2 Tender Admibldg .

download 2 Tender Admibldg .

of 36

description

ff

Transcript of 2 Tender Admibldg .

  • 1

    TENDER DOCUMENT

    FOR

    THE WORK OF

    Improvement of entrance of Admin. Bldg. at RAKNPA , Ghaziabad.

    Estimated Cost : Rs. 711107/- EMD : Rs. 14222/-

    Time of Completion : 45Days

    Certified that this tender document contains pages from 01 (One) to 34 (Thirty Four) and no page is missing or torn.

    Executivet Engineer Postal Civil Division New Delhi

    Postal Civil Division New Delhi

  • 2

    NAME OF TENDERER: .

    NAME OF WORK: Improvement of entrance of Admin. Bldg. at RAKNPA , Ghaziabad.

    I N D E X SL. NO. DETAILS

    PAGES FROM TO

    1) Cover Page 1 1 2) Index 2 2 3) Important instructions to the tenderers who have downloaded the tender document from the website 3 3 4) Declaration 4 5 5) CPWD -6 6 10 6) CPWD -8 (Abridged form) 11 12 7) Performa of schedules 13 16 8) Correction slip No.1, 4, & 5 17 20 9) Special Conditions for Aluminium Works 21 21 10) Guarantee to be executed by contractors for removal of defects after

    completion in respect of water proofing works 22 22

    11) Additional conditions, additional specifications & important notes 23 28 12) Special conditions for ISI marked items 29 29 13) Schedule D Special conditions/specific requirements for the work 30 30 14) Schedule of quantity 31 34 15)

    Certified that this N.I.T. contains pages from 01 (One) to 34 (Thirty Four) and no page is missing or torn.

    Executivet Engineer Postal Civil Division

    New Delhi

  • 3

    IMPORTANT INSTRUCTIONS TO TENDERERS WHO HAVE DOWNLOADED THE TENDER DOCUMENT FROM WEB

    The tenderers who have down loaded the tenders from the web, should read the following important instructions carefully before actually quoting the rates & submitting the tender documents: -

    1. The tenderer should see carefully & ensure that the complete tender document including schedule of quantity has been down loaded & there are 34 Pages in all in the tender document.

    2. The printout of tender document should be taken on 12 (A4) paper only.

    3. The tenderer should ensure that no page in the down loaded tender document is missing.

    4. The tenderer should ensure that all pages in the down loaded tender document are legible & clear & are printed on a good quality paper.

    5. The tenderer should ensure that every page of the downloaded tender document is signed by tenderer with stamp (seal).

    6. On page 3,4,5,13,18,22,23,31,32,& 45 of the down loaded tender document, the name of the tenderer should be filled by the tenderer.

    7. The tenderer should ensure that the down loaded tender document is properly bound and sealed before submitting the same.

    8. The loose / spiral bound tenders not properly sealed shall be rejected out-rightly.

    9. In case of any correction/addition/alteration/omission in the tender document, it shall be treated as non- responsive and shall be rejected.

    10. The tenderer shall furnish a declaration to this effect that no addition/ deletion/corrections have been made in the tender document submitted and it is identical to the tender document appearing on Web site.

    11. The tenderer should read carefully & sign the declaration given on the next page before submitting the tender.

    12. The cost of tender should be submitted along with the EMD as detailed in NIT.

    13. In case of any doubt in the down loaded tender, the same should be got clarified from the O/o Executivet Engineer (C), Postal Civil Division, New Delhi before submitting the tender.

    CONTRACTOR Executivet Engineer (C)

  • 4

    D E C L A R A T I O N ( TO BE GIVEN BY THE TENDERERS WHO HAVE DOWNLOADED THE TENDER DOCUMENT FROM THE WEB )

    It is to certify that :

    1) I / we have submitted the tenders in the Performa as downloaded directly from the website.

    2) I/ We have submitted tender documents which are same / identical as available in the website.

    3) I / we have not made any modification / corrections / additions etc in the tender documents downloaded from web by me / us.

    4) I / We have checked that no page is missing and all pages as per the index are available & that All pages of tender document submitted by us are clear & legible.

    5) I / we have signed (with stamp) all the pages of the tender document before submitting the same.

    6) I / we have sealed the tender documents properly before submitting the same. 7) I / We have submitted the cost of tender along with the EMD.

    8) I have read carefully & understood the important instructions to the all tenderers & to tenderers who have down loaded the tenders from the web.

    9) In case at any stage later, it is found there is difference in our downloaded tender documents from the original, Department shall have the absolute right to take any action as deemed fit without any prior intimation to me / us.

    10) In case at any stage later, it is found that there is difference in our downloaded tender documents from the original, the tender / work will be cancelled and Earnest Money/ Security Deposit will be forfeited at any stage whenever it is so noticed. The department will not pay any damages to me / us on this account.

    11) In case at any stage later, it is found that there is difference in our downloaded tender documents from the original, I / We may also be debarred for further participation in the tender in the department & would also render me / us liable to be removed from the approved list of contractors of the Department.

    Dated

    (CONTRACTOR) (SIGN WITH SEAL)

  • 5

    DECLARATION LETTER To

    The Executive Engineer(C), Postal Civil Division, New Delhi.

    Sub: - Improvement of entrance of Admin. Bldg. at RAKNPA , Ghaziabad.

    1. I am/we are registered with DOT/ DOP as Class ____________ Contractor(s) (copy enclosed) and our registration number is ______________________. It is certified that as on date, the said registration is valid upto ______________.

    2. I am / we are Non-DOP registered contractor(s)(copy enclosed), registered with the ______________________(name of the enlisting organisation). Also particulars of the authority, class and the limit of amount upto which I am/ we are eligible to tender are furnished below:

    Enlisting Authority (name & address)

    Class of registration Tendering Limit (` In Lakhs)

    3. It is certified that this/these above mentioned registration(s) is/are valid as on date and I/We shall inform the Department myself/our-self as soon as my /our registration expires or is cancelled/ revoked.

    4. The attested copies of documents showing eligibility credentials i.e. requisite work experience as prescribed in CPWD-6 have been submitted in the sealed envelope No.-1 in accordance with Clause 1.2.1 of CPWD-6.

    5. The declaration is hereby given in respect of Para 12 of CPWD-6, which will become part of the agreement. I, ______________________________S/o __________________________ R/o _________________________________________________ hereby certify that none of my / our relative(s) as defined in Para 12 of CPWD-6 is / are employed in DOP Civil Zone. In case at any stage, it is found that information given by me / us is falls / incorrect, department shall have the absolute right to take any decision as deemed fit without prior intimation to me / us.

    1. The declaration is hereby given that: I / We _________________________________________________ do hereby solemnly declare that I shall abide by all the rules/ condition/ provisions of U.P. EPF Act/Scheme. In case of default by the undersigned, the sole responsibility shall be mine / us.

    2. I am/We are enclosing EMD of `______________by Cash/ Bankers cheque/CDR/ FDR/ DD no._______________ dated______________ in favour of Accounts Officer, Postal Civil Division, New Delhi issued by __________________________________________ ( fill the name of the issuing Bank)

    3. I am/We are enclosing ____________ number of sheets including attested copies of eligibility documents listed at Sr. No: 1 or 2, 4 & 5 above along-with my /our application.

    4. I / We hereby declare that all copies enclosed as above are attested by Gazetted Officer.

    5. I / We will produce the original documents of all the attested copies submitted herewith whenever required by the department.

    Yours faithfully,

    (CONTRACTOR) (Contractors signature along with seal)

    NAME : __________

    ADDRESS : Phone: __________________Fax____________ : Mobile No.: ______________ :

  • 6

    CPWD 6 GOVERNMENT OF INDIA DEPARTMENT OF POSTS

    (CIVIL WING) SHORT NOTICE INVITING TENDER

    NIT No.: NIT/EEPCND/2014-15/12 Dated:-14.07.2014

    Item rate tenders are invited on behalf of the President of India from approved and eligible

    contractor from the approved list of Department of Posts, BSNL, CPWD, MES, Railways, Local State

    PWD (B&R) and allied Departments of local state PWD (B&R) eligible for tendering in respective

    State PWD (B&R) for building works for the Improvement of entrance of Admin. Bldg. at

    RAKNPA , Ghaziabad.. The Central/State Government Undertakings in their own capacity shall

    also be eligible to tender under usual terms and conditions applicable to them from time to time.

    The enlistment of the contractors should be valid on the last date of sale of tenders.

    In case only the last date of receipt of application and sale of tenders are extended, the enlistment

    of contractor should be valid on either of the two dates i.e. original date of sale of tender or on

    the extended date of sale of tenders.

    1.1 Tenders will be received up to 3:00 P.M. on 24.04.2014

    (a) Estimated cost put to tender Rs. 711107/-

    (b) Earnest money to be deposited Rs. 14222/- in the shape of deposit at call receipt of a

    scheduled bank / fixed deposit receipt of a schedule bank / demand draft of a schedule

    bank issued in favour of Accounts Officer, New Delhi, Postal Civil, Division, New Delhi.

    (c) Period of completion allowed 45Days .

    Tenders will be opened at 3.30 p.m. by Executive Engineer (C) or his authorised

    representative on the same day in the presence of those who want to be present at New

    Delhi in the office of Executive Engineer (C), Postal Civil Division, New Delhi.

    1.2 All intending tenderers, other than those enlisted with Department of Posts while

    applying for above work should have completed satisfactorily under Central

    Government/State Government/Public Sector Undertakings / Autonomous body of

    Central Govt / Local State Govt atleast three similar works each of value not less than 40%

    of estimated cost or two similar works each of value not less than 50% of estimated cost

    or one similar work value not less than 80% of estimated cost (rounded to nearest one

    thousand rupees) in last 7 years ending last day of the month previous to one in which the

    tenders are invited. (for the purpose of this clause similar work means A/R, M/R works

    and building works).

    1.3 The contractors shall submit list of completed works of the requisite magnitude along with

    attested copies of certificates/testimonials of their satisfactory completion from the

    department concerned obtained from an officer not below the rank of the Executive

    Engineer in charge of the work while applying for issue of tender forms. The work

    completed with imposition of levy of compensation for delay shall not be considered as

    satisfactorily completed work for the purpose of work experience.

    1.4 I /we undertake and confirm that eligible similar works has/have not been got executed

    throught 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 Department of

    post 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.

  • 7

    .

    2 Agreement shall be drawn with the successful tenderer on prescribed Form No. C.P.W.D. 8

    which is available as a Govt. of India Publication. Tenderer shall quote his rates as per

    various terms and conditions of the said form which will form part of the agreement.

    3 The time allowed for carrying out the work will be 45Days from the date of start as

    defined in schedule F or from the date of handing over of the site, whichever is later, in

    accordance with the phasing, if any, indicated in the tender documents.

    4 The site for the work is available.

    5 Lay out plan showing the site of proposed work other details can be seen in the office of

    EE (E ) PCD Roop nagar Jammu on all working days.

    Conditions and tender forms can be had on application from Executive Engineer (C), Postal

    Civil Division, New Delhi on payment of the Rs. 500/-(` Five hundred only) in cash as cost

    of tender (non-refundable).

    Application for tender forms will be received up to 4 p.m. on 22.07.2014 and tenders will

    be sold up to 4 p.m. on 23 .07.2014

    In case of holiday is declared on any of the above noted days, that activity will be

    automatically shifted to next working day.

    6(i) Tenders shall be accompanied with Earnest money of ` 14222/- (In cash up to ` 10000/-)

    /Receipt Treasury Challan/Deposit at call receipt of a scheduled bank/fixed deposit receipt

    of a scheduled bank/demand draft of a scheduled bank issued in favour of A.O., PCD, New

    Delhi 50% of earnest money or ` 20 lacs, whichever is less, will have to be deposited in the

    shape prescribed above and balance amount of earnest money can be accepted in the

    form of Bank guarantee issued by a scheduled bank having validity for 6 months or more

    from the last date of receipt of tenders.

    6(ii) The tender and the earnest money (including cost of tender if downloaded from web)

    shall be placed in separate sealed envelopes, each marked Tender and Earnest Money

    respectively.

    In cases where earnest money in cash is acceptable, the same shall be deposited with the

    Cashier of the Division and the receipt placed in the envelope meant for earnest money.

    Both the envelopes shall be submitted together in another sealed envelope with the name

    of work and due date of opening written on envelope, which will be received by the EE(C)

    or his authorized representative in office at 1.1 above up to 3.00 P.M. on 24.04.2014 and

    will be opened by him or his authorized representative in office at 1.1 above on the same

    day at 3.30 P.M. The envelope marked Tender of only those tenderers shall be opened,

    whose earnest money (including cost of tender if downloaded from web), placed in the

    other envelope, is found to be in order.

    7 The contractor whose tender is accepted will be required to furnish performance

    guarantee of 5% (five percent) of the 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 ` 10000/-) or Deposit at call receipt of any scheduled bank/Bankers cheque of any

    scheduled bank/Demand Draft of any scheduled bank/pay order of any scheduled bank (in

    case guarantee amount is less than ` 1, 00,000/-) or Govt. Securities or Fixed Deposit

    Receipts or Guarantee Bonds of any scheduled Bank or the State Bank of India in

    accordance with the prescribed form. In case the contractor fails to deposit the said

    performance guarantee within the period as indicated in Schedule F, including the

    extended period if any, the Earnest Money deposited by the contractor shall be

    forfeited automatically without any notice to the contractor.

    8 The description of the work is as follow:

  • 8

    Improvement of entrance of Admin. Bldg. at RAKNPA , Ghaziabad.

    Copies of other drawings and documents pertaining to the works will be open for

    inspection by the tenderers at the office of the above mentioned officer.

    Tenderers are advised to inspect and examine the site and its surroundings and satisfy

    themselves before submitting their tenders 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 this 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 tender. A tenderer shall be deemed to have full knowledge of the site

    whether he inspects it or not and no extra charges consequent on any misunderstanding

    or otherwise shall be allowed. The tenderer 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 tender by a tenderer

    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.

    9 The competent authority on behalf of the President of India does not bind itself to accept

    the lowest or any other tender and reserves to itself the authority to reject any or all the

    tenders received without the assignment of any reason. All tenders in which any of the

    prescribed condition is not fulfilled or any condition including that of conditional rebate is

    put forth by the tenderer shall be summarily rejected.

    10 Canvassing whether directly or indirectly, in connection in with tenders is strictly

    prohibited and the tenders submitted by the contractors who resort to canvassing will be

    liable to rejection.

    11 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 tenderer shall be bound to perform

    the same at the rate quoted.

    12 The contractor shall not be permitted to tender for works in the Postal Civil Circle

    (Division in case of contractors of Horticulture/Nursery category) responsible for award

    and execution of contracts in which his near relative is posted as Divisional Accountant or

    as an officer in any capacity between the grades of Superintending Engineer and Junior

    Engineer (both inclusive). He shall also intimate the names of persons who are working

    with him in any capacity or are subsequently employed by him and who are near relatives

    to any gazetted officer in the Department of Posts or in the Ministry of Communications &

    IT. Any breach of this condition by the contractor would render him liable to be removed

    from the approved list of contractors of this Department.

    13 No Engineer of gazetted rank or other Gazetted officer employed in Engineering or

    Administrative duties in an Engineering Department of the Government of India is allowed

    to work as a contractor for a period of one year after his retirement from Government

    service, without the previous permission of the Government of India in writing. This

    contract is liable to be cancelled if either the contractor or any of his employees is found

    any time to be such a person who had not obtained the permission of the Government of

    India as aforesaid before submission of the tender or engagement in the contractors

    service.

    14 The tender for the works shall remain open for acceptance for a period of 90 (ninety) days

    from the date of opening of tender. If any tenderer withdraws his tender before the said

  • 9

    period or issue of letter of acceptance, whichever is earlier, or makes any modifications in

    the terms and conditions of the tender 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 tenderer shall not be

    allowed to participate in the re-tendering process of the work.

    15 This Notice Inviting Tender shall form a part of the contract document. The successful

    tenderer/contractor, on acceptance of his tender by the Accepting Authority, shall, within

    15 days from the stipulated date of start of the work, sign the contract consisting of:-

    (a) The notice inviting tender, all the documents including additional conditions,

    specifications and drawings, if any, forming the tender as issued at the time of invitation

    of tender and acceptance thereof together with any correspondence leading thereto.

    (b) Standard C.P.W.D. Form 8.

    16 The blank tender document with additional conditions and schedule of quantities / other

    schedule can also be downloaded from Web site www.eprocure.gov.in . The cost of

    tender ` 500/- (Non-refundable) shall be submitted along with EMD in the same manner

    as specified in para 6 above.

    17 INSTRUCTIONS FOR TENDERER USING DOWNLOADED TENDER DOCUMENTS FROM

    WEBSITE :

    (i) The downloaded Tender documents should be properly bound and wax sealed.

    Loose/ spiral bound submission shall be rejected out rightly (in case of any correction /

    addition / alteration / omissions in the tender documents shall be treated as non

    responsive and shall be rejected). Every page of downloaded tender shall be signed by the

    contractor.

    (ii) The tenderers shall also submit attested copies of eligibility and experience particulars

    in a separate sealed envelop superscribing Eligibility Documents in addition to the

    Tender and EMD as specified in para 6(i) above. The envelope containing eligibility

    document shall be opened first. The envelope containing Tender and EMD shall only be

    opened for those tenderers who meet the eligibility criteria as per this NIT. The envelopes

    containing Tender & EMD of the Contractor who do not submit the eligibility documents

    in the above manner shall not be opened.

    18 Tenders, in which any of the prescribed conditions is not fulfilled or any condition

    including that conditional rebate is put forth by the tenderer, shall be summarily rejected.

    However, the tenders with unconditional rebates will be acceptable.

    This notice is also available on website www.eprocure.gov.in.

    Executivet Engineer (C)

    For & on behalf of President of India.

  • 10

    FORM OF EARNEST MONEY (BANK GUARANTEE)

    WHEREAS, contractor.................. (Name of contractor) (hereinafter called "the contractor") has

    submitted his tender dated ............. (date) for the construction of .............................................. (name of

    work) (hereinafter called "the Tender")

    KNOW ALL PEOPLE by these presents that we ......................................... (name of bank) having our

    registered office at ................................... (hereinafter called "the Bank") are bound unto

    ................................................... (Name and division of Executive Engineer) (hereinafter called "the Engineer-

    in-Charge") in the sum of Rs. ......................... (Rs. in words .................................................) for which

    payment well and truly to be made to the said Engineer-in-Charge the Bank binds itself, his successors and

    assigns by these presents.

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

    THE CONDITIONS of this obligation are:

    (1) If after tender opening the Contractor withdraws, his tender during the period of validity of tender

    (including extended validity of tender) specified in the Form of Tender;

    (2) If the contractor having been notified of the acceptance of his tender by the

    Engineer-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 up to the above amount upon receipt of his first

    written demand, without the Engineer-in-Charge having to substantiates his demand, provided that in his

    demand the Engineer-in-Charge will note that the amount claimed by his is due to him owing to the

    occurrence of one or any of the above conditions, specifying the occurred condition or conditions.

    This Guarantee will remain in force up to and including the date* ............. after the deadline for

    submission of tender as such deadline is stated in the Instructions to contractor or as it may be extended by

    the Engineer-in-Charge, notice of which extension(s) to the Bank is hereby waived. Any demand in respect

    of this Guarantee should reach the Bank not later than the above date.

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

    WITNESS .................. SEAL

    (SIGNATURE, NAME AND ADDRESS)

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

  • 11

    CPWD- 8 GOVERNMENT OF INDIA DEPARTMENT OF POSTS

    STATE: U.P CIRCLE: Ambala BRANCH: Civil Wing DIVISION: New Delhi ZONE : NCR Zone SUB DN : Ghaziabad

    ITEM RATE TENDER & CONTRACT FOR WORKS

    Tender for the work of:- Improvement of entrance of Admin. Bldg. at RAKNPA , Ghaziabad..

    i) To be submitted by 15:00 hrs on 24.04.2014 ii) To be opened in Presence of tenderers who may be present at 15:30 hrs on 24.04.2014 in

    the office of the Executivet Engineer(c), Postal Civil Division, New Delhi.

    Issued to:- _________________________________ (Contractor) Date of issue:- ________________________

    Executivet Engineer (C) Postal Civil Division

    New Delhi

    T E N D E R

    I/We have read and examined the notice inviting tender, schedule, A,B,C,D,E & F, Specifications applicable, Drawings & Designs, General Rules and Directions, Conditions of Contract, Clauses of contract, Special conditions, Schedule of Rate & other documents and Rules referred to in the conditions of contract and all other contents in the tender document for the work. I/We hereby tender for the execution of the work specified for the President of India within the time specified in Schedule F, Viz., schedule of quantities and in accordance in all respects with the specifications, designs, drawings and instructions in writing referred to in Rule-1 of General Rules and Directions and in Clause 11 of the Conditions of contract and with such materials as are provided for, by, and in respects in accordance with, such conditions so far as applicable. We agree to keep the tender open for ninety (90) days from the due date of submission thereof and not to make any modifications in its terms and conditions.

    A sum of Rs. 14222/- is hereby forwarded in Deposit at call receipt of a Scheduled Bank/fixed deposit receipt of Scheduled Bank/Demand Draft of 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 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, up to maximum of the percentage mentioned in Schedule F and those in excess of that limit at the rates to be determined in accordance with the provision contained in Clause 12.2 and 12.3 of the tender form. Further, I/We agree that in case of forfeiture of Earnest money or both Earnest money and performance guarantee as afore said, I/We shall be debarred for participation in the re-tendering process of the work.

  • 12

    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.. Signatures of Contractor Postal Address

    Witness:

    Address:

    Occupation:

    ACCEPTANCE

    The above tender (as modified by you as provided in the letters mentioned hereunder) is accepted by me for and on behalf of the President of India for a sum of ` ____________ (` _____ ________ __________ _______ ______________ _________ ______________ _________________)

    The letters referred to below shall form part of this contract Agreement:-

    i)

    ii)

    iii)

    Signatures.

    Designation.

    Dated.. For & on behalf of the President of India

  • 13

    SCHEDULES

    SCHEDULE A - Schedule of Quantities (Enclosed)

    SCHEDULE B -

    Schedule of materials to be issued to the contractor.

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

    Schedule B deleted SCHEDULE C

    Tools and plants to be hired to the contractor

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

    1. 2. 3. 4.

    Schedule C deleted

    SCHEDULE D-

    Extra schedule for specified requirements/documents for the work, if any. Additional conditions/ specification, important notes

    SCHEDULE E

    Reference to General Conditions of contract Name of work: - Improvement of entrance of Admin. Bldg. at RAKNPA , Ghaziabad.

    i) Estimated cost of Work:- ` 711107/-

    ii) Earnest Money:- ` 14222/-

    iii) Performance Guarantee- 5% of tendered Value

    iv) Security Deposit 5% of tendered Value

    SCHEDULE F

    General Rules & Directions:-

    Officer Inviting tender:- Executivet Engineer(c), Postal Civil Division, New Delhi Maximum percentage for quantity of items of work to be executed beyond which rates are to be determined in accordance with Clauses 12.2. & 12.3 See below

    Definitions:

    i) Engineer-in-Charge: Executivet Engineer(c), Postal Civil Division, New Delhi

    ii) Accepting Authority: Superintending Engineer (c), Postal Civil Circle, Ambala iii) Percentage on cost of materials 15%

  • 14

    and labour to cover all over- heads and profits.

    iv) Standard Schedule of Rates: DSR-2012

    v) Department: Department of Posts

    vi) Standard CPWD contract Form CPWD form 8 as modified & corrected up to date correction slip and General conditions. Clause 1

    i) Time allowed for submission of Performance Guarantee 10 days from the date of issue of letter of acceptance, in days.

    ii) Maximum allowable extension beyond the period 05 days provided in (i) above in days.

    Clause

    Authority for fixing compensation under clause 2. S.E(c), PCC, Ambala

    Clause 2A

    Whether Clause 2A shall be applicable: No

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

    S.No. Financial progress Time allowed (From date of start)

    1. 2. 3. 4.

    1/8th (of whole work) 3/8th (of whole work) 3/4th (of whole work) Full

    1/4th (of whole work) 1/2 (of whole work) 3/4th (of whole work) Full

    Time allowed for execution of work: 45Days

    Clause 6, 6A

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

    Clause 7

    Gross work to be done together with net payment/adjustment `7.89 Lac of advances for material collected, if any, since the last such Payment for being eligible to interim payment.

    Clause 10 A List of testing equipments to be provided by the contractor as site lab. 1.Cube moulds 2. Jar for silt cement testing . 3. Set of sieves. 4. Weighing Balance. 5. Slump Cone Clause 10 B (II) Whether clause 10 B (ii) shall be applicable No Clause 10 C Component of labour expressed as percent of value of work=25% Clause 10CC Not applicable

  • 15

    Clause 10CA Materials Covered under this clause

    Nearest materials (other than cement, reinforcement bars and structural steel) for which All India Wholesale Price Index to be followed:

    Base Price of all the Materials covered under Clause 10 CA

    (A) Cement (B) Steel (C) Structural Steel

    Nil (A) --*-- (B) --*-- (C) --*--

    *includes Cement component used in RMC brought at site from outside approved RMC plant, if any. ** Base price and its corresponding period of all the materials covered under clause 10CA is to be mentioned at the time of issuing of NIT. In case of recall of tenders the base price may be modified by adopting latest base prices, and its corresponding period.

    Clause 11 Specifications to be followed for execution of work:- CPWD specifications 2009 volume- 1 And volume-II with upto date correction Slip.

    Clause 12 12.2 & 12.3 Deviation Limit beyond which clauses 50% 12.2. & 12.3 shall apply for building Work. 12.5 Deviation Limit beyond which clauses 100% 12.2 & 12.3 shall apply for foundation Work.

    Clause 16 Competent Authority for deciding reduced rates:- S.E(C), PCC, Ambala

    Clause 36 i) Requirement of Technical Representative(s) and recovery Rate

    S.No. Minimum Qualification of Technical Representative

    Discipline Designation (Principal Technical/ Technical representative)

    Minimum Experience

    Number Rate at which recovery shall be made from the contractor in the event of not fulfilling provision of clause 36(i)

    Figures Words 1. Graduate

    Engineer Or

    Diploma Engineer

    Civil

    Civil

    Principal Technical

    Representative

    Nil

    5 years

    01

    10000/- `Ten thousand only per month.

    Clause 42

    i) Schedule/statement for determining theoretical quantity of cement & bitumen on the basis of Delhi Schedule of Rates 2013 printed by C.P.W.D.

    ii) Variation permissible on theoretical quantities: a) Cement for works with estimated cost put to 2% Plus/ minus

    tender not more than ` 5 lakhs

    b) Bitumen for all works 2.5% plus only & nil on minus side

    c) Steel Reinforcement and Structural steel 2% plus/minus

  • 16

    sections for each diameter, section and category

    d) All other materials NIL

    Price to be considered for recovery. Recovery rate for quantities beyond permissible variation.

    Rate in figures and words at which recovery shall and made from the contractor

    Sl. No. Description of item Excess use beyond permissible variation

    Less use beyond the permissible variation

    1 Cement 2 Steel Reinforcement 3 Structural Sections 4 Bitumen issued free 5 Bitumen issued at

    stipulated fixed price.

  • 17

    CORRECTION SLIP NO.1

    (Correction to Form CPWD-6 & 7/8 (2008) (For use in Department of Posts: India)

    CORRECTION TO:- Definition under CONDITIONS OF CONTRACT all reference to:- i) Director General of Works, CPWD, ii) CPWD/Public Works Department, iii) Administrative Head of CPWD, iv) Chief Engineer, CPWD v) CPWD Circle & vi) Ministry of Urban Development

    In various clauses shall be taken to mean:-

    i) Chief Engineer(c), Department of Posts, ii) Department of Posts/Civil Wing, iii) Administrative Head of Department of Posts iv) Chief Engineer(c), Department of Posts v) Postal Civil Circle/Zone & vi) Ministry of Communications & IT, Department of Posts

    EXCEPT IN:- In the following places and clauses where no modifications are intended:-

    i) CPWD safety code, ii) Clause 11, 19B, 19C, 19G and 19K. iii) Model rules for protection of health and Sanitary arrangement for workers employed by

    CPWD or its contractors (Heading only) iv) Central Public Works Department Contractors Labour Regulations (In Heading and

    Regulations No.1 only), v) CPWD- Delhi Schedule of Rates and Specifications

    Contractor Engineer-in-Charge

  • 18

    Correction slip No.4 Amendment to General rules and directions of GCC 2010 incorporating amendments upto OM

    No DGW/CON/248 dated 08.01.2010 Existing Para 4 of GCC, 2010, to be read as under

    Any person who submits a tender shall fill up the usual printed form stating at what rate he is willing to undertake each item of the work. Tenders, which propose any alteration in the work specified in the said form of invitation to tender, or in the time allowed for carrying out the work, or which contain any other condition of any sort, including conditional rebates, will be summarily rejected. No single tender shall include more than one work, but contractors who wish to tender for two or more works shall submit separate tender for each. Tender shall have the name and number of the works to which they refer, written on the envelopes. The rate(s) must be quoted in decimal coinage. Amounts must be quoted in full rupees by ignoring fifty paisa and considering more than fifty paisa as rupee one. In case the lowest tendered amount (worked out on the basis of quoted rate of individual items) of two or more contractors is same, then such lowest contractors may be asked to submit sealed revised offer quoting rate of each item of the schedule of quantity for all sub section/ sub heads as the case may be, but the revised quoted rate of each item of schedule of quantity for all sub sections/ sub heads should not be higher than their respective original rate quoted already at the time of submission of tender. The lowest tender shall be decided on the basis of revised offer. If the revised tendered amount( worked out on the basis of quoted rate of individual items) of two or more contractors received in revised offer is again found to be equal, then the lowest tender, among such contractors, shall be decided by draw of lots in the presence of SE of the circle, EE ( S) in charge of major & minor components(s) (also DDH in case Horticulture work is also included in the tender), EE(P) or EE(HQ) of the circle & the lowest contractors those have quoted equal amount of their tenders. In case of any such lowest contractor in his revised offer quotes rate of any item more than their respective original rate quoted already at the time of submission of tender, then such revised offer shall be treated invalid. Such case of revised offer of the lowest contractor or case of refusal to submit revised offer by the lowest contractor shall be treated as withdrawal of his tender before acceptance and 50% of his earnest money shall be forfeited. In case all the lowest contractors those have same tendered amount (as a result of their quoted rate of individual items), refuse to submit revised offers, then tenders are to be recalled after forfeiting 50% of EMD of each lowest contractors. Contractor, whose earnest money is forfeited because of non-submission of revised offer, or quoting higher revised rate(s) of any item(s) than their respective original rate quoted already at the time of submission of his bid shall not be allowed to participate in the re-tendering process of the work.

    .

  • 19

    Correction slip No.5 Amendment to General rules and directions of GCC 2010 incorporating amendments up to OM

    No DGW/CON/248 dated 08.01.2010 Clause 10CA of GCC of 2010 to be read as under If after submission of the tender, the price of materials specified in Schedule F increases/decreases beyond the base price(s) as indicated in Schedule F for the work, then the amount of the contract shall accordingly be varied and provided further that any such variations shall be effected for stipulated period of Contract including the justified period extended under the provisions of Clause 5 of the Contract without any action under Clause 2. However for work done/during the justified period extended as above, it will be limited to indices prevailing at the time of stipulated date of completion or as prevailing for the period under consideration whichever is less. The increase/decrease in prices of cement, steel reinforcement and structural steel shall be determined by the Price indices issued by the Director General, CPWD. For other items provided in the Schedule F, this shall be determined by the All India Wholesale Price Indices of materials as published by Economic Advisor to Government of India, Ministry of Commerce and Industry. Base price for cement, steel reinforcement and structural steel shall be as issued under the authority of Director General CPWD applicable for Delhi including Noida, Gurgaon, Faridabad & Ghaziabad and for other places as issued under the authority of Zonal Chief Engineer, CPWD and base price of other materials issued by concerned Zonal Chief Engineer and as indicated in Schedule F.In case, price index of a particular material is not issued by Ministry of Commerce and Industry, then the price index of nearest similar material as indicated in Schedule F shall be followed. The amount of the contract shall accordingly be varied for all such materials and will be worked out as per the formula given below for individual material:- Adjustment for component of individual material CI-CIo V=P x Q x -------------- CIo Where, V= Variation in material cost i.e increase or decrease in the amount of rupees to be paid or recovered. P= Base Price of material as issued under authority of DG,CPWD or concerned Zonal Chief Engineer and as indicated in Schedule F. Q= Quantity of material brought at site for bonafide use in the works since previous bill. Clo- Price index for cement, steel reinforcement bars and structural steel as issued by the DG, CPWD and corresponding to the time of base price of respective material indicated in Schedule F. For other items, if any, provided in Schedule F, All India Wholesale Price Index for the material as published by the Economic Advisor to the Government of India, Ministry of Industry and Commerce and

  • 20

    corresponding to the time of base price of respective material indicated in Schedule F. Cl= Price index for cement, steel reinforcement bars and structural steel as issued under the authority of DG, CPWD for period under consideration, For other items, if any, provided in Schedule F. All India Wholesale Price Index for the material for period under consideration as published by Economic Advisor to Government of India, Ministry of Industry and Commerce. Note: (i) In respect of the justified period extended under the provisions of clause 5 of the contract without any action under clause 2, the index prevailing at the time of stipulated date of completion or the prevailing index of the period under consideration, whichever is less, shall be considered. Provided always that provision of the preceding Clause 10 C shall not be applicable in respect of Materials covered in this Clause. (ii) If during progress of work or at the time of completion of work, it is noticed that any material brought at site is in excess of requirement, then amount of escalation if paid earlier on such excess quantity of material shall be recovered on the basis of cost indices as applied at the time of payment of escalation or as prevailing at the time of effecting recovery, whichever is higher. (iii) Cement mentioned wherever in this clause includes Cement component used in RMC brought at site from outside approved RMC plants, if any. Para IV below Clause 37 (iv) ESI and EPF contributions in respect of this contract shall be payable by the Contractor and any payment in respect of this shall be made by the contractor only and Government shall not entertain any claim whatsoever in this respect. In case of any demand from the ESI & EPF authorities against the contractor, the same shall be deducted from their bills/dues.

  • 21

    SPECIAL CONDITIONS FOR ALUMINIUM WORKS

    (For Doors, Windows, Ventilators and Partitions)

    1. Extruded aluminium sections of JINDAL, INDAL or Equivalent as approved by the Engineer-in-Charge shall only be used. The various aluminium sections of JINDAL make generally used in doors, windows, ventilators, partitions etc, are indicated in the table attached. The sections of other size, shape and thickness may also be used is approved by the Engineer-in-Charge. Various tests of aluminium sections shall be conducted in accordance with relevant provisions of IS:1868, IS:5523 & IS:5528. 2. Aluminium doors, windows, ventilators and partitions shall be fabricated generally as per the approved (architect) drawings. Alternatively, the contractor shall submit the drawings indicating the proposed sections to be used by him and the fixing arrangements, for approval. The Engineer-in-Charge shall have the right to reject or modify these drawings before approval and the contractor is bound to execute the work in accordance with drawings approved by the Engineer-in-Charge. 3. Samples of doors, windows, ventilators and partitions as per approved drawings, shall be fabricated and got approved from the Engineer-in-Charge before taking up the execution of these items. 4. Aluminium sections shall be jointed to each other, wherever required, with extruded aluminium angle cleats of suitable size and of thickness not less than 6mm in frames of doors/windows/ventilators/partitions & door shutters and not less than 4mm in window shutters, with stainless steel screws. All joints, unless specified, shall be mitred. 5. Fabricated aluminium frames shall be given a lacquer coating, which shall be maintained during the entire period of construction to prevent any damage to the anodic (Powder) coating to aluminium sections. The surface shall be cleaned and polished before handing over the works. Nothing extra shall be paid on this account. 6. Sliding-Shutters in partly openable windows, shall be provided with heavy-duty nylon rollers with concealed bearings and aluminium stoppers and special locking arrangements as approved by the Engineer-in-Charge. The interlocking styles of sliding shutters shall be provided with PVC weather sealing gasket. To drain off rain water collected in between channels, cuts of 15mm width shall be provided at both ends of the bottom track as directed by the Engineer-in-Charge. Side-Hung-Shutters in fully openable windows, shall be provided with best quality heavy-duty type anodic (Powder) coated aluminium hinges with stainless steel pins/bolts, anodized (Powder) coated aluminium peg stays and fasteners of suitable size and shape. 7. RATES:- Actual weight of extruded aluminium sections, angle cleats and snap beadings, excluding the weight of all fittings and fixtures, shall be measured for payment. The cost of all fittings and fixtures (i.e. stainless steel screws, nylon rollers, locking arrangements, gasket, making cuts, hinges, pins/bolts, peg stays, fastners) and the wastage of extruded aluminium sections, shall be deemed to be included in the agreement rate and noting extra whatsoever shall be payable. Panelling and glazing shall be paid separately.

    Contractor Engineer-in-Charge

  • 22

    GUARANTEE TO BE EXECUTED BY CONTRACTORS FOR REMOVAL OF DEFECTS AFTER COMPLETION IN RESPECT OF WATER PROOFING WORKS

    (Refer Original and Main Agreement NoDated..) The Agreement made this . Day of . Two thousand and . between .. son of of . (hereinafter called the Guarantor of the one part) and the PRESIDENT OF INDIA (hereinafter called Government of the other part). WHEREAS this agreement in supplementary to a contract (hereinafter called the Contract), dated /../.. and made between the GUARANTOR of the one part and the Government of the other part, whereby the contractor, inter alia, undertook to render the buildings and structures in the said contract recited completely water and leak-proof. AND WHEREAS GUARANTOR agreed to give a guarantee to the effect that the said structures will remain water and leak-proof for five years from the date of giving of water proofing treatment.

    NOW THE GUARANTOR hereby guarantees that water-proofing treatment given by him will render the structures completely leak-proof and the minimum life of such water proofing treatment shall be five years to be reckoned from the date after the maintenance period prescribed in the Contract. Provided that the guarantor will not be responsible for leakage caused by earth quake or structural defects or misuse of roof or alteration and for such purpose: a) Misuse of roof shall mean any operation which will damage proofing treatment, like chopping of fire wood and things of the same nature which might cause damage to roof; b) Alteration shall mean construction of an additional storey or a part of the roof or construction adjoining to existing roof whereby proofing treatment is removed in parts; c) The decision of the Engineer-in-Charge with regard to cause of leakage shall be final. During this period of guarantee, the guarantor shall make good or defects and in case of any defect being found, render the building water proof to the satisfaction of the Engineer-in-Charge at his cost and shall commence the work for such rectification within seven days from the date of issue of notice from the Engineer-in-Charge calling upon him to rectify the defects, failing which the work shall be got done by the Department by some other contractor at the GUARANTORS cost and risk. The decision of Engineer-in-Charge as to the cost, payable by the guarantor shall be final and binding. That if GUARANTOR fails to execute the water-proofing or commits breach there under then the guarantor will indemnify the principle and his successors 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 the parties. IN WITNESS WHEREOF these presents have been executed by the obligor and by . and for and on behalf of the PRESIDENT OF INDIA on the day, month and year first above written. Signed, sealed and delivered by OBLIGOR in the presence of : 1., 2.

    Signed for and on behalf of THE PRESIDENT OF INDIA by in the presence of : 1 , 2.

    Contractor Engineer-in-Charge Refer appendix-25 of CPWD Works Manual 2007)

  • 23

    ADDITIONAL CONDTIONS, ADDITIONAL SPECIFICATIONS & IMPOTANT NOTES

    A ADDITIONAL CONDITIONS

    1. The contractor shall at his own expense, provide all materials, required for work.

    2. The Contractor shall maintain safe custody of materials brought to the site. The contractor shall also employ necessary watch and ward establishment for the work and other purposes as required at his own cost.

    3. For Cement and Steel and other materials, as prescribed, the quantities brought at site shall be entered in the respective material at site accounts and shall be treated as issued for maintenance of

    daily consumption.

    4. The procurement of cement and Reinforcement Steel and their issue and consumption shall be governed as per conditions laid down hereunder.

    4.1 CEMENT

    4.1.1 The contractor shall procure 43 grade (Conforming to I.S: 8112) Ordinary Portland Cement, as required in the work, from reputed manufactures of cement, having a production-capacity of one million tonnes per annum or more. Such as A.C.C. L&T, Vikmam, Shri Cement and Cement Corporation of India etc. as approved by Ministry of Industry, Government of India, and holding license to use ISI Certification mark for their product. Supply of cement shall be taken in 50 kg bags bearing manufacturers 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 the relevant BIS Codes. In case test results indicate that the cement arranged by the contractor does not conform to the relevant BIS Codes, the same shall stand rejected and shall be removed from the site by the contractor at his own cost within a weeks time of written order from the Engineer-in-Charge to do so.

    4.1.2 The cement shall be brought at site in bulk supply as decided by the Engineer-in-Charge.

    4.1.3. The cement godown of the capacity to store about 2000 bags of cement or as decided by the Engineer-in-Charge shall be constructed by the contractor at site of work for which no extra payment shall be made. 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 key of other lock shall remain with the contractor. The contractor shall facilitate the inspection of the cement godown by the Engineer-in-Charge at any time.

    4.1.4 The contractor shall supply free of charge the cement required for testing. The 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 cement does not conform to relevant BIS Codes.

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

    4.2 STEEL

    4.2.1 The contractor shall procure steel reinforcement bars conforming to relevant BIS Codes form main producers as approved by the Ministry of Steel and Secondary Producers or re-rollers having valid BIS licence. For TMT Bars conforming to relevant BIS codes, procurement shall be made from main producers and secondary producers having valid BIS Licence. The contractor shall have to obtain and furnish test certificates to the Engineer-in-Charge in respect of all supplies of steel brought by him to the site of work. Samples shall also be taken and got tested by the Engineer-in-Charge as per the provisions in this regard in the relevant BIS Codes. In case the test results indicate that the steel arranged by the contractor does not conform to BIS Codes, the same shall stand rejected and shall be removed from the site of work within a weeks time from written order from the Engineer-in-Charge to do so.

  • 24

    4.2.2 The steel reinforcements shall be stored by the contractor at site of work in such a way as to prevent distortion and corrosion and nothing extra shall be paid on this account. Bars of different sizes (diameters) and lengths shall be stored separately to facilitate easy counting and checking.

    4.2.3 For checking nominal mass, tensile strength, bend test, re-bend test, elongation test, proof stress etc. specimen of sufficient length shall be cut from each diameter of the bar at random at frequency not less than that specified below.

    For Consignment -----------------------------------------------------------

    Size(Diameter) of bar Below 100 tonnes Over 100 tonnes Under to 10mm dia One sample for each One sample for each 40 25 tonnes or part thereof tonnes or part thereof

    10mm to 16 mm dia One same for each One sample for each 45 35 tonnes or part tonnes or part thereof thereof Over 16mm dia One sample for each One sample for each 50 45 tonnes or part Tonnes or part thereof thereof.

    4.2.4 The contractor shall supply free of charge the steel bars required for testing. The 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 steel does note conform to relevant BIS Codes. (ii) By the Department, if the results show that the steel conforms to relevant BIS

    codes.

    4.2.5 Coefficient of weight i.e., the weight per unit length of the steel procured by the contractor shall be ascertained at site before using it and certified by the Engineer-in-Charge. In case weight per unit length is beyond the rolling margin as laid down in the BIS: 1786, the steel will be rejected and shall be removed as per para 5.2.1 above from the site of work within a weeks time from written order from the Engineer-in-Charge to do so. In case weight per unit length is more than the standard coefficient of weight for the diameter, but is within the rolling margin, then the payment shall be made as per the standard weight per unit length, and, where the weight per unit length is lesser than the standard coefficient of weight for the diameter, but is within the rolling margin, the payment shall be restricted with respect to the actual weight per unit length of the diameter.

    4.3 The standard sectional weights referred to in standard table under para 5.3.3, CPWD Specifications for Cement Mortar, Cement Concrete and RCC works, are to be considered for conversion of length of various sizes of Steel Reinforcement bars into weight.

    4.4 The actual issue and consumption of steel and cement on the work shall be regulated and proper accounts maintained as provided in clause 10 of the contract. The theoretical consumption of cement and steel shall be worked out as per procedure prescribed in Clause 42 of the contract ad shall be governed by conditions laid therein.

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

    5. No payment shall be made to contractor for any damaged caused by rain, snowfall, floods or any other natural cause what so ever during the execution of work because of cause(s) not covered under Clause 43 of the Contract. The damage to work will be made good by the contractor at his cost, and no claim on this account be entertained.

    6. Some restrictions may be imposed by the security staff etc. on the working and/or movement of labour, materials etc. and the contractor shall be bound to follow all such restrictions/instructions and nothing extra shall be payable on this account.

  • 25

    7. The Contractor shall comply with proper and legal orders and directions of the local or public authority or municipality and abide by their rules and regulations and pay all fees and charges which he may be liable and nothing extra shall be payable on this account. The work shall be carried out without infringing on any of the local Municipal Bye-Laws.

    8. The contractor shall engage licensed plumber for sanitary, water supply, drainage work and also get all the materials and system (including the materials supplied if any, by the department) tested by the Municipal Authority, whenever required, at his own cost including testing fees, transport etc. according to Municipal by Laws. The contractor shall produce necessary certificate from the Municipal Authorities after completion of work. Nothing extra will be paid on this account.

    9. The water supply sanitary installation and drainage work shall be carried out in a manner complying in all respects with the requirement of relevant by laws of the local municipal authority of the place at no extra of the department.

    10. The rate for every item of work to be done under this contract shall be for all heights, depths, lengths and widths of the structure (except where specially mentioned in the item) and nothing extra will be paid on this account.

    11. The contractor shall take all precautions to avoid all accidents by exhibiting necessary caution boards such as day and night boards, speed limit boards and flags, red lights and providing barriers etc. He shall be responsible for all the damages and accidents caused due to negligence on his part. No hindrance shall be caused to traffic during the execution of work. Nothing extra will be paid on this account.

    12. The contractor will work in close liaison, during the works, with other contractors of water supply, sanitary, drainage arrangements, electrical installation and any other works and adjust his work plan accordingly.

    13. The contractor shall be required to produce samples of all materials and fittings sufficiently in advance for obtaining approval of the Engineer-in-Charge.

    14. The contractor shall be responsible to arrange on his own cost all necessary tools and plants required for execution of work. The contractor shall provide at his own cost suitable weighing and measurement arrangements at site for checking weight/dimensions as may be necessary for the execution of the work. The contractor shall maintain all work in good condition during the execution and till completion of entire work allotted to him.

    15. Any damage done by the contractor to any existing work during the course of execution of work tendered for shall be made good by him at his own cost.

    16. The rate for all items of work wherein cements is used inclusive of charges for curing.

    17. Samples of various materials required for testing shall be provided free of charges by the contractor. Testing charges, if any shall be borne by the Deptt. If the test results are satisfactory and are in conformity to the relevant provisions of the specifications. All other expenditure required to be incurred for taking samples, conveyance, packing, octroi/Tax, if any, etc. shall be borne by the contractor himself.

    18. The contractor shall keep the site clear thoroughly of rubbish unless scaffolding and materials etc. from time to time as well as before the actual date of completion of the work as per directions of the Engineer-in-Charge.

    19. The doors and windows frames & shutters shall not be painted, oiled or otherwise treated and fixed in position before these are approved by the Engineer-in-Charge.

    20 OTHER TAXES AND ROYALTIES

    20.1 Works Contract Sales Tax as prevalent as per statutory orders of State/Central Government and shall be charged on gross value of all the bills and shall be recovered from bill of the contractor as works contract sales tax should there be any increase in rate of works Contract Sales Tax during execution of the contract, the same shall also be payable by the contractor.

  • 26

    20.2 Royalty shall have to be paid by the contractor on all materials such as stone, bricks, boulders, metal, shingle, bajri, stone aggregate, coarse sand and fine sand etc. or any other materials used for the execution of the work direct to the Revenue Authority of the District/ State Govt. concerned. The contractor shall obtain No Demand Certificate from the District/State Govt. authority concerned before the final bill is paid, failing which necessary recovery will be effected at the applicable rates in the final bill.

    20.3 The contractor shall obtain labour clearance certificate from the designated Labour Commissioner or other designated authority of the State/Central Government and submit same to the Engineer-in-Charge before payment of final bill.

    21. PROGRAMME FOR EXECUTION OF WORK

    21.1 The contractor shall submit a time and progress chart to the Engineer-in-Charge including the duration of various construction activities for completion of work within 15 days from the date of award. The total time taken for various activities should not exceed the stipulated time of completion specified in the tender. The chart should be updated as per the progress in the work and shall be operated as per Clause 5 of the contract.

    21.2 The work shall be executed as per programme approved by Engineer-in-Charge of the work. No claim what so ever will be entertained on this account.

    22 ARRANGEMENT OF WATER AND PAYMENT OF CHARGES ETC. IN CONNECTION WITH WATER USED FOR CONSTRUCTION PURPOSE

    22.1 The contractor shall make his own arrangement for the water to be used for construction purpose. The contractor will get the water tested before execution of work. The water used for construction shall conform to the relevant provisions as mentioned under para 3.1.1 on page 68 of revised CPWD specifications 2009 for cement mortar, cement concrete and RCC works.

    22.2 Water required for the execution of work may be sup-plied to the contractor in case of availability of water at discretion of the Engineer-in-Charge in accordance to Clause 31-A of contract documents.

    22.3 The charge (if any) etc. incidental to water used for construction purpose shall be borne by the contractor/agency under the following cases:-

    22.3.1 In case of temporary water connection from municipal mains the water charges and sewerage charges (including water used for construction purposes) have to be borne by the Contractor.

    22.3.2 In case of water used from other sources, the prior permission for using the water for construction purpose has to be obtained from municipal corporation/ Local Bodies by the Contractor. Water charges sewerage charges, or any other charges, for use of water from other sources for construction purposes have to be borne by the contractor.

    B PARTICULAR SPECIFICATIONS

    1. GENERAL

    1.1 The work, shall in general, conform to the CPWD specifications shall mean CPWD specifications 2009 Vol. I to II with up to date correction slips.

    1.1.1 Should there be any difference between the specifications mentioned above and the specifications given in the Schedule of quantities, the later shall prevail.

    1.1.2 If the specifications for any item are not available in the CPWD specifications cited above, relevant BIS Specifications should be followed.

    1.1.3 In case BIS Specifications are also not available, the decision of Engineer-in-Charge given in writing based on acceptable sound engineering practice and local usage shall be final and binding on the contractor.

  • 27

    1.2 The work will be carried out in accordance with the architectural drawings and structural drawings. The Structural and architectural drawings shall have to be properly correlated before executing the work.

    1.2.1 In case of any difference noticed between Architectural and Structural drawings, the contractor shall obtain decision in writing of the Engineer-in-Charge.

    1.2.2 In case of discrepancy in the item given in the schedule of quantities appended with the tender and architectural drawings relating to the relevant item, former shall prevail unless otherwise given in writing by the Engineer-in-Charge.

    2. The following modifications to the above specifications shall, however, apply.

    2.1 EARTH WORK

    2.1.1 During excavation and trenching work etc. the contractors shall ensure compliance to the guidelines in such matters laid down by the local body/bodies to ensure that there is minimum hazard to the operating personals and users, minimum inconvenience to the users, minimized damage to the underground plan/ services of other utilities in a coordinated way, in the interest of public convenience and overall safety.

    2.1.2 Any trenching and digging for laying sewer lines/ water lines/ cables etc. shall be commenced by the contractor only when all men, machinerys and materials have been arranged and closing of the trench(s) thereafter shall be ensured within the least possible time.

    2.1.3 Surplus excavated earth which is beyond the requirement of D.O.P. shall have to be disposed of by the contractor at his own cost beyond the municipal limits or at places identified by the local bodies or as directed by the Engineer-in-Charge after obtaining written permission of the Engineer-in-Charge and no payment will be made by the Department for such disposal of this surplus excavated earth.

    2.1.4 The contractor shall, at his own expense and without extra charges, make provision for all shoring, pumping, dredging or bailing out water, if necessary, irrespective of the source of water. The foundation trenches shall be kept free from water while all the works below Ground level are in progress, without any extra payment.

    2.2 Reinforced Cement Concrete Work & Plain Cement Concrete General

    2.2.1 Where only one variety of sand is available, the sand will be sieved for use in finishing work to achieve the required particle size distribution as per CPWD specifications in order to obtain smooth surface and nothing extra shall be paid to the contractor on this account.

    2.2.2 Sand to be used shall not have any chloride/sulphate or any other impurities beyond permissible limit given in the CPWD specification.

    2.2.3 Water:- It shall conform to requirements laid down in IS: 456-2000 and CPWD Specification.

    2.3 R.C.C. work (Nominal mix concrete)-Water-Cement Ratio:-

    For RCC Works, wherever nominal mix of concrete is stipulated in the items for work, For maintaining proper quality and durability requirements of the structure, maximum water-cement ratio shall be restricted to 0.55. If in normal course of work, the required workability is not achieved; suitable plasticizers/admixtures may be used for improving the workability of concrete with the approval of Engineer-in-Charge for which nothing extra shall be paid.

    2.3.1 For concreting work, mixer with lifting hopper shall have to be used for mixing concrete.

    2.4 Cement Slurry, if any,. Added over base, surface(or) for continuation of concreting for better bond is deemed to have been in built in the terms (Unless other wise explicitly stated and nothing extra shall be payable (or) extra cement considered in consumption on this account.

  • 28

    2.5 Centering and Shuttering for R.C.C. work:-

    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. 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, buldges etc. The contractor shall also take suitable precautionary measure to prevent breaking and chipping of corners and edges of completed work until the building is handed over. The size of shuttering plates for slabs shall not be less than 0.6m x 0.9m in general. However, Contractor has to provide tape to seal the joint properly to get smooth surface. Further shuttering shall be of such quality that there are no undulations and surfaces will be fairly even and no extra thick ceiling plaster shall be permitted to make the surface even.

    2.6 STEEL WORK:-All Steel doors, steel windows, steel ventilators, wire gauge, steel glazing, steel grill shall be according to the Architects detailed drawings. These shall conform to the CPWD specification.

    2.6.1 In the case of composite steel windows the rates shall include the cost of coupling mullion and transom etc. where windows with inside openable shutters are fixed along with windows with shutters openable outside, such inside openable windows shall be fitted with suitable friction hinges and openable outside with box type hinges, lever handles or otherwise as approved by the Engineer-in-Charge of the work. For such windows, cement concrete block of size 15cm x 10cm x 10cm shall be provided. Nothing extra shall be paid on this account.

    2.6.2 In the case of steel windows and doors, steel glazing, wire gauge steel ventilators, rolling shutters, grills etc. an approved quality-priming coat of zinc chromate shall be applied over and above shop coat of primer. Nothing extra shall be payable for providing shop-coat primer.

    3. IMPORTANT NOTES;-

    3.1 Mandatory tests as provided for in the CPWD specification or other specification referred to above shall be got done as prescribed.

    3.2 Any infringement and/or breach of the above specification and condition (s) etc. shall render the contractor liable to action(s) under various Clauses of the contract and such action stipulated in conditions therein.

    3.3 The quoted rates for various items in the tender shall be inclusive of all the additional conditions and specification and for adherence to all these conditions and specifications, no extra payment shall be made to the Contractor.

    3.4 DESIGN & DRAWINGS:- The contractor shall arrange and supply structural design and drawings as per Special Conditions attached with the tender documents. This aspect should be taken into consideration while quoting the rates, as nothing extra will be paid separately nor any claim on this account will be entertained.

  • 29

    SPECIAL CONDITIONS FOR ISI MARKED ITEMS

    1. Copies of vouchers of ISI mark items shall be submitted, then only the payment shall be made. 2. If the contractor fails to provide copies of vouchers, then materials shall be test from Laboratory viz.

    Nation Test House, Calcutta/Delhi and Sriram Test House , New Delhi and expenses shall be borne by the contractor.

    3. If any material other then specified in the nomenclature of the item is provided, the deduction will be made as per the actual market rate difference between them.

    SPECIAL CONDITIONS FOR PAINT WORK

    1. For paint work, the theoretical quantity as per manufacturers specifications shall be brought to the site in a single lot and not in batches and shall be got approved by the Engineer-in-Charge.

    SPECIAL CONDITIONS FOR VITRIFIED TILES, CERAMIC TILES AND FLOOR TILES

    1 Original vouchers shall be produced at the time of execution of work and the same shall be enclosed with the bill for record.

    2 Shade, colour, manufacturer shall be got approved from the Engineer-in-Charge before execution.

    Contractor Engineer-in-Charge

  • 30

    SCHEDULE D Special Conditions/ Specific requirements for the work:-

    1. The Products shall qualify the tests as per BIFMA standards. The Product/ Company should have ISO:9001:2000 and ISO 14001:2004 certificates.

    2. The work shall be carried out as per the detailed drawings made available by the Engineer-in-Charge.

    3. The contractor shall submit the details of the item prior to its purchase. 4. The Engineer-in-charge/ Officer from DOP shall be allowed to inspect the material in the

    factory/ showroom of the manufacturer of the item, prior to convey the final approval to the contractor for its procurement.

    5. The contractor shall be liable to bring the material at site in good condition. 6. The Engineer-in-charge may ask for the proof of purchase from the approved manufacturer of

    the item, in the form of invoice/ bill from the contractor to support that the material has been procured from the same manufacturer as approved in Sr. No. 3 above.

    7. The rates quoted by the contractor shall be inclusive of all taxes viz. VAT, Tax/ Cess charged by the Local bodies.

    8. The rates shall include all carriage, packing, unpacking and FOR Delivery at site. 9. The contractor shall insure 6 months warranty in addition to defect liability period as mentioned

    in standard CPWD-8 for all the items. (This will be in form of a Guarantee Bond. No money will be withheld from the bill on this account).

    10. The contractor shall be liable for any damage made to the existing property of the Govt. during installation work; the contractor at his own cost should rectify the same.

    11. The Department shall recover the IT with cess as applicable from the bills paid for the work. 12. The Department shall recover the Sales Tax as applicable for Civil Contracts by Government

    from the bills paid for work.

    Contractor Engineer-in-Charge

  • 31

    Schedule of Quantities

    Name of work:-Improvement of entrance of Admin Bldg at RAKNPA Ghaziabad. Estimated Cost:-711107/-

    EMD:- 14222/-

    Time 45Days

    S.No Desription of Item Qty Unit Rate in word & fig Amount 1 Dismantling old plaster or skirting

    raking out joints and cleaning the

    surface for plaster including disposal of

    rubbish to the dumping ground within

    50 metres lead. 10.00 Sqm

    2 Demolishing cement concrete

    manually/ by mechanical means

    including disposal of material within

    50 metres lead as per direction of

    Engineer - in - charge.

    a) Nominal concrete 1:3:6 or richer mix

    (i/c equivalent design mix) 0.50 Cum

    3 Dismantling aluminium/ Gypsum

    partitions, doors, windows, fixed

    glazing and false ceiling including

    disposal of unserviceable surplus

    material and stacking of serviceable

    material with in 50 meters lead as

    directed by Engineer-in-charge. 15.00 Sqm

    4 Providing and fixing 30x30cm heavy

    duty full body vitrified paving tile of

    approved make kajaria or equavelent

    in all colour shades approved by

    engineer in charge with cement

    mortar 1:3 (1Cement:3 Coarse sand)

    thickness to be specified by the

    manufacturer & jointing with grey

    cement slurry @3.3Kg/sqm i/c

    pointing in white cement mixed with

    matching pigment of shade complete. 383 sqm

    5 Providing and laying in position

    cement concrete of specified grade

    excluding the cost of centering and

    shuttering - All work up to plinth level :

  • 32

    c) 1:2:4 (1 cement : 2 coarse sand : 4

    graded stone aggregate 20 mm

    nominal size) 1.00 Cum

    6 Finishing walls with Premium Acrylic

    Smooth exterior paint with Silicone

    additives of required shade

    a) Old work (Two or more coats applied

    @ 1.43 ltr/ 10 sqm) over existing

    cement paint surface. 50.00 Sqm

    7 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 of 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.

    b) Granite of any colour and shade

    (i) Area of slab upto 0.50 sqm 36.00 Sqm

    8 Providing and fixing 12 mm thick

    frameless toughened glass door

    shutter of approved brand and

    manufacture, including providing and

    fixing top & bottom pivot & spring

    type fixing arrangement and making

    necessary holes etc. for fixing required

    door fittings, all complete as per

    direction of Engineer-in-charge (Door

    handle, lock and stopper etc. to be

    paid separately). 9.00 Sqm

    9 Providing and fixing designed stain less

    steel pipe handle of OZONe make or

    equvalent of size 450mm long I/c

    making holes in glass door etc all

    complete as per direction of Engineer-

    in-charge. 4.00 each

    10 Providing and fixing stainless steel lock

    for glass door shutter I/c all necessary

    screws of approved quality Godrej or

    equavalant complete as per direction

    of Engineer in Charge. 4.00 each

  • 33

    11 Distempering with oil bound washable

    distemper of approved brand and

    manufacture to give an even shade

    a) Old work (two or more coats) 35.00 Sqm

    12 Painting with synthetic enamel paint

    of approved brand and manufacture to

    give an even shade :

    a) Two or more coats on new work. 25.00 Sqm

    13 Providing and fixing aluminium

    handles ISI marked anodised (anodic

    coating not less than grade AC 10 as

    per IS : 1868) transparent or dyed to

    required colour or shade with

    necessary screws etc. complete :

    b) 100 mm 2.00 No.

    14 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 :

    c) 200x10 mm 2.00 No.

    15 Providing and fixing aluminium sliding

    door bolts ISI marked anodised (anodic

    coating not less than grade AC 10 as

    per IS : 1868) transparent or dyed to

    required colour or shade with nuts and

    screws etc. complete :

    b) 250x16 mm 1.00 No.

  • 34

    16 Providing and fixing aluminium work

    for doors, windows, ventilators and

    partitions with extruded built up

    standard tubular sections/appropriate

    Z sections and other sections of

    approved make conforming to IS: 733

    and IS: 1285, fixing with dash fasteners

    of required dia and size, including

    necessary filling up the gaps at

    junctions, i.e. at top, bottom and sides

    with required EPDM rubber/neoprene

    gasket etc. Aluminium sections shall be

    smooth, rust free, straight, mitred and

    jointed mechanically wherever

    required including cleat angle,

    Aluminium snap beading for glazing /

    paneling, C.P. brass/ stainless steel

    screws, all complete as per

    architectural drawings and the

    directions of Engineer-in-charge.

    (Glazing, paneling and dash fasteners

    to be paid for separately) :

    a) For fixed portion

    (ii) Powder coated aluminium (minimum

    thickness of powder coating 50

    micron) 65.00 Kg

    17 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):

    c) With float glass panes of 8 mm

    thickness 6.00 Sqm

    Executive Engineer (C) Postal Civil Division New Delhi.

  • 35

  • 36