[go: up one dir, main page]

0% found this document useful (0 votes)
65 views69 pages

NIT05202223NEW

Uploaded by

pozxiu4
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
65 views69 pages

NIT05202223NEW

Uploaded by

pozxiu4
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 69

1 CPWD

GOVERNMENT OF INDIA

OFFICE OF

EXECUTIVE ENGINEER

I - DIVISION

CENTRAL P.W.D., NEW DELHI.


NOTICE INVITING TENDER

N.I.T. No.: 05/EE/I-Div/2-I/2022-23

NAME OF WORK: Upgradation works of various bungalows occupied by Supreme


Court Judges under 2/I Sub-Division (Sec-II) dg. 2022-23 (SH:- Renovation of toilets,
kitchen, internal & external painting works in various bungalows)

ESTIMATED COST
PUT TO TENDER: Rs. 27,00,626/-

EARNEST MONEY: 54,012/-

TIME ALLOWED: 03 Months

This N.I.T. is approved for Rs. 27,00,626/- (Rupees Twenty Seven Six Hundred Twenty
Six only).

Executive Engineer
I- Division, CPWD
New Delhi- 110 002

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, Sr/D EE


2 CPWD

N. I. T.

NAME OF WORK: Upgradation works of various bungalows occupied by Supreme


Court Judges under 2/I Sub-Division (Sec-II) dg. 2022-23 (SH:- Renovation of toilets,
kitchen, internal & external painting works in various bungalows)

INDEX

SL.NO. CONTENTS PAGE NO.


1. Notice Inviting E-Tenders 3-3
2. Check List for Bidders 4-5
3. CPWD-6 for e-tendering 6-8
4. Proforma for Earnest Money Deposit Declaration 09 - 09
5. Information and instruction for Contractor for tendering 10 - 10
6. List of documents to be scanned 11 - 11
7. Percentage Rate tender for works (Form CPWD-7) 12 - 18
8. Integrity Pact 19 - 25
9. General Condition & Particular Specifications 26 - 39
10. Specification and special conditions for A/R & M/O works 40 - 42
11. DG memorandum no. 77 dated 04.05.2018 43 - 43
12. Minimum Quality Assurance Plan 44 - 45
13. List of Mandatory Tests 46 - 47
14. Field Testing Instruments 48 - 48
15. List of Approved Materials 49 - 51
16. Form of Bank Guarantee for Earnest Money Deposit/
Performance Guarantee/Security Deposit/Mobilization Advance 52 - 53
17. Form-V for Obtaining Labour License. 54 - 54
18. Schedule of Quantities 55 - 69

Certified that this N.I.T. contains page 1 to 69 (Sixty Nine Pages)

Executive Engineer
I- Division, CPWD
New Delhi- 110 002

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, Sr/D EE


3 CPWD

NOTICE INVITING e-TENDERS

The Executive Engineer ‘I’ Division, CPWD, 2nd Floor, I.P. Bhawan, New Delhi invites on
behalf of the President of India Percentage Rate tender from the eligible and enlisted contractor of
appropriate class of CPWD for the following work.

S NIT No Name of work & location Estimate Earnest Money Period Last time of time of opening
. cost put to of online of tender
N tender completi submission of
o on bid
.

Upgradation works of
various bungalows
occupied by Supreme
Court Judges under 2/I 21-04-2022
05/EE/I- 21-04-2022
Sub-Division (Sec-II) dg. Rs. at 03:30 PM
Div/2- 2022-23 (SH:- Renovation Rs. 03 At 03:00 PM
1
I/2022- of toilets, kitchen, 27,00,626/- 54,012/- Months
23 internal & external
painting works in various
bungalows)

The bid forms and other details be obtained from the website http://www.tenderwizard.com/CPWD or
http://www.cpwd.gov.in or www.eprocure.gov.in

Executive Engineer
‘I’ Division, CPWD,
New Delhi-110 002.

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, Sr/D EE


4 CPWD

CHECK LIST FOR BIDDERS FOR SUBMISSION OF BIDS

1 The bidder should read all the instructions, items & conditions, contract clauses,
nomenclature of items, specifications etc., contained in the bid document very carefully,
before quoting the rates.
2 The bidder should also read the General Conditions of Contract for CPWD works
2020(maintenance work), published by DG (W), CPWD, Nirman Bhawan, New Delhi
which will be a part of the Agreement with up to date amendments upto the date of receipt
of tenders.
3 Rates must be filled both in words and figures. Amount should be worked out for all the
items.
4 The bidder shall quote his rates keeping in mind the specifications, terms & conditions,
additional and special conditions etc. and nothing extra shall be payable unless otherwise
specified.
5 The bidder shall have to make his own arrangement for housing facilities for staff and
labour away from construction site and shall have to transport the labour to and for between
construction site and labour camp at his own cost. No labour huts will be allowed to be
constructed at the project site except a few temporary sheds for chowkidars and
storekeepers at project site. Any decision in this regard shall rest with the Engineer-in-
charge and the contractor shall have no claim on this account.
6 The bidder shall quote his rebate if required, mentioning specifically on what component it
is applicable otherwise it shall be considered general rebate on total quoted rates.
7 The work required to be executed in occupied block. The bidder shall take precaution to
ensure quality of workmanship as well as the progress of the work. He shall regulate the
labour accordingly.
8 The bidder shall make arrangement for disposal of dismantle materials from upper floors
which are environment friendly.
9 C.P.W.D Contractor’s Labour Regulations:
Payment of Wages (as per DG, CPWD OM no. DG/SE/CM/CON/283 dated 05.05.2015)
(i). Wages due to every worker shall be paid to him direct by contractor through Bank or ECS or
online transfer to his bank account.
(ii) All wages shall be paid through bank or ECS or online transfer.
(iii) It shall be the duty of the contractor to ensure the disbursement of wages through bank account
of labour
(iv) The contractor shall obtain from the junior Engineer or any other authorized representative of
the Engineer-in-Charge as the case may be, a certificate under his signature at the end of the entries
in the “Register of Wages” or the “Wage cum-Muster Roll” as the case may be in the following
form:-

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, Sr/D EE


5 CPWD

“Certified that the amount shown in column No……………has been paid to the workman
concerned through bank account of labouron……………at…………….”

10 Modifications as per DG, CPWD OM no. DG/SE/CM/CON/285 dated 08/11/2015:-


a. The contractor whose bid is accepted will also be required to furnish either copy of applicable
licenses/registration or proof of applying for obtaining labour licenses, registration with EPFO,
ESIC and BOCW welfare board and program chart(time and progress) within the period
specified in schedule ‘F’
b. As per recently introduced clause 7A, no running account bill shall be paid for the work till the
applicable labour license, registration with EPFO, ESIC and BOCW welfare board whatever
applicable are submitted by the contractor to the Engineer-in-charge.
c. The contractor shall also comply with provision of the interstate migrant workman (regulation
of employment) and condition of service at 1979.
11 GST as applicable shall be borne by the agency. The agency shall quote his rates
considering applicable GST and other taxes and nothing extra shall be paid on this account.

12 Necessary recoveries as applicable shall be made from the bill.

13 Agency has to be follow the direction/guidelines issued by the department time to time
regarding Corona Virus (Covid-19).

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, Sr/D EE


6 CPWD

CPWD-6 (for e-Tendering)

1. Online Percentage Rate bids are invited on behalf of the President of India from the approved,
eligible and enlisted contractor of appropriate class of CPWD for the following work:-
“Upgradation works of various bungalows occupied by Supreme Court Judges under 2/I
Sub-Division (Sec-II) dg. 2022-23 (SH:- Renovation of toilets, kitchen, internal & external
painting works in various bungalows) "

The enlistment of the contractors should be valid on the last date of submission of bids. In case
the last date of submission of tender is extended, the enlistment of contractor should be valid
on the original date of submission of bids.
1.1 The work is estimated to cost Rs 27,00,626/-This estimate, however, is given merely as a rough
guide.
2. Agreement shall be drawn with the successful bidders on prescribed Form No. CPWD7 print
edition 2020 with uptodate amendments, which is available as a Govt. of India
Publication and also available on website www.cpwd.gov.in. Tenderer shall quote his rates as per
various terms and conditions of the said form which will form part of the agreement.
3. The time allowed for carrying out the work will be 03 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 tender documents.
4. The site for the work is available.
5. Bid documents consisting of plans, specifications, the schedule of quantities of the various
types of items to be executed and the set of terms and conditions of the contract to be
complied with and other necessary documents except Standard General Conditions of
Contract Form can be seen and downloaded from website www.tenderwizard.com/CPWD or
http://www.cpwd.gov.in free of cost.
6. After submission of the bids the contractor can re-submit revised bid any number of times but
before last time and date of submission of bid as notified.
7. While submitting the revised bid, contractor can revise the rate of one or more item(s) any
number of times (he need not re-enter rate of all the items) but before last time and date of
submission of bid as notified.
2. 8. Earnest money (100%) shall be paid online through e-gateway of SBI, IDBI and Axis Bank
available on e-tendering platform within the period of bid submission.
OR
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, I - Division,
CPWD, New Delhi shall be scanned and uploaded to the e-tendering website within the period of bid
submission. The original EMD should be deposited either in the office of Executive Engineer inviting bids
or division office of any Executive Engineer, CPWD within the period of bid submission. The EMD
receiving Executive Engineer (including NIT issuing EE/AE) shall issue a receipt of deposition of earnest
money deposit to the bidder in a prescribed format (Form-A) uploaded by tender inviting Executive
Engineer in the NIT. This receipt shall also be uploaded to the e-tendering website by the intending
bidder upto the specified bid submission date and time.
Copy of Enlistment Order and other documents as specified in the press notice/bid documents 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/bid documents shall have to
be submitted by the lowest bidder only 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, whose original
EMD deposited with any division office of CPWD and other documents scanned and uploaded are
found in order..

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, Sr/D EE


7 CPWD

9. The contractor registered prior to 01.04.2015 on e-tendering portal of CPWD shall have to
deposit tender processing fee at existing rates, or they have option to switch over to the new
registration fee any time.
The bid submitted shall be opened at 03:30 PM on 21-04-2022
10 The bid submitted shall become invalid and e-Tender processing fee shall not be refunded if:
(i) The bidder is found ineligible.
(ii) The contractor does not submit the EMD in required form as provided
(iii) If any discrepancy is noticed between the documents as uploaded at the time of submission of
bid and hard copies as submitted physically by the lowest bidder in the office of bid opening
authority.
(iv) If bidder does not quote any percentage above or below or at par on the total amount of
the tender or any section head in percentage rate tender, the tender shall be treated as
invalid and will not be considered as lowest bid.
(v) If bidder failed to submit the mandatory documents as mentioned in the list of
mandatory documents to be scanned and uploaded within in the period of bid submission.
11. The contractor whose bid is accepted will be required to furnish performance guarantee of 3%
(Three Percent) of the bid amount within the period specified in Schedule F. This guarantee
shall be in the form of cash (in case guarantee amount is less than Rs. 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 of any scheduled bank (in case
guarantee amount is less than Rs. 1,00,000/-) or Government Securities or Fixed Deposit
Receipts or Guarantee Bonds of any Scheduled Bank or the State Bank of India in accordance
with the prescribed form. 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 including Provident Fund
Code No. if applicable and also ensure the compliance of aforesaid provisions by the sub-
contractors, if any engaged by the contractor for the said work and Programme Chart (Time
and Progress) within the period specified in Schedule F.
12 The Description of work is as follows: -
Intending Bidders are advised to inspect and examine the site and its surroundings and satisfy
themselves before submitting their bids as to the nature of the ground and sub-soil (so far as is
practicable), the form and nature of the site, the means of access to the site, the accommodation
they may require and in general shall themselves obtain all necessary information as to risks,
contingencies and other circumstances which may influence or affect their bid. A bidder shall be
deemed to have full knowledge of the site whether he inspects it or not and no extra charge
consequent on any misunderstanding or otherwise shall be allowed. The bidder shall be
responsible for arranging and maintaining at his own cost all materials, tools & plants, water,
electricity access, facilities for workers and all other services required for executing the work
unless otherwise specifically provided for in the contract documents. Submission of a bid by a
bidder implies that he has read this notice and all other contract documents and has made himself
aware of the scope and specifications of the work to be done and of conditions and rates at which
stores, tools and plant, etc. will be issued to him by the Government and local conditions and
other factors having a bearing on the execution of the work.
13. The competent authority on behalf of the President of India does not bind itself to accept the
lowest or any other 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.

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, Sr/D EE


8 CPWD

14. Canvassing whether directly or indirectly, in connection with tenders is strictly prohibited and
the tenders submitted by the contractor who resort to canvassing will be liable for rejection.
15. The competent authority on behalf of President of India reserves to himself the right of
accepting the whole or any part of the tender and the tenderer shall be bound to perform the
same at the rate quoted.
16. The contractor shall not be permitted to tender for works in the CPWD Circle (Division in case
of contractors of Horticulture/Nursery category) responsible for award and execution of
contracts in which his near relative is posted as Divisional Accountant or as an officer in any
capacity between the grades of Executive 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.
17. 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 prior permission of the Government of India in writing. This contract is liable to be
cancelled if either the contractor or any of his employees is found any time to be such a person
who had not obtained the permission of the Government of India as aforesaid before
submission of the tender or engagement in the contractor’s service.
18. The bid for the works shall remain open for acceptance for a period of 30 days from the date of
opening of bid. If any bidders withdraw his bid before the said period or issue of letter of
acceptance, whichever is earlier, or makes any modifications in the terms and conditions of the
bid which are not acceptable to the department, then the Government shall, without prejudice to
any other right or remedy, be at liberty to take action as per declaration given by the agency.
Further, the bidders shall not be allowed to participate in the rebidding process of the work.
19. This Notice inviting bid shall form a part of the contract document. The successful
Tenderer/contractor, on acceptance of his bid by the Accepting Authority, shall, within
15(Fifteen) Days from the stipulated date of start of the work, sign the contract consisting of:-
(a) The notice inviting bid, all the documents including additional conditions, specifications and
drawings, if any, forming part of the bid as uploaded at the time of invitation of bid and 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(Maintence Works) as corrected / modified upto date.
20. GST as applicable shall be borne by the agency. The agency shall quote his rates considering
applicable GST and other taxes and nothing extra shall be paid on this account.
21. Necessary recoveries as applicable shall be made from the bill.

Executive Engineer
‘I’ Division, CPWD
New Delhi- 110 002

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, Sr/D EE


9 CPWD

FORM ‘A’

RECEIPT OF DEPOSITION OF ORIGINAL EMD

(Receipt No……………………………………date………………………..)

1. Name of Work : Upgradation works of various bungalows occupied by


Supreme Court Judges under 2/I Sub-Division (Sec-II)
dg. 2022-23 (SH:- Renovation of toilets, kitchen, internal
& external painting works in various bungalows)
2. NIT No. : 05/EE/I-Div/2-I/2022-23

3. Estimated Cost : Rs. 27,00,626/-

4. Amount of Earnest Money Deposit : Rs. 54,012/-

5. Last date of submission of bid : 21-04-2022 upto 03:00 PM

# 1. Name of contractor………………………………………………………………
# 2. Form of EMD…………………………………………………………………………
# 3. Amount of Earnest Money Deposit………………………………………
# 4. Date of submission of EMD…………………………………………………..

…**… To be filled by EE
# To be filled by EMD receiving EE

Signature, Name and Designation of EMD


Receiving officer (EE/AE(P)/AE/AAO)
alongwith Office stamp

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, Sr/D EE


10 CPWD

INFORMATION AND INSTRUCTIONS FOR BIDDERS FOR E-TENDERING FORMING PART OF BID
DOCUMENT

(Applicable for inviting open tenders)


The Executive Engineer ‘I’ Division, CPWD, 2nd Floor, I.P. Bhawan, New Delhi on behalf of the President of India
invites online Percentage Rate tender from the approved, eligible and enlisted contractor of CPWD for the following
work.
Stipulated
Last date of Date & time
Period of of opening of
S. Name of work & Estimate cost online
No.
NIT No
location put to tender
Earnest Money Completion submission of bid
of work (in bid
months)
Upgradation works
of various
bungalows occupied
by Supreme Court
05/EE/I- Judges under 2/I 21-04-2022 21-04-2022
Sub-Division (Sec-
1 Div/2- Rs.27,00,626/- Rs. 54,012/- 03 Months at 03:00 at 03:30
II) dg. 2022-23 (SH:-
I/2022-23 Renovation of PM PM
toilets, kitchen,
internal & external
painting works in
various bungalows)

1. The intending bidder must read the terms and conditions of CPWD-6 carefully. He should only submit his bid if he
considers himself eligible and he is in possession of all the documents required.
2. Information and Instructions for bidders posted on website shall form part of bid document.
3. The bid document consisting of plans, specifications, the schedule of quantities of various types of items to be
executed and the set of terms and conditions of the contract to be complied with and other necessary documents can
be seen and downloaded from website http://www.tenderwizard.com/CPWDor http://www.cpwd.gov.in free of cost.
4. Declaration for Earnest Money Deposition shall be submitted as per proforma enclosed
5. 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.
6. The intending bidder must have valid class-III digital signature to submit the bid.
7. On opening date, the contractor can login and see the bid opening process. After opening of bids he will receive the
competitor bid sheets.
8. Contractor can upload documents in the form of JPG format and PDF format.
9. Contractor must ensure to quote rate in the prescribed column(s) meant for quoting rate in figures appears in pink
colour and the moment rate is entered, it turns sky blue. In addition to this, while selecting any of the cells a warning
appears that if any cell is left blank the same shall be treated as “0”. Therefore, if any cell is left blank and no rate is
quoted by the bidder, rate of such item shall be treated as “0” (ZERO). However, If a tenderer quotes nil rates against
each item in item rate tender or does not quote any percentage above/below on the total amount of the tender or any
section / sub head in percentage rate tender, the tender shall be treated as invalid and will not be considered as lowest
tenderer.
10. SC/ST contractors enlisted under class V category are exempted from processing fee payable to ITI.
11 If it is desired to submit revised financial bid then it shall be mandatory to submit revised financial bid. If not
submitted then the bid submitted earlier shall become invalid.
12 The department reserves the right to reject any prospective application without assigning any reason and to restrict
the list of qualified contractors to any number deemed suitable by it, if too many bids are received satisfying the laid
down criterion.
13 It is mandatory to fill details / upload scanned copies of all the documents as stipulated in the bid document. If such
document is not uploaded his bid will become invalid and processing fee shall not be refunded.
14 If the Contractor is found ineligible after opening of bids, his bid shall become invalid.
15 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 Contractor, the bid shall become invalid.

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

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, Sr/D EE


11 CPWD

(i) Treasury Challan /Demand Draft/Pay order or Bankers Cheque/Deposit at call Receipt /FDR/ Bank
Guarantee of any Scheduled Bank against EMD. (Not applicable for earnest money submitted online).
(ii) Copy of receipt for deposition of original EMD issued from division office of any Executive Engineer
(including NIT issuing EE/AE), CPWD. [In enclosed Form-‘A’] / Acknowledgement of depositing earnest
money online through e-gateway of SBI, IDBI and Axis BankEnlistment of the contractor.
(iii) Enlistment of CPWD Registration.
(iv) GST Registration Certificate of the State in which the work is to be taken up, if already obtained by the bidder.
(v) Copy of the PAN of the Bidder.
(vi) Any other document as specified in bid document.

If the bidder has not obtained GST registration in the State in which the work is to be taken up, or as
required by GST authorities then in such a case the bidder shall scan and upload following under taking
along with other bid documents.

“lf work is awarded to me, I/we shall obtain GST registration Certificate of the State, in which
work is to be taken up, within one month from the date of receipt of award letter or before release
of any payment by CPWD, whichever is earlier, failing which I/We shall be responsible for any
delay in payments which will be due towards me/us on a/c of the work executed and/or for any
action taken by CPWD or GST department in this regard.

Note : No cutting/over writing shall be allowed in Treasury Challan/Demand, Draft/Pay order of


Banker’s Cheque/ Deposit at Receipt /Bank Guarantee of any scheduled Bank. If found so, their bid will
be rejected.

Executive Engineer
I- Division, CPWD
New Delhi- 110 002

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, Sr/D EE


12 CPWD

C.P.W.D.- 7
GOVERNMENT OF INDIA
CENTRAL PUBLIC WORKS DEPARTMENT
STATE :- New Delhi.
BRANCH :- B & R eaMy DIVISION :- I- Division
REGION :- Region Delhi

Percentage Rate Tender & Contract for Civil Works

Tender for the work of :- Upgradation works of various bungalows occupied by Supreme Court
Judges under 2/I Sub-Division (Sec-II) dg. 2022-23 (SH:- Renovation of toilets, kitchen, internal &
external painting works in various bungalows)

(i) Tenders to be uploaded online by at 03:00 PM on 21-04-2022


(ii) To be opened online in presence of tenders who may be present on 21-04-2022 At
03:30 PM in the office of Executive Engineer, I-Division, CPWD, IP Bhawan, New
Delhi.

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 30 days from the due date of its opening and not to make any modifications in
its terms & conditions.
A sum of Rs. 54,012/- is hereby forwarded in Receipt Treasury Challan / Deposit at call Receipt of a Scheduled Bank
/ fixed Deposit receipt of scheduled Bank/ Demand draft of a scheduled Bank, / Bank guarantee issued by a
scheduled bank as earnest money. If I/We fail to furnish the prescribed performance guarantee within prescribed
period, I/We agree that the said President of India or his successors in office shall without prejudice to any other right
or remedy, be at liberty to forfeit the said earnest money absolutely. Further, If I/ We fail to commence work as
specified, I/We agree that President of India or his successors in office shall without prejudice to any other right or
remedy available in law, be at liberty to forfeit the said the performance guarantee absolutely, otherwise said
performance guarantee shall be retained by him towards security deposit to execute all the works referred to in the bid
documents upon the terms and conditions contained or referred to therein and to carry out such deviations as may be
ordered, up to maximum of the percentage mentioned in Schedule ‘F’ and those in excess of that limit at the rates to
be determined in accordance with the provision contained in Clause 12.2 and 12.3 of the bid form.
Further, I/We agree that in case of forfeiture of performance guarantee as aforesaid, I / we shall be debarred for
participation in the re-tendering process of the work.
I/We undertake and confirm that eligible similar works(s) has/have not been got executed through another contractor
on back to back basis. Further that, if such a violation comes to the notice of Department, then I/we shall be debarred
for bidding in CPWD in future forever. Also, if such a violation comes to the notice of Department before date of
start of work, the Engineer-in-Charge shall be free to forfeit the entire amount of Performance Guarantee.
I/We hereby declare that I/We shall treat the tender documents drawings and other records connected with the work
as secret/confidential documents and shall not communicate information / derived there from to any person other than
a person to whom I/We, am/are authorized to communicate the same or use the information in any manner prejudicial
to the safety of the state.
from to any person other than a person to whom I/We, am/are authorized to communicate the same or use
the information in any manner prejudicial to the safety of the state.

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, Sr/D EE


13 CPWD

Dated …***… Signature of the Contractor


Witness:…***… Postal Address …***…
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 …**…

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, Sr/D EE


14 CPWD

flfoy dk;®Za dh vuqlwfp;ka SCHEDULES FOR CIVIL WORKS

vuqlwph ^d*SCHEDULE ‘A’


ek=kvksa dh vuqlwph ¼layXu½
Schedule of quantities (Enclosed) Pages : 55-69

vuqlwph *?k*SCHEDULE ‘D’


dk;Z ds fy, fo’ks"k vis{kk,a@nLrkost] ;fn dksbZ gksa] dh vfrfjDr vuqlwph
Extra schedule for specific requirements/documents for the work, if any.

1. As per particular specification, additional specification, General conditions, additional conditions


and special condition etc attached and work shall be executed according to General Condition of
Contract 2020(Maintenance works) for CPWD.

vuqlwph ^M*SCHEDULE ‘E’


Bsds dh lkekU; “krksZ dk lanHkZ
1. Refrence to General Conditions of contract: General Conditions of Contract 2020
(Maintenance Works).
dk;Z dk uke
Name of work: Upgradation works of various bungalows occupied by Supreme Court Judges
under 2/I Sub-Division (Sec-II) dg. 2022-23 (SH:- Renovation of toilets,
kitchen, internal & external painting works in various bungalows)
,dk;Z dh vuqqekfur ykxrEstimated cost of work: :`. 27,00,626/-/-

(i) /kjksgj jkf’k Earnest money: NIL

(ii) fu"iknu xkjaVhPerformance guarantee : 3% of tendered Value.

(iii) izfrHkwfr fu{ksi%Security Deposit: 2.5% of tendered Value

vuqlwph ^p*SCHEDULE ‘F’


lkekU; fu;e ,oa fn'kkfunsZ'k%
General Rules & Directions:

fufonk vkea=.k djus okyk izkf/kdkjh


Officer inviting tender - Executive Engineer/I-Division/CPWD/ New Delhi

dk;Z dh enksa dh ek=k ds fy, vf/kdre izfr”kr ftlls vf/kd fu"ikfnr


enksa ds fy, njksa dk fu/kkZj.k [k.M 12-2 vkSj 12-3 ds vuqlkj gksxk- fuEukuqlkj
Maximum percentage for quantity of items of work to
be executed beyond which rates are to be determined
in accordance with Clauses 12.2 & 12.3. As per clause 12

ifjHkk"kk;sa%&Definitions:

2(v) Hkkjlk/kd bathfu;j


Engineer-in-Charge Executive Engineer/I- Division/CPWD/
New Delhi.
2(viii) Lohdkj drkZ izkf/kdkjh
Accepting Authority Executive Engineer/I-Division/CPWD/

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, Sr/D EE


15 CPWD

New Delhi.

2(x) vfrfjDr vkSj ykHkksa dks iwjk djus ds


fy, lkefxz;ksa dh ykxr ij izfr'krrk
Percentage on cost of materials and
labour to cover all overheads and profits. 15%
2(xi) njksa dh ekud vuqlwph
Standard schedule of Rates: Delhi Schedules of rate 2019 with correction slips
Issued upto date of online receipt of tender.
2(xii) foHkkx
Department Central Public Works Department

9(ii) ekud ds-yks-fu-fo- Bsdk QkeZ------------------------------------------------


Standard CPWD contract form Delhi Schedule of Rates-2021 for Civil with
up-to-date correction slips.
[k.M&1
(i) Lohd`fr Ik= tkjh gksus dh rkjh[k ls fu’iknu xkjaVh ds izLrqrhdj.k
Ds fy, vuqer le;] fnuksa esaA
Clause1
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, including Provident Fund code number
if applicable from the date of issue of letter of acceptance, in days 7 Days
,DlVas'ku] fnuksa esa
ii) Maximum allowable extension with late fee@ 0.1% per day
of performance guarantee amount beyond the period provided
in (i) above 3 Days

[k.MClause 2 [k.M 2 ds rgr izfrdj fuf'prdjus okyk izkf/kdkjh


Authority for fixing Chief Engineer, New Delhi Zone - 1,
CPWD, New Delhi
compensation under clause 2

[k.M d- D;k [k.M 2 d ykxw gksxkA


Clause 2A Applicable Clause Clause 2A not applicable

[k.MClause 5 dk;Z vkjEHk djus dh rkjh[k dh x.kuk ds fy, Lohd`fr


Ik= tkjh gksus dh rkjh[k ls fnuksa dh la[;k------------------------------------------------fnu
Number of days from the date of issue
of letter of acceptance for reckoning date of start. 10 days

y{; ehy&iRFkjA lkj.kh% y{; uhps nh xbZ lkj.kh vuqlkj


Table of Milestones : --As per Table given below
S. No. Description of Milestone Time Allowed in days Amount to be
(Financial) (from date of start ) withheld in case of
non achievement of
milestone
1. -------NA----- --------NA-----

dk;Z fu"ikfnr djus ds fy, vuqeR; le;


Time allowed for execution of work 03 Months

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, Sr/D EE


16 CPWD

fu.kkZ;d izkf/kdkjh
Authority to Decide:-

1- le; foLrkj
Extension of time – Engineer-in-Charge

2- miyfC/k;ksa dk iqu% vuqlwfpdj.k


Rescheduling of Mile Stones – Engineer-in-Charge
lkbV ds lkSaius eas nsjh ds ekeys esa
'kq: gksus dh rkjh[k ds LFkkukarj.k
Shifting of date of start in case of – Engineer-in-Charge
Delay in handing over of site

Proforma of Schedules Clause 5 of handing over of site:-

Part Portion of Site Description Time Period for handing over recknoned from
date of issue of letter of intend.
Part A Portion without any hindrance All --
Part B Portions with encumbrances NIL --
Part C Portions dependent on work of other agencies NIL --

Applicable Clause 5/Clause 5A (Modified OM No. DG/CON/307 dt 19-11-2019)

[k.MClause 7
varfje Hkqxrku ds fy, ik= gksus ds fy, vafre ,sls
Hkqxrku ds ckn dqy Hkqxrku ,df=r lkefxz;ksa ds
vfxzeksa ds lek;kstu lfgr fd;k tkus okyk dqy dk;Z
Gross work to be done together with net
payment/adjustment of advances for material
collected, if any, since the last such payment Rs. 9.00 lakhs
for being eligible to interim payment

[k.MClause 7A
Whether clause 7A shall be applicable Yes

Clause 10A
List of testing equipment to be :- As per requirement of site and direction of
Engineer-in-charge.
provided by the Contractor at Site Lab.

Clause 10 B(i)- Whether Clause 10 B(i) shall be applicable: No


D;k /kkjk 10ch¼i½ ykxw gS
Clase 10C Component of labour expressed as percentage of total value of work - 25%
dk;Z ds dqy ewY; dh Je ds ?kVd ds izfr'kr ds :i esa
Clause 10 CA (a) Civil Work :- Not Applicable

S.No. Materials covered under Nearest materials other than Base price of all materials
this clause cement, steel reinforcement bars covered under clause 10 CA**
& the structural steel) for which All
India Wholesale Price Index to be
followed
--NIL--

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, Sr/D EE


17 CPWD

Clause 10CC

Clause 10 CC to be applicable in contract with stipulated period of :- Not Applicable


completion exceeding the period shown in the next column

Schedule of component of other Materials, Labour, POL etc, for price


escalation.
Component of civil (except materials covered under Not Applicable
Clause 10CA) / Civil construction Materials
expressed as percent of total value of work.-
Component of Labour – Not Applicable
expressed as percent of total value of work.

Clause 11
Specifications to be followed for execution of work :- CPWD specification 2019 Vol. I to II
with upto date correction slips.
Clause 12
Authority to Upto 1.25 times the contract Executive Engineer, I-Division, CPWD for
decide deviation amount civil component & Executive Engineer,
of contract DED-102, CPWD for electrical component,
amount or their successor
Beyond 1.25 times upto 1.50 Chief Engineer, NDZ1, CPWD or his
times of contract amount successor
Beyond 1.50 times upto 2.00 ADG, Region Delhi, CPWD or his successor
times of contract amount

Clause 12: Authority to decide deviation upto 1.5 times of tendered amount.

12.2 & 12.3 Deviation Limit beyond which clauses 12.2 & 12.3 shall apply : 50%
12.5 Deviation Limit beyond which clauses 12.2 & 12.3 shall apply : 100%
for foundation work

(a ) The payment of extra / substitute items born on DSR 2019 shall be paid as per DSR rates applicable to
the agreement plus/minus prevailing cost index (at the time of tender) and plus/minus %age above or
below of quoted contract amount.

(b) The payment of the non scheduled extra/substitute items shall be paid as per the prevailing market rate.

(c) For present work being a maintenance works including works of Upgaradaion, aesthetic, special repair,
addition/alteration, In the case of contract items, which exceed the limits laid down in schedule ‘F’, the
contractor shall be paid rates specified in the schedule of quanitities.The completion cost of agreement
shall not exceed 1.25 times of tendered amount.

Clause 16:

Competent Authority for deciding reduced rates :- Chief Engineer, NDZ-1, CPWD,
New Delhi

[kaM &Clause 18
dk;ZLFky ij Bsdsnkj }kjk yxk;s tksus okyh vfuok;Z e'khujh] vkStkj ,oa l;a=ksa dh lwph%
List of mandatory machinery, tools & plants to be deployed by the contractor at site: (As Applicable)
--------As per Site requirement---------------
[kaM &Clause 19 C - EE/I-Division
[kaM &Clause 19 D - EE/I-Division
[kaM &Clause 19 G - EE/I-Division
[kaM &Clause 19 K - EE/I-Division

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, Sr/D EE


18 CPWD

[kaM &Clause 25
Dispute Redressal Committee(DRC)
Dispute Redressal Committee (DRC)
A) For total claims more than Rs. 25.00 lakh. Chairman – CE, NDZ-II, CPWD or his successor
Member Secretary - CE, NDZ-1 or his successor
Member – I – SE (Works & TLC) Region Delhi or his
successor
Member – II – SE, Delhi Circle 1, CPWD or his
successor
Case Presenter - EE, I Divn, CPWD, New Delhi
B) For total claims upto Rs. 25.00 lakh. Chairman – CE, NDZ-II, CPWD or his successor
Member Secretary - CE, NDZ-1 or his successor
Member – I – SE (Works & TLC) Region Delhi or his
successor
EE(I-Divn.) shall present the case before DRC but
shall not have any part in decision making.

Clause 32
“Requirement of Technical Representative (s) and Recovery Rates”
Rate at which recovery shall
Designation be made from the contractor
Experience
Discipline

Minimum
Minimum
Sl. No.

Number
(Principlal in the event of not fulfilling
qualification of
Technical provision of clause 32(i) (Rs
Technical
/Technical per month per person)
Representative
Representative
Figures words
Project Manager
Graduate Engineer cum 2 years for graduate Rs 15000/- Rs Fifteen
1. Or Civil planning/quality/Si One (Per Thousand (Per
Diploma Engineer te engineer/ 5 years for diploma holder Month) Month)
Billing engineer
Assistant Engineers retired from Government services that are holding Diploma will be treated at par with Graduate Engineers.
Diploma holder with minimum 10 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 38
i) Schedule/statement for determining theoretical :- Delhi Schedule of Rates 2019 with up to date
quantity of cement & bitumen on the basis of correction slips
ii) Variations permissible of theoretical quantities :-
a) Cement for works with estimated cost put to :-
3% plus/minus.
tender not more than Rs. 25 lakh
For works with estimated cost put to tender :-
2% plus/minus.
more than Rs. 25 lakh.
b) Bitumen for all works 2.5% plus & only & side. :- nil on minus.
c) Steel Reinforcement and structural steel :-
sections for each diameter, section and 2% plus/minus.
category
d) All other materials :- Nil

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, Sr/D EE


19 CPWD

INTEGRITY PACT

To,
………………………..,
………………………..,
………………………..

Sub: NIT No. : 05/EE/I-Div/2-I/2022-23 for the work: Upgradation works of various bungalows
occupied by Supreme Court Judges under 2/I Sub-Division (Sec-II) dg. 2022-23 (SH:- Renovation of
toilets, kitchen, internal & external painting works in various bungalows)

Dear Sir,

It is here by declared that CPWD is committed to follow the principle of transparency,


equity and competitiveness in public procurement.

The subject Notice Inviting Tender (NIT) is an invitation to offer made on the condition
that the Bidder will sign the integrity Agreement, which is an integral part of tender/bid
documents, failing which the tenderer/bidder will stand disqualified from the tendering process
and the bid of the bidder would be summarily rejected.

This declaration shall form part and parcel of the Integrity Agreement and signing of the
same shall be deemed as acceptance and signing of the Integrity Agreement on behalf of the
CPWD.

Yours faithfully

Executive Engineer
‘I’ Division, CPWD
New Delhi

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, Sr/D EE


20 CPWD

INTEGRITY PACT

To,
Executive Engineer,
‘I’ Division, CPWD,
IP Bhawan, New Delhi

Sub: Submission of Tender for the work of Upgradation works of various bungalows occupied by
Supreme Court Judges under 2/I Sub-Division (Sec-II) dg. 2022-23 (SH:- Renovation of toilets,
kitchen, internal & external painting works in various bungalows)

Dear Sir,

I/We acknowledge that CPWD is committed to follow the principles thereof as


enumerated in the Integrity Agreement enclosed with the tender/bid document.

I/We agree that the Notice Inviting Tender (NIT) is an invitation to offer made on the
condition that I/We will sign the enclosed integrity Agreement, which is an integral part of
tender documents, failing which I/We will stand disqualified from the tendering process. I/We
acknowledge that THE MAKING OF THE BID SHALL BE REGARDED AS AN
UNCONDITIONAL AND ABSOLUTE ACCEPTANCE of this condition of the NIT.

I/We confirm acceptance and compliance with the Integrity Agreement in letter
and spirit and further agree that execution of the said Integrity Agreement shall be separate and
distinct from the main contract, which will come into existence when tender/bid is finally
accepted by CPWD. I/We acknowledge and accept the duration of the Integrity Agreement,
which shall be in the line with Article 1 of the enclosed Integrity Agreement.

I/We acknowledge that in the event of my/our failure to sign and accept the Integrity
Agreement, while submitting the tender/bid, CPWD shall have unqualified, absolute and
unfettered right to disqualify the tenderer/bidder and reject the tender/bid is accordance with
terms and conditions of the tender/bid.

Yours faithfully

(Duly authorized signatory of the Bidder)

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, Sr/D EE


21 CPWD

INTEGRITY PACT

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

This Integrity Agreement is made at ............... on this ........... day of ...........2021.

BETWEEN
President of India represented through Executive Engineer, ‘I’ Division, CPWD, C-230, I.P. Bhawan,
New Delhi (Hereinafter referred as he ‘Principal/Owner’, which expression shall unless repugnant to
the meaning or context hereof include its successors and permitted assigns)
AND
.............................................................................................................
(Name and Address of the Individual/firm/Company)

through .................................................................... (Hereinafter referred to as the


(Details of duly authorized signatory)
“Bidder/Contractor” and which expression shall unless repugnant to the meaning or context hereof
include its successors and permitted assigns)

Preamble
WHEREAS the Principal /Owner has floated the Tender(NIT No.05/EE/I-Div/2-I/2022-23)
(hereinafter referred to as “Tender/Bid”) and intends to award, under laid down
organizational procedure, contract for Upgradation works of various bungalows occupied by
Supreme Court Judges under 2/I Sub-Division (Sec-II) dg. 2022-23 (SH:- Renovation of toilets,
kitchen, internal & external painting works in various bungalows)

Hereinafter referred to as the “Contract”.


AND WHEREAS the Principal/Owner values full compliance with all relevant laws of the land, rules,
regulations, economic use of resources and of fairness/transparency in its relation with its Bidder(s)
and Contractor(s).

AND WHEREAS to meet the purpose aforesaid both the parties have agreed to enter into this Integrity
Agreement (hereinafter referred to as “Integrity Pact” or “Pact”), the terms and conditions of which
shall also be read as integral part and parcel of the Tender/Bid documents and Contract between the
parties.

NOW, THEREFORE, in consideration of mutual covenants contained in this


Pact, the parties hereby agree as follows and this Pact witnesses as under:

Article 1: Commitment of the Principal/Owner


1) The Principal/Owner commits itself to take all measures necessary to prevent corruption and to
observe the following principles:

(a) No employee of the Principal/Owner, personally or through any of his/her family


members, will in connection with the Tender, or the execution of the Contract, demand,

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, Sr/D EE


22 CPWD

take a promise for or accept, for self or third person, any material or immaterial benefit
which the person is not legally entitled to.
INTEGRITY PACT
(b) The Principal/Owner will, during the Tender process, treat all Bidder(s) with equity and
reason. The Principal/Owner will, in particular, before and during the Tender process,
provide to all Bidder(s) the same information and will not provide to any Bidder(s)
confidential / additional information through which the Bidder(s) could obtain an
advantage in relation to the Tender process or the Contract execution.
(c) The Principal/Owner shall Endeavour to exclude from the Tender process any person,
whose conduct in the past has been of biased nature.
2) If the Principal/Owner obtains information on the conduct of any of its employees which is a
criminal offence under the Indian Penal code (IPC)/Prevention of Corruption Act, 1988 (PC
Act) or is in violation of the principles herein mentioned or if there be a substantive suspicion
in this regard, the Principal/Owner will inform the Chief Vigilance Officer and in addition can
also initiate disciplinary actions as per its internal laid down policies and procedures.

Article 2: Commitment of the Bidder(s)/Contractor(s)


1) It is required that each Bidder/Contractor (including their respective officers, employees and
agents) adhere to the highest ethical standards, and report to the Government / Department all
suspected acts of fraud or corruption or Coercion or Collusion of which it has knowledge or
becomes aware, during the tendering process and throughout the negotiation or award of a
contract.
2) The Bidder(s)/Contractor(s) commits himself to take all measures necessary to prevent
corruption. He commits himself to observe the following principles during his participation in
the Tender process and during the Contract execution:
a) The Bidder(s)/Contractor(s) will not, directly or through any other person or firm, offer,
promise or give to any of the Principal/Owner’s employees involved in the Tender
process or execution of the Contract or to any third person any material or other benefit
which he/she is not legally entitled to, in order to obtain in exchange any advantage of
any kind whatsoever during the Tender process or during the execution of the Contract.
b) The Bidder(s)/Contractor(s) will not enter with other Bidder(s) into any undisclosed
agreement or understanding, whether formal or informal. This applies in particular to
prices, specifications, certifications, subsidiary contracts, submission or non-submission
of bids or any other actions to restrict competitiveness or to cartelize in the bidding
process.
c) The Bidder(s)/Contractor(s) will not commit any offence under the relevant IPC/PC
Act. Further the Bidder(s)/Contract(s) will not use improperly, (for the purpose of
competition or personal gain), or pass on to others, any information or documents
provided by the Principal/Owner as part of the business relationship, regarding plans,
technical proposals and business details, including information contained or transmitted
electronically.

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, Sr/D EE


23 CPWD

INTEGRITY PACT

d) The Bidder(s)/Contractor(s) of foreign origin shall disclose the names and addresses of
agents/representatives in India, if any. Similarly Bidder(s)/Contractor(s) of Indian
Nationality shall disclose names and addresses of foreign agents/representatives, if any.
Either the Indian agent on behalf of the foreign principal or the foreign principal
directly could bid in a tender but not both. Further, in cases where an agent participate
in a tender on behalf of one manufacturer, he shall not be allowed to quote on behalf of
another manufacturer along with the first manufacturer in a subsequent/parallel tender
for the same item.

e) The Bidder(s)/Contractor(s) will, when presenting his bid, disclose any and all
payments he has made, is committed to or intends to make to agents, brokers or any
other intermediaries in connection with the award of the Contract.

3) The Bidder(s)/Contractor(s) will not instigate third persons to commit offences outlined above
or be an accessory to such offences.

4) The Bidder(s)/Contractor(s) will not, directly or through any other person or firm indulge in
fraudulent practice means a willful misrepresentation or omission of facts or submission of
fake/forged documents in order to induce public official to act in reliance thereof, with
the purpose of obtaining unjust advantage by or causing damage to justified interest of
others and/or to influence the procurement process to the detriment of the Government
interests.

5) The Bidder(s)/Contractor(s) will not, directly or through any other person or firm use Coercive
Practices (means the act of obtaining something, compelling an action or influencing a decision
through intimidation, threat or the use of force directly or indirectly, where potential or actual
injury may befall upon a person, his/ her reputation or property to influence their participation
in the tendering process).

Article 3: Consequences of Breach

Without prejudice to any rights that may be available to the Principal/Owner under law or the Contract
or its established policies and laid down procedures, the Principal/Owner shall have the following
rights in case of breach of this Integrity Pact by the Bidder(s)/Contractor(s) and the Bidder/ Contractor
accepts and undertakes to respect and uphold the Principal/Owner’s absolute right:
1) If the Bidder(s)/Contractor(s), either before award or during execution of Contract has
committed a transgression through a violation of Article 2 above or in any other form, such as
to put his reliability or credibility in question, the Principal/Owner after giving 14 days notice
to the contractor shall have powers to disqualify the Bidder(s)/Contractor(s) from the Tender
process or terminate/determine the Contract, if already executed or exclude the
Bidder/Contractor from future contract award processes. The imposition and duration of the
exclusion will be determined by the severity of transgression and determined by the
Principal/Owner. Such exclusion may be forever or for a limited period as decided by the
Principal/Owner.

INTEGRITY PACT

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, Sr/D EE


24 CPWD

2) Forfeiture of EMD/Performance Guarantee/Security Deposit: If the Principal/Owner has


disqualified the Bidder(s) from the Tender process prior to the award of the Contract or
terminated/determined the Contract or has accrued the right to terminate/determine the
Contract according to Article 3(1), the Principal/Owner apart from exercising any legal rights
that may have accrued to the Principal/Owner, may in its considered opinion forfeit the entire
amount of Earnest Money Deposit, Performance Guarantee and Security Deposit of the
Bidder/Contractor.

3) Criminal Liability: If the Principal/Owner obtains knowledge of conduct of a Bidder or


Contractor, or of an employee or a representative or an associate of a Bidder or Contractor
which constitutes corruption within the meaning of IPC Act, or if the Principal/Owner has
substantive suspicion in this regard, the Principal/Owner will inform the same to law enforcing
agencies for further investigation.

Article 4: Previous Transgression

1) The Bidder declares that no previous transgressions occurred in the last 5 years with any other
Company in any country confirming to the anticorruption approach or with Central
Government or State Government or any other Central/State Public Sector Enterprises in India
that could justify his exclusion from the Tender process.
2) If the Bidder makes incorrect statement on this subject, he can be disqualified from the Tender
process or action can be taken for banning of business dealings/ holiday listing of the
Bidder/Contractor as deemed fit by the Principal/ Owner.
3) If the Bidder/Contractor can prove that he has resorted / recouped the damage caused by him
and has installed a suitable corruption prevention system, the Principal/Owner may, at its own
discretion, revoke the exclusion prematurely.

Article 5: Equal Treatment of all Bidders/Contractors/Subcontractors

1) The Bidder(s)/Contractor(s) undertake(s) to demand from all subcontractors a commitment in


conformity with this Integrity Pact. The Bidder/Contractor shall be responsible for any
violation(s) of the principles laid down in this agreement/Pact by any of its Subcontractors/
sub-vendors.
2) The Principal/Owner will enter into Pacts on identical terms as this one with all Bidders and
Contractors.
3) The Principal/Owner will disqualify Bidders, who do not submit, the duly signed Pact between
the Principal/Owner and the bidder, along with the Tender or violate its provisions at any stage
of the Tender process, from the Tender process.

Article 6- Duration of the Pact

This Pact begins when both the parties have legally signed it. It expires for the
Contractor/Vendor 03 Months after the completion of work under the contract or till the continuation
of defect liability period, whichever is more and for all other bidders, till the Contract has been
awarded.

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, Sr/D EE


25 CPWD

INTEGRITY PACT

If any claim is made/lodged during the time, the same shall be binding and continue to be valid
despite the lapse of this Pacts as specified above, unless it is discharged/determined by the Competent
Authority, CPWD.

Article 7- Other Provisions

1) This Pact is subject to Indian Law, place of performance and jurisdiction is the Head quarters
of the Division of the Principal/Owner, who has floated the Tender.
2) Changes and supplements need to be made in writing. Side agreements have not been made.
3) If the Contractor is a partnership or a consortium, this Pact must be signed by all the partners or
by one or more partner holding power of attorney signed by all partners and consortium
members. In case of a Company, the Pact must be signed by a representative duly authorized
by board resolution.
4) Should one or several provisions of this Pact turn out to be invalid; the remainder of this Pact
remains valid. In this case, the parties will strive to come to an agreement to their original
intensions.
5) It is agreed term and condition that any dispute or difference arising between the parties with
regard to the terms of this Integrity Agreement / Pact, any action taken by the Owner/Principal
in accordance with this Integrity Agreement/ Pact or interpretation thereof shall not be
subject to arbitration.

Article 8- LEGAL AND PRIOR RIGHTS


All rights and remedies of the parties hereto shall be in addition to all the other legal rights and
remedies belonging to such parties under the Contract and/or law and the same shall be deemed to be
cumulative and not alternative to such legal rights and remedies aforesaid. For the sake of brevity, both
the Parties agree that this Integrity Pact will have precedence over the Tender/Contact documents with
regard any of the provisions covered under this Integrity Pact.
IN WITNESS WHEREOF the parties have signed and executed this Integrity Pact at the place and
date first above mentioned in the presence of following witnesses:

...............................................................
(For and on behalf of Principal/Owner)
.................................................................
(For and on behalf of Bidder/Contractor)
WITNESSES:
1. ..............................................
(signature, name and address)
2. ...............................................
(signature, name and address)
Place:
Dated :

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, Sr/D EE


26 CPWD

GENERAL CONDITIONS AND SPECIFICATIONS

1. In case there is any discrepancy between English Version and corresponding Hindi
version, if provided, then the provisions in English Version will prevail.

2. Wherever any reference to any Indian Standard Specifications/ International standard


occurs in the documents relating to this contract, the same shall be inclusive of all
amendments issued there-to or revisions thereof, if any, up to the date of receipt of
tenders.

3. Samples for particular items of work shall be prepared, where so specifically desired
by Engineer-in- charge, for prior approval of the Engineer-in-charge, before taking up
the same on mass scale and nothing shall be payable on this account.

4. Wherever desired by Engineer-in-charge, the contractor shall also construct a sample


unit complete in all respect within time specified by the Engineer-in-charge & this
sample unit shall be got approved from the Engineer-in-charge before mass
construction is taken up .No extra claim, whatsoever beyond the payment due at
agreement rates, will be entertained to the contractor on this account .

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

6. If as per municipal rules, or due to any other restrictions, the huts for labourers are not
to be erected at the site of work by the contractors, then the contractors shall provide
such accommodation at such locations as are acceptable to local bodies, or contractor
shall make his own alternative arrangement for stay of labourers outside the site of
work, for which nothing extra shall be payable.

7. The working drawings appearing at Para 8.1(iii) of conditions of contract in the form
CPWD-7/8, shall mean to include both architectural and structural drawings
respectively. The structural and architectural drawings shall be properly correlated
before executing the work. In case of any difference noticed between architectural and
structural drawings, final decision, in writing of the Engineer-in-charge shall be
obtained by the contractor before proceeding further.
8. If ISI marked products are available, the contractor shall use only ISI marked products.
In other cases, the materials shall conform to CPWD specifications. In case a
materials/product is neither covered by ISI nor by CPWD specification, the work shall

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, Sr/D EE


27 CPWD

be carried out as per sound engineering practice, in such case, the decisions of the
Engineer-in-charge shall be final & binding. In such cases Engineer-in-charge shall
satisfy himself about the quality of such materials and give his approval in writing. Only
articles classified as first quality by the manufacturers shall be used, unless otherwise
specified. All materials not bearing ISI mark shall be tested as per relevant ISI
specifications. The Engineer-in-charge may relax the condition regarding testing if the
quantity of the materials required for the work is small. In all cases of use of ISI
marked materials, proper proof of procurement of materials from authentic
manufacturers shall be provided by the contractor to the entire satisfaction of
Engineer-in-charge.
9. Some restrictions may be imposed by the security staff etc. on the working and for
movement of labour, materials etc. The contractor shall be bound to follow all such
restriction / instructions and nothing extra shall be payable on this account.
10. Other agencies doing works related with this project will also simultaneously execute
the work and the contractor shall afford necessary facilities for the same. The
contractor shall leave such necessary holes, opening etc., for laying/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
such a way that they leave enough space for concreting and do not adversely affect
the structural members. Nothing extra over the agreement rates shall be paid for the
same. The contractor shall extend necessary co-operation to other such agencies
without any claim on this account.
11. Any cement slurry, required to be added over base surface for bond or for continuation
of concreting, its cost shall be deemed to have been included in the respective items,
unless specified otherwise and nothing extra shall be payable nor extra cement shall
be considered in the cement consumption on this account.
12. Stacking of materials and excavated earth including its disposal shall be done as per
the directions of the Engineer-in-Charge. Double handling of materials or excavated
earth, if required, shall have to be done by the contractor at his own cost.
13. No claim for idle establishment & labour, machinery & equipments, tools & plants and
the like, for any reason whatsoever, shall be admissible during the execution of work
as well as after its completion.
14. (a) The building work will be carried out in the manner complying in all respect with
the requirements of relevant bylaws 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 installations and the drainage work
etc may required to be carried out as per local Municipal Corporation or such
local body-Bylaws and the contractor in such cases shall produce necessary
completion certificate from such authorities after completion of the work.

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, Sr/D EE


28 CPWD

15. The contractor shall give a performance test of the entire installation(s), as per
standing specifications, before the work is finally accepted and nothing extra
whatsoever shall be payable to the contractor for the test .
16. Any damage to work resulting from weathering conditions, defacing or from any other
cause such as negligent act on the part of contractor, until the work is taken over by
the Department after completion of work, shall be made good by the contractor at his
own cost .
17. Dismantling of cement concrete floors inside the quarters shall be done with the help
of mechanized vibratory hammer, drills etc. The work shall be carried out in such a
way that there should be least disturbance to the adjoining allottees and work should
be completed within least possible time. The contractor must ensure that there
should be no damage to the supporting RCC members.
18. The corrected form CPWD-7/8 is available in Division Office for inspection. The
contractors are requested to go through the same. They will be bound by the terms
and conditions stated therein.
19. The order of preference in case of any discrepancy as indicated in condition no 8.1
under “Conditions of Contract” given in General conditions of contract for Central
P.W.D. works 2020(maintenance work) form may be read as the following:
i. Description of item nomenclature in the schedule of quantities.
ii. Particular specifications for Repair and Rehabilitation works (if applicable)
iii. Particular specifications.
iv. Additional and Special conditions.
v. Contract Clauses of General conditions of contract for Central P.W.D. works.
vi. MORTH specifications for Road & Bridge works with correction slips upto date
of receipt of tender.
vii. CPWD specifications as mentioned in Schedule ‘F’.
viii. Architectural Drawings, if any.
ix. Indian Standard Specifications.
x. Sound Engineering Practice
20. The words “Equivalent”, “Approval” and authorized” in these specifications
shall imply and require written approval of the Engineer-in-Charge.
21. The rates shall include the following:-
(a) All necessary materials, bolts, nuts, fasteners, nails, screws, rawl plugs, etc. as
may be necessary to complete the work detailed in the specifications, whether or
not specifically mentioned. The tenderer should ensure that he has studied
the drawings carefully and should seek any clarifications he may have from the
Executive Engineer-in-charge of the work. No extra claims will be entertained
later on.

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, Sr/D EE


29 CPWD

(b) Cutting, making and repairing of any holes/opening Junction Box for electrical
purpose etc. required for any light fittings, loudspeakers, air-conditioning grills
etc.
22. The Executive Engineer has got the right to accept or reject the tender as whole or
part of it and no claims what so ever will be entertained on this account.
23. No payment will be made to the contractor for damages caused by rains during
execution of the works and no claim on this account will be entertained.
24. The dismantling wherever required shall be done in a manner so that no other portion
of the building or its fixtures are damaged. If any damages are done to the building it
will be made good by the contractor at his own cost and no claim what so ever will be
entertained on this account.
25. The rates for all items of work shall (Unless clearly specified) include the cost of all
labour, material taxes (i/c GST)and other aspects involved in the execution of work.
The rate shall include GST, if any.
26. The contractor shall make his own arrangement for getting the permission (to ply the
trucks) from the traffic police.
27. The contractors are advised to get acquainted with the proposed work and its site and
also study the specifications and conditions carefully before tendering. No claim of any
sort shall be entertained on account of any site conditions and ignorance of
specifications and special conditions.
28. All dismantled materials/ Building rubbish/ Malba and other such material received and
collected by the contractor during the course of execution of work will be removed
from the site of work immediately as directed by the Engineer-in-Charge.
29. 1% water charges if water not arranged by contractor, Income tax plus surcharge and
Labour Cessas applicable shall be recovered from the gross amount of each Bill.
30. Tender with contradictory conditions/ Rebate will be rejected straight away.
31. The materials shall be issued to the contractor for day to day work, according to the
numbers of men employed by him. The unused materials should be returned by him at
the end of the day work along with the empty containers etc. The empty containers
shall be preserved till the completion of the work and the clearance to remove them is
given by the Engineer-in-charge in writing.
32. All doors window, floors furniture, electrical fittings and other articles shall be cleaned
free from dust, splashes and damages; sufficient covering for the day’s work shall be
shown to the representative of the Engineer-in-charge before the contractor is allowed
to proceed with the work. Splashes and droppings from the white washings, colour
washing, distempering, painting etc. on walls, floors, doors, and windows, glass panes
down take pipes, furniture’s, shall be removed by the contractor at, his own cost and
the surface cleaned simultaneously after the completion of the day’s work in individual

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, Sr/D EE


30 CPWD

room or bungalow or premises, where the work is done without waiting for the actual
completion of all the other items of work in contract. In case the contractor fails to
comply with the requirement of this clause, the Engineer –in-Charge shall have the
right to get this work done at the risk and cost of the contractor either departmentally
or through another agency. The representative of the Engineer-in-Charge will mention
this, in the site order book, before employing the labour at contractor’s cost.
33. Full quantity of material purchased from authorized dealers with their cash memos like
paint/ distemper/ cement paint/ OBD/ plastic emulsion of the firm indicated in the items
or elsewhere shall be deposited with the JE concerned before starting execution.
34. The sub-standard work shall be rejected outright and shall not be measured and
nothing extra shall be paid for it. The decision of the Engineer-in-charge shall be final
and binding in this regard.
35. In case material consumed is less than the permissible variation then the work beyond
theoretical consumption i/c variation shall be treated as substandard and quantity for
payment purpose will be restricted to as per material actually consumed.
36. The material such as paints, varnish distempers, water proofing cement paint and
primers etc. as required shall be of approved brand and manufactures, and of required
shade and confirming (in all respects) to the relevant I.S. specifications.
37. Scrapping shall be got checked from in charge of the work before carrying out finishing
work over it.
38. No labour huts shall be allowed inside the campus of above said work. The contractor
shall arrange for the stay of labour outside the campus including transport and nothing
extra shall be payable on the account.
39. The work if required to be executed in odd hours, the agency shall plan the work to be
carried out accordingly. Nothing extra shall be paid on this account.
40. There may be some restrictions on free movement of labourers at site and restriction
of working hours and the agency shall consider this fact while quoting the rates and
executing the work. Photo passes if any required for worker shall be the responsibility
of the contractor.
41. Existing drains, pipes, cables, overheads wires, sewer lines and water lines and similar
services encountered in the course of the execution of the work shall be protected against
the damage by the contractor at his expenses. The contractor shall not store materials or
otherwise occupy any part of the site in a manner likely to hinder the operation of such
services.
42. Malba/building rubbish etc. received from work shall be removed to designated site
(fixed by Engineer in charge) within the time frame decided by the Engineer-in-charge,
otherwise a penalty of Rs. 1500/- shall be imposed on the contractor for each default.

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, Sr/D EE


31 CPWD

43. Before dismantling the structure / item the contractor shall bring the entire material
required for particular job at site after getting the sample approved from the Engineer
in charge.
44. The Engineer employed by the contractor must attend the office of AE/JE in charge
daily and note any instructions given on site order book.
45. Due to restriction of driving slow moving vehicle / hand driven rickshaw in NDMC areas, it
is required that contractor should not operate the hand driven rickshaw. Contractor has to
make his own arrangement of desired transportation & nothing extra shall be payable on
this account.
46. Before starting the work the contractor shall chalk out a programme in consultation with
the Junior Engineer / Assistant Engineer in charge so as to inform the occupants in
advance. The contractor shall have to adhere this programme, failing which he shall be
held responsible for any inconvenience caused to the occupants. In order to ensure that
the work is carried out according to the programme drawn up, the contractor shall ensure
adequate supply of the material and employ required labour strength for execution of
work. In case contractor fails to arrange / employ adequate labour and stick to the
programme, the Engineer in charge may supplement the labour at the risk and cost of the
contractor after issue of one day’s notice to the contractor through site order book. No
claim for idle labour shall be entertained. The contractor shall put his representative daily
on site of work. His name & signature shall be attested by the contractor on the record for
the department.
47. The contractor shall prepare one sample of all items which should be got approved from
the Engineer in charge. Only after acceptance of sample work, contractor will be allowed
to commence the work and sample is to be preserved by contractor till the whole work is
completed. The quality of work should confirm to the approved samples.
48. The contractor should note that the items of work in any quarter shall be undertaken one
at a time, one after the other and to complete at one stretch in reasonable time allotted for
the same by Engineer in charge. Any item left over in any quarter will be got done at his
risk and cost without any further notice.
49. No T & P shall be issued by the department.
50. Any damage done to the existing structure shall be made good by the contractor at his
own risk and cost.
51. The contractor shall be responsible for behavior and conduct of his worker. No worker
with doubtful integrity or having a bad record shall be engaged by the contractor.
52. No dismantled material should be thrown out from ground or upper floors of the
building. All the dismantled material should be carried out to ground through Chute
made of PVC pipe of suitable size & proper clamped only at no extra cost.

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, Sr/D EE


32 CPWD

53. All the furniture items in the office/quarters shall be shifted safely without any damage
to the furniture items, by the contractor before start of work after getting programme
from the concerned office staff /officers in charge of the room or allottee of the quarter.
After finishing of the work all the furniture items shall be placed in the position and
nothing extra on this account shall be paid.

SPECIAL CONDITIONS AS PER NGT GUIDELINES: The guidelines regarding


preventive measures for Air Pollution from demolition & construction activities issued by
Delhi Pollution Control Committee vide no. DPCC/EIA/Res-001 to 172 /NGT-21/2015/225-
408 dated 17.04.2015 in compliance of Hon’ble National Green Tribunal directions
enclosed herewith are applicable to the contractor. All appropriate protection measures as
per NGT & DPCC guidelines shall be taken by the contactor at his own cost. Nothing
extra shall be payable to the contractor on this account.
Hon’ble National Green Tribunal in its order dated 04.12.2014 in respect of air pollution from
dust resulting from demolition and construction activity inter-alia has directed as follows:

I. No government, authority, contractor, builders or any person would be permitted to


store/dump construction material or debris on metalled road.
II. Beyond the metalled road the area where such the construction material or debris can be
stored shall be physically demarcated by officers of all the concerned Authorities/Corporation
ensuring that it would not cause any obstruction to the free flow of traffic/inconvenience to
the pedestrians. It should be ensured that no accidents occur on account of such permissible
storage.
III. Every builder, contractor or person shall ensure that the construction material is covered by
tarpaulin and all other precaution should be taken to ensure that no dust particles are
permitted to pollute air quality as a result of such storage.
It shall also be ensured that appropriate protection measures are taken by raising wind
breakers of appropriate height on all sides of the plot/area using plastic and/or other similar
material to ensure that no construction material dust fly outside the plot are and it will be the
builder/contractor responsibility to ensure that their activity does not cause any air pollution
during course of construction and/ or storage of material or construction activity. This
condition shall be strictly adhered to by every builder, contractor, person or authority. In the
event of default they shall be liable to be prosecuted under the law in force, as well as for
causing environmental pollution and will be liable to pay compensation which would be
determined by Tribunal in accordance with law.
IV. All the trucks or vehicles of any kind which are used for construction purposes/ are carrying
construction material like cement, sand and other allied material should be fully covered. The
vehicles should be properly cleaned should be dust free and every necessary precautions is to
be taken to ensure that enroute their destination, the dust, sand or any other particles are not
permitted to be released in air/contaminate air. Any truck not complying with the above
directions would not be permitted to enter NCR, Delhi.
Hon’ble National Green Tribunal in order Dated 10.04.2015 interalia has directed as follows:
1. Every builder or owner shall put tarpaulin on scaffolding around the area of construction and
the building. No person including builder, owner can be permitted to store any construction
material particularly sand on any part of the street, roads in any colony.
2. The construction material of any kind that is stored in the site will be fully covered in all
respects so that it does not disperse in the Air in any form.

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, Sr/D EE


33 CPWD

3. All the construction material and debris shall be carried in the trucks or other vehicles which
are fully covered and protected so as to ensure that the construction debris or the construction
material does not get dispersed into the air or atmosphere, in any form whatsoever.
4. The dust emissions from the constructions site should be completely controlled and all
precautions taken in that behalf.
5. The vehicles carrying construction material and construction debris of any kind should be
cleaned before it is permitted to ply on the road after unloading of such material.
6. Every worker working on the construction site and involved in loading, unloading and carriage
of construction material and construction debris shall be provided with mask to prevent
inhalation of dust particles.
7. Every owner and or builder shall be under obligation to provide all medical help, investigation
and treatment to the workers involved in the construction of building and carry of construction
material and debris relatable to dust emissions.
8. It shall be the responsibility of every builder to transport constructions material and debris
waste to construction site, dumping site or any other place in accordance with rules and terms
of this order.
9. All to take appropriate measures and to ensure that the terms and conditions of the earlier order
and these orders should strictly comply with by fixing sprinklers, creations of green air barriers.
10. Compulsory use of wetjet in grinding and stone cutting.
11. Wind breaking wall around construction site.
12. All the builders who are building commercial, residential complexes which are covered under
the EIA Notification 2006 shall provide green belt around the building that they construct. All
authorities shall ensure that such green belts are in existence prior to issuance of occupancy
certificate.
13. All builders shall ensure that C&D waste is transported in terms of this order to the C&D waste
site only and due record in that behalf shall be maintained by the builders, transporters and
NCR of Delhi.
14. Even if constructions have been started after seeking environmental clearance under EIA
notification 2006 and after taking other travel but is being carried out without taking the
preventive and protective environmental steps as stated in this order and MoEF guildeliness
2010, the State Government, SPCB and any officer of any department as aforestated shall be
entitled to direct stoppage of work.
Environmental Impact Assessment Guidance Manual for Building, Construction, Township
and area development Projects of February, 2010 is available on the website of MoEF & CC
invisaging the following guidelines for mitigation measures in respect of dust control from
Building, Construction Projects:
“Adopting techniques like, air extraction equipment, and covering scaffolding, hosing down road
surfaces and cleaning of vehicles can reduce dust and vapour emissions. Measures include
appropriate containment around bulk storage tanks and materials stores to prevent spillages
entering water courses.
The others measures to reduce the air pollution on site are:-
 Sprinkling of water and fine spray from nozzles to suppress the dust.
 On-Road-Inspection should be done for black smoke generating machinery.
 Promotion of use of cleaner fuel should be done.
 All DG sets should comply emission norms notified by MoEF.
 Vehicles having pollution under control certificate may be allowed to ply.
 use of covering sheet to prevent dust dispersion at buildings and infrastructure sites, which
are being constructed.
 Use of covering sheets should be done for trucks to prevent dust dispersion from the trucks,
implemented by district offices.

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, Sr/D EE


34 CPWD

 Paving is a more permanent solution to dust control, suitable for longer duration projects.
High cost is the major drawback to paving.
 Reducing the speed of a vehicle to 20kmph can reduce emissions by a large extent.
Speed bumps are commonly used to ensure speed reduction. In cases where speed reduction cannot
effectively reduce fugitive dust, it may be necessary to divert traffic to nearby paved areas.
Material storages/ warehouses- Care should be taken to keep all material storages adequately
covered and contained so that they are not exposed to situations where winds on site could lead to
dust/particulate emissions. Fabrics and plastics for covering piles of soils and debris is an effective
means to reduce fugitive dust.”
By way of these orders/notice you are hereby notified for mandatory strictly adherence to and
compliance of the directions contained in the order of Hon’ble Tribunal as well as MoEF
guidelines, 2010 in relation to precautions required to be taken while carrying on construction
activities.
Copy of NGT orders dated 04.12.2014, 10.04.2015 copy of MoEF guidelines 2010 and copy of
notice issued are available at the DPCC website also i.e. “http//dpcc.delhigovt.nic.in.”
Please note that the non-compliance of Hon’ble NGT order will make you liable for action as per
law including the directions for stoppage of work.

PARTICULAR SPECIFICATIONS & CONDITIONS FOR CIVIL WORKS

1. General.

1.1 Unless otherwise specified in the schedule of quantities, the rates tendered by the contractor
shall be all inclusive and shall apply to all lifts & all heights, floors including terrace, leads and
depths and nothing extra shall be payable on this account. Centering, shuttering, however if
required to be done for RCC beams, RCC floor slabs and landings only for centering
heights greater than 3.5m, shall be measured and paid for separately.
1.2 Water tanks, taps, sanitary, water supply and drainage pipes, fittings and accessories should
conform to bylaws and municipal body/corporation where CPWD Specifications are not
available. The contractor should engage licensed plumbers for the work and get the materials
(fixtures/fittings) tested by the Municipal Body/ Corporation authorities wherever required at
his own cost.
1.3 The contractor shall give performance test of the entire installation(s) as per the standing
specifications before the work is finally accepted and nothing extra whatsoever shall be
payable to the contractor for the test,
1.4 The work shall be carried out in accordance with the Architectural drawings and structural
drawings, to be issued from time to time, by the Engineer-in-Charge. Before commencement of
any item of work, the contractor shall correlate all the relevant architectural and structural
drawings issued for the work and satisfy himself that the information available therefrom is
complete and unambiguous. 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.
1.5 Other agencies will also simultaneously execute and install the works of internal electrical
installations, sub-station / generating sets, air-conditioning, lifts, etc. for the work and the
contractor shall afford necessary facilities for the same. The contractor shall leave such
recesses, holes, openings trenches etc. as may be required for such related works (for which
inserts, sleeves, brackets, conduits, base plates, clamps etc. shall be supplied free of cost by the
department unless otherwise specifically mentioned) and the contractor shall fix the same at the

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, Sr/D EE


35 CPWD

time of casting of concrete, stone work and brick work, if required, and nothing extra shall be
payable on this account.
1.6 Unless otherwise specified, the brand/make of the material as specified in the item
nomenclature, in the particular specifications and in the list of approved materials
attached in the tender, shall be used in the work. In case of non-availability of the brand
specified in the contract the Contractor shall be allowed to use alternate equivalent brand
of the material subject to submission of documentary evidence of non-availability of the
specified brand. The necessary cost adjustments (if alternative brand is not equivalent)
on account of above change shall be made for the material.
1.7 Sampling and Testing
1.7.1 All materials and fittings brought by the contractor to the site for use shall conform to the
samples approved by the Engineer-in-charge, which shall be preserved till the completion of
the work. If a particular brand of material is specified in the item of

work in Schedule of Quantity, the same shall be used after getting the same approved from Engineer-
In-Charge. Wherever brand / quality of material is not specified in the item of work, the
contractor shall submit the samples as per suggestive list of brand names given in the tender
document / particular specifications for approval of Engineer-In-Charge. For all other items,
materials and fittings carrying ISI Mark shall be used with the approval of Engineer-In-Charge.
Wherever ISI Marked material / fittings are not available, the contractor shall submit samples
of materials / fittings manufactured by firms of repute conforming to relevant specifications or
IS codes and use the same only after getting the approval of Engineer-In-Charge. To avoid
delay, contractor should submit samples as stated above, well in advance so as to give timely
orders for procurement. If any material, even though approved by Engineer-In-Charge is found
defective or not conforming to specifications shall be replaced / removed by the contractor at
his own risk & cost.
1.7.2 The contractor shall ensure quality construction in a planned and time bound manner. Any sub-
standard material / work beyond set-out tolerance limit shall be summarily rejected by the
Engineer-in-charge & contractor shall be bound to replace / remove such sub-standard /
defective work immediately.
1.7.3 BIS marked materials except otherwise specified shall be subjected to quality test besides
testing of other materials as per the specifications described for the item/material. Wherever
BIS marked materials are brought to the site of work, the contractor shall furnish
manufacturer’s test certificate or test certificate from approved testing laboratory to establish
that the material produced by the contractor for incorporation in the work satisfies the
provisions of BIS codes relevant to the material and / or the work done.
1.7.4 The cost of samples including packing, sealing, transportation and other incidental charges
shall be borne by the contractor. In case the tests are conducted at a approved laboratory other
than the site laboratory of the contractor, the cost of tests shall be borne by the
contractor/department in the manner indicated below:
(i) By the contractor if the results show that the material does not confirm to relevant BIS
Codes.
(ii) By the department if the results show that the material conforms to relevant BIS Codes.
In all cases, cost of samples and to and fro carriage shall be borne by the contractor.
1.7.5. The contractor has to establish field laboratory and skilled manpower for the following tests at
his own cost.
 Particle size and shape.
 Ten percent fine value
 Aggregate impact test
 Surface moisture test
 Slump test

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, Sr/D EE


36 CPWD

 Flakiness and elongation index tests.


 Compressive strength (concrete or bricks) test
 Rebound hammer test
 Bulking of sand
 Silt content of sand
 Thermometer with brass protected end (0-1000 C)

1.8 Equipment like excavators/Transit mixer etc. shall be allowed to be moved away from the site
when, in written opinion of Engineer-in-Charge, the same are no longer required at site of
work.
1.9 All the equipment shall be brought, installed and commissioned at site of work at least one
week before their actual planned use at site.
1.10 All the item of works related to foundation and plinth includes the work of basements also.
1.11 To avoid disputes later on, contractor is advised to get the measurement recorded within a
week’s time and shall submit his bills as per relevant clause of the contract. Any dispute
regarding measurement including work done shall be judged within a week’s time failing
which measurement, certified and recorded shall be entertained.
1.12 The work of addition and alterations covered under this contract shall be carried out in piece
meal/in parts, and the contractor shall execute the work in the area made available to him and
the contractor shall not claim anything extra over agreement rates, due to execution of works in
piece meal manner.
1.13 The contractor at his own cost shall take all necessary measures for the safety of traffic and
workers during execution and provide, erect, and maintain barricades including required
marshals, signs, markings, lights etc. necessary all around the site and offices. The manner
and the position of boundary where barricading is to be provided shall be decided by the
Engineer-in-Charge whose decision shall be final and binding. The failure to provide
barricades at site in the opinion of Engineer-in-Charge shall make contractor liable for penal
action as decided by Engineer-in-Charge. The barricading shall be removed from the site only
after approval of Engineer-in-Charge.
1.14 Keeping in view exigency, the work shall be carried out in more than one shift i/c Sunday &
holiday and nothing extra shall be paid on this account.

2. CONDITIONS FOR CEMENT

2.1 The contractor shall procure 43 Grade Fly ash based Portland Pozzolana Cement (PPC) as per
IS: 1489 as required in the work, from reputed manufacturers of cement, having a production
capacity of one million tonnes per annum or more, such as ACC, L&T, Ambuja, Birla, Vikram,
J.K. J.P Rewa, Ultratech, and Cement Corporation of India etc., i.e. agencies approved by
Ministry of Industry, Govt. of India, and holding license to use ISI certification mark for their
product. The tenderers may also submit a list of names of cement manufactures which they
propose to use in the work. The Engineer-in-charge 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 Engineer-in-charge does not accept the list of cement
manufacturers, given by the tenderer, fully or partially. Supply of cement shall be taken in 50
kg bags bearing manufacturer’s name and ISI marking. Samples of cement arranged by the
contractor shall be taken by the Engineer in Charge and got tested in accordance with
provisions of relevant BIS Codes. In case test results indicate that the cement arranged by the
contractor does not conform to the relevant BIS Codes, the same shall stand rejected and shall
be removed from the site by the contractor at his own cost within a week’s time of written
order from the Engineer in Charge to do so. Only the cement with satisfactory test results shall
be allowed to be used in the work.

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, Sr/D EE


37 CPWD

2.2 The cement shall be brought at site in bulk supply of 10 tonnes or as decided by the Engineer
in Charge.
2.3 The cement godown of the capacity to store a minimum of 1000 bags of cement or as directed
by Engineer-in-charge shall be constructed by the contractor at site of work for which no extra
payment shall be made. Double lock provision shall be made to the door of the cement
godown. The key of 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 godown. The contractor
shall facilitate the inspection of the cement godown by the Engineer-in-Charge at any time.
2.4 The contractor shall supply free of charge the cement required for testing and shall also bear
the packing, sealing, transportation & other incidental charges. The testing charges of approved
laboratory shall be borne by the contractor/department in the manner indicated below:
i. By the contractor, if the results show that the cement does not conform to
relevant BIS Codes.
ii. By the department, if the results show that the cement conforms to relevant BIS
Codes.

2.5 The actual issue and consumption of cement on work shall be regulated and proper accounts
maintained as provided in the contract. The theoretical consumption of cement shall be worked
out as per procedure prescribed in clause 42 of the contract and shall be governed by the
conditions laid therein. In case, the consumption is less than theoretical consumption including
permissible variations, recovery at the rate so prescribed shall be made. The decision of the
Engineer in Charge in regard to theoretical quantity of cement which should have been actually
used as per the schedule shall be final and binding on the contractor. This recovery will be in
addition to any other recovery otherwise required to be done by the Engineer-in-Charge. In
case of excess consumption no adjustment shall be made.
2.6 In the event of it being discovered that after the completion of the work the quantity of cement
used is less than the quantity ascertained after allowing variation on the minus side as per
clause 42, the cost of quantity of cement not so used shall be recovered from the contractor, at
the rate mentioned in Schedule “F”
2.7 Cement brought to site and cement remaining unused after completion of work shall not be
removed from site without written permission of the Engineer in Charge.
2.8 The damaged cement shall be removed from the site immediately by the contactor on receipt of
a notice in writing form the Engineer-in-Charge. If he does not do so within three days of
receipt of such notice, the Engineer-in-Charge shall get it removed at the cost of the contractor.
2.9 The contractor shall produce original vouchers for the total quantity of cement supplied under
each consignment and manufacturer’s Test Certificate if required by the Engineer-in-Charge.

3 CONDITION FOR REINFORCEMENT STEEL


3.1 The contractor shall procure steel reinforcement TMT bars of grade Fe500-D grade from
primary producers such as SAIL, TISCON, RINL, Jindal Steel & Power Ltd and JSW Steel Ltd
or any other producer as approved by Ministry of steel. TheTMT bars procured from the
primary producers shall conform to manufacturer’s specifications/ BIS specifications.
3.2 The contractor shall procure steel reinforcement TMT bars of grade Fe500-D grade from
primary producers such as SAIL, TISCON, RINL, Jindal Steel & Power Ltd and JSW Steel Ltd
or any other producer as approved by Ministry of steel. TheTMT bars procured from the
primary producers shall conform to manufacturer’s specifications/ BIS specifications.
3.3 The specifications of TMT bars procured from primary producers shall meet the provisions of
IS 1786: 2008 pertaining to Fe 500D grade of steel as specified in the tender.

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, Sr/D EE


38 CPWD

3.4 The contractor shall produce original vouchers for the total quantity of steel supplied under
each consignment and manufacturer’s Test Certificate if required by the Engineer-in-Charge.
3.5 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, 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 of written orders from the Engineer-in-Charge to do so. Else the department shall
remove it and recover double the cost of removal from the contractor.
3.6 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.
3.7 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.
3.8 For physical and chemical tests, specimens of sufficient length shall be cut from each size of
the bar at random and at frequency not less than that specified below:
Size of Bar For Consignment below 100 For consignments above
tonnes 100 tonnes
Under 10mm One sample (Three specimen) One sample for each 40
dia bars for each 25 tonnes or part tonnes or part thereof
10 mm to 16mm thereofsample (Three specimen)
One One sample for each 45
dia bars for each 35 tonnes or part tonnes or part thereof
Over 16 mm dia thereofsample (Three specimen)
One One sample for each 50
bars for each 45 tonnes or part tonnes or part thereof
3.9 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/
Department in the manner indicated below:
a) By the contractor, if the results show that the cement does not conform to relevant BIS
Codes.
b) By the department, if the results show that the cement conforms to relevant BIS Codes
3.10 The actual issue and consumption of steel on work shall be regulated and proper accounts
maintained as provided in 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 the
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 shall be made.
3.11 The steel brought to site and the steel remaining unused shall not be removed from site without
the written permission of the Engineer-in-charge.
3.12 For the purpose of payment, the actual weight of steel reinforcement / structural steel sections/
plates / bolts and nuts shall be measured as below:

a) Unit weight for reinforcement bars: The actual weight per meter of the reinforcement of
various diameters shall be measured for three random samples collected (for each diameter
of steel reinforcement) from each lot of particular diameter of steel reinforcement brought
to the site for use in the work. For this, each sample (one sample consisting of three
specimens) for each diameter of steel reinforcement shall be cut to require lengths and
weighed and average weight calculated and recorded. The average weight for each type of

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, Sr/D EE


39 CPWD

steel section and steel reinforcement of each diameter shall be taken as the actual weight
per meter for that steel section and that diameter of steel reinforcement.
b) In case actual unit weight is less than standard unit weights mentioned in CPWD
specifications 2019 Volume 1, but within variation, in such cases payment shall be made
on the basis of actual unit weight. However, if actual unit weight is more than standard
unit weights mentioned in CPWD specifications 2019 Volume 1, then payment shall be
made on the basis of standard unit weight in such cases. In such case nothing extra shall
be paid for difference in actual weight and standard weight.
3.13 The work shall be carried out as per the relevant CPWD specifications.

Executive Engineer,
I-Division, CPWD,
New Delhi - 110 002

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, Sr/D EE


40 CPWD

SPECIFICATION AND SPECIAL CONDITIONS FOR A/R & M/O WORKS &
UPGRADATION WORKS

1. The Corrected form CPWD 7 is available with the cashier for inspection. The contractor is
requested to go through the same. They will be bound the terms and conditions stated therein.
2. The contractor is advised to get acquainted with the proposed works & its site and also study the
specifications and special conditions carefully before bidding. No claim of any sort shall be
entertained on account of any site conditions & ignorance of specifications and special conditions.
3. The works shall be carried out as per CPWD specifications 2019 Vol. I & II with up to date
corrections slips unless otherwise specified in the nomenclature of the individual items or in the
specifications attached. At the points where specifications are silent, the instructions of the
Engineer-in-charge shall be final.
4. In the event of any discrepancy between the nomenclature of the item of work as per schedule of
quantities and the attached specification 2019 Vol. I & II, the nomenclature will prevail.
5. In the event of any discrepancy between the CPWD specifications 2019 Vol. I & II and special
conditions attached, the special conditions shall prevail.
6. Unless otherwise provided in the schedule of quantities the rates bidded by the contractor shall be
inclusive of all leads and lifts and shall apply to the heights and depths of the building and
nothing extra shall be payable on him on this account.
7. The rates for all items of work, shall unless clearly specified otherwise, include the cost of all
labour, materials and other inputs involved in the execution of the items of work.
8. The rates quoted by the contractor shall be taken as net and nothing extra shall be paid on any
account i.e. royalty, carriage, sales tax and stacking at required place etc.
9. 1% water charges if water not arranged by contractor, Income tax plus surcharge and labour cess
as applicable shall be recovered from the gross amount of each bill.
10. All materials obtained from Govt. stores or otherwise shall be got checked by the Junior
Engineer-in-charge of the work on receipt of the same at site of work before use.
11. The contractor has to make his own arrangement for all T & P like ladders, ghoree, sutli, empty
containers, brushes and paper, kuchies etc. required for work and nothing extra shall be paid for
the same.
12. The contractor shall get approved the brands/shades of dry distemper, oil bound distemper,
synthetic enamel paint, plastic emulsion pain etc. from the Engineer-in-charge before supply of
the materials.
13. Materials shall be brought to the site of work in original containers with the manufactures seal
intact.
14. The materials required for day’s work shall be issued to the contractor or his authorized
representative daily by the Junior Engineer-in-charge of the work any balance of the material left
at end of the days of work and empty containers shall be returned to the Junior Engineer. The day
to day issue account of the materials shall be maintained by the Junior Engineer-in-charge and
shall be signed daily by the contractor or his authorized agent in token of receipt of the materials
failing which no payment of bill shall be made to the contractor. The empty containers shall not
be removed from the site of work, without written orders of the Engineer-in-charge.
15. Before the commencement of work, the contractor shall prepare one sample as instructed by the
Engineer-in-charge for approval of the Engineer-in-charge. After the sample is approved by the
Engineer-in-charge, the contractor shall be allowed to commence of the work and quality of work
shall confirm to the approved sample.
16. Before the commencement of work, the contractor shall draw up programme in consultation with

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, Sr/D EE


41 CPWD

the Engineer-in-charge for the execution of work so as to inform the occupants of the office
flat/quarter at least one week in advance regarding the execution of the work.
17. In case the office, rooms/quarters/flats are not made available to the contractor according to the
programme, the contractor shall not be entitled for any claim for idle labour or any other claim on
any account what-so-ever.
18. Defective work/substandard work or work not done according to the specifications of the contract
shall be liable for summary rejection & shall not be measured and paid for. This shall be without
prejudice to taking any other action the contractor in accordance with the terms & conditions of
contract.
The contractor shall depute his representative daily to the site of work. The name and signature of
his representative attested by the contractor shall be intimated Engineer-in-charge.
19. The entire work shall be carried out in close co-operation with all other agencies working in the
building. The contractor(s) shall not be entitled to any compensation on account of temporary
stoppage of work due to other constructions.
20. No payment will be made to the contractor for damage caused by rains during the execution of the
work and no claim on his account will be entertained.
21. It will be responsibility of the contractor for damage caused by rains during the execution of the
work and no claim on his account will be entertained.
22. Scrapping shall be shown to the Assistant Engineer and got approved and test checked by him
prior to distempering.
23. Deviation in quantities shall be done only with prior written permission of the Engineer-in-
charge. Deviation in quantities done on the order of other than the Engineer-in-charge shall not be
measure and paid for.
24. To avoid disputes later on, contractor in advised to get the measurement recorded within a week’s
time and shall submit his bills as per relevant clause (6A) of contact. Any dispute regarding
measurement including work done shall be judged within a week’s time failing which
measurement, certified and recorded, shall be entertained.
25. Contractor has to bring to site of work the entire quantity of lime of approved quality before the
start of the work. The mixing of lime will be done in the presence of the Junior Engineer-in-
charge.
26. Any damage to the building, furniture, fittings of any other articles etc. done by the contractor or
his workmen during the execution of work, shall be made good by the contractor, failing which
the same shall be made good by the Engineer-in-charge or his authorized representative at the risk
and cost of the contractor.
27. All doors, windows, floors, furniture, electrical fittings and other articles shall be protected from
dust, splashes & damaged sufficient covering for the day’s work shall be shown to the
representative of the Engineer-in-charge before the contractor is allowed to proceed with the
work, splashes & droppings from white washing, colour washing, distempering painting etc. on
walls, floors, doors and window, down take pipes, furniture shall be removed by the contractor at
his own cost and surface cleaned simultaneously after the completion of the day’s work is done,
without waiting for the actual completion of the other items of work of the contract. In case the
contractor fails to comply with this requirement the Engineer-in-charge or his authorized
representative shall be the right to get this work done at the risk and cost of the contractor either
departmentally or through another agency without issue of any notice to the contractor,
departmentally or through another agency without issue of any notice to the contractor, on his
account. The representative of the Engineer-in-charge will however, mention about it in the site
order Book employing the labour on the job at the contractor’s cost.

28. The contractor should be write their correct postal address on the application for bid papers. In
case it is found that the address given in their application is not correct and as a consequence of

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, Sr/D EE


42 CPWD

the same if any registered letter sent through postal authorities is received back by the department
undelivered to the contractor, the contractor shall be fully responsible for all the consequences
and by such letter through registered post shall be deemed to have been delivered to him.
29. Full quantity of material such as paint plastic emulsion paint, oil bound distemper etc. shall be
deposited in sealed container in advance and get it checked by Engineer-in-charge before use.
30. Shifting of furniture such as so far table, chairs, glass etc. and make necessary arrangements to
protect the furniture, carpets, floors from any spidge during the execution of work. Any damage
if done, shall be made good by the contractor at his own cost nothing shall be paid extra in this
regard.
31. The work of addition and alterations covered under the contract shall be carried the individual
quarters. The bungalows may be made available to the contractor execution work in piece
meal/, in parts, and the contractor shall execute the work in these quarters made available to him
and the contractor shall not claim anything extra over agreement rates, due to execution of
works in piece meal manner.
32. No labour huts shall be allowed inside the campus of above said work. The contractors shall
arrange for the stay of labours outside the campus including transport and nothing extra shall be
payable on this account.
33. The penalty @ Rs. 1000/- per day for delay of work shall be imposed subject to a maximum of
10% of the tendered amount and recovered from the subsequent bill of the contractor. This
penalty is in addition to the action to be taken under the Clause-2 & Clause-5 of the agreement
as deemed necessary or as per direction of Engineer-in-charge.
34. GST as applicable shall be borne by the agency. The agency shall quote his rates
considering applicable GST and other taxes and nothing extra shall be paid on this
account.
35. Necessary recoveries as applicable shall be made from the bill.
36. Agency has to be follow the direction/guidelines issued by the department time to time
regarding Corona Virus (Covid-19).

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, Sr/D EE


43 CPWD

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, Sr/D EE


44 CPWD

Minimum Quality Assurance Plan (for the work costing more than 10 lac)

1. Tests as per Annexure-A of NIT which are mandatory as per CPWD specification 2019 Vol I
& II are to be carried out by the contractor. While deciding these criteria CPWD Specifications
& Provisions of BIS Code and Standard Practices may be referred if not mentioned in the
annexure mentioned above.

2. Machinery and other Tool & Plants required to be deployed at site by the contractor as per
Annexure requirement ofEntire Machinery and T&P may not be required at the start of work,
therefore, a proper time schedule by which each Machinery & T&P is to be brought at site
should be submitted by the contractor to the site staff before start of the work.

3. Field laboratory is required if necessary for this work then testing equipments to be arranged by
the contractor are mentioned Annexure B of NIT If field lab is to be setup by the Department
then contractor may be allowed for conducting the test there.

4. Maintenance of Register of Tests -


(i) All the registers of tests carried out at Construction Site or in outside laboratories shall be
maintained by the contractor which shall be issued to the contractor by Engineer-in-charge at
the time of issue of award letter.

(ii) All Samples of materials including Cement Concrete Cubes shall be taken by Contractor jointly
with JE in charge of work and out of this at least 50% samples shall be taken in presence of AE
in charge. If there is no JE, all Samples of materials including Cement Concrete Cubes shall be
taken by contractor in presence of AE in charge of work. All the necessary assistance shall be
provided by the contractor. Cost of sample materials is to be borne by the contractor and he
shall be responsible for safe custody of samples to be tested at site. The material used in the
work shall be as per the list of approved material mentioned in Annexure-C.

(iii) All the test in field lab setup at Construction Site shall be carried out by the Engineering Staff
deployed by the contractor in presence of JE-in-charge and at least 50% of tests in presence
AE-in-charge. At least 10% of tests shall be carried out in presence of Executive Engineer.

(iv) All the entries in the registers will be made by the designated Engineering Staff of the
contractor and same should be presented before JE/AE/Divisional Engineer for their review.

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

5. It is mandatory to the contractor to submit copy of all test registers, Material at Site Register
and hindrance register along with each alternate Running Account Bill and Final Bill. These
registers shall further be checked by AE(P) in Division Office and receipts of registers should
also be acknowledged by Accounts Officer by signing the copies and register to confirm receipt
in Division office.

If all the test registers and hindrance register is not submitted by contractor along with each
alternate R/A Bill & Final Bill, no payment shall be released to the contractor.

6. Maintenance of Material at Site (MAS) Register -

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, Sr/D EE


45 CPWD

(i) All the MAS Registers including Cement and Steel Registers shall be maintained by
Contractor which shall be issued to the contractor by Engineer-in-charge along with the
award letter.

(ii) The contractor shall get 100% test checked by JE or by AE if there is no JE after each
entry of receipt of material at site in MAS register.

(iii) The contractor shall get MAS Register test checked by JE at least twice a week and at
least once a week by AE. If JE is not available then MAS register must be checked by
AE at least twice a week.

(iv) Cement register shall be got reviewed by Divisional Engineer at least once in a month.

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, Sr/D EE


46 CPWD

(Annexure-A)
LIST OF MANDATORY TESTS

Material Clause Test Field/ Test Min. Frequency of testing


Laboratory procedure quantity
test of
material
for
carrying
out the
test
1 2 3 4 5 6 7
Water 3.1.1 (i) PH Value Lab IS 3025 - Water from each source
(ii) Limits of Acidity Lab shall be got tested before
(iii) Limits of Alkality Lab the commencement of
(iv) Percentage of solids work and thereafter once
a) Chlorides Lab in every three months till
b) Suspended Lab the completion of the
matter Lab work. Water from
c) Sulphates Lab municipal source need be
d) Inorganic Lab tested only once in six
solids months. Number of tests
e) Organic solids for each source shall be 3.
Cement 3.1.2 (a) Physical requirement
(i) Fineness Lab IS 4031 (Part II) Each lot Every 50 tonnes or part
(ii) Soundness Lab IS 4031 (Part III) thereof. Each brand of
(iii) Setting time (initial & Lab IS 4031 (Part V) cement brought to site
Final) shall be tested as per this
(iv) Compressive strength Lab IS 4031 (Part VI) frequency.
(v) Consistency of standard
cement paste Lab IS 4031 (Part VI)
Sand 3.1.3.1 Organic impurities Field Appendix ‘A’ 20 cum Every 20 cum or part
thereof or more frequently
as decided by Engineer-in-
charge.
3.1.3.2 Silt Content Field Appendix C 20 cum Every 20 cum or part
thereof or more frequently
as decided by Engineer-in-
charge.
3.1.3.4 Particle size distribution a, b, c, d, Field or Appendix B 40 cum 40 cum or part thereof.
&e Labour as
decided by
the Engineer
in charge
3.1.3.5 Bulking of sand Field Appendix D 20 cum Every 20 cum or part
thereof or more frequently
as decided by Engineer in
charge.
Steel tubular 10.13 (a) Tensile Test Laboratory IS 1608 Every 8 Every 8 tonne or part
pipes (b) Bend Test IS 2329 tonne or thereof.
(c) Flattening Test IS 2328 part thereof.
Steel if 10.1.1 (a) Tensile strength Laboratory IS 1599 20 tonne Every 20 tonne or part
arranged by (b) Bend Test thereof.
the contractor
Bricks/Brick 6.1.3 Testing of bricks/brick tiles for Laboratory Appendix A,B,C As per the Every 50000 or part
tiles 6.1.4 dimensions, Comprehensive &D of Chapter 6 Table 6.3 thereof or more frequently
6.1.5 strength, Water absorption and and 6.4 as decided by Engineer in
efflorescence charge.
Stone 4.1.2.2 (a) Percentage of soft or delirious Field or IS 2386-Part-II As required For all quantities
aggregate material laboratory by
Test as Engineer-
required in-charge

4.1.2.3 Particle size Field/Lab Appendix-‘A’ 45 Cum For every 45 cum or part
thereof for RCC work

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, Sr/D EE


47 CPWD

only. For test of items as


decided by Engineer-in-
charge
4.1.2.5 (a) Estimation of organic Field/Lab IS 2386-Part-II 10 Cum For every 40 cum or part
impurities thereof
(b) Surface moisture Field/Lab IS 2386 10 Cum -do-
(c) Determination of 10% fine Field/Lab IS 2386 10 Cum -do-
value
(d) Specific gravity Field/Lab IS 2386 10 Cum -do-
(e) Bulk density Field/Lab IS 2386 10 Cum -do-
(f) Aggregate crusing strength Field/Lab IS 2386 10 Cum -do-
(g) Aggregate impact value Field/Lab IS 2386 10 Cum -do-
Concrete 4.2.2 Slump Test Field Appendix –‘D’ 10 Cum 15 cum of part thereof
Timber 9.1.6 Moisture Content Field (by Appendix-‘C’ 1 Cum Every one cum or part
moisture thereof.
meter)
laboratory
test as
required by
Engineer-in-
charge.

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, Sr/D EE


48 CPWD

(Annexure-B)
Field Testing Instruments

1. Steel tapes – 3m
2. Vernier calipers
3. Micrometer screw 25mm gauge
4. A good quality plumb bob
5. Spirit level, minimum 30cms long with 3 bubbles for horizontal vertical
6. Wire gauge (circular type) disc
7. Foot rule
8. Long nylon thread
9. Magnifying glass
10. Screw driver 30cms long
11. Ball pin hammer, 100 gms
12. Plastic bags for taking samples
13. Balances
(i) 7 kg. to 10 kg. capacity, semi self indicating type –accuracy 10gm.
(ii) 500 gm. Capacity, semi-self indicating type – accuracy 1 gm.
(iii) Pan balance – 5 Kg. capacity – accuracy 10 gms.
14. Ovens (if required)-electrically operated, thermostatically controlled upto 110oC –
Sensitivity 1oC.
15. Sieves: as per IS 460-1962 (if required)-.
(i) I.S. sieves – 450mm internal dia, of sizes 100mm, 80mm, 63mm, 50mm, 40mm,
25mm, 20mm, 12.5mm, 10mm, 6.3mm, 4.75mm, complete with lid and pan.
(ii) I.S.. sieves – 200 internal dia (brass frame) consisting of 2.36mm, 1.18mm, 600
microns, 425 microns, 300 microns, 212 microns, 150 microns, 90 microns, 75
microns, with lid and pan.
16. Sieve shaker capable of 200mm and 300mm dia sieves, manually operated with
timing switch assembly.
17. Equipment for slump test (if required)-slup cone, steel plate, tamping rod, steel scale,
scoop.
18. Dial gauges (if required)-, 25mm travel – 0.01 mm/division least count – 2nis.
19. Graduate measuring cylinders 200ml capacity – 3 nos.
20. Enamel trays (for efflorescence test for bricks).
(i) 300mm x 250mm x 40mm - 2 nos.
(ii) Circular plates of 250mm dia – 4 nos.

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, Sr/D EE


49 CPWD

Annexure-C
LIST OF APPROVED MAKE OF MATERIALS
Make/Brands of Materials and finishes approved are listed below. However, equivalent materials and finishes of any other
Specialized firms may be used, in case it is established that the Makes/brands specified below are not available in the
market or for any other reasons, subject to approval of the alternate Make/brand by the Engineer-in-Charge,
S.no. Materials Approved Makes
1. Structural Steel, Sections Tata, Jindal, Prakash, Rana Capital, Apollo, Bhushan, SAIL, Tisco
2. Steel Reinforcement (TMT Bars) Tata, SAIL, RINL, JSPL, JSW
3. Galvanised/Galvalume Profile Sheets Tata, Jindal, Kamdhenu, SAIL
4. Steel work with hot finished welded type tubes BST, Jindal, ITC
for tubular trusses
5. MS pipes Kirloskar, Electro Steel.
6. Stainless Steel Railing Connect Arch. Pvt. Ltd., Jindal S.S. Ltd., Geze, ICICH Inds., ESSAL,
Dorma, D Line, Kitch
7. Cement ACC/Birla /Ultratech/J.P. Rewa& Cement Corporation of India. J.K,
Gujrat Ambuja, Shree Cement,M/S Binani Cement.

8. RMC ACC, Ultra Tech (Birla), RMC India, Lafarge, M/S NDCON
Construction, L&T.
9. White Cement Birla White, JK White
10. Wooden Door Frames and Shutters Goyla, Jayna, Kutty
11. Flush Door Shutters (Decorative/Non Duro, Merino, Century ply, Greenlam and Jayna Doors of Jain wood
Decorative) Industries, Jain Doors Pvt. Ltd. /Orion Doors, Kitply, Orchid

12. Block Boards, Plyboards DURO, CENTURY, Greenlam, Kitply


13. Particle Board/ Prelaminated Board Century, Duro, Kitply, Greenlam, Merino
14. Prelaminated MDF Board Green Penelmax, Marino, Veer, Century
15. Laminates Formica, Decolam, Merino, Greenlam
16. Adhesive Pidilite, Dunlop, Vamorganic CHOCKSEY/ DURA BUILD

17. PVC Doors/Windows Syntex, Rajshri, Jain Doors, Jayna


18. FRP Doors & Frames Ashoo Model Arts, Selected Product Co., Fiberways, Jayna Doors of
Jain wood Industries, Jain Doors Pvt. Ltd., Fibre Techno Products,
Shivshakti Fibre Udyog, Simba FRP Pvt Ltd.

19. Steel Nuts, Bolts and Screws Kundan, Puja, Atul


20. Stainless steel wire mesh Sterling enterprises, Trimurty Welded Mesh
21. Hydraulic Door Closure/Floor spring Hardwyn, Godrej, Dorma, Hafele, Dorset
22. Drapery Rods & Vertical Blinds Mac, Vista
23. Anodised Aluminium Hardwares (Heavy Type) Hardima, Everite, Sigma (ISI marked), Earl Bihari. Dorma
24. Door Fittings Hafele, Dorma, Hardwyn, Godrej, Dorset
25. Spider Fittings Dorma, Sevax, Hettich
26. SS Autoclose Hinges Hettich, Earl-Bihari
27. Stainless Steel hard ware fittings Dorma, Hafele, Godrej, Geze.,Dorset
28. Locks/Latch Godrej, Harrison, Plaza, Dorma, Yale, Dorset
29. Glass Panes Modi Guard/Saint Gobin/ASAHI/Pilkingston
30. Tempered Glass Modi Float, Saint Gobain, ASAHI, Glaverbel, Pilkingston
31. Ceramic Tiles Kajaria, Johnson, Nitco, Somany, Orientbell, RAK, Oasis,Varmora
32. Vitrified Tiles (Double Charged/ Nano Tech) Kajaria/ Johnson /Somany / Nitco/RAK, Oasis, Varmora
(GVT/Anti Skid/ Glossy/Matt finish 1st Quality).
33. Unglazed Vitrified Heavy Duty Tiles Johnson-(Endura), Somany-(Dura Stone), Kajaria, Oasis, Varmora
34. Terrazzo Tiles Nitco, Unistone, K.K Manhole, Modern, NTC, Hindustan
35. Chequered Tiles Nitco, Unistone, K.K Manhole, Modern

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, Sr/D EE


50 CPWD

36. Cement Concrete Tiles NITCO, Unistone, Dalal, Surendera


37. Tile Adhesive CICO, PIDILITE FERROUS, Fosroc/ CHOKSEY, MYK Laticrete,
Somany, Bal Endina.
38. Laminated Wooden Flooring Pergo, Virgin, Vista, Armstrong
39. Precast Cement Concrete slabs K.K., Nitco, Unistone
40. CC Pavers NITCO, TUFTEK/K.K Pvt. Ltd./, Hindustan Tile, Dalal, Surendera,
Unistone
41. Clay Tile on Roof KENZAI, JOHNSON
42. Mineral Fiber False ceiling Armstrong or equivalent as per ISI codes
43. Metal False ceiling Durlum, Armstrong , Dexune ,Credence
44. Gypsum Board Saint Gobain, USG.
45. Calcium Sillicate false ceiling i/c frame work Aerolite, Hilux, Armstrong
46. Fibre Glass Sheet Simba/ Fibreways/Shivshakti
47. Precoated Metal Sheets Meta Colour sheet Pvt. Ltd., Kirby, Tata Blue Scope
48. Water Proofing Cement Paint Snowcem, Berger, ICI India Ltd. , Asian Paints
49. Synthetic Enamel Paint (Premium Berger, Nerolac, ICI Dulux, Asian Paints,
Quality) Acro
50. Acrylic/Plastic Emulsion Paint (Premium Berger, Nerolac ICI Dulux, Asian Paints, Acro
Quality)
51. Plaster of Paris Shree Ram/Adhar Shree/Sakarni/Decotouch
52. Wall Putty Birla White/JK White/Acro
53. Acrylic Distemper Berger, Nerolac, ICI India Ltd. Asian Paints.
54. Smooth Exterior Paint. Asian (Apex), Berger (Wheather Coat), Nerolac, ICI India Ltd.
55. Premium Exterior Paint with Silicon Additives Asian (Apex-Ultima), Berger (All Guard), Nerolac, ICI India Ltd.
56. Steel Primer Berger, Nerolac, ICI India Ltd. Asian Paints.
57. Wood Primer Berger, Nerolac, ICI India Ltd. Asian Paints.
58. Textured Exterior Paint Ultra tech texture paint, Spectrum, Heritage, Asian, Dulux
(AkzoNobel)
59. Epoxy Paint Asian, ICI, Kansai, Nerolac.
60. Aluminium Extruded Profile Hindalco,Jindal, Indalco
61. Polyster Powder Coating Shades Nerolac, Berger, J&N
62. Dash/anchoring Fasteners Hilti/Fischer/Canon/Bosch
63. Friction Stay Hinges Earl- Bihari, Hettich
64. EDPM Gasket Hanu/Anand
65. Aluminium hinges Classic /Argent/Crown
66. Hermitically Sealed Performance glass & Saint Gobin, Asahi, Pilington, Viracon ( Processed by theme or their
Toughened glass. approved Processors).
67. Sanitary Fittings Hindware, Parryware, Cera, Hindustan, Jaquar
68. Fire Clay Sink & Drain Board Parryware, Hindware, Cera.
69. Soil waste & Vent Pipes & fittings (a) NECO, RIF, SKF, HIF, Kapilansh, RPMF
Centrifugal Cast iron pipes
70. LA (CI) Pipes Electro Steel, Kesoram
71. G.I. Pipes & M.S. Pipe TATA,JINDAL(Hissar), Prakash Surya
72. G.I. Fittings (Malleable Cast Iron) Unik, ICS, KM
73. Gunmetal Valves (Full way chech Valves.) Leader, Zoloto, SANT, Link, Prima
74. Stone ware Pipes & Gully Traps Perfect / Parry/Anand
75. C.I. Double Flnaged Sluice Valves Kirloskar, IVS, Burn
76. C.I. Double Flnaged Non Return Sluice Valves Kirloskar
77. C.I. Manhole Covers RIF, NECO, SKF, RPMF, BC
78. UPVC pipes Supreme, Prince, Finolex, Astral
79. Ball Valves Zoloto, IBP, Arco, Prima
80. Butterfly Valves Audco
81. PVC /Synthetic Water Storage Tank Sintex/Uniplast, Polycon, SPL, Rotex
82. Stainless Steel Sink Jayna/ Neelkantha/ Nirali/Allex
83. Bevelled Edge Mirror ATUL/JOLLY/MODIGAURD
84. Indian/European WC, Wash Basin and other Parryware, Hindware, Cera, Jaquar
Sanitary Installation.
85. C.P. Brass Fittings Jaquar (Continental series), Kohler, Grohe, Player, Prima
86. Brass Stop/ Bib Cock Link, Leader, Prima

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, Sr/D EE


51 CPWD

87. Plastic Seat covers of W.C. Commander, Diplomant, Hindware, Somany, Jindal, Parryware
88. PVC flushing Cistern Commander, Hindware (Slimline), Hindustan, Somany, Parryware,
Seabird
89. PVC pipes & Fittings Supreme, Finolex, AKG, SFMC
90. C-PVC pipes Astral, Ashirvad, Prince
91. S.F.R.C. Covers KK Manhole, Pragati Concrete, NITCO
92. DI Pipes Electro steel, Jindal Saw, Tata Metalls
93. RCC Pipe Jain, Spun, Partibha, Laxmi
94. APP Bitumat co. Ltd., STP, Dermabit Technow NICOL/Torchtar, Apex,
Texa, Pidilite
95. Water Proofing compound CICO, IMPERMO (By Snowcem India Ltd.) PIDILITE/ CHOKSEY
/ DURA BUILD/Fosroc.
96. Admixture Fosroc, MC BAUCHEMIE, CICO/ CHOCKSEY/ BASF
97. Injection Grouting Pidilite (Dr. Fixit), SIKA, FOSROC CHOCKSEY/ DURA BUILD
98. Bitumen Indian Oil, Hindustan Petroleum, Bharat Petroleum
99. AAC Blocks Finecrete, Ultra Tech, RS Green
100. Acoustic Foldable movable partitions Hafele, Dorma, Azazo
101. Glass Reinforced Jali Uni Stone, Dalal, Ultra Tech
102. Panic Exit Device Ingerrsoll, Hardwyn, Everest
103. Polycarbonate Sheet Admixture Ploygal, G.E./Tufflite, Europack, Cico, Forsroc, Pidilite
104. Chemical & Mechanical testing of road & M/s MCB Testing Laboratory
building materials

For Items/Materials not covered in the list above, the 1st quality material is to be used as per the Nomenclature of
items or 1st quality material of the reputed Make/Brand required to be used for execution of either agreement item
or any Extra/Substituted item as per approval and direction of Engineer-in-Charge.

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, Sr/D EE


52 CPWD

OM No. DG/CON/311 dt 20.10.2020 Issued by DG Office

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, Sr/D EE


53 CPWD

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, Sr/D EE


54 CPWD

Hkkjr ljdkj
dsUnzh; yksd fuekZ.k foHkkx
vkbZ eaMy]dejk ua0lh&230] bUnz izLFk Hkou
ubZ fnYyh & 110 002
nwjHkk"k % 23370069] QSDl % 23378406

No: Dt
FORM – V

See Rule 21(2)

FORM OF CERTIFICATE BY PRINCIPAL EMPLOYER

Certificate that I have engaged the applicant ___________________ as contractor in


my establishment. I undertake to be bound by all the provisions of the Contract Labour
(Regulation and Abolition) Act, 1970 and the Contract Labour (Regulation and Abolition)
Central Rules, 1971, in so far as the provisions are applicable to me in respect of the
employment of contract labour by the applicant in my establishment.

Name of Work: - Upgradation works of various bungalows occupied by Supreme Court


Judges under 2/I Sub-Division (Sec-II) dg. 2022-23 (SH:- Renovation of toilets, kitchen,
internal & external painting works in various bungalows)

Signature of Principal Employer


Registration No.________________
Name and Address of Establishment

Place:- New Delhi


Date……………..

Executive Engineer
I- Division, CPWD
New Delhi- 110 002

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, Sr/D EE


55 CPWD

Schedule of Quantities
N/W : Upgradation work of various bungalows occupied by Supreme Court Judges under the 2-I Sub
Division (Sec- II) dg. 2021-22 (SH: - Renovation of toilets, kitchen, internal & external painting
works in various bungalows).

Sl. No. Description of Item Quantity Rate Unit Amount


1 Earth work in surface excavation not exceeding
30 cm in depth but exceeding 1.5 m in width as
well as 10 sqm on plan including getting out and
disposal of excavated earth upto 50 m and lift
upto 1.5 m, as directed by Engineer-in- Charge:

(a) All kinds of soil 20 sqm 107.00 sqm 2140.00


2 Earth work in excavation by mechanical means
(Hydraulic excavator) / manual means in
foundation trenches or drains (not exceeding 1.5
m in width or 10 sqm on plan), including dressing
of sides and ramming of bottoms, lift upto 1.5 m,
including getting out the excavated soil and
disposal of surplus excavated soil as directed,
within a lead of 50 m.
(a) All kinds of soil. 6 cum 286.85 cum 1721.00
3 Excavating trenches of required width for pipes,
cables, etc including excavation for sockets, and
dressing of sides, ramming of bottoms, depth
upto 1.5 m, including getting out the excavated
soil, and then returning the soil as required, in
layers not exceeding 20 cm in depth, including
consolidating each deposited layer by ramming,
watering, etc. and disposing of surplus excavated
soil as directed, within a lead of 50 m :
(a) All kinds of soil
(a.1) Pipes, cables etc. exceeding 80 mm dia. but not
exceeding 300 mm dia 30 m 417.35 meter 12521.00
4 Providing and laying in position cement concrete
of specified grade excluding the cost of centering
and shuttering - All work up to plinth level :
(a) 1:2:4 (1 cement : 2 coarse sand (zone-III) derived
from natural sources : 4 graded stone aggregate
20 mm nominal size derived from natural
sources) 5 cum 7365.15 cum 36826.00
(b) 1:5:10 (1 cement : 5 coarse sand (zone-III)
derived from natural sources : 10 graded stone
aggregate 40 mm nominal size derived from
natural sources) 30 cum 6050.65 cum 181520.00
5 Providing precast cement concrete Jali 1:2:4 (1
cement : 2 coarse sand (zone-III) : 4 graded
stone aggregate 6mm nominal size), reinforced
with 1.6 mm dia mild steel wire, including
centering and shuttering, roughening cleaning,
fixing and finishing in cement mortar 1:3 (1
cement: 3 fine sand) etc. complete, excluding
plastering of the jambs, sills and soffits.
(a) 40 mm thick 100 sqm 1430.30 sqm 143030.00
6 Brick work with common burnt clay F.P.S. (non
modular) bricks of class designation 7.5 in
foundation and plinth in:
(a) Cement mortar 1:6 (1 cement : 6 coarse sand) 12 cum 6658.25 cum 79899.00

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, Sr/D EE


56 CPWD

7 Brick work with common burnt clay F.P.S. (non


modular) bricks of class designation 7.5 in
superstructure above plinth level up to floor V
level in all shapes and sizes in :
(a) Cement mortar 1:6 (1 cement : 6 coarse sand) 5 cum 8288.35 cum 41442.00
8 Providing and fixing 18 mm thick gang saw cut,
mirror polished, premoulded and prepolished,
machine cut for kitchen platforms, vanity
counters, window sills, facias and similar
locations of required size, approved shade, colour
and texture laid over 20 mm thick base cement
mortar 1:4 (1 cement : 4 coarse sand), joints
treated with white cement, mixed with matching
pigment, epoxy touch ups, including rubbing,
curing, moulding and polishing to edges to give
high gloss finish etc. complete at all levels.
(a) Raj Nagar Plain white marble/ Udaipur green
marble/ Zebra black marble
(i) Area of slab over 0.50 sqm 7 sqm 2639.45 sqm 18476.00
(b) Granite of any colour and shade
(i) Area of slab over 0.50 sqm 7 sqm 4425.35 sqm 30977.00
9 Extra for providing opening of required size &
shape for wash basin/ kitchen sink in kitchen
platform, vanity counter and similar location in
marble/ Granite/ stone work, including necessary
holes for pillar taps etc. including moulding,
rubbing and polishing of cut edges etc. complete. 2 nos 808.15 each 1616.00
10 Providing and fixing Ist quality ceramic glazed
wall tiles conforming to IS: 15622 (thickness to be
specified by the manufacturer), of approved
make, in all colours, shades except burgundy,
bottle green, black of any size as approved by
Engineer-in-Charge, in skirting, risers of steps
and dados, over 12 mm thick bed of cement
mortar 1:3 (1 cement : 3 coarse sand) and jointing
with grey cement slurry @ 3.3kg per sqm,
including pointing in white cement mixed with
pigment of matching shade complete.
20 sqm 1063.45 sqm 21269.00
11 Providing and fixing factory made Fiberglass
Reinforced plastics (FRP) chajja 4 mm thick of
required colour, size and design made by Resin
Transfer Moulding (RTM) Machine Technology,
resulting in void free compact laminate in single
piece, having smooth gradual slope curvature for
easy drainage of water and duly reinforced by 2
nos vertically and 1 nos horizontally 50x2 mm
thick M.S. flat with 12 mm in built hole for grouting
on the existing wall along with the 50 mm flanges
duly inserted and sealed in the wall complete in
one single piece casted monolithically, including
all necessary fittings. The FRP Chajja should be
manufactured using unsaturated Polyester resin
as per IS: 6746, duly reinforced with fibre glass
chopped strand mat (CSM) as per IS: 11551
complete with protective Gel coat U/V coating on
Top for complete resistance from the extreme of
temperature, weather & sunlight (Only plan area
of chajjas shall be measured for making
payment). 3 sqm 4901.50 sqm 14705.00

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, Sr/D EE


57 CPWD

12 Providing and fixing 1mm thick M.S. sheet door


with frame of 40x40x6 mm angle iron and 3 mm
M.S. gusset plates at the junctions and corners,
all necessary fittings complete, including applying
a priming coat of approved steel primer.
(a) Using M.S. angels 40x40x6 mm for diagonal
braces 5 sqm 4781.15 sqm 23906.00
13 Providing and laying Ceramic glazed floor tiles of
size 300x300 mm (thickness to be specified by
the manufacturer) of 1st quality conforming to IS :
15622 of approved make in colours such as
White, Ivory, Grey, Fume Red Brown, laid on 20
mm thick cement mortar 1:4 (1 Cement : 4
Coarse sand), Jointing with grey cement slurry @
3.3 kg/sqm including pointing the joints with white
cement and matching pigment etc., complete. 15 sqm 935.60 sqm 14034.00
14 Providing and laying Vitrified tiles in floor in
different sizes (thickness to be specified by the
manufacturer) with water absorption less than
0.08% and conforming to IS:15622, of approved
brand & manufacturer, in all colours and shade,
laid on 20 mm thick cement mortar 1:4 (1 cement:
4 coarse sand) jointing with grey cement slurry
@3.3 kg/sqm including grouting the joints with
white cement and matching pigments etc. The
tiles must be cut with the zero chipping diamond
cutter only. Laying of tiles will be done with the
notch trowel, plier, wedge, clips of required
thickness, leveling system and rubber mallet for
placing the tiles gently and easily.
(a) Glazed vitrified floor tiles polished finish of size
(i) Size of Tile 600 x 600 mm 50 sqm 1359.20 sqm 67960.00
(ii) Size of Tile 600 x 1200 mm 20 sqm 1612.75 sqm 32255.00
(iii) Size of Tile 800 x 800 mm 20 sqm 1544.20 sqm 30884.00
(b) Glazed Vitrified tiles Matt/Antiskid finish of size
(i) Size of Tile 600 x 600 mm 15 sqm 1311.05 sqm 19666.00
15 Deduct for not using 20 mm thick cement mortar
1:4 (1 cement : 4 coarse sand) bedding in laying
of floor tiles and jointing with grey cement slurry
@ 3.3 kg/ sqm.
10 sqm -735.30 sqm -7353.00
16 Fixing glazed/ Ceramic/ Vitrified floor tiles with
cement based high polymer modified quick-set
tile adhesive (Water based) conforming to IS:
15477, in average 3mm thickness. 10 sqm 633.60 sqm 6336.00
17 Providing gola 75x75 mm in cement concrete
1:2:4 (1 cement : 2 coarse sand : 4 stone
aggregate 10 mm and down gauge), including
finishing with cement mortar 1:3 (1 cement : 3 fine
sand) as per standard design :
(a) In 75x75 mm deep chase 100 metre 260.20 metre 26020.00
18 Making khurras 45x45 cm with average minimum
thickness of 5 cm cement concrete 1:2:4 (1
cement : 2 coarse sand : 4 graded stone
aggregate of 20 mm nominal size) over P.V.C.
sheet 1 m x1 m x 400 micron, finished with 12
mm cement plaster 1:3 (1 cement : 3 coarse
sand) and a coat of neat cement, rounding the
edges and making and finishing the outlet
complete. 5 nos 266.60 each 1333.00

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, Sr/D EE


58 CPWD

19 Providing and fixing on wall face unplasticised


Rigid PVC rain water pipes conforming to IS :
13592 Type A, including jointing with seal ring
conforming to IS : 5382, leaving 10 mm gap for
thermal expansion, (i) Single socketed pipes.
(a) 110 mm diameter 15 metre 319.75 metre 4796.00
20 Providing and fixing on wall face unplasticised -
PVC moulded fittings/ accessories for
unplasticised Rigid PVC rain water pipes
conforming to IS : 13592 Type A, including
jointing with seal ring conforming to IS : 5382,
leaving 10 mm gap for thermal expansion.
(a) Coupler - 110 mm 4 nos 119.95 each 480.00
(b) 110 mm bend 87.5° 6 nos 132.00 each 792.00
(c) 110 mm Shoe (Plain) 6 nos 115.95 each 696.00
21 Providing and fixing unplasticised -PVC pipe clips
of approved design to unplasticised - PVC rain
water pipes by means of 50x50x50 mm hard
wood plugs, screwed with M.S. screws of
required length, including cutting brick work and
fixing in cement mortar 1:4 (1 cement : 4 coarse
sand) and making good the wall etc. complete.
(a) 110 mm 12 nos 309.50 each 3714.00
22 Providing & fixing UV stabilised fiberglass
reinforced plastic sheet roofing up to any pitch,
including fixing with polymer coated 'J' or 'L'
hooks, bolts & nuts 8mm dia. G.I plain/bitumen
washers complete but excluding the cost of
purlins, rafters, trusses etc. The sheets shall be
manufactured out of 2400 TEX panel rovigs
incorporating minimum 0.3% ultra-violet stabiliser
in resin system under approximately 2400 psi and
hot cured. They shall be of uniform pigmentation
and thickness without air pockets and shall
conform to IS 10192 and IS 12866.The sheets
shall be opaque or translucent, clear or
pigmented, textured or smooth as specified.
(a) 2 mm thick corrugated (2.5" or 4.2" or 6") or step-
down (2" or 3" or 6" ) as specified 5 sqm 1179.25 sqm 5896.00
(b) 2 mm thick flat 5 sqm 1048.50 sqm 5243.00
23 Providing & fixing on roof pressed clay tile
(Mangalore tile) of 20 mm nominal thickness and
of approved size and as per approved pattern on
steel frame work complete (steel frame work to be
paid separately). 50 sqm 346.65 sqm 17333.00

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, Sr/D EE


59 CPWD

24 Providing and fixing precoated galvanised iron


profile sheets (size, shape and pitch of
corrugation as approved by Engineer-in-charge)
0.50 mm (+ 0.05 %) total coated thickness with
zinc coating 120 grams per sqm as per IS: 277, in
240 mpa steel grade, 5-7 microns epoxy primer
on both side of the sheet and polyester top coat
15-18 microns. Sheet should have protective
guard film of 25 microns minimum to avoid
scratches during transportation and should be
supplied in single length upto 12 metre or as
desired by Engineer-in-charge. The sheet shall be
fixed using self drilling /self tapping screws of size
(5.5x 55 mm) with EPDM seal, complete upto any
pitch in horizontal/ vertical or curved surfaces,
excluding the cost of purlins, rafters and trusses
and including cutting to size and shape wherever
required. 20 sqm 671.55 sqm 13431.00
25 12 mm cement plaster of mix :
(a) 1:6 (1 cement: 6 coarse sand) 200 sqm 294.35 sqm 58870.00
26 15 mm cement plaster on rough side of single or
half brick wall of mix:
(a) 1:6 (1 cement: 6 coarse sand) 120 sqm 339.10 sqm 40692.00
27 Finishing walls with Acrylic Smooth exterior paint
of required shade :
a New work (Two or more coat applied @ 1.67
ltr/10 sqm over and including priming coat of
exterior primer applied @ 2.20 kg/10 sqm)
1000 sqm 166.85 sqm 166850.00
28 Painting with synthetic enamel paint of approved
brand and manufacture to give an even shade :
(a) Two or more coats on new work 500 sqm 131.45 sqm 65725.00
29 Providing and applying white cement based putty
of average thickness 1 mm, of approved brand
and manufacturer, over the plastered wall surface
to prepare the surface even and smooth
complete. 1000 sqm 123.85 sqm 123850.00
30 Distempering with 1st quality acrylic distemper,
having VOC (Volatile Organic Compound )
content less than 50 grams/ litre, of approved
brand and manufacture, including applying
additional coats wherever required, to achieve
even shade and colour.
(a) Two coats 500 sqm 90.05 sqm 45025.00
31 Wall painting with premium acrylic emulsion paint
of interior grade, having VOC (Volatile Organic
Compound) content less than 50 grams/ litre of
approved brand and manufacture, including
applying additional coats wherever required to
achieve even shade and colour.
(a) One coat 400 sqm 80.25 sqm 32100.00
(b) Two coats 500 sqm 121.55 sqm 60775.00
32 Applying priming coats with primer of approved
brand and manufacture, having low VOC (Volatile
Organic Compound ) content.
a With water thinnable cement primer on wall
surface having VOC content less than 50
grams/litre 500 sqm 64.45 sqm 32225.00

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, Sr/D EE


60 CPWD

33 Removing dry or oil bound distemper, water


proofing cement paint and the like by scrapping,
sand papering and preparing the surface smooth
including necessary repairs to scratches etc.
complete. 2000 sqm 20.85 sqm 41700.00
34 Repairs to plaster of thickness 12 mm to 20 mm
in patches of area 2.5 sq.meters and under,
including cutting the patch in proper shape, raking
out joints and preparing and plastering the
surface of the walls complete, including disposal
of rubbish to the dumping ground, all complete as
per direction of Engineer-in-Charge.
a With cement mortar 1:4 (1cement: 4 coarse sand) 100 sqm 478.00 sqm 47800.00
35 Renewing glass panes, with putty and nails
wherever necessary including racking out the old
putty:
(a) Float glass panes of nominal thickness 4 mm
(weight not less than 10kg/sqm) 8 sqm 941.95 sqm 7536.00
36 Renewing glass panes, with wooden fillets
wherever necessary:
(a) Float glass panes of nominal thickness 4 mm
(weight not less than 10kg/sqm) 4 sqm 1351.15 sqm 5405.00
37 Providing and laying APP (Atactic Polypropylene
Polymer) modified prefabricated five layer 3 mm
thick water proofing membrane, black finished
reinforced with non-woven polyester matt
consisting of a coat of bitumen primer for bitumen
membrane @ 0.40 litre/sqm by the same
membrane manufacture of density at 25°C, 0.87-
0.89 kg/ litre and viscocity 70-160 cps. Over the
primer coat the layer of membrane shall be laid
using Butane Torch and sealing all joints etc, and
preparing the surface complete. The vital physical
and chemical parameters of the membrane shall
be as under : Joint strength in longitudinal and
transverse direction at 23°C as 650/ 450N/ 5cm.
Tear strength in longitudinal and transverse
direction as 300/250N. Softening point of
membrane not less than 150°C. Cold flexibility
shall be upto -2°C when tested in accordance
with ASTM, D - 5147. The laying of membrane
shall be got done through the authorised
applicator of the manufacturer of membrane :
(a) 3 mm thick 150 sqm 563.50 sqm 84525.00
38 Demolishing cement concrete manually/ by
mechanical means including disposal of material
within 50 metres lead as per direction of Engineer
- in - charge.
a Nominal concrete 1:4:8 or leaner mix (i/c
equivalent design mix) 30 cum 1239.60 cum 37188.00
39 Demolishing brick work manually/ by mechanical
means including stacking of serviceable material
and disposal of unserviceable material within 50
metres lead as per direction of Engineer-in-
charge.
(a) In cement mortar 2 cum 1698.45 cum 3397.00

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, Sr/D EE


61 CPWD

40 Dismantling tile work in floors and roofs laid in


cement mortar including stacking material within
50 metres lead.
(a) For thickness of tiles 10 mm to 25 mm 125 sqm 60.50 sqm 7563.00
41 Dismantling old plaster or skirting raking out joints
and cleaning the surface for plaster including
disposal of rubbish to the dumping ground within
50 metres lead.
320 sqm 45.05 sqm 14416.00
42 Disposal of building rubbish / malba / similar
unserviceable, dismantled or waste materials by
mechanical means, including loading,
transporting, unloading to approved municipal
dumping ground or as approved by Engineer-in-
charge, beyond 50 m initial lead, for all leads
including all lifts involved. 40 cum 219.35 cum 8774.00
43 Providing and laying at or near ground level
factory made kerb stone of M-25 grade cement
concrete in position to the required line, level and
curvature, jointed with cement mortar 1:3 (1
cement: 3 coarse sand), including making joints
with or without grooves (thickness of joints except
at sharp curve shall not to more than 5mm),
including making drainage opening wherever
required complete etc. as per direction of
Engineer-in-charge (length of finished kerb
edging shall be measured for payment). (Precast
C.C. kerb stone shall be approved by Engineer-
in-charge). 2 cum 8613.55 cum 17227.00
44 Providing and laying gang saw cut 18 mm thick,
mirror polished pre moulded and pre polished
machine cut granite stone of required size and
shape of approved shade, colour and texture in
footpath, flooring cut granite stone of required
size and shape of approved shade, colour and
texture in footpath, flooring in road side plazas
and similar locations, laid over 20mm thick base
of cement mortar 1:4 (1cement : 4 coarse sand)
including grouting the joints with white cement
mixed with matching pigment, epoxy touch ups
etc. complete as per direction of Engineer-in-
Charge.
(a) With granite stone of area less than 0.50 sqm. 2 sqm 4115.80 sqm 8232.00
45 Providing and fixing water closet squatting pan
(Indian type W.C. pan ) with 100 mm sand cast
Iron P or S trap, 10 litre low level white P.V.C.
flushing cistern, including flush pipe, with
manually controlled device (handle lever)
conforming to IS : 7231, with all fittings and
fixtures complete, including cutting and making
good the walls and floors wherever required:
(a) White Vitreous china Orissa pattern W.C. pan of
size 580x440 mm with integral type foot rests 4 nos 5781.35 each 23125.00
46 Providing and fixing wash basin with C.I.
brackets, 15 mm C.P. brass pillar taps, 32 mm
C.P. brass waste of standard pattern, including
painting of fittings and brackets, cutting and
making good the walls wherever require:

(a) White Vitreous China Wash basin size 550x400


mm with a pair of 15 mm C.P. brass pillar taps 2 nos 3158.70 each 6317.00

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, Sr/D EE


62 CPWD

47 Providing and fixing Stainless Steel A ISI 304


(18/8) kitchen sink as per IS:13983 with C.I.
brackets and stainless steel plug 40 mm,
including painting of fittings and brackets, cutting
and making good the walls wherever required :
(a) Kitchen sink with drain board - 510x1040 mm
bowl depth 250 mm 1 nos 6008.45 each 6008.00
48 Providing and fixing P.V.C. waste pipe for sink or
wash basin including P.V.C. waste fittings
complete.
(a) Flexible pipe
(i) 32 mm dia 3 nos 104.35 each 313.00
49 Providing and fixing floor mounted, white vitreous
china single piece, double traps syphonic water
closet of approved brand/make, shape, size and
pattern including integrated white vitreous china
cistern of capacity 10 litres with dual flushing
system, including all fittings and fixtures with seat
cover, cistern fittings, nuts, bolts and gasket etc
including making connection with the existing P/S
trap, complete in all respect as per directions of
Engineer-in-Charge. 2 nos 16100.40 each 32201.00
50 Providing and fixing G.I. pipes complete with G.I.
fittings and clamps, i/c cutting and making good
the walls etc. Internal work - Exposed on wall
(a) 15 mm dia nominal bore 40 metre 304.15 metre 12166.00
(b) 20 mm dia nominal bore 40 metre 373.35 metre 14934.00
51 Providing and fixing brass stop cock of approved
quality :
(a) 15 mm nominal bore 2 nos 303.85 each 608.00
52 Providing and fixing gun metal gate valve with C.I.
wheel of approved quality (screwed end) :
a 20 mm nominal bore 1 nos 461.75 each 462.00
53 Providing and fixing uplasticised PVC connection
pipe with brass unions :
(a) 45 cm length - 15 mm nominal bore 5 nos 85.20 each 426.00
54 Providing and fixing G.I. Union in G.I. pipe
including cutting and threading the pipe and
making long screws etc. complete (New work) :
(a) 15 mm nominal bore 10 nos 262.30 each 2623.00
(b) 20 mm nominal bore 10 nos 289.05 each 2891.00
55 Providing and placing on terrace (at all floor
levels) high density polyethylene water storage
tank, (Triple Layer) ISI : 12701 marked, with
cover and suitable locking arrangement and
making necessary holes for inlet, outlet and
overflow pipes but without fittings and the base
support for tank. (a) Circular / rectangular tank of
any required colour. 3000 ltr 9.70 litre 29100.00
56 Providing and fixing C.P. brass bib cock of
approved quality conforming to IS:8931 :
(a) 15 mm nominal bore 2 nos 434.20 each 868.00
57 Providing and fixing C.P. brass long body bib
cock of approved quality conforming to IS
standards and weighing not less than 690 gms.
(a) 15 mm nominal bore 2 nos 708.40 each 1417.00

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, Sr/D EE


63 CPWD

58 Providing and fixing C.P. brass angle valve for


basin mixer and geyser points of approved quality
conforming to IS:8931
(a) 15mm nominal bore 1 nos 500.35 each 500.00
59 Providing and fixing C.P. Brass extension nipple
(size 15mmx50mm) of approved make and
quality as per direction of Engineer-in-charge.
2 nos 61.70 each 123.00
60 Providing, laying and jointing glazed stoneware
pipes class SP-1 with stiff mixture of cement
mortar in the proportion of 1:1 (1 cement : 1 fine
sand) including testing of joints etc. complete :
a 150 mm diameter 30 metre 591.40 metre 17742.00
61 Providing and laying cement concrete 1:5:10 (1
cement : 5 coarse sand : 10 graded stone
aggregate 40 mm nominal size) all-round S.W.
pipes including bed concrete as per standard
design :
a 150 mm diameter S.W. pipe 30 metre 1095.15 metre 32855.00
62 Providing and fixing square-mouth S.W. gully trap
class SP-1 complete with C.I. grating brick
masonry chamber with water tight C.I. cover with
frame of 300 x300 mm size (inside) the weight of
cover to be not less than 4.50 kg and frame to be
not less than 2.70 kg as per standard design:
(a) 100x100 mm size P type
(a.1) With common burnt clay F.P.S. (non modular)
bricks of class designation 7.5 5 nos. 2453.55 each 12268.00
63 Providing and laying non-pressure NP2 class
(light duty) R.C.C. pipes with collars jointed with
stiff mixture of cement mortar in the proportion of
1:2 (1 cement : 2 fine sand) including testing of
joints etc. complete :
a 150 mm dia. R.C.C. pipe 50 metre 493.10 metre 24655.00
64 Constructing brick masonry manhole in cement
mortar 1:4 ( 1 cement : 4 coarse sand ) with
R.C.C. top slab with 1:1.5:3 mix (1 cement : 1.5
coarse sand (zone-III) : 3 graded stone aggregate
20 mm nominal size), foundation concrete 1:4:8
mix (1 cement : 4 coarse sand (Zone-III) : 8
graded stone aggregate 40 mm nominal size),
inside plastering 12 mm thick with cement mortar
1:3 (1 cement : 3 coarse sand) finished with
floating coat of neat cement and making channels
in cement concrete 1:2:4 (1 cement : 2 coarse
sand : 4 graded stone aggregate 20 mm nominal
size) finished with a floating coat of neat cement
complete as per standard design :
(a) Inside size 90x80 cm and 45 cm deep including
FRP / GRP cover with frame (light duty ELD 2.5
tonns) 400x600 (Dudhi or equivalent make) etc.
Complete - With common burnt clay F.P.S. (non
modular) bricks of class designation 7.5 5 nos 11687.10 each 58436.00
65 Providing and fixing in position pre-cast R.C.C.
manhole cover and frame of required shape and
approved quality
(a) L D- 2.5 - Rectangular shape 600x450 mm
internal dimensions 5 nos 1255.25 each 6276.00

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, Sr/D EE


64 CPWD

66 Raising manhole cover and frame slab to required


level including dismantling existing slab and
making good the damage as required (Raising
depth of manhole to be paid separately) :
(a) Rectangular manhole 90x80 cm with rectangular
cover 600 x 450 mm of grade LD - 2.5 3 nos 2723.65 each 8171.00
67 Constructing brick masonry road gully chamber
50x45x60 cm with bricks in cement mortar 1:4 (1
cement : 4 coarse sand) including 500x450 mm
pre-cast R.C.C. horizontal grating with frame
complete as per standard design :
(a) With common burnt clay F.P.S. (non modular)
bricks of class designation 7.5 10 nos 5589.45 each 55895.00
68 Grading roof for water proofing treatment with
(a) Cement concrete 1:2:4 (1 cement : 2 coarse sand
: 4 graded stone aggregate 20mm nominal size) 2 cum 7510.75 cum 15022.00
69 Providing & fixing false ceiling at all heights with
GRG (Glass Fibre Reinforced Gypsum) false
ceiling tiles of Size 595x595 mm of approved
texture, design and patterns having moisture
content less than 2%, humidity resistance of 99%,
NRC0.50 to 0.75 as per IS 8225:1987, Non
combustible as per BS 476 (part 4)-1970 and light
reflectance of 85% (minimum) to be laid in true
horizontal level suspended on inter-locking metal
T-Grid of hot dipped galvanised iron section of
0.33mm thick (galvanized @ 120 grams per sqm
including both sides) comprising of main-T
runners of size 15x32 mm of length 3000 mm,
cross - T of size 15x32 mm of length 1200 mm
and secondary intermediate cross-T of size
15x32 mm of length 600mm to form grid module
of size 600 x 600 mm, suspended from ceiling
using galvanised mild steel items (galvanizing @
80 grams per sqm) i.e. 50 mm long, 8 mm outer
diameter M-6 dash fasteners, 6 mm dia fully
threaded hanger rod upto 1000 mm length and L-
shape level adjuster of size 85x25x2 mm.
Galvanised iron perimeter wall angle of size
24x24x0.40 mm of length 3000 mm to be fixed on
periphery wall / partition with the help of plastic
rawl plugs at 450 mm center to center and 40 mm
long dry wall wood screws. The work shall be
carried out as per specifications, drawing and as
per directions of the Engineer-in-Charge.
(a) With semi perforated 12 mm thick micro tegular
edged GRG false ceiling tiles. 18 sqm 1690.45 sqm 30428.00
70 25mm thick gang saw cut (semi polished) Kota
stone slab flooring over 20 mm (average) thick
base of cement mortar 1 : 4 (1 cement : 4 coarse
sand) laid over and jointed with grey cement
slurry mixed with pigment to match the shade of
the slab, including rubbing and polishing
complete. 20 sqm 1163.00 sqm 23260.00
71 Dismantling wall tile of all thickness fixed in
cement mortar / tile adhesive including racking
out joints and cleaning the surface including
disposal of rubbish to the designated location etc.
complete as per direction of Engineer-in-charge. 40 sqm 61.00 sqm 2440.00

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, Sr/D EE


65 CPWD

72 Fencing with existing angle iron post with


horizontal lines and diagonals interwoven with
horizontal wires, of barbed wire weighing 9.38 kg
per 100 m (minimum), between the two posts
fitted and fixed with G.I. staples, turn buckles etc.
complete.
(a) With G.I. barbed wire 500 metre 17.00 metre 8500.00
73 Providing and fixing table top wash basin
including 32 mm C.P. brass waste of standard
pattern, cutting and making good the walls
wherever required, complete as per direction of
Engineer-in-charge.
(a) Rectangle shape of make Hindware (cat.no-
910419 (pastel)) or equivalent in cost &
specifications. 1 nos 7950.00 each 7950.00
(b) Oval shape of make Hindware (cat.no-
10049(PASTEL)) or equivalent in cost &
specifications.
1 nos 4923.00 each 4923.00
74 Providing and fixing C.P. brass bib cock with CP
brass wall flange of approved make etc. all
complete as per direction of Engineer-in-charge.
(a) 15 mm nominal bore. (Make Jaquar (code-
OPPCHR-15037PM) or equivalent in cost &
specifications. 2 nos 1287.00 each 2574.00
75 Providing and fixing C.P. brass Two-way bib cock
with wall flange of approved make etc. all
complete as per direction of Engineer-in-charge.
(Make Jaquar (code-OPP-CHR-15041PM) or
equivalent in cost & specifications. (a) 15 mm
nominal bore. 2 nos 1519.00 each 3038.00
76 Providing and fixing C.P. brass angular stop cock
/ angle valve with wall flange of approved make
etc. complete as per direction of Engineer-in-
Charge. (a) 15 mm nominal bore. Make Jaquar
(code-OPP-CHR-15053PM) or equivalent in cost
& specifications. 2 nos 819.00 each 1638.00
77 Providing and fixing C.P. brass pillar cock of
approved make etc. complete as per direction of
Engineer-in-Charge. (a) 15 mm nominal bore.
Make Jaquar (code-OPL-15001PM) or equivalent
in cost & specifications. 2 nos 1435.00 each 2870.00
78 Providing and fixing C.P. brass single lever wall
mixer with wall flange of approved make etc. all
complete as per direction of Engineer-in-charge.
Make of Jaquar Cat. -OPP-15119 or Johnson
(code-T0223C) or Marc (code MIZ-2030) or
equivalent in cost & specifications. 1 nos 5177.00 each 5177.00
79 Providing and fixing C.P. brass single lever basin
mixer without popup waste with 450mm long
braided hoses of approved make etc. complete
as per direction of Engineer-in-Charge. (a) 15 mm
nominal bore. Make Jaquar (code-OPP-
15011BPM) or equivalent in cost & specifications. 2 nos 3434.00 each 6868.00
80 Providing and fixing C.P. brass single lever basin
mixer 'Tall Body' with 150mm extension body
fixed spout without popup waste system with
600mm long braided hoses of approved make
etc. complete as per direction of Engineer-in-
Charge. a) 15 mm nominal bore. Make Jaquar
(code-OPP-15005BPM) or equivalent in cost &
specification. 2 nos 3817.00 each 7634.00

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, Sr/D EE


66 CPWD

81 Providing and fixing C.P. brass towel ring square


or round shape with CP brass flange of approved
make including fixing with PVC rawl plugs &
screws etc. all complete as per direction of
Engineer-in-charge. (Make jaquar Cat. -ACN-
1121BN / 1121N or equivalent in cost &
specifications.) 2 nos 950.00 each 1900.00
82 Providing and fixing C.P. brass tumbler holder
with CP brass flange of approved make including
fixing with PVC rawl plugs & screws etc. all
complete as per direction of Engineer-in-charge.
(Make Jaquar Cat. -ACN-1141N or equivalent in
cost & specifications.) 2 nos 487.00 each 974.00
83 Providing and fixing C.P. brass toilet paper roll
holder with flap with CP brass flange of approved
make including fixing with PVC rawl plugs &
screws etc. complete as per direction of
Engineer-in-Charge. Make of Jaquar Cat. -ACN-
1153S or equivalent in cost & specifications. 2 nos 1123.00 each 2246.00
84 Providing and fixing C.P. brass soap dish holder
with CP brass flange of approved make including
fixing with PVC rawl plugs & screws etc. all
complete as per direction of Engineer-in-charge.
(Make Jaquar (Cat. -ACN-1131N) or equivalent in
cost & specifications. 2 nos 508.00 each 1016.00
85 Providing and fixing C.P. brass towel rack 600
mm long of approved make including fixing with
PVC rawl plugs & screws etc. all complete as per
direction of Engineer-in-charge. (Make jaquar
Cat. -ACN-1181FHS / 1181S or equivalent in cost
& specifications. 2 nos 2617.00 each 5234.00
86 Providing and fixing single flow overhead shower
of round shape fixed to existing arm of approved
make etc. all complete as per direction of
Engineer-in-charge. Make Jaquar Cat. - OHS
1755 or Johnson (code-S0031C) or Parko (code
SH-075) or equivalent in cost & specifications 2 nos 3633.00 each 7266.00
87 Providing and fixing C.P. brass shower arm
450mm long with wall flange of approved make
etc. all complete as per direction of Engineer-in-
charge. Make Jaquar Cat. -SHA- 49483 or
Johnson (code-S1023C) or Parko (code SA-055)
or equivalent in cost & specifications. 2 nos 1167.00 each 2334.00
88 Providing and fixing C.P. brass towel rail 600 mm
long with brackets fixed to wooden clats / rawl
plugs with CP brass screws of approved make
etc. complete as per direction of Engineer-in-
Charge. Make Jaquar Cat. -ACN-1111SM or
equivalent in cost & specification. 2 nos 1320.00 each 2640.00
89 Providing and fixing C.P. brass Hand shower
(Health Faucet) having flexible tube of required
length and wall hook of approved make etc. all
complete as per direction of Engineer-in-charge.
(Make Jaquar Cat-ALD-573 or equivalent in cost
& specifications 2 nos 1181.00 each 2362.00
90 Providing and fixing brass concealed body for
single lever diverter 40 mm cartridge with button
assembly of approved make etc. all complete as
per direction of Engineer-in-charge. Make Jaquar
Cat.-ALD-065N or equivalent in cost &
specifications 2 nos 2371.00 each 4742.00

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, Sr/D EE


67 CPWD

91 Providing and fixing C.P. Stainless Steel round


cockroach trap (jalli) of approved make etc.
complete as per direction of Engineer-in-Charge.
Make Kingston Code No. KRI-22A or equivalent
in cost and specifications. 4 nos 326.00 each 1304.00
92 Providing and fixing C.P. brass jali (Grating) of
approved make with or without hole etc. complete
as per direction of Engineer-in-Charge. (a) for
100 mm dia. Trap. Make Kingston make code No.
AGR-ACS-39 or equivalent in cost and
specifications. 4 nos 211.00 each 844.00
93 Providing and fixing 450mm long braided
hose/copper connections with two nos. nuts &
rubber washers with or without nipple of approved
make etc. complete as per direction of Engineer-
in-Charge. Make Jaquar cat no.ALD-805B or
equivalent in cost and specifications. 4 nos 269.00 each 1076.00
94 Providing and fixing GI tank nipple for tank
connection of approved quality etc. complete as
per direction of Engineer-in-Charge. (a) 20 mm
nominal bore 2 nos 193.00 each 386.00
95 Providing and fixing C.P. brass Cap (Flange)
complete as per direction of Engineer-in-Charge 2 nos 78.00 each 156.00
96 Providing and fixing glass shelf 600mm long
/corner glass shelf of Jaquar make code no. ACN-
1171N or CAN-1173 or equivalent of approved
make etc. complete as per direction of Engineer-
in-Charge. ) 4 nos 1359.00 each 5436.00
97 Providing and fixing 5 mm thick looking mirror of
superior quality with 6 mm thick commercial
plywood or hard board in back of looking mirror
with 50mm wide 2nd class teakwood ornamental
moulding (polished) or plastic moulded frame
alround and fixed to PVC rawl plugs with C.P.
brass screws & washers etc. all complete as per
direction of Engineer-in -charge. (Mirror make -
Modiguard or Atul or equivalent) 2 sqm 2085.00 sqm 4170.00
98 Rubbing and polishing of old Marble stone, kota
stone, red/white sand stone flooring/skirting to
high glossy / mirror finish after cleaning the stains
and where ever required to give smooth & clean
finish complete as per direction of engineer-in-
charge. 100 sqm 106.00 sqm 10600.00
99 Preparation of surface by applying a coat of putty
consisting of chalk mitti (whiting) and acrylic
emulsion paint in the ratio of 4 kg: 1 litre
respectively and by adding water to achieve
desire consistency on wall surface and sand
papering to make the surface level and smooth
including making good the surface to proper
shape and in presentable condition complete as
per the direction of Engineer-in-Charge. 1000 sqm 77.00 sqm 77000.00

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, Sr/D EE


68 CPWD

100 Providing and laying factory made precast


concrete diagonal grooved slab of 400 x 400 x 50
mm, of M-30 grade of concrete & manufactured
by vibro compaction process & using joint-less
FRP moulds to achieve shuttering finish of
approved make and as per sample approved by
Engineer-in-charge over a bed of 20 mm average
thick cement mortar 1:5 (1 cement: 5 coarse
sand) and jointed with same cement mortar etc.
complete as per direction of Engineer-in-charge. 200 sqm 995.00 sqm 199000.00
101 Providing and laying 80mm thick factory made
cement concrete interlocking paver block of
approved make of M -30 grade made by block
making machine with strong vibratory compaction
and of approved size and design/ shape laid in
required colour and pattern over and including
50mm thick compacted bed of course sand, filling
the joints with fine sand etc. all complete as per
the direction of Engineer-in-charge. 15 sqm 950.00 sqm 14250.00
102 Providing and fixing Ist rectified Glazed Ceramic
quality wall tiles conforming to IS : 15622
(thickness to be specified by the manufacture ) of
required colours & shades as approved by
Engineer-in-Charge in skirting, risers of steps and
dados over 12 mm thick bed of cement Mortar 1:3
(1 cement : 3 coarse sand) and jointing with grey
cement slurry @ 3.3kg per sum including pointing
in white cement mixed with pigment of matching
shade complete as approved by Engineer-in-
charge.
(a) of size- 300 x 600mm (Glossy / matt finish,
printed including highlighters) 30 sqm 1326.00 sqm 39780.00
103 Providing and fixing Ist quality ceramic glazed
wall tiles conforming to IS: 15622 (thickness to be
specified by the manufacturer), of approved
make, in all colours, shades except burgundy,
bottle green, black of any size as approved by
Engineer-in-Charge, in skirting, risers of steps
and dados, over 12 mm thick bed of cement
mortar 1:3 (1 cement : 3 coarse sand) and jointing
with grey cement slurry @ 3.3kg per sqm,
including pointing in white cement mixed with
pigment of matching shade complete.
(a) of size- 300 x 450mm (Digital including
highlighters) 15 Sqm 1158.00 Sqm 17370.00
104 Providing and laying precast prepolished fibre
reinforced cement concrete heavy duty designer
tiles in footpath & courtyard (thickness to be
specified by the manufacturer) of approved
design and pattern of required thickness product
should confirm to the testing criteria as per IS
1237 of 1980 (Re-affirmed 2006) with neat
cement slurry mixed with pigment to match the
shade of tiles including rubbing and cleaning etc.
complete on 20 mm thick bed of cement mortar
1:4 (1 cement: 4 coarse sand) etc., complete as
per direction of Engineer-in-charge.
(a) 50 mm thick Light shade pigment using white
cement. 20 sqm 1473.00 sqm 29460.00

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, Sr/D EE


69 CPWD

105 Removing existing old damaged broken tiles and


/ or APP sheets and / or Tar felt from terrace slab
or similar locations including cleaning of surface
etc to obtain clean surface, stacking and dumping
dismenteled material upto all leads and lifts etc.
complete as per direction of engineer-in-charge. 150 sqm 61.00 sqm 9150.00
106 Providing and laying broken glazed tiles on top
of hot blown type bitumen applied @ 1.70
kg/sqm ( 1.40 kg/sqm of bitumen grade 85/25 &
0.30 kg / sqm of bitumen grade 80/100) and
joints filled with cement mortar 1 : 2 ( 1 cement :
2 marble dust ) mixed with water proofing
cement compound all complete as per the
direction of the Engineer-in-Charge. 150 sqm 313.00 sqm 46950.00
107 Deduct for taking away of SCI pipe and fittings
centrifugally cast (spun) iron pipes and fittings, CI
flushing cistern, GI pipes and fittings, steel doors,
windows, ventilators, grill round or steel bars etc
and the like received from dismantling. The
material so received shall be the property of
contractor dismantling duly weighed / measured
before removing from the site in the presence of
Engineer-in-charge or his authorised
representative all complete. Nothing extra shall
be paid for dismantling.
7 kg -17.00 kg -119.00
108 Deduct for taking away CP pillar cock, bib cock,
brass stop cock etc. received from dismantling,
the material so received shall be the property of
the contractor after dismantling duly weighed /
measured before removing from site in the
presence of engineer-in-charge or his authorised
representative all complete. Nothing extra shall
be paid for dismantling. 7 kg -207.00 kg -1449.00
Total 27,22,219.00
Less cost Index @ 1% on DSR 2021 Item no. 1
to 69 2159269.00 (21,593.00)
Total 27,00,626.00

Executive Engineer
I-Division, CPWD
New Delhi-110002

Correction = Nil, Insertion = Nil, Overwriting = Nil, Deletion = Nil, Sr/D EE

You might also like