Anda di halaman 1dari 87

Name of Work:

Construction of 2 Nos. 120 Men Barrack (G+3) i/c W/S, S/I, drainage,
internal electrical installation & Fans, fire alarm, fire fighting system for
CTC, ITBP at Village - Nangal, Banjirka & Bera Pass, Tehsil Ramgarh,
Distt. Alwar (Raj.).

INDEX
SL. NO.
1.

DESCRIPTION

PAGE NOS.
1

Index

2.
3

Press Notice
Information and Instructions for Contractors

4.

PART - A
CPWD-6 for e-Tendering

5.

Form CPWD 7

14 - 15

6.
7.

Schedule A, B, C, D, E, F (Civil Component)


Milestones of the contract

16 23
19

8.

PART B (CIVIL COMPONENT)


Additional Conditions

24 33

Additional Conditions for Green Building Norms

34 47

9.
10 10 (A) to

Additional Specifications
Particular Specifications

48 50
51 72

10 (D)
11.

8 (A)

2
3-6
7 - 13

List of Plant/Equipment.

73 74

12.
13.

Guarantee Bonds/Affidavit for work (Annexure I to V)


Acceptable Makes Of Materials

75 79
80 84

14.

Quality Assurance Programme

15.
16.

Schedule of Quantity for Civil work


PART - C (ELECTRICAL WORK)

17.

Drawings of Chattri

18.

PART - D (Composite Estimated Cost (Civil + Electrical))

85 - 87
88 - 112
113 170
171-172
173

The Tender contains Pages 1 to 173.

Executive Jaipur
Jaipur Central Division-II
C.P.W.D., Jaipur

-1-

PRESS NOTICE
CENTRAL PUBLIC WORKS DEPARTMENT
NOTICE INVITING E-TENDERS

The Executive Engineer, Jaipur Central Division-II, CPWD, Jaipur invites on behalf of the
President of India online percentage rate tenders from approved and eligible contractors in
composite category of CPWD for the work mentioned below:
NIT No. 01/2015-16/CE(NZ-III)/Jaipur, Name of Work Construction of 2 Nos. 120 Men
Barrack (G+3) i/c W/S, S/I, drainage, internal electrical installation & Fans, fire alarm, fire
fighting system for CTC, ITBP at Village - Nangal, Banjirka & Bera Pass, Tehsil Ramgarh,
Distt. Alwar (Raj.).

Estimated Cost Rs. 9,30,62,220/- (Civil Rs. 8,49,91,970/- + Elect.

Rs. 80,70,250/-), Earnest Money Rs. 18,61,245/, Period of completion 18 months, Last date and
time of submission of bid 28.08.2015 upto 03.00 PM

The

tender

forms

and

other

details

can

be

obtained

from

the

website

www.tenderwizard.com/CPWD, and www.eprocure.gov.in

Executive Jaipur
Jaipur Central Division-II
C.P.W.D., Jaipur

-2-

INFORMATION AND INSTRUCTIONS FOR CONTRACTORS FOR e-TENDERING


FORMING PART OF NIT AND TO BE POSTED ON WEBSITE

NIT No

1
1

2
01/2014-15/CE(NZ-III)/Jaipur

S. No.

The Executive Engineer, Jaipur Central Division-II, CPWD, Jaipur on behalf of the President of
India invites online percentage rate tenders from approved and eligible contractors in composite
category of CPWD for the following work:
Name of work &
Location

3
Construction of 2
Nos.
120
Men
Barrack (G+3) i/c
W/S, S/I, drainage,
internal
electrical
installation & Fans,
fire
alarm,
fire
fighting system for
CTC,
ITBP
at
Village - Nangal,
Banjirka & Bera
Pass,
Tehsil

Ramgarh,
Distt.
Alwar (Raj.).

Estimated cost

Last date & time of


submission of bid,
EMD and other
documents as
specified in press
notice/NIT
7

Civil: Rs.
8,49,91,970/Elect: Rs.
80,70,250/-

Rs.
18,61,245/-

18

Upto 03.00 PM on

At 03:30 PM

(Eighteen
Months)

28.08.2015

on

put to tender

Earnest

Period of

Money

completion

Time & date


of opening
of bid

28.08.2015

Composite: Rs.
9,30,62,220/-

1.

The pre bid meeting for the work will be held in the O/o CE(NZ-III), CPWD, Sector-10,
Vidhyadhar Nagar Jaipur on ..........*......... at .....*..... AM/PM.

2.

The bidder is required to quote his rate in percentage above / below the composite
estimated cost (Civil + Electrical) of work i.e. Rs. 9,30,62,220/-.

3.

The intending bidder must read the terms and conditions of CPWD-6 carefully. He should only
submit his bid if he considers himself eligible and he is in possession of all the documents
required.

4.

Information and instructions for bidders posted on website shall form part of bid document.

5.

The tender document consisting of plans, specifications, the schedule of quantities of various
types of items to be executed and the set of terms and conditions of the contract to be
complied with and other necessary documents can be seen and downloaded from website
www.tenderwizard.com/CPWD and www.eprocure.gov.in free of cost.

6.

But the bid can only be submitted after depositing Processing Fee in favour of ITI Limited and
other documents as specified. The contractors already registered on e-tendering portal
will have option to continue by paying tender processing fee at existing rates up to one
year from the date of registration, or to switch over to the new registration system
without tender processing fee any time. All new registration from 01.04.2015 will be
without tender processing fee.

-3-

7.

The enlistment of the contractors should be valid on the last date of submission of tenders. In
case only the last date of submission of tender is extended, the enlistment of contractor should
be valid on the original date of submission of tenders. Those contractors not registered on the
website mentioned above, are required to get registered beforehand. If needed they can be
imparted training on online tendering process as per details available on the website.

8.

(i)

(ii)
(iii)
(iv)

All the existing contractors of Civil/Electrical/APQ of appropriate category who have


given the consent letter to the enlisting authority in regard of composite category, shall
be allowed to participate in tender.
The contractor of composite category has to employee technical staff and T&P as per
Clause-34 & 36 of GCC.
A composite contractor shall have an eligible electrical license before execution of
electrical component of composite work.
The civil contractors who are allowed to participate in composite tender shall give an
undertaking that they will either obtain valid electrical license at the time of execution of
electrical work or associate contractor having valid electrical license of eligible class.

9.

The intending bidder must have valid class-III digital signature to submit the bid.

10.

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

11.

On opening date, the contractor can login and see the bid opening process. After opening of
bids he will receive the competitor bid sheets.

12.

Earnest Money 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 (drawn in favour of Executive
Engineer, Jaipur Central Division-II, CPWD, Jaipur) shall be scanned and uploaded to the eTendering website within the period of bid submission.

13.

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 lakh, whichever is less, shall have to be deposited
in shape prescribed above, and balance may be deposited in shape of Bank Guarantee of any
scheduled bank having validity for six months or more from the last date of receipt of tenders
which is to be scanned and uploaded by the intending bidders.
The physical EMD of the scanned copy of EMD uploaded shall be deposited by the lowest
tenderer within a week after opening of financial bid failing which the tender shall be rejected
and enlistment of agency shall be withdrawn by the enlisting authority.
The following undertaking in this regard shall also be uploaded by the intending bidders:"The physical EMD shall be deposited by me/ us with the EE calling the tender in case I/we
become the lowest tenderer within a week of the opening of financial bid otherwise department
may reject the tender and also take action to withdraw my/our enlistment/ debar me/us from
tendering in CPWD."

14.

Interested contractor who wish to participate in the bid has also to make following
payments within the period of bid submission :(i)

15.

e-Tender Processing Fee - Rs. 5700/-, if registration with tender processing fee is
continued, shall be payable to M/s ITI Limited through their e-gateway by credit /
debit card, internet banking or RGTS / NEFT facility.

Copy of Enlistment Order and certificate of work experience and other documents as
specified in the press notice shall be scanned and uploaded to the e-Tendering website
within the period of bid submission. However, certified copy of all the scanned and
uploaded documents as specified in press notice shall have to be submitted
by
the lowest bidder only along with physical EMD of the scanned copy of EMD
uploaded within a week physically in the office of tender
opening authority.

-4-

16.

Online bid documents submitted by intending bidders shall be opened only of those
bidders, who has deposited e-Tender Processing fee with M/s ITI Limited (All new registration
from 01.04.2015 will be without tender processing fee) and Earnest Money Deposit and
other documents scanned and uploaded are found in order.

17.

The bid submitted shall become invalid and e-Tender processing fee shall not be
refunded if:
(i)
The bidder is found ineligible.
(ii)
The bidder
does not
upload
all the documents (including service
tax registration/ VAT registration/Sales Tax registration) as stipulated in the bid
document including the undertaking about deposition of physical EMD of the
scanned copy of EMD uploaded.
(iii)
If any discrepancy is noticed between the documents as uploaded at the time
of submission of bid and hard copies as submitted physically by the lowest
tenderer in the office of tender opening authority.
(iv)

18.

The lowest bidder does not deposit physical EMD within a week of opening of
tender.

List of Documents to be scanned and uploaded within the period of bid submission:
(i)

Treasury Challan / Demand Draft / Pay order or Banker's Cheque / Deposit at Call
Receipt / FDR / Bank Guarantee of any Scheduled Bank against EMD.

(ii)

Enlistment Order of the Contractor in composite category OR enlistment order of


the contractor in existing category of Civil/Electrical/APQ and his consent letter to
the enlistment authority for enhancement of tendering limit and change of category.

(iii)

Certificate of Registration for Sales Tax / VAT for the state in which the work is
located and acknowledgement of last return filed. (Not earlier than one year from
last date of receipt of tender).
OR
If the contractor is presently not working in the state in which the work is located
then he has to submit an undertaking that:
(i) I am presently not working in the state where the work is to be executed and do
not have Sales tax / VAT Registration of the concerned state.
(ii) If the work is awarded to me, then I shall obtain Sates Tax / VAT registration
with in 30 Days OR before the Ist payment is made.

(iv)

(v)

An undertaking that "The Physical EMD shall be deposited by me / us with the EE


calling the bid in case I / We become the lowest bidder within a week of the
opening of financial bid otherwise department may reject the bid and also take
action to withdraw my / our enlistment/debar me/us from tendering in CPWD."

19.

Contractor can upload documents in the form of JPG format and PDF format.

20.

The contractor shall have to execute guarantee bonds in respect of water supply and
sanitary installation works, water proofing works and EPS work as per Performa at
Annexure I & II.

21.

Sales tax/VAT (except service tax), purchase tax, turn over tax, Excise duty, work contract
tax or any other tax on materials as applicable shall be paid by the contractor himself. The
contractor shall quote his rates considering all such taxes. However, service tax if

-5-

admissible and paid shall be separately reimbursable to the Agency as per Circular No.
DGW/CON/241 dated 28/01/2009.
22.

Intending tenderer may upload and give details of plant / equipment as per para 11.1 of Chapter
-11 of NIT while submitting tender.

List of Mandatory T&P is given schedule 'F' under clause 18.

List of testing equipment which are mandatory at site is given in clause 10A under schedule F.

Recovery rates for less use of materials beyond permissible limits is given in "Schedule F".

List of work which are to be got executed through specialized agency is given on page 23.

23.

Intending tenderer may upload and submit physical mile stone on the basis of their resources
and methodology at the time of tendering as indicated in the table under clause of "Schedule
F", otherwise it will be assumed that agency is agreeable to physical mile stone mentioned in
the table.

24.

List of works which are in hand (progress) to be given as per proforma given in General Rules
& Directions, GCC 2014.

25.

All test registers and material at site registers shall be maintained by the contractor which will
be reviewed by the officers of CPWD at regular intervals. The register shall remain in the
custody of contractor and zerox copy of the same shall be submitted by contractor duly signed
by him and representative of Engineer-in-charge weekly. The material shall be tested as per
cycle given in specifications for the respective items. The contractor shall adhere to the quality
assurance programme as given at page 85 to 87.

26.

Recording the hindrance on part of contractor in the hindrance register is mandatory which
shall be reviewed in Division office at each running account bill. The net delay shall be worked
out after taking into cognizance of hindrances on part of department and contractor both.

27.

In e-tendering, the intending bidder does not sign any document physically and entire bid
document is submitted through digital signature. Since Integrity Pact is a part of bid document
no separate physical submission is required with other documents to be submitted in the office
of tender opening authority. In addition to other component of bid document, the integrity pact
along shall also be signed between Executive Engineer and successful bidder after acceptance
of bid.

28.

Contractor has to provide mandatory equipments mentioned at clause 10A and clause 18 of
schedule-F, otherwise recovery shall be done as per Para 11.6 of Chapter-11 of NIT.

EE, Jaipur Central Division-II,


CPWD, Jaipur

-6-

PART-"A"
CPWD-6 FOR e-TENDERING
GOVERNMENT OF INDIA
CENTRAL PUBLIC WORKS DEPARTMENT
NOTICE INVITING TENDER
1.

Percentage rate tenders are invited on behalf of President of India from approved and
eligible contractors in composite category of CPWD for the work of Construction of 2
Nos. 120 Men Barrack (G+3) i/c W/S, S/I, drainage, internal electrical installation &
Fans, fire alarm, fire fighting system for CTC, ITBP at Village - Nangal, Banjirka &
Bera Pass, Tehsil Ramgarh, Distt. Alwar (Raj.).
The enlistment of the contractors should be valid on the last date of submission of tenders.
In case only the last date of submission of tender is extended, the enlistment of contractor
should be valid on the original date of submission of tenders.

1.1

The work is estimated to cost

Civil : Rs. 8,49,91,970/Elect. : Rs

80,70,250/-

Total : Rs. 9,30,62,220/-

This estimate, however, is given merely as a rough guide.


1.1.1 The eligibility of bidders will correspond to the combined estimated cost of different
components put to bid.
2.

Agreement shall be drawn with the successful bidders on prescribed Form No. CPWD 7
which is available as a Govt. of India Publication and also available on website
www.eprocure.gov.in and www.tenderwizard.com/CPWD. Bidders shall quote his rates as
per various terms and conditions of the said form which will form part of the agreement.

3.

The time allowed for carrying out the work will be 18 (Eighteen months) from the
date of start as defined in schedule F or from the first date of handing over of the site,
whichever is later, in accordance with the phasing, if any, indicated in the bid documents.

4.

(i) The site for the work is available


*
OR
The site for the work shall be made available in parts as specified below*:.........................................................................................................................................
(ii) The architectural and structural drawing for the work is available.*
OR
The architectural and structural drawings shall be made available in phased manner, as per
requirement of the same as per approved programme of completion submitted by the
contractor after award of the work.*

5.

Bid document consisting of plans, specifications, the schedule of quantities of various types
of items to be executed and the set of terms & conditions of contract to be complied with
and other necessary documents except Standard General Conditions of Contract Form can
be seen from website www.tenderwizard.com/CPWD and www.eprocure.gov.in free of
cost.

6.

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

-7-

7.

While submitting the revised bid, contractor can revise the rate of one or more item(s) any
number of times (he need not re-enter rate of all the items) but before last time and date of
submission of tender as notified.

8.

Earnest Money 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 (drawn in favour of Executive
Engineer, Jaipur Central Division-II, CPWD, Jaipur) shall be scanned and uploaded to the
e-tendering website within the period of bids submission.
(a) A part of earnest money is acceptable in the form of bank guarantee also. In such case,
minimum 50% of earnest money or Rs. 20 lac, whichever is less, shall have to be
deposited in shape prescribed above, and balance may be deposited in shape of Bank
Guarantee of any scheduled bank having validity for six months or more from the last
date of receipt of bids which is to be scanned and uploaded by the intending bidders.
(b) The physical EMD of the scanned copy of EMD uploaded shall be deposited by the
lowest bidder within a week after opening of financial bid failing which the bid shall be
rejected and enlistment of the agency shall be withdrawn by the enlisting authority/the
agency shall be debarred from tendering in CPWD.
The following undertaking in this regard shall also be uploaded by the intending
bidders:"The physical EMD shall be deposited by me/us with the EE calling the bid in case
I/we become the lowest bidder within a week of the opening of financial bid otherwise
department may reject the bid and also take action to withdraw my/our enlistment/debar
me/us from tendering in CPWD."
Interested contractor who wish to participate in the bid has also to make following
payment within the period of bid submission:
(c) The contractors already registered on e-tendering portal will have option to continue by
paying tender processing fee at existing rates up to one year from the date of
registration, or to switch over to the new registration system without tender processing
fee any time. All new registration from 01.04.2015 will be without tender processing
fee.
(d) e-Tender Processing Fee - Rs. 5700/-, if registration with tender processing fee is
continued, shall be payable to M/s ITI Limited through their e-gateway by credit/debit
card, internet banking or RGTS/NEFT facility.
(e) Copy of enlistment order and certificate of work experience and other documents as
specified in the press notice shall be scanned and uploaded to the e-tendering website
within the period of bid submission. However, certified copy of all the scanned and
uploaded documents as specified in press notice shall have to be submitted by the lowest
bidder only alongwith physical EMD of the scanned copy of EMD uploaded within a
week physically in the office of tender opening authority.
Online bid documents submitted by intending bidders shall be opened only of those
bidders, who has deposited e-tender processing fee with M/s ITI Limited (All new
registration from 01.04.2015 will be without tender processing fee) and earnest money
deposit and other document scanned and uploaded are found in order.
The Bid submitted shall be opened at 3.30 PM on 28.08.2015.

-8-

9. The bid submitted shall become invalid and e-Tender processing fee shall not be refunded if :
(i)
The bidder is found ineligible.
(ii)
The bidder
does not
upload
all the documents (including service
tax registration/ VAT registration/Sales Tax registration) as stipulated in the bid
document including the undertaking about deposition of physical EMD of the
scanned copy of EMD uploaded.
(iii)

If any discrepancy is noticed between the documents as uploaded at the time


of submission of bid and hard copies as submitted physically by the lowest
bidder in the office of tender opening authority.

(iv)

10.

The lowest bidder does not deposit physical EMD within a week of opening of bid.

The Contractor whose bid 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
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 Receipt or Guarantee Bonds of any Scheduled bank or the State Bank of India in
accordance with the prescribed form. In case the contractor fails to deposit the said
performance guarantee within the period as indicated in Schedule 'F', including the
extended period if any, the Earnest Money deposited by the contractor shall be forfeited
automatically without any notice to the contractor. The earnest money deposited along
with bid shall be returned after receiving the aforesaid performance guarantee.
The contractor whose bid is accepted will also be required to furnish either copy of
applicable licenses/registrations or proof of applying for obtaining labour licenses,
registration with EPFO, ESIC and BOCW Welfare Board and Programme Chart
(Time and Progress) within the period of specified in Schedule-F.

11.

Intending Bidders 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 subsoil (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 tender. A tenderer shall be deemed to have full knowledge of the site whether
he inspects it or not and no extra charge consequent on any misunderstanding or otherwise
shall be allowed. The 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

-9-

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.
12.

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.

13.

Canvassing whether directly or indirectly, in connection with tenderers is strictly prohibited


and the tenders submitted by the contractors who resort to canvassing will be liable to
rejection.

14.

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.

15.

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

16.

No Engineer of gazette 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.

- 10 -

17.

The tender for the works shall remain open for acceptance for a period of thirty/forty five/
sixty (30/45/ 60) days from the date of opening of tenders in case of single bid
system/Ninety (90) days from the date of opening of technical bid in case tenders are
invited on 2 bid/envelop system/ One hundred twenty (120) days from the date of opening
of technical bid in case bids are invited on 3 bid/envelope system for specialized work
(strike out as the case may be). If any tenderer withdraws his tender before the said 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 money as aforesaid. Further the tenderer shall not be
allowed to participate in the retendering process of the work.

18.

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 part of the tender as uploaded at the
time of invitation of tender and the rates quoted online at the time of submission of
bid and acceptance thereof together with any correspondence leading thereto.

b)

Standard C.P.W.D. Form 7 (GCC for CPWD works 2014).

For Composite Tenders

19.

19.1.1

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

19.1.2

The tender document will include following four components:

Part A:- CPWD-6, CPWD-7 including schedule A to F for civil component of the work,
Standard General Conditions of Contract for CPWD 2014.
Part B:- General/specific conditions, specifications and schedule of quantities applicable to
civil component of the work.
Part C:- Schedule A to F for electrical component of the work. (SE/EE in charge of major
component shall also be competent authority under clause 2 and clause 5 as
mentioned in schedule A to F for electrical components) General/specific
conditions, specifications and schedule of quantities applicable to electrical
component(s) of the work.
19.1.3

After acceptance of the tender by competent authority, the EE in charge of major


(civil) component of the work shall issue letter of award on behalf of the President
of India. After the work is awarded, the main contractor will have to enter into one
agreement with EE in charge of major component and has also to sign two or more

- 11 -

copies of agreement depending upon number of EEs in charge of minor


components. One such signed set of agreement shall be handed over to EE in
charge of minor component. EE of major component will operate part A and part B
of the agreement. EE (E) in charge of minor component(s) (electrical) shall operate
Part C along with Part A of the agreement.

19.1.4

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

19.1.5

Security Deposit will be worked out corresponding to the estimated cost of the
composite work including Civil, Electrical & Horticulture works.

19.1.6

In case the civil contractor associates contractor having valid electrical license of
eligible class for execution of electrical component of work and intends to change
that contractor during the operation of the contract, he shall obtain prior approval of
Engineer-in-charge for electrical component. The new agency/agencies shall also
have to satisfy the laid down eligibility criteria. In case Engineer-in-charge is not
satisfied with the performance of any agency, he can direct the contractor to change
the agency executing such items of work and this shall be binding on the contractor.

19.1.7

The main contractor has to enter into agreement with the contractor(s) associated by
him for execution of minor component(s). Copy of such agreement shall be
submitted to EE in charge of each minor component as well as to EE in charge of
major component. In case of change of associate contractor, the main contractor has
to enter into agreement with the new contractor associated by him.

19.1.8

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

19.1.9

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

- 12 -

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.
20.

The letter of award shall be issued to the lowest contractor only on receipt of applicable
labour licenses, registration with EPFO, ESIC and BOCW Welfare Board or on submitting
the proof of applying thereof. No Running Account Bill shall be paid for the work till the
labour licenses, registration with EPFO, ESC and BOCW Welfare Board, whatever
applicable are received from the contractor by the Engineer-in-Charge.

21.

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

EE, Jaipur Central Division-II,


CPWD, Jaipur

- 13 -

C.P.W.D.-7
GOVERNMENT OF INDIA
CENTRAL PUBLIC WORKS DEPARTMENT
STATE : RAJASTHAN

ZONE: NZ-III

DIVISION : JAIPUR CENTRAL DIVISION-II

Percentage rate Tender & Contract for Works


(A)

Tender for the work of :- Construction of 2 Nos. 120 Men Barrack (G+3) i/c W/S,

S/I, drainage, internal electrical installation & Fans, fire alarm, fire fighting
system for CTC, ITBP at Village - Nangal, Banjirka & Bera Pass, Tehsil
Ramgarh, Distt. Alwar (Raj.).
(i)

To be submitted / uploaded by 15:00 Hours on 28.08.2015 ..*...to...*./ upload at


www.tenderwizard.com/cpwd.

(ii)

To be opened in presence of tenderers who may be present at 15:30 Hours on


28.08.2015 in the office of EE, JCD-II, CPWD, Jaipur.

TENDER
I/We have read and examined the notice inviting tender, schedule, A,B,C,D, E & F.
Specifications applicable, Drawings & Designs, General rules and Directions, Conditions of Contract,
clauses of contract, Special conditions, Schedule of Rate & other documents and Rules referred to in
the conditions of contract and all other contents in the tender document for the work.
I/We hereby tender for the execution of the work specified for the President of India within the
time specified in Schedule F, viz., schedule of quantities and in accordance in all respects with the
specifications, designs, drawings and instructions in writing referred to in Rule-1 of General Rules and
Directions and in Clause 11 of the Conditions of contract and with such materials as are provided for,
by, and in respects in accordance with, such conditions so far as applicable.
We agree to keep the tender open for thirty/forty five/ sixty (30/45/ 60) days from the due
date of its opening in case of single bid system / Ninety (90) days from the date of opening of technical
bid in case tenders are invited on 2 bid/envelop system/ One hundred twenty (120) days from the date
of opening of technical bid in case bids are invited on 3 bid/envelope system for specialized work
(strike out as the case may be) and not to make any modification in its terms and conditions.
The copy of EMD amounting to Rs. 18,61,245/- has been scanned and uploaded to the
tendering website. The Physical EMD shall be deposited by me/us with the EE calling the tender in
case I/we become the lowest tenderer within a week of the opening of financial bid otherwise
department may reject the tender and also take action to withdraw my/our enlistment., 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, I/We fail to commence work as specified,
I/W agree that President of India or the successors in office shall without prejudice to any other right of
remedy available in law, be a liberty to forfeit the said performance guarantee absolutely. The said
performance guarantee shall be a guarantee to execute all the works referred to in the tender
documents upon the terms and conditions contained or referred to those in excess of that limit at the
rates to be determined in accordance with the provisions contained in clause 12.2 and 12.3 of the
tender form.

- 14 -

Further, I/We agree that in case of forfeiture of earnest money or performance guarantee
as aforesaid, I/We shall be debarred for participation in the re-tendering process of the work.
I/We undertake and confirm that eligible similar work(s) has/have not been got executed
through nothercontractor on back to back basis. Further that, if such a violation comes to the
notice of Department, then I/We shall be debarred for tendering in CPWD in future forever. Also, if
such a violation comes to the notice of Department before date of start of work, the Engineer-inCharge shall be free to forfeit the entire amount of Earnest Money Deposit/Performance
Guarantee.
I/We hereby declare that I/We shall treat the tender documents drawings and other
records connected with the work as secret/confidential documents and shall not communicate
information/derived therefrom 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 :

ACCEPTANCE
The above tender (as modified by you as provided in the letters mentioned hereunder) is
accepted by me for and on behalf of the President of India for a sum of Rs.___________
(Rupees ________________________________________________________________
________________________________________________________________________
_________________________________ )
The letters referred to below shall form part of this contract Agreement :a)
b)
c)
For & on behalf of the President of India
Signature ________________________
Dated .

Designation ______________________

- 15 -

PERFORMA OF SCHDULES
FOR CIVIL WORK (MAJOR COMPONENT OF WORK)

SCHEDULE A
Schedule of quantities

(a)

For Civil component of work attached at pages 88 to 112

SCHEDULE B :

Schedule of materials to be issued to the contractor


S.No.

Description of item

Quantity

Rates in figures &


words at which the
material will be
charged to the
contractor

Place of issue

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

SCHEDULE C

Tools and plants to be issued to the contractor


S.No.
1

Description
2

Hire charges per day


3

Place of issue
4

----------------------------------------------- NIL ----------------------------------------------SCHEDULE D

Extra schedule for specific requirement/documents for the work, if any


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

- 16 -

SCHEDULE E

1.

Reference to General Conditions of contract : General Conditions of contract for Central


PWD Works 2014

2.

Name of work : Construction of 2 Nos. 120 Men Barrack (G+3) i/c W/S, S/I, drainage,
internal electrical installation & Fans, fire alarm, fire fighting system for CTC, ITBP at
Village - Nangal, Banjirka & Bera Pass, Tehsil Ramgarh, Distt. Alwar (Raj.).

Estimated cost of work


Civil Component

Rs. 8,49,91,970/-

Total of Electrical Component

Rs. 80,70,250/-

Rs. 9,30,62,220/-

Total (Composite)

Rs. 18,61,245/- (To be returned after receiving performance


guarantee)

(i)

Earnest Money

(ii)

Performance Guarantee :

(iii)

Security Deposit

5% (Five percent) of tendered value.

2.5% (Two point five zero percent) of tendered value.

SCHEDULE F (FOR CIVIL COMPONENT OF WORK)


General Rules & Directions :
Officer inviting tender

Executive Engineer, Jaipur Central Division-II


CPWD, Jaipur

Maximum percentage for quantity of


items of work to be executed beyond
which rates are to determined in
accordance with Clauses 12.2 & 12.3
Definitions

See Below

2(v) Engineer-in-charge

Executive Engineer, Jaipur Central Division-II


CPWD, Jaipur

2(viii) Accepting Authority

CE(NZ-III), CPWD, Jaipur

2(x) Percentage on cost of materials


and labour to cover all overhead
and profits

15%

2(xi) Standard schedule of Rates

DSR 2014 with upto date correction slips.

2(xii) Department

Central Public Works Department

9(ii) Standard CPWD contract


Form

GCC 2014, Form-7 for CPWD works as amended


upto DG/SE/CM/CON/286 dated 30/06/2015

- 17 -

CLAUSE 1
(i) Time allowed for submission of
Performance guarantee, Programme
Chart (Time and Progress) and
applicable labour licenses, registration
with EPFO, ESIC and BOCW Welfare
Board or proof of applying thereof from
date of issue of letter of
acceptance.
15 Days
(ii) Maximum allowable extension
with late fee @ 0.1% per day of
performance guarantee amount
beyond the period provided
in (i) above

7 Days

CLAUSE 2

Authority for fixing

Superintending Engineer

compensation under clause 2

Jaipur Central Circle, CPWD, Jaipur

CLAUSE 2 A
Whether Clause 2 (A) shall be
applicable

Yes

CLAUSE 5

Number of days from the date of issue of


letter of acceptance for reckoning date of
start

22 Days

Time allowed for execution of work

18 (Eighteen) Months

(i)

Authority to decide
Extension of time

(ii)

Rescheduling of mile stones

Superintending Engineer
Jaipur Central Circle, CPWD, Jaipur

(iii)

Shifting of date of start in case of


delay in handing over of site.

Superintending Engineer
Jaipur Central Circle, CPWD, Jaipur

Executive Engineer
Jaipur Central Division-II, CPWD, Jaipur

- 18 -

Mile Stones of the Contract


S.
No.

Description of mile stone


(Physical)

Completion of RCC structure work upto plinth level i/c


casting of Plinth beams of both barracks. Production /
Submission of electrical contractor license or association
of eligible associate CPWD electrical contractor.
Completion of entire RCC framed structure work and
brick work in all external, internal & partition walls upto
1st Floor (G+1) and Internal plastering upto ground floor
(GF) level of both Barracks.
This mile stone also includes all related electrical
conducting work, fixing of DB & SB etc.
Completion of entire Brick work, internal plastering,
flooring (including polishing) i/c fixing of doors and
window frames i/c cup Boards. This mile stone also
includes all related electrical conducting work, fixing of
DB & SB etc.
This mile stone also includes preparation of a sample
barrack room and a sample toilet block complete in all
respect on one floor in either of the building including
related electrical conduits, fittings and fan etc. complete
including getting approval of the same from the client.
Completion of entire building works i/c external
plastering, PoP & putty work, waterproofing of terrace,
fixing of door, windows & cup board shutters, railing,
ramp including water supply system, sanitary
installations and all development works in and around
the buildings, including all related electrical works such
as laying of conduits, fixing of DBs, SBs & MCBs and
erection of internal wiring and electrical fittings etc.
Completion of entire works of both barracks in all
respect including Painting, finishing work, testing and
commissioning of all services, cleaning of surroundings
and handing over of the buildings to the client.

2.

3.

4.

5.

Time allowed
from date of
start of work

4 Months

Amount to be
withheld in case
of non
achievement of
mile stone
1% of accepted
tendered amount.

9 Months

1.50% of accepted
tendered amount.

12 Months

1% of accepted
tendered amount.

15 Months
1% of accepted
tendered amount.

18 Months

0.50% of accepted
tendered amount.

The withheld amount due to non-achievement of mile stone may be released if the subsequent mile stone is
achieved in the specified time.
Mile stones shall be applicable both for Major Component (Civil Work) as well as for Minor Component
(Electrical & Horticulture Work) of the work as attached. The main contractor will ensure that electrical
components of the work are executed in time without giving any chance for slippages of mile stones on
account of delay in execution of associated electrical work by him. However, in case mile stones are not
achieved by the contractor for the work, the amount shown against milestone shall be withheld by the
Superintending Engineer in charge of the major component.
Note : intending tenderer may submit physical activities/mile stones on the basis of their resources and
methodology at the time of tendering corresponding to physical mile stones /stages as indicated in the above
table. These shall be formed part of agreement after approval of the accepting authority, otherwise it would
be assumed that agency agrees with the above mentioned physical mile stones.

- 19 -

CLAUSE 6 / 6A

Clause applicable

6A

CLAUSE 7

Gross work to be done together with


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

Rs. 24.00 Lakhs (For Civil Work)

CLAUSE 7A

Whether Clause 7A shall be applicable

Yes

CLAUSE 10A :

List of mandatory testing equipment to be provided


by the contractor at site lab.
1. Cube testing machine alongwith
2.
twenty four nos. cube moulds.
3. Slump cone.
4.
6.

Set of sieves for testing of coarse & fine


aggregate alongwith shaker.
Vernier Callipers, Screw Gauge,
Wire Gauge
Rebound hammer.

5.

Weighing balance with weights

7.

For testing of Design Mix Concrete


at site, necessary testing equipment
and facility (as per BIS) shall be made
available by contractor as and when required
by E-in-charge or his authorized representative
and nothing extra shall be paid on account
of this.
(Note : The above instruments will be installed in laboratory room to be constructed by the contractor at
site free of cost.)

CLAUSE 10B (ii)

Whether clause 10-B(ii) shall be applicable

YES

CLAUSE 10C

Component of labour expressed


as percentage of value of work

Not Applicable
APPLICABLE

CLAUSE-10 (CA)
Clause 10CA
Materials covered under
this clause

1. Cement (PPC)*
2. Cement (OPC)*
3. Reinforcement bars TMT 500
(i) (Primary Manufacture)
(ii) Secondary Manufacture
3. Structural Steel

Nearest Materials (other


than cement, reinforcement
bars and structural steel) for
which all India Wholesale
Price Index to be followed
---------

Base Price and its


corresponding period of all
the materials covered under
clause 10 CA

---------

Rs.
Rs.
Rs.

-----------------

Rs.
Rs.

Base Price will be


considered as issued
by DG, CPWD for
the month in which
the tender is
received

CLAUSE 10 (CC)
Whether Clause 10 (CC) shall be applicable APPLICABLE (Except materials covered under clause 10 CA)
Building work component :Component of Civil (except materials covered under clause 10 CA) construction
value of work (Xm)
= 40%
Component of labour - expressed as percent of total value of work (Y)
= 25%
Component of POL - expressed as percent of total value of work (Z)
= 0%
* includes cement component used in RMC brought at site from outside approved RMC plants, if any.

- 20 -

CLAUSE 11

Specification to be followed for


execution of work

CPWD Specification 2009 Vol. I to II with upto date


correction slips issued on the last date of submission
of tender for Civil work.

CLAUSE 12 Type of Work

Original Work.

12.2 & 12.3

(i) Deviation limit beyond which


30%
clause 12.2 & 12.3 shall apply
for all items other than foundation work
(except earth work) as mentioned in clause 12.5

12.5

(i) Deviation limit beyond which


clause 12.2 & 12.3 shall apply
for foundation work
(except earth work)

30%

(ii) Deviation limit for items in


earth work sub head of DSR or
related items

100%

CLAUSE 16

Competent Authority for deciding


reduced rates.

Superintending Engineer
Jaipur Central Circle, CPWD, Jaipur

CLAUSE 18

List of mandatory machinery, tools & plants to be deployed by the contractor at site.
1. Cement concrete batching plant (automatic) of capacity 30 cum / hr.
2. Concrete pump 2 No.
3. Steel shuttering - 2000 sqm.
4. (a) Excavator Cum Loader - 1 No.
5
Concrete Mixer with Hopper - 1 No.
6. Transit mixer 2 Nos.
7. Needle Vibrators - 2 Nos.
8. Welding machines 1 No.
9. Plate Vibrators - 2 Nos.
10. Water pump - 2 Nos.
11. Stone cutting machine - 1 No.
12. Bar Bending machine - 1 No.
13. Bar cutting machine - 1 No.
CLAUSE 25
Standing Committee for Dispute Redressal of NZ-III, CPWD,
(A)
For Total claims more than Rs. 25.00 lakhs
a.
CE, NZ-II, Lucknow
b.
Director (Works cum TLQA), NR-II, Lucknow
c.
SE(C), Lucknow Central Circle, Lucknow
(For Civil / Composite Claims)
OR
SE(E), Lucknow Central Electrical Circle, Lucknow
(For Electrical Claims only
d.
The SE in-charge of the work shall present case
before DRC but shall not have any part in decision
marking.
(B)
For total claims upto Rs. 25.00 lakhs
a.
Director (Works cum TLQ), NR-II, Lucknow
b.
EE(C), Jaipur Central Division-II, Jaipur.
OR
EE(E),
Jaipur
Central
Electrical
Division,
depending upon nature of dispute.
(for all works under NZ-III except for works under
their jurisdiction).

- 21 -

Jaipur
-

(Chairman)
(Member)
(Member)

(Member)

(Chairman)
(Member)

c.

f.

d.

EE(C), Jaipur Central Division, Jaipur


OR
EE(E),
Jaipur
Central
Electrical
Division,
depending upon nature of dispute.
(for all works under NZ-III except for works under
their jurisdiction).
EE(C), Jaipur Central Division-II, Jaipur
**(for dispute of works under Jaipur Central
Division-II or Jaipur Central Division).
The Executive Engineer in-charge of the work
shall present the case before DRC but will not
have any part in decision making.

(Member)

** (Alternate
Member)

CLAUSE 36 (i)

"Requirement of Technical Representative (s) and Recovery Rate" for the work
S.
No.

Requirement of Technical Staff


Qualification
Number of
Major +
Minor
Component)

1.

Graduate Engineer

2.

Graduate Engineer
OR
Diploma Engineer

1+1

Minimum Experience
(Years)

Designation of
Technical Staff

Rate at which recovery


shall be made from the
contractor in the event
of not fulfilling provision
of clause 36(i)

5 (and having
experience of one
similar nature of work)
2
or
5
Respectively

Project Manager

Rs. 25,000/- per month

Project Planning
/quality/Site/
billing Engineer

Rs. 15,000/- per month


per person

"Assistant Engineer retired from Government Services those are holding Diploma will be
treated at par with Graduate Engineer".
Diploma holder with minimum 10 year relevant experience with a reputed construction co.
can be treated at par with graduate Engineers for the purpose of such deployment subject to
the condition that such diploma holders should not exceed 50% of requirement of degree
engineers.

CLAUSE 42

(i) (a) Schedule/statement for determining


theoretical quantity of cement & bitumen
on the basis of Delhi Schedule of Rates

DSR 2014 with upto date


correction slips

(ii) Variations permissible on theoretical quantities


(a) Cement for works estimated cost put to
tender not more than Rs. 5 Lakhs
For works with estimated cost put to
tender more than Rs. 5 Lakhs

3 % plus/minus
2 % plus/minus

(b) Bitumen for all works

2.5% plus only & nil on minus side

(c) Steel reinforcement and structural


steel section for each diameter,
section and category

2% plus/minus

(d) All other materials

Nil

- 22 -

RECOVERY RATES FOR QUANTITY BEYOND PERMISSSIBLE VARIATION


S.No. Description of item

1.
2.
3.
(i)
(ii)
4.

Rate in figures and words at which recovery


shall be made from the contractor

Cement (PPC)
Cement (OPC)
Reinforcement Bars TMT-500
Primary Manufacturer
Secondary Manufacturer
Structural Steel

Excess beyond
Less use beyond
permissible variation the permissible variation
Nil
110% of base price
Nil
considered for the
operation of clause
Nil
10 CA.
Nil
Nil

Items which are to be executed through specialized agency :


1.
2.
3.

Coba treatment and Heat Resistant Tiles on Roof.


Aluminum work i/c glazing work
Water Supply and Sanitary Work.

- 23 -

8 - Additional Conditions
1.

Unless otherwise provided in the schedule of quantities the rates tendered by the contractor
shall be all inclusive and shall apply to all heights lifts, leads and depths of the building and
nothing extra shall be payable on this account, payment for centering, shuttering however,
if required to be done for height greater than 3.5M shall be admissible at rate arrived at in
accordance with clause 12 of the agreement, if not already specified.

2.

The contractor shall make his own arrangements for obtaining electric connection (if
required) and make necessary payments directly to the department concerned.

3.

Other agencies doing works related to this projects will also simultaneously execute the
work and the contractor shall provide necessary facilities for the same. The contractor shall
leave such necessary holes opening etc. for burying in the work pipes, cables, conduits,
clamps , boxes and hooks for fan clamps etc. as may be required for other agencies.
Conduits for electrical wiring /cables will be laid in a way that they leave enough space for
concreting and do not adversely effect the structural members. Nothing extra over the
agreement rates shall be paid for the same.

4.

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

5.

(a)

The building work will be carried out in the manner complying in all respects with
the requirements of relevant bye laws of the local body under the jurisdiction of
which the work is to be executed or as directed by the Engineer in charge and
nothing extra will be paid on this account.

(b)

The work of water supply, internal sanitary installation and drainage work etc. shall
be carried out as per local municipal corporation or such local body Bye- laws and
the contractor shall produce necessary completion certificate from such authorities
after completion of the work.
Water tanks, taps, sanitary, water supply and drainage pipes and fittings etc.
should conform to bye laws and specification as applicable. The contractor
should engage plumbing and sanitary agency approved by the CE (NZ-III),
which should have requisite T&P, skilled workers and experience for which
necessary certificates & document proof shall be submitted within one month
of the start of work. The contractor shall get the materials (fixtures / fittings)
tested by the municipal body / corporation authorities etc as required at his
own cost.

(c)

6.

The contractor shall comply with proper and legal orders and directions of the local
or public authority or municipality and abide by their rule and regulations and pay
all fees and charges which he may be liable.

The contractor shall give a performance test of the entire installation (s) as per standing
specification before the work is finally accepted and nothing extra whatsoever shall be
payable to the contractor for the test.

- 24 -

7.

Any cement slurry added over base surface (or) for continuation of concreting for better
bond is deemed to have been in-built in the items and nothing extra shall be payable (or)
extra cement considered in consumption on this account.

8.

Samples of various materials required for testing shall be provided free of charges by the
contractor. Testing charges, if any, unless otherwise provided shall be borne by the
department. All other expenditure required to be incurred for taking the samples,
conveyance, packing etc. shall be borne by the contractor himself.

9.

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

10.

The contractor shall bear all incidental charges for cartage, storage and safe custody of
materials issued by department.

11.

In the case of items of which abbreviated nomenclature is not available in the above cited
publication and also in case of extra and substituted items of works for which abbreviated
nomenclature is not provided in the agreement, the full nomenclature of items shall be
reproduced in the measurements books and bill forms for running account bill.
The full nomenclature of the items shall be adopted in preparing abstract of final bill in the
measurement book and also in the bill form for final bill.

12.

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.

13.

No payment will be made to the contractor for damage caused by rains, or other natural
calamities during the execution of the works and no such claim on this account will be
entertained.

14.

All mass Reinforced Cement Concrete work shall be design mix concrete of specified
grade. The contractor shall install on site automatic batching plant of capacity 30cum per
hour for production of design mix concrete which shall be used in the work.

- 25 -

15.

Various factory made materials shall be procured from reputed and approved
manufacturers or their authorized dealers. List of such approved manufacturers is available
at Annexure V. For the items / materials not appearing in the list the decision of Engineer
in charge shall be final and binding.

16.

Contractor shall have to execute a Guarantee Bond in respect of Water Proofing works as
per Performa attached in this N.I.T. at Annexure II. He shall also have to execute guarantee
bonds for water supply and sanitary installations work on the proforma available at
Annexure I.

17.

The terms machine batched, machine mixed and machine vibrated concrete used elsewhere
in agreement shall mean the concrete produced in concrete batching and mixing plant and
if necessary transported by transit concrete mixers, placed in position by the concrete
pumps, tower crane and vibrated by surface vibrator /needle vibrator / plate vibrator , as the
case may be to achieve required strength and durability.

18.

Wherever work is specified to be done or material procured through specialized agencies,


their names shall be got approved well in advance from Engineer in charge. Failure to do
so shall not justify delay in execution of work. It is suggested that immediately after award
of work, contractor should negotiate with concerned specialist agencies and send their
names for approval to Engineer in charge. Any material procured without prior approval of
Engineer in charge in writing is liable to be rejected. Engineer in charge reserves right to
get the materials tested in laboratories of his choice before final acceptance. Non standard
materials shall not be accepted.

19.

Doors and frames shall be procured from specialist firms and name of such agencies shall
be got approved from the Engineer in charge well in advance.

20.

The construction joints shall be provided in predetermined locations only as decided by


Engineer in charge. The cost of shuttering for these construction joints shall be included in
item of Concrete work / RCC work and nothing extra shall be payable on this account to
the contractor.

21.

The gradation of fine sand to be used in plaster work, shall be strictly as per Table 3.1
(clause 3.1.3) of CPWD Specification 2009 Vol. - I conforming to IS 1542-1977. The
plastered surface shall be fairly smooth without any undulation of any kind for applying
paint/white wash.

22.

No chase cutting/dismantling of plaster/RCC/CC shall be allowed, so contractor has to


execute the electrical work accordingly.

23.

The contractor shall invariably prepare the samples of finishing items i.e. flooring of
different types, external & internal finishing i/c colour scheme of paint, tiles in dado,
flooring in platforms & staircase, water supply & sanitary fittings and any other item as per
direction of Engineer-in-charge. The contractor shall proceed with further finishing items
only after getting the samples of these items approved in writing from Engineer-in-charge.
In case of construction of residential quarters, one sample quarter complete in all shape for
each category, shall be prepared by the contractor and got approved from Engineer-incharge in writing. The contractor shall be allowed to proceed with further quarters only
after getting the sample quarters approved in writing from Engineer-in-charge No extra
claim whatsoever beyond the payments due at agreement rates will be entertained from the
contractor on this account.

- 26 -

24.

The contractor shall take instruction from the Engineer in charge for stacking of materials
at any place. No excavated earth or building material shall be stacked on areas where other
buildings, roads, services or compound walls are to be constructed.

25.

If as per municipal rules, the huts for labour are not be created at the site of work by the
contractors, the contractor are required to provide such accommodation as is acceptable to
local bodies and nothing extra shall be paid on this account.

26.

Royalty at the prevalent rates shall be payable by the contractor on all the boulders, metals,
shingle, sand and bajri etc. collected by him for the execution of the work, direct to the
Revenue authority or authorized agent of the state Government concerned or Central
Government.

27.

The contractor shall establish a fully equipped site laboratory and shall provide electrically
operated cube crushing and testing machine appliance at site, such as weighing, scale,
graduated cylinder, standard sieves, thermometer, slump cones etc. all relevant tests for
BMC / RMC as per prescribed IS codes in order to enable the Engineer in charge to
conduct field tests to ensure that the quality is consistent with the prescribed specifications
and nothing extra shall be paid on this account.

28.

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 results or such tests and consequences thereon
shall be binding on the contractor.

29.

The contractor shall get the water tested with regard to its suitability of use in the works
and get written approval from the Engineer in charge before he proceeds with the use of
same of execution of works. If the tubewell water is not suitable, the contractor shall
arrange Municipal water or from any other sources at his own cost and nothing extra shall
be paid to the contractor on this account. The water shall be got tested at frequency
specified in latest CPWD specifications/BIS code.

30.

The material shall conform to the quality and make as per attached list in Annexure V.
However for the items not appearing in the list preference shall be given to those articles
which bear ISI certification marks. In case articles bearing ISI certification marks are not
available the quality of sample brought by the Contractor shall be judged by the standard
laid down in the relevant ISI specification/CPWD specification. All materials and articles
brought by the contractor to the site for use shall conform to the samples approved, which
shall be preserved till the completion of the work. However, such articles which bear ISI
mark but stand banned by CPWD will not be used. Not withstanding the case of materials
of "Preferred Make" as given in Annexure VI, provisions of Clause 10A of the General
Conditions of Contract for Central PWD works shall be applicable on the materials of
"Preferred Make" also.

- 27 -

31.

It must be ensure that all materials to be used in work bear BIS certification mark. In cases
where BIS certification system is available for a particular material/product but not even a
single producer has so far approached BIS for certification the material can be used subject
to the condition that it should confirm to CPWD specification and relevant BIS codes. In
such case written approval of the Technical sanctioning Authority may be obtained before
use of such material in the work.

32.

The final approval of the brand to be used shall be as per the direction of Engineer-inCharge. The brand used shall be one of the brands in case specified in the list of preferred
make / materials annexure-VI.

33.

In case of non availability of material of the brands specified in the list of approved
materials an equivalent brand may be used after getting written approval of T/S Authority
giving details to indicate that the brand proposed to be used is equivalent to the brands
mentioned in the agreement.

34.
34.1

Special conditions for Cement


The contractor shall procure 43 grade Ordinary Portland Cement (conforming to IS : 8112),
Portland pozzolona cement (confirming to IS : 1489 : Part I) as required in the work,
from reputed manufacturers of cement such as ACC, Ultratech, Vikram, Shree Cement,
Ambuja, Jaypee Cement, Century Cement & J.K. Cement, Binani Cement and Wonder
Cement and 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 manufacture(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 manufactures, given by the tenderer, fully or partially.
The cement brought to the site for execution of work shall be in bags bearing
manufacturer's name & ISI marking. Weight of cement in each bag shall be 50 kg. 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 7 days of written order from the Engineer-in-Charge to do so.

34.2

The Cement shall be brought at site in bulk supply of approximately 50 tonnes or as


decided by the Engineer-in-Charge.

34.3

The cement godowns, of capacity to store a minimum 2000 bags of cement shall be
constructed by the contractor at site of work for which no extra payment shall be made.
Cement bags shall be stored as per sketch (which is only indicative and actual size will
depend on the site requirements) at page 23 of CPWD specification 2009 Vol.-I with
weather proof roofs and walls. Each godown shall be provided with a single door.

34.4

Double locks provision shall be made to the door of cement godown. The keys of the one
lock shall remain with the Engineer-in-Charge or his authorized representative and the key
of the other lock shall remain with the contractor. The contractor shall be responsible for
the watch and ward and safety of the cement godowns so that the cement is removed from
the godowns according to the daily requirement with the knowledge of both the parties and
proper account maintained in standard Performa. The contractor shall facilitate the

- 28 -

inspection of the cement godowns by the Engineer-in-Charge or his authorized


representatives at any time.
34.5

(i)
(ii)

The cement shall be got tested by Engineer-in-charge and shall be used on 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:By the contractor, if results show that the cement does not conform to relevant BIS codes.
By the Department, if the results show that the cement conforms to relevant BIS codes.

34.6

Minimum Wet Curing paraffin wax based curing period shall be 14 days or its equivalent.

34.7

Till the time, BIS makes it mandatory to print the percentage of fly ash on each bag of
cement, the certificate from the PPC manufacturer indicating the same shall be obtained
and permission obtained from Engineer-in-Charge before use of such cements in works.

34.8

The PPC cement shall have fly ash content of minimum 30% of fly ash on each bag of
cement duly supported by test results from the supplier.

34.9

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 variations, recovery at the rate so prescribed shall be
made. In case of excess consumption no adjustment need to made.

34.10 Cement brought to site and cement remaining unused after completion of work shall not be
removed from site without written permission of the Engineer-in-Charge.
34.11 Damaged cement shall be removed from the site immediately by the contractor on receipt
of a notice in written from 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.
34.12 The contractor is required to submit all the original challans and vouchers and
manufacturers testing certificate to the department in respect of cement and TMT Bars
brought at site. This is mandatory.
35.

SPECIAL CONDITIONS FOR STEEL:-

35.1

"The contractor shall procure TMT bars of Fe415/Fe415D/Fe500/Fe500D/Fe550/Fe550D,


grade (the grade to procured is to be specified) from primary steel 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 tonnes per annum and above.
In case of non-availability of steel from primary producers the NIT approving authority
may permit use of TMT reinforcement bars procured from steel producers having
Integrated Steel Plants (ISPs) using iron ore as the basic raw material for production of
crude steel which is further rolled into finished shapes in house having crude steel capacity
of 0.5 Million tonne per annum and more. A separate list of producers for this category
shall be approved by the ADG concerned for their sub region under intimation to the
Directorate CPWD / CE, CSQ.
In case of non-availability of steel from Primary Producers as well as ISPs then the NIT
approving authority may also permit use of TMT reinforcement bars procured from
secondary producers. In such cases following action is to be followed.

- 29 -

35.1.1 The grade of the steel TMT Fe-500D grade to be procured as per BIS 1786-2008.
35.1.2 The secondary producers must have valid BIS licence to produce HSD confirming to IS
1786 : 2008. In additional to BIS licence, the secondary producer must have valid licence
from either of the firms Tempcore, Thermex, Evcon Turbo & Turbo Quench to produce
TMT Bars.
35.1.3 The TMT bars procured from primary producers and ISPs shall confirm to manufacturer
specifications.
35.1.4 The TMT bars procured from secondary producers shall conform to the specifications as
laid by Tempcore, Thermex, Evcon Turbo & Turbo Quench as the case may be.
35.1.5 TMT bars procured either from primary producers, ISPs or secondary producers, the
specification shall meet the provision of IS 1786 : 2008 pertaining to TMT Fe-500D grade
of steel.
35.2

The contractor shall have to obtain and furnish vouchers and test certificates to the
Engineer-in-Charge in respect of all the lots of steel brought by him from approved
suppliers to the site of work.

35.3

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 35.1.3,
35.1.4 & 35.1.5 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.

35.4

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 alongwith manufacturer test certificate for
each lot.

35.5

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.

35.6

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 specified below:
SIZE OF BAR

FOR CONSIGNMENT
BELOW 100 TONNES
Under 10 mm dia
One sample (three specimen) for
each 25 tonnes or part thereof.
10 mm to 16 mm One sample (three specimen) for
dia
each 35 tonnes or part thereof.
Over 16 mm dia
One sample (three specimen) for
each 45 tonnes or part thereof

- 30 -

FOR CONSIGNMENT
OVER 100 TONNES
One sample for each 40 tonnes
or part thereof
One sample for each 45 tonnes
or part thereof
One sample for each 50 tonnes
or part thereof

35.7

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.

35.8

The Actual issue and consumption of steel on work shall be regulated and proper account
maintained as provided in clause 10 of the contract. The theoretical consumption of steel shall
be worked out as per procedure prescribed in Clause 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.

35.9

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

35.10 In case contractor is permitted to use TMT reinforcement bars procured from ISPs or
secondary producers then:
35.10.1 The base price of TMT reinforcement bars (Primary manufacturers / producers) as stipulated
under schedule 'F' shall be reduced by difference of base price of primary manufacturers and
secondary manufacturers issued by DG, CPWD for the month in which the tender is received.
35.10.2 The rate of providing & laying TMT reinforcement bars as quoted by the contractor in tender
shall also be reduced by difference of base price of primary manufacturers and secondary
manufacturers issued by DG, CPWD for the month in which the tender is received plus 1% for
water charges and 15% CPOH.
35.11 In case the contractor bring surplus quantity of steel the same after completion of the work will
be removed from the site by the contractor at his own cost after approval of the Engineer-inCharge.
35.12 Reinforcement including authorized spacer bars and lappages shall be measured in length of
different diameters as per actual length used in the work nearest to a centimeter however their
measurement shall be not more than as specified in the drawings. Wastage and unauthorized
overlaps shall not be measured.
35.13 The standard sectional weights referred to as in Table 5.4 in para 5.3.4 in CPWD Specifications
for works 2009, Vol.-I will be considered for conversion of length of various sizes of M.S.
Bars, Tor Steel Bars and T.M.T. bars into Standard Weight.
35.14 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.
35.15 (a) If the Derived Weight as in sub-para (37.14) above is less than the Standard Weight as in
Sub-para (37.13) above then the Derived Actual Weight shall be taken for payment.
(b) If the Derived Actual Weight is found more than the Standard Weight, the Standard Weight
as per in sub-para (37.13) above shall be taken for payment. In such case nothing extra shall be
paid for the difference between the Derived Actual Weight and the standard Weight.
36.

(i)

Removal of rejected/sub-standard materials.


The following procedure shall be followed for the removal of rejected/sub-standard materials
from the site of work:
Whenever any material brought by the contractor to the site of work is rejected, entry thereof
should invariably be made in the Site Order Book under the signature of the Assistant
Engineer, giving the approximate quantity of such materials.

- 31 -

(ii)

(iii)

As soon as the material is removed, a certificate to that effect shall be recorded by the Assistant
Engineer against the original entry, giving, the date of removal and mode of removal, i.e.,
whether by truck, carts, or by manual labour. If the removal is by truck, the registration number
of the truck should be recorded.
When it is not possible for the Assistant Engineer to be present at the site of work at the time of
actual removal of the rejected/sub-standard materials from the site, the required certificate
should be recorded by the Junior Engineer, and the Assistant Engineer should countersign the
certificate recorded by the Junior Engineer.

37.

In case of works where a ready mix concrete (RMC) is stipulated to be used from an approved
source/manufacturer, cement register need not be maintained. However, the computerized
dispatch slips that are sent with each dispatch of RMC shall be kept as record.

38.

If the work is carried out in more than one shift or during night, no claim on this account
shall be entertained. The contractor has to take permission from the police & local
authorities etc. if required for work during night hours. No claim / hindrance on this
account shall be considered if work is not allowed during night time. The requisite
supervision shall be made available by the department along with necessary issue of
material under joint custody.

39.

Installation of UPVC Windows shall be done by manufacturer and the window as well as
installation must carry a manufacturing warranty for a period of 10 years against
manufacturing defect and for leak proof installation. The contractor shall make window
opening with accuracy as required by manufacturer to fix up the windows.

40

THIRD PARTY QUALITY CONTROL

40.1

Contractor shall cooperate with any third party quality control agency engaged by
Department in the work.

41.

Contractor should provide R.O. Plant sufficient for workers employed at site, his
technical staff and site staff of department free of charge.

42.

The contractor shall provide & maintain (1 No.) desktop Computer of latest version
alongwith printer, operator and internet connection at site of work as per direction of
Engineer-in-charge.

43.

Once the building is completed and the contractor shall be responsible to attend defect
pointed out by CPWD / Third Party Inspection (if any) / Client through CPWD and then
hand over the building to the client.

44.

Contractor should hand over the warranty of the specialized items to the department.

45.

The contractor is required to deploy resources as per availability of site. However no


claim will be entertained for idle labour, idle machinery, idle technical/no-technical staff,
idle T&P etc.

46.

Contractor shall not divert any advance payments or part thereof for any work other
than that needed for completion of the contracted work. All advance payments received
as per terms of the contract (i.e. mobilisation advance, secured advance against materials
brought at site, secured advance against plant & machinery and/or for work done during
interim stages, etc) are required to be re-invested in the contracted work to ensure
advance availability of resources in terms of materials, labour, plant & machinery needed
for required pace of progress for timely completion of work.

- 32 -

47.

All running account bills preferred by the contractor for advance payments shall be
processed only if Engineer-in-charge is satisfied that upto date investments (excluding
security deposit & performance guarantee, which are not considered as investments)
made by the contractor against contracted work are more than the payments received.
Accordingly, all running account bills shall be supported with an account of uptodate
payments received vis-a-vis upto date investments made on the work to enable engineerin-charge to check to his satisfaction that the payments made by engineer-in-charge are
properly utilised only on the work and nowhere else.

- 33 -

8 (A) - Additional Conditions for Green Building Norms


NOTES TO THE CONTRACTOR ON GREEN BUILDINGS
To secure these ratings, a high degree of responsibility and cooperation is necessary from the
contractors employed.
The following write-up provides the general concept of green, green building rating and the
expectations from each one of those involved in this project:
1.00 GENERAL NOTE ON GREEN BUILDING PRACTICES
All materials and systems used in the project are intended to maximize energy efficiency for
operation of Project throughout service life (substantial completion to ultimate disposition reuse,
recycling, or demolition) with an emphasis on top quality. Materials and systems are to maximize
environmentally-benign construction techniques, including construction waste recycle, reusable
delivery packaging, and reusability of selected materials. All vendors / contractors must adhere to
best practices related to Green Buildings. Other than the general guidelines outlined here, all
vendors/contractors will be furbished with a supplementary set of guidelines more specific to their
nature of service/product.
1.01 GREEN BUILDING PRACTICES:

Ensure healthy indoor air quality in final Project.

Maximize use of products with low embodied energy (harvesting, mining, manufacturing,
transport, installation, use, operations, recycling and disposal). Exceptions might include
materials that result in net energy conservation during their useful life in building and
buildings life cycle.

1.

Where possible, select materials harvested and manufactured regionally, within a 800-km
radius of the project site.

2.

Maximize use of durable products.

3.

Maximize use of products easy to maintain, repair, and that can be cleaned using non-toxic
substances.

4.

Maximize recycled content in materials, products, and systems.

5.

Maximize use of reusable and recyclable packaging.

6.

Where possible and feasible, provide for non-destructive removal and re-use of materials after
their service life in this building.

7.

Re-use existing building materials to extent feasible within design concept expressed in
Contract Documents. Provide materials that utilize recycled content to maximum degree
possible without being detrimental to product performance or indoor air quality.

- 34 -

8.

Use construction practices such as material waste reduction and dimensional planning that
maximize efficient use of resources and materials.

9.

Provide or contribute to O&M Manuals wherever applicable.

10. Be conversant with the Site Waste Management Program Manual and actively contribute to
its compilation. Assist the author of the Manual by estimating the nature and volume of waste
generated by the process/installation in question.
11. Minimize pollution: Select materials that generate least amount of pollution during mining,
manufacturing, transport, installation, use, and disposal.
12. Avoid materials that emit greenhouse gases
13. Avoid materials that require energy intensive extraction, manufacturing, processing, transport,
installation, maintenance, or removal.
14. Avoid materials that contain ozone-depleting chemicals (e.g. CFCs or HCFCs).
15. Avoid materials that emit potentially harmful volatile organic chemicals (VOCs).
16. Employ construction practices that minimize dust production and combustible by-products.
17. Avoid materials that can leach harmful chemicals into ground water; do not allow potentially
harmful chemicals to enter sewers or storm drains.
18. Protect soil against erosion by wind or storm-water and topsoil depletion.
19. Minimize noise generation during construction; screen mechanical equipment to block noise.
20. Select materials that can be reused or recycled and materials with significant percentage of
recycled content; conform with or exceed specified Project recycled content percentages for
individual materials; avoid materials difficult to recycle.
21. Protect natural habitats; restore natural habitats where feasible within scope of Project.
22. The contractor has to comply with the provisions spell out in environmental clearance issue to
EE, JCD-II, Jaipur during progress of work. The copy of EC may be obtained from Engineerin-charge.

- 35 -

2.00 CONDITIONS OF CONTRACT SPECIFIC TO GREEN BUILDING PRACTICES

The contractor shall strictly adhere to the following conditions as part of his contractual
obligations:
2.01

SITE

2.01.01
The contractor shall ensure that adequate measures are taken for the prevention of
erosion of the top soil during the construction phase. The contractor shall implement the
Erosion and Sedimentation Control Plan (ESCP) provided to him by the Engineer-incharge as part of the larger Construction Management Plan (CMP). The contractor shall
obtain the Erosion and Sedimentation Control Plan (ESCP) Guidelines from the Engineerin-charge and then prepare working plan for the following months activities as a CAD
drawing showing the construction management, staging & ESCP. At no time soil should be
allowed to erode away from the site and sediments should be trapped where necessary.
2.01.02
The contractor shall ensure that all the top soil excavated during construction works
is neatly stacked and is not mixed with other excavated earth. The contractors shall take the
clearance of the architects / Engineer-in-charge before any excavation. Top soil should be
stripped to a depth of 20 cm (centimetres) from the areas to be disturbed, for example
proposed area for buildings, roads, paved areas, external services and area required for
construction activities etc. It shall be stockpiled to a maximum height of 40 cm in
designated areas, covered or stabilised with temporary seeding for erosion prevention and
shall be reapplied to site during plantation of the proposed vegetation. Top soil shall be
separated from subsoil, debris and stones larger than 50 mm (millimetre) diameter. The
stored top soil may be used as finished grade for planting areas.
2.01.03
The contractor shall carry out the recommendations of the soil test report for
improving the soil under the guidance of the Engineer-in-charge who would also advise on
the timing of application of fertilizers and warn about excessive nutrient levels.
2.01.04
The contactor shall carry out post-construction placement of topsoil or other
suitable plant material over disturbed lands to provide suitable soil medium for vegetative
growth. Prior to spreading the topsoil, the sub-grade shall be loosened to a depth of 50mm
to permit bonding. Topsoil shall be spread uniformly at a minimum compacted depth of
50mm on grade 1:3 or steeper slopes, a minimum depth of 100mm on shallower slopes. A
depth of 300mm is preferred on relatively flatter land.
2.01.05
The Contractor should follow the construction plan as proposed by the Engineer-incharge to minimize the site disturbance such as soil pollution due to spilling. Use staging
and spill prevention and control plan to restrict the spilling of the contaminating material
on site. Protect top soil from erosion by collection storage and reapplication of top soil,
constructing sediment basin, contour trenching, mulching etc.
2.01.06
No excavated earth shall be removed from the campus unless suggested otherwise
by Engineer-in-charge. All subsoil shall be reused in backfilling/landscape, etc as per the
instructions of the Engineer-in-charge

- 36 -

2.01.07
The contractor shall not change the natural gradient of the ground unless
specifically instructed by the architects / landscape consultant. This shall cover all natural
features like water bodies, drainage gullies, slopes, mounds, depressions, rocky outcrops,
etc. Existing drainage patterns through or into any preservation area shall not be modified
unless specifically directed by the Engineer-in-charge.
2.01.08
The contractor shall not carry out any work which results in the blockage of natural
drainage.
2.01.09
The contractor shall ensure that existing grades of soil shall be maintained around
existing vegetation and lowering or raising the levels around the vegetation is not allowed
unless specifically directed by the Engineer-in-charge
2.01.10
Contractor shall reduce pollution and land development impacts from automobiles
use during construction.
2.01.11
Overloading of trucks is unlawful and creates and erosion and sedimentation
problems, especially when loose materials like stone dust, excavated earth, sand etc. are
moved. Proper covering must take place. No overloading shall be permitted.

2.02

CONSTRUCTION PHASE AND WORKER FACILITIES

2.02.01
The contractor shall specify and limit construction activity in preplanned/designated areas and shall start construction work after securing the approval for
the same from the Engineer-in-charge. This shall include areas of construction, storage of
materials, and material and personnel movement.
2.02.02

Preserve and Protect Landscape during Construction

2.02.02a
The contractor shall ensure that no trees, existing or otherwise, shall be harmed and
damage to roots should be prevented during trenching, placing backfill, driving or parking
heavy equipment, dumping of trash, oil, paint, and other materials detrimental to plant
health. These activities should be restricted to the areas outside of the canopy of the tree,
or, from a safe distance from the tree/plant by means of barricading. Trees will not be used
for support; their trunks shall not be damaged by cutting and carving or by nailing posters,
advertisements or other material. Lighting of fires or carrying out heat or gas emitting
construction activity within the ground, covered by canopy of the tree is not to be
permitted.
2.02.02b
The contractor shall take steps to protect trees or saplings identified for preservation
within the construction site using tree guards of approved specification.
2.02.02c

The contractor shall conserve existing natural areas and restore damaged areas to
provide habitat and promote biodiversity. Contractor should limit all construction activity
within the specified area as per the Construction Management Plan (CMP) proposed by
the Engineer-in-charge. All the existing trees should be preserved, if not possible than
compensate the loss by re-planting trees in the proportion of 1:3.

- 37 -

2.02.02d
The contractor shall avoid cut and fill in the root zones, through delineating and
fencing the drip line (the spread limit of a canopy projected on the ground) of all the trees
or group of trees. Separate the zones of movement of heavy equipment, parking, or
excessive foot traffic from the fenced plant protection zones.
2.02.02d
The contractor shall ensure that maintenance activities shall be performed as needed
to ensure that the vegetation remains healthy. The preserved vegetated area shall be
inspected by the Engineer-in-charge at regular intervals so that they remain undisturbed.
The date of inspection, type of maintenance or restorative action followed shall be
recorded in the logbook.
2.02.03
Contractor shall be required to develop and implement a waste management plan,
quantifying material diversion goals. He shall establish goals for diversion from disposal in
landfills and incinerators and adopt a construction waste management plan to achieve these
goals. A project-vide policy of Nothing leaves the Site should be followed. In such a case
when strictly followed, care would automatically be taken in ordering and timing of
materials such that excess doesnt become waste. The Contractors ingenuity is
especially called towards meeting this prerequisite/ credit (GRIHA). Consider recycling
cardboard, metal, brick, acoustical tile, concrete, plastic, clean wood, glass, gypsum
wallboard, carpet and insulation. Designate a specific area(s) on the construction site for
segregated or commingled collection of recyclable material, and track recycling efforts
throughout the construction process. Identify construction haulers and recyclers to handle
the designated materials. Note that diversion may include donation of materials to
charitable organizations and salvage of materials on-site.
2.02.04
Contractor shall collect all construction waste generated on site. Segregate these
wastes based on their utility and examine means of sending such waste to manufacturing
units which use them as raw material or other site which require it for specific purpose.
Typical construction debris could be broken bricks, steel bars, broken tiles, spilled concrete
and mortar etc.
2.02.05

The contractor shall provide clean drinking water for all workers

2.02.06
The contractor shall provide the minimum level of sanitation and safety facilities
for the workers at site. The contractor shall ensure cleanliness of workplace with regard to
the disposal of waste and effluent; provide clean drinking water and latrines and urinals as
per applicable standard. Adequate toilet facilities shall be provided for the workman within
easy access of their place of work. The total no. to be provided shall not be less than 1 per
30 employs in any one shift. Toilet facilities shall be provided from the start of building
operations, connection to a sewer shall be made as soon as practicable. Every toilet shall be
so constructed that the occupant is sheltered from view and protected from the weather and
falling objects. Toilet facilities shall be maintained in a sanitary condition. A sufficient
quantity of disinfectant shall be provided. Natural or artificial illumination shall be
provided.
2.02.07
The contractor shall ensure that air pollution due to dust/generators is kept to a
minimum, preventing any adverse effects on the workers and other people in and around
the site. The contractor shall ensure proper screening, covering stockpiles, covering brick
and loads of dusty materials, wheel-washing facility, gravel pit, and water spraying.
Contractor shall ensure the following activities to prevent air pollution during construction:

- 38 -

Clear vegetation only from areas where work will start right away
Vegetate / mulch areas where vehicles do not ply.
Apply gravel / landscaping rock to the areas where mulching / paving is
impractical
Identify roads on-site that would be used for vehicular traffic. Upgrade
vehicular roads (if these are unpaved) by increasing the surface strength by
improving particle size, shape and mineral types that make up the surface &
base. Add surface gravel to reduce source of dust emission. Limit amount of
fine particles (smaller than 0.075mm) to 10 20%
Water spray, through a simple hose for small projects, to keep dust under
control. Fine mists should be used to control fine particulate. However, this
should be done with care so as not to waste water. Heavy watering can also
create mud, which when tracked onto paved public roadways, must be
promptly removed. Also, there must be an adequate supply of clean water
nearby to ensure that spray nozzles dont get plugged. Water spraying can
be done on:
a.
Any dusty materials before transferring, loading and unloading
b.
Area where demolition work is being carried out
c.
Any un-paved main haul road
d.
Areas where excavation or earth moving activities are to be carried
out

The contractor shall ensure that the speed of vehicles within the site is
limited to 10 km/hr.

All material storages should be adequately covered and contained so that


they are not exposed to situations where winds on site could lead to dust /
particulate emissions.

Spills of dirt or dusty materials will be cleaned up promptly so the spilled


material does not become a source of fugitive dust and also to prevent of
seepage of pollutant laden water into the ground aquifers. When cleaning up
the spill, ensure that the clean-up process does not generate additional dust.
Similarly, spilled concrete slurries or liquid wastes should be contained /
cleaned up immediately before they can infiltrate into the soil / ground or
runoff in nearby areas

Provide hoardings of not less than 3m high along the site boundary, next to
a road or other public area

Provide dust screens, sheeting or netting to scaffold along the perimeter of


the building

Cover stockpiles of dusty material with impervious sheeting

Cover dusty load on vehicles by impervious sheeting before they leave the
site

2.02.08 Contractor shall be required to provide an easily accessible area that serves the entire
building and is dedicated to the separation, collection and storage of materials for recycling
including (at a minimum) paper, corrugated cardboard, glass, plastics, and metals. He shall
coordinate the size and functionality of the recycling areas with the anticipated collections

- 39 -

services for glass, plastic, office paper, newspaper, cardboard, and organic wastes to
maximize the effectiveness of the dedicated areas. Consider employing cardboard balers,
aluminium can crushers, recycling chutes, and collection bins at individual workstations to
further enhance the recycling program
2.02.09 The contractor shall ensure that no construction leach ate (Ex: cement slurry), is allowed
to percolate into the ground. Adequate precautions are to be taken to safeguard against this
including, reduction of wasteful curing processes, collection, basic filtering and reuse. The
contractor shall follow requisite measures for collecting drainage water run-off from
construction areas and material storage sites and diverting water flow away from such
polluted areas. Temporary drainage channels, perimeter dike/swale, etc. shall be
constructed to carry the pollutant-laden water directly to the treatment device or facility
(municipal sewer line).
2.02.10 Staging (dividing a construction area into two or more areas to minimize the area of soil
that will be exposed at any given time) should be done to separate undisturbed land from
land disturbed by construction activity and material storage.
2.02.11 The contractor shall Comply with the safety procedures, norms and guidelines (as
applicable) as outlined in the document Part 7 _Constructional practices and safety, 2005,
National Building code of India, Bureau of Indian Standards. A copy of all pertinent
regulations and notices concerning accidents, injury and first-aid shall be prominently
exhibited at the work site. Depending upon the scope & nature of work, a person qualified
in first-aid shall be available at work site to render and direct first-aid to causalities. A
telephone may be provided to first-aid assistant with telephone numbers of the hospitals
displayed. Complete reports of all accidents and action taken thereon shall be forwarded to
the competent authorities.
2.02.12
The contractor shall ensure the following activities for construction workers safety,
among other measures:
-

Guarding all parts of dangerous machinery.


Precautionary signs for working on machinery
Maintaining hoists and lifts, lifting machines, chains, ropes, and other lifting
tackles in good condition.
Durable and reusable formwork systems to replace timber formwork and
ensure that formwork where used is properly maintained.
Ensuring that walking surfaces or boards at height are of sound construction
and are provided with safety rails or belts.
Provide protective equipment; helmets etc.
Provide measures to prevent fires. Fire extinguishers and buckets of sand to
be provided in the fire-prone area and elsewhere.
Provide sufficient and suitable light for working during night time.

2.02.13 Adopt additional best practices, prescribed norms in construction industry.

- 40 -

2.02.14 The storage of material shall be as per standard good practices as specified in Part 7,
Section 2 Storage, Stacking and Handling practices, NBC 2005 and shall be to the
satisfaction of the Engineer-in-charge to ensure minimum wastage and to prevent any
misuse, damage, inconvenience or accident. Watch and ward of the Contractors materials
shall be his own responsibility. There should be a proper planning of the layout for stacking
and storage of different materials, components and equipments with proper access and
proper manoeuvrability of the vehicles carrying the materials. While planning the layout,
the requirements of various materials, components and equipments at different stages of
construction shall be considered. The Owner shall not take any responsibility on any
account.

2.02.15 The contractor shall provide for adequate number of garbage bins around the construction
site and the workers facilities and will be responsible for the proper utilisation of these bins
for any solid waste generated during the construction. The contractor shall ensure that the
site and the workers facilities are kept litter free. Separate bins should be provided for
plastic, glass, metal, biological and paper waste and labelled in both Hindi and English.
2.02.16 The contractor shall prepare and submit Spill prevention and control plans before the
start of construction, clearly stating measures to stop the source of the spill, to contain the
spill, to dispose the contaminated material and hazardous wastes, and stating designation of
personnel trained to prevent and control spills. Hazardous wastes include pesticides, paints,
cleaners, and petroleum products.
2.02.17 Contractor shall collect the relevant material certificates for materials with high recycled
(both post-industrial and post-consumer) content, including materials for structural use like
TMT steel rolled with high percentage of recycled steel, and RMC mix with fly-ash
etc.(see appendix)
2.02.18 Contractor shall collect the relevant material certificates for rapidly renewable materials
such as bamboo, wool, cotton insulation, agrifiber, linoleum, wheat board, strawboard and
cork.
2.02.19 Contractor shall adopt an IAQ (Indoor Air Quality) management plan to protect the
system during construction, control pollutant sources, and interrupt pathways for
contamination. He shall sequence installation of materials to avoid contamination of
absorptive materials such as insulation, carpeting, ceiling tile, and gypsum wallboard. He
shall also protect stored on-site or installed absorptive materials from moisture damage.
2.02.20 The contractor shall ensure that a flush out of all internal spaces is conducted prior to
handover. This shall comprise an opening of all doors and windows for 14 days to vent out
any toxic fumes due to paints, varnishes, polishes, etc.
2.02.21 Contractor shall make efforts to reduce the quantity of indoor air contaminants that are
odorous or potentially irritating harmful to the comfort and well-being of installer and
building occupants. Contractor shall ensure that the VOC (Volatile Organic Compounds)
content of paints, coatings and primers used must not exceed the VOC content limits
mentioned below:
Paints
Non-flat - 150 g/L

- 41 -

Flat (Mat) - 50 g/L


Anti corrosive/ anti rust - 250 g/L
Coatings
Clear wood finishes
Varnish - 350 g/L
Lacquer - 550 g/L
Floor coatings - 100 g/L
Stains - 250 g/L
Sealers
Waterproofing sealer - 250 g/L
Sanding sealer - 275 g/L
Other sealers - 200 g/L
The VOC (Volatile Organic Compounds) content of adhesives and sealants used must be less than
VOC content limits mentioned:
Architectural Applications VOC Limit(g/l less water)
Indoor Carpet adhesives - 50
Carpet Pad Adhesives - 50
Wood Flooring Adhesive - 100
Rubber Floor Adhesives - 60
Sub Floor Adhesives - 50
Ceramic Tile Adhesives - 65
VCT and Asphalt Tile adhesives - 50
Dry Wall and Panel Adhesives - 50
Structural Glazing Adhesives - 100
Multipurpose Construction Adhesives - 70
Substrate Specific Application VOC Limit (g/l less water)
Metal to Metal - 30
Plastic Foams - 50
Porous material (except wood) - 50
Wood - 30
Fiber Glass 80
2.02.22Wherever required, Contractor shall meet and carry out documentation of all activities on
site, supplementation of information, and submittals in accordance with GRIHA program
standards and guidelines. Towards meeting the aforementioned building environmental
rating standard(s) expert assistance shall be provided to him up on request.

- 42 -

2.02.23 Water Use during Construction


Contractor should spray curing water on concrete structure and shall not allow free
flow of water. After liberal curing on the first day, all the verticals surfaces of concrete
structures should be painted with curing chemical to save water nothing extra shall be paid.
Concrete structures should be kept covered with thick cloth/gunny bags and water should
be sprayed on them. Contractor shall do water ponding on all sunken slabs using cement
and sand mortar.
2.02.24The Contractor shall remove from site all rubbish and debris generated by the Works and
keep Works clean and tidy throughout the Contract Period. All the serviceable and nonserviceable (malba) material shall be segregated and stored separately. The malba obtained
during construction shall be collected in well formed heaps at properly selected places,
keeping in a view safe condition for workmen in the area. Materials which are likely to
cause dust nuisance or undue environmental pollution in any other way, shall be removed
from the site at the earliest and till then they shall be suitable covered. Glass & steel should
be dumped or buried separately to prevent injury. The work of removal of debris should be
carried out during day. In case of poor visibility artificial light may be provided.
2.02.25MATERIALS & FIXTURES FOR THE PROJECT
2.02.26 The contractor shall endeavour to source most of the materials for construction at this
project within a distance of 800 km radius from the project site. Contractor shall collect the
relevant material certificates to prove the same
a)

Any material that is to be sourced from outside the prescribed radius shall be done after
securing the necessary approval from the Engineer-in-charge.

b)

All cement used at site for reinforced concrete, precast members, mortar, plaster, building
blocks, etc shall be PPC (Ordinary Portland Cement). The PPC must meet the requirements
of IS 1489: 1991. (Minimum 25% replacement of cement with fly ash in PPC (Portland
Pozzolona Cement) by weight of the cement used in the overall RC for meeting the
equivalent strength requirements).

c)

As a measure to reduce wastage and water consumption during construction, the contractor
shall source or set up the infrastructure for a small scale ready mix concrete, all concreting
works at site shall utilise only batch mix concrete.

d)

The contractor has to comply as per MoEF issued notification 8.0.763(E) dated 14th
Sept.1999 containing directive for greater fly ash utilization, where it stipulates that ii.
Every construction agency engaged in the construction of buildings within a radius of 50
km radius of a Thermal Power Plant, have to use of 100% fly ash based bricks/blocks in
their construction. Any brick/block containing more than 25% fly ash is designated as fly
ash brick/block. As per GRIHA credits, bricks / blocks should contain more than 40% fly
ash.

e)

The contractor shall ensure that sand from approved source is used in place of sand in an all
concreting works unless specifically instructed otherwise by the Engineer-in-charge.

- 43 -

f)

Timber and aluminium use should be minimised in the project. If used, timber shall
constitute of reclaimed timber and aluminium shall constitute recycled content. The source
of such reclaimed timber shall be approved by the Engineer-in-charge.

g)

The contractor shall ensure that non toxic anti-termite and other pest control is strictly used.

h)

The contractor shall ensure that all paints, polishes, adhesives and sealants used both
internally and externally, on any surface, shall be Low VOC products. The contractor shall
get prior approval from the Engineer-in-charge before the application of any such material.

i)

All plumbing and sanitary fixtures installed shall be as per the requirement of the of the
GRIHA and shall adhere to the minimum LPM and LPF mentioned.

j)

The contractor shall employ 100% zero ODP (ozone depletion potential) insulation; HCFC
(hydro-chlorofluorocarbon)/ and CFC (chlorofluorocarbon) free HVAC and refrigeration
equipments and/halon-free fire suppression and fire extinguishing systems.

k)

The contractor shall ensure that all composite wood products/agro-fibre products used for
cabinet work, etc do not contain any added urea formaldehyde resin.

2.02.27

RESOURCES CONSUMED DURING CONSTRUCTION


a. The contractor shall ensure that the least amount of water and electricity is wasted
during construction. The Engineer-in-charge can bring to the attention any such
wastage and the contractor will have to ensure that such bad practices are corrected.
b. The contractor shall install necessary meters and measuring devices to record the
consumption of water, electricity and diesel on a monthly basis for the entire tenure
of the project.
c. The contractor shall ensure that all run-off water from the site, during construction
is collected and reused to the maximum.
d. The contractor shall use treated recycled water of appropriate quality standards for
construction, if available.
e. No lights shall be turned on during the period between 6:00 AM to 6:00 PM,
without the permission of the Engineer-in-charge.
f. The contractor is encouraged to use bio-diesel in place of petroleum diesel for the
running of generators during construction.

2.02.28

CONSTRUCTION WASTE

a) Contractor shall ensure that wastage of construction material is kept to a maximum of


3%.
b) All construction debris generated during construction shall be carefully segregated and
stored in a demarcated waste yard. Clear, identifiable areas shall be provided for each
waste type. Employ measures to segregate the waste on site into inert, chemical, or
hazardous wastes.

- 44 -

c) All construction debris shall be used for road preparation, back filling, etc, as per the
instructions of the Engineer-in-charge, with necessary activities of sorting, crushing,
etc.
d) No construction debris shall be taken away from the site, without the prior approval of
the Engineer-in-charge.
e) The contractor shall recycle the unused chemical/hazardous wastes such as oil, paint,
batteries, and asbestos.
f) If and when construction debris is taken out of the site, after prior permissions from the
Project Manager, then the contractor shall ensure the safe disposal of all wastes and
will only dispose of any such construction waste in approved dumping sites.
g) Inert waste to be disposed off by Municipal Corporation/ local bodies at landfill sites.

2.02.29
a)

Documentation

The contractor shall, during the entire tenure of the construction phase, submit the following
records to the Engineer-in-charge on a monthly basis:
i) Water consumption in litres
ii) Electricity consumption in kwh units
iii) Diesel consumption in litres
iv) Quantum of waste generated at site and the segregated waste types divided into inert,
chemical and hazardous wastes.
v) Digital photo documentation to demonstrate compliance of safety guidelines as
specified here.

b)

The contractor shall, during the entire tenure of the construction phase, submit the following
records to the Engineer-in-charge on a weekly basis:
i) Quantities of material brought into the site, including the material issued to the
contractor by the client.
ii) Quantities of construction debris (if at all) taken out of the site
iii) Digital photographs of the works at site, the workers facilities, the waste and other
material storage yards, pre-fabrication and block making works, etc as guided by the
Engineer-in-charge.

c)

The contractor shall submit one document after construction of the buildings, a brief
description along with photographic records to show that other areas have not been
disrupted during construction. The document should also include brief explanation and
photographic records to show erosion and sedimentation control measures adopted.
(Document CAD drawing showing site plan details of existing vegetation, existing
buildings, existing slopes and site drainage pattern, staging and spill prevention measures,

- 45 -

erosion and sedimentation control measures and measures adopted for top soil preservation
during construction
d)

The contractor shall submit to the Engineer-in-charge after construction of the buildings, a
detailed as built quantification of the following:
iv) Total materials used,
v) Total top soil stacked and total reused
vi) Total earth excavated,
vii) Total waste generated,
viii)

Total waste reused,

ix) Total water used,


x) Total electricity, and
xi) Total diesel consumed.
e)

The contractor shall submit to the Engineer-in-charge, before the start of construction, a
site plan along with a narrative to demarcate areas on site from which top soil has to be
gathered, designate area where it will be stored, measures adopted for top soil preservation
and indicate areas where it will be reapplied after construction is complete.

f)

The contractor shall submit to the Engineer-in-charge, a detailed narrative (not more than
250 words) on provision for safe drinking water and sanitation facility for construction
workers and site personnel.

g)

Provide supporting document from the manufacturer of the cement specifying the fly-ash
content in PPC used in reinforced concrete.

h)

Provide supporting document from the manufacturer of the pre-cast building blocks
specifying the fly ash content of the blocks used in an infill wall system.

i)

The contractor shall, at the end of construction of the buildings, submit to the Engineer-incharge, submit following information, for all material brought to site for construction
purposes, including manufacturers certifications, verifying information, and test data,
where Specifications sections require data relating to environmental issues including but
not limited to:
i)

Source of products: Supplier details and location of the supplier and brand name.

ii)

Project Recyclability: Submit information to assist Owner and Contractor in


recycling materials involved in shipping, handling, and delivery, and for temporary
materials necessary for installation of products.

iii)

Recycled Content: Submit information regarding product post industrial recycled


and post consumer recycled content. Use the Recycled Content Certification
Form, to be provided by the Commissioning Authority appointed for the Project.

iv)

Product Recyclability: Submit information regarding product and products


components recyclability including potential sources accepting recyclable
materials.

v)

Clean tech: Provide pollution clearance certificates from all manufacturers of


materials

vi)

Indoor Air quality and Environmental Issues: Submit following certificates:


a) Certifications from manufacturers of Low VOC paints, adhesives, sealant and
polishes used at this particular project site.

- 46 -

b) Certification from manufacturers of composite wood products/agro fibre


products on the absence of added urea formaldehyde resin in the products
supplied to them to this particular site.
c) Submit environmental and pollution clearance certificates for all diesel
generators installed as part of this project.
j) Provide total support to the Engineer-in-charge appointed by the owner in completing all
Green Building Rating related formalities, including signing of forms, providing signed
letters in the contractors letterhead.
2.02.30
a)

EQUIPMENT

To ensure energy efficiency during and post construction all pumps, motors and engines
used during construction or installed, shall be subject to approval and as per the
specifications of the architects.

b)

All lighting installed by the contractor around the site and at the labour quarters during
construction shall be CFL/LED bulbs of the appropriate illumination levels. This condition
is a must, unless specifically prescribed.
The contractor is expected to go through all other conditions of the GRIHA rating
stipulations, which can be provided to him by the architects.
Failure to adhere to any of the above mentioned items, without necessary clearances from the
architects and the Engineer-in-charge, shall be deemed as a violation of contract and the contractor
shall be held liable for penalty as determined by the architects.

- 47 -

9 - ADDITIONAL SPECIFICATIONS
1.0

GENERAL

1.1

The work in general shall be executed as per the description of the item, specification
attached, CPWD specifications 2009 Vol.-I & II.

1.2

In case of any variation between different applicable specifications, the following order of
precedence will be followed :
I.
II.

Nomenclature of item
Additional condition, Additional specification and Particular specifications attached
with the tender document.
CPWD Specifications 2009 Vol.-I & II for other works.
Latest publication of Bureau of Indian Standards.
Sound Engineering Practice and as per Decision of Engineer in charge.

III.
IV.
V.
1.3

The work shall be executed and measured as per metric units given in the schedule of
quantities, drawings etc. (F.P.S. units wherever indicated are for guidance only).

1.4

The following modification to the above specifications and some additional specifications
shall however apply.
(i)

Stone for stone masonry, from approved quarry at all stone aggregate and stone
ballast shall be of hard stone variety to be obtained form approved quarries at
Alwar or from any other suitable source as approved by the Engineer in charge.

(ii)

Sand to be used for cement concrete work, mortar for masonry from Banas
River & for plaster work shall be of standard quality from Banas River. Sand
obtained from other sources shall be got approved from the Engineer in charge.
The same shall consist of hard siliceous material. It shall be clean sand for
which nothing extra shall be paid.

1.5

Wherever any reference to any Indian Standard Specification occurs in the documents
related to this contract, the same shall be inclusive of all amendments issued there to or
revisions thereof, if any, upto the date of receipt of tenders.

1.6

Unless otherwise specified in the schedule of quantities the rates for all items of the work
shall be considered as inclusive of pumping out or bailing out water if required for which
no extra payment will be made. This will include water encountered from any source, such
as rains, floods subsoil water table being high due to any other cause whatsoever.

2.0

RCC work

2.1

In respect of projected balconies, projected slabs at roof level and projected verandah, the
payment for the RCC work shall be made under the item of RCC slabs. The payment for
centering and shuttering of such items shall similarly be paid under the item of centering
and shuttering of RCC slab. Nothing extra shall be paid for the side shuttering at the edges
of these projected balconies and projected verandahs. All the exposed edges shall however
be finished as per specifications and nothing extra shall be paid for this.

- 48 -

2.2

3.0

The contractor shall provide approved type of supports for maintaining the bars in position
and ensuring required spacing and correct cover of concrete to reinforcement as called for in
the drawings. Spacer block/cover blocks of required shape and size, M.S. chairs and spacer
bars shall be used in order to ensure accurate positioning of reinforcement. Spacer
blocks/cover blocks shall be cast well in advance with approved proprietary prepacked free
flowing mortars (conbextra as manufactured by M/s Fosroc Chemicals India Ltd or approved
equivalent) of high early strength. Blocks of polymer shall not be used as spacer blocks
unless specially approved by the Engineer-in-charge. Rate of item of steel reinforcement is
inclusive of cost of such cover blocks.
FLOORING
The rate of items of flooring is inclusive of providing sunken flooring in bathrooms,
kitchen etc. and nothing extra on this account is admissible. The samples of flooring, dado
& skirting as per approved pattern shall be prepared & got approved from the Engineer-incharge before execution of work.

4.0

WOOD WORK

4.1

The samples of species of timber to be used shall be got approved and deposited by the
contractor with the EE before commencement of the work. The contractor shall produce
cash vouchers and certificates from kiln seasoning or/and chemical treatment plants about
the timber section to be used on the work having been kiln seasoned or/and chemically
treated by them.
Factory made shutter as specified shall be obtained from factories as per list given in
Annexure-VI or form any other factory to be approved by the Engineer in charge. The
contractor shall inform well in advance to the Engineer in charge the names and address of
the factory from where the contractor intends to get the shutters manufactured. The
contractor will place order for manufacture of shutters only after written approval of the
Engineer in charge in this regard is given. The contractor is bound to abide by the decision
of the Engineer in charge and recommend a name of another factory from the approved list
in case the factory already proposed by the contractor is not found competent to
manufacture quality shutters. Shutters will however be accepted only if this meet the
specified tests. The contractor will also arrange stage wise inspection of the shutters at
factory of the Engineer in charge or his authorised representative. Contractor will have no
claim if the shutters brought at site are rejected by Engineer in charge in part or in full lot
due to bad workmanship / quality even after inspection of factory. Such shutters will not be
measured and paid and the contractor shall remove the same from the site of work within 7
days after the written instruction in this regard are issued by Engineer in charge or his
authorised representative.

4.2

5.0
5.1
(a)

STEEL WORK
The rate of T- angle iron frame shall include the following.
M.S. sill/tie of 10mm dia bar welded to T-iron frames to keep the frames vertical in correct
position . The sill / tie shall be embedded in floor concrete. No tie is necessary for window
frames.

- 49 -

(b)

Each T iron frame for doors shall have 4 Nos M.S. lugs 15x3mm, 10 cms long welded to
each vertical member of the frame.

(c)

M.S. flat 6 x 25mm, 100mm long having threaded holes (No. of flats shall correspond to
the no. of butt hinges to be fixed to door / window shutters) shall be welded at appropriate
places at the back of the T-iron frames for fixing the required butt hinges to the frame with
machine screws.

5.2

All welded structural steel work shall be tested for quality of weld as laid down in IS 8221970 before actual erection if required.

6.
6.1

WATER SUPPLY, SANITARY INSTALLATION


The SCI/CI pipes and GI pipes wherever necessary shall be fixed to RCC columns, beams
etc. with rawl plugs and nothing extra shall be paid for this.
The contractor shall be responsible of the protection of the sanitary and water supply
fittings and other fittings and fixtures against pilferage and breakage during the period of
installation and thereafter until the building is handed over.

6.2

7.
7.1

7.2

VARIATION IN CONSUMPTION OF MATERIALS


The variation in consumption of material shall be governed as per CPWD specification and
clauses of the contract to the extent applicable. The following specific clauses shall govern
the variation in consumption of pig lead.
The pig lead to be used in jointing 100mm, 75mm and 50 mm SCI/CI pipe joints in
sanitary installations shall not be less than 0.98 kg, 0.88 kg and 0.77 kg per joint
respectively.

The theoretical quantity of cement to be utilized in item of concrete involving use of single
aggregate and mixed by volume batching shall be computed on the basis of the coefficient for
cement to be used in different item of the work provided in DSR reducing each of the co-efficient
by 5% . However, where the concrete is mixed by weight batching no such reduction shall be
made from theoretical co-efficient given in DSR 2014 for concrete with crushed stone aggregate.
8.

In the schedule of quantities/nomenclature of items, the brand/make of product/material has


been mentioned. The contractor is required to provide the same brand/make as mentioned
in the item. If the same are not available in the market or the supplies adopts monopolistic
practice then the approval of other equivalent brand/make are to be obtained from
Engineer-in-charge. The contractor will submit such a case at least three months before
the materials is required at site. If the rate of other equivalent brand/make are less than the
brand/make mentioned in the item, than necessary cost adjustment will be made for
difference in rates.

9.

The sections of the UPVC windows of different makes will be as under:


S.
No.

Details of Members

1
2
3

Window frame
Window sash
Window transom

PRIZMA
(SIGNIA Gold
Range)
58 x 52mm
58 x 72mm
58 x 68mm

FENESTA1500 series

Aluplast 2000
series

56 x 48mm
56x 66mm
56 x 58mm

60 x 65mm
60 x 74mm
60 x 73mm

Note for PRIZMA, (SIGNIA Gold Range), The Sections of KOMMERLING will be used.

- 50 -

10 - PARTICULAR SPECIFICATION
1.0
1.1

R.C.C. Work
CENTERING AND SHUTTERING FOR RCC 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, budges 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 0.6 m x 0.9 m 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.

1.2

R.C.C. work (DESIGN MIX CONCRETE)


The RCC work shall be done with BMC Design Mix Concrete unless otherwise specified
in the nomenclature of items, wherever letter M has been indicated , the same shall imply
for the Design Mix Concrete. For the nominal mix in RCC, CPWD specification shall be
followed. The Design Mix Concrete will be designed based on the principles given in IS :
456, 10262 and SP 23 . The contractor shall design mixes for each class of concrete
indicating that the concrete ingredients and proportions will result in concrete mix meeting
requirements specified. The cement shall be actually weighed as presumption of each bag
having 50 kg shall not be allowed. In case of use of admixture, the mix shall be designed
with these ingredients as well. The specification mentioned herein below shall be followed
for Design Mix Concrete.

1.2.1 Ingredients :-

Coarse Aggregate :- As per CPWD Specifications


Fine Aggregate :- As per CPWD Specifications.
Water :- As per requirements laid down in IS 456-2000 and CPWD specifications.
Cement : Cement arranged by the contractor will be PPC (in bags) conforming to
IS : 1489 : Part-I, If for any reasons, cement other than that specified in this para, for
example PPC of grade 43 or higher grade is brought to site by contractor, the issues like
payments rate as well as the quantity to be used in the design mix concrete will remain
unchanged.
Admixture :- Admixtures shall not be used without approval of Engineer-in-Charge.
Wherever required, admixtures of approved quality shall be mixed with concrete to achieve
the desired workability within specified water cement ratio. The admixture 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 admixture required for achieving desired
workability without any change in specified water cement ratio for RCC / CC work.

- 51 -

1.2.2 Grade of concrete :- The characteristic compressive strength of various grades of concrete

shall be given as below :Sl.


No

Grade
Designation

Compressive
strength on
15cm cubes min
7 days
(
N/mm2)

Specified
characteristic
compressive
strength at 28
days (N/mm2)

Minimum
cement
content *
(Kg per
cum)

Maximum
water
cement
ratio

(i)
(ii)

M 25
M 35

As per Design
As per Design

25
35

330
350

0.50
0.50

1.2.2.1

The Concrete mix will be designed for minimum workability as specified in para 7 of
IS 456-2000
Workability of Concrete (Unless otherwise specified elsewhere or as
decided by Engineer in charge.
Placing Conditions

(1)
Lightly reinforced sections in slabs, beams, walls,
columns
Heavily reinforced section in slabs, beams, walls,
columns.
Pumped concrete

Degree of
Workability
(2)
Low

Slump (mm)

Medium

50-100

Medium

75-100

(3)
25-75

The recommended values of slump for various members are given below:(i) Columns 25 35 mm (ii) Beams
30 40 mm (iii) Slabs
30- 50 mm
1.2.2.2. In the designation of concrete mix letter M refers to the mix and the number to the
specified characteristic compressive strength of 15 cm Cube at 28 days expressed in
N/mm2.
1.2.2.3. It is specifically highlighted that in addition to the above requirements the maximum
cement content * for any grade shall be limited to 430 kg / cubic metre.
1.2.2.4 The minimum cement content * for design mix concrete shall be maintained above. In the
case where the quantity of cement required is higher than that mentioned in relevant item,
to achieve desired strength based on an approved mix design, the extra cost of cement
shall not be payable to the contractor. In case of pile work, cement content * will be as
specified (Minimum 400 kg / Cum of concrete).
1.2.3 The concrete design mix with or without admixture will be carried out by the contractor

through MBM Engineering College, Jodhpur, MNIT Jaipur or a Government Engineering


College.
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 aggregate 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.
* Note : The Cement content means PP Cement including fly ash.

- 52 -

1.2.4 The contractor shall submit the mix design report from any of above approved laboratories

for approval of Engineer in charge within 30 days from the date of issue of letter of
acceptance of the tender. No concreting shall be done until the mix design is approved.

1.2.5 In case of change of source or characteristic properties of the ingredients used in the

concrete mix during the work, a revised laboratory mix design report conducted at
laboratory established at site shall be submitted by the contractor as per the direction of the
Engineer in charge.

1.2.6 APPROVAL OF DESIGN MIX :-

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 CONCRETE

FOR GOOD QUALITY OF CONTROL

M 25

5.0

M 30

6.0

M 35

6.0

Out of the six specimen of each set, three shall be tested at seven days and remaining three
at 28 days. The preliminary tests at seven days are intended only to indicate the strength to be
attained at 28 days.

1.2.7 CHARGES FOR DESIGN MIX


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

- 53 -

1.2.8 DESIGN MIX CONCRETE FROM FULLY AUTOMATIC COMPUTERISED


CONCRETE BATCHING AND MIXING PLANT

1.2.8.1.Proportioning Concrete
In proportioning cement concrete, the quantity of both cement and aggregates shall be
determined by weight. The cement shall be weighed separately from the aggregates. Water
shall either be measured by volume in calibrated tanks or weighed. All measuring
equipment shall be maintained in a clean and serviceable condition. The amount of mixing
water shall be adjusted to compensate for moisture content in both coarse and fine
aggregates. The moisture content of aggregates shall be determined in accordance with IS :
2386 (Part III). Suitable adjustments shall also be made in the weights of aggregates to
allow for the variation in weight of aggregates due to variation in moisture content.

1.2.8.2

Production of Concrete

The concrete shall be produced in a central batching and mixing plant with, computerized
printing for contents and admixture dosage, producing at least 30 Cum concrete per hour.
The batching plant shall be fully automatic. Automatic batcher shall be charged by devices
which, when actuated by a Single starter switch will automatically start the weighing
operation of each material and stop automatically, when the designated weight of each
material has been reached. The batching plant shall have automatic arrangement for
dispensing the admixture and shall also be capable of discharging water in more than one
stage. A print out from the batching plant for every lot shall be submitted. A batching plant
essentially shall consist of the following components :Separate storage bins for different
sizes of aggregates, silo for cement; and water storage tank.
-

Batching equipment

Mixers

Control panels

Mechanical material feeding and elevating arrangements

- 54 -

The compartments of storage bins for aggregates shall be approximately of equal size. The
cement compartment shall be centrally located in the batching plant. It shall be watertight
and provided with necessary air vent, aeration fittings for proper flow of cement &
emergency cement cut off gate. The aggregate and sand shall be charged by power
operated centrally revolving chute. The entire plant from mixer floor upward shall be
enclosed and insulated. The batch bins shall be constructed so as to by self-cleansing
during drawdown. The batch bins shall in general conform to the requirements of IS : 4925.

The batching equipment shall be capable of determining and controlling the prescribed
amounts of various constituent materials for concrete accurately i.e. water, cement, sand,
individual size of coarse aggregates etc. The accuracy of the measuring devices shall fall
within the following limits.

Measurement of Cement

2% of the quantity of cement in each batch

Measurement of Water

3% of the quantity of water in each batch

Measurement of Aggregate

3% of the quantity of aggregate in each batch

Measurement of Admixture :

3% of the quantity of admixture in each batch

1.2.8.3

Mixing Concrete

The mixer in the batching plant shall be so arranged that mixing action in the mixers can be
observed from the operator's station. The mixer shall be equipped with a mechanically or
electrically operated timing, signaling and metering device which will indicate and assure
completion of the required mixing period. The mixer shall have all other components as
specified in IS : 4925.

- 55 -

1.2.8.4

Transportation, Placing and Compaction of Concrete

Mixed concrete from the batching plant shall be transported to the point of placement by
transit mixers or through concrete pumps or steel closed bottom buckets capable of
carrying 0.6 cum concrete. In case the concrete is proposed to be transported by transit
mixer, the mixer speed shall not be less than 4 rev/ min. of the drum nor greater than a
speed resulting in a peripheral velocity of the drum as 70 m / minute at its largest diameter.
The agitating speed of the agitator shall be not less than 2 rev / min. nor more than 6 rev /
min. of the drum. The number of revolutions of the mixing drum or blades at mixing speed
shall be between 70 to 100 revolutions for a uniform mix, after all ingredients, have been
charged into the drum. Unless tempering water is added, all rotation after 100 revolutions
shall be at agitating speed of 2 to 6 rev / min. and the number of such rotations shall not
exceed 250. The general construction of transit mixer and other requirements shall conform
to IS : 5892.

In case concrete is to be transported by pumping, the conduit shall be primed by pumping a


batch of mortar / thick cement slurry through the line to lubricate it. Once the pumping is
started, it shall not be interrupted (if at all possible) as concrete standing idle in the line is
liable to cause a plug. The operator shall ensure that some concrete is always there in the
pump-receiving hopper during operation. The lines shall always be maintained clean and
shall be free of dents.

Materials for pumped concrete shall be batched consistently and uniformly. Maximum size
of aggregate shall not exceed one-third of the internal diameter of the pipe. Grading of
aggregate shall be continuous and shall have sufficient ultra fine materials (materials finer
than 0.25mm). Proportion of fine aggregates passing through 0.25mm shall be between 15
& 30% and that passing through 0.125 mm sieve shall not be less than 5% of the total
volume of aggregate. When pumping long distances and through hot weather, set-retarding
admixtures may be used. Admixtures to improve workability can be added. Suitability of
concrete shall be through pumping shall be verified by trial mixes and by performing
pumping tests.

- 56 -

1.2.8.5

Note : In case cement content as per approved design mix is less than the cement

contents for cubic metre of concrete specified in the nomenclature of the item, financial
adjustment by way of such recovery for less cement content shall be effected at the rate of
as per clause-10 CA.
1.2.9 PREPARATION OF MIXES AS PER APPROVED DESIGN MIX AND CONDUCTING
CONFIRMATORY TEST AT FIELD LAB.

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 and 28 days . Test cubes shall be taken from trial
mixes as follows.

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 shall exceed the specified
target mean strength for which design mix has been approved , the evaluation of test results will be
done as per IS : 456-2000.

1.2.10

WORK STRENGTH TEST

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, if required, as per direction of
Engineer in charge for testing samples cured by accelerated method as described in IS : 9103.
TEST RESULTS OF SAMPLE
The test results of the sample shall be the average of the strength of three specimen. The individual
variation shall not be more than + - 15 percent of the average. If more, the test results of the
sample are invalid. 90% of the total tests shall be done at the laboratory established at site by the
contractor and remaining 10% in the laboratory of Central Designs Organisation, CPWD or in any
other laboratory as directed by the Engineer in charge.

- 57 -

1.2.11

STANDARD FOR ACCEPTANCE


Standard of acceptance shall be same as specified in clause 16 of IS 456-2000.
In order to keep the floor finish as per architectural drawings and to provide required
thickness of the flooring as per specification, the level of top surface of RCC shall be
accordingly adjusted at the time of its centering, shuttering and casting for which
nothing extra shall be paid to the contractor.

1.2.12

1.2.13

Measurement - As per CPWD specifications.

1.2.14

Tolerances - As per CPWD specifications

1.2.15

Rate :-

1.2.15.1

The rate includes the cost of materials and labour involved in all the operations
described above except for the cost of centering, shuttering and reinforcement, which
will be paid separately.

1.2.15.2

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

1.2.15.3

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


governed by para Standard of Acceptance as above, the work for which samples have
failed shall be redone at the cost of contractors. However, the Engineer in charge may
order for additional tests (like cutting cores, ultrasonic pulse velocity test, load test on
structure or part of structure etc) to be carried out at the cost of contractor to ascertain if
the portion of structure wherein concrete represented by the sample has been used, can
be retained on the basis of results of individual or combination of these tests.
The contractor shall take remedial measures necessary to retain the structure as
approved by the Engineer in charge without any extra cost. However, for payment, the
basis of rate payable to contractor shall be governed by the 28 days cube test results
and reduced rates shall be regulated in accordance with para 5.4.13 of Revised CPWD
specification 2009, Vol.-I.

2.0

WATER PROOFING TREATMENT

2.1

Treatment for roof surface with integral cement based compound (Brick-coba). This item
shall be got executed from any of the specialized agency to be got approved from
Engineer-in-Charge.

2.1.1 The brick bats shall be from over burnt bricks. The proprietary water proofing compound
shall bear I.S.I. mark and shall conform to IS: 2715. Before execution of work water
proofing compound has to be brought to and a certificate of its conforming to IS code
should be produced. The proprietary water proofing compound shall be added at the rate
recommended by the specialist firms but not exceeding 3 percent by weight of cement. The
Engineer in charge reserve the right to collect the random sample from material brought at
site and get it tested from laboratory of his choice. The material which does not conform to
the specification shall have to be removed forthwith by the contractor.

- 58 -

2.1.2 The finished surface after water proofing treatment shall have minimum slope of 1 in 80.
At no point shall the thickness of water proofing treatment be less than 65mm.
2.1.3 While treatment of roof surface is done, it shall be ensured that the outlet drain pipes have
been fixed and mouths at the entrance have been eased and rounded off properly for easy
flow of water.
2.1.4 The surface where the water proofing is to be done shall be thoroughly cleaned with wire
brushes. All loose scales mortar splashes etc. shall be removed and dusted off. The surface
shall be treated with neat cement slurry admixed with proprietary water proof compound to
penetrate into crevices and fill up all the pores in the surface. This cement slurry shall be
applied at the junction of parapet and terrace slab including the vertical face of the parapet.
2.1.5 After the slurry coat is laid, layer of over burnt brick bats shall be laid in cement mortar of
mix as specified by specialist firm but not leaner than 1:5 ( 1 cement : 5 coarse sand)
admixed with proprietary water proofing compound to required gradient and joints filled
to half the depth. The bricks bat layer shall be rounded at the junction with the parapet and
tapered towards top for a height of 300mm. Curing of this layer shall be done for 2 days.
2.1.6 After curing the surfaces shall be applied with a coat of cement slurry admixed with
proprietary water proofing compound.
2.1.7 Joints of bricks bat layer shall be filled fully with cement mortar of mix as specified by the
specialist firm but not leaner than 1:5 ( 1 cement : 5 coarse sand) admixed with proprietary
water proofing compound and finally top finished with average 20 mm thick layers of
cement mortar 1:4 ( 1 cement : 4 coarse sand) and finished smooth with cement slurry
mixed with proprietary water proofing compound. The finished surface shall have marking
of 300x300 mm false squares to give the appearance of tiles.
2.1.8 Curing of water proofing treatment shall be done for a minimum period of two weeks by
flooding the water by making kiaries etc.
2.1.9 MEASUREMENTS : The measurements shall be taken for plan area of terrace only.
Length and breadth shall be measured correct to one centimeter and area shall be worked
out to nearest 0.01 sqm. No deduction in measurements shall be made for either opening or
recesses for chimneys, stacks, roof lights and the like of areas upto 0.10 sqm nor anything
extra shall be paid for forming such openings. For similar areas exceeding 0.10 sqm ,
deductions will be made in measurements for full openings and nothing extra shall be paid
for making such opening.
2.1.10 Rates : The rate shall include the cost of all labour and materials involved in all the
operations described above.
2.2

GUARANTEE BOND

Ten Years Guarantee bond in prescribed proforma attached at annexure-II herewith shall be
submitted by the contractor which shall also be signed by both the specialized agency and the
contractor to meet their liability / liabilities under the guarantee bond. However, the sole
responsibility about efficiency of water proofing treatment shall rest with the building contractor.

- 59 -

Five percent of the cost of water proofing work shall be retained as security deposit and the
amount so withheld would be released after ten years from the date of completion of the entire
work under the agreement, if the performance of the work done is found satisfactory. If any defect
is noticed during the guarantee period, it shall be rectified by the contractor within seven days of
receipt of intimation of defects in the work. If the defects pointed out are not attended to within the
specified period, the same will be got done from another agency at the risk and cost of contractor.
However, the security deposit deducted may be released in full against bank guarantee of
equivalent amount in favour of Engineer in charge, if so decided by the Engineer in charge.
The Security deposit against this item of work shall be in addition to the security deposit
mentioned elsewhere in contract form.
3.0

SPECIFICATIONS FOR WATER SUPPLY, SEWERAGE AND DRAINAGE.

3.1

GENERAL

3.1.1 The scope of work comprises supply, laying, installation, commissioning and testing of
water supply, sewerage and drainage works including sanitary fixtures and fittings. These
works shall be executed as per the specifications of items attached and CPWD
specifications 2009, Volume II.
3.1.2 All the works shall be completely concealed either within shafts or chases or in fills and
dropped ceilings, unless specifically shown in drawings or required otherwise.
3.1.3 All the works shall be adequate protected against corrosion, so that the whole work is free
from damage throughout.
3.1.4 The contractor shall be responsible for coordinating the work with works of other trades
sufficiently ahead of time to avoid unnecessary hold-ups. Hangers, sleeves, recesses etc
shall be left in time as the work proceeds whether or not these are shown in drawings.
3.1.5 The contractor shall submit as directed by the Engineer-in-charge, samples manufactures
drawings, equipment characteristics and capacity data etc. of all the equipment,
accessories, devices etc. that he proposes to use in the installation to the Engineer-in-charge
for approval.
3.1.6 Before the work is handed over, the contractor shall clean all fixture removing all plaster,
stickers, rust stains and other foreign matter, leaving every part in acceptable condition and
ready for use to the satisfaction of the Engineer-in-charge.
3.1.7 All sanitary wares and fittings shall conform to IS standards. The contractor shall submit
samples of all fittings and fixtures proposed to be used to the Engineer-in-charge for his
approval. The approved samples shall remain with the Engineer-in-charge till the
completion of the work.
3.1.8 All the workmanship shall confirm to Indian Standard Codes of practice. The fixing and
finishing shall be neat true to level and in plumb. Manufacturers instruction shall be
followed closely regarding installation and commissioning.

- 60 -

3.1.9 All fixtures shall be protected throughout the progress of the work from damage. Special
care shall be taken to prevent damage and scratching of the fittings. Tool marks on exposed
fixtures shall be removed with hot water only at the final completion of work.
3.1.10 All fixtures and accessories shall be fixed in accordance with a set pattern matching the
tiles or interior finish as per architectural requirements. Wherever necessary the fittings
centered to dimensions and pattern desired.
3.2

INSPECTION AND TESTING

3.2.1 Inspection and testing of water supply installations shall be carried out as per Section 1,
Part IX of National Building Code of India 2005 with upto date amendments.
3.2.2 Inspection and testing of sewerage and drainage installations shall be carried out as per
Section 2, Part IX of National Building Code of India 2005 with upto date amendments.
3.3

GUARANTEE BOND
Ten years guarantee bond in prescribed proforma attached at Annexure I herewith shall be
submitted by the contractor which shall also be signed by both the specialist agency and the
contractor to meet their liability / liabilities under the guarantee bond. However, the sole
responsibility shall rest with the building contractor.
5% (Five percent) of the cost of water supply and sanitary installation work shall be
retained as security deposit and the amount so withheld would be released after ten years
from the date of completion of the entire work under the agreement, if the performance of
the work done is found satisfactory , if any defects like leakage and manufacturing defects
etc. is noticed during the guarantee period, it shall be rectified by the contractor within
seven days of the receipt of intimation of defects in the work, if the defects pointed out are
not attended to within the specified period, the same will be got done from another agency
at the risk and cost of the contractor.
However, the security deposit deducted may be released in full against bank guarantee of
equivalent amount in favour of Engineer in charge, if so decided by the Engineer in charge.
The Security deposit against this item of work shall be in addition to the security deposit
mentioned elsewhere in contract form.

4.0

ROAD WORK
Road work shall conform to CPWD specification 2009, Volume II, in case the same is not
available in CPWD specification or if required as per item, the MORTH specifications for
roads and bridges (latest revision) shall be followed.

5.0

uPVC WINDOWS
Ten years guarantee bond in prescribed proforma attached at Annexure I herewith shall be
submitted by the contractor which shall also be signed by both the specialised agency i.e.
manufacturer of doors & window or their authorised agency and the contractor to meet
their liability / liabilities under the guarantee bond. However, the sole responsibility shall
rest with the building contractor.

- 61 -

5% (Five percent) of the cost of UPVC windows i/c Glass and fixtures shall be retained as
security deposit and the amount so withheld would be released after ten years from the date
of completion of the entire work under the agreement, if the performance of the work done
is found satisfactory, if any defects like leakage and manufacturing defects etc. is noticed
during the guarantee period, it shall be rectified by the contractor within seven days of the
receipt of intimation of defects in the work, if the defects pointed out are not attended to
within the specified period, the same will be got done from another agency at the risk and
cost of the contractor.
However, the security deposit deducted may be released in full against bank guarantee of
equivalent amount in favour of Engineer in charge, if so decided by the Engineer in charge.
The Security deposit against this item of work shall be in addition to the security deposit
mentioned elsewhere in contract form.
6.0

INSULATION BY GLASS WOOL AND POLYURETHENE FOAM


Ten years guarantee bond in prescribed proforma attached at Annexure I herewith shall be
submitted by the contractor which shall also be signed by both the specialised application
agency/manufacturer and the contractor to meet their liability / liabilities under the
guarantee bond. However, the sole responsibility shall rest with the building contractor.
5% (Five percent) of the cost of insulation by glass wool and polyurethane foam shall be
retained as security deposit and the amount so withheld would be released after ten years
from the date of completion of the entire work under the agreement, if the performance of
the work done is found satisfactory, if any defects like leakage and manufacturing defects
etc. is noticed during the guarantee period, it shall be rectified by the contractor within
seven days of the receipt of intimation of defects in the work, if the defects pointed out are
not attended to within the specified period, the same will be got done from another agency
at the risk and cost of the contractor.
However, the security deposit deducted may be released in full against bank guarantee of
equivalent amount in favour of Engineer in charge, if so decided by the Engineer in charge.
The Security deposit against this item of work shall be in addition to the security deposit
mentioned elsewhere in contract form.

- 62 -

10(A) -SPECIFICATION OF ALUMINUM WORK


Aluminum work shall be got executed from specialized agency. The specialized agency
for the aluminum work shall be got approved from the Engineer - in - Charge, well before actual
commencement of the item of work. Necessary performance certificates in respect of agencies
proposed to be engaged shall be submitted within 30 days from the date of issue of acceptance
letter to substantiate technical capability and experience of the agency for prior approval of the
Chief Engineer.
Specifications for Aluminum Door, Window, Ventilator
1

Extent and Intent :

All the Aluminum doors and windows etc will be fabricated in the factory. The factory
shall be inspected and approved by Engineer-in-charge. The approved specialist agency
owning factory for fabrication of doors & windows and shall furnish all materials,
labour, accessories equipment tool & plant, incidental. Required for providing and
installing anodised aluminum door, windows, claddings, louvers and other items as
called for on the drawings. The drawings and specifications cover the major
requirement only. The supplying of additional fastenings, accessory features and
mentioned specifically herein but which are necessary to make a complete installation
shall be a part of the contract.
2

General :

Aluminum doors, windows etc. shall be of sizes, section detail as shown on the
drawings. The details shown on the drawings indicate generally the sizes of the
components parts and general standards. These may be varied slightly to suit the
standards adopted by the manufacture. Before proceeding with any manufacturing, the
contractor shall prepare and submit complete manufacturing and installation drawings
for approval of Engineer-in-Charge and no work shall be performed until the approval
of these drawings is obtained.
3

Shop Drawings :

The contractor shall submit the shop drawings of doors, windows louvers cladding and
other aluminum work, based on architectural drawings to Engineer-in-charge for his
approval. The drawings shall show full size sections of door, window etc. thickness of
metal (i.e. wall thickness) details of construction, sub frame / rough ground profile
anchoring details, hardware as well as connection of windows doors, and other metal
work to adjacent work. Samples of all joints and methods of fastening and joining shall
be submitted to the Engineer-in-Charge for approval well in advance of commencing
the work.
4

Samples :

Samples of doors, windows, louvers etc. shall be fabricated assembled and submitted to
the Engineer-in-Charge for his approval. They shall be of sizes, types etc. as decided by
Engineer-in-Charge. All samples shall be provided the cost of the contractor.
5

Sections :

Aluminum doors and windows shall be fabricated from extruded section of profiles as
detailed on drawings. The sections shall be extruded by the manufacturers approved by
the Engineer-in-Charge. The aluminum extruded section shall conform to IS
designation 63400-WP(HV9WP old designation) with chemical composition and
technical properties as per IS : 733 and 1285. The permissible dimensional tolerance of
the extruded sections shall be such as not to impair the proper and smooth function /
operation and appearance of doors and windows.

- 63 -

Fabrications :

Doors, window etc. shall be fabricated to sizes as shown at factory and shall be of
section, sizes combinations and details as shown in the Architectural drawings, all
doors, windows etc. shall have mechanical joints. The joints shall be designed to
withstand a wind load of 150 kgs. per sqm. the design shall also ensure that the
maximum deflection of any member shall be accurately machined and fitted to form
hairline joints prior to assembly. The joint and accessories such as cleats brackets, etc.
shall be of such materials as not to cause any bi-metallic action, the design of the joints
and accessories shall be such that the accessories are fully concealed. The fabrication of
doors, windows etc. shall be done in suitable sections to facilitate easy transportation,
handing and installation. Adequate provision shall be made in the door and windows
members for anchoring to support and fixing of hardware and other fixture as approved
by the Engineer-in-Charge.
7

Anodising :

All aluminum sections shall be anodized as per IS : 7088 and to required colour as
specified in the item as per IS : 1868 grading, after cutting the members to requisite
sizes. Anodising shall be to the specified grade with minimum average thickness of 15
microns when measured as per IS : 6012. The anodic coating shall be properly sealed
by steams or by boiling in deionized water or cold sealing process as per IS : 1868 / IS :
6057. Polythene tape protection shall be applied on the anodized sections before they
are brought to site. All care shall be taken to ensure surface protection during
transportation, storage at site and installation. The tape protection shall be removed on
installation. The sample will be tested in the approved laboratory and cost of samples,
cost of testing shall be borne by the contractor.
8

Powder Coating:

The powder used for powder coating shall be polyster powder made by Berger or
Jenson& Nicholsion or equivalent. The thickness of powder coating shall not be less
than 50 micron at any point measured with micrometer.
9

Protection of Finish :

All aluminum members shall be wrapped with approved self-adhesive non-staining


PVC tapes.
10

Handling and Stacking :

10.1

Fabricated materials shall be carted in an approved manner to protect the material


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

10.2

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

- 64 -

10.3

Where aluminum comes into contact with masonry brick work / concrete / plaster or
dissimilar metals, it shall be coated with approved insulation lacquer paint or plastic
tape to ensure that electro chemical corrosion is avoided. Insulation materials shall be
trimmed off to clear flush line on completion.

10.4

Silicon Sealant :

The peripheral gaps between plastered faces / RCC and aluminum sections shall be
sealed both from inside and outside to make the windows watertight. Gaps upto 10mm
between the peripheral aluminum member and masonry / RCC / Stone shall be sealed
by inserting Backer Rod manufactured by HT TROPLAST or Supreme Industries and
by application of weather silicon / sealant of DOW corning / GE silicon make.
10.5

11

The contractor shall be responsible for assembling composite, bedding set straight
plumb, level and for their satisfactory operation after fixing is complete.
:

Installation :

11.1

Just prior to installation the doors, windows etc. shall be uncrated and stacked on edge
on level bearers and supported evenly. The frame shall be fixed into position true to
line and level using adequate number of expansion machine bolts, anchor fasteners of
approved size and manufacture and in an approved manner. The holes in concrete /
masonry members for housing anchor bolts shall be drilled with an electrical drill.

11.2

The doors windows assembled as shown on drawings shall be placed in correct final
position in this opening and marks made on concrete members at jambs, sills and heads
against the holes provided in frames for anchoring. The frame shall then be removed
then the opening and laid aside. Neat holes with parattle sides of appropriate size shall
then be drilled in the concrete members with an electric drill at the marking to house
the expansion bolts. The expansion bolts shall then be inserted in the holes, struck with
a light hammer till the nut is forced into the anchor shall. The frame shall then be
placed in final position. In the opening and anchored to the support through cadmium
plated machine screws of required sized threaded to expansion bolts. The frame shall be
set in the opening by using wooden wedges at supports and be plumbed in position. the
wedges shall invariably be placed at meeting points of glazing bars and frames.

11.3 :

Neoprene Gaskets :

The E.P.D.M. gasket of suitable profile as manufactured by HANU INDUSTRIES,


ANNAND LESCUYER make shall be provided at all required positions to make the
glazing airtight. The contractor shall provide and install Neoprene Gaskets of approved
size and profile at all locations as shown and as called for to render the doors windows
etc. absolutely air tight and weather tight. The contractor shall submit samples of the
gaskets for approval and procure after approval only.
11.4 :

Fittings :

The contractor shall cut the floor properly with stone cutting machine to exact size and
shape. The spindle of suitable length to accommodate the floor finish shall be used. The
contractor shall give the guarantee duly supported by the company for proper
functioning of floor springs at least for 10 years.
Hinges, stays handles, tower bolts, locks and other fittings shall be of quality and
manufacturer as approved by the Engineer in Charge.

- 65 -

12

Manufacture's Attendances :

The manufacture immediately proper to the commencement of glazing shall adjust and
set all windows and doors and accept responsibility for the satisfactory working of the
opening frames.
13

Details of Test :

13.1

The various tests on aluminum sections shall be conducted in accordance with the
relevant IS codes.

13.2

The minimum number of each unit of doors / windows shall be selected at random by
Engineer-in-Charge as such that all the aluminum section shall be got tested.
S.No.
1.

Details
Doors, Windows & Ventilators

No. of Tests
5% of total Nos. manufactured.

13.3

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

13.4

The cost of sample, carriage of the samples shall be borne by the contractor. Testing
charges shall be born by department, but if samples failes in testing, complete cost of
testing charges shall be born by the contractor.

14

Acceptance Criterion :

The aluminum sections shall conform to the provisions of the relevant items. For
payment purpose only actual weight of sections shall be taken into account. If however,
the sectional weight of any aluminum section is higher than the permissible variation
then the weight payable shall be restricted to the weight of the section including
permissible variation.
15

Measurement :

Payment by weight shall be made for aluminum sections including beading only and all
fixing angles cleats fittings and fixtures such as handles and hinges etc., shall not be
included in the weight to be paid.
16

Rates :

The rates of the items shall include the cost of all materials, labors and inputs required
in all the above operations.

- 66 -

10 (B) SPECIFICATION FOR RANDOM RUBBLE MASONRY


1

Scope

: This specification covers materials joints, laying and


mode of measurement of Random Rubble Masonry.

Materials

: Stones: The stone shall be the type specified such as


granite, trap, limestone, sand stone, quartztic etc. and
shall be obtained from the quarries, approved by the
Engineer in charge. Stone shall be hard, sound durable
and free from weatering decay and defects like cavities,
cracks , flaws, sand holes, injurious viens, patches of
loose or soft material and other similar defects that
may adversely affect its strength and appearance. As far
as possible. Stones shall be of uniform colour, quality or
texture . Generally stone shall not contain crypst
crystalline silica or chart, mica and other deleterious
materials like iron-oxide organic impurities etc.
Stone with round surfaces shall be not be used.
The compressive strength of common types of stones
shall be as per Table I and the percentage of water
absorption shall generally not exceed 5% for stones other
than specified in Table-I for literate this percentage is
12%.
Table-I
Type of stone

Maximum
absorption
percentage
weight
Granite
0.50
Basalt
0.50
Lime
Stone 0.15
(Slab & Tiles)
Sand
Stone 2.50
(Slab & Tiles)
Marble
0.40
Quartzite
0.40
Laterite (Block) 12.00

Water Minimum
compressive
by strength
Kg/Sq cm
1000
400
200
300
500
800
35

Note 1 : Test for compressive strength shall be carried


out as laid down in IS: 1121 (Part-I)-1974
Note : Test for water absorption shall be carried out as
laid down in IS : 1121-1974
(a)

Dressing : The stone shall be merely knocked off at the


sharp and irregular cornes, edges and wherever necessary
for lifting well into the work.
No bushaing exceeding 20mm shall be allowed on the
face. The quoins shall be neatly dressed to form the
required angle (i.e. at jambs and corners).

- 67 -

Courses

(i)

Bond Stone : The stones shall not be less than 400 sq.cm
in cross sectional area at any point and shall run right
through the for wall upto 60 cms and in case the wall
thickness exceeds 60 cms a line of two or more bond
stone shall be laid from face to back overlapping each
other by 15cms minimum, the length of such bond
stones shall be at least 50cms.

(ii)

Face stones : At least 25% stone shall be headers tailing


into the work at least 2/3 rd the thickness of wall or full
thickness of wall for walls 30 cms and less in thickness.
Such stones shall be not be less than 200 sq.cms in cross
section.

(iii)

Hearting and backing : Where hearting can


accommodate a fair proportion of the stones used in the
hearting shall be of large size 25% of them shall exceed
0.01 cum. in content.

(iv)

Quoins : The quoins shall be at least 30 cms in average


length and 0.01cum in content and laid alternately as
headers and stretchers, out of then stone at course not
exceeding 1 meter centre to centre , shall be provide
with a minimum length of 50cms and cross-sections 200
sq.cm (Size of bond specified above) on each exposed
face.

(v)

Jamb Stones : The jambs shall be made with stones


specified for quoins except that the stone which were
required to be provided at 1 metre centre to centre on
both the exposed faces shall here be provided only on
the jamb and the length shall be equal to the thickness of
the wall for wall upto 60cms and a line of headers shall
be provided for walls thicker than 60 cms as specified
for bond.

The masonry shall be carried out in regular courses of


height not exceeding 50 cms and masonry on any day
will not be raised more than 60 cms in height when
using mortars having compressive strength less than 20
kg/sq.cm at 28 days and 100 cms when using mortars
exceeding this strength.
No attempt shall be made to level up the masonry at
each courses by the use of thin stones.

Thickness
Joints

of :

The Joints shall not exceed 30mm at any point on the


face. Clips of the stones and spalls shall be wedged into
the face beds and joint to avoid excessive bed and joint
thickness.

- 68 -

Laying

Stones shall be laid on their natural bed and shall be


solidly bedded full in mortar with close joints, chips of
stone spalls be wedged into the work wherever necessary.
No dry work or hollow spaces shall be allowed and every
stone whether large or small shall be carefully selected
to fit snugly the intersties between the large stones.
Masonry shall be built breaking joints in all the three
directions. Bone stones and headers shall be properly
laid into the work and shall be marked by the contractor
with white lead paint. The bond stones shall be provided
at the rate of two bond stones per square metre of face
area.

Raking out joints

All the joints on the faces to be pointed or plastered shall


be racked out with racking tool to a depth of 20mm while
the mortar is still green.

Mortar

The mortar used for joining shall be as specified.

Scaffolding

Single scaffolding having one set of vertical supports


shall be sound and strong, tied together by horizontal
pieces, over which the scaffolding planks shall be fixed.
The inner end of the horizontal scaffolding member may
rest in a hole provided in the masonry. Such holes
however, shall not be allowed in pillars under one metre
in width or near the skew back of arches. The holes left in
masonry work for supporting scaffolding shall be filled
and made good with cement concrete 1:3:6 (1 cement : 3
coarse sand : 6 Stone aggregate 20 mm nominal size).

Protection

Green work shall be protected from rain by suitable


covering. The work shall also be suitable protected from
damage, mortar dropping and rain during construction.

10

Curing

Masonry work in cement or composite mortar shall be


kept constantly moist on all faces for a minimum period
of seven days. In case of masonry with fat lime mortar
curing shall for at least seven days thereafter.

11

Measurement

(a)

The work shall be measured by volume and the


unit shall be cubic metres.

(b)

Walling curved on plan to mean radius not exceeding


6 m shall be measured separately inclusive of all
cuttings waste and templates. Walling curved on plan
to mean radius exceeding 6m shall be included with
the general walling and shall be measured net only.

- 69 -

12

Rate

(c)

No deductions or additions on any account shall be


made for :-

(i)

Opening upto 500 sq.cm. in cross section (in


calculating this area the size of the openings include
any separate lintel or still but not extra width of
rebated reveals if any).

(ii)

Ends of dissimilar materials (i.e. joints rafters,


girders, purlins, trusses etc.) upto 500 sq.cm. in cross
section.

(iii)

Bearings of chajjas, slabs, steps, shelves etc. when


the bearings are not paid for the respective items.

The rate shall include the cost of materials and labour


required for all the operations described above and shall
include the following :
(a)
Ranking out joints for plastering or pointing done as
a separate item, or finishing flush as the work
proceeds.
(b)
Preparing tops and sides of existing walls for raising
and extending.
(c)
Rough cutting and waste forming gables cores, skew
backs or spandrels of arches, splays at eaves and all
rough cutting in the body of walling unless otherwise
specified.
(d)
Bond stones or cement concrete bond blocks.
(e)
Leading and making holes for pipes etc.
(f)
Bedding and pointing wall plates, lintels, sills etc. in
or on walls, bedding roof tiles and corrugates sheets
in or on walls.
(g)
Building in ends of joints, beams, lintels etc.

- 70 -

10 (C) SPECIFICATION FOR COURSED RUBBLE FACING MASONRY


1

Scope : This specification covers materials, joints, laying and mode of measurement of
coursed rubble facing masonry.

2.

Materials : As per specification for Random Rubble Masonry.

3.
(i)

Size of Stones :
No dressed up stone shall be less in length and breadth than its heights. At least 25%
stones shall be headers tailing into the work at least 2/3rd the thickness of wall or full
thickness of wall for walls 30 cms and less in thickness. Such stones shall be evenly
distributed over the entire face.

(ii)

The quoins shall also be of the same height as the courses in which they occur and at least
50 cms. in length.

(iii)

The jambs shall be made with stones specified for quoins except that the length of stone in
alternate course shall be equal to the thickness of the wall for walls upto 60 cms.

4.

Dressing of Stones : (a) Exposed face of stones shall be brought to near rectangular
shape.

(b)

The bushing on exposed surfaces of the stones on outer surface of external walls shall not
exceed 2 cm.

(c)

Stones required to be used on outer surface of external walls; shall be dressed before use in
construction.

(d)

The beds and joints of exposed of stones on outer surface of external walls other than
quoins shall be hammer dressed at least for a distance of 4 cms from the face to be square
with the exposed faces. No rough tooling or chisel drafting would be required. The depth of
gap between the surfaces of sides and bed joints and straight edge held against them shall
not be more than 10 mm.

(e) (i) The beds and joints of quoins & jambs shall be hammer dressed for a distance of at least 8
cms. from the face to be square with the exposed faces and with each other. The depth of
gap between the surfaces of sides & beds joints and straight edge held against them shall
not be more than 10mm.
(ii)

No rough tooling & chiesel drafting would be required on the edges of the quoin & jamb
stones except on the corner edge defining the angle of the quoins & jambs. The corner edge
defining the angle of the quoins & jambs shall have 2.5 cm wide two line chiesel drafting on
both of the angle.

(f)

Masonry work shall be executed from exposed (outer) side of wall.

5.

Courses : The stones shall be laid in courses not less than 15 cms. in height. All the
courses shall be of the same height. When otherwise approved no course shall be thicker
than any course below it. Only one stone be used in the height of the course.

6.

Thickness of Joint : (i) The exposed face joints shall be more or less uniform in thickness
and thickness of any joint shall not exceed 20 mm.

(ii)

Stones on outer side of wall shall be arranged suitably to stagger the vertical joints and
overlapping of vertical joints shall be avoided.

- 71 -

7.

Hearting and Interior Face : The hearting and interior face shall be done in Random
Rubble Masonry, By virtue of doing coursed rubble facing on external face of size of stones
used and their dressing is carried out other than specified in the Random Rubble Masonry
on internal face, even than nothing extra shall be paid over and above, the item of Random
Rubble Masonry for internal face.

Laying : Each stone shall be laid in the work on its natural bed. Stones shall be thoroughly
wetted before laying when mortar used contains cement. The stones shall be laid full in
mortar. The face work, hearting and interior face work shall be brought up simultaneously
but no attempt should be made to level up the Random Rubble Masonry at each step by the
use of chips. The masonry shall be carried truly in plumb and square. The courses shall be
horizontal and joints vertical.

Raking out Joints : As per specification for Random Rubble Masonry.

10

Mortar : As per specification for Random Rubble Masonry.

11

Scaffolding : As per specification for Random Rubble Masonry.

12

Protection : As per specification for Random Rubble Masonry.

13

Curing : As per specification for Random Rubble Masonry.

14

Measurement : (a) The work shall be measured as RR Masonry for the full thickness of
walling in cum and coursed stone facing masonry measured in square metres only over the
exposed external face of the wall which includes the additional work of dressing was-tage of
material and extra cost of facing stone, if necessary.

(b)

Walling curved on plan to mean radius not exceeding 6m shall be measured separately
inclusive of all cuttings waste and templates. Walling curved on plan to mean radius
exceeding 6m shall be included with the general walling and shall be measured net only.

(c)

No deductions or additions no any account shall be made for :

(i)

Opening upto 500 sq. cm. in cross section (In calculating this area the size of the openings
include any separate lintel or still but not the extra width of rebated reveals if any.)

(ii)

Ends of dissimilar materials (i.e. joists, beams, rafters, girders, purlins, trusses etc.) upto
500 sq. cm. in cross section.

15

Rate :
The rate shall include the cost of materials and labour required for all the operations
described above.

- 72 -

11 - LIST OF PLANT / EQUIPMENT


11.1

The contractor is required to deploy necessary plant & equipment in required number to
ensure quality construction as well as timely completion of work within the stipulated
period of completion. A list of plant and equipment in addition to clause 18 (page 21)
which may be required during execution of work is given in Table-1 for general guidance.
This is not mandatory. The intending tenderer should give a list of plant/equipment which
he proposes to deploy at site for timely execution and as per mile stones fixed.

Table 1
S.No.

Plant / Equipment

Qty.

1.

Field equipments for Design Mix Concrete testing


required as per BIS.

As decided by
Engineer-in-Charge.

2.

Steel centering and shuttering.

3.

(a) Excavator Cum Loader.


(b) Rock cutting machine sets

4.

Builders Hoist/Tower Crane

2000 Sq. Mtr. &


adequate steel props.
1 No.
As decided by
Engineer-in-charge
Nil

5.

Concrete mixer with hopper.

1 No

6.
7.
8.
9.
10.
11.
12.
13.
14.
15.
16.

Plate Vibrator.
Needle Vibrator.
Bar Bending Machine.
Bar Cutting Machine.
Stone Cutting Machine.
Earth compactor 2 T
Road Roller 8 to 10 tonne capacity
Floor grinding machine
Welding machine
DG Set(63 KVA)
Grinder, Drilling machine etc.

- 73 -

2 Nos.
3 Nos.
1 No.
1 No.
1 No.
NIL
1 No.
4 Nos.
2 Nos.
1 No.
1 No.

11.2

Workshop facilities for fabrication/addition and alterations, and other allied works shall be
arranged by the contractor at his own cost.

11.3

The list of equipment/T&P/machinery as per para 11.1 is for general guidance. In addition
to these, machinery / equipment as required shall be arranged by the contractor in case the
requirement at any stage exceeds as per the programme finalized at his own cost and
nothing extra whatsoever on this account shall be paid. This includes equipment for
arrangement of concrete from Design Mix Concrete producing plants also.

11.4

All the equipment, T&P and machinery shall be kept in good working conditions.

11.5

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

11.6

The item listed at Schedule-'F' in clause-10A and clause-18 are mandatory and have to be
provided at site. If the agency does not provide following items within 30 days from the
date of start of the work then the recovery for various item will be done as per details given
below:
S. No.

Mandatory Machinery Equipment

Recovery Per Month

Cube testing machine alongwith twenty four


nos. cube moulds.
Set of sieves for testing of coarse & fine
aggregate alongwith shaker.
Automatic cement concrete batching plant of
capacity 30 cum/hour

Rs. 5000/-

2
3.

- 74 -

Rs. 1000/Rs. 30,000/-

12 - GUARANTEE BONDS/AFFIDAVIT FOR WORK


(Annexure I to V)
Annexure I
GUARANTEE TO BE EXECUTED BY THE CONTRACTOR FOR REMOVAL OF
DEFECTS AFTER COMPLETION IN RESPECT OF WATER SUPPLY AND SANITARY
INSTALLATIONS, UPVC WINDOWS, ROCK WOOL INSULATION AND
POLYURETHENE FOAM
The agreement made this ___________________ day of __________ two thousand and
__________ between __________ S/o ___________________ (hereinafter called the
GUARANTOR of the one part) and the PRESIDENT OF INDIA (hereinafter called the
Government of the other part).
WHEREAS THIS agreement is supplementary to a contract. (Herein after called the Contract)
dated _________ and made between the GUARANTOR OF THE ONE PART AND the
Government of the other part, whereby the contractor interalia, under look to render the work in
the said contract recited structurally stable workmanship and use of sound materials.
AND WHEREAS THE GUARANTOR agreed to give a guarantee to the effect that the said work
will remain structurally stable and guarantee against faulty workmanship , finishing,
manufacturing defects of materials and leakages etc.
NOW THE GUARANTOR hereby guarantee that work executed by him will remain structurally
stable, after the expiry of maintenance period prescribed in the contract for the minimum life of 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 defects shall be final.
During the period of guarantee the guarantor shall make good all defects to the satisfaction of the
Engineer in charge calling upon him to rectify the defects, failing which the work shall be got done
by the Department by some other contractor at the guarantors cost and risk. The decision of the
Engineer in charge as to the cost payable by the Guarantor shall be final and binding.
That if the guarantor fails to make good all the defects, commits breach 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 tby 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 WITHNES WHEREOF
those 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 presence of :.
1.
2.

_____________________
_____________________

SIGNED FOR AND ON BEHALF OF THE PRESIDENT OF INDIA BY____________


________________ in the presence of :
1.
2.

_____________________
_____________________

- 75 -

Annexure II
GUARANTEE BOND TO BE EXECUTED BY THE CONTRACTOR FOR WATER
PROOFING TREATMENT FOR BASEMENT / TERRACE / TOILETS.
The agreement made this ___________________ day of __________ two thousand and
__________ between __________ S/o ___________________ (hereinafter called the
GUARANTOR of the one part) and the PRESIDENT OF INDIA (hereinafter called the
Government of the other part).
WHEREAS THIS agreement is supplementary to a contract. (Herein after called the Contract)
dated _________ and made between the GUARANTOR OF THE ONE PART AND the
Government of the other part, whereby the contractor interalia, undertook to render the structures
in the said contract the work in the said contract recited completely water and leak proof.
THE GUARANTOR hereby guarantee that the water proofing treatment given 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.
Provided that the guarantor will not be responsible for leakage caused by earthquake or structural
defects.
The decision of the Engineer in charge with regard to cause of leakage shall be final.
During the period of guarantee the guarantor shall make good all defects and in case of any defects
being found render the structure 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 through some other contractor at the guarantors cost and
risk. The decision of the Engineer in charge as to the cost payable by the Guarantor shall be final
and binding.
That if the guarantor fails to execute the water proofing, or commits breach thereunder then the
guarantor will indemnify the Principal and his successor against all loss, damage, cost of expenses
or otherwise which may be incurred by him by reason of any 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 cost incurred by the Government on the decision of the Engineer in charge
will be final and binding on the parties.
IN WITHNES WHEREOF
those 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 presence of :.
1. _____________________
2. _____________________
SIGNED FOR AND ON BEHALF OF THE PRESIDENT OF INDIA BY____________
________________ in the presence of :
1. _____________________
2. _____________________

- 76 -

Annexure III

Form of Performance Security (Guarantee)


Bank Guarantee Bond

Form of Performance Security (Guarantee) Bank Guarantee Bond shall be as per


Proforma given on Page-100 of GCC for CPWD Works Manual - 2014

- 77 -

Annexure IV
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 _________________________________________with a view
(Name of the Division)
to seek exemption from payment of performance guarantee 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-encasement 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.

- 78 -

Annexure V

Form of Earnest Money Deposit


Bank Guarantee Bond

Form of Earnest Money Deposit Bank Guarantee Bond shall be as per Proforma
given on Page-99 of GCC for CPWD Works Manual - 2014

- 79 -

Annexure- VI

ACCEPTABLE MAKES OF MATERIALS


Acceptable makes of materials to be used in the work are enclosed. In case of non
availability of these makes, the Engineer-in-charge may allow use of alternative makes only BIS
marked materials shall be used in the work. Non BIS marked materials may be permitted by the
Engineer-in-charge only when BIS marked materials are not manufactured
LIST OF ACCETABLE MAKES FOR CIVIL WORKS I/C WATER SUPPLY AND
SANITARY WORKS
S.No.
1

5
6
7
8
9
10
11

12
13
14
15
16

Material
Approved Make
(i) 43 Grade Ordinary Portland Cement / ACC, Ultratech, Vikram, Shree Cement,
Portland Pozzolona Cement.
Ambuja, Jaypee Cement, Century Cement,
J.K. Cement & Wonder Cement.
(ii) White Cement
Birla White , J. K. White
Reinforcement Steel (TMT-Fe500)
SAIL, Tata Steel, Rashtriya Ispat Nigam
Ltd (RINL), Jindal Steel & Power Ltd. and
JSW Steel Ltd.
Water Proofing Compounds, Plasticizer, Weber, Fosroc, Pidilite, CICO, Sika,
Super Plasticizer, Grouts, Polymers, Huntsman (Ciba Geigy), Ferrous Crete
Polyexpanse, Other construction chemicals
Tubular truss / Structural Steel
SAIL, Tata Steel, Rashtriya Ispat Nigam
Ltd (RINL), Jindal Steel & Power Ltd. and
JSW Steel Ltd.
Polycarbonate Sheet
GE Plastic, LEXAN
Decking steel sheet
Ezydeck of TATA / Lloyd Superdeck
Admixtures
Fosroc, MBT, Sika, CICO, Asian
Particle Board
Kitply, Action TESA, Greenlam, Merino.
Laminated Particle Board/ Laminates
Kitply, Action TESA, Greenlam, Century
Ply, Merino, Sunmica
Flush door shutters/Factory made paneled Duro, Kitply Industries (Swastik), Century,
door shutters
A-1 wooden industries/A-teak, Green
Fire Rated Doors
Signum Fire Protection, Kutty Doors,
Shakti Metdoor, NAVAIR, ROMAT,
Synergy
Thrislington,
Promat
International.
False Ceiling System along with supporting Armstrong, Hunter Douglas, Saint Gobain,
grid and metallic tiles
InterArch
Plywood/ Veneer
Green, Century, Merino, Kitply, Duro
Melamine Polish
Asian Paints Melamine Gold, Wudfin of
Pidilite, Timbertone of ICI Dulux.
Floor Spring
HARDWYN, Godrej, Dorma, Dorset
Anodised Aluminium Hardware (Heavy Kilong, Alualpha
Duty)

- 80 -

17
18
19

44
45

Clear/Float/Frosted Glass
Saint Gobain, AIS, Pilkington
Stainless Steel Railing, Accessories etc.
JINDAL, Dorma, GEZE
Hermitically sealed performance glass & Saint Gobain, ASAHI
Toughened Glass
Fire rated vision Panels
Pilkington, SCHOTT, FERILITE, Saint
Gobain.
Skylight Thermoform
Mccoy Architectural System, Vergola,
Abucob
G.I. Steel door frame
Kutty Doors, Shakti Metdoor, NAVAIR,
ROMAT, Synergy Thrislington.
Friction Stay Hinges
Earl-Bihari, Ebco, Rotto, Cotswold, GU,
Dorset
EPDM Gasket
Hanu, Osaka, Avigiri, Alps, Anand
Glass processor
for
making
AIS, Art N Glass (Chandigarh), Kochar
DGU/Toughning
Glass Pvt. Ltd. (Bhopal), Kaenal Glass
(Bhiwadi), GSE (Noida)
Ployster Powder Coating Shades
NEROLAC, BERGER, J&N
Silicon based water repellant /Weather G.E. Plastics, Dow Corning, BECKER
Sealant
Poly-Sulphide Sealant
Fosroc, Pidilite, Sika
Mosaic tiles/ Chequered Tiles
Ultra Tiles, Unitile, NITCO
Ceramic Tiles / Glazed tiles
Morbito, Somany, RAK
Vitrified Tiles (Antiskid/Matt/Glazed)
Morbito, Somany, RAK
PVC Flooring
Armstrong, Unitex, LG Houses
Paver block & Kerb Stone
NITCO, Unitile, NTC, Ultra
Tile/ Stone Adhesive
Pidilite, Bal Endura, Fosroc, FerrousCrete
Grouting Compound
Bal Endura, Pidilite, Fosroc, FerrousCrete
Dash / Anchoring Fasteners
HILTI, Fischer, Bosch, Wurth.
Nuts / Bolts & Screws
GKW, Hilti,
Wall putty
Birla wall care, JK White
Curing compound
Fosroc, Sika, Cico
Oil Bound Washable Distemper
Asian Paints (Tractor acrylic distemper),
ICI (Maxilite), Burger
Acrylic Distemper
Bison(Berger), Tractor(Asian), Maxilite
(ICI)
Premium Acrylic Emulsion Paints
ICI (Super smooth), Nerolac (Beauty gold),
Asian
Paints
(Premium
emulsion/
professional interior emulsion), Burger
Cement Primer
BP White(Berger), Decoprime WT(Asian),
White primer (ICI)
Steel Primer
ICI, Nerolac, Asian Paints
Wood Primer
ICI, Nerolac, Asian Paints (White)

46

Textured Exterior Paint

20
21
22
23
24
25

26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42

43

Asian paints (Apex

- 81 -

with

honeycomb

47

48
49
50
51
52
53
54
55
56
57
58
59
60
61
62
63
64
65
66
67
68
69
70
71
72
73
74
75

roller finish) ICI (Weather shield with


honeycomb roller finish, Kansai Nerolac
(Excel with honeycomb roller finish)
Synthetic Enamel Paint
Asian(Apcolite Premium gloss enamel),
ICI (Dulux gloss synthetic enamel),
Kansai Nerolac (Synthetic enamel)
Epoxy Paint
Asian, ICI, Kansai Nerolac,
Fire Paint
Akzo Nobel Coatings
India Ltd.,
PROMAT, Jotun, Asian Paints
G.I. / M.S. Pipe
Tata, Jindal (Hisar)
G.I. Fittings
Unik, AVR, Zoloto
HDPE Pipes
Reliance, JainPipes, ORIPLAST
DI PIPES
Electrosteel, Jindal, TATA DUCTURA
DI Fittings
Kartar , Electrosteel
CI Fittings
Neel , Kartar , Sarkar
CI Double flanged sluice valveb
Kirloskar, Sondhi, Kejriwal
Float Valve
L&K, Leader, Zo loto,
UPVC pipe and Fittings
Astral, Supreme, Finolex
Centrifugally Cast (spun) Iron Pipes & NECO, Kapilansh, Electrosteel,
Fittings
Centrifugally Cast (spun) Iron (Class LA) Neco, Electro Steel, Kapilansh
Pipes
C.I. Manhole covers, frames & GI Gratings NECO, RAJ Iron Foundary Agra, BIC,
SKF
SFRC Manhole covers & gratings
KK, JAIN, PARGATI
Gun metal Valves , globes
Sant, Leader, Zoloto
CP Brass Fittings
Jaguar, Kohler, Parryware, Hindware,
Prayag
Sanitary Fittings & accessories
Jaguar, Kohler, Parryware, Hindware
Water Meter
Prima, Kranti, Leader, Zoloto, Dashmesh
Brass stop & Bib Cock
Zoloto, Sant, L&K, Leader,
Mirror Glass
Atul, Modi Guard, Golden Fish
U-PVC Pipe
Astral, Supreme, Finolex
PVC Pipe & Fittings
Supreme, Finolex, Kisan
Non Return valve (Check valve)
Zoloto, Sant, Leader
to 1
Brass Ferrules
Dhawan Sanitary Udyog (PRIMA), Kalsi ,
Annapurna
Insulation for hot water pipes
KAIFLEX , ARMAFLEX, CAREFLEX
Insulation
for
external/exposed hot KAIFLEX , ARMAFLEX, CAREFLEX
water pipes
Pipe protection for external water supply
PYPKOTE, ARMAFLEX,
pipes
AKPOLYKOTE,

- 82 -

76

Toilet Cubicles

77
78
79
80
81
82
83
84
85
86
87
88
89
90
91

Hardware & Door fittings


Door closer
Stainless Steel Sink (Salem steel)
European WC
Washbasin
Urinals
CPVC Pipes & Fittings
Stone ware pipes
Gully Traps
RCC Pipes (NP-2)
Atactic Polypropylene
UPVC Doors & Windows
Extruded Polystrene Insulation Board
Heat Resistant Tiles
Gypsum Plaster

92
93

Floor hardener
Modular Expansion Joint

Merino Industries Ltd (Titan Series),Green


Sturdo, Green Ply Industries Ltd
(Greenlam Sturdo Classic), Trespa,Dorma
Dorma, Kich, Ozone, Dorset
Dorma, Kich, Godrej
Neelkanth, Niralli, Jyna, Blue Star
Hindware, Parryware, Kohler, Jaguar
Hindware, Parryware,Kohler, Jaguar
Hindware, Parryware, Jaguar, Kohler
Finolex, Supreme, Ashirwad, Astra
Perfect, Taya
Perfect, Parry
Lakshmi, Sood & Sood, Jain & Co.
STP, HTL, Hydro Tech Ltd., Pidilite
Fenesta, Aluplast , Prizma Winsol Pvt. Ltd.
Dowcorning, Supreme, Texas, Analco
Swastik, Thermax
Ferrous Crete, Gyproc Saint Gobain,
Boral
Ironite, Ferrok, Hardonate
Herculus, CS, Vexcolt. Devin.

Note: - CE (NZ-III), CPWD, Jaipur reserves the right to add or delete any materials and
Brands in the list of approved materials/brands on the recommendations of Engineer-incharge

- 83 -

Annexure - VII
List of Preferred Makes for structural glazing.
1)

Aluminium

Hindalco / Indal / Jindal

2)

Masking Tapes

Sun Control / Wonder Polymer

3)

S.S. Screws / Bolts

Kundan / Puja / Atul

4)

Dash Fasteners

Hilti / Fischer

5)

S.S. Friction Stay

Alu Alpha / Securistyle

6)

E.P.D.M. Gaskets

Hanu Industries / Roop

7)

Reflective Glass

Saint Gobain or equivalent

8)

Standards for tempering

DIN 1249 Part 12 (1990)

9)

Weather Silicon

GE / Dow Corning

10)

Structural Sealant

GE / Dow Corning

11)

PVC Continuous fillet for


periphery packing of Glazing :

Roop / Anand / Forex

Backer Rod

Supreme Industries Ltd. or equivalent

12)

Other fittings, fixtures & materials which are required as per design & shop drawings shall be as
per approval of Engineer in Charge.

- 84 -

14 - QUALITY ASSURANCE PROGRAMME


The following test has to be done by contractor or his authorized representative and
engineer-in-charge. The reports shall be signed by contractor and engineer-in-charge. The copies
of such reports at various stages shall be appended with each running account bill and final bill
failing which no payment shall be released to contractor.
The SE, JCC, CPWD shall also check and sign these reports at suitable intervals.
The contractor to submit a 'Method statement' for the approval of the department soon after
the award of work to him. The 'Method statement' is a statement by which the construction
procedures for important activities of construction are stated, checked, and approved. The 'Method
statement' should have a description of the item with elaborate procedures in steps to implement
the same, the specifications of the materials involved, their testing and acceptance criteria,
equipments to be used, precautions to be taken, mode of measurement etc.
S.
No.

Items & Test

1.
(a)
(b)
(c)

Sand
Organic impurities
Silt content
Particle
size
distribution
Bulking of sand
Stone Aggt. 40
mm
Particle
size
distribution
Surface moisture
Ten percent fine
value
Specified gravity
Bulk density
Aggregate crushing
strength
Aggregate impact
value
Stone Aggt. 20
mm
Particle
size
distribution
Surface moisture
Ten percent fine
value
Specified gravity
Bulk density

(d)
2.
(a)
(b)
(c)
(d)
(e)
(f)
(g)
3.
(a)
(b)
(c)
(d)
(e)

Field
/ Lab

Quantity
as per
Estimate
3233

Frequency as per
specification

No. of
test
reqd.

F
F
F/L

every 20 cum
every 20 cum
every 40 cum

162
162
81

every 20 cum

162

every 40 cum

every 40 cum

57

354
F/L
F/L
F/L
F/L
F/L
F/L
F/L
2276
F/L
F/L
F/L
F/L
F/L

- 85 -

Remarks

(f)

F/L

10.
(a)
(b)

Aggregate crushing
strength
Aggregate impact
value
Stone
Aggt.
10/12.5 mm
Particle
size
distribution
Surface moisture
Ten percent fine
value
Specified gravity
Bulk density
Aggregate crushing
strength
Aggregate impact
value
Concrete
Slump
RCC
Cube test
Slump test
Bricks / brick tiles
Dimensions,
Compressive
strength
Water absorption
Efflorescence
Steel for RCC
(Chemical & Mech
test)
Cement
(Chemical & Phy.
test)
Water
Chemical
Physical property

11.
(a)
(b)
(c)

Flush door
End immersion test
Knife test
Adhesion test

(g)
4.
(a)
(b)
(c)
(d)
(e)
(f)
(g)
5.
(a)
6.
(a)
(b)
7.
(a)
(b)
(c)
(d)
8.

9.

F/L
1046
F/L

every 40 cum

26

750

15 cum

50

3678

20 cum

184

21

F/L
F/L
F/L
F/L
F/L
F/L

F
L
F/L
L

1063000

once in a day
50000 Nos.

554940

As per Agmt.

20100

As per Agmt.

18

531

- 86 -

every
3
months (water
from
each
source)
26 Nos.

20

12.
(a)
(b)
(c)
13.

(a)
(b)
(c)
(d)
14.
(a)
(b)
15.
16.
17.

Terrazo tiles
Transverse strength
Water absorption
Abrasion test
Ceramic
glazed
tiles (for floor &
walls)
Water absorption
Crazing test
Impact strength test
Chemical resistant
test
Marble
Moisture
absorption
Mhos
scale
hardness test
uPVC Window
Stone
Ultrasonic Pulse
Velocity Test

5000 Nos.

(0.230.23)

17333

3000 Nos.

(300300 mm)

50 Sqm.

L
L
F

105

100 Sqm.
20 Cum.
As per technical
circular no. 18 of
CE (CSQ) issued
vide
no.
G2/SE(QA)/CSQ
/69 dt. 12.02.13

The Ultrasonic Pulse Velocity Test shall be carried out on RCC members as per CE(CSQ),
CPWD, technical circular no. 18 of CE (CSQ) issued vide no. G-2/SE(QA)/CSQ /69 dt. 12.02.13
and all the expenditure involved for carrying out the tests shall be borne by the contractor.
Note : In above mandatory test list, further required test, wherever necessary, carried out as
per executed quantity.

- 87 -

Anda mungkin juga menyukai