[go: up one dir, main page]

0% found this document useful (0 votes)
50 views52 pages

Tendernotification

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)
50 views52 pages

Tendernotification

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/ 52

1

INDEX
Name of work: Demolishion of Old Observatory building and
Determination of salvage value at M.C.(IMD), Bangalore.
Index 1
1 Tender Notice 2– 4
2 Notice Inviting Tenders (Form CPWD 6 ) 5–9
3 Annexure ‘A’ 10
Percentage rate and contract for works (CPWD-7) & Schedule
4 11– 21
‘A’ to ‘F’ for Civil works
5 List of testing equipment for site laboratory 22
6 Special Conditions 23 – 28
Special for conditions for cement and steel brought by the 29 – 32
7
Contractor
8 List of approved make of materials (For Civil works) 34– 38
Integrity Agreement Pact to be signed by the EE before uploading
9 tender 39
Integrity Agreement Pact to be signed by the bidder at the time of
10 40
submission of bid document
Integrity agreement to be signed by the bidder and same signatory
11 competent 41 – 47
Form of Bank Guarantee for Earnest Money Deposit
12 /Performance Guarantee/Security Deposit/ Mobilization 48-49
Advance
14 Schedule of quantities for Civil work 50-52
This draft NIT Contains 52 pages (Fifty Two Pages only)
[ Approved for Rs.13,78,040/- (Rupees Thirteen Lakhs Seventy Eight Thousand and Forty Only)

Executive Engineer I

APPR OVE
2
INFORMATION AND INSTRUCTIONS FOR BIDDERS FOR e- TENDERING FORMING
PART OF BID DOCUMENT AND TO BE POSTED ON WEB SITE

(Applicable for inviting open bids)

The Executive Engineer, Bangalore Central Division I, CPWD, Bangalore on behalf of


President of India invites online percentage rate bids from approved and eligible category
contractors of CPWD for the following work (s).

S NIT Name of work & Location Estimated cost put Earnest money Period of Last date & Time & date of
l. No. to tender comple time of open ing of
N tion submission of bid
o bid

1 2 3 4 5 6 7 9
1 Demolishion of Old
Observatory Rs. 13,78,040/- Rs 27,561/- 45 Upto 15:00 15.30. Hrs
(Forty Hrs on on
61/EE/BCD-I/e-Tendering/ 2021-22

building and Five)


Days
Determination of 10.02.2022
10.02.2022
salvage value at
M.C.IMD Bangalore
/B’ LORE

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 www. https://etender.cpwd.gov.in/ or www.cpwd.gov.in
free of cost.
4. But the bid can only be submitted after deposition of original EMD either in the office
of Executive Engineer inviting bids or division office of any Executive Engineer,
1. CPWD within the period of bid submission and uploading the mandatory scanned
documents such as Demand Draft or Pay order or Banker’s Cheque or Deposit at Call
Receipt or Fixed Deposit Receipts and Bank Guarantee of any Scheduled Bank towards
EMD in favour of Executive Engineer , Bangalore Central Division I, CPWD,
Bangalore as mentioned in NIT, receipt for deposition of original EMD to division
office of any Executive Engineer (including NIT issuing EE/AE), CPWD and other
documents as specified.
3

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.
The intending bidder must have valid class-III digital signature to submit the bid.
6.
7. (A) The contractors 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 system without tender processing fee any
time. (Vide O.M.No.DG/CON/292 dated 29.02.2016).
(B) The contractor can deposit original EMD either in the office of Executive Engineer
inviting bids or division office of any Executive Engineer, CPWD within the period of
bid submission. The contractor shall obtain the receipt of EMD from the concerned
Executive Engineer (including NIT issuing EE/AE) in the prescribed format uploaded
by NIT issuing Executive Engineer.

The Bid Document as uploaded can be viewed and downloaded free of cost
by anyone including intending bidder. But the bid can only be submitted after
uploading the mandatory scanned documents such as Demand Draft/Pay
order or Banker‟s Cheque/Bank Guarantee of any Scheduled Bank towards
EMD in favour of respective Executive Engineer, copy of receipt of original
EMD and other documents specified in the press notice
8. On opening date, the contractor can login and see the bid opening process. After
opening of bids he will receive the competitor bid sheets.
9. Contractor can upload documents in the form of JPG format and PDF format.
10. Contractor must ensure to quote percentage of each work in Proforma for
Quoting the Rates. The column meant for quoting percentage in figures
appears in pink colour and the moment percentage 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” (ZERO). However, if a bidder does
not quote any percentage above/ below on any section/ subhead in percentage rate
tender, the tender shall be treated as invalid and will not be considered as lowest
tenderer.
11. Contractor should quote the percentage above or below to two places of
decimal only.
13. List of Documents to be scanned and uploaded within the period of bid submission
by approved and eligible CPWD contractors:

(i) Treasury Challan / Demand Draft / Pay order or Banker's Cheque / Deposit at Call
Receipt / FDR / Bank Guarantee of any Scheduled Bank against EMD and the
original EMD should be deposited either in the office of Executive Engineer inviting
bids or division office of any Executive Engineer, CPWD receipt shall also be
uploaded to the e-tenderging website by the intending bidder upto the specified bid
submission date and time
(ii) Receipt of earnest money as per para-I above in the prescribed format

(iii)Enlistment order of Contractor in CPWD.

(iv) GST registration certificate, if already obtained by the bidder.


4
If the bidder has not obtained GST registration as applicable, then he shall
scan and upload following undertaking along with bid documents.
“lf work is awarded to me, l/we shall obtain GST registration certificate, as
applicable, within one month from the date of receipt of award letter or before
release of any Payment by CPWD, whichever is earlier, failing which l/we
shall be responsible for any delay in payments which will be due towards
me/us on account of the work executed and/or for any action taken by CPWD
or GST department in this regard.

14 The work requires engaging more than 20 nos. labours/workers and therefore all
necessary licenses such as labour license, EPFO and ESI, BOCW welfare registration
etc., shall be taken by contractor within the time limits as prescribed under clause 1
of schedule, F”

15
12.GGST on all materials as well as GST on Work Contract and Labour Welfare Cess etc., or any
other tax applicable in respect of this contract shall be payable by the Contractor. Percentage
rate quoted by him shall be inclusive of such taxes, levies etc and Government will not
entertain any claim for reimbursement whatsoever in respect of the same. The percentage
rates of the contract shall be inclusive of all taxes and levies and nothing extra shall be paid.

Executive Engineer- I
GOVERNMENT OF INDIA
CENTRAL PUBLIC WORKS DEPARTMENT
BANGALORE CENTRAL DIVISION-I
No. 69(1)/BCD-I/2020-21/ Dated: .
Copy to: -
1. The IMD, Bangalore.
2. The Superintending Engineer, MCC, CPWD, Mysore for information.
3. The Executive Engineer, MCD/ HCD- Division, CPWD, Mysore/ Hubli for giving wide publicity
4. The Executive Engineer, BCD-II, & BCD-III CPWD, Bangalore for giving wide publicity.
5. The Executive Engineer (Elec), BCED-I, CPWD,Bangalore for giving wide publicity
6. The Assistant Engineer, BCSD-I, BCSD-II, BCSD-III,BCSD-IV under BCD-I, CPWD,
7. AAO/ Cashier(2 Copies)/ AB/ PB/CB/Notice Board of BCD-I, CPWD, Bangalore.

Executive Engineer -I
5

CPWD- 6 FOR e-TENDERING


GOVERNMENT OF INDIA
CENTRAL PUBLIC WORKS DEPARTMENT

The Executive Engineer, Bangalore Central Division I, CPWD, Bangalore on behalf of


the President of India invites online percenta ge Rate bids from the approved &
eligible category contractors of CPWD for the following work:

Demolishion of Old Observatory building and Determination of


salvage value at M.C.(IMD), Bangalore.
The work is estimated to cost Rs. 13,78,040/- This estimate, however, is given merely as a
rough guide.
1.1.1 The authority competent to approve NIT for the combined cost and belonging to the
major discipline will consolidate NITs for calling the Bids. He will also nominate Division
which will deal with all matters relating to the invitation of Bids.
For composite Bid, besides indicating the combined estimated cost put to Bid, should
clearly indicate the estimated cost of each component separately. The eligibility of
Bidders will correspond to the combined estimated cost of different components put to
Bid.
2 Agreement shall be drawn with the successful Bidders on prescribed Form No. CPWD
7 which is available as a Govt. of India Publication and also available on website
https://etender.cpwd.gov.in/ or www.cpwd.gov.in free of cost.. Bidder shall quote
his rates (inclusive of GST & 1% Labour Welfare Cess) 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 45(Forty Five) Days from the date
of start as defined in Schedule ‘F’ or from the first date of handing over of the site,
whichever is later, in accordance with the phasing, if any, indicated in the Bid
documents.
4 (i) The site for the work is available.
(ii) The architectural and structural drawings shall be made available in phased
manner, as per the requirement of the same as per approved programme of
completion submitted by the contractor after award of work.

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


various types of items to be executed and the set of terms & conditions of the contract
to be complied with and other necessary documents can be seen on website
https://etender.cpwd.gov.in/ or www.cpwd.gov.in free of cost. Plans can also be
seen in the office of Executive Engineer, Bangalore Central Division-I, CPWD,
Bangalore- 560 034.
The standard publications like General Conditions of Contract, Delhi Schedule of
Rates 2018 (for Civil), Specifications for Civil and Electrical works and Delhi Analysis
of Rates 2018 (for civil) with amendments / correction slips up to the last date of
submission of Bids can be seen free of cost from https://etender.cpwd.gov.in/ or
www.cpwd.gov.in free of cost.
6

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

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.
When bids are invited in three stage system and if it is desired to submit revised
financial bid then it shall be mandatory to submit revised financial bid. If not submitted
then the bid submitted earlier shall become invalid
8. Earnest Money Rs.27,561/- can be paid 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, Bangalore Central Division-I, CPWD, Bangalore-
560 034, payable at Bangalore) 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 Executive
Engineer) shall issue a receipt of deposition of earnest money deposit to the bidder in a
prescribed format (As per Annexure „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.
A part of earnest money is acceptable in the form of bank guarantee also. In such
case, minimum 50% of earnest money or Rs. 20 Lakhs, whichever is less, shall have to be
deposited in shape prescribed above, and balance may be deposited in shape of Bank
Guarantee of any scheduled bank having validity for six months or more from the last date
of receipt of Bids which is to be scanned and uploaded by the intending Bidders. Copy of
Enlistment Order and certificate of work experience and other documents as specified in
the press notice shall be scanned and uploaded to the e-Tendering website within the
period of bid submission. However, certified copy of all the scanned and uploaded
documents as specified in press notice shall have to be submitted by the lowest bidder only
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 EMD
deposited with any division office of CPWD and other documents scanned and uploaded
are found in order.
The bid submitted shall be opened at 3.30:00 PM on 10.02.2022.
9A. The contractors 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 system without tender processing fee any
time. (Vide O.M No. DG/CON/292 dated 29.02.2016)
9. The Bid submitted shall become invalid if:
(i) The Bidder is found ineligible.
(ii) The bidder does not deposit original EMD with division office of any
Executive Engineer, CPWD.”.

(iii) The bidder does not upload all the documents as stipulated in the bid
documents (Inclusive of GST Registration. If the bidder has not obtained
GST registration in the state in which the work is to be taken up, then in
such a case bidder shall upload following undertaking with the bid
7
document “If work is awarded to me, I/me shall obtain GST registration
certificate within one month from date of receipt of award letter or before
payment of 1st R.A.Bill”), including the copy of receipt for deposition of
original EMD

(iv) If any discrepancy is noticed between the documents as uploaded at the time
of submission of bid and hard copies as submitted physically by the lowest
tender in the office of tender opening authority. (Vide O.M No. DG/CON/291
dated 04.01.2016)
(v) If a tenderer quotes nil rates against each item in Percentage Rate tender or
does not quote any percentage Above or Below or Atpar 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.
(Vide O.M No. DG/CON/287 dated 24.08.2015).

10. 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. In case the contractor fails to deposit the said performance guarantee
within the period as indicated in Schedule 'F', including the extended period if any, the
Earnest Money deposited by the contractor shall be forfeited automatically without any
notice to the contractor. The earnest money deposited along with Bid shall be returned
after receiving the aforesaid Performance Guarantee. The contractor whose bid is
accepted will also be required to furnish either copy of applicable licenses /
registrations or proof of applying for obtaining labour licenses, registration with EPFO,
ESIC and BOCW Welfare Board 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 Scheduled F. (Vide O.M. No.
DG/SE/CM/CON/295 dated 21.12.2016)
11. The description of the work is as follows:
Intending Tenderers are advised to inspect and examine the site and its surroundings
and satisfy themselves before submitting their tenders as to the nature of the ground
and sub-soil (so far as is practicable), the form and nature of the site, the means of
access to the site, the accommodation they may require and in general shall
themselves obtain all necessary information as to risks, contingencies and other
circumstances which may influence or affect their tender. A tenderer shall be deemed
to have full knowledge of the site whether he inspects it or not and no extra charge
consequent upon any misunderstanding or otherwise shall be allowed. The tenderer
shall be responsible for arranging and maintaining at his own cost all materials, tools &
plants, water, electricity access, facilities for workers and all other services required for
executing the work unless otherwise specifically provided for in the contract
documents. Submission of a tender by a tenderer implies that he has read this notice
and all other contract documents and has made himself aware of the scope and
specifications of the work to be done and of conditions and rates at which stores, tools
and plant, etc. will be issued to him by the Government and local conditions and other
factors having a bearing on the execution of the work.
8

12. The competent authority on behalf of the President of India does not bind itself to
accept the lowest or any other tender and reserves to itself the authority to reject any
or all the tenders received without the assignment of any reason. All tenders in which
any of the prescribed condition is not fulfilled or any condition including that of
conditional rebate is put forth by the tenderer shall be summarily rejected.

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


prohibited and the tenders submitted by the contractors who resort to canvassing will
be liable for rejection.
14. The competent authority on behalf of President of India reserves to himself the right of
accepting the whole or any part of the Tender and the Tenderers shall be bound to
perform the same at the percentage rate quoted.
15. The tenderer shall not be permitted to tender for works in the CPWD Circle (Division in
case of contractors of Horticulture/Nursery category) responsible for award and
execution of contracts, in which his near relative is posted a Divisional Accountant or as
an officer in any capacity between the grades of Superintending Engineer and Junior
Engineer (both inclusive). He shall also intimate the names of persons who are
working with him in any capacity or are subsequently employed by him and who are
near relatives to any Gazetted officer in the Central Public Works Department or in the
Ministry of Urban Development. Any breach of this condition by the contractor would
render him liable to be removed from the approved list of contractors of this
Department.
16. No Engineer of Gazetted rank or other Gazetted Officer employed in Engineering or
Administrative duties in an Engineering Department of the Government of India is
allowed to work as a contractor for a period of one year after his retirement from
Government service, without the prior permission of the Government of India in writing.
This contract is liable to be cancelled if either the contractor or any of his employees is
found any time to be such a person who had not obtained the permission of the
Government of India as aforesaid before submission of the tender or engagement in the
contractor’s service.
17. The Bid for the works shall remain open for acceptance for a period of THIRTY
(30) Days from the date of opening of Bid. If any Bidders withdraws his Bid before
the said period or issue of letter of acceptance, whichever is earlier, or makes
any modifications in the terms and conditions of the Bid which are not
acceptable to the department, then the Government shall, without prejudice to
any other right or remedy, be at liberty to forfeit 50% of the said Earnest Money
as aforesaid. Further the Bidders shall not be allowed to participate in the
rebidding process of the work. (As per OM No.DG/MAN/378 Dated 12.10.2018)
18. This notice inviting Bid shall form a part of the contract document. The successful
Bidders/ contractor, on acceptance of his Bid by the Accepting Authority shall within 15
days from the stipulated date of start of the work, sign the contract consisting of: -
(a) The Notice Inviting Bid, all the documents including Special Conditions, General
Specifications/ Particular Specifications and drawings, if any, forming part of the
Bid as uploaded at the time of invitation of Bid and the percentage rates
quoted online at the time of submission of Bid and acceptance thereof together
with any correspondence leading thereto.
(b) Standard C.P.W.D. Form 7 (GCC for CPWD Works 2020) with amendments/
modifications upto last date of submission of Tender.
9

20. For Bids


20.1.1 The Executive Engineer in charge will call bids for the work. The Earnest
Money will be fixed with respect to the estimated cost put to tender for the bid.

20.1.2 The bid document will include one component i.e., CPWD-6, CPWD-7
including schedule A to F for major component of the work, Standard General
Conditions of Contract for CPWD 2020 as amended/modified upto the date of
submission of bid and Schedule of quantities of major component of work.

20.1.3 The eligible bidders shall quote percentage rates for schedule, above or below
to two places of decimal only.

20.1.4 After acceptance of the bid by competent authority, the EE in charge of


the work shall issue letter of award on behalf of the President of India.

20.1.5 Entire work shall be executed under one agreement.

20.1.6 Security Deposit will be worked out for the work as provided under
this bid document. The Earnest Money will be refunded after receipt of
Performance Guarantee.

20.1.8 Running payment shall be made by The EE in charge of the work.

20.1.9 The work shall be treated as complete when all the works are
complete.
The completion certificate of the work shall be recorded by Engineer-in-charge.

20.1.10 Final bill of whole work shall be finalized and paid by the EE in
charge of the work.
21. In case any discrepancy is noticed between the documents as uploaded at
the time of submission of the bid online and hard copies as submitted
physically in the office of Executive Engineer, then the bid submitted shall become
invalid and the Government shall, without prejudice to any other right or remedy,
be at liberty to forfeit 50% of the said earnest money as aforesaid. Further the
bidders shall not be allowed to participate in the re-tendering process of the work.

Executive Engineer -I
(for and on behalf of President of India)
10

Annexure-A
PRESCRIBED FORMATE
Receipt of deposition of original EMD
Receipt No.:- date:-
1. Name of work:- Demolishion of Old Observatory
building and Determination of salvage
value at M.C.(IMD), Bangalore

2 NIT NO. 61/EE/BCD-I/ e Tendering//2021-22/B‟LORE

3 Estimated Cost:- Rs.13,78,040/-

4 Amount of Earnest Rs. 27,561/-


Money Deposit:-

5 Last date of submission of bid:- 10.02.2022 (3.00 PM)

6 Date of opening of price bid:- 10.02.2022 (3.30 PM)

1. Name of contractor:-

2 Form of EMD:-

3 Amount of Earnest
Money Deposit:-
4 Date of submission of EMD:-

Signature of EMD Receiving Officer

Name of Designation of
EMD receiving officer

Office Stamp
11
GOVERNMENT OF INDIA
CENTRAL PUBLIC WORKS DEPARTMENT

STATE : Karnataka CIRCLE : BANGALORE CENTRAL CIRCLE


ZONE : SOUTH ZONE-III DIVISION- Bangalore Central Division-I
BRANCH : B & R
CPWD-7
PERCENTAGE RATE TENDER & CONTRACT FOR WORKS

Demolishion of Old Observatory building and Determination


Tender for the
of salvage value at M.C.(IMD), Bangalore. To be submitted / Uploaded upto 15:00
PM on 10.02.2022 uploaded at https://etender.cpwd.gov.in.

(i) To be opened in the presence of tenderers who may be present at 3:30- PM on


10.02.2022 in the office of the Executive Engineer, Bangalore Central Division -I,
CPWD, Bangalore.

TENDER
I/We have read and examined the notice inviting tender, schedule, A, B, C, D, E & F Specifications
applicable, Drawings & Designs, General Rules and Directions, Conditions of Contract, of 2014
with amendments up to the last date of submission of tenders, 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 respect with the
specifications, designs, drawing and instructions in writing referred to in Rule-1 of General Rules
and Directions and in Clause 11 of the Conditions of contract of 2020 with amendments up to the
last date of submission of tenders and with such materials as are provided for, by, and in respect
of accordance with, such conditions so far as applicable.

We agree to keep the tender open for Thirty (30) Days from the date of opening of Bid and not
to make any modification in its terms and conditions.

A sum of Rs.27,561/- will be deposited by me/us with any Executive Engineer of CPWD (Including
NIT issuing EE) 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 or Bank Guarantee issued by a
Schedule 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 the successors in office shall without prejudice to any other right or remedy available in law, be
at liberty to forfeit the said performance guarantee absolutely, the said performance guarantee
shall be a guarantee to execute all the works referred to in the tender documents upon the terms
and conditions contained or referred to those in excess of that limit at the rates to be determined
in accordance with the provision contained in Clause 12.2 and 12.3 of the tender form.
12
Further, I/We agree that in case of forfeiture of Earnest Money or Performance Guarantee as
aforesaid, I/We shall be debarred for participation in the re-tendering process of the work.
I/We undertake and confirm that eligible similar work(s) has/have not been got executed through
another contractor on back to back basis. Further that, if such a violation comes to the notice of
Department, then I/We shall be debarred for tendering in CPWD in future for ever. 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 cancel the agreement and to forfeit the entire amount of Earnest Money Deposit/
Performance Guarantee
I/We hereby declare that I/We shall treat the tender documents drawings and other records
connected with the work as secret/confidential documents and shall not communicate
information/derived there from to any person other than a person to whom I/We am/are authorized
to communicate the same or use the information in any manner prejudicial to the safety of the
State.

Dated: …………..** Signature of Contractor **

Witness: ** Postal Address **

Address: **
Occupation: **

** To be filled by contractor
13

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 …………………*………….………
Designation ………………*………………….
Dated: ……*……..

*To be filled by EE
14
PROFORMA OF SCHEDULES
(FOR CIVIL COMPONENT)
SCHEDULE ‘A’
SCHEDULE OF QUANTITIES FOR CIVIL WORKS AS PER PART-B
FROM PAGE No.203 TO 228
SCHEDULE 'B'
Schedule of materials to be issued to the contractor.

S. No. Description of item Quantity Rates in figures & words at Place of issue
Which the material will be
charged to the contractor

NIL

SCHEDULE 'C'
Tools and plants to be hired to the contractor

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

NIL

SCHEDULE ‘D’
Extra schedule for specific requirements /document for the work, if any.
Special conditions of contract
Particular Specification.
Proforma of Guarantee Certificate.

SCHEDULE ‘E’
Reference to General Conditions of Contract: General Conditions of Contract 2020 with
amendments/ modifications upto last date of submission of Tender
Name of Work Demolishion of Old Observatory building and Determination of salvage
value at M.C.(IMD), Bangalore
ESTIMATED COST OF WORK: Rs.13,78,040/-
Earnest Money : Rs.27,561/- (To be returned after receiving performance
(i) guarantee)
(ii) Performance Guarantee : 3% of Tendered value

(iii) Security Deposit : 2.5% of Tendered value

SCHEDULE 'F'
15
(GENERAL RULES & DIRECTIONS): Officer inviting tender:
Executive Engineer
Bangalore Central Division-I,
CPWD, Bangalore

Maximum percentage for quantity of items of work to


be executed beyond which rates are to be See Below
Determined in accordance with Clauses 12.2 & 12.3
DEFINITIONS:

2(v) Engineer-in-Charge Executive Engineer , BCDI, CPWD, Bangalore or


his successors thereof.
2(viii) Accepting Authority Executive Engineer , BCDI, CPWD, Bangalore or
his successors thereof.
2(x) Percentage on cost of materials 15%
and Labour to cover all
overheads and profits
2(xi) Standard Schedule of Rates DSR 2021 with amendments/ correction slips up
to last date of submission of Tender.
2(xii) Department Central Public Works Department (CPWD)
9(ii) Standard CPWD Contract Form CPWD Form 7 & GCC 2020 with Amendments/
GCC 2020, CPWD Form 7 Modifications up to last date of submission of
as modified & corrected upto Tenders.

Clause 1
(i) Time allowed for submission of Performance Guarantee, 7 (Seven) days
programme chart (Time and progress )and applicable
labour licenses, registration with EPFO, ESIC and BOCW
welfare board or proof of applying there of from the date of
issue of letter of acceptance
(ii) Maximum allowable extension with late fee @ 0.1% per day 3 (Three) days with late fee @
of Performance Guarantee amount beyond the period 0.1% per day of the PG
provided in (i) above amount.

Clause 2
a) Authority for fixing compensation under clause Chief Engineer, CPWD, Bangalore
2
Clause 2A
Whether Clause 2A shall be No
applicable

Clause 5
Number of days from the date of issue of letter 10 (Ten) days or date of handing over of
of acceptance for reckoning site whichever is later.
date of start Mile stone(s) as per table given
below:-
16
Table of Mile stones for civil works
Sl. Description of Milestone Time Allowed in Amount to be with-held in case of non
No (Physical) days (from date of achievement of milestone
start)
1 1/2(of whole work) 1. 1. Month In the event of not achieving the
necessary progress 1% of the
tendered value of the work will be
withheld for failure of each mile
stone.
2 Full 2 Months In the event of not achieving the
necessary progress 1% of the
tendered value of the work will be
withheld for failure of each mile
stone.

Note 1: With held amount shall be released if and when subsequent milestone is achieved
within respective time specified. The main contractor will ensure that electrical components of the
work are executed in time without giving any chance for slippage of milestone an account of delay in
execution of associated electrical works by him. However, in case milestones are not achieved by the
contractor for the work, the amount shown against milestone shall be withheld by the Engineer-In-
Charge of the respective components.
Note 2: Intending tenderer may submit phasing of activities / milestones on the basis of their resources
and methodology at the time of tendering corresponding to physical milestones / stages indicated in the
above table. These shall be formed part of the agreement after approval of the accepting authority,
otherwise it would be assumed that agency agrees with the above mentioned physical milestones.

Time allowed for execution of work: 45 (Forty Five) Days


Authority to decide:
(i) Extension of time. Executive Engineer,
BCD-I, CPWD, Bangalore
(ii) Rescheduling of mile stones. Chief Engineer, CPWD, Bangalore

(iii) Shifting of date of start in case of Chief Engineer,


delay in handing over of site. CPWD, Bangalore

PROFORMA OF SCHEDULES (Clause 5)


Schedule of handing over of site
(Modified OM No. DG/CON/307 dated 19.11.2019)

Part Portion of site Description Time period for handing over reckoned
from date of issue of letter of intent

Part A Portion without any hindrance 100% of site


Part B Portions with encumbrances --- ---
Part C Portions dependent on work --- ---
of other agencies

Clause 7
17

Gross work to be done together with net payment *Rs.13,78,040/- Lakhs


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

Clause: 7A
Whether clause 7A shall be applicable Yes.
No Running Account Bill shall be paid for the work till the applicable labour licenses,
registration with EPFO, ESIC and BOCW Welfare Board, whatever applicable as submitted
by the contractor to the Engineer-in Charge. (Vide OM No.DG/SE/CM/CON/285 dated
04.06.2015)

Clause 10A
List of testing equipment to be provided by the contractor at site lab as per
TABLE-I at Page No. 21

Clause 10 B (ii)
Whether Clause 10 B (ii) shall be applicable No

Clause 10C Not Applicable

Component of labour expressed as percent 25 %


of value of work

Clause 10CA : Not Applicable

Sl. Material covered Nearest Materials Base Price and its corresponding
No. under this clause (other than cement, period of all the materials covered
reinforcement bars under clause 10 CA
and structural
steel) for which all Base Price Corresponding
India Wholesale (Exclusive of Period
Price Index to be GST)
followed.
1 Ordinary Portland
Cement (OPC) – 43 Rs. 4,688 /- Per MT June 2018
grade
2 Portland Pozzolona
Cement (PPC) – 43 Rs. 4,531/- Per MT June 2018
grade
3 Steel Reinforcement
bars (TMT-Fe-500 & Rs. 45,610/- Per MT June 2018
Fe-500D) from Primary
producer
18
4 Steel Reinforcement
bars (TMT-Fe-500 & Rs. 42,870- Per MT June 2018
Fe-500D) from
secondary producers)

5 Structural steel Rs. 41,708/- Per MT June 2018

Clause 10CC
Clause 10CC to be applicable in contracts with
Stipulated period of completion exceeding the
Period shown in next column Not Applicable

Schedule of component of other materials, Labour, POL etc. for price escalation.
Component of civil (Except materials covered under clause 10CA) /
Expressed as percent of total value of civil work ---- ------*
Component of labour expressed as percent of total value of civil work. ---- ------*
Component of P.O.L. expressed as percent of total value of civil work. ---- Nil
Note : Xm :----* (should be equal to (100) – (materials covered under Clause 10CA i.e. cement, steel
and other material specified in Clause 10CA + Component of Labour + Component of P.O.L).

Clause 11
Specifications to be followed for Civil work: CPWD Specifications 2019
execution of work Volume- I & II with corrections slips up to the
last date of submission of tender.

Clause 12
Type of work: : Original work

12.2.&12.3 Deviation Limit beyond which clauses


12.2 & 12.3 shall apply for building work

12.5 Deviation Limit beyond which clauses 100


12.2
12.3&shall
12.3apply
shall for
apply for foundation
building work work
(except items mentioned in earth work
subhead in DSR and related items)
ii) Deviation Limit for items in earth work
subhead of DSR and related items
Clause 16
Competent Authority for deciding reduced Chief Engineer, Bangalore Zone, CPWD,
rates. Bangalore.

Clause 18
List of mandatory machinery, tools & plants to be deployed by the contractor at site:-
As per TABLE-II at Page No. 22

Clause 19 C
19

Authority for decide penalty Executive Engineer , BCDI, CPWD, Bangalore


for each default
Clause 19 D
Authority for decide penalty Executive Engineer , BCDI, CPWD, Bangalore
for each default
Clause 19 G
Authority for decide penalty Executive Engineer , BCDI, CPWD, Bangalore
for each default
Clause 19 K
Authority for decide penalty Executive Engineer , BCDI, CPWD, Bangalore
for each default
Clause 25
Constitution of Dispute Redressal Committee (DRC)

Claim amount Upto Rs. 25 lakhs More than Rs. 25 lakhs

Director (Works cum TLQA) Chief Engineer, CPWD,


Chairman Bangalore Region CPWD, Trivandrum.
Bangalore.
Executive Engineer II, CPWD, Director (Works cum TLQA)
Member Bangalore Bangalore Region, CPWD,
Bangalore.
Executive Engineer (P), O/o CE Superintending Engineer,
Member
CPWD, Bangalore CPWD, Mysore.

Note: The above constitution of Dispute Redressal Committee is subject to change, for
which necessary notification shall be issued by the competent authority of the department,
if required.
Clause 32
Requirement of Technical Representative(s) and recovery Rate
Sl. Minimum Discipline Designation Minimum Numb Rate at which recovery shall
No Qualification of (Principal experience er be made from the contractor
Technical Technical/ in the event of not fulfilling
Representative Technical provision of clause 36(i)
Representative)
Figures Words

1
Principal Rupees
Graduate 1
Civil Technical 2 years Rs 15000/- Fifteen
Engineer No.
Representative thousand
only
or
2 Rupees
Diploma Principal
1 Fifteen
Engineer Civil Technical 5 Years
No. thousand
Representative Rs 15000/- only
Assistant Engineers retired from Government services that are holding Diploma will
be treated at par with Graduate Engineers.
20
Diploma holder with minimum 10 years relevant experience with a reputed
construction company can be treated at par with Graduate Engineers for the
purpose of such deployment subject to the condition that such Diploma holder
should not exceed 50% of requirement of Degree Engineers.
The contractor shall submit a certificate of employment of the technical representative(s) (in the
form of copy of Form -16 or CPF deduction issued to the Engineers employed by him) along with
every account bill/final bill and shall produce evidence if at any times so required by the Engineer-
in-charge

Clause 38
(i) (a) Schedule/statement for determining theoretical DSR 2021 with Amendments/
quantity of cement & bitumen on the basis of Correction slips up to last date
Delhi Schedule of Rates printed by CPWD. of submission of Tender.
(ii) Variations permissible on theoretical
quantities:
(a) Cement
For works with estimated cost put to tender not 3% (Three percent)
more than Rs. 25 lakhs Plus / minus.

For works with estimated cost put to tender 2% (Two percent)


more than Rs. 25 lakhs Plus / minus.
2.5% (Two decimal five percent)
(b) Bitumen for all works plus only and Nil on minus side.
(c) Steel Reinforcement and structural steel 2% (Two percent) plus / minus
sections for each diameter, section and
category
(d) All other materials Nil

Executive Engineer -I
CPWD, Bangalore
21
RECOVERY RATES FOR QUANTITIES BEYOND PERMISSIBLE VARIATION

Sl. Description of Item Rates in figures and words at which


No. recovery shall be made from the Contractor

Excess beyond Less use beyond


permissible permissible variation
variation
1 Ordinary Portland cement -43 grade - Rs.6,188 / - MT
2 Portland Pozzolana Cement- 43 grade - Rs.6,188/ - MT
3 Steel reinforcement bars (TMT-Fe-500& - Rs.56,100 / - MT
Fe500d) From primary producers
4 Structural Steel - Rs. 58,355 / - MT
22

TABLE - I

(a) FIELD TESTING INSTRUMENTS

1. Steel tapes – 3m
2. Vernier calipers
3. Micrometer screw 25 mm gauge
4. A good quality plumb bob
5. Spirit level, minimum 30 cms long with 3 bubbles for horizontal vertical.
6. Wire gauge (circular type) disc
7. Foot rule
8. Long nylon thread
9. Dynamic penetrometer
10. Magnifying glass
11. Screw driver 30 cms long
12. Ball pin hammer, 100 gms
13. Plastic bags for taking samples
14. Moisture meter for timber

Note: The above list is only indicative and not exhaustive. The contractor may be
required to provide more equipments as per requirement of work and as per the direction
of the Engineer-in-charge.
23
SPECIAL CONDITIONS

1. The contractor shall execute the whole work in the most substantial and workman
like manner in strict accordance with the specifications, approved design, drawings,
particular specifications, special conditions, additional conditions and instructions of
the Engineer-in-Charge.
2. Before tendering, the contractor shall inspect the site of work and shall fully acquaint
himself about the conditions prevailing at site, availability of materials, availability of
land and suitable location for construction of godowns, stores and camp, transport
facilities, the extent of leads and lifts involved in execution of work.
3. The contractor shall at his own expense and risk arrange land for accommodation of
labour, setting up of office, storage of materials, erection of temporary workshops,
construction of approach roads to the site of work, including land required for
carrying out of all jobs connected with the completion of the work. However, the
departmental land to the extent available may be allowed to be used for these
purposes free of rent without accepting any responsibility for the delay, if any, on
this account. The contractor shall have to abide by the regulations of the authorities
concerned and the directions of the Engineer-in-Charge for use of land available at
the site of work. If it becomes necessary during construction to remove or shift the
stored materials, shed, workshop, access roads, etc, to facilitate execution of the
work included in this agreement or any other work by any other agency, the
contractor shall remove or shift these facilities as directed by the Engineer-in-
Charge and no claim whatsoever shall be entertained on this account.
It shall be deemed that the contractor has satisfied himself as to the nature and
location of the work, transport facilities, availability of land for setting up of camp,
etc. The department will bear no responsibility for lack of such knowledge and the
consequences thereof.
4. The contractor shall have to make approaches to the site, if so required and keep
them in good condition for transportation of labour and materials as well as
inspection of works by the Engineer-in-Charge. Nothing extra shall be paid on this
account.

5. The contractor shall carry out true and proper setting out of the work in co-ordination
with the Engineer-in-Charge or his authorized representatives and shall be
responsible for the correctness of the positions, levels, dimensions and alignments
of all parts of the structure. If at any time during the progress of the work any error
appears or arises in the position, level, dimensions or alignment of any part of the
work, the contractor on being asked to do so by the Engineer-in-Charge, shall rectify
such error to the entire satisfaction of Engineer-in-charge. The checking by the
Engineer-in-Charge or his authorized representatives shall not relieve the contractor
of his responsibility for the correctness of any setting out of any line or level. The
contractor shall carefully protect and preserve all bench marks, pegs and pillars
provided for setting out of works.

6. All setting out activities concerning establishment of bench marks, theodolite


stations, centre line pillars, etc. including all material, tools, plants, equipments,
theodolite and all other instruments, labour, etc. required for performing all the
functions necessary and ancillary thereto at the commencement of the work, during
24
the progress of the work and till the completion of the work shall be carried out by
the contractor and nothing extra shall be paid on this account.

7. The contractor shall at his own cost submit samples of all materials sufficiently in
advance and obtain approval of Engineer-in-Charge. The materials to be used in
actual execution of the work shall strictly conform to the quality of samples approved
by the Engineer-in-Charge and nothing extra shall be paid on this account. The
acceptance of any sample or material on inspection shall not be a bar to its
subsequent rejection, if found defective.

8. The contractor shall at his cost, make all arrangements and shall provide necessary
facilities as the Engineer-in-Charge may require for collecting, preparing, packing,
forwarding and transportation of the required number of samples for tests and for
analysis at such time and to such places as directed by the Engineer-in-Charge.
Nothing extra shall be paid for the above operations including the cost of materials
required for tests and analysis. Testing charges, if any, will be borne by the
department if the test passes (except for Steel). In case it fails, the same shall be
borne by the contractor.

9. The necessary tests shall be conducted in the laboratory approved by the Engineer-
in-Charge. The samples for carrying out all or any of the tests shall be collected by
the Engineer-in-charge or on his behalf by any other officer of CPWD. The
contractor or his authorized representative shall associate himself in collection,
preparation, packing and forwarding of such samples for the prescribed tests and
analysis. In case the contractor or his authorized representative is not present or
does not associate himself in the aforesaid operation the results of such tests and
consequences thereon shall be binding on the contractor.

10. Materials used on work without prior inspection and testing (where testing is
necessary) and without approval of the Engineer-in-Charge are liable to be
considered unauthorized, defective and not acceptable. The Engineer-in-Charge
shall have full powers to require the removal of any or all of the materials brought to
site by contractor which are not in accordance with the contract specifications or do
not conform, in character or quality to the samples approved by the Engineer-in-
Charge. In case of default on the part of the contractor in removing rejected
materials, the Engineer-in-Charge shall be at liberty to have them removed at the
risk and cost of the contractor.

11. The contractor shall make his own arrangement of water required for execution of
work and get the water tested at his own cost with regard to its suitability for use in
the works and get written approval from the Engineer-in-Charge before he proceeds
with the use of same for execution of work.

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

13. Any damage done by the contractor to any existing works or work being executed by
other agencies shall be made good by him at his own cost.
14. The work shall be carried out in the manner complying in all respects with the
requirement of relevant rules and regulations of the local bodies under the
25
jurisdiction of which the work is to be executed and nothing extra shall be paid on
this account.
15. For completing the work in time, the contractor may have to work in two or more
shifts and no claims whatsoever shall be entertained on this account, not with
standing the fact that the contractor will have to pay to the labourers and other staff
engaged directly or indirectly on the work according to the provisions of the labour
regulations and the agreement entered upon and/or extra amount for any other
reasons.
16. The contractor will have to make his own arrangement for obtaining electricity
connection from the State Electricity Board and make necessary payment directly to
the department concerned and/or install generators at the site of work, if required
and nothing extra whatsoever will be payable on this account.
17. The drawings for the work issued by the Engineer-in-Charge during execution of
work shall at all times be properly correlated before executing any work and no
claim whatsoever shall be entertained for discrepancies in the drawings.
18. The contractor shall maintain in good condition all work executed till the completion
of entire work entrusted to the contractor under this contract.
19. No payment shall be made to the contractor for damage caused by rain, whatsoever
during the execution of works and any damage to the work on this account shall
have to be made good by the contractor at his own cost.

20. The rates for all items of work, unless clearly specified otherwise, shall include the
cost of all labour, materials, de-watering required, if any, and other inputs involved in
the execution of the items.
21. No claim whatsoever for idle labour, additional establishments, costs of hire and
labour charges for tools and plants etc, would be entertained under any
circumstances.

22. For the safety of all labour directly or indirectly employed in the work the contractors
shall, in addition to the provision of CPWD safety code and directions of the
Engineer-in-Charge, make all arrangements to provide facility as per the provision
of Indian Standard Specifications (Codes) listed below & nothing extra shall be paid
on this account.
1. IS 3696 Part I Safety Code for scaffolds and ladders.
2. IS 3696 Part II Safety Code for scaffolds and ladders Part II.
3. IS 764 Safety Code for excavation work.
4. IS 4138 Safety Code for working in compressed air.
5. IS 7293 Safety Code for working with construction machinery.
6. IS 7969 Safety Code for storage and handling of building materials.
7. IS 4130 Safety Code for demolition of buildings.

23. The contractor shall take all precautions to avoid all accidents by exhibiting
necessary caution boards and by providing red flags, red lights and barriers. The
contractor shall be responsible for any accident at the site of work and
consequences thereof.
26
24. Royalty if any payable and all other incidental expenditure shall have to be paid by
the contractor on all the boulders, metal shingle, earth, sand bajri, etc. collected by
him for the execution of the work, direct to the concerned Revenue Authority of the
State or Central Govt. and the amount paid shall not be reimbursed in any form
whatsoever.
25. Other agencies working at site will also simultaneously execute the works entrusted
to them and to facilitate their working, the contractor shall make necessary
provisions e.g. holes, openings, etc. for laying/burying pipes, cables, conduits,
clamps, hooks, etc. as may be required from time to time. The contractor shall
extend full co-operation to other agencies for smooth execution of works by other
agencies. The final finishing of the work is to be executed in co-ordination with other
agencies as directed by the Engineer-in-Charge.

26. On account of security considerations, there could be some restrictions on the


working hours, movement of vehicles for transportation of materials and location of
labour camp. The contractor shall be bound to follow all such restrictions and
adjust the programme for execution of work accordingly. Nothing extra shall be paid
on this account.

27. Stacking of materials and excavated earth 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.
28. In case of construction joints, the cost of applying cement slurry over the concrete
surface before fresh concrete is laid as per CPWD Specification 2009 is included in
the relevant items of the schedule of quantities and nothing extra shall be paid on
this account.
29. Unless otherwise specified in the schedule of quantities the rates for all items of
work shall be considered as inclusive of working in or under water and/or liquid mud
and/or foul conditions including pumping or bailing out liquid mud or water
accumulated in excavations during the progress of the work from springs, tidal or
river seepage, rain, broken water mains or drains and seepage from subsoil aquifer.

30. Water supply pipe lines shall not be embedded in floor. PVC pipe casing of next
bigger diameter shall be provided in full width of wall (including finishing) when GI
pipe line crosses the wall, to protect it from corrosion. The gap between the PVC
and GI pipes shall be sealed at the ends with polysulphide or other suitable sealent.
Nothing extra shall be paid on this account.
31. Stone slabs for risers and treads of staircases and steps, where specified, shall be
of single piece of required width and length. No joint shall be permitted. The holes
of required shape and size shall be drilled in the single piece stone slabs of treads
for fixing balustrades wherever necessary. Pattern of stone slabs for landings of
staircase shall be decided by the Engineer-in-Charge. Nothing extra is payable on
this account.
32. Stone slabs used for treads of staircase shall be provided with three machine cut
grooves of size 3mm wide x 2mm deep, 25 mm apart near the nosing of the steps.
Nothing extra is payable on this account.
33. To protect the flooring and steps of staircases during construction and until the
completion of the work, finished/semi-finished surface of flooring shall be covered
27
with a thick layer of plaster of Paris and this layer shall be maintained in good
condition till its removal. The removal of the layer of plaster of Paris and cleaning the
surface shall be done as and when decided by the Engineer-in-Charge. After the
removal of plaster of Paris and cleaning of the surface, damage, if any, shall have to
be made good by the contractor. No extra payment shall be made for protection with
plaster of Paris, removal of plaster of Paris, cleaning and making good the
damages.
34. The steel work in railing includes fish tailing of the section to be embedded in
concrete and fixing the same.
35. In RCC work, to avoid displacement of reinforcement bars in any direction and to
ensure proper cover, only factory made round / square type cover blocks should be
used.
36. Nothing extra will be paid for centering, shuttering, reinforcement and RCC work for
sloped slabs and beams, unless otherwise specified in the item. Extra for
additional height in centering beyond 3.5 mtr at all levels can be paid only for
suspended floors, roofs, landing, beams and balconies (Plan area to be
measured).

37. Steel bars shall be stored about 30 to 45 cms above ground and where the storage
is for more than 3 months, a coat of cement wash shall be given to the bars. Nothing
extra shall be paid towards cost of application of cement wash.
38. Some restrictions may be imposed by the State Government on quarrying of sand,
stones etc, from certain areas. For timely completion of work the contractor shall
have to bring such materials from other quarries located elsewhere.
39. The contractor shall give five years guarantee in the prescribed proforma for water
proofing items specified in the schedule of quantities. The five years to be reckoned
from the date after the maintenance period prescribed in the contract. In addition to
this 10% of the executed cost of items shall be retained either in fixed deposit or in
the form of bank guarantee, which shall be released as per existing Rules and as
per the provision of CPWD Works Manual 2020 with amendment /modifications upto
last date of submission of tender, if no defects are found in water proofing or the
defects are made good. This amount shall be adjusted against the expenses
incurred on making good the defects if the contractor commits breach of guarantee.

40. In case of any difference in the Hindi version and English version in any of the
condition of contract, English version shall prevail.

41. It is the responsibility of the contractor to obtain necessary no objection certificate,


wherever required for approval of drawings, water supply, sanitary connection,
electricity connection, completion certificate, occupation certificate, clearance from
fire department etc. from Central Govt./ State Govt./ Development Authority /
Municipal Corporation / Zilla Parishad / Local Bodies/ Village Panchayat or any
other organization as applicable.

Nothing extra shall be paid to the contractor for obtaining such sanctions / approval
/ clearance from the above bodies. However, necessary requisition and letters
required in this regard shall be given by the Department. The required fees and
28
other statutory deposits as may be prescribed by the above bodies shall be borne
by the Department.
42. To facilitate gas connection, holes (if required by the Engineer-in-Charge)
including suitable rubber gasket shall be provided in the kitchen platform of RCC
slab/granite/other stone slab etc,. Nothing extra will be paid on the account and
rates quoted for relevant items are inclusive of making such provision.
43. Concrete mixers to be used on the work shall have arrangement for weighing
water and controlling water cement ratio.
44. If the actual weight of reinforcement and structural steel to be used in the work
differs from standard tables the following procedure shall be followed for arriving at
the quantity for payment.
(a) If the actual weight is more than standard weight only standard weight shall be
considered for payment.
(b) If the actual weight is less than standard weight but within the permissible
variation, only actual weight shall be considered for payment.

45. The contractor shall arrange to keep the premises neat and clean.
The rubbish/malba and unserviceable materials shall be removed on day to day
basis.
46. Unless otherwise specified, nothing extra, whatsoever shall be paid for executing
the work as per the above SPECIAL CONDITIONS from serial number 1 to 46.
29
SPECIAL CONDITIONS FOR CEMENT AND STEEL BROUGHT BY THE
CONTRACTOR.

1.0 CEMENT
1.1 The contractor shall procure 43 grade Oridnary Portland conforming to IS: 8112/
Portland Pozzolona cement conforming to IS:1489 (Part I) as required in the work, from
reputed manufacturers of cement such as ACC, Ultratech, Vikram, Shree Cement,
Ambuja, Jaypee Cement, Century Cement and J K Cement or from any other
reputed cement manufacturer having a production capacity not less than one
million tonnes per annum as approved by Chief Engineer/ Chief Project Manager
for that Zone. The tenderers may also submit a list of names of cement manufacturers
which they propose to use in the work. The tender accepting authority reserves right to
accept or reject name(s) of cement manufacturer(s) which the tenderer proposes to use in
the work. No change in the tendered rates will be accepted if the tender accepting
authority does not accept the list of cement manufacturers, given by the tenderer, fully or
partially. Supply of cement shall be taken in 50kg 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. Every fresh cement batch should be brought to site at least 30 days
before they are to be used / consumed in the work (Modified as per DG/ MAN/378
Dated:12.10.2018).

1.2 The cement shall be brought at site in bulk supply of approximately 50 tonnes or as
decided by the Engineer-in-Charge.

1.3 The cement godown of the capacity to store a minimum of 2 months requirement
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 cement godown. The
keys of one lock shall remain with Engineer-in-Charge or his authorized
representative and keys of the other lock shall remain with the contractor. The
contractor shall be responsible for the watch and ward and safety of the cement
godown. The contractor shall facilitate the inspection of the cement godown by the
Engineer-in-Charge or his authorized representatives.

1.4 The cement shall be got tested by the Engineer-in-Charge and shall be used on the
work only after satisfactory test results have been received. The contractor shall
supply free of charge the cement required for testing including its transportation cost
to testing laboratories. The frequency and details of the tests shall be decided by the
Engineer-in-Charge depending on the quantum of supply in each batch. 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 the
relevant BIS codes.
(b) By the Department, if the results show that the cement conforms to relevant BIS
codes.
1.5 The actual consumption of cement on work shall be regulated and proper accounts be
maintained by the contractor. The theoretical consumption of cement shall be worked
out as per procedure prescribed in clause 42 of the contract and shall be governed by
30
the conditions laid therein. In case the cement consumption is less than theoretical
consumption including permissible variation, recovery at rate so prescribed shall be
made. In case of excess consumption no adjustment shall be made.
1.6 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.
1.7 Damaged cement shall be removed from the site immediately by the contractor on
receipt of a notice in writing from the Engineer-in-charge. If he does not do so within
3 days of receipt of such notice, the Engineer-in-charge shall get it removed at the
cost of the contractor.
1.8 The cement bags shall be stacked on proper floors consisting of two layers of dry
bricks laid on well consolidated earth at a level of at least one foot above ground. The
stacks shall be in rows of 2 and 10 bags high with minimum of 0.6m clear. Bags
should be placed horizontally continuous in each line. Actual size / shape of go down
shall be as per site requirement and nothing extra shall be paid on this account. The
decision of Engineer-in-charge regarding capacity shall be final.
1.9 Cement register for the cement shall be maintained at site. The account of daily
receipts and issues of cement shall be maintained in the register in the proforma
prescribed and signed daily by contractor or his authorized agent.
2.0 STEEL
SPECIAL CONDITION FOR STEEL REINFORCEMENT BARS.
. (As Per OM No. DG/MAN/366 Dated 14.03.2018)
The CPWD/Contractor shall/procure IS marked TMT bars of various grades from
(1) The Steel Manufacturers such as SAIL, TATA steel Ltd., RINL, Jindal Steel &
Power Ltd., and JSW steel Ltd. or their authorized dealers having valid BIS license
for IS:1786-2008 (Amendment-1 November 2012)
(2) [a] The steel manufacturers or other authorized dealers (as per following selection
criteria) having valid BIS license for IS:1786-2008 (Amendment-1 November 2012)
The procured steel should have following qualities:-
(i) Excellent ductility, bend ability and elongation of finished product due to
possible refining technology.
(ii) Consumption of steel should be accurate as per design.
(iii) Steel should have no brittleness problem in finished product.
(iv) Steel should carry the quality of corrosion and earthquake resistance.
(v) Quality steel with achievement of proper level of sulphur and phosphorus as
per IS:1786-2008
[b] Selection criteria of steel manufacturers
(I) The supply of reinforcement steel for all CPWD works should have following selection
criteria of steel manufacturers.
Steel producers of any capacity using iron ore / processed iron ore as the basic raw
material adopting advanced refining technologies as given under,
(i) DRI-EAF = Direct Reduced iron – Electric arc furnace.
or
(ii) BF-BOF = Blast furnace – Basic oxygen furnace
or
(iii) COREX-BOF= COREX-Basic oxygen furnace
31
For production of liquid steel to finish product at single/multiple locations with NABL or any
other similarly place accrediting Government Body which operates in accordance with
ISO/IEC 17011 and accredits labs as per ISO/IEC 17025 conforming to IS:1786-2008
(Amendment – 1 November 2012).
The check list for incorporation of any quality steel producer is enclosed for technical
assessment is given in Annexure-1.
Chief Engineer CSQ (Civil) unit, Directorate of CPWD shall approve the steel
manufacturers.
(II) The contractor shall have to obtain and furnish test certificates to the Engineer-in-
charge in respect of all supplies of steel brought by him to the site of work.
(III) 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, the same shall
stand rejected, and it shall be removed from the site of work by the contractor at his
cost within a week time or written orders from the Engineer-in-charge to do so.
(IV) 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.
(V) The steel reinforcement bars shall be stored by the contractor at site of work in such a
way as to prevent distortion and corrosion, and nothing extra shall be paid on this
account. Bars of different sizes and lengths shall be stored separately to facilitate easy
counting and checking.
(VI) For checking nominal mass, tensile strength, bend test, re-bend test, etc., specimen 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 For consignment above


100 tonnes 100 tonnes
Under 10mm dia One sample for each One sample for each
bars 25 tonnes or part thereof 40 tonnes or part thereof
10 mm to 16mm One sample for each One sample for each
dia bars 35 tonnes or part thereof 45 tonnes or part thereof
Over 16 mm dia One sample for each One sample for each
bars 45 tonnes or part thereof 50 tonnes or part thereof

(VII) 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
(VIII) The actual issue and consumption of steel on work shall be regulated and proper
accounts maintained as provided in Clause 10 of the contract. The theoretical
consumption of steel shall be worked out as per procedure prescribed in clause 42 of
the contract and shall be governed by conditions laid therein. In case the consumption
is less than theoretical consumption including permissible variations, recovery at the
rate so prescribed shall be made. In case of excess consumption, no adjustment
needs to be made.
(IX) The steel brought to site and steel remaining unused shall not be removed from site
without the written permission of the Engineer-in-Charge. (As Per OM No.
DG/MAN/366 Dated 14.03.2018)
Annexure-I
32
Special Condition for Steel
[Reference Para 27.2]
S.No. Item Checkpoint Remarks
1 Steel producer having a. Factory address and Registration No.
manufacturing facilities at b. Certificate of manufacturing process
Plant c. Refining process of steel producer
c.1 BF-BOF route
c.2 Corex - BOF route
c.3 DRI- EAF route
With documentary evidence either for BOF or EAF
d. Steel plant having infrastructure for producing sponge
iron, billete and TMT Rebars.
e. Production and Quality Flow Chart.
f. Plant Evaluation and process Verification
g. List of Plant and Machinery
2 Established Document verification for:
a. Govt. /PSU Approvals.
b. Supply orders of TMT Re-bars in Govt. projects
(Minimum 5 years)
c. Verification of direct supply orders to any
State/Central Govt. Department
d. User Certificate issued by any Govt. Department
directly.
3 Indigenous Document evidence like:
a. Certificate of incorporation.
b. Memorandum of Articles of Association
c. Credit rating of the company from CARE/CRISIL/ICRA
should not be C/D grade (Minimum last 3 years)
4 Reliable a. Test results from Govt./NABL accredited laboratories
b. In-house testing facility for physical/Chemical tests
(NABL accredited).
c. Calibration Certificates.
d. List of Lab Equipments.
e. 1. Spectrometer
e. 2. Computerized-UTM
5 Use of Iron- Verification of Iron-Ore/Process iron ore invoices.
Ore/Processes iron are
as basic raw materials
6 In-house rolling facility Plant verification to identify in-house rolling facilities,
production of liquid steel and crude steel
7 Licenses & Certificates a. ISO 9001:2008 Certification.
b. ISO 14001:2004 Certification.
c. OHSAS 18001:2007 Certification
d. IS 1786:2008 (TMT Re-bars)
e. IS2830:1992 (Billets)
8 Product Range TMT Re-bars FE 415/415D/500/500D500//550D
CRS (Corrosion Resistant) & EQR (Earthquake
Resistant)
TMT Re-Bars
Size 8 to 36 mm dia
Note:
DRI-EAF->Direct Reduce Iron - Electric ARC Furnace
BF-BOF->Blast Furnace –Basic Oxygen Furnace
COREX-BOF->COREX Furnace-Basic Oxygen Furnace
33
LIST OF APPROVED MAKE OF MATERIALS (FOR CIVIL WORK)

Sl No Materials Approved Make


1 CONCRETE WORK
1.1 WHITE CEMENT J.K. WHITE, BIRLA WHITE
1.2 CHEMICAL ADMIXTURES FOSROC, SIKA, BASF, PIDILITE, CHOKSEY
CHEMICALS
1.3 EXPANSION JOINT BOARD SUPREME INDUSTRIES, SIL FILL OR
EQUIVALENT
1.4 DAMP PROOF MATERIAL ARDEX ENDURA, IMPERMO, DURASEAL,
ACCO-PROOF,
1.5 NON METALIC SURFACE ARDEX ENDURA, FOSROC, SIKA, PIDLITE
HARDNER
1.6 INJECTION GROUTING ARDEX ENDURA, FOSROC, SIKA, BASF,
CICCO
2 RCC WORKS
2.1 RMC / DMC ULTRATECH, LAFARGE, ACC, RMC INDIA
2.2 BITUMEN INDIAN OIL, HINDUSTAN PETROLEUM,
MANGALORE REFINERIES
3 STEEL WORK / TMT BARS IS MARKED TMT BARS OF VARIOUS GRADES
FROM TATA, SAIL, RINL, JSW, JSPL OR THEIR
AUTHORIZED DEALERS:
3.1 STRUCTURAL STEEL IS MARKED TMT BARS OF VARIOUS GRADES
FROM TATA, SAIL, RINL, JSW, JSPL OR THEIR
AUTHORIZED DEALERS
4 BRICK WORKS
4.1 AAC BLOCKS XTRALITE FROM ULTRATECH, AEROCON
FROM HIL, SIPOREX INDIA LIMITED,

4.2 POLYMER MODIFIED BLOCK ARDEX ENDURA, FOSROC, SIKA, BASF,


ADHESIVE ULTRATECH, BOSTIK
5.1 CC BLOCK SIPOREX, SUNVIK

5.2 FRP DOOR FRAME POLYLINE, DUROPLAST, CACTUS, MEENA

5.3 FRP DOOR SHUTTERS POLYLINE, DUROPLAST, CACTUS, MEENA

5.3 WOODEN FLUSH DOORS KITPLY, CENTURY, GREENPLY, ARCHID PLY,


KUTTY
5.4 WATER PROOF PLY DURO, KITPLY, CENTURY, ARCHID PLY,
GREENPLY
5.5 COMMERCIAL PLY DURO, KITPLY, CENTURY, ARCHID PLY,
GREENPLY
5.6 LAMINATE FORMICA, DECOLAM, MERINO, ROYAL
TOUCH, GREENLAM, CENTURY
34

5.7 HIGH PRESSURE MERINO, GREENLAM, DECOLAM, CENTURY,


LAMINATES ROYAL TOUCHE
5.8 PRELAMINATED PARTICLE NOVOPAN, KITLAM, ARCHID PLY, CENTURY
BOARD
5.9 NATURAL WOOD VENEER ARCHID, ANCHOR, DURAIN, KITPLY,
NATIONAL ACTION TESA
5.10 POLYSTER POWDER NEROLAC, BERGER, AKZONOBEL
COATED SHADES
6.0 GYPSUM BOARD SAINT GOBAIN, LAFARGE, BORAL BOARD,
ARMSTRONG
6.1 FALSE CEILING CALCIUM ARMSTRONG, AEROLITE
SILICATE
6.2 FALSE CEILING MINERAL SAINT GOBAIN, ARMSTRONG
FIBRE
6.3 SOUND SCAPES ARMSTRONG, SAINT GOBAIN, ANUTONE
6.4 MELAMINE POLISH ASIAN PAINTS, MALAMYNE GOLD WUDFIN OF
PIDILITE INDUSTRIES TIMBERTONE OF ICI
DULUX
6.5 DOOR HARDWARE DORMA, HAFELE, KICH, OZONE, DORSET,
BACKERS FS
6.6 HYDRAULIC DOOR DORMA, KICH, GODREJ, HARDWYN, DORSET
CLOSERS / FLOOR
6.7 SPRINGS
LOCKS / LATCHES GODREJ, HARRISON, LINK, DORSET
6.8 FIRE CHECK DOOR MPP SCHODDERS, SHAKTI, NAVAIR,
KENWOOD
6.9 SMOKE SEAL STRIP IMPROTED PROMAT / ASTRO FLAME
6.10 FIRE RATED HARDWARE DORMA, INGERSOL RAND, GEZE, DORSET
BACKERS FS
6.11 STAINLESS STEEL SCREWS KUNDAN/PUJA/ATUL
FOR FABRICATION AND
FIXING OF WINDOWS.
6.12 BUTT HINGES HAFFLE , DORMA, DORSET
6.13 PIANO HINGES JOLLY, GARG, AMIT,JYOTI
6.14 NUTS BOLTS/ SCREWS KUNDAN, PUJA, ATUL, IT, BOLT MASTER
6.15 Acoustic Insulation U.P. TWIGA LTD, LLOYD INSULATION, SAINT
GOBAIN,
6.16 Glass/ reflective Glass MODI FLOAT, SAINT GOBAIN, ASAHI,
GLAVERBEL
6.17 UPVC WINDOWS FENESTA, REHAU, MADHU INDUSTRIES
ENCRAFT POLY WOOD, WINTECH

6.18 SOURCE FOR TEMPERING FUSO, SAINT GOBAIN, GURIND, IMPACT


REFL.GLASS / CLEAR SAFETY
6.19 FIRE RATED GLASS PYOSWISS OF SAINT GOBAIN, PYRAN OF
SCHOTT, PILKINGTON
7 FLOORING
35

7.1 VITRIFIED TILES KAJARIA, JOHNSON, DECOLITE, SOMANY,


RAK CERAMICS, NITCO, ORIENT BELL

7.2 GLAZED CERAMIC TILES JOHNSON, SOMANY, KAJARIA, NITCO,


ORIENT BELL
7.3 FALSE FLOOR HEWETSON, UNIFLOOR, UNITILE, KEBAO,
PINNACLE
7.4 ENGINEERED WOOD ARMSTRONG, WERNEL, PERGO
FLOORING
7.5 CEMENT CONCRETE NITCO, NTC, HINDUSTAN, PODDAR
PARKING TILES EUROCON, DAZZLE ULTRA.
NITCO - (ROCKARD), BHARAT- (NILSAN) REGENCY

7.6 CLAY TILES ON ROOF KENJAI, JOHNSON, COMMON WEALTH TRUST


(IND) LTD
7.7 TILE ADHESIVE ARDEX ENDURA, CICO, PIDILITE, PERROUS,
FOSROC, SIKA,
7.8 CHEQUERED TERRAZO NITCO, BHARAT, PODDAR
TILES
7.9 SYNTHETIC CARPET TILES TOLI, HOLLITEX, STANDARD CARPETS
7.10 RUBBERISED FLOORING ECO-FLEX, ARMSTRONG,
7.11 STONE POLYMER WELSPUN, ORIENTBELL
7.12 COMPOSITE
CLAY TILES TILES WEINER BERGER, IBSTOCK, CALSTAR,
SIMPSON STRONG
8 FINISHING
8.1 PAINT/PRIMER/OIL BOUND ASIAN PAINTS, ICI DULUX, NEROLAC,
DISTEMPER ACRYLIC BERGER
8.2 PAINT
WATER PROOF CEMENT SNOWCEM INDIA LTD, ASIAN PAINTS, ICI
PAINT DULUX
8.3 SYNTHETIC ENAMEL PAINT BERGER, NEROLAC, ASIAN, ICI DULUX

8.4 ACRYLIC TEXTURED ASIAN PAINTS, SPECTRUM PAINTS,


PLASTER HERITAGE.
8.5 FIRE RETARDANT PAINT JOTUN, HILTI, AKZONOBEL
8.6 MIRROR GLASS MODI GUARD, SAINT GOBAIN, ASAHI, ATUL,
GOLDENFISH
8.7 ANTI CORROSIVE ASIAN / BERGER / SHALIMAR
BITUMASTIC PAINT
8.8 EPOXY PAINT ARDEX ENDURA ,BERGER PAINTS, ASIAN
PAINTS, MRF
8.9 EPOXY COATING ARDEX ENDURA , BASF , FORSOC ,
LATICRETE,
8.10 STRUCTURAL SILICON/ DOW CORNING / WACKER / GE
WEATHER SILICON
36

9 ALUMINIUM WORK
9.1 ALUMINIUM SYSTEMS / HARDIMA,EVERITE,SIGMA (ISI MARKED)
ANODIZED ALUMINUM JYOTHI
9.2 STAINLESS STEEL
FITTINGS FOR DOORS / DORSET, GODREJ, DORMA
FITTINGS
WINDOWS
9.3 ALUMINIUM/ SECTIONS
WINDOWS JINDAL, HINDALCO, INDALCO
9.4 FRICTION STAY HINGES EARL-BIHARI
9.5 E.P.D.M. GASKETS ANAND / ROOP / BOHRA / HANU / AMEE
RUBBER
10 WATER PROOFING
10.1 WATER PROOFING ARDEX ENDURA ,BOSTIK, ACCOPROOF,
COMPOUND FOSROC, PIDILITE,
10.2 MEMBRANE ARDEX ENDURA, BASF, STP LIMITED, TEXSA,
WATERPROOFING SYSTEM WR GRACE, PIDILITE, HYDRO TECH LTD.,
10.3 POLYMER BASED ARDEX
BOSTIK,ENDURA
Fosroc , BASF, MC-BAUCHEMIE,
CONTENTIOUS WATER SIKA, SUNANDA SPECIALTY COATINGS,
PROOF COATINGS PERMA CONSTRUCTION AID PVT. LTD.
10.4 WATER STOPS ARDEX ENDURA
FORSOLOC, ,HYDROTITE, BASF,
PIDILITE
HYDROSWELL
10.5 WATER BAR ARDEX ENDURA, PIDILITE, BOSTIK, FOSROC

11 PVC PERFORATED PIPES REX POLYEXTRUSION LTD, AKASH


ENTERPRISES, ZENPLAS PIPES PVT. LTD
11.1 MS PIPES TATA, JINDAL
12 MISCELLANEOUS
12.1 POLYSULPHIDE SEALANT PIDILITE, CHEMETALL-RAJ, FOSROC,
CHOKSEY CHEMICALS,TUFF SEAL
12.2 BITUMEN IMPREGNATED SHALITEX OR EQUIVALENT
BOARD
12.3 POLYETHYLENE BACKER SUPREME IND. LTD. OR EQUIVALENT
ROD
FALSE CEILING MEMBERS ARMSTRONG, GYP. STEEL OF INDIA GYPSUM
12.4 (PERIMETER, CEILING LTD (SAINT GOBAIN)
SECTION, INTERMEDIATES,
12.5 ANGLES
WELDINGETC.)
ROD ADVANI, ESAB
12.6 METAL DECK SHEET TATA, SAIL
12.7 SHEAR STUD / CONNECTOR KOCO OR EQUIVALENT
12.8 CLAMP. REBAR, CHEMICAL HILTI, FISCHER, WURTH, AXEL
FASTENER
12.9 ANCHOR FASTENERS / HILTI, FISHER, CANON, BOSCH, AXEL
12.10 BOLTS
MASKING TAPES 3M, SUN CONTROL, WONDER POLYMER
12.11 DASH FASTENERS HILTI, FISHER, CANON, BOSCH, AXEL
12.12 STAINLESS STEEL BOLTS, KUNDAN / PUJA / ATUL , HILTI
WASHERS AND NUTS
12.13 STAINLESS STEEL KUNDAN / PUJA / ATUL
PRESSURE PLATE SCREWS
37

12.14 STAINLESS STEEL HETICH , HAFFLE , SECURISTYLE , EARL


FRICTION STAY HINGES BIHARI, ROTO
12.15 GRC JALI TERRAFIRMA , ECOVISION & MAHESH GRC

12.16 STAINLESS STEEL SALEM , JINDAL , SAIL


DANPALON , ALCOX , POLYGAL , V.A.
12.17 POLYCARBONATE SHEET CORPORATION, ALFA, GE
12.18 PT Strands DP WIRES , TATA , USHA MARTIN
12.19 Adhesive ARDEX ENDURA ,DUNLOP, VAMORGANIC,
SIKA, FORSOLOC, PIDLITE

12.20 GROUTS ARDEX ENDURA ,BALENDURA, LATICRETE,


KERAKOLL, WEBER,
12.21 SOLAR STUDS / MEDIAN 3M, Avery DENNISION, NIKKALITE
MARKERS
12.22 POLYCARBONATE CONVEX UNIQUE SAFETY SOLUTIONS
MIRRORS, RUBBERISED
12.23 AIR
ROADTRANSFER
HUMP GRILLS COOL GRILLS PUNE, SYSTEMAIR INDIA

13 PUBLIC HEALTH ENGG.

13.1 VITREOUS WC / WASH PARRYWARE, HINDWARE, CERA, JAQUAR


BASIN
13.2 GULLYTRAPS PERFECT, PARRY

13.3 STAINLESS STEEL SINKS NILKANTH, AMC, COBRA, NIRALI, DIAMOND

13.4 C. P. BRASS FITTINGS JAQUAR, PARKO, MARC, HINDWARE,


PARRYWARE,KINGSTON
13.5 GI PIPES TATA, JINDAL, HISSAR

13.6 GI PIPE FITTINGS ZOLOTO, UNIK, HB, ICS

13.7 RCC PIPES LAKSHMI SOOD & SOOD, JAIN & CO.,

13.8 SPUN CAST IRON COVERS NECO, SKF/ BENGAL IRON CORPORATION
& GRATINGS

13.9 SPUN CAST IRON PIPES NECO, SKF/ BENGAL IRON CORPORATION

13.10 SPUN CAST IRON FITTINGS NECO, SKF/ BENGAL IRON ORPORATION

13.11 SWR PVC PIPES AND SUPREME, FINOLEX, PRINCE.


FITTINGS
13.12 CPVC PIPE AND FITTINGS SUPREME, ASHRIVAD, FINOLEX, PRINCE,
FLOWGARD,
38

13.13 UPVC PIPES SUPREME, PRINCE, FINOLEX

13.14 WATER SUPPLY VALVES ZOLOTO, LEADER , ARCO

13.15 STAINLESS STEEL NIRALI OR HINDWARE , JOHNSON , FRANKI


KITCHEN SINKS DIAMOND, SILVER
13.16 CI MANHOLE COVER NECO
Shine , BIC

13.17 SFRC COVER AND KUTTY , KK , ADVENT , NEWTECH


GRATING
13.18 AIR RELEASE VALVES KIRLOSKAR, RBM, KARTAR

13.19 CI DOUBLE FLANGE KIRLOSKAR , RBM , KARTAR


SLUICE VALVE
13.20 PLASTIC ENCAPSULATED KK INDIA , KGM , ACCURATE BUILDCON
FOOT REST
13.21 GUN METAL VALVES ZOLTO , LEADER , SANT , ANDCO INDIA

13.22 CI DOUBLE FLANGED KIRLOSKAR , IVS , BURN , ZOLOTO , LEADER


SLUICE VALVES
13.23 CI DOUBLE FLANGED NON- KIRLOSKAR, FLUIDTEH, ZOLOTO
RETURN VALVES
13.24 THERMAL INSULATION PIDILITE, BASF
TREATMENT
13.25 GLASS MOSAIC TILES ITALIA, PALLADIO, BISAZZA

13.26 SANDWICH PU PANELLED LLOYD INSULATION (INDIA) LTD., ZINDAL


ROOFING SHEETS MECTEC PVT LTD.
13.27 SPRAY APPLIED READY BUILDON, ULTRATECH
MADE PLASTER
NOTE: Equivalent material and finishes of any other specialized firms may be used, in
case it is established that the brands specified above are not available in the market but
only after approval of the alternate brand by the Engineer-in-charge.
39
INTEGRITY AGREEMENT PACT TO BE SIGNED BY THE EXECUTIVE ENGINEER
BEFORE UPLOADING TENDER DOCUMENT

To

………………………….
………………………….
………………………….

Sub : NIT No. 61/EE/BCDI/e-Tendering/2021-22/B’LORE) for the work: Demolishion of


Old Observatory building and Determination of salvage value at M.C.(IMD),
Bangalore
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 from 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

* To be filled by EE,
Executive Engineer-I,
CPWD, Bangalore
40
INTEGRITY AGREEMENT PACT TO BE SIGNED AND BY THE BIDDER AT
THE TIME OF SUBMISSION OF BID DOCUMENT

To
Executive Engineer I,
CPWD, Bangalore.

Sub : Submission of Tender for the work: Demolishion of Old Observatory


building and Determination of salvage value at M.C.(IMD), Bangalore.

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 and 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 I 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)


41

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

INTEGRITY PACT

(Integrity Pact is applicable for all works of estimated cost put to tender equal to or more
than the threshold value given in Schedule-F)

This Integrity Pact is made at ....... on this ....... day of ...... 20 ....

BETWEEN

President of India represented by the Engineer-in-Charge (hereinafter referred to as the


Principal, which expression shall unless repugnant to the meaning or context hereof include
its successors and permitted assignees)
AND

(Name and address of the bidder)

(Hereinafter referred to as the Bidder/Contractor and which expression shall unless


repugnant to the meaning or context hereof include its successors and permitted
assignees)

Preamble

WHEREAS the Principal has floated the tender (NIT No. 61/EE/BCD-I/e-Tendering/
2021-22 /B’LORE / Bangalore (hereinafter referred to as the ….Tender)and intends to
award, under laid down organizational procedure, contract f or
(Name of work) Demolishion of Old Observatory building and Determination of
salvage value at M.C.(IMD), Bangalore.

hereinafter referred to as the Contract.

AND WHEREAS the Principal 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), 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.
42

In order to achieve these goals, the Principal will appoint Independent External Monitors
(IEMs) who will monitor the tender process and the execution of the contract for
compliance with the principles mentioned hereunder.

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


parties hereby agree as follows and this Integrity Pact witnesses as under:

Articles
Article 1: Commitment of the Principal
(1) The Principal commits itself to take all measures necessary to prevent corruption
and to observe the following principles:
(a) No employee of the Principal, personally or through any of his/her family
members, will in connection with the Tender, or the execution of the Contract,
demand, take a promise for or accept, for self or third person, any material or
immaterial benefit which the person is not legally entitled to.
(b) The Principal will, during the Tender process, treat all Bidder(s) with equity
and reason. The Principal 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 shall endeavour to exclude from the Tender process any
person, whose
conduct in the past has been of biased nature.
(2) If the Principal 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 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:
43

(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 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.
(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 participates 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.
(f) The Bidder(s) / Contractor(s) who have signed the Integrity Pact shall not
approach the courts while representing the matter to IEMs and shall wait
for their decision in the matter.

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, willful misrepresentation or omission of facts or
submission of fake/forged documents in order to induce public official to act in
44

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 (which shall include the act of obtaining so mething,
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 under law or the
contract or its established policies and laid down procedures, the Principal 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
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 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. Such
exclusion may be forever or for a limited period as decided by the Principal.
2. Forfeiture of Earnest Money Deposit/Performance Guarantee/Security Deposit: If the
Principal 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 apart from
exercising any legal rights that may have accrued to the Principal, 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 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 PC Act, or if the
Principal has substantive suspicion in this regard, the Principal 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 3 years with
45

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.
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 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 by any
of its Subcontractors/sub-vendors.
2. The Principal will enter into pacts on identical terms as this one with all
Bidders and Contractors.
3. The Principal will disqualify Bidders who do not submit the duly signed Integrity
Pact between the Principal and the Bidder along with the Tender or violate its
provisions at any stage of the Tender process.
Article 6- Duration of the Pact
This Integrity Pact begins when both the parties have legally signed it. It expires
for the Contractor 12 months after the completion of work under the contract or
expiry of defect liability period or last payment made under the contract, whichever
is later and for all other bidders, 6 months after the Contract has been awarded.
If any claim is made/lodged during this time, the same shall be binding and
continue to be valid despite the lapse of this Integrity Pact as specified above, unless
it is discharged/determined by the ADG/SDG. CPWD concerned.
Article 7- Other Provisions
1. This Integrity Pact is subject to Indian Law, place of performance and
jurisdiction is the Headquarters of the Division of the Principal, who has floated
the tender.
2. Changes and supplements as well as termination notice need to be made in
writing.
3. If the Contractor is a partnership or a consortium, this Integrity 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
Integrity Pact must be signed by a representative duly authorized by board
resolution.
4. Should one or several provisions of this Integrity 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.
46

5. Issues like Warranty/Guarantee etc. shall be outside the purview of IEMs.


6. It is agreed term and condition that any dispute or difference arising between
the parties with regard to the terms of this Integrity Pact, any action taken by
the Principal in accordance with this Integrity Pact or interpretation thereof shall
not be subject to arbitration.
7. In view of the nature of integrity pact, the Integ rity Pact is irrevocable and shall
remain valid even if the main tender/contract is terminated till the currency of
the integrity pact.
8. If any complaint regarding violation of IF is received directly by the Principal in
respect of the contract, the same shall be referred to the IEM for
comments/recommendations.

Article 8 —Independent External Monitor (IEM)


(1) The Principal appoints competent and credible Independent External Monitor
for this Pact after approval by Central Vigilance Commission (Names and
address of IEMs are as mentioned in Schedule-F). The task of the Monitor is to
review independently and objectively, whether and to what extent the parties
comply with the obligations under this agreement.
(2) The Monitor is not subject to instructions by the representatives of the parties
and performs his/her functions neutrally and independently. The Monitor would
have access to all contract documents, whenever required. It will be obligatory
for him/her to treat the information and documents of the Bidders / Con tractors
as confidential.
(3) The Bidder(s)/Contractor(s) accepts that the IEM has the right to access
without restriction to all project documentation of the Principal including that
provided by the Contractor, The Contractor will also grant the IEM, upon
his/her request and demonstration of a valid interest, unrestricted and
unconditional access to their project documentation. The same is applicable to
sub- contractors.
(4) The IEM is under contractual obligation to tre at the information and
documents of the Bidder{s}/Contractor(s)/ Sub-contractor(s) with
confidentiality. The IEM has also signed 'Non-Disclosure of Confidential
Information' and 'Absence of Conflict of Interest'. In case if any conflict of
interest arising at a later date, the IEM shall inform the Engineer -in-Charge
and recuse himself / herself from that case.
(5) As soon as the IEM notices, or believes to notice, a violation of this
agreement, he/she will so inform the Management of the Principal and request
the Management to discontinue or take corrective action, or to take other
relevant action. The 1EM can in this regard submit non - binding
recommendations. Beyond this, the IEM has no right to demand from the parties
that they act in a specific manner, refrain from action or tolerate action.
(6) The IEM will submit a written report to the SDG/ADG concerned within 8 to 10
weeks from the date of reference or intimation to him by the Principal and, should
the occasion arise, submit proposals for correcting problematic situations.
47

(7) If the IEM has reported to the ADG/SDG concerned, a substantiated suspicion of
an offence under relevant IPC/PC Act, and the ADG/SDG concerned has, within
a reasonable time. not taken visible action to proceed against such offence or
reported it to the Chief Vigilance Officer. the IEM may also transmit this information
directly to the Central Vigilance Commissioner.
(8) The Principal will provide to the IEM sufficient information about all meetings among
the parties related to the project provided such meetings could have impact on
contractual relations between the Principal and the contractor The parties will
offer to the IEM the option to participate in such meetings.
(9) The word IEM or monitor would include both singular and plural.

Article 9- 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 to 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)

………………………………….

(For and on behalf of Bidder/Contractor)

WITNESSES:

1
(signature, name and address)

(signature, name and address)

Place:
Dated:

Note: To be signed by the Bidder and the Engineer-in-Charge.


48

On non-judicial stamp paper of minimum Rs.100


(Guarantee offered by Bank to CPWD in connection with the execution of contracts) Form
of Bank Guarantee for Performance Guarantee / Security Deposit /
Mobilization Advance

i. Whereas the Executive Engineer ………………………. (name of division)


…………………, CPWD on behalf of the President of India (hereinafter called “The
Government”) has entered into an agreement bearing number ……………………….
with ……………………… (name and address of the contractor) ……….. (hereinafter
called “the Contractor”) for execution of work………………… (name of work)
……………………………… The Government has further agreed to accept an
irrevocable Bank Guarantee for Rs. …………. (Rupees ………………………………..
only) valid upto ……………….. (date) ………….. as Performance Guarantee /
Security Deposit / Mobilization Advance from the said Contractor for compliance
of his obligations in accordance with the terms and conditions of the agreement.

ii. We, ……………………. (indicate the name of the bank) ……………………. (herein
after referred to as “the Bank”), hereby undertake to pay to the Government an
amount not exceeding Rs. ………………… (Rupees ………………………. only) on
demand by the Government within 10 days of the demand.

iii. We, …………………. (indicate the name of the Bank) ………………….., do here by
undertake to pay the amount due and payable under this guarantee without any
demur, merely on a demand from the Government stating that the amount claimed
is required to meet the recoveries due or likely to be due from the said Contractor.
Any such demand made on the Bank shall be conclusive as regards the amount due
and payable by the Bank under this Guarantee. However, our liability under this
guarantee shall be restricted to an amount not exceeding Rs……………. (Rupees
………………….. only).

iv. We,…………………….. (indicate the name of the Bank) ………………….., further


undertake to pay the Government any money so demanded notwithstanding any
dispute or disputes raised by the contractor in any suit or proceeding pending before
any Court or Tribunal, our liability under this Bank Guarantee being absolute and
unequivocal. The payment so made by us under this Bank Guarantee shall be a
valid discharge of our liability for payment there under and the Contractor shall have
no claim against us for making such payment.

v. We, ……………. (indicate the name of the Bank) ……………………, further agree
that the Government shall have the fullest liberty without our consent and without
affecting in any manner our obligation here under to vary any of the terms and
conditions of the said agreement or to extend time of performance by the said
Contractor from time to time or to postpone for any time or from time to time any of
the powers exercisable by the Government against the said contractor and to forbear
or enforce any of the terms and conditions relating to the said agreement and we
shall not be relieved from our liability by reason of any such variation or extension
being granted to the said Contractor or for any forbearance, act of omission on the
part of the Government or any indulgence by the Government to the said Contractor
or by any such matter or thing whatsoever which under the law relating to sureties
would, but for this provision, have effect of so relieving us.
49

vi. We, …………………. (indicate the name of the Bank) ……………………..,


further agree that the Government at its option shall be entitled to enforce this
Guarantee against the Bank as a principal debtor at the first instance without
proceeding against the Contractor and notwithstanding any security or other
guarantee the Government may have in relation to the Contractor’s liabilities.

vii. This guarantee will not be discharged due to the change in the constitution of
the
Bank or the
Contractor.

viii. We, ………………………… (indicate the name of the Bank) ……………………,


undertake not to revoke this guarantee except with the consent of the
Government in writing.

ix. This Bank Guarantee shall be valid up to …………………… unless extended on


demand by the Government. Notwithstanding anything mentioned above, our
liability against this guarantee is restricted to Rs. ………………..
(Rupees
………………. only) and unless a claim in writing is lodged with us within the date
of expiry or extended date of expiry of this gurantee, all our liabilities under this
guarantee shall stand discharged.

Date …………………..

Witness :

1. Signature …………… Authorized


signatory
Name and address Name

Designation

Staff code No.

2. Signature ……………. Bank seal

Name and address

* Date to be worked out on the basis of validity period of 90 days where only financial
bids are invited and 180 days for two / three bid system from the date of submission of
tender.
** In paragraph 1, strike out the portion not applicable. Bank Guarantee will be made
either for earnest money or for performance guarantee / security deposit /
mobilization advance, as the case may be.
Page 50

Central Public Works Department


N.I.T. No.61/EE/BCD-I/e-Tendering/ 2021-22 /B’LORE
Name of Work: Demolishion of Old Observatory building and Determination of salvage value at M.C.(IMD),
Bangalore
SCHEDULE OF QUANTITIES
Name of the Contractor
Sl. No Rate
Description of work Quantity Unit including cost Amount
index @7.62%
SH:I
1 Dismantling and Demolishing
1.1 Demolishing cement concrete manually/ by mechanical means including disposal of material
within 50 metres lead as per direction of Engineer - in - charge.
1.1.1 Nominal concrete 1:3:6 or richer mix (i/c equivalent design mix) 23.00 cum 2160.04 49681
1.1.2 Nominal concrete 1:4:8 or leaner mix (i/c equivalent design mix) 48.00 cum 1334.06 64035
1.2 Demolishing R.C.C. work manually/ by mechanical means including stacking of steel bars and
disposal of unserviceable material within 50 metres lead as per direction of Engineer - in- charge.
28.00 cum 3151.22 88234
1.3 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.
1.3.1 In lime mortar with old mughal bricks 620.00 cum 1582.01 980846
1.3.2 In cement mortar 80.00 cum 1827.87 146230
1.4 Demolishing stone rubble masonry 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 :
1.4.1 In cement mortar 65.00 cum 2181.57 141802
Page 51

1.5 Dismantling doors, windows and clerestory windows (steel or wood) shutter including chowkhats,
architrave, holdfasts etc. complete and stacking within 50 metres lead :
1.5.1 Of area 3 sq. metres and below 52.00 each 325.77 16940
1.5.2 Of area beyond 3 sq. metres 5.00 each 446.14 2231
1.6 Dismantling wood work in frames, trusses, purlins and rafters up to 10 metres span and 5 metres
height including stacking the material within 50 metres lead :
1.6.1 Of sectional area 40 square centimetres and above 16.00 cum 3954.50 63272
1.7 Dismantling steel work in single sections including dismembering and stacking within 50
metres lead in:
1.7.1 R.S. Joists 80.00 kg 3.01 241
1.8 Dismantling steel work in built up sections in angles, tees, flats and channels including all gusset
plates, bolts, nuts, cutting rivets, welding etc. including dismembering and stacking within 50
metres lead. 1000.00 kg 5.00 5000
1.9 Dismantling steel work manually/ by mechanical means in built up sections without
dismembering and stacking within 50 metres lead as per direction of Engineer-in-charge.
140.00 kg 3.44 482
1.1 Dismantling cement asbestos or other hard board ceiling or partition walls including stacking of
serviceable materials and disposal of unserviceable materials within 50 metres lead.
100.00 sqm 50.04 5004
1.11 Dismantling C.I. or asbestos rain water pipe with fittings and clamps including stacking the
material within 50 metres lead :
1.11.1 100 mm dia pipe 100.00 metre 69.20 6920
2 Disposal of building rubbish/ malba/ similar unserviceable, dismantled or waste materials by
mechanical means, incuding loading, transporting, unloading to approved municipal dumping
ground or as approved by Engineer-in-charge beyond 30 km including all lifts involved. "Payment
for the item shall be based on pre measurement of the debris at site before transportation. The
rate includes all activities of removal of debris from the site including manual or mechanical
loading, unloading, all leads and lifts.
Required local body permissions if any for transportation and dumping is part of the rate.
Nothing extra shall be paid for any additional distances of dumping yard or for any other activities
needed for the disposal. The agency has to obey all local body and traffic rules required for
executing this item.Payment for this item shall be paid after complete disposal of the debris from
the site only. 850.00 Cum 477.32 405722
SH:I Total Rs 1976640
Name of work: Demolishion of Old Observatory building & Determination of Salvage value at M.C. (IMD), Bangalore.SH-II: Materials
available for appropriation .
SH:II
Taking away from site dismantled bricks / bricks bats on as is where is basis and crediting the
1 300 Cum 150 45000
cost of material to the Engineer-in-charge.
Taking away from site dismantled size stones on as is whereis basis and crediting the cost of
2 32 Cum 800 25600
material to the Engineer-in-charge.
Taking away from site dismantled doors (frames & shutters) on as is whereis basis and
3 21 Each 2000 42000
crediting the cost of material to the Engineer-in-charge.
Taking away from site dismantled Windows (frames & shutters) on as is whereis basis and
4 36 Each 1000 36000
crediting the cost of material to the Engineer-in-charge.
Page 52

Taking away from site dismantled Wooden rafters /purlins/beams on as is whereis basis and
5 16 Cum 26000 416000
crediting the cost of material to the Engineer-in-charge.
Taking away from site dismantled Cast iron members of Spiral staircase on as is whereis basis
6 1000 kg 30 30000
and crediting the cost of material to the Engineer-in-charge.
Taking away from site dismantled steel tubular frames on as is whereis basis and crediting the
7 200 kg 20 4000
cost of material to the Engineer-in-charge.
SH: II TotalRs 598600
SH:I Demolition work. 1976640
SH:II Materials available for appropriation. 598600
Estimated Cost Put to Tender 1378040
ABSTRACT
Sl.No. Name of component Estimated Percentage % in Figures Total Cost
cost above or
below the
estimated
cost
1 Civil Work 1378040 -
2 Grand Total 1378040 -

-100.00

You might also like