pattern 180.00 Sqm 756.15 136107.00
71 Providing and fixing water closet squatting pan (Indian
type W.C. pan ) with 100 mm long arm sand cast Iron
P or S trap, 10 litre low level white P.V.C. flushing
cistern, including flush pipe, with manually controlled
device (handle lever) conforming to IS : 7231, with all
fittings and fixtures complete, including cutting and
making good the walls and floors wherever required
(a) White Vitreous china Orissa pattern W.C. pan of
size 580x440 mm with integral type foot rests 12.00 each 3494.20 41930.00
72 Providing and fixing white vitreous china pedestal type
water closet (European type) with seat and lid, 10 litre
low level white vitreous china flushing cistern & C.P.
flush bend with fittings & C.I. brackets, 40 mm flush
bend, overflow arrangement with specials of standard
make and mosquito proof coupling of approved
municipal design complete, including painting of
fittings and brackets, cutting and making good the
walls and floors wherever required :
(a) W.C. pan with ISI marked white solid plastic seat
and lid 4.00 each 4593.75 18375.00
73 Providing and fixing white vitreous china flat back half
stall urinal of size 580x380x350 mm with white PVC
automatic flushing cistern, with fittings, standard size
C.P. brass flush pipe, spreaders with unions and
clamps (all in C.P. brass) with waste fitting as per IS :
2556, C.I. trap with outlet grating and other couplings
in C.P. brass, including painting of fittings and cutting
and making good the walls and floors wherever
required :
(a) Single half stall urinal with 5 litre P.V.C. automatic
flushing cistern 4 each 6187.40 24750.00
74 Range of two half stall urinals with 5 litre P.V.C.
automatic flushing cistern. 1 each 9317.60 9318.00
75 Providing and fixing Stainless Steel A Isis 304 (18/8)
kitchen sink as per IS: 13983 with C.I. brackets and
stainless steel plug 40 mm, including painting of
fittings and brackets, cutting and making good the
walls wherever required :
Kitchen sink with drain board
(a) 510x1040 mm bowl depth 250 mm. 1 each 4120.80 4121.00
76 Providing and fixing 8 mm dia C.P. / S.S. Jet with
flexible tube upto 1 metre long with S.S. triangular
plate to European type W.C. of quality and make as
approved by Engineer - in - charge. 4 each 254.80 1019.00
77 Providing and fixing CP Brass 32mm size Bottle Trap
of approved quality & make and as per the direction of
Engineer-in-charge. 15 each 795.15 11927.00
78 Providing and fixing P.V.C. waste pipe for sink or
wash basin including P.V.C. waste fittings complete.
Semi rigid pipe
CORRECTION (C) NIL---------
INSERTION (I) NIL---------
DELETION (D) NIL--------- A. E. (P) EE(P)
Page - 78 - of 118

(a) 32 mm dia 6 each 75.60 454.00


79 Providing and fixing mirror of superior glass (of
approved quality) and of required shape and size with
plastic moulded frame of approved make and shade
with 6 mm thick hard board backing :
(a) Oval shape 450x350 mm (outer dimensions) 15 each 809.50 12143.00
80 Providing and fixing mirror of superior glass (of
approved quality) and of required shape and size with
plastic moulded frame of approved make and shade
with 6 mm thick hard board backing :
(a) Rectangular shape 1500x450 mm 4 each 1323.10 5292.00
81 Providing and fixing soil, waste and vent pipes :
100 mm dia.
(a) Centrifugally cast (spun) iron socket & spigot
(S&S) pipe as per IS: 3989. 102.00 metre 921.65 94008.00
82 Providing and fixing soil, waste and vent pipes :
75 mm diameter :
(a) Centrifugally cast (spun) iron socketed pipe as per
IS: 3989. 102.00 meter 794.55 81044.00
83 Providing and fixing M.S. holder-bat clamps of
approved design to Sand Cast iron/cast iron (spun)
pipe embedded in and including cement concrete
blocks 10x10x10 cm of 1:2:4 mix (1 cement : 2 coarse
sand : 4 graded stone aggregate 20 mm nominal size),
including cost of cutting holes and making good the
walls etc. :
(a) For 100 mm dia. Pipe 30 each 167.35 5021.00
84 Providing and fixing M.S. holder-bat clamps of
approved design to Sand Cast iron/cast iron (spun)
pipe embedded in and including cement concrete
blocks 10x10x10 cm of 1:2:4 mix (1 cement : 2 coarse
sand : 4 graded stone aggregate 20 mm nominal size),
including cost of cutting holes and making good the
walls etc. :
(a) For 75 mm dia. Pipe 30 each 165.05 4952.00
85 Providing and fixing single equal plain junction of
required degree with access door, insertion rubber
washer 3 mm thick, bolts and nuts complete.
100x100x100 mm
(a) Sand cast iron S&S as per IS - 3989 18 each 623.00 11214.00
86 Providing and fixing single equal plain junction of
required degree with access door, insertion rubber
washer 3 mm thick, bolts and nuts complete.
75x75x75 mm
(a) Sand cast iron S&S as per IS - 3989 18 each 472.35 8502.00
87 Providing and fixing door piece, insertion rubber
washer 3mm thick, bolts & nuts complete :
100 mm
(a) Sand cast iron S&S as per IS - 3989 6 each 512.65 3076.00
88 Providing and fixing door piece, insertion rubber
washer 3mm thick, bolts & nuts complete :
CORRECTION (C) NIL---------
INSERTION (I) NIL---------
DELETION (D) NIL--------- A. E. (P) EE(P)
Page - 79 - of 118

75 mm
(a) Sand cast iron S&S as per IS - 3989 6 each 381.75 2291.00
89 Providing and fixing terminal guard:
100 mm
(a) Sand cast iron S&S as per IS - 3989 6 each 333.80 2003.00
90 75 mm
(a) Sand cast iron S&S as per IS - 3989 6 each 265.60 1594.00
91 Providing lead caulked joints to sand cast
iron/centrifugally cast (spun) iron pipes and fittings of
diameter:
(a) 100 mm 88 each 309.95 27276.00
92 Providing lead caulked joints to sand cast
iron/centrifugally cast (spun) iron pipes and fittings of
diameter:
(a) 75 mm 52 each 263.60 13707.00
93 Providing and fixing M.S. stays and clamps for sand
cast iron/centrifugally cast (spun) iron pipes of
diameter :
(a) 100 mm 6 each 62.00 372.00
94 Providing and fixing M.S. stays and clamps for sand
cast iron/centrifugally cast (spun) iron pipes of
diameter :
(a) 75 mm 6 each 56.55 339.00
95 Providing and fixing trap of self cleansing design with
screwed down or hinged grating with or without vent
arm complete, including cost of cutting and making
good the walls and floors :
100 mm inlet and 100 mm outlet Long arm
(a) Sand Cast Iron S&S as per IS: 3989. 1 each 1034.45 1034.00
96 Providing and fixing trap of self cleansing design with
screwed down or hinged grating with or without vent
arm complete, including cost of cutting and making
good the walls and floors :
100 mm inlet and 75 mm outlet Long arm
(a) Sand Cast Iron S&S as per IS- 3989. 22 each 1072.80 23602.00
97 Providing and fixing C.P. Brass towel rail complete
with brackets fixed to wooden cleats with CP brass
screws with concealed fittings arrangement of
approved quality and colour.
(a) 600 mm long towel rail 15 each 390.20 5853.00
98 Providing and fixing Chlorinated Polyvinyl Chloride
(CPVC) pipes, having thermal stability for hot & cold
water supply, including all CPVC plain & brass
threaded fittings, i/c fixing the pipe with clamps at 1.00
m spacing. This includes jointing of pipes & fittings
with one step CPVC solvent cement and the cost of
cutting chases and making good the same including
testing of joints complete as per direction of Engineer
in Charge. :Concealed work, including cutting chases
and making good the walls etc.
(a) 15 mm nominal outer dia .Pipes. 90.00 metre 246.20 22158.00
CORRECTION (C) NIL---------
INSERTION (I) NIL---------
DELETION (D) NIL--------- A. E. (P) EE(P)
Page - 80 - of 118

99 Providing and fixing Chlorinated Polyvinyl Chloride


(CPVC) pipes, having thermal stability for hot & cold
water supply, including all CPVC plain & brass
threaded fittings, i/c fixing the pipe with clamps at 1.00
m spacing. This includes jointing of pipes & fittings
with one step CPVC solvent cement and the cost of
cutting chases and making good the same including
testing of joints complete as per direction of Engineer
in Charge. :Concealed work, including cutting chases
and making good the walls etc.
(a) 20 mm nominal outer dia .Pipes. 110.00 metre 284.85 31334.00
100 Providing and fixing G.I. pipes complete with G.I.
fittings and clamps, i/c cutting and making good the
walls etc. : Internal work – Exposed on wall.
(a) 25 mm dia. nominal bore 75.00 metre 247.85 18589.00
101 Providing and fixing G.I. pipes complete with G.I.
fittings and clamps, i/c cutting and making good the
walls etc. : Internal work – Exposed on wall.
(a) 32 mm dia. nominal bore 24.00 metre 308.35 7400.00
102 Providing and fixing G.I. pipes complete with G.I.
fittings including trenching and refilling etc. : External
work
(a) 50 mm dia. nominal bore 160.00 metre 342.70 54832.00
103 Providing and fixing gun metal gate valve with C.I.
wheel of approved quality (screwed end) :
(a) 50 mm nominal bore 4 each 749.90 3000.00
104 Providing and fixing ball valve (brass) of approved
quality, High or low pressure, with plastic floats
complete :
(a) 25 mm nominal bore 12 each 331.95 3983.00
105 Providing and fixing unplasticised PVC connection
pipe with brass unions :
45 cm length
(a) 15 mm nominal bore 36 each 67.80 2441.00
106 Providing and fixing C.P. brass shower rose with 15 or
20 mm inlet :
(a) 150 mm diameter 5 each 85.90 430.00
107 Painting G.I. pipes and fittings with synthetic enamel
white paint with two coats over a ready mixed priming
coat, both of approved quality for new work :
(a) 25 mm diameter pipe. 75.00 metre 15.50 1163.00
108 Painting G.I. pipes and fittings with synthetic enamel
white paint with two coats over a ready mixed priming
coat, both of approved quality for new work :
(a) 32 mm diameter pipe. 24.00 metre 18.40 442.00
109 Painting G.I. pipes and fittings with two coats of anti-
corrosive bitumastic paint of approved quality :
(a) 50 mm diameter pipe 155.00 metre 14.80 2294.00

CORRECTION (C) NIL---------


INSERTION (I) NIL---------
DELETION (D) NIL--------- A. E. (P) EE(P)
Page - 81 - of 118

110 Providing and filling sand of grading zone V or coarser


grade all- round the G.I. pipes in external work.
(a) 50 mm diameter pipe 155.00 metre 74.95 11617.00
111 Providing and fixing G.I. Union in G.I. pipe including
cutting and threading the pipe and making long screws
etc. complete (New work)
(a) 25 mm nominal bore 18 each 205.80 3704.00
112 Providing and fixing G.I. Union in G.I. pipe including
cutting and threading the pipe and making long screws
etc. complete (New work)
(a) 32 mm nominal 2 each 240.65 481.00
113 Providing and fixing G.I. Union in G.I. pipe including
cutting and threading the pipe and making long screws
etc. complete (New work)
(a) 50mm nominal bore 8 each 384.90 3079.00
114 Providing and placing on terrace (at all floor levels)
polyethylene water storage tank ISI : 12701 marked,
with cover and suitable locking arrangement and
making necessary holes for inlet, outlet and overflow
pipes but without fittings and the base support for tank.
(a) Circular tank 12000.00 Litre 7.25 87000.00
115 Providing and fixing C.P. brass bib cock of approved
quality conforming to IS:8931:
(a) 15 mm nominal bore. 28 each 371.70 10408.00
116 Providing and fixing C.P. brass long nose bib cock of
approved quality conforming to IS standards and
weighing not less than 810 gms.
(a) 15 mm nominal bore. 8 each 555.30 4442.00
117 Providing and fixing C.P. brass long body bib cock of
approved quality conforming to IS standards and
weighing not less than 690 gms.
(a) 15 mm nominal bore 8 each 492.55 3940.00
118 Providing and fixing C.P. brass angle valve for basin
mixer and geyser points of approved quality
conforming to IS:8931 a) 15 mm nominal bore
(a) 15mm nominal bore 38 each 475.70 18077.00
119 Providing and fixing PTMT Ball cock of approved
quality, colour and make complete with Epoxy coated
aluminium rod with L.P./ H.P.H.D. plastic ball.
(a) 25 mm nominal bore, 152 mm long. Weighing not
less than 440 gms. 6 each 413.25 2480.00
120 Providing, laying and jointing glazed stoneware pipes
class SP-1 with stiff mixture of cement mortar in the
proportion of 1:1 (1 cement : 1 fine sand) including
testing of joints etc. complete :
(a) 250 mm diameter 40.00 metre 692.50 27700.00

CORRECTION (C) NIL---------


INSERTION (I) NIL---------
DELETION (D) NIL--------- A. E. (P) EE(P)
Page - 82 - of 118

121 Providing and laying cement concrete 1:5:10 (1 cement


: 5 coarse sand : 10 graded stone aggregate 40 mm
nominal size) all-round S.W. pipes including bed
concrete as per standard design:
(a) 250 mm diameter S.W. pipe 40.00 metre 1027.00 41080.00
122 Constructing brick masonry manhole in cement mortar
1:4 ( 1 cement : 4 coarse sand ) with R.C.C. top slab
with 1:2:4 mix (1 cement : 2 coarse sand : 4 graded
stone aggregate 20 mm nominal size),foundation
concrete 1:4:8 mix (1 cement : 4 coarse sand : 8 graded
stone aggregate 40 mm nominal size), inside plastering
12 mm thick with cement mortar 1:3 (1 cement : 3
coarse sand) finished with floating coat of neat cement
and making channels in cement concrete 1:2:4
(1cement : 2 coarse sand : 4 graded stone aggregate 20
mm nominal size) finished with a floating coat of neat
cement complete as per standard design :
Inside size 90x80 cm and 45 cm deep including C.I.
cover with frame (light duty) 455x610 mm internal
dimensions, total weight of cover and frame to be not
less than 38 kg (weight of cover 23 kg and weight of
frame 15 kg) :
(a) With Sewer bricks conforming to IS : 4885 10.00 each 8678.85 86789.00
123 Extra for depth for manholes
Size 90x80 cm
(a) With common burnt clay F.P.S. (non modular)
bricks of class designation 7.5 1.00 metre 5718.60 5719.00
124 Providing orange colour safety foot rest of minimum 6
mm thick plastic encapsulated as per IS : 10910, on 12
mm dia steel bar conforming to IS: 1786, having
minimum cross section as 23 mm x 25 mm and over all
minimum length 263 mm and width as 165 mm with
minimum 112 mm space between protruded legs
having 2 mm tread on top surface by ribbing or
chequering besides necessary and adequate anchoring
projections on tail length on 138 mm as per standard
drawing and suitable to with stand the bend test and
chemical resistance test as per specifications and
having manufacture's permanent identification mark to
be visible even after fixing, including fixing in
manholes with 30x20x15 cm cement concrete block
1:3:6 (1 cement : 3 coarse sand :6 graded stone
aggregate 20 mm nominal size) complete as per
design. 65 each 327.90 21314.00
125 Providing and fixing in position pre-cast R.C.C.
manhole cover and frame of required shape and
approved quality
H D - 20
(a) Circular shape 560 mm internal diameter 4 each 1300.95 5204.00

CORRECTION (C) NIL---------


INSERTION (I) NIL---------
DELETION (D) NIL--------- A. E. (P) EE(P)
Page - 83 - of 118

126 Providing and fixing aluminium work for doors,


windows, ventilators and partitions with extruded built
up standard tubular sections/appropriate Z sections and
other sections of approved make conforming to IS: 733
and IS: 1285, fixing with dash fasteners of required dia
and size, including necessary filling up the gaps at
junctions, i.e. at top, bottom and sides with required
EPDM rubber/neoprene gasket etc. Aluminium
sections shall be smooth, rust free, straight, mitred and
jointed mechanically wherever required including cleat
angle, Aluminium snap beading for glazing / panelling,
C.P. brass/ stainless steel screws, all complete as per
architectural drawings and the directions of Engineer-
in-charge. (Glazing, panelling and dash fasteners to be
paid for separately) :
For fixed portion
(a) Powder coated aluminium (minimum thickness of
powder coating 50 micron) 1309 kg 384.50 503311.00
127 For shutters of doors, windows & ventilators including
providing and fixing hinges/ pivots and making
provision for fixing of fittings wherever required
including the cost of EPDM rubber / neoprene gasket
required (Fittings shall be paid for separately).
(a) Powder coated aluminium (minimum thickness of
powder coating 50 micron) 1926 kg 444.90 856877.00
128 Providing and fixing glazing in aluminium door,
window, ventilator shutters and partitions etc. with
EPDM rubber / neoprene gasket etc. complete as per
the architectural drawings and the directions of
engineer-in-charge . (Cost of aluminium snap beading
shall be paid in basic item):
(a) With float glass panes of 5.50 mm thickness 102.00 sqm 1003.95 102403.00
129 Providing and fixing aluminium casement windows
fastener of required length for aluminium windows
with necessary screws etc. complete.
Powder coated minimum thickness 50 micron
aluminium. 248 each 55.50 13764.00
130 Providing and laying integral cement based treatment
for water proofing on horizontal surface at all depth
below ground level for underground structures as
directed by Engineer-in-Charge and consisting of :

i) I st layer of 22mm to 25mm thick approved and


specified rough stone slab over a 25mm thick base of
cement mortar 1:3 (1 cement : 3 coarse sand) mixed
with water proofing compound conforming to IS:2645
in the recommended proportion over the leveling
course (levelling course to be paid separately). Joints
sealed and grouted with cement slurry mixed with
water proofing compound.
ii) 2nd layer of 25mm thick cement mortar 1:3 (1
cement: 3 coarse sand) mixed with water proofing
compound in recommended proportions

CORRECTION (C) NIL---------


INSERTION (I) NIL---------
DELETION (D) NIL--------- A. E. (P) EE(P)
Page - 84 - of 118

iii) Finishing top with stone aggregate of 10mm to


12mm nominal size spreading @ 8 cudm/sqm
thoroughly embedded in the 2nd layer.
(a) Using rough kota stone. 40.00 sqm 1017.55 40702.00
131 Providing and laying integral cement based treatment
for water proofing on the vertical surface by fixing
specified stone slab 22 mm to 25 mm thick with
cement slurry mixed with water proofing compound
conforming to IS:2645 in recommended proportions
with a gap of 20mm(minimum) between stone slabs
and the receiving surfaces and filling the gaps with
neat cement slurry mixed with water proofing
compound and finishing the exterior of stone slab with
cement mortar 1:3 (1cement : 3 coarse sand) 20mm
thick with neat cement punning mixed with water
proofing compound in recommended proportion
complete at all levels and as directed by Engineer-in-
charge :
(a) Using rough Kota stone 100.00 sqm 1253.30 125330.00
132 Providing and Placing in position suitable PVC water
stops conforming to IS:12200 for construction/
expansion joints between two RCC members and fixed
to the reinforcement with binding wire before pouring
concrete etc. complete :
(a) Serrated with central bulb (225mm wide, 8-11mm
thick). 65.00 metre 254.15 16520.00
133 Providing and laying water proofing treatment in
sunken portion of WCs, bathroom etc., by applying
cement slurry mixed with water proofing cement
compound consisting of applying :
a) First layer of slurry of cement @ 0.488 kg/sqm
mixed with water proofing cement compound@ 0.253
kg/sqm. This layer will be allowed to air cure for 4
hours
b)Second layer of slurry of cement @ 0.242 kg/sqm
mixed with waterproofing cement compound @ 0.126
kg/sqm. This layer will be allowed to air cure for 4
hours followed with water curing for 48 hours.

(a) The rate includes preparation of surface, treatment


and sealing of all joints, corners, junctions of pipes and
masonry with polymer mixed slurry.
112.00 sqm 298.30 33410.00
134 Boring/drilling bore well of required dia for casing/
strainer pipe, by suitable method prescribed in IS: 2800
(part I), including collecting samples from different
strata, preparing and submitting strata chart/ bore log,
including hire & running charges of all equipments,
tools, plants & machineries required for the job, all
complete as per direction of Engineer -in-charge, upto
90 metre depth below ground level.
All types of soil
(a) 300 mm dia 45.00 metre 370.70 16682.00

CORRECTION (C) NIL---------


INSERTION (I) NIL---------
DELETION (D) NIL--------- A. E. (P) EE(P)
Page - 85 - of 118

135 Supplying, assembling, lowering and fixing in vertical


position in bore well, unplasticized PVC medium well
casing (CM) pipe of required dia, conforming to IS:
12818, including required hire and labour charges,
fittings & accessories etc. all complete, for all depths,
as per direction of Engineer -in-charge.
(a) 200 mm nominal size dia 15.00 metre 610.65 9160.00
136 Supplying, assembling, lowering and fixing in vertical
position in bore well unplasticized PVC medium well
screen (RMS) pipes with ribs, conforming to IS:
12818, including hire & labour charges, fittings &
accessories etc. all complete, for all depths, as per
direction of Engineer-in-charge.
(a) 200 mm nominal size dia 30.00 metre 821.15 24635.00
137 Supplying, filling, spreading & levelling stone
boulders of size range 5 cm to 20 cm, in recharge pit,
in the required thickness, for all leads & lifts, all
complete as per direction of Engineer-in-charge. 11.00 cum 921.90 10141.00
138 Supplying, filling, spreading & levelling gravels of
size range 5 mm to 10 mm, in the recharge pit, over the
existing layer of boulders, in required thickness, for all
leads & lifts, all complete as per direction of Engineer-
in-charge. 13.00 cum 1038.05 13495.00
139 Supplying, filling, spreading & levelling coarse sand of
size range 1.5 mm to 2 mm in recharge pit, in required
thickness over gravel layer, for all leads & lifts, all
complete as per direction of Engineer -in-charge. 13.00 cum 1038.05 13495.00
140 Gravel packing in tubewell construction in accordance
with IS: 4097, including providing gravel fine/
medium/ coarse, in required grading & sizes as per
actual requirement, all complete as per direction of
Engineer-in-charge. 2.00 cum 1175.60 2351.00
141 Providing and fixing factory made precast RCC
perforated drain covers, having concrete of strength not
less than M-25, of size 1000 x 450x50 mm, reinforced
with 8 mm dia four nos longitudinal & 9 nos cross
sectional T.M.T. hoop bars, including providing 50
mm dia perforations @ 100 to 125 mm c/c, including
providing edge binding with M.S. flats of size 50 mm
x 1.6 mm complete, all as per direction of Engineer-in-
charge. 100 each 959.35 95935.00
142 Development of tube well in accordance with IS : 2800
(part I) and IS: 11189, to establish maximum rate of
usable water yield without sand content (beyond
permissible limit), with required capacity air
compressor, running the compressor for required time
till well is fully developed, measuring yield of well by
“V” notch method or any other approved method,
measuring static level & draw down etc. by step draw
down method, collecting water samples & getting
tested in approved laboratory, i/c disinfection of tube
well, all complete, including hire & labour charges of
air compressor, tools & accessories etc., all as per
requirement and direction of Engineer-in-charge. 20.00 hour 542.20 10844.00

CORRECTION (C) NIL---------


INSERTION (I) NIL---------
DELETION (D) NIL--------- A. E. (P) EE(P)
Page - 86 - of 118

143 Providing and fixing suitable size threaded mild steel


cap or spot welded plate to the top of bore well
housing/ casing pipe, removable as per requirement, all
complete for bore well of:
(a) 200 mm dia 1 each 231.75 232.00
144 Providing and fixing Bail plug/ Bottom plug of
required dia to the bottom of pipe assembly of tubewell
as per IS:2800 (part I).
(a) 200 mm dia 1 each 253.95 254.00
145 Providing and fixing false ceiling at all heights with
integral densified calcium silicate reinforced with fibre
and natural filler false ceiling tiles of Size 595x595
mm of approved texture, design and patterns having
NRC (Noise Reduction coefficient) of 0.50 (minimum)
as per IS 8225:1987, Light reflectance of 85%
(minimum). Non combustible as per BS:476 (part-4),
fire performance as per BS:476 (part 6 &7), humidity
resistance of 100%, thermal conductivity < 0.043 W/m
K as per ASTM 518:1991, in true horizontal level
suspended on inter- locking metal powder coated T-
Grid of hot dipped galvanised iron section of 0.40 mm
thick on Silhouette profile, rotary stitched double
webbed white with 6 mm reveal profile
(white/black),comprising of main-T runners of size
15x42 mm of length 3000 mm,
cross - T of size 15x42 mm of length 1200 mm and
secondary intermediate cross-T of size 15x42 mm of
length 600mm to form grid module of size 600 x 600
mm, suspended from ceiling using galvanised mild
steel items (galvanizing @ 80 grams per sqm) i.e. 50
mm long, 8 mm outer diameter M-6 dash fasteners, 6
mm dia fully threaded hanger rod up to 1000 mm
length and L-shape level adjuster of size 85x25x2 mm.
Galvanised iron perimeter wall angle of size
22x19x0.40 mm of length 3000 mm to be fixed on
periphery wall / partition with the help of plastic rawl
plugs at 450 mm centre to centre and 40mm long dry
wall S.S screws. The work shall be carried out as per
specifications, drawing and as per directions of the
Engineer-in-Charge.
(a) With 15 mm thick integral densified micro edge
light weight calcium silicate false ceiling tiles 54.00 sqm 1761.15 95102.00
146 Providing & Fixing 0.50mm thick plastic wire mesh
fabric having mesh hole size not more than 1.20mm in
recharge pit for separating the filter layers as per
direction of Engineer-in-Charge. 60.00 sqm 138.65 8319.00

CORRECTION (C) NIL---------


INSERTION (I) NIL---------
DELETION (D) NIL--------- A. E. (P) EE(P)
Page - 87 - of 118

147 Providing and fixing 50 mm wide & 18 mm thick gang


saw cut mirror polished premoulded and prepolished)
machine cut for staircase, corridor and similar
locations for architectural view as projected copying of
required size of approved shade, colour and texture
laid with epoxy touch ups, including rubbing, curing,
moulding and polishing to edge to give high gloss
finish etc including chases up to 7.5x7.5 cm in walls
including making good and finishing with matching
surface after housing granite stone etc. complete at all
levels. (a) Granite of any colour and shade. 340.00 metre 760.74 258652.00
148 Constructing brick masonry open surface drain with
common burnt with clay F.P.S. non-modular bricks in
cement mortar 1:4(1 cement :4 coarse sand) including
earth excavation, 10cm thick bed concrete 1:5:10
(1cement : 5 fine sand 10 graded stone aggregate
40mm nominal size.) and 25mm thick cement concrete
1:2:4 (1 cement : 2 coarse sand : 4 graded stone
aggregate 12.5 mm nominal size ) for filling haunches
including 12mm cement plaster 1:3 (1 cement :3
coarse sand) with a floating coat of neat cement inside
the drain, its top and exposed side including disposal
of surplus earth complete as per standard design.
a) 25 cm wide drain 30 cm average depths. 100.00 metre 1343.00 134300.00
149 Providing and fixing ISI marked oxidised S.S. sliding
door bolts with nuts and screws etc. complete :
250x16mm
55 each 142.05 7813.00
150 Providing and fixing wash basin with 15 mm C.P.
brass pillar taps, 32 mm C.P. brass waste of standard
pattern, including painting of fittings and brackets,
cutting and making good the walls wherever require:
White Vitreous China Oval shape wash basin size
550x 400 mm with 15mm C.P. Brass pillar cock. 4 each 4608.73 18435.00
Total
28046025.00
Add : Add Cost Index 15.69% on DSR items only :
4400421.00
Total
32446446.00
151 Providing and laying cement concrete (M30 grade) tactile
tile such as directional, warning or hazardous (for vision
impaired persons as per standards) of size 300x300x60 mm
{60 mm base + (5mm ± 0.5mm) thick raised portion}
having water absorption ≤ 6% and conforming to IS: 13801,
of approved make in all colours (preferably yellow) and
shades for footpath laid on 20mm thick base of cement
mortar 1:4 (1cement : 4 coarse sand) in all shapes & patterns
including grouting the joints with white cement mixed with
matching pigments etc. (The thickness of wearing layer
should not be less than 8mm) and as per harmonized
guidelines and space standards for barrier free built
environments for persons with disability and elderly persons
issued by Ministry of Urban Development, Govt. of India
complete as per direction of Engineer-in-Charge. 11.00 Sqm 1283.89 14123.00

CORRECTION (C) NIL---------


INSERTION (I) NIL---------
DELETION (D) NIL--------- A. E. (P) EE(P)
Page - 88 - of 118

152 Providing and fixing Building Entrance signage / Tactile


Layout / Emergency Evacuation Layout on the wall or with
any other required structure, with provision of multilingual
text integral with 4mm thick blue Acrylic base plate with
min 0.5 mm Aluminium sheet at the back with Upper Case
San Serif words made of white acrylic non glare cut out
letters of height 15mm, raised above base plate by not less
than 0.8mm and the equivalent word/s written in Hindi / any
language as required with same specifications with Grade 1
Braille to be integral with the sign face and should be raised
0.5mm above Acrylic base plate. Each signboard to be fixed
strictly as per the Harmonised Guidelines & Space
Standards for Barrier Free Built Environment for persons
with Disability, issued By MOUD, Govt. of India, and as as
per approved drawings and complete as per the directions of
Engineer - In - Charge. (Note:- i).Payment for structure, if
required, shall be paid separately.) ii) Size of the Signboards
shall be proportional to the layout plan of the particular
building, Min Size of the above signboards shall not be less
than 1200mm X 750 mm.
4000.00 sqcm 3.69 14760.00
153 Providing and fixing signages on the wall or with any
other required structure, with provision of multilingual
text integral with 4mm thick blue Acrylic base plate
with min 0.5 mm Aluminium sheet at the back with
Upper Case San Serif words made of white acrylic non
glare cut out letters of height 15mm, raised above base
plate by not less than 0.8mm and the equivalent word/s
written in Hindi / any language as required with same
specifications with Grade 1 Braille to be integral with
the sign face and should be raised 0.5mm above
Acrylic base plate. Each signboard to be fixed strictly
as per the Harmonised Guidelines & Space Standards
for Barrier Free Built Environment for persons with
Disability, issued By MOUD, Govt. of India, and as as
per approved drawings and complete as per the
directions of Engineer - In - Charge.
Note:-
i).Payment for structure, if required, shall be paid
separately.)
ii) The Above Nomenclature shall be applicable for all
types of signgaes like
a)Identification signgaes (For Eg Room Names /
Toilet facility / Drinking Water / Staircase / Entry /
Exit / Lift etc.) of the size 150 mm X 230 mm or 200 X
200 mm).
b) Floor Directories ( Signboard Placed near the Lift /
Staircase / Entry to the particular Floor indicating the
facilities on that floor. These are normally also callled
as Directional Signages.). Min Size of these Boards
shall not be less that 450 mm X 450 mm.
c) Emergency Exit Sign Boards ( Generally used Text
as "In Case of Emergency, Do Not Use The Lift" ,
"Emergency Exit" etc.) 25995.70 sqcm 3.69 95924.00

CORRECTION (C) NIL---------


INSERTION (I) NIL---------
DELETION (D) NIL--------- A. E. (P) EE(P)
Page - 89 - of 118

154 Providing and fixing 50 mm wide Yellow colour, self


adhesive 'EDGE STRIPS' of approved make on risers
of staircase to help persons with visual disabilities and
elderly including cutting and pasting complete in all
respect as per direction of Engineer-in-charge. 150.00 Mtr 245.07 36761.00
155 Providing and fixing 25 mm wide high intensity Anti-
Skid reflective tape of approved make on edges of
treads of staircase including cutting, pasting etc.
complete in all respect and as per direction of
Engineer-in-charge 150.00 Mtr 437.15 65573.00
156 Providing and fixing Stainless Steel (Grade 304)
Braille Labels of size 170mm x 35mm X 0.5 mm
having Braille dots raised 0.5mm above base plate
with one SS rivet of same grade and adhesive of
approved make on handrails, complete as per the
directions of the engineer in charge 40 Each 536.50 21460.00
157 Providing and fixing in position 'U' shaped Grab Bar
made up of Heavy Duty stainless steel (grade 304) of
750 mm in length & 40 mm dia (Outer dia with 3 mm
thick sheet ) seamless pipe including Hinge ,base plate
and steel fasteners, in the toilets as per manufacturers
specification, as per drawings and "Harmonised
Guidelines & Space Standard for Barrier Free
Environment issued by MOUD, Govt Of India" to
make them Accessible for Persons with Disabilities.
Rate shall include all accessories, labour and material,
complete as per direction of Engineer-in-charge. 1 Each 13179.00 13179.00
158 Providing and fixing in position 'L' shaped Grab Bar
made up of Heavy Duty stainless steel (grade 304) 40
mm (Outer dia with 3 mm thick sheet ) dia seamless
pipe, & 750 mm in vertical length & 900 mm in
horizontal length including base plate and steel
fasteners in the toilets as per manufacturers
specification complete as per drawings and
''Harmonised Guidelines & Space Standard for Barrier
Free Environment issued by MOUD, Govt Of India" to
make them Accessible for Persons with Disabilities.
Rate shall include all accessories, labour and material,
complete as per direction of Engineer-in-charge 1 Each 10133.00 10133.00
Total:- 32718359.00
Less 9.50% as per Delhi Govt. Circular:- -3108244.00
Total (Part-A):- 29610115.00

Assistant Engineer (P) Executive Engineer (P)


North Maint. Circle, PWD, Delhi North Maint. Circle, PWD, Delhi

Superintending Engineer
North Maintenance Circle, PWD, Delhi

CORRECTION (C) NIL---------


INSERTION (I) NIL---------
DELETION (D) NIL--------- A. E. (P) EE(P)
Page - 90 - of 118

PROFORMA OF SCHEDULES FOR ELECTRICAL WORK

SCHEDULE 'A'

Schedule of Quantities: Attached at Page 99 - 118

SCHEDULE 'B'

Schedule of materials to be issued to the contractor.

Sl. No. Description of Item Quantity Rates in figures & Place of Issue
words at which the
material will be
charged to the
contractor
1 2 3 4 5

-NIL-

SCHEDULE 'C'

Tools and Plants to be hired to the contractor

Sl.No. Description Hire charges per day Place of issue

1 2 3 4

Not Applicable

SCHEDULE 'D'

Extra schedule for specific requirements / documents


for the work, if any : As per tender documents

SCHEDULE 'E'

Reference to General Conditions of Contract:- General Conditions of Contract for CPWD


works-2014 and amended/modified up to the
last date of submission of tender including
extension if any (available on CPWD web
site)

CORRECTION (C) NIL---------


INSERTION (I) NIL---------
DELETION (D) NIL--------- A. E. (P) EE(P)
Page - 91 - of 118

Name of work : Construction of G+4 storey Police Post including Rain


Water Harvesting Tank, Underground water tank &
development work at Sanjay Gandhi Transport Nagar,
Delhi (Civil & Electrical).

Estimate cost of Work : As per Civil portion

Earnest Money : As per Civil portion

Performance guarantee : As per Civil portion

Security Deposit : 2.5% of the tendered value of electrical part.

SCHEDULE 'F'
General Rules & Directions :-

Officer Inviting Tender : As per Civil portion

Maximum percentage for quantity of items of works to be : See details under Clause 12 of this NIT
executed beyond which rates are to be determined in
accordance with Clause 12.2 & 12.3

Definitions :
2(v) Engineer-in-Charge : Executive Engineer (Electrical), North
Electrical Division/(M-352), PWD, Delhi.

2(viii) Accepting Authority : Superintending Engineer, North


maintenance Circle, PWD, Delhi

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


labour to cover all overheads and
profits.

2(xi) Standard Schedule of Rates : Electrical work: DSR 2016 minus 9.5% as
per GNCTD circular with correction slip
issued up to the last date prescribed for
submission of tender & Market rates.

2(xii) Department : PWD (NCT Delhi)

9(ii) Standard CPWD contract Form : CPWD form 7 – (2014 Edition) and
amended/modified up to the last date of
submission of tender including extension if
any (available on CPWD web site)
Clause 1

1(i) Time allowed for submission of Performance : As per Civil portion


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

CORRECTION (C) NIL---------


INSERTION (I) NIL---------
DELETION (D) NIL--------- A. E. (P) EE(P)
Page - 92 - of 118

1(ii) Maximum allowable extension With late fee : As per Civil portion
@ 0.1% per day of Performance Guarantee
amount beyond the period as provided in (i)
above.

Clause 2
Authority for fixing compensation under : Superintending Engineer, North
clause 2 maintenance Circle, PWD, Delhi
Clause 2 A
Whether clause 2A shall be applicable? : No
Clause 5
Number of days from the date of issue of : As per Civil portion
letter of acceptance for reckoning date of
start

Mile stone(s) : Applicable as per Civil portion


Time allowed for execution of work. : 8 Months
Milestone(s) as per table given below.

SI. Description of Milestone (Physical) Period for completion Withheld amount for
No. from date of start in non-achievement of
days/months. milestone.
As per Civil portion

Authority to decide:
(i) Extension of time: Executive Engineer, North Building
Division, PWD, GNCTD.
(ii) Rescheduling of mile stones Superintending Engineer, North
maintenance Circle, PWD, Delhi
(iii) Shifting of date of start in case of delay in handing Superintending Engineer, North
over of site maintenance Circle, PWD, Delhi
Clause 6, 6A
Clause applicable (6 or 6A) : 6A
Clause 7
Gross work to be done together with net : Rs. 10.00 Lakh
payment/adjustment of advances for
material collected, if any, since the last
such payment for being eligible to
interim payment.

Clause 7 A Whether Clause 7A shall be Yes


applicable

Clause 10A
List of testing equipment to be provided : As per scope of work and as per
by the contractor at site lab direction of Engineer-in-Charge
Clause10B(ii)
Whether Clause 10 B (ii) & 10 B (iii) : N/A
shall be applicable?
Clause 10C
Component of labour expressed as : 15%
percent value of work

CORRECTION (C) NIL---------


INSERTION (I) NIL---------
DELETION (D) NIL--------- A. E. (P) EE(P)
Page - 93 - of 118

Clause 10CA
Materials covered under Nearest Materials (other than Base Price of all the materials
this clause cement, reinforcement bars and covered under clause 10 CA *
structural steel) for which All Base Rate Corresponding
India Wholesale Price Index to be Period
followed

Nil

Clause 10CC
Clause 10CC to be applicable in contracts with : Not Applicable
stipulated period of completion exceeding the
period shown in the next column.

Clause 11
Specifications to be followed for execution of : CPWD General Specifications for
work Electrical Works 2013 with up to date
correction slips, terms and conditions,
additional conditions attached.
Clause 12
Type of Work Original Work.

12.2 & 12.3 Deviation limit beyond which clauses :


12.2 & 12.3 shall apply for
building work.
12.5 (i) Deviation Limit beyond which clauses : As per Civil portion
12.2. & 12.3 shall apply for
foundation work. (except items
mentioned in earth work sub head
in DSR related items)
(ii)Deviation limit for items mentioned : As per Civil portion
on earth work subhead of DSR and
related items.

Clause 16
Competent Authority for deciding
reduced rates : As per Civil portion

Clause 18
List of mandatory machinery, tools & : As per scope of work
plants to be deployed by the contractor and direction of Engineer-in-Charge
at site
Clause-19:- The contractor shall obtain a valid license
under the contract labour (R&A) Act, 1970:
and the contract labour (Regulation &
Abolition) Central Rules, 1971 before the
Commencement of the work & continue to
have a valid license until the completion of
the work. The contractor shall also comply
with provisions of the inter-state Migrant
Workmen (Regulation of Employment and
Conditions of Service) Act, 1979
CORRECTION (C) NIL---------
INSERTION (I) NIL---------
DELETION (D) NIL--------- A. E. (P) EE(P)
Page - 94 - of 118

Clause 19 L: The E.S.I. & E.P.F. Contribution on the part


of employer in respect of this contract shall
be paid by the contractor. These
contributions on the part of employer paid
by the contractor shall be reimbursed by the
Engineer-in-charge to the contractor on
actual basis. The applicable & eligible
amount of E.P.F. & E.S.I. shall be
reimbursed preferably within 7 days but not
later than 30 days of submission of
documentary proof of payment provided the
same are in order.
Clause 25
Constitution of Dispute Redressal
Committee (DRC)

(A) For total claims more than Rs. 25 Lac

1. Chairman...................................................... : As per Civil portion


2. Member Secretary........................................ :
5. Member ...................................................... :

The SE, in-charge of the work shall present case before DRC but shall not have any part in decision
making.

(B) For total claims up to Rs. 25 Lac


1. Chairman ........................................................ :
2. Member Secretary........................................... :
2. Member .......................................................... : As per Civil portion
Executive Engineer, in-charge of the work shall present the case before DRC but will not have any part
in decision making.

Clause 36 (i)
Requirement of technical representative (s) for electrical work as and when required.

Sl. Minimum Designation(Principal Rate at which recovery


No. Qualification of Technical/ Technical shall be made from the
Experience
Minimum
discipline

Number

Technical Representative) contractor in the event of


Representative not fulfilling provision of
clause 36(i)

Figure (Rs.) Words


1
As per Civil Portion

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

CORRECTION (C) NIL---------


INSERTION (I) NIL---------
DELETION (D) NIL--------- A. E. (P) EE(P)
Page - 95 - of 118

Clause 42

i) (a) Schedule/statement for determining : DSR 2016 with upto date correction slips
theoretical quantity of cement & issued upto last date of submission of tender
bitumen on the basis of Delhi Schedule and as per Design mix report.
of Rates 2014 printed by CPWD
iii) Variations permissible on theoretical :
quantities:-
a) Cement : 2% Plus/Minus
b) All other materials : NIL

RECOVERY RATES FOR QUANTITIES BEYOND PERMISSIBLE VARIATION

Rates in figures and words at which recovery shall be made


from the contractor.
Excess use beyond Less use up to
S.No. Description of Item Permissible the permissible
Variations variation of design mix

NIL

Executive Engineer,
North-Electrical/(M-352),
PWD (GNCT), Delhi.

CORRECTION (C) NIL---------


INSERTION (I) NIL---------
DELETION (D) NIL--------- A. E. (P) EE(P)
Page - 96 - of 118

CONDITIONS FOR ELECTRICAL WORK FOR COMPOSITE TENDER

1. The contractor to whom the work is awarded shall also execute the electrical works. He should be either
an eligible contractor himself or associate with himself an electrical contractor for execution of electrical
works.
A. Eligibility of electrical contractor who will be associated:
(i) He should be enlisted as appropriate class (Electrical) contractor in CPWD for electrical work.

B. Such Associated firm will give willingness letter to perform the work as per terms and condition of
agreements.
2. Within 10 days of the award of the work, the main agency will submit names of three electrical CPWD
registered contractors of appropriate class (Electrical) along with credential as mentioned below for
approval of SE (NMC). Contractor will submit MOU signed with Electrical contractor alongwith consent
letter of Electrical contractor.
a. Name of firm and address:
b. Enlistment Status (give copy of enlistment order):
c. Enlistment Valid upto: Last date of submission of bid.
d. Willingness – certificate of electrical contractor to be associated.
e. Debarred from tendering :- Yes/No.
3. No change in Electrical contractor will be allowed without prior approval of the Superintending Engineer
(NMC). In case the performance of such electrical contractor is not found to be satisfactory, the Engineer-
in-charge with the approval of Superintending Engineer (NMC) can ask for replacement out of the
remaining eligible names of electrical contractor. In case both the remaining, electrical contractor deny to
associate, then the main contractor will submit the details of new electrical contractor to be associated and
engage him as electrical contractor after approval of the same as stated above.
4. Executive Engineer (E) shall be the Engineer-in-charge as far as electrical works are concerned. Separate
conditions for electrical works are appended with this tender. It will be obligatory on the part of the
contractor/tenderer to sign the tender documents for all the component parts.
5. The main contractor shall be responsible and liable for proper and complete execution of the Electrical
work to ensure coordination and completion of both civil and electrical work.
6. Running account bills for civil and electrical components shall be paid separately by Executive Engineer
(C) and Executive Engineer (E) respectively. Final bill shall be paid by Executive Engineer of major
component.
7. The security deposit will be deducted from each bill by EE (E) for electrical works as per schedule “E” of
CPWD-7.
8. On acceptance of the composite tender by the competent authority the letter of award will be issued by the
Executive Engineer-in-charge of the major component on behalf of the President of India.
9. The contractor should quote the rate of each item very carefully. If he does not quote his rate for any item
leaving the space blank, whatsoever it will presumed that he has loaded the cost of this/these items in the
other items and he will execute this/these items at no cost and the tender will be evaluated accordingly.

10. The work shall be carried out as per CPWD General Specifications for electrical Part-I
(Internal 2013) & Part-II (External of 1995), Substation (Part-IV-2013) and IE rules.

11. All material brought by the contractor for use on work shall have to be good quality. The same has to be got
approved from the Engineer-in-charge before using the same on work. No claim for defective material
brought by the contractor and not approved by the Engineer-in-charge shall be entertained.

12. Maintenance, operation, watch & ward during the execution of work shall be the responsibility of the
contractor without any additional payment.

CORRECTION (C) NIL---------


INSERTION (I) NIL---------
DELETION (D) NIL--------- A. E. (P) EE(P)
Page - 97 - of 118

13. The contractor and his workmen shall have to abide by the traffic rules of Delhi Traffic Police. No claim
of idle labour or any other claim on this account shall be entertained by department. The working hours are
to be suitably adjusted.

14. Water and electricity required for execution of work and labour etc including temporary accommodation
for them will be arranged by the contractor himself at his own cost and nothing extra shall be paid on this
account.

15. All luminaries shall be fitted on the bracket by drilling and threading on the bracket with tightening bolts
and Lock nuts, Spring washer etc.

16. All the associated works considered necessary for completion of whole work including any preliminary
work deemed to be included within the scope of the tender.

17. The fitting bracket shall be installed by the firm free of cost within the quoted rate.

18. It will be the responsibility of the contractor to arrange the site for storing the dismantled material.
19. For other purpose related to this contract. Nothing extra shall be paid to the contractor in this regard.
20. The firm has to submit bill/challan copy of the material at the time of supply of material.
21. Nothing extra shall be paid to contractor for dismantling of exiting street light poles and fittings from site,
if any, and the same shall be deposited to JE (E) store free of cost.
22. The firm should submit original catalogue for each type of luminaries, poles, lamps etc. for approval
before procurement.

CORRECTION (C) NIL---------


INSERTION (I) NIL---------
DELETION (D) NIL--------- A. E. (P) EE(P)
Page - 98 - of 118

LIST OF ACCEPTABLE MAKES FOR ELECTRICAL ITEMS

Name of work: Construction of G+4 storey Police Post including Rain Water
Harvesting Tank, Underground water tank & development work at
Sanjay Gandhi Transport Nagar, Delhi (Civil & Electrical).

S.N Items Make


1 FRLS PVC insulated copper : Havells/ RR Kabels/ KEI/ Polycab/ Skytone
conductor single core cable

2 MS Conduit (duly ISI marked) : NIC / AKG / BEC


3 Modular type switch/socket, GI Box, : Crabtree/ North West/ Legrand
Fan regulator and accessories

4 MCB /MCCB/ MCB DB’s : Havells / Legrand / C&S / L&T / Siemens


5 G.I. Wire / G.I. strip : Hot dipped galvanized
6 G.I. Pipe (duly ISI marked) : Jindal Hisar/ ITC/ TATA STEEL
7 Bend, elbow, socket, union, clamp Duly ISI Marked
8 Indicating LED Lamp : L&T /Siemens/ ABB/ Schneider/Rishab
9 LT XLPE armoured power cables – : Finolex / Havells / Universal / Polycab / CCI /
Aluminum conductor NICCO

10 20 to 22 watt box type LED tube light : C&S Cat No. LTTB4F20WLED/W / Halonix Cat No.
fitting HLB-08-20-CW-AL / Polycab Cat No. INTENSO
DLX LED BATTEN 4 FEET 20 W

11 36 watt 2x2 surface mounting LED : Halonix Cat No. HLFPS22-07-36-CW-III or


fitting Equivalent model in Havells/Philips

12 1200 mm sweep ceiling designer fan : Havells Model Safari/Usha Model Barbie glam
for kids 1200/Baja Model Cinderella Premium

13 Ventilation/fresh air exhaust fan : Crompton/ Havells/ Orient


14 Any Other Item : As per Approval of Engineer in Charge for shade &
colour art

CORRECTION (C) NIL---------


INSERTION (I) NIL---------
DELETION (D) NIL--------- A. E. (P) EE(P)
Page - 99 - of 118

PART – B
SCHEDULE OF QUANTITY (Electrical Work)

Name of Work : Construction of G+4 storey Police Post including Rain Water Harvesting
Tank, Underground water tank & development work at Sanjay Gandhi
Transport Nagar, Delhi (Civil & Electrical)

S.No. Description of items Qty. Unit Rate Amount


1 Sub- Head I (EI, Fans & Fitting, DB's, Earthing)
Wiring for light point/ fan point/ exhaust fan point/
call bell point with 1.5 sq.mm FRLS PVC insulated
copper conductor single core cable in surface /
recessed medium class PVC conduit, with modular
switch, modular plate, suitable GI box and earthing
the point with 1.5 sq.mm FRLS PVC insulated
copper conductor single core cable etc. as required.
a) Group C 464 Points 685.09 317882.00
2 Wiring for twin control light point with 1.5 sq.mm
FRLS PVC insulated copper conductor single core
cable in surface / recessed medium class PVC
conduit, 2 way modular switch, modular plate,
suitable GI box and earthing the point with 1.5
sq.mm FRLS PVC insulated copper conductor
single core cable etc. as required. 54 Points 732.15 39536.00
3 Wiring for light/ power plug with 2X4 sq. mm
FRLS PVC insulated copper conductor single core
cable in surface/ recessed medium class PVC
conduit alongwith 1 No. 4 sq. mm FRLS PVC
insulated copper conductor single core cable for
loop earthing as required. 500 Meters 152.04 76020.00
4 Wiring for light/ power plug with 4X4 sq. mm
FRLS PVC insulated copper conductor single core
cable in surface/ recessed medium class PVC
conduit alongwith 2 Nos. 4 sq. mm FRLS PVC
insulated copper conductor single core cable for
loop earthing as required. 450 Meters 254.31 114440.00
5 Wiring for circuit/ submain wiring alongwith earth
wire with the following sizes of FRLS PVC
insulated copper conductor, single core cable in
surface/ recessed medium class PVC conduit as
required.
a) 2 X 1.5 sq. mm + 1 X 1.5 sq. mm earth wire 400 Meters 101.36 40544.00
5.1 b) 2 X 6 sq. mm + 1 X 6 sq. mm earth wire 260 Meters 205.44 53414.00
6 Supplying and drawing following sizes of FRLS
PVC insulated copper conductor, single core cable
in the existing surface/ recessed steel/ PVC conduit
as required.
a) 6 x 1.5 sq. mm 350 Meters 86.88 30408.00
7 Supplying and fixing of following sizes of medium
class PVC conduit along with accessories in
surface/recess including cutting the wall and
making good the same in case of recessed conduit
as required.
a) 25 mm 2300 Meters 62.45 143635.00

CORRECTION (C) NIL---------


INSERTION (I) NIL---------
DELETION (D) NIL--------- A. E. (P) EE(P)
Page - 100 - of 118

8 Supplying and fixing suitable size GI box with


modular plate and cover in front on surface or in
recess, including providing and fixing 3 pin 5/6 A
modular socket outlet and 5/6 A modular switch,
connections etc. as required. 76 Nos. 283.27 21529.00
9 Supplying and fixing suitable size GI box with
modular plate and cover in front on surface or in
recess, including providing and fixing 6 pin 5/6 A
& 15/16 A modular socket outlet and 15/16 A
modular switch, connections etc. as required. 61 Nos. 367.43 22413.00
10 Supplying and fixing following size/ modules, GI
box alongwith modular base & cover plate for
modular switches in recess etc. as required.
a) 1 or 2 Module (75 mmX75 mm) 63 Nos. 158.38 9978.00
10.1 b) 8 Module (125 mmX125 mm) 25 Nos. 268.79 6720.00
11 Supplying and fixing following modular switch/
socket on the existing modular plate & switch box
including connections but excluding modular plate
etc. as required.
a) 15/16 A switch 25 Nos. 103.17 2579.00
11.1 b) 6 pin 15/16 A socket outlet 25 Nos. 138.47 3462.00
11.2 c) 3 pin 5/6 A socket outlet 50 Nos. 73.31 3666.00
11.3 d) Telephone socket outlet 50 Nos. 86.88 4344.00
11.4 e) TV antenna socket outlet 13 Nos. 87.79 1141.00
12 Supplying and fixing modular blanking plate on the
existing modular plate & switch box excluding
modular plate as required. 100 Nos. 21.72 2172.00
13 Supplying and fixing call bell/ buzzer suitable for
single phase, 230 V, complete as required
22 Nos. 55.21 1215.00
14 Supplying and fixing following way, single pole
and neutral, sheet steel, MCB distribution board,
240 V, on surface/ recess, complete with tinned
copper bus bar, neutral bus bar, earth bar,din bar,
interconnections, powder painted including earthing
etc. as required. (But without MCB/RCCB/Isolator)
a) 16 way, Double door 4 Nos. 1234.42 4938.00
14.1 b) 12 way, Double door 9 Nos. 1041.66 9375.00
15 Supplying and fixing following way prewired,
horizontal type three pole and neutral, sheet steel,
MCB distribution board, 415 V, on surface/ recess,
complete with tinned copper bus bar, neutral bus
bar, earth bar, din bar, interconnections, powder
painted including earthing etc. as required. (But
without MCB/RCCB/ Isolator)
a) 6 way (8 + 18), Double door 4 Nos. 9814.00 39256.00
16 Supplying and fixing of following ways surface/
recess mounting, vertical type, 415 V, TPN MCB
distribution board of sheet steel, dust protected,
duly powder painted, inclusive of 200 A, tinned
copper bus bar, common neutral link, earth bar, din
bar for mounting MCBs (but without MCBs and
incomer) as required. (Note : Vertical type MCB
TPDB is normally used where 3 phase outlets are
required.)
a) 4 way (8 + 12), Double door 1 No. 7636.00 7636.00
16.1 b) 8 way (8 + 24), Double door 1 No. 9436.00 9436.00

CORRECTION (C) NIL---------


INSERTION (I) NIL---------
DELETION (D) NIL--------- A. E. (P) EE(P)
Page - 101 - of 118

17 Supplying and fixing of 63 A TP MCB rating, 415


V, 10 kA, “C” curve, miniature circuit breaker
suitable for inductive load of following poles in the
existing MCB DB complete with connections,
testing and commissioning etc. as required. 4 Nos. 1337.00 5348.00
18 Supplying and fixing of 63 A FP MCB rating, 415
V, 10 kA, “C” curve, miniature circuit breaker
suitable for inductive load of following poles in the
existing MCB DB complete with connections,
testing and commissioning etc. as required. 5 Nos. 1750.00 8750.00
19 Supplying and fixing of 100 A FP MCB rating, 415
V, 10 kA, “C” curve, miniature circuit breaker
suitable for inductive load of following poles in the
existing MCB DB complete with connections,
testing and commissioning etc. as required. 1 No. 6443.00 6443.00
20 Supplying and fixing 40 A, double pole, (single
phase and neutral), 240 V, residual current circuit
breaker (RCCB), having a sensitivity current 30
mA in the existing MCB DB complete with
connections, testing and commissioning etc. as
required. 13 Nos. 1555.70 20224.00
21 Supplying and fixing 63A, four pole, (three phase
and neutral), 415 V, residual current circuit breaker
(RCCB), having a sensitivity current 30 mA in the
existing MCB DB complete with connections,
testing and commissioning etc. as required. 5 Nos. 2083.31 10417.00
22 Supplying and fixing 100A, four pole, (three phase
and neutral), 415 V, residual current circuit breaker
(RCCB), having a sensitivity current 30 mA in the
existing MCB DB complete with connections,
testing and commissioning etc. as required. 1 No. 5094.00 5094.00
23 Supplying and fixing Cable End Box (Loose wire
box)(IP 43) suitable for following single pole and
neutral, sheet steel, MCB distribution board, 240 V,
on surface/ recess, complete with testing and
commissioning etc. as required.
a) For 14 way, Double door SPN MCBDB
13 Nos. 441.64 5741.00
24 Supplying and fixing Cable End Box (Loose wire
box)(IP 43) suitable for following triple pole and
neutral, sheet steel, MCB distribution board, 415 V,
on surface/ recess, complete with testing and
commissioning etc. as required.
a) For 6 way, Double door TPN MCBDB
5 Nos. 552.05 2760.00
24.1 b) For 8 way, Double door TPN MCBDB 1 No. 658.84 659.00
25 Supplying and fixing 5 A to 32 A rating, 240/415
V, 10 kA, “C” curve, miniature circuit breaker
suitable for inductive load of following poles in the
existing MCB DB complete with connections,
testing and commissioning etc. as required.
a) Single pole
180 Nos. 156.57 28183.00
25.1 b) Double pole 9 Nos. 419.02 3771.00
26 Supplying and fixing single pole blanking plate in
the existing MCB DB complete etc. as required.
48 Nos. 6.34 304.00

CORRECTION (C) NIL---------


INSERTION (I) NIL---------
DELETION (D) NIL--------- A. E. (P) EE(P)
Page - 102 - of 118

27 Earthing with G.I. earth plate 600 mm X 600 mm X


6 mm thick including accessories, and providing
masonry enclosure with cover plate having locking
arrangement and watering pipe of 2.7 meter long
etc. with charcoal/ coke and salt as required. 2 Nos. 7501.55 15003.00
28 Providing and fixing 25 mm X 5 mm G.I. strip in
40 mm dia G.I. pipe from earth electrode including
connection with G.I. nut, bolt, spring, washer
excavation and re-filling etc. as required. 6 Meters 317.66 1906.00
29 Providing and fixing 25 mm X 5 mm G.I. strip on
surface or in recess for connections etc. as required.
10 Meters 116.75 1168.00
30 Earthing with G.I. earth pipe 4.5 meter long, 40 mm
dia including accessories, and providing masonry
enclosure with cover plate having locking
arrangement and watering pipe etc. with charcoal/
coke and salt as required. 4 Nos. 3323.16 13293.00
31 Providing and laying earth connection from earth
electrode with 6 SWG dia G.I. Wire in 15 mm dia
G.I. pipe from earth electrode including connection
with G.I. thimble excavation and re-filling as
required. 20 Meters 121.27 2425.00
32 Providing and fixing 6 SWG dia G.I. wire on
surface or in recess for loop earthing as required
20 Meters 33.49 670.00
33 Providing and fixing of lightning conductor finial,
made of 25 mm dia 300 mm long, G.I. tube, having
single prong at top, with 85 mm dia 6 mm thick G.I.
base plate including holes etc. complete as required. 4 Nos. 275.12 1100.00
34 Providing and fixing G.I. tape 20 mm X 3 mm thick
on parapet or on surface of wall for lightning
conductor complete as required.(For horizontal run)
130 Meters 59.73 7765.00
35 Providing and fixing G.I. tape 20 mm X 3 mm thick
on parapet or on surface of wall for lightning
conductor complete as required. (For vertical run)
36 Meters 90.50 3258.00
36 Providing and fixing testing joint, made of 20 mm
X 3 mm thick G.I. strip, 125 mm long, with 4 Nos.
of G.I. bolts, nuts, chuck nuts and spring washers
etc. complete as required. 2 Nos. 66.07 132.00
37 Supplying and laying 25 mm X 5 mm G.I strip at
0.50 meter below ground as strip earth electrode,
including connection/ terminating with G.I. nut,
bolt, spring, washer etc. as required.(Jointing shall
be done by overlapping and with 2 sets of G.I. nut
bolt & spring washer spaced at 50 mm) 10 Meters 76.93 769.00
38 Supply installation testing commissioning of 35-40
W Suspended architectural LED luminaire ,
Environmental friendly, energy saving long life
corrosion resistant, vertical/horizontal surface
mounting pressure die-cast aluminium well glass
luminaires with high power LED as light
source.with luminous efficacy approx. 90 lm/ W,
having Correlated Color Temperature in range
5000K-6500K & CRI >70 % , having THD < 10%
and Power factor > 90%, with Operating temp.
range : -10°C to +45°C i/c Suspension by means of
steel Chain 2 Nos. 2585.00 5170.00

CORRECTION (C) NIL---------


INSERTION (I) NIL---------
DELETION (D) NIL--------- A. E. (P) EE(P)
Page - 103 - of 118

39 Supplying and fixing of Linear & compact 9-11 W


mirror light with decorative grey end caps,
polycarbonate housing & integrated electronic
driver. etc complete as reqd. 17 Nos. 356.00 6052.00
40 Supplying, Installation, testing and commissioning
of 34-36 watt 4 x 1 Surface type ,full glow anti-
glarefree diffuser LED of CRCA Powder Coated
with mimimum lumen 100 per watt suitable for
cool day white light having minimum CCT 5700K-
6500K, power factor not less than >0.90,CRI>75%
( including dismantling the old fitting if any )
complete with all accessories etc directly on false
ceiling including connection with 1.5 Sq.mm
FRLS PVC insulated copper conductor , single core
cable and earthing etc. as required. 158 Nos. 3630.00 573540.00
41 Supplying, Installation, testing and commissioning
of 20-22 watt , Extruded Aluminimum LED Batten
luminaire with minimum lumen 100 per watt
suitable for cool day white light having minimum
CCT 5700K-6500K, power factor >0.90,CRI>75%
( including dismantling the old fitting if any )
complete with all accessories etc directly on
suitable location including connection with 1.5
Sq.mm FRLS PVC insulated copper conductor ,
single core cable and earthing etc. as required . 34 Nos. 514.00 17476.00
42 Supplying, installation, testing & Commissioning
of Surface Mounted 15W to 18W glarefree opal
Diffuser Backlit LED Round Downlight with
aluminium Heatsink. Total system Lumen of 15W
to 18W LED should be 1400 or above in Cool day
Light(3000K), Power factor>0.95, CRI (Ra) >80,
System Lumen Efficacy>90 Lm/w, THD(%) < 10,
LED Lamp Make- Cree, Nichia,Philips Lumiled,
Osram, Edison, Seoul, Bridgelux, LED Lamp
Efficacy>130 Lm/W with Average life of 50000
Burning hours. Complete with all accessories as
required with connections. 124 Nos. 736.00 91264.00
43 Providing and fixing circular/ Hexagonal cast iron
or M.S. sheet box for ceiling fan clamp, of internal
dia 140 mm, 73 mm height, top lid of 1.5 mm thick
M.S. sheet with its top surface hacked for proper
bonding, top lid shall be screwed into the cast iron/
M.S. sheet box by means of 3.3 mm dia round
headed screws, one lock at the corners. Clamp shall
be made of 12 mm dia M.S. bar bent to shape as per
standard drawing. 96 Nos. 129.37 12420.00
44 Supplying Installation, testing and commissioning
of 50 watt 75 CFM 5 star rating 1200 mm sweep
ceiling fan, including wiring the down rods of
standard length (upto 30 cm) with 1.5 sq. mm
FRLS PVC insulated, copper conductor, single core
cable, ( including dismantling the old fitting if any
)complete etc. as required. 96 Nos. 1763.00 169248.00

CORRECTION (C) NIL---------


INSERTION (I) NIL---------
DELETION (D) NIL--------- A. E. (P) EE(P)
Page - 104 - of 118

45 Supplying, Installation, Testing and Commissioning


of following size Exhaust Fan 900 RPM, Single
Phase, Air delivery more than 1100 Cu. Mtr./ Hr. of
following size in the existing opening, making good
the damage, connection, testing, commissioning
etc. as required.
a) 300 mm Sweep 21 Nos. 2716.00 57036.00
45.1 b) 380 mm Sweep 5 Nos. 3086.00 15430.00
46 Providing, Installation, Testing and Commissioning
of 450 mm Sweep Heavy Duty Wall Mounted Air
Circulator Fans, Double ball bearings, Sturdy close-
mesh guards with powder coating,
Aerodynamically designed blades for higher air
delivery, on the wall with dash fastener, connection
with 1.5 sq.mm. FRLS PVC insulated wire
complete etc. as reqd. 8 Nos. 6072.00 48576.00
47 Supplying, Installation, Testing & Commissioning
of 30-40 Watt Flood Light fitting Energy saving,
environmental friendly, long life, exclusive
innovative die-cast aluminium flood light with high
power LEDs as light source, suitable for
highlighting architectural features or Area Lighting.
Also suitable to rough services/installations making
connection etc as reqd. 6 Nos. 2066.00 12396.00
48 Supplying, Installation, Testing & Commissioning
of 60-70 Watt Street Light fitting die-cast
aluminium IP66 with high power LEDs as light
source, having Lumen/watt ≥ 100 minimum CCT
5700K-6500K, power factor not less than
>0.90,CRI>75% i/c making connection and
dismantalling old fitting etc as reqd. 18 Nos. 4773.00 85914.00
49 Fabrication, and supply of 80 mm dia , 6 mtr long
GI pole (medium Class) having Base plate of size
300 mm x 300 mm x 6 mm welded at the bottom i/c
painting with one or more coat of primer and 2
more coat of synthetic enamel paint etc as req.
7 Nos. 5291.00 37037.00
50 Erection of metallic pole of following length in
cement concrete 1:3:6 (1 cement : 3 coarse sand : 6
graded stone aggregate 40 mm nominal size)
foundation including excavation and refilling etc. as
required.a) Above 4.5 meter and upto 6.5 meter 7 Nos. 2497.80 17485.00
51 Providing and making steel pole collar with cement
concrete (1 cement : 3 coarse sand : 6 stone
aggregate 20 mm) of specified size and shape
including form work, plastering if required, curing
etc. as required. (volume of pole/ pipe not to be
deducted) 0.43 Cu.Mtrs 4247.17 1826.00
52 Supplying and embedding following dia G.I. pipe
(medium class) in pole collar/ foundation (during
casting) for cable entry including bending the pipe
to the required shape complete as required.
a) 32 mm dia 10.5 Meters 219.92 2309.00
53 Supplying and fixing of 32 mm dia X 2.00 meter
long G.I. pipe (medium class) bracket for mounting
of fluorescent / HPMV /HPSV street light fitting on
pole including bending the pipe to the required
shape, 2 Nos. 40 mm X 3 mm flat iron clamps with
nuts, bolts and washer, painting the flat iron with
primer and finish paint etc. as required. 18 Nos. 663.37 11941.00
CORRECTION (C) NIL---------
INSERTION (I) NIL---------
DELETION (D) NIL--------- A. E. (P) EE(P)
Page - 105 - of 118

54 Fabricating supplying and fixing hinged type


weather proof metal box of size 300 mm x250 mm
x150 mm deep made out of 16 SWG M.S sheet i/c
supplying and fixing 15cm long 100 amp capacity
Al. bus bar 2 nos duly fixed on porcelain base i/c
supplying and fixing 16 amp 230 volt kit kat 1 no,
2 nos clamps of suitbale size for fixing on pole
etc. as reqd. 20 Nos. 1400.00 28000.00
55 Supplying, installation, testing & Commissioning
of Wall Mounted Light fitting with 15W B22 LED
bulb wall bracket Housing Made up of high grade
engineering plastic material with white finish. Total
system Lumen of 15W Led should be 1200 or
above in Cool day Light(3000K), Power
factor>0.95, CRI (Ra) >80, System Lumen
Efficacy>90 Lm/w, THD(%) < 20, LED Lamp
Make- Cree, Nichia,Philips Lumiled, Osram,
Edison, Seoul, Bridgelux, LMS. LED Lamp
Efficacy>120 Lm/W with Average life of 50000
Burning hours. Complete with all accessories as
required with connections. 3 Nos. 732.00 2196.00
56 Supplying, Installation, testing and commissioning
of LED Post top lantern of 35-40 W,energy saving,
environmental friendly, long life aesthetically
designed with symmetrical light distribution, spun
aluminium landscape luminaire with high power
LEDs as light source. complete connection etc. as
reqd. 2 Nos. 6071.00 12142.00
57 Supplying, Installation, Testing & Commissioning
of 8-11 watt bollard type New generation, energy
saving, environmental friendly, long life
aesthetically designed aluminium landscape
luminaire for diffused lighting with high power
LED as light source i/c connection etc. as reqd.
20 Nos. 3220.00 64400.00
58 Supply, Installation, Testing and Commissioning of
113W to 120W facade light IP 66 and IK07 rated
LED Surface mounted light fixture operating on
230VAC Mains with Operating Voltage range
between 100VAC to 277VAC. The luminaire
should have >80% Efficiency with Power Factor >
0.95 and Total system lumen of 6900. Mono color
3000k with beam angle 25°/40°/60°/25°x60° & die-
cast aluminum housing & toughened clear glass
cover. Fixture should have Height 364 mm±1%
including surface mount base width 237 mm±1% ,
length 188 mm ±1% with constant locking hinges
for simple position control from various angles .
LED make should be only Nichea, Osram, Cree,
Lumiled with all type of connections & accessories.
10 Nos. 46011.00 460110.00
59 Supplying and Laying of 3.5 x 185 XLPE insulated
and PVC sheathed Aluminium armoured power
cable of 1.1 KV grade conf. to IS 7098 (Part-I) and
ISI Marked only in the following ways etc. as
required.
a) In Pipe 70 Meters 818.00 57260.00
59.1 b) In Open Duct 20 Meters 812.00 16240.00

CORRECTION (C) NIL---------


INSERTION (I) NIL---------
DELETION (D) NIL--------- A. E. (P) EE(P)
Page - 106 - of 118

60 Supplying and Laying of 3.5 x 95 XLPE insulated


and PVC sheathed Aluminium armoured power
cable of 1.1 KV grade conf. to IS 7098 (Part-I) and
ISI Marked only in the following ways etc. as
required.
a) In Pipe 150 Meters 456.00 68400.00
60.1 b) In Open Duct 20 Meters 450.00 9000.00
61 Supplying and Laying of 3.5 x 35 sq.mm. XLPE
insulated and PVC sheathed Aluminium armoured
power cable of 1.1 KV grade conf. to IS 7098 (Part-
I) and ISI Marked only in the following ways etc.
asrequired.
a) In Open Duct
10 Meters 214.00 2140.00
62 Supplying and Laying of 3.5 x 50 sq.mm. XLPE
insulated and PVC sheathed Copper armoured
power cable of 1.1 KV grade conf. to IS 7098 (Part-
I) and ISI Marked only in the following ways etc.
asrequired.
a) In Open Duct
6 Meters 1668.00 10008.00
62.1 b) In Pipe 15 Meters 1674.00 25110.00
63 Supplying and Laying of 4 x 10 sq.mm. XLPE
insulated and PVC sheathed Copper armoured
power cable of 1.1 KV grade conf. to IS 7098 (Part-
I) and ISI Marked only in the following ways etc.
as required. a) In Open Duct
16 Meters 431.00 6896.00
63.1 b) In Pipe 15 Meters 435.00 6525.00
63.2 c) In Surface 60 Meters 442.00 26520.00
64 Supplying and Laying of 3 x 6 sq.mm. XLPE
insulated and PVC sheathed Copper armoured
power cable of 1.1 KV grade conf. to IS 7098 (Part-
I) and ISI Marked only in the following ways etc.
as required. a) In Open Duct
20 Meters 96.00 1920.00
64.1 b) In pipe 70 Meters 100.00 7000.00
64.2 c) In Surface 130 Meters 107.00 13910.00
65 Supplying and Laying of 3 x 1.5 sq.mm. XLPE
insulated and PVC Innersheathed extruded PVC
Type ST2 Outer Sheathed Copper Unarmoured
power cable of 0.65/1.1 KV grade conf. to IS 7098
(Part-I) 1988 in the following ways etc complete as
required. a) In Open Duct
40 Meters 73.00 2920.00
66 Supplying and Laying of 3 x 6 sq.mm. XLPE
insulated and PVC sheathed Aluminium armoured
power cable of 1.1 KV grade conf. to IS 7098 (Part-
I)) and ISI Marked only in the following ways etc.
as required. a) In Pipe 200 Meters 100.00 20000.00
66.1 b) In Open Duct 5 Meters 96.00 480.00
66.2 c) On Surface 10 Meters 107.00 1070.00
67 Providing and fixing 6 SWG dia G.I. wire on
surface or in recess for loop earthing along with
existing surface recessed conduit/ submain wiring/
cable as required. 200 Meters 20.82 4164.00
68 Providing and fixing 4.00 mm dia copper wire on
surface or in recess for loop earthing along with
existing surface/ recessed conduit/ submain wiring/
cable as required. 200 Meters 66.07 13214.00
CORRECTION (C) NIL---------
INSERTION (I) NIL---------
DELETION (D) NIL--------- A. E. (P) EE(P)
Page - 107 - of 118

69 Supplying and laying of following size DWC


HDPE pipe ISI marked along with all
accessories like socket, bend, couplers etc.
conforming to IS 14930, Part II complete
with fitting and cutting, jointing etc..direct in
ground (75 cm below ground level)
including excavation and refilling the trench
but excluding sand cushioning and protective
covering etc., complete as required.
a) 120 mm dia (OD-120 mm & ID-103 mm
nominal) 220 Meters 207.25 45595.00
69.1 b) 63 mm dia (OD-63 mm & ID-51 mm
nominal) 200 Meters 122.18 24436.00
70 Fabricating Supplying, Installation, Testing
and Commissioning of floor/Wall mounted
cubical panel board minimum 300mm deep
made out of 2mm thick CRCA Sheet, dust
and vermin proof, duly compact with
suitable Al. bus bar of size as per incomer
duly powder coated paint of approved colour
and shade providing earth stud at both end,
louvers and mesh on both side of panel board
for ventilation purpose i/c connection and
interconnection, earthing complete etc. as
reqd. (Nos. of panels shall be decided by
Deptt. before fabricating & after award of
work). 2 Sq.Mtrs 16307.00 32614.00
71 SITC of following accessories in the above panel
i/c connections etc as reqd.
Incoming
a) 400 A, 35 kA,TPMCCB
2 Nos. 14183.16 28366.00
71.1 b) 100 Amp, 16 KA TP MCCB 3 Nos. 2912.29 8737.00
71.2 Outgoing
a) 100 Amp, 16 KA TP MCCB
2 Nos. 2912.29 5825.00
71.3 b) 150 Amp, 16 KA TP MCCB 2 Nos. 3706.88 7414.00
71.4 c) 250 A, 35 kA,TPMCCB 1 No. 9209.28 9209.00
71.5 d) 63 A TPMCB ‘C’ Series MCB 3 Nos. 1337.00 4011.00
71.6 e) 63 A "C" Curve DPMCB 6 Nos. 957.00 5742.00
71.7 f) 63 A MCCB 1 No. 1639.00 1639.00
71.8 g) Digital type VAF+PF 2 Sets 1908.00 3816.00
71.9 h) LED type indicating lamp RYB 2 Sets 318 636.00
71.10 i) 2 amp SP MCB 6 Nos. 332.00 1992.00
71.11 j) 200 A / 5 A CT 6 Nos. 415.00 2490.00

CORRECTION (C) NIL---------


INSERTION (I) NIL---------
DELETION (D) NIL--------- A. E. (P) EE(P)
Page - 108 - of 118

72 Sub- Head II (Lift)


Supplying, Installation, testing and commissioning of 13
passenger (884 Kg.) lift of having contract speed of 1.5
mps serving different floors in the existing lift shaft as
per detailed specifications of lift (i) Speed :- 1 Mtr. Per
second.
(ii) Floors:- 5 (Ground +4 Upper Floors)
(iii) Total Travel:- 5 (Ground + 4 Upper Floors)
(iv) Stops and opening:- 5 (Ground + 4 Upper Floors) In
Front only
(v) Control:- Microprocessor based with AC variable
voltage variable frequency simplex selective i/c builtin
voltage stabilier.
(vi) ARD - Automatic rescue device complete with
maintenance free batteries as required.
(vii) Operation :- Microprocessor based single automatic
braile engrave number push buttons / simplex selective
with/without attendent.
(viii) Power:- 400/415 V,3 phase, 50 Hz, 4 wire.
(ix) Type of Doors:- Automatice power operated centre
opening.
(x) Civil Works & Steel Items:- Provision of temporary
scaffolding & minor builders works and all steel items
like girder in machine room, sill angles, facical plates etc.
72.1 xi) Car Design- a) Car Wall finish in SS Hairline,304
LED Spot in Ceiling
b) Car doors finish in Stainless hairline 304.
c) Car door in Stainless steel
d) Granite flooring finish in Black Sea
e) Deco Ceiling finish in Stainless Steel Hairline 304.
f) Full height mirror on rear car panel
(xii) Car Operating panel:-a) Stylish , touchs sensitive
glass panel
b) Door open/close and alarm buttons
c) Visual Call confirmation
d) Car Position indicator
e) Pre-annoucing arrow for collective controls
f) 16 Segment display
xiii) Landing Doors :- a) Fully Automatic Landing doors
in Stainless steel HL 304
b) Door Opening Direction :- Center
c) Gap filling Sheet 0.00
72.2 xiv) Standard Features :-a) Close loop control
System
b) Self diagnostic control
c) 2 Hours fire rated landing doors
d) Overload detection
e) Automatic evacuation to nearest floor (ARD)
f) light curtain on car entrance
g) Alarm horn
h) Handrail in stainless steel finish on rear wall
i) Auto fan off
j) Auto light off
xv) Other Selected features:_ a) CCTV Cable
preparation intercom - 3 way voice synthesizer on
car
b) out of service mode
c) RCD protection on LDU
d) Fireman Control
e) FIGS100R

1 No. 1890000.00 1890000.00

CORRECTION (C) NIL---------


INSERTION (I) NIL---------
DELETION (D) NIL--------- A. E. (P) EE(P)
Page - 109 - of 118

73 Sub-Head III (Wet Riser and Fire Alarm


System)
Supplying, installation, testing and commissioning
of Electric driven Main Fire Pump suitable for
automatic operation and consisting of following,
complete in all respects, as required :
(a) Horizontal type, multistage, centrifugal, split
casing pump of cast iron body & bronze impeller
with stainless steel shaft, mechanical seal
conforming to IS 1520.
(b) Suitable HP Squirrel cage induction motor,
TEFC, synchronous speed 1500 RPM, suitable for
operation on 415 volts, 3 phase 50 Hz, AC supply
with IP 55 protection for enclosure, horizontal foot
mounted type with Class-'F' insulation, conforming
to IS-325.
(c) M.S. fabricated Common base plate, coupling,
coupling guard, foundation bolts etc. as required.
(d) Suitable cement concrete foundation duly
plastered with anti vibration pads.
(i) 2280 lpm at 70 m Head 1 Set 332402.88 332403.00
74 Supplying, installation, testing and commissioning
of diesel engine driven main fire pump suitable for
automatic operation and consisting of following,
complete in all respects, as required : (Diesel
Driven Pump)
Horizontal type, multistage, centrifugal pump of
cast of iron body and bronze impeller with stainless
steel shaft, mechanical seal conforming to IS 1520. 0.00
74.1 Suitable HP, 1500 RPM water cooled with radiator,
diesel engine conforming to relevant IS standard
complete with auto starting mechanism, 12 /24
volts electric starting equipment, diesel tank,
exhaust pipe extended upto 10 m outside pump
house duly insulated with 50 mm thick glass wool
with 1.0 mm thick aluminium sheet cladding,
residential silencer, instruments and protection as
per standard specification, stop solenoid for auto
stop in the event of fault with audio indications,
painted with post office red colour etc. as required.
M.S fabricated, common base plate, coupling,
coupling guard, foundation bolts etc. as required.
Suitable cement concrete foundation duly plastered
and with anti vibration pads.
a) 2280 lpm at 70 m Head
1 Set 552318.79 552319.00

CORRECTION (C) NIL---------


INSERTION (I) NIL---------
DELETION (D) NIL--------- A. E. (P) EE(P)
Page - 110 - of 118

75 Supplying, installation, testing and


commissioning of electric driven
pressurisation pump suitable for automatic
operation and consisting of following,
complete in all respects, as required : (Jockey
Pump)
Horizontal type, multistage, centrifugal pump
of cast iron body and bronze impeller with
stainless steel shaft, mechanical seal
conforming to IS : 1520.
Suitable HP squirell cage induction motor
TEFC type suitable for operation on 415 volts,
3 phase 50 Hz AC supply with IP 55 class of
protection for enclosure, horizontal foot
mounted type with Class-'F' insulation,
conforming to IS : 325.
M.S.fabricated Common base plate, coupling,
coupling guard, foundation bolts etc. as
required.
Suitable cement concrete foundation duly
plastered and with anti vibration pads.
a) 180 lpm at 70 m Head 1 Set 92663.86 92664.00
76 Supplying and fixing air vessel made of 250
mm dia, 8 mm thick MS sheet, 1200 mm in
height with air release valve on top and
flanged connection to riser, drain arrangement
with 25 mm dia gun metal wheel valve with
required accessories, pressure gauge and
paintingwith synthetic enamel paint of
approved shade as required. 3 Sets 16298.15 48894.00
77 Fabrication, supply, Insallation testing &
commissioning of Electrical control panel of
cubical construction, floor mounted type,
fabricated out of 2mm thick CRCA sheet,
compartmentalised with hinged lockable doors,
dust and vermin proof, powder coated of
approved shade after 7 tank treatment process,
cable alley, interconnection with suitable size
copper conductor cable/solid copper strip,
having switchgears and accessories, mountings
and internal wiring, earth terminals, numbering
etc. complete in all respect, suitable for main
fire pump, pressurisation pump & diesel pump
set complete as per CPWD specification with
following in coming and Outgoings, suitable
for operation on 415V, 3 phase, 50Hz Ac
Supply with enclosure protection class IP 42 as
required :
77.1 a) INCOMING
250A, 50kA 4 Pole MCCB, Ics=100% Icu rating
Digital Voltmeter 0-500V with selector switch
Digital Ammeter (0-250 A) with selector swtich &
CTs etc. LED type RYB phase indicating lamps,
ON, OFF, trip indicating lamps Set of Copper Bus
Bar 300A

CORRECTION (C) NIL---------


INSERTION (I) NIL---------
DELETION (D) NIL--------- A. E. (P) EE(P)
Page - 111 - of 118

77.2 OUTGOING
( Note : All outgoing feeders for pumps should
have digital Ammeter with selector switches, and
LED type ON, OFF, trip indicating lamps)
Main Fire Pump
125 A, 50kA TPN MCCB, Ics=100% Icu, with
fully automatic Star/Delta starter suitable for 60 HP
pump with overload protection, current sensing
type single phase preventor complete with all
acceessories and internal wiring required for
automatic operation, selector switch for
local/remote, auto/manual/OFF operation.
Jockey Pump
63 A, 50kA TPN MCCB, Ics=100% Icu, with
suitable HP fully automatic Star/Delta starter with
overload protection, current sensing type single
phase preventor complete with all acceessories and
internal wiring required for automatic operation,
selector switch for local/remote, auto/manual/OFF
operation.

77.3 DIESEL ENGINE CONTROL


Control for diesel engine comprising -
Automatic/Manual selctor switch & 3 attempts
starting device, timers and relays as required, push
buttons, start/stop in manual mode
Indicating lamp for high/ Low Lub. Oil pressure,
High Water Temp and Engine on indication
Battery charger suitbale for 12V/24 V DC with
boost and trickle selector switch, 0-30 V DC volt
meter, and 0- 20 A DC Ammeter
All standard relays and accessories for automatic
operation of diesel engine 0.00
77.4 System Controller
Designing, Supply, Installation, Testing and
commissioning of system controller to control
operation of main electric fire pump, diesel pump,
Pressurization pump, Terrace pump in sequence as
per specification consisting of relays, timers.
Sensors, annunciation window for fault indication,
complete as per specification 1 Set 222385.65 222386.00
78 Providing, laying, testing & commissioning of 'C'
class heavy duty MS pipe conforming to IS 3589/IS
1239 including Welding, fittings like elbows, tees,
flanges, tapers, nuts bolts, gaskets etc. and fixing
the pipe on the wall/ceiling with suitable
clamp/support frame and painting with two or more
coats of synthetic enamel paint of required shade
complete as required :
a) 150 mm dia 100 Meters 1867.92 186792.00
78.1 b) 100 mm dia 36 Meters 1356.60 48838.00
78.2 c) 50 mm dia 6 Meters 712.24 4273.00
79 Providing laying, testing & commissioning of 'C' class
heavy duty MS Pipe conforming to IS 1239/3589 i/c
fittings like elbows, tees, flanges, tapers, nuts bolts,
gaskets etc. in ground including welding, excavation
& providing cement concrete blocks as supports,
anticorrosive treatment with coaltar/asphalt tape as per
IS 10221, refilling the trench etc. of following sizes
complete as required.
a) 150 mm. Dia 24 Meters 2150.28 51607.00
CORRECTION (C) NIL---------
INSERTION (I) NIL---------
DELETION (D) NIL--------- A. E. (P) EE(P)
Page - 112 - of 118

80 Supplying and fixing single headed internal hydrant


valve with instantaneous Gunmetal/Stainless Steel
coupling of 63 mm dia with cast iron wheel ISI
marked conforming to IS 5290 (Type -A) with
blank Gunmetal/Stainless Steel cap and chain as
required :
a) Single headed Stainless steel 10 Sets 5418.24 54182.00
81 Supplying, fixing, testing and commissioning of
butterfly valve of PN 1.6 rating with
bronze/gunmetal seat duly ISI marked complete
with nuts, bolts, washers, gaskets conforming to IS
13095 of following sizes as required.
a) 150 mm dia
6 Sets 7872.60 47236.00
81.1 b) 100 mm dia 3 Sets 5840.87 17523.00
81.2 c) 80 mm dia 1 Set 4382.01 4382.00
81.3 d) 50 mm dia 1 Set 3322.26 3322.00
82 Providing, installation, testing and commissioning
of non-return valve of following sizes confirming to
IS: 5312 complete with rubber gasket, GI bolts,
nuts, washers etc.as required.
a) 150 mm dia 2 Sets 15907.19 31814.00
82.1 b) 100 mm dia 2 Sets 9806.58 19613.00
82.2 c) 80 mm dia 1 Set 6822.80 6823.00
83 Supplying and fixing orifice plate made out of 6
mm thick stainless steel (Grade 304) with orifice of
required size to be fitted between flange & landing
valve of external and internal hydrants to reduce
pressure at the outlet to the level of 3.5 kg/cm2
complete as required. 12 Nos. 1168.36 14020.00
84 Providing, installation, testing and commissioning
of stainless steel Y-strainer fabricated out of 1.6
mm thick stainless steel, Grade 304, sheet with 3
mm dia holes with stainless steel flange.
a) 200mm dia 2 Nos. 19957.06 39914.00
84.1 b) 100mm dia 1 No. 5837.25 5837.00
85 Supplying and fixing 63 mm dia, 15 m long RRL
hose pipe with 63 mm dia male and female
couplings duly bound with GI wire, rivets etc.
conforming to IS 636 (type-A) as required.
a) Stainless Steel (Grade 304) 20 Sets 4012.77 80255.00
86 Supplying and fixing first-aid Hose Reel with MS
construction spray painted in post office red,
conforming to IS 884 complete with the following
as required. 20 mm nominal internal dia water hose
thermoplastic (Textile reinforced) type -2 as per IS:
12585 20 mm nominal internal dia gun metal globe
valve & nozzle. Drum and brackets for fixing the
equipmets on wall. Connections from riser with 25
mm dia stop gun metal valve & M.S. Pipe and
socket.
a) 30 m
10 Sets 7369.42 73694.00

CORRECTION (C) NIL---------


INSERTION (I) NIL---------
DELETION (D) NIL--------- A. E. (P) EE(P)
Page - 113 - of 118

87 Supplying and fixing of fire brigade connection of


cast iron body with gun metal male instantaneous
inlet couplings complete with cap and chain as
reqd. for suitable dia MS pipe connection
conforming to IS 904 as required.
a) 4 way - 150 mm dia M.S. Pipe
2 Set 12508.91 25018.00
88 Providing & fixing of pressure switch in M.S. pipe
line including connection etc. as required.
3 Nos. 1364.74 4094.00
89 Supplying and Laying of 3.5 x 70 XLPE insulated
and PVC sheathed Aluminium armoured power
cable of 1.1 KV grade conf. to IS 7098 (Part-I) and
ISI Marked only in the following ways etc. as
required.
a) In pipe 50 Meters 328.00 16400.00
89.1 b) In Open Duct 10 Meters 322.00 3220.00
90 Supplying and Laying of 4 x 16 sq.mm. XLPE
insulated and PVC sheathed Aluminium armoured
power cable of 1.1 KV grade conf. to IS 7098 (Part-
I) and ISI Marked only in the following ways etc.
as required.
a) In pipe
50 Meters 150.00 7500.00
90.1 b) In Open Duct 10 Meters 146.00 1460.00
91 Supplying and Laying of 6 core 4 sq.mm. PVC
insulated and PVC sheathed Aluminium armoured
power cable of 1.1 KV grade conf. to IS 694:1990
and ISI Marked only in the following ways etc. as
required.
a) In pipe
50 Meters 311.00 15550.00
91.1 b) In Open Duct 10 Meters 307.00 3070.00
92 SITC of CO2 type Fire Extinguisher ISI marked
conforming to IS: 15683. Capacity 4.5 Kg.
Complete with delivery hose horn, squeeze grip/
wheel type release valve, locking arrangement,
operation manual and bracket. Operating
Temperature: - 30ºC to + 55ºC. 20 Nos. 6778.00 135560.00
93 SITC of Powder Fire Extinguisher (Stored Pressure
type) Capacity 06 Kg duly ISI marked conforming
to IS: 15683:2006, with IS 14609, ISI marked ABC
powder complete with squeeze grip release valve,
discharge pipe locking arrangement, pressure
gauge, operation manual and bracket. Operating
Temperature: - 10ºC to + 55ºC. 20 Nos. 2645.00 52900.00
94 Supplying and installing following size of
perforated painted with powder coating M.S. cable
trays with perforation not more than 17.5%, in
convenient sections, joined with connectors,
suspended from the ceiling with M.S. suspenders
including bolts & nuts, painting suspenders etc. as
required.
a) 100 mm width X 50 mm depth X 1.6 mm
thickness 30 Meters 314.94 9448.00

CORRECTION (C) NIL---------


INSERTION (I) NIL---------
DELETION (D) NIL--------- A. E. (P) EE(P)
Page - 114 - of 118

95 Supplying, installation, testing and commissioning


of micro processor based intelligent addressable
main fire alarm panel, central processing unit with
the following loop modules and capable of
supporting not less than 240 devices (including
detectors) and minimum 120 detectors per loop and
loop length up to 2 km, network communication
card, minimum 320 character graphics/ LCD
display with touch screen or other keypad and
minimum 4000 events history log in the non
volatile memory (EPROM), power supply unit (230
± 5% V, 50 hz), 48 hrs back-up with 24 volt sealed
maintenance free batteries with automatic charger.
The panel shall have facility to connect printer to
printout log and facility to have seamless
integration with analog/digital voice evacuation
system (which is part of the schedule of work under
SH: PA System) and shall be complete with all
accessories . The panel shall be compatible for
IBMS system with open protocol BACnet/ Modbus
over IP complete as per specifications.
a) Two Loop Panel.
1 No. 216210.84 216211.00
96 Supplying, installation, testing & commissioning of
repeater panel wih 320 character/ Touch screen
LCD display with inbuilt reset, acknowledge and
silence switches complete as required. 1 No. 98257.66 98258.00
97 Supplying, installation, testing & commissioning of
addressable manual call point complete as required.
10 Nos. 3492.40 34924.00
98 Supplying, installation, testing & commissioning of
intelligent addressable thermal detector with rate of
rise cum fixed tempreature thermistor complete
with base as required. 156 Nos. 2455.27 383022.00
99 Supplying, installation, testing & commissioning of
fault isolator complete with base as required.
16 Nos. 2947.59 47161.00
100 Supplying, installation, testing & commissioning of
addressable fire control module complete as
required. 10 Nos. 2705.95 27060.00
101 Supplying, installation, testing & commissioning of
addressable horn cum strobe complete as required. 10 Nos. 3162.07 31621.00
102 Supplying, installation, testing & commissioning of
addressable beam detector with short circuit isolator
(inbuilt or seperate) complete with emitter and
receiver including connections with remote test
features etc complete as required.
2 Nos. 67674.09 135348.00
103 Supplying and fixing of following sizes of steel
conduit along with accessories in surface/recess
including painting in case of surface conduit, or
cutting the wall and making good the same in case
of recessed conduit as required.
a) 20 mm

700 Meters 114.03 79821.00


104 Supplying and drawing following sizes of FRLS
PVC insulated copper conductor, single core cable
in the existing surface/ recessed steel/ PVC conduit
as required.
a) 2 x 1.5 sq. mm 700 Meters 33.49 23443.00
CORRECTION (C) NIL---------
INSERTION (I) NIL---------
DELETION (D) NIL--------- A. E. (P) EE(P)
Page - 115 - of 118

105 Sub-Head V ( Solar Panels )


Supply, Installation, Testing and Commissioning of
50 KWp Grid connected solar power plant with
Poly Crystalline silicon solar cells confirming to
MNRE specification with net metering facility
mounted on aluminium/ GI structure/ Posmac/ Hot
dip galvanised steel of suitable strength. Solar PV
power generating system complete with following
components
a) 320 watt Solar photo voltaic poly crystalline
module, weather resistance IP65 with anodized
aluminum framework, toughened high transitivity
low iron glass, sedlar/polyester wax surface, bypass
diode etc. on the existing module mounting
structure , connection, inter connection complete
with all accessories etc. as required as per detailed
specifications attached.
b) Supply and fixing of SPV Module mounting
structures suitable for accommodating (320 wp)
capacity SPV Module in different combination as
reqd. Structure should made of either Pre-
galvanised iron/Posmac/Hot dip galvanised iron or
Aluminium of suitable strength and design.
Structure should withstand windspeed of given
location as per MNRE guidelines. Hardware used
shall be of stainless Steel grade 304

105.1 c) Providing and laying in position cement concrete


1:2:4 (1 cement : 2 coarse sand : 4 graded stone
aggregate 20 mm nominal size) in foundation of
Solar Module array structure support.
105.2 d) Grid connected Inverter / Power Conditioning
Unit (PCU) 415V AC, three phase, 50Hz,
Maximum generation of 50kW AC Power. The
Inverter should have anti islanding protection and
shall adjust the voltage and frequency level to suit
the Grid Voltage and Frequency as per Indian
electricity grid level. (NEC, UL, CE certified).
Efficiency of PCU must not be less than 95%

105.3 e) Data logger shall be provided to monitor the


generation and performance of solar power plant
and it should be enabled with remote monitoring
system. With following sensors-
(i) Sensors Irradiance, Module Temperature,
ambient temperature and wind
105.4 f) DC Array junction box should be provided
between inverter/PCU and solar modules. It shall be
made of polycarbonate box with IP 65 protection, it
shall contain DC fuses 1000V, DC SPD of suitable
capacity to handle surge and termination
arrangement for incoming and outgoing cable along
with gland, lugs and other accessories etc. as
required.

CORRECTION (C) NIL---------


INSERTION (I) NIL---------
DELETION (D) NIL--------- A. E. (P) EE(P)
Page - 116 - of 118

105.5 g) Power distribution Panel complete with 1 No of


MCCB of suitable rating, 1 No of class 1 Surge
Protection Device, Multifunction Meter with CT, It
shall be made of either IP 65 Polycarbonate box or
in metallic box of IP 65 if outdoor and IP54 if
indoor, solar generation meter, net metering etc
complete as required
105.6 h) Lighting and surge voltage protection. It shall
have suitable covering 70 SQMtrs area(Min)ESE
type and rating should be provided to protect solar
power plant from natural lightening and it shall be
grounded with appropriate grounding arrangements.

105.7 i) Connection & Interconnection by supplying


&fixing 1C X 4 Sq. mm copper conductor solar
power cable (module to DCDB and from DCDB to
inverter and Suitable size of AC power cable 4Cx16
Sqmm Copper conductor from inverter to Solar
ACDB/LT panel or and from Solar LT panel to
main building LT panel cable size should not be
less than 3.5CX35 Sqmm Al armoured or size as
per design and basis on cable calculation.
(i) DC Cable 1CX4 Sqmm (Limiting to 700 Mtrs)
(ii) AC Cable 4CX16 Sqmm Cu (Limiting to 20
Mtrs)
(iii) AC Cable 4CX35 Sqmm Al (Limiting to 40
Mtrs)
(iv) Eathing cable 1CX10 sqmm cu(Limiting to 40
mtrs)
105.8 j) supplying & fixing of necessary PVC channel/
conduit/ lugs /thimbles / cable Glands and other
accessories (Insulation tape, testing joint, MC4
connector, Conduit pipe etc or any other item
required to complete the solar plant weather
mentioned or not mentioned in NIT.
105.9 k) Earthing with G.I. earth plate 600 mmX600
mmX6 mm thick including accessories, and
providing masonry enclosure with cover plate
having locking arrangement and watering pipe of
2.7-meter-long etc. with charcoal/coke and salt as
required – 3 Set
105.10 l) Providing and fixing 25 mm X 3 mm G.I. strip in
40 mm dia G.I. pipe from earth electrode including
connection with G.I. nut, bolt, spring, washer
excavation and re-filling etc. as required(Up to 300
Mtrs)
105.11 m) Bi-Directional Meter -2 Nos 1 Job 2452720.00 2452720.00
106 Sub-Head VI ( Water Supply Pump Sets )
Supply, Installation, Testing and Commissioning of
5 H.P. Mono-submersible pumpset capable of
delivering 1220-450 LPM at head of 12-24 mtr.
suitable for operation on 415 ± 5% Volt, 50 HZ
A.C. supply etc. as reqd.
2 Nos. 22708.00 45416.00
107 Supplying & fixing Following size GI pipe (B
class) in 3 mtr length with flange welded on both
side complete with all accessories i.e gasket nut
bolts washer complete etc. as reqd.
a) 80 mm.
3 Meters 857.00 2571.00
107.1 b) 65 mm. 6 Meters 700.00 4200.00
CORRECTION (C) NIL---------
INSERTION (I) NIL---------
DELETION (D) NIL--------- A. E. (P) EE(P)
Page - 117 - of 118

107.2 c) 50 mm 30 Meters 550.00 16500.00


108 Supplying and fixing following sizes Gun metal
NRV horizontal & screwed type with accessories in
the existing line etc. as reqd.
a) 65 mm
2 Nos. 3719.00 7438.00
109 Supplying and fixing following sizes Gun metal
gate valve horizontal & Screwed type with
accessories in the existing line etc. as reqd.
a) 65 mm. 2 Nos. 5795.00 11590.00
110 Supplying and fixing Submersible Pump Controller
in sheet steel enclosure suitable for 5/6 H.P., 3 ph.
415 V, submersible pump set i/c testing complete
etc as reqd. 2 Nos. 4953.00 9906.00
111 Supplying and Fixing of Three Core 4 sq.mm. Flat
Cables with bare bunched copper conductor
Insulated and Sheathed with PVC for Submersible
Pump Motors with voltage grade up to 1100 volts
conforming to IS 694:1990 duly ISI Marked
complete etc. as reqd. 15 Meters 136.00 2040.00
112 Sub-Head VII (Glow Sign Board and Signage)
Design fabrication, supply installation, testing and
commissioning of 3 dimensional LED based
character backlit outdoor type ( IP-65) display,
signage board in building languge ( English and
Hindi) & as per approved colour and design, the
letter having height & width as per aspect ratio and
depth 2'' fabricated out of 3mm translucent acrylic
i/c backside 5 mm thick sunboard and joints to be
filled up with water proof sikcon wherever required
to make the whole structure water proofand dust
proof i/c providing inside the letter poer LED
modules each comprising of 3 Nos LED with PC
optical lens injection mpulded of 1.5 watt
maximum and minimum 63 lumen per watt an 12
Vin two rows along the pheriphery of each alphabet
and shall be fixed in such a way to give uniform
bright light ,display booard suitable for working on
220 volts, Single phase AC supply with structure
made out of 25 mm x 25mm MS square pipe
sectionwith stiffener lacia 3 mm PVDF coated ACP
of Al. decor or similar to be cladded on MS box and
connection with suitable size copper conductor
cable etc complete as reqd. 76 Sq.fts. 1369.00 104044.00
113 Steel work welded in built up sections/ framed
work, including cutting, hoisting, fixing in position
and applying a priming coat of approved steel
primer using structural steel etc. as required.
a) In gratings, frames, guard bar, ladder, railings,
brackets, gates and similar works
50 Kgs 77.78 3889.00
114 Supply and fixing of photo luminescent Non
Toxic,Non- Radio active maintenance free self
glowing signs comprising sulphide vinyl chargebale
crystals which glows in dark, single side sign made
out of 1.2 mm thick Al. sheet and mounting
arrangements for wall/ ceiling mounting as per the
conditions . The colour combination and size of
letter shall be as IS 12349. 4500 Sq.Inchs 17.00 76500.00

CORRECTION (C) NIL---------


INSERTION (I) NIL---------
DELETION (D) NIL--------- A. E. (P) EE(P)
Page - 118 - of 118

115 Supplying Installation Testing & Commissioning of


a new generation energy saving & environment
friendly EGRESS EDGELIT LIGHT for
emergency exit signage double side Red of standard
size 350 x 160 mm with backup of upto 2-3 hours.
10 Nos. 3238.00 32380.00
116 Supplying Installation Testing & Commissioning of
a new generation energy saving & environment
friendly EGRESS EDGELIT LIGHT for lift arrow
signage double side Red of standard size 350 x 160
mm with backup of upto 2-3 hours 5 Nos. 3169.00 15845.00
Total Total 11283108.00
Less 9.50% as per Delhi Govt. Circular:- -1071895.00
Total (Part-B) 10211213.00
Total (A+B) 39821328.00

Assistant Engineer (P) Executive Engineer (P)


North Maint. Circle, PWD, Delhi North Maint. Circle, PWD, Delhi

Superintending Engineer
North Maintenance Circle, PWD, Delhi

Signature Not Verified


CORRECTION (C) NIL---------
INSERTION (I) NIL--------- Digitally signed by DEV DUTT SHARMA
Date: 2019.09.21 16:54:56 IST
DELETION (D) NIL--------- A. E. (P) Location: NCT of Delhi EE(P)

Vous aimerez peut-être aussi