1NIT01Civil (1)

87
- 1 - Name of Work: Construction of 2 Nos. 120 Men Barrack (G+3) i/c W/S, S/I, drainage, internal electrical installation & Fans, fire alarm, fire fighting system for CTC, ITBP at Village - Nangal, Banjirka & Bera Pass, Tehsil – Ramgarh, Distt. Alwar (Raj.). INDEX SL. NO. DESCRIPTION PAGE NOS. 1. Index 1 2. Press Notice 2 3 Information and Instructions for Contractors 3 - 6 PART - A 4. CPWD-6 for e-Tendering 7 - 13 5. Form CPWD – 7 14 - 15 6. Schedule A, B, C, D, E, F (Civil Component) 16 – 23 7. Milestones of the contract 19 PART – B (CIVIL COMPONENT) 8. Additional Conditions 24 – 33 8 (A) Additional Conditions for Green Building Norms 34 – 47 9. Additional Specifications 48 – 50 10 – 10 (A) to 10 (D) Particular Specifications 51 – 72 11. List of Plant/Equipment. 73 – 74 12. Guarantee Bonds/Affidavit for work (Annexure I to V) 75 – 79 13. Acceptable Makes Of Materials 80 – 84 14. Quality Assurance Programme 85 - 87 15. Schedule of Quantity for Civil work 88 - 112 16. PART - C (ELECTRICAL WORK) 113 – 170 17. Drawings of Chattri 171-172 18. PART - D (Composite Estimated Cost (Civil + Electrical)) 173 The Tender contains Pages 1 to 173. Executive Jaipur Jaipur Central Division-II C.P.W.D., Jaipur

description

nitender

Transcript of 1NIT01Civil (1)

- 1 -

Name of Work: Construction of 2 Nos. 120 Men Barrack (G+3) i/c W/S, S/I, drainage,

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

INDEX SL. NO. DESCRIPTION PAGE NOS.

1. Index 1 2. Press Notice 2 3 Information and Instructions for Contractors 3 - 6 PART - A

4. CPWD-6 for e-Tendering 7 - 13 5. Form CPWD – 7 14 - 15 6. Schedule A, B, C, D, E, F (Civil Component) 16 – 23 7. Milestones of the contract 19 PART – B (CIVIL COMPONENT)

8. Additional Conditions 24 – 33 8 (A) Additional Conditions for Green Building Norms 34 – 47

9. Additional Specifications 48 – 50 10 – 10 (A) to

10 (D) Particular Specifications 51 – 72

11. List of Plant/Equipment. 73 – 74 12. Guarantee Bonds/Affidavit for work (Annexure I to V) 75 – 79 13. Acceptable Makes Of Materials 80 – 84

14. Quality Assurance Programme 85 - 87 15. Schedule of Quantity for Civil work 88 - 112 16. PART - C (ELECTRICAL WORK) 113 – 170 17. Drawings of Chattri 171-172 18. PART - D (Composite Estimated Cost (Civil + Electrical)) 173

The Tender contains Pages 1 to 173.

Executive Jaipur Jaipur Central Division-II

C.P.W.D., Jaipur

- 2 -

PRESS NOTICE CENTRAL PUBLIC WORKS DEPARTMENT

NOTICE INVITING E-TENDERS

The Executive Engineer, Jaipur Central Division-II, CPWD, Jaipur invites on behalf of the

President of India online percentage rate tenders from approved and eligible contractors in

composite category of CPWD for the work mentioned below:

NIT No. 01/2015-16/CE(NZ-III)/Jaipur, Name of Work Construction of 2 Nos. 120 Men

Barrack (G+3) i/c W/S, S/I, drainage, internal electrical installation & Fans, fire alarm, fire

fighting system for CTC, ITBP at Village - Nangal, Banjirka & Bera Pass, Tehsil – Ramgarh,

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

Rs. 80,70,250/-), Earnest Money Rs. 18,61,245/, Period of completion 18 months, Last date and

time of submission of bid 28.08.2015 upto 03.00 PM The tender forms and other details can be obtained from the website www.tenderwizard.com/CPWD, and www.eprocure.gov.in

Executive Jaipur Jaipur Central Division-II

C.P.W.D., Jaipur

- 3 -

INFORMATION AND INSTRUCTIONS FOR CONTRACTORS FOR e-TENDERING FORMING PART OF NIT AND TO BE POSTED ON WEBSITE

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

S. N

o.

NIT

No Name of work &

Location

Estimated cost

put to tender

Earnest

Money

Period of

completion Last date & time of submission of bid,

EMD and other documents as

specified in press notice/NIT

Time & date of opening

of bid

1 2 3 4 5 6 7 8 1

01/2

014-

15/C

E(N

Z-II

I)/J

aipu

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

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

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

Rs. 18,61,245/-

18 (Eighteen Months)

Upto 03.00 PM on

28.08.2015

At 03:30 PM

on

28.08.2015

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

2. The bidder is required to quote his rate in percentage above / below the composite

estimated cost (Civil + Electrical) of work i.e. Rs. 9,30,62,220/-. 3. The intending bidder must read the terms and conditions of CPWD-6 carefully. He should only

submit his bid if he considers himself eligible and he is in possession of all the documents required.

4. Information and instructions for bidders posted on website shall form part of bid document. 5. The tender document consisting of plans, specifications, the schedule of quantities of various

types of items to be executed and the set of terms and conditions of the contract to be complied with and other necessary documents can be seen and downloaded from website www.tenderwizard.com/CPWD and www.eprocure.gov.in free of cost.

6. But the bid can only be submitted after depositing Processing Fee in favour of ITI Limited and

other documents as specified. The contractors already registered on e-tendering portal will have option to continue by paying tender processing fee at existing rates up to one year from the date of registration, or to switch over to the new registration system without tender processing fee any time. All new registration from 01.04.2015 will be without tender processing fee.

- 4 -

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

8. (i) All the existing contractors of Civil/Electrical/APQ of appropriate category who have

given the consent letter to the enlisting authority in regard of composite category, shall be allowed to participate in tender.

(ii) The contractor of composite category has to employee technical staff and T&P as per Clause-34 & 36 of GCC.

(iii) A composite contractor shall have an eligible electrical license before execution of electrical component of composite work.

(iv) The civil contractors who are allowed to participate in composite tender shall give an undertaking that they will either obtain valid electrical license at the time of execution of electrical work or associate contractor having valid electrical license of eligible class.

9. The intending bidder must have valid class-III digital signature to submit the bid. 10. Those contractors not registered on the website mentioned above, are required to get

registered beforehand. If needed they can be imparted training on online bidding process as per details available on the website.

11. On opening date, the contractor can login and see the bid opening process. After opening of

bids he will receive the competitor bid sheets. 12. Earnest Money in the form of Treasury Challan or Demand Draft or Pay order or Banker`s

Cheque or Deposit at Call Receipt or Fixed Deposit Receipt (drawn in favour of Executive Engineer, Jaipur Central Division-II, CPWD, Jaipur) shall be scanned and uploaded to the e-Tendering website within the period of bid submission.

13. A part of earnest money is acceptable in the form of bank guarantee also. In such case,

minimum 50% of earnest money or Rs. 20 lakh, whichever is less, shall have to be deposited in shape prescribed above, and balance may be deposited in shape of Bank Guarantee of any scheduled bank having validity for six months or more from the last date of receipt of tenders which is to be scanned and uploaded by the intending bidders.

The physical EMD of the scanned copy of EMD uploaded shall be deposited by the lowest tenderer within a week after opening of financial bid failing which the tender shall be rejected and enlistment of agency shall be withdrawn by the enlisting authority.

The following undertaking in this regard shall also be uploaded by the intending bidders:- "The physical EMD shall be deposited by me/ us with the EE calling the tender in case I/we

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

14. Interested contractor who wish to participate in the bid has also to make following

payments within the period of bid submission :-

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

15. Copy of Enlistment Order and certificate of work experience and other documents as

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

- 5 -

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

17. The bid submitted shall become invalid and e-Tender processing fee shall not be refunded if: (i) The bidder is found ineligible.

(ii) The bidder does not upload all the documents (including service tax registration/ VAT registration/Sales Tax registration) as stipulated in the bid document including the undertaking about deposition of physical EMD of the scanned copy of EMD uploaded.

(iii) If any discrepancy is noticed between the documents as uploaded at the time of submission of bid and hard copies as submitted physically by the lowest tenderer in the office of tender opening authority.

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

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

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

(ii) Enlistment Order of the Contractor in composite category OR enlistment order of

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

(iii) Certificate of Registration for Sales Tax / VAT for the state in which the work is

located and acknowledgement of last return filed. (Not earlier than one year from last date of receipt of tender).

OR (iv) If the contractor is presently not working in the state in which the work is located

then he has to submit an undertaking that: (i) I am presently not working in the state where the work is to be executed and do not have Sales tax / VAT Registration of the concerned state. (ii) If the work is awarded to me, then I shall obtain Sates Tax / VAT registration with in 30 Days OR before the Ist payment is made.

(v) An undertaking that "The Physical EMD shall be deposited by me / us with the EE calling the bid in case I / We become the lowest bidder within a week of the opening of financial bid otherwise department may reject the bid and also take action to withdraw my / our enlistment/debar me/us from tendering in CPWD."

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

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

21. Sales tax/VAT (except service tax), purchase tax, turn over tax, Excise duty, work contract

tax or any other tax on materials as applicable shall be paid by the contractor himself. The contractor shall quote his rates considering all such taxes. However, service tax if

- 6 -

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

22. Intending tenderer may upload and give details of plant / equipment as per para 11.1 of Chapter

-11 of NIT while submitting tender. List of Mandatory T&P is given schedule 'F' under clause 18. List of testing equipment which are mandatory at site is given in clause 10A under schedule F. Recovery rates for less use of materials beyond permissible limits is given in "Schedule F". List of work which are to be got executed through specialized agency is given on page 23. 23. Intending tenderer may upload and submit physical mile stone on the basis of their resources

and methodology at the time of tendering as indicated in the table under clause of "Schedule F", otherwise it will be assumed that agency is agreeable to physical mile stone mentioned in the table.

24. List of works which are in hand (progress) to be given as per proforma given in General Rules

& Directions, GCC 2014. 25. All test registers and material at site registers shall be maintained by the contractor which will

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

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

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

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

EE, Jaipur Central Division-II, CPWD, Jaipur

- 7 -

PART-"A"

CPWD-6 FOR e-TENDERING GOVERNMENT OF INDIA

CENTRAL PUBLIC WORKS DEPARTMENT NOTICE INVITING TENDER

1. Percentage rate tenders are invited on behalf of President of India from approved and

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

1.1 The work is estimated to cost Civil : Rs. 8,49,91,970/-

Elect. : Rs 80,70,250/- Total : Rs. 9,30,62,220/-

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

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

2. Agreement shall be drawn with the successful bidders on prescribed Form No. CPWD 7

which is available as a Govt. of India Publication and also available on website www.eprocure.gov.in and www.tenderwizard.com/CPWD. Bidders shall quote his rates as per various terms and conditions of the said form which will form part of the agreement.

3. The time allowed for carrying out the work will be 18 (Eighteen months) from the

date of start as defined in schedule ‘F’ or from the first date of handing over of the site, whichever is later, in accordance with the phasing, if any, indicated in the bid documents.

4. (i) The site for the work is available * OR The site for the work shall be made available in parts as specified below*:- ......................................................................................................................................... (ii) The architectural and structural drawing for the work is available.* OR

The architectural and structural drawings shall be made available in phased manner, as per requirement of the same as per approved programme of completion submitted by the contractor after award of the work.*

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

6. After submission of the bid the contractor can re-submit revised bid any number of times

but before last time and date of submission of tender as notified.

- 8 -

7. While submitting the revised bid, contractor can revise the rate of one or more item(s) any

number of times (he need not re-enter rate of all the items) but before last time and date of submission of tender as notified.

8. Earnest Money in the form of Treasury Challan or Demand Draft or Pay order or Banker`s

Cheque or Deposit at Call Receipt or Fixed Deposit Receipt (drawn in favour of Executive Engineer, Jaipur Central Division-II, CPWD, Jaipur) shall be scanned and uploaded to the e-tendering website within the period of bids submission.

(a) A part of earnest money is acceptable in the form of bank guarantee also. In such case,

minimum 50% of earnest money or Rs. 20 lac, whichever is less, shall have to be deposited in shape prescribed above, and balance may be deposited in shape of Bank Guarantee of any scheduled bank having validity for six months or more from the last date of receipt of bids which is to be scanned and uploaded by the intending bidders.

(b) The physical EMD of the scanned copy of EMD uploaded shall be deposited by the lowest bidder within a week after opening of financial bid failing which the bid shall be rejected and enlistment of the agency shall be withdrawn by the enlisting authority/the agency shall be debarred from tendering in CPWD. The following undertaking in this regard shall also be uploaded by the intending bidders:- "The physical EMD shall be deposited by me/us with the EE calling the bid in case I/we become the lowest bidder within a week of the opening of financial bid otherwise department may reject the bid and also take action to withdraw my/our enlistment/debar me/us from tendering in CPWD." Interested contractor who wish to participate in the bid has also to make following payment within the period of bid submission:

(c) The contractors already registered on e-tendering portal will have option to continue by paying tender processing fee at existing rates up to one year from the date of registration, or to switch over to the new registration system without tender processing fee any time. All new registration from 01.04.2015 will be without tender processing fee.

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

(e) Copy of enlistment order and certificate of work experience and other documents as

specified in the press notice shall be scanned and uploaded to the e-tendering website within the period of bid submission. However, certified copy of all the scanned and uploaded documents as specified in press notice shall have to be submitted by the lowest bidder only alongwith physical EMD of the scanned copy of EMD uploaded within a week physically in the office of tender opening authority.

Online bid documents submitted by intending bidders shall be opened only of those bidders, who has deposited e-tender processing fee with M/s ITI Limited (All new registration from 01.04.2015 will be without tender processing fee) and earnest money deposit and other document scanned and uploaded are found in order. The Bid submitted shall be opened at 3.30 PM on 28.08.2015.

- 9 -

9. The bid submitted shall become invalid and e-Tender processing fee shall not be refunded if : (i) The bidder is found ineligible.

(ii) The bidder does not upload all the documents (including service tax registration/ VAT registration/Sales Tax registration) as stipulated in the bid document including the undertaking about deposition of physical EMD of the scanned copy of EMD uploaded.

(iii) If any discrepancy is noticed between the documents as uploaded at the time of submission of bid and hard copies as submitted physically by the lowest bidder in the office of tender opening authority.

(iv) The lowest bidder does not deposit physical EMD within a week of opening of bid. 10. The Contractor whose bid is accepted will be required to furnish performance guarantee of

5% (Five Percent) of the tendered amount within the period specified in Schedule "F". This

guarantee shall be in the form of cash (in case guarantee amount is less than

Rs. 10,000/-) or deposit at call receipt of any scheduled bank/banker's cheque of any

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

case guarantee amount is less than Rs. 1,00,000/-) or Government Securities or Fixed

Deposit Receipt or Guarantee Bonds of any Scheduled bank or the State Bank of India in

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

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

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

automatically without any notice to the contractor. The earnest money deposited along

with bid shall be returned after receiving the aforesaid performance guarantee.

The contractor whose bid is accepted will also be required to furnish either copy of

applicable licenses/registrations or proof of applying for obtaining labour licenses,

registration with EPFO, ESIC and BOCW Welfare Board and Programme Chart

(Time and Progress) within the period of specified in Schedule-F.

11. Intending Bidders are advised to inspect and examine the site and its surroundings and

satisfy themselves before submitting their tenders as to the nature of the ground and 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 on any misunderstanding or otherwise

shall be allowed. The tenderer shall be responsible for arranging and maintaining at his

own cost all materials, tools & plants, water, electricity access, facilities for workers and all

other services required for executing the work unless otherwise specifically provided for in

- 10 -

the contract documents. Submission of a tender by a tenderer implies that he has read this

notice and all other contract documents and has made himself aware of the scope and

specifications of the work to be done and of conditions and rates at which stores, tools and

plant, etc. will be issued to him by the Government and local conditions and other factors

having a bearing on the execution of the work.

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

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

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

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

put forth by the tenderer shall be summarily rejected.

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

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

rejection.

14. The competent authority on behalf of President of India reserves to himself the right of

accepting the whole or any part of the tender and the tenderer shall be bound to perform the

same at the rate quoted.

15. The contractor shall not be permitted to tender for works in the CPWD Circle (Division in

case of contractors of Horticulture/Nursery category) responsible for award and execution

of contracts, in which his near relative is posted a Divisional Accountant or as an officer in

any capacity between the grades of Superintending Engineer and Junior Engineer (both

inclusive). He shall also intimate the names of persons who are working with him in any

capacity or are subsequently employed by him and who are near relatives to any gazette

officer in the Central Public Works Department or in the Ministry of Urban Development.

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

the approved list of contractors of this Department.

16. No Engineer of gazette rank or other Gazetted Officer employed in Engineering or

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

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

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

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

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

India as aforesaid before submission of the tender or engagement in the contractor’s

service.

- 11 -

17. The tender for the works shall remain open for acceptance for a period of thirty/forty five/ sixty (30/45/ 60) days from the date of opening of tenders in case of single bid system/Ninety (90) days from the date of opening of technical bid in case tenders are invited on 2 bid/envelop system/ One hundred twenty (120) days from the date of opening of technical bid in case bids are invited on 3 bid/envelope system for specialized work (strike out as the case may be). If any tenderer withdraws his tender before the said period or issue of letter of acceptance, whichever is earlier, or makes any modifications in the terms and conditions of the tender which are not acceptable to the department, then the Government shall, without prejudice to any other right or remedy, be at liberty to forfeit 50% of the said earnest money as money as aforesaid. Further the tenderer shall not be allowed to participate in the retendering process of the work.

18. This notice inviting Tender shall form a part of the contract document. The successful

tenderer/contractor, on acceptance of his tender by the Accepting Authority shall within 15

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

a) The Notice Inviting Tender, all the documents including additional conditions,

specifications and drawings, if any, forming part of the tender as uploaded at the

time of invitation of tender and the rates quoted online at the time of submission of

bid and acceptance thereof together with any correspondence leading thereto.

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

19. For Composite Tenders

19.1.1 The Executive Engineer in charge of the major component will call tenders for the

composite work. The cost of tender document and Earnest Money will be fixed with

respect to the combined estimated cost put to tender for the composite tender.

19.1.2 The tender document will include following four components:

Part A:- CPWD-6, CPWD-7 including schedule A to F for civil component of the work,

Standard General Conditions of Contract for CPWD 2014.

Part B:- General/specific conditions, specifications and schedule of quantities applicable to

civil component of the work.

Part C:- Schedule A to F for electrical component of the work. (SE/EE in charge of major

component shall also be competent authority under clause 2 and clause 5 as

mentioned in schedule A to F for electrical components) General/specific

conditions, specifications and schedule of quantities applicable to electrical

component(s) of the work.

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

(civil) component of the work shall issue letter of award on behalf of the President

of India. After the work is awarded, the main contractor will have to enter into one

agreement with EE in charge of major component and has also to sign two or more

- 12 -

copies of agreement depending upon number of EE’s in charge of minor

components. One such signed set of agreement shall be handed over to EE in

charge of minor component. EE of major component will operate part A and part B

of the agreement. EE (E) in charge of minor component(s) (electrical) shall operate

Part C along with Part A of the agreement.

19.1.4 Entire work under the scope of composite tender including major and all minor

components shall be executed under one agreement.

19.1.5 Security Deposit will be worked out corresponding to the estimated cost of the

composite work including Civil, Electrical & Horticulture works.

19.1.6 In case the civil contractor associates contractor having valid electrical license of

eligible class for execution of electrical component of work and intends to change

that contractor during the operation of the contract, he shall obtain prior approval of

Engineer-in-charge for electrical component. The new agency/agencies shall also

have to satisfy the laid down eligibility criteria. In case Engineer-in-charge is not

satisfied with the performance of any agency, he can direct the contractor to change

the agency executing such items of work and this shall be binding on the contractor.

19.1.7 The main contractor has to enter into agreement with the contractor(s) associated by

him for execution of minor component(s). Copy of such agreement shall be

submitted to EE in charge of each minor component as well as to EE in charge of

major component. In case of change of associate contractor, the main contractor has

to enter into agreement with the new contractor associated by him.

19.1.8 Running payment for the major component shall be made by EE of major discipline

to the main contractor. Running payment for minor components shall be made by

the Engineer-in-charge of the discipline of minor component directly to the main

contractor.

19.1.9 The composite work shall be treated as complete when all the components of

the work are complete. The completion certificate of the composite work shall

be recorded by Engineer-in-charge of major component after record of

completion certificate of all other components.

- 13 -

Final bill of whole work shall be finalized and paid by the EE of major component.

Engineer(s) in charge of minor component(s) will prepare and pass the final bill for

their component of work and pass on the same to the EE of major component for

including in the final bill for composite contract.

20. The letter of award shall be issued to the lowest contractor only on receipt of applicable

labour licenses, registration with EPFO, ESIC and BOCW Welfare Board or on submitting

the proof of applying thereof. No Running Account Bill shall be paid for the work till the

labour licenses, registration with EPFO, ESC and BOCW Welfare Board, whatever

applicable are received from the contractor by the Engineer-in-Charge.

21. The Contractor shall submit a Programme chart (Time and Progress) for each mile stone

alongwith performance guarantee and get it approved from the Department. The chart shall

be prepared in direct relation to the time stated in the contract documents for completion of

the items of the work. It shall indicate the forecast of the dates of commencement and

completion of various trades of sections of the work and may be amended as necessary by

agreement between the Engineer-in-charge and the contractor within the limitations of time

imposed in the contract documents and further to ensure good progress during the

execution of the work. The contractor shall be in all cases in which time allowed for any

work exceeds one month (save for special jobs for which a separate program has been

agreed upon) complete the work as per milestones given in Schedule ''F'.

EE, Jaipur Central Division-II,

CPWD, Jaipur

- 14 -

C.P.W.D.-7 GOVERNMENT OF INDIA

CENTRAL PUBLIC WORKS DEPARTMENT STATE : RAJASTHAN ZONE: NZ-III DIVISION : JAIPUR CENTRAL DIVISION-II

Percentage rate Tender & Contract for Works

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

(i) To be submitted / uploaded by 15:00 Hours on 28.08.2015 ..*...to...*./ upload at www.tenderwizard.com/cpwd.

(ii) To be opened in presence of tenderers who may be present at 15:30 Hours on 28.08.2015 in the office of EE, JCD-II, CPWD, Jaipur.

T E N D E R

I/We have read and examined the notice inviting tender, schedule, A,B,C,D, E & F. Specifications applicable, Drawings & Designs, General rules and Directions, Conditions of Contract, clauses of contract, Special conditions, Schedule of Rate & other documents and Rules referred to in the conditions of contract and all other contents in the tender document for the work.

I/We hereby tender for the execution of the work specified for the President of India within the time specified in Schedule “F”, viz., schedule of quantities and in accordance in all respects with the specifications, designs, drawings and instructions in writing referred to in Rule-1 of General Rules and Directions and in Clause 11 of the Conditions of contract and with such materials as are provided for, by, and in respects in accordance with, such conditions so far as applicable.

We agree to keep the tender open for thirty/forty five/ sixty (30/45/ 60) days from the due date of its opening in case of single bid system / Ninety (90) days from the date of opening of technical bid in case tenders are invited on 2 bid/envelop system/ One hundred twenty (120) days from the date of opening of technical bid in case bids are invited on 3 bid/envelope system for specialized work (strike out as the case may be) and not to make any modification in its terms and conditions.

The copy of EMD amounting to Rs. 18,61,245/- has been scanned and uploaded to the tendering website. The Physical EMD shall be deposited by me/us with the EE calling the tender in case I/we become the lowest tenderer within a week of the opening of financial bid otherwise department may reject the tender and also take action to withdraw my/our enlistment., If I/We, fail to furnish the prescribed performance guarantee within prescribed period, I/We agree that the said President of India or his successors, in office shall without prejudice to any other right or remedy, be at liberty to forfeit the said earnest money absolutely. Further, I/We fail to commence work as specified, I/W agree that President of India or the successors in office shall without prejudice to any other right of remedy available in law, be a liberty to forfeit the said performance guarantee absolutely. The said performance guarantee shall be a guarantee to execute all the works referred to in the tender documents upon the terms and conditions contained or referred to those in excess of that limit at the rates to be determined in accordance with the provisions contained in clause 12.2 and 12.3 of the tender form.

- 15 -

Further, I/We agree that in case of forfeiture of earnest money or performance guarantee as aforesaid, I/We shall be debarred for participation in the re-tendering process of the work.

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

I/We hereby declare that I/We shall treat the tender documents drawings and other

records connected with the work as secret/confidential documents and shall not communicate information/derived therefrom to any person other than a person to whom I/We am/are authorized to communicate the same or use the information in any manner prejudicial to the safety of the State.

Dated ………………… Signature of Contractor Postal Address

Witness: Address : Occupation :

A C C E P T A N C E

The above tender (as modified by you as provided in the letters mentioned hereunder) is

accepted by me for and on behalf of the President of India for a sum of Rs.___________

(Rupees ________________________________________________________________

________________________________________________________________________

_________________________________ )

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

a) b) c)

For & on behalf of the President of India

Signature ________________________

Dated ……………. Designation ______________________

- 16 -

PERFORMA OF SCHDULES FOR CIVIL WORK (MAJOR COMPONENT OF WORK) SCHEDULE ‘A’ Schedule of quantities (a) For Civil component of work attached at pages 88 to 112

SCHEDULE ‘B’ :

Schedule of materials to be issued to the contractor

S.No. Description of item Quantity Rates in figures & words at which the

material will be charged to the

contractor

Place of issue

1 2 3 4 5

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

SCHEDULE ‘C’ Tools and plants to be issued to the contractor S.No. Description Hire charges per day Place of issue 1 2 3 4

----------------------------------------------- NIL ----------------------------------------------- SCHEDULE ‘D’

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

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

- 17 -

SCHEDULE ‘E’ 1. Reference to General Conditions of contract : General Conditions of contract for Central

PWD Works 2014 2. Name of work : Construction of 2 Nos. 120 Men Barrack (G+3) i/c W/S, S/I, drainage,

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

Estimated cost of work

Civil Component : Rs. 8,49,91,970/-

Total of Electrical Component : Rs. 80,70,250/-

Total (Composite) : Rs. 9,30,62,220/-

(i) Earnest Money : Rs. 18,61,245/- (To be returned after receiving performance guarantee) (ii) Performance Guarantee : 5% (Five percent) of tendered value. (iii) Security Deposit : 2.5% (Two point five zero percent) of tendered value. SCHEDULE ‘F’ (FOR CIVIL COMPONENT OF WORK) General Rules & Directions : Officer inviting tender : Executive Engineer, Jaipur Central Division-II

CPWD, Jaipur Maximum percentage for quantity of items of work to be executed beyond which rates are to determined in accordance with Clauses 12.2 & 12.3 : See Below Definitions 2(v) Engineer-in-charge Executive Engineer, Jaipur Central Division-II

CPWD, Jaipur

2(viii) Accepting Authority CE(NZ-III), CPWD, Jaipur 2(x) Percentage on cost of materials and labour to cover all overhead and profits 15%

2(xi) Standard schedule of Rates DSR 2014 with upto date correction slips. 2(xii) Department Central Public Works Department 9(ii) Standard CPWD contract GCC 2014, Form-7 for CPWD works as amended Form upto DG/SE/CM/CON/286 dated 30/06/2015

- 18 -

CLAUSE 1 (i) Time allowed for submission of Performance guarantee, Programme Chart (Time and Progress) and applicable labour licenses, registration with EPFO, ESIC and BOCW Welfare Board or proof of applying thereof from date of issue of letter of acceptance. 15 Days

(ii) Maximum allowable extension with late fee @ 0.1% per day of performance guarantee amount beyond the period provided in (i) above 7 Days

CLAUSE 2 Authority for fixing Superintending Engineer compensation under clause 2 Jaipur Central Circle, CPWD, Jaipur CLAUSE 2 A Whether Clause 2 (A) shall be applicable Yes CLAUSE 5 Number of days from the date of issue of letter of acceptance for reckoning date of

start 22 Days

Time allowed for execution of work 18 (Eighteen) Months Authority to decide (i) Extension of time Executive Engineer

Jaipur Central Division-II, CPWD, Jaipur

(ii) Rescheduling of mile stones Superintending Engineer Jaipur Central Circle, CPWD, Jaipur

(iii) Shifting of date of start in case of Superintending Engineer

delay in handing over of site. Jaipur Central Circle, CPWD, Jaipur

- 19 -

Mile Stones of the Contract

S.

No. Description of mile stone

(Physical) Time allowed from date of start of work

Amount to be withheld in case

of non achievement of

mile stone 1 Completion of RCC structure work upto plinth level i/c

casting of Plinth beams of both barracks. Production / Submission of electrical contractor license or association of eligible associate CPWD electrical contractor.

4 Months

1% of accepted tendered amount.

2. Completion of entire RCC framed structure work and brick work in all external, internal & partition walls upto 1st Floor (G+1) and Internal plastering upto ground floor (GF) level of both Barracks. This mile stone also includes all related electrical conducting work, fixing of DB & SB etc.

9 Months

1.50% of accepted tendered amount.

3. Completion of entire Brick work, internal plastering, flooring (including polishing) i/c fixing of doors and window frames i/c cup Boards. This mile stone also includes all related electrical conducting work, fixing of DB & SB etc. This mile stone also includes preparation of a sample barrack room and a sample toilet block complete in all respect on one floor in either of the building including related electrical conduits, fittings and fan etc. complete including getting approval of the same from the client.

12 Months

1% of accepted tendered amount.

4. Completion of entire building works i/c external plastering, PoP & putty work, waterproofing of terrace, fixing of door, windows & cup board shutters, railing, ramp including water supply system, sanitary installations and all development works in and around the buildings, including all related electrical works such as laying of conduits, fixing of DBs, SBs & MCBs and erection of internal wiring and electrical fittings etc.

15 Months 1% of accepted

tendered amount.

5. Completion of entire works of both barracks in all respect including Painting, finishing work, testing and commissioning of all services, cleaning of surroundings and handing over of the buildings to the client.

18 Months 0.50% of accepted tendered amount.

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

- 20 -

CLAUSE 6 / 6A Clause applicable 6A

CLAUSE 7 Gross work to be done together with net payment/adjustment of advances for material collected, if any, since the last such payment for being

eligible to interim payment Rs. 24.00 Lakhs (For Civil Work)

CLAUSE 7A Whether Clause 7A shall be applicable Yes

CLAUSE 10A : List of mandatory testing equipment to be provided

by the contractor at site lab. 1. Cube testing machine alongwith 2. Set of sieves for testing of coarse & fine

twenty four nos. cube moulds. aggregate alongwith shaker. 3. Slump cone. 4. Vernier Callipers, Screw Gauge, Wire Gauge 5. Weighing balance with weights 6. Rebound hammer.

7. For testing of Design Mix Concrete at site, necessary testing equipment and facility (as per BIS) shall be made available by contractor as and when required by E-in-charge or his authorized representative and nothing extra shall be paid on account of this.

(Note : The above instruments will be installed in laboratory room to be constructed by the contractor at site free of cost.)

CLAUSE 10B (ii)

Whether clause 10-B(ii) shall be applicable YES

CLAUSE 10C Component of labour expressed Not Applicable as percentage of value of work

CLAUSE-10 (CA) APPLICABLE

Clause 10CA Materials covered under

this clause

Nearest Materials (other than cement, reinforcement bars and structural steel) for

which all India Wholesale Price Index to be followed

Base Price and its corresponding period of all

the materials covered under clause 10 CA

1. Cement (PPC)* --------- Rs. 2. Cement (OPC)* Rs. 3. Reinforcement bars TMT – 500 (i) (Primary Manufacture)

--------- Rs.

(ii) Secondary Manufacture --------- Rs. 3. Structural Steel --------- Rs.

Base Price will be considered as issued by DG, CPWD for the month in which

the tender is received

CLAUSE 10 (CC) Whether Clause 10 (CC) shall be applicable - APPLICABLE (Except materials covered under clause 10 CA) Building work component :- Component of Civil (except materials covered under clause 10 CA) construction

value of work (Xm) = 40% Component of labour - expressed as percent of total value of work (Y) = 25%

Component of POL - expressed as percent of total value of work (Z) = 0%

* includes cement component used in RMC brought at site from outside approved RMC plants, if any.

- 21 -

CLAUSE 11 Specification to be followed for CPWD Specification 2009 Vol. I to II with upto date execution of work correction slips issued on the last date of submission

of tender for Civil work.

CLAUSE 12 – Type of Work - Original Work. 12.2 & 12.3 (i) Deviation limit beyond which 30% clause 12.2 & 12.3 shall apply

for all items other than foundation work (except earth work) as mentioned in clause 12.5

12.5 (i) Deviation limit beyond which 30% clause 12.2 & 12.3 shall apply

for foundation work (except earth work)

(ii) Deviation limit for items in 100% earth work sub head of DSR or related items

CLAUSE 16 Competent Authority for deciding

reduced rates. Superintending Engineer Jaipur Central Circle, CPWD, Jaipur

CLAUSE 18 List of mandatory machinery, tools & plants to be deployed by the contractor at site. 1. Cement concrete batching plant (automatic) of capacity 30 cum / hr. 2. Concrete pump – 2 No. 3. Steel shuttering - 2000 sqm. 4. (a) Excavator Cum Loader - 1 No. 5 Concrete Mixer with Hopper - 1 No. 6. Transit mixer – 2 Nos. 7. Needle Vibrators - 2 Nos. 8. Welding machines – 1 No. 9. Plate Vibrators - 2 Nos. 10. Water pump - 2 Nos. 11. Stone cutting machine - 1 No. 12. Bar Bending machine - 1 No. 13. Bar cutting machine - 1 No.

CLAUSE 25 Standing Committee for Dispute Redressal of NZ-III, CPWD, Jaipur

(A) For Total claims more than Rs. 25.00 lakhs a. CE, NZ-II, Lucknow - (Chairman) b. Director (Works cum TLQA), NR-II, Lucknow - (Member) c. SE(C), Lucknow Central Circle, Lucknow

(For Civil / Composite Claims) - (Member)

OR SE(E), Lucknow Central Electrical Circle, Lucknow

(For Electrical Claims only - (Member)

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

(B) For total claims upto Rs. 25.00 lakhs a. Director (Works cum TLQ), NR-II, Lucknow - (Chairman) b. EE(C), Jaipur Central Division-II, Jaipur. - (Member) OR EE(E), Jaipur Central Electrical Division,

depending upon nature of dispute. (for all works under NZ-III except for works under their jurisdiction).

- 22 -

c. EE(C), Jaipur Central Division, Jaipur - (Member) OR EE(E), Jaipur Central Electrical Division,

depending upon nature of dispute. (for all works under NZ-III except for works under their jurisdiction).

f. EE(C), Jaipur Central Division-II, Jaipur **(for dispute of works under Jaipur Central Division-II or Jaipur Central Division).

- ** (Alternate Member)

d. The Executive Engineer in-charge of the work shall present the case before DRC but will not have any part in decision making.

CLAUSE 36 (i) "Requirement of Technical Representative (s) and Recovery Rate" for the work

Requirement of Technical Staff S. No. Qualification Number of

Major + Minor

Component)

Minimum Experience (Years)

Designation of Technical Staff

Rate at which recovery shall be made from the contractor in the event of not fulfilling provision

of clause 36(i) 1. Graduate Engineer

1 5 (and having

experience of one similar nature of work)

Project Manager Rs. 25,000/- per month

2. Graduate Engineer OR

Diploma Engineer

1+1

2 or 5

Respectively

Project Planning /quality/Site/

billing Engineer

Rs. 15,000/- per month

per person

"Assistant Engineer retired from Government Services those are holding Diploma will be treated at par with Graduate Engineer". Diploma holder with minimum 10 year relevant experience with a reputed construction co. can be treated at par with graduate Engineers for the purpose of such deployment subject to the condition that such diploma holders should not exceed 50% of requirement of degree engineers. CLAUSE 42 (i) (a) Schedule/statement for determining DSR 2014 with upto date theoretical quantity of cement & bitumen correction slips on the basis of Delhi Schedule of Rates

(ii) Variations permissible on theoretical quantities

(a) Cement for works estimated cost put to tender not more than Rs. 5 Lakhs 3 % plus/minus For works with estimated cost put to tender more than Rs. 5 Lakhs 2 % plus/minus (b) Bitumen for all works 2.5% plus only & nil on minus side

(c) Steel reinforcement and structural steel section for each diameter, section and category 2% plus/minus (d) All other materials Nil

- 23 -

RECOVERY RATES FOR QUANTITY BEYOND PERMISSSIBLE VARIATION S.No. Description of item Rate in figures and words at which recovery

shall be made from the contractor Excess beyond Less use beyond permissible variation the permissible variation

1. Cement (PPC) Nil 2. Cement (OPC) Nil 3. Reinforcement Bars TMT-500 (i) Primary Manufacturer Nil (ii) Secondary Manufacturer Nil 4. Structural Steel Nil

Items which are to be executed through specialized agency : 1. Coba treatment and Heat Resistant Tiles on Roof. 2. Aluminum work i/c glazing work 3. Water Supply and Sanitary Work.

110% of base price considered for the operation of clause

10 CA.

- 24 -

8 - Additional Conditions

1. Unless otherwise provided in the schedule of quantities the rates tendered by the contractor

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

2. The contractor shall make his own arrangements for obtaining electric connection (if

required) and make necessary payments directly to the department concerned. 3. Other agencies doing works related to this projects will also simultaneously execute the

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

4. Some restrictions may be imposed by the security staff etc. on the working and for

movement for labour materials etc. The contractor shall be bound to follow all such restrictions / instructions and nothing extra shall be payable on this account.

5. (a) The building work will be carried out in the manner complying in all respects with

the requirements of relevant bye laws of the local body under the jurisdiction of which the work is to be executed or as directed by the Engineer in charge and nothing extra will be paid on this account.

(b) The work of water supply, internal sanitary installation and drainage work etc. shall

be carried out as per local municipal corporation or such local body –Bye- laws and the contractor shall produce necessary completion certificate from such authorities after completion of the work.

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

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

6. The contractor shall give a performance test of the entire installation (s) as per standing

specification before the work is finally accepted and nothing extra whatsoever shall be payable to the contractor for the test.

- 25 -

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

8. Samples of various materials required for testing shall be provided free of charges by the

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

9. The work shall be carried out in accordance with the Architectural drawings and

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

10. The contractor shall bear all incidental charges for cartage, storage and safe custody of

materials issued by department. 11. In the case of items of which abbreviated nomenclature is not available in the above cited

publication and also in case of extra and substituted items of works for which abbreviated nomenclature is not provided in the agreement, the full nomenclature of items shall be reproduced in the measurements books and bill forms for running account bill.

The full nomenclature of the items shall be adopted in preparing abstract of final bill in the

measurement book and also in the bill form for final bill. 12. The contractor shall have to make approaches to the site, if so required and keep them in

good condition for transportation of labour and materials as well as inspection of works by the Engineer in charge. Nothing extra shall be paid on this account.

13. No payment will be made to the contractor for damage caused by rains, or other natural

calamities during the execution of the works and no such claim on this account will be entertained.

14. All mass Reinforced Cement Concrete work shall be design mix concrete of specified

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

- 26 -

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

16. Contractor shall have to execute a Guarantee Bond in respect of Water Proofing works as

per Performa attached in this N.I.T. at Annexure II. He shall also have to execute guarantee bonds for water supply and sanitary installations work on the proforma available at Annexure I.

17. The terms machine batched, machine mixed and machine vibrated concrete used elsewhere

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

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

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

19. Doors and frames shall be procured from specialist firms and name of such agencies shall

be got approved from the Engineer in charge well in advance. 20. The construction joints shall be provided in predetermined locations only as decided by

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

21. The gradation of fine sand to be used in plaster work, shall be strictly as per Table 3.1

(clause 3.1.3) of CPWD Specification 2009 Vol. - I conforming to IS 1542-1977. The plastered surface shall be fairly smooth without any undulation of any kind for applying paint/white wash.

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

execute the electrical work accordingly. 23. The contractor shall invariably prepare the samples of finishing items i.e. flooring of

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

- 27 -

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

25. If as per municipal rules, the huts for labour are not be created at the site of work by the

contractors, the contractor are required to provide such accommodation as is acceptable to local bodies and nothing extra shall be paid on this account.

26. Royalty at the prevalent rates shall be payable by the contractor on all the boulders, metals,

shingle, sand and bajri etc. collected by him for the execution of the work, direct to the Revenue authority or authorized agent of the state Government concerned or Central Government.

27. The contractor shall establish a fully equipped site laboratory and shall provide electrically

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

28. The contractor or his authorized representative shall associate in collection, preparation,

forwarding and testing of such samples. In case, he or his authorized representative is not present or does not associate himself, the results or such tests and consequences thereon shall be binding on the contractor.

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

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

- 28 -

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

32. The final approval of the brand to be used shall be as per the direction of Engineer-in-

Charge. The brand used shall be one of the brands in case specified in the list of preferred make / materials annexure-VI.

33. In case of non availability of material of the brands specified in the list of approved

materials an equivalent brand may be used after getting written approval of T/S Authority giving details to indicate that the brand proposed to be used is equivalent to the brands mentioned in the agreement.

34. Special conditions for Cement 34.1 The contractor shall procure 43 grade Ordinary Portland Cement (conforming to IS : 8112),

Portland pozzolona cement (confirming to IS : 1489 : Part –I) as required in the work, from reputed manufacturers of cement such as ACC, Ultratech, Vikram, Shree Cement, Ambuja, Jaypee Cement, Century Cement & J.K. Cement, Binani Cement and Wonder Cement and or from any other reputed cement manufacturer, having a production capacity not less than one million tones per annum as approved by ADG for that sub-region. The tenderers may also submit a list of names of cement manufacturers which they propose to use in the work. The tender accepting authority reserves right to accept or reject name(s) of cement manufacture(s) which the tenderer proposes to use in the work. No change in the tendered rates will be accepted if the tender accepting authority does not accept the list of cement manufactures, given by the tenderer, fully or partially.

The cement brought to the site for execution of work shall be in bags bearing manufacturer's name & ISI marking. Weight of cement in each bag shall be 50 kg. Samples of cement arranged by the contractor shall be taken by the Engineer- in-Charge and got tested in accordance with provisions of relevant BIS codes. In case the test results indicate that the cement arranged by the contractor does not conform to the relevant BIS codes, the same shall stand rejected and it shall be removed from the site by the contractor at his own cost within 7 days of written order from the Engineer-in-Charge to do so.

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

decided by the Engineer-in-Charge. 34.3 The cement godowns, of capacity to store a minimum 2000 bags of cement shall be

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

34.4 Double locks provision shall be made to the door of cement godown. The keys of the one

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

- 29 -

inspection of the cement godowns by the Engineer-in-Charge or his authorized representatives at any time.

34.5 The cement shall be got tested by Engineer-in-charge and shall be used on work only after

satisfactory test results have been received. The contractor shall supply free of charge the cement required for testing including its transportation cost to testing laboratories. The cost of tests shall be borne by the contractor/ Department in the manner indicated below:-

(i) By the contractor, if results show that the cement does not conform to relevant BIS codes. (ii) By the Department, if the results show that the cement conforms to relevant BIS codes. 34.6 Minimum Wet Curing paraffin wax based curing period shall be 14 days or its equivalent. 34.7 Till the time, BIS makes it mandatory to print the percentage of fly ash on each bag of

cement, the certificate from the PPC manufacturer indicating the same shall be obtained and permission obtained from Engineer-in-Charge before use of such cements in works.

34.8 The PPC cement shall have fly ash content of minimum 30% of fly ash on each bag of

cement duly supported by test results from the supplier.

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

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

34.11 Damaged cement shall be removed from the site immediately by the contractor on receipt of a notice in written from Engineer-in-Charge. If he does not do so within 3 days of receipt of such notice, the Engineer-in-Charge shall get it removed at the cost of the contractor.

34.12 The contractor is required to submit all the original challans and vouchers and

manufacturers testing certificate to the department in respect of cement and TMT Bars brought at site. This is mandatory.

35. SPECIAL CONDITIONS FOR STEEL:- 35.1 "The contractor shall procure TMT bars of Fe415/Fe415D/Fe500/Fe500D/Fe550/Fe550D,

grade (the grade to procured is to be specified) from primary steel producers such as SAIL, Tata Steel Ltd., RINL, Jindal Steel & Power Ltd. and JSW Steel Ltd. or any other producer as approved by CPWD who are using iron ore as the basic raw material / input and having crude steel capacity of 2.0 Million tonnes per annum and above.

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

In case of non-availability of steel from Primary Producers as well as ISPs then the NIT approving authority may also permit use of TMT reinforcement bars procured from secondary producers. In such cases following action is to be followed.

- 30 -

35.1.1 The grade of the steel TMT Fe-500D grade to be procured as per BIS 1786-2008. 35.1.2 The secondary producers must have valid BIS licence to produce HSD confirming to IS

1786 : 2008. In additional to BIS licence, the secondary producer must have valid licence from either of the firms Tempcore, Thermex, Evcon Turbo & Turbo Quench to produce TMT Bars.

35.1.3 The TMT bars procured from primary producers and ISPs shall confirm to manufacturer

specifications. 35.1.4 The TMT bars procured from secondary producers shall conform to the specifications as

laid by Tempcore, Thermex, Evcon Turbo & Turbo Quench as the case may be. 35.1.5 TMT bars procured either from primary producers, ISPs or secondary producers, the

specification shall meet the provision of IS 1786 : 2008 pertaining to TMT Fe-500D grade of steel.

35.2 The contractor shall have to obtain and furnish vouchers and test certificates to the

Engineer-in-Charge in respect of all the lots of steel brought by him from approved suppliers to the site of work.

35.3 Samples shall also be taken and got tested by the Engineer-in-Charge as per the provisions

in this regard in relevant BIS codes. In case the test results indicate that the steel arranged by the contractor does not conform to the specifications as defined under para 35.1.3, 35.1.4 & 35.1.5 above, the same shall stand rejected, and it shall be removed from the site of work by the contractor at his cost within a week time or written orders from the Engineer-in Charge to do so.

35.4 The steel reinforcement bars shall be brought to the site in bulk supply of 10 tonnes or more or as decided by the Engineer-in-Charge alongwith manufacturer test certificate for each lot.

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

35.6 For Checking nominal mass, tensile strength, bend test, re-bend test etc. specimens of

sufficient length shall be cut from each size of the bar at random, and at frequency not less than specified below:

SIZE OF BAR FOR CONSIGNMENT BELOW 100 TONNES

FOR CONSIGNMENT OVER 100 TONNES

Under 10 mm dia One sample (three specimen) for each 25 tonnes or part thereof.

One sample for each 40 tonnes or part thereof

10 mm to 16 mm dia

One sample (three specimen) for each 35 tonnes or part thereof.

One sample for each 45 tonnes or part thereof

Over 16 mm dia One sample (three specimen) for each 45 tonnes or part thereof

One sample for each 50 tonnes or part thereof

- 31 -

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

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

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

35.10 In case contractor is permitted to use TMT reinforcement bars procured from ISPs or

secondary producers then: 35.10.1 The base price of TMT reinforcement bars (Primary manufacturers / producers) as stipulated

under schedule 'F' shall be reduced by difference of base price of primary manufacturers and secondary manufacturers issued by DG, CPWD for the month in which the tender is received.

35.10.2 The rate of providing & laying TMT reinforcement bars as quoted by the contractor in tender

shall also be reduced by difference of base price of primary manufacturers and secondary manufacturers issued by DG, CPWD for the month in which the tender is received plus 1% for water charges and 15% CPOH.

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

35.12 Reinforcement including authorized spacer bars and lappages shall be measured in length of different diameters as per actual length used in the work nearest to a centimeter however their measurement shall be not more than as specified in the drawings. Wastage and unauthorized overlaps shall not be measured.

35.13 The standard sectional weights referred to as in Table 5.4 in para 5.3.4 in CPWD Specifications for works 2009, Vol.-I will be considered for conversion of length of various sizes of M.S. Bars, Tor Steel Bars and T.M.T. bars into Standard Weight.

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

35.15 (a) If the Derived Weight as in sub-para (37.14) above is less than the Standard Weight as in Sub-para (37.13) above then the Derived Actual Weight shall be taken for payment. (b) If the Derived Actual Weight is found more than the Standard Weight, the Standard Weight as per in sub-para (37.13) above shall be taken for payment. In such case nothing extra shall be paid for the difference between the Derived Actual Weight and the standard Weight.

36. Removal of rejected/sub-standard materials. The following procedure shall be followed for the removal of rejected/sub-standard materials

from the site of work: (i) Whenever any material brought by the contractor to the site of work is rejected, entry thereof

should invariably be made in the Site Order Book under the signature of the Assistant Engineer, giving the approximate quantity of such materials.

- 32 -

(ii) As soon as the material is removed, a certificate to that effect shall be recorded by the Assistant Engineer against the original entry, giving, the date of removal and mode of removal, i.e., whether by truck, carts, or by manual labour. If the removal is by truck, the registration number of the truck should be recorded.

(iii) When it is not possible for the Assistant Engineer to be present at the site of work at the time of actual removal of the rejected/sub-standard materials from the site, the required certificate should be recorded by the Junior Engineer, and the Assistant Engineer should countersign the certificate recorded by the Junior Engineer.

37. In case of works where a ready mix concrete (RMC) is stipulated to be used from an approved

source/manufacturer, cement register need not be maintained. However, the computerized dispatch slips that are sent with each dispatch of RMC shall be kept as record.

38. If the work is carried out in more than one shift or during night, no claim on this account

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

39. Installation of UPVC Windows shall be done by manufacturer and the window as well as

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

40 THIRD PARTY QUALITY CONTROL 40.1 Contractor shall cooperate with any third party quality control agency engaged by

Department in the work. 41. Contractor should provide R.O. Plant sufficient for workers employed at site, his

technical staff and site staff of department free of charge. 42. The contractor shall provide & maintain (1 No.) desktop Computer of latest version

alongwith printer, operator and internet connection at site of work as per direction of Engineer-in-charge.

43. Once the building is completed and the contractor shall be responsible to attend defect

pointed out by CPWD / Third Party Inspection (if any) / Client through CPWD and then hand over the building to the client.

44. Contractor should hand over the warranty of the specialized items to the department. 45. The contractor is required to deploy resources as per availability of site. However no

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

46. Contractor shall not divert any advance payments or part thereof for any work other

than that needed for completion of the contracted work. All advance payments received as per terms of the contract (i.e. mobilisation advance, secured advance against materials brought at site, secured advance against plant & machinery and/or for work done during interim stages, etc) are required to be re-invested in the contracted work to ensure advance availability of resources in terms of materials, labour, plant & machinery needed for required pace of progress for timely completion of work.

- 33 -

47. All running account bills preferred by the contractor for advance payments shall be

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

- 34 -

8 (A) - Additional Conditions for Green Building Norms

NOTES TO THE CONTRACTOR ON GREEN BUILDINGS To secure these ratings, a high degree of responsibility and cooperation is necessary from the contractors employed.

The following write-up provides the general concept of green, green building rating and the expectations from each one of those involved in this project:

1.00 GENERAL NOTE ON GREEN BUILDING PRACTICES

All materials and systems used in the project are intended to maximize energy efficiency for operation of Project throughout service life (substantial completion to ultimate disposition – reuse, recycling, or demolition) with an emphasis on top quality. Materials and systems are to maximize environmentally-benign construction techniques, including construction waste recycle, reusable delivery packaging, and reusability of selected materials. All vendors / contractors must adhere to best practices related to Green Buildings. Other than the general guidelines outlined here, all vendors/contractors will be furbished with a supplementary set of guidelines more specific to their nature of service/product. 1.01 GREEN BUILDING PRACTICES:

Ensure healthy indoor air quality in final Project.

Maximize use of products with low embodied energy (harvesting, mining, manufacturing,

transport, installation, use, operations, recycling and disposal). Exceptions might include

materials that result in net energy conservation during their useful life in building and

building’s life cycle.

1. Where possible, select materials harvested and manufactured regionally, within a 800-km

radius of the project site.

2. Maximize use of durable products.

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

substances.

4. Maximize recycled content in materials, products, and systems.

5. Maximize use of reusable and recyclable packaging.

6. Where possible and feasible, provide for non-destructive removal and re-use of materials after

their service life in this building.

7. Re-use existing building materials to extent feasible within design concept expressed in

Contract Documents. Provide materials that utilize recycled content to maximum degree

possible without being detrimental to product performance or indoor air quality.

- 35 -

8. Use construction practices such as material waste reduction and dimensional planning that

maximize efficient use of resources and materials.

9. Provide or contribute to O&M Manuals wherever applicable.

10. Be conversant with the Site Waste Management Program Manual and actively contribute to

its compilation. Assist the author of the Manual by estimating the nature and volume of waste

generated by the process/installation in question.

11. Minimize pollution: Select materials that generate least amount of pollution during mining,

manufacturing, transport, installation, use, and disposal.

12. Avoid materials that emit greenhouse gases

13. Avoid materials that require energy intensive extraction, manufacturing, processing, transport,

installation, maintenance, or removal.

14. Avoid materials that contain ozone-depleting chemicals (e.g. CFCs or HCFCs).

15. Avoid materials that emit potentially harmful volatile organic chemicals (VOCs).

16. Employ construction practices that minimize dust production and combustible by-products.

17. Avoid materials that can leach harmful chemicals into ground water; do not allow potentially

harmful chemicals to enter sewers or storm drains.

18. Protect soil against erosion by wind or storm-water and topsoil depletion.

19. Minimize noise generation during construction; screen mechanical equipment to block noise.

20. Select materials that can be reused or recycled and materials with significant percentage of

recycled content; conform with or exceed specified Project recycled content percentages for

individual materials; avoid materials difficult to recycle.

21. Protect natural habitats; restore natural habitats where feasible within scope of Project.

22. The contractor has to comply with the provisions spell out in environmental clearance issue to

EE, JCD-II, Jaipur during progress of work. The copy of EC may be obtained from Engineer-

in-charge.

- 36 -

2.00 CONDITIONS OF CONTRACT SPECIFIC TO GREEN BUILDING PRACTICES

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

2.01 SITE

2.01.01 The contractor shall ensure that adequate measures are taken for the prevention of erosion of the top soil during the construction phase. The contractor shall implement the Erosion and Sedimentation Control Plan (ESCP) provided to him by the Engineer-in-charge as part of the larger Construction Management Plan (CMP). The contractor shall obtain the Erosion and Sedimentation Control Plan (ESCP) Guidelines from the Engineer-in-charge and then prepare “working plan” for the following month’s activities as a CAD drawing showing the construction management, staging & ESCP. At no time soil should be allowed to erode away from the site and sediments should be trapped where necessary.

2.01.02 The contractor shall ensure that all the top soil excavated during construction works is neatly stacked and is not mixed with other excavated earth. The contractors shall take the clearance of the architects / Engineer-in-charge before any excavation. Top soil should be stripped to a depth of 20 cm (centimetres) from the areas to be disturbed, for example proposed area for buildings, roads, paved areas, external services and area required for construction activities etc. It shall be stockpiled to a maximum height of 40 cm in designated areas, covered or stabilised with temporary seeding for erosion prevention and shall be reapplied to site during plantation of the proposed vegetation. Top soil shall be separated from subsoil, debris and stones larger than 50 mm (millimetre) diameter. The stored top soil may be used as finished grade for planting areas.

2.01.03 The contractor shall carry out the recommendations of the soil test report for improving the soil under the guidance of the Engineer-in-charge who would also advise on the timing of application of fertilizers and warn about excessive nutrient levels.

2.01.04 The contactor shall carry out post-construction placement of topsoil or other suitable plant material over disturbed lands to provide suitable soil medium for vegetative growth. Prior to spreading the topsoil, the sub-grade shall be loosened to a depth of 50mm to permit bonding. Topsoil shall be spread uniformly at a minimum compacted depth of 50mm on grade 1:3 or steeper slopes, a minimum depth of 100mm on shallower slopes. A depth of 300mm is preferred on relatively flatter land.

2.01.05 The Contractor should follow the construction plan as proposed by the Engineer-in-charge to minimize the site disturbance such as soil pollution due to spilling. Use staging and spill prevention and control plan to restrict the spilling of the contaminating material on site. Protect top soil from erosion by collection storage and reapplication of top soil, constructing sediment basin, contour trenching, mulching etc.

2.01.06 No excavated earth shall be removed from the campus unless suggested otherwise by Engineer-in-charge. All subsoil shall be reused in backfilling/landscape, etc as per the instructions of the Engineer-in-charge

- 37 -

2.01.07 The contractor shall not change the natural gradient of the ground unless specifically instructed by the architects / landscape consultant. This shall cover all natural features like water bodies, drainage gullies, slopes, mounds, depressions, rocky outcrops, etc. Existing drainage patterns through or into any preservation area shall not be modified unless specifically directed by the Engineer-in-charge.

2.01.08 The contractor shall not carry out any work which results in the blockage of natural drainage.

2.01.09 The contractor shall ensure that existing grades of soil shall be maintained around existing vegetation and lowering or raising the levels around the vegetation is not allowed unless specifically directed by the Engineer-in-charge

2.01.10 Contractor shall reduce pollution and land development impacts from automobiles use during construction.

2.01.11 Overloading of trucks is unlawful and creates and erosion and sedimentation problems, especially when loose materials like stone dust, excavated earth, sand etc. are moved. Proper covering must take place. No overloading shall be permitted.

2.02 CONSTRUCTION PHASE AND WORKER FACILITIES

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

2.02.02 Preserve and Protect Landscape during Construction

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

2.02.02b The contractor shall take steps to protect trees or saplings identified for preservation

within the construction site using tree guards of approved specification.

2.02.02c The contractor shall conserve existing natural areas and restore damaged areas to provide habitat and promote biodiversity. Contractor should limit all construction activity within the specified area as per the Construction Management Plan (CMP) proposed by the Engineer-in-charge. All the existing trees should be preserved, if not possible than compensate the loss by re-planting trees in the proportion of 1:3.

- 38 -

2.02.02d The contractor shall avoid cut and fill in the root zones, through delineating and fencing the drip line (the spread limit of a canopy projected on the ground) of all the trees or group of trees. Separate the zones of movement of heavy equipment, parking, or excessive foot traffic from the fenced plant protection zones.

2.02.02d The contractor shall ensure that maintenance activities shall be performed as needed

to ensure that the vegetation remains healthy. The preserved vegetated area shall be inspected by the Engineer-in-charge at regular intervals so that they remain undisturbed. The date of inspection, type of maintenance or restorative action followed shall be recorded in the logbook.

2.02.03 Contractor shall be required to develop and implement a waste management plan, quantifying material diversion goals. He shall establish goals for diversion from disposal in landfills and incinerators and adopt a construction waste management plan to achieve these goals. A project-vide policy of “Nothing leaves the Site” should be followed. In such a case when strictly followed, care would automatically be taken in ordering and timing of materials such that excess doesn’t become “waste”. The Contractor’s ingenuity is especially called towards meeting this prerequisite/ credit (GRIHA). Consider recycling cardboard, metal, brick, acoustical tile, concrete, plastic, clean wood, glass, gypsum wallboard, carpet and insulation. Designate a specific area(s) on the construction site for segregated or commingled collection of recyclable material, and track recycling efforts throughout the construction process. Identify construction haulers and recyclers to handle the designated materials. Note that diversion may include donation of materials to charitable organizations and salvage of materials on-site.

2.02.04 Contractor shall collect all construction waste generated on site. Segregate these wastes based on their utility and examine means of sending such waste to manufacturing units which use them as raw material or other site which require it for specific purpose. Typical construction debris could be broken bricks, steel bars, broken tiles, spilled concrete and mortar etc.

2.02.05 The contractor shall provide clean drinking water for all workers 2.02.06 The contractor shall provide the minimum level of sanitation and safety facilities

for the workers at site. The contractor shall ensure cleanliness of workplace with regard to the disposal of waste and effluent; provide clean drinking water and latrines and urinals as per applicable standard. Adequate toilet facilities shall be provided for the workman within easy access of their place of work. The total no. to be provided shall not be less than 1 per 30 employs in any one shift. Toilet facilities shall be provided from the start of building operations, connection to a sewer shall be made as soon as practicable. Every toilet shall be so constructed that the occupant is sheltered from view and protected from the weather and falling objects. Toilet facilities shall be maintained in a sanitary condition. A sufficient quantity of disinfectant shall be provided. Natural or artificial illumination shall be provided.

2.02.07 The contractor shall ensure that air pollution due to dust/generators is kept to a minimum, preventing any adverse effects on the workers and other people in and around the site. The contractor shall ensure proper screening, covering stockpiles, covering brick and loads of dusty materials, wheel-washing facility, gravel pit, and water spraying. Contractor shall ensure the following activities to prevent air pollution during construction:

- 39 -

- Clear vegetation only from areas where work will start right away - Vegetate / mulch areas where vehicles do not ply. - Apply gravel / landscaping rock to the areas where mulching / paving is

impractical - Identify roads on-site that would be used for vehicular traffic. Upgrade

vehicular roads (if these are unpaved) by increasing the surface strength by improving particle size, shape and mineral types that make up the surface & base. Add surface gravel to reduce source of dust emission. Limit amount of fine particles (smaller than 0.075mm) to 10 – 20%

- Water spray, through a simple hose for small projects, to keep dust under control. Fine mists should be used to control fine particulate. However, this should be done with care so as not to waste water. Heavy watering can also create mud, which when tracked onto paved public roadways, must be promptly removed. Also, there must be an adequate supply of clean water nearby to ensure that spray nozzles don’t get plugged. Water spraying can be done on: a. Any dusty materials before transferring, loading and unloading b. Area where demolition work is being carried out c. Any un-paved main haul road d. Areas where excavation or earth moving activities are to be carried

out - The contractor shall ensure that the speed of vehicles within the site is

limited to 10 km/hr.

- All material storages should be adequately covered and contained so that they are not exposed to situations where winds on site could lead to dust / particulate emissions.

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

- Provide hoardings of not less than 3m high along the site boundary, next to

a road or other public area

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

- Cover stockpiles of dusty material with impervious sheeting

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

site

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

- 40 -

services for glass, plastic, office paper, newspaper, cardboard, and organic wastes to maximize the effectiveness of the dedicated areas. Consider employing cardboard balers, aluminium can crushers, recycling chutes, and collection bins at individual workstations to further enhance the recycling program

2.02.09 The contractor shall ensure that no construction leach ate (Ex: cement slurry), is allowed to percolate into the ground. Adequate precautions are to be taken to safeguard against this including, reduction of wasteful curing processes, collection, basic filtering and reuse. The contractor shall follow requisite measures for collecting drainage water run-off from construction areas and material storage sites and diverting water flow away from such polluted areas. Temporary drainage channels, perimeter dike/swale, etc. shall be constructed to carry the pollutant-laden water directly to the treatment device or facility (municipal sewer line).

2.02.10 Staging (dividing a construction area into two or more areas to minimize the area of soil that will be exposed at any given time) should be done to separate undisturbed land from land disturbed by construction activity and material storage.

2.02.11 The contractor shall Comply with the safety procedures, norms and guidelines (as applicable) as outlined in the document Part 7 _Constructional practices and safety, 2005, National Building code of India, Bureau of Indian Standards. A copy of all pertinent regulations and notices concerning accidents, injury and first-aid shall be prominently exhibited at the work site. Depending upon the scope & nature of work, a person qualified in first-aid shall be available at work site to render and direct first-aid to causalities. A telephone may be provided to first-aid assistant with telephone numbers of the hospitals displayed. Complete reports of all accidents and action taken thereon shall be forwarded to the competent authorities.

2.02.12 The contractor shall ensure the following activities for construction workers safety, among other measures:

- Guarding all parts of dangerous machinery. - Precautionary signs for working on machinery - Maintaining hoists and lifts, lifting machines, chains, ropes, and other lifting

tackles in good condition. - Durable and reusable formwork systems to replace timber formwork and

ensure that formwork where used is properly maintained. - Ensuring that walking surfaces or boards at height are of sound construction

and are provided with safety rails or belts. - Provide protective equipment; helmets etc. - Provide measures to prevent fires. Fire extinguishers and buckets of sand to

be provided in the fire-prone area and elsewhere. - Provide sufficient and suitable light for working during night time.

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

- 41 -

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

2.02.15 The contractor shall provide for adequate number of garbage bins around the construction

site and the workers facilities and will be responsible for the proper utilisation of these bins for any solid waste generated during the construction. The contractor shall ensure that the site and the workers facilities are kept litter free. Separate bins should be provided for plastic, glass, metal, biological and paper waste and labelled in both Hindi and English.

2.02.16 The contractor shall prepare and submit ‘Spill prevention and control plans’ before the start of construction, clearly stating measures to stop the source of the spill, to contain the spill, to dispose the contaminated material and hazardous wastes, and stating designation of personnel trained to prevent and control spills. Hazardous wastes include pesticides, paints, cleaners, and petroleum products.

2.02.17 Contractor shall collect the relevant material certificates for materials with high recycled (both post-industrial and post-consumer) content, including materials for structural use like TMT steel rolled with high percentage of recycled steel, and RMC mix with fly-ash etc.(see appendix)

2.02.18 Contractor shall collect the relevant material certificates for rapidly renewable materials such as bamboo, wool, cotton insulation, agrifiber, linoleum, wheat board, strawboard and cork.

2.02.19 Contractor shall adopt an IAQ (Indoor Air Quality) management plan to protect the system during construction, control pollutant sources, and interrupt pathways for contamination. He shall sequence installation of materials to avoid contamination of absorptive materials such as insulation, carpeting, ceiling tile, and gypsum wallboard. He shall also protect stored on-site or installed absorptive materials from moisture damage.

2.02.20 The contractor shall ensure that a flush out of all internal spaces is conducted prior to handover. This shall comprise an opening of all doors and windows for 14 days to vent out any toxic fumes due to paints, varnishes, polishes, etc.

2.02.21 Contractor shall make efforts to reduce the quantity of indoor air contaminants that are odorous or potentially irritating harmful to the comfort and well-being of installer and building occupants. Contractor shall ensure that the VOC (Volatile Organic Compounds) content of paints, coatings and primers used must not exceed the VOC content limits mentioned below: Paints Non-flat - 150 g/L

- 42 -

Flat (Mat) - 50 g/L Anti corrosive/ anti rust - 250 g/L Coatings Clear wood finishes Varnish - 350 g/L Lacquer - 550 g/L Floor coatings - 100 g/L Stains - 250 g/L Sealers Waterproofing sealer - 250 g/L Sanding sealer - 275 g/L Other sealers - 200 g/L

The VOC (Volatile Organic Compounds) content of adhesives and sealants used must be less than VOC content limits mentioned:

Architectural Applications VOC Limit(g/l less water)

Indoor Carpet adhesives - 50

Carpet Pad Adhesives - 50

Wood Flooring Adhesive - 100

Rubber Floor Adhesives - 60

Sub Floor Adhesives - 50

Ceramic Tile Adhesives - 65

VCT and Asphalt Tile adhesives - 50

Dry Wall and Panel Adhesives - 50

Structural Glazing Adhesives - 100

Multipurpose Construction Adhesives - 70 Substrate Specific Application VOC Limit (g/l less water) Metal to Metal - 30

Plastic Foams - 50

Porous material (except wood) - 50

Wood - 30

Fiber Glass – 80

2.02.22Wherever required, Contractor shall meet and carry out documentation of all activities on site, supplementation of information, and submittals in accordance with GRIHA program standards and guidelines. Towards meeting the aforementioned building environmental rating standard(s) expert assistance shall be provided to him up on request.

- 43 -

2.02.23 Water Use during Construction

Contractor should spray curing water on concrete structure and shall not allow free flow of water. After liberal curing on the first day, all the verticals surfaces of concrete structures should be painted with curing chemical to save water nothing extra shall be paid. Concrete structures should be kept covered with thick cloth/gunny bags and water should be sprayed on them. Contractor shall do water ponding on all sunken slabs using cement and sand mortar.

2.02.24The Contractor shall remove from site all rubbish and debris generated by the Works and keep Works clean and tidy throughout the Contract Period. All the serviceable and non-serviceable (malba) material shall be segregated and stored separately. The malba obtained during construction shall be collected in well formed heaps at properly selected places, keeping in a view safe condition for workmen in the area. Materials which are likely to cause dust nuisance or undue environmental pollution in any other way, shall be removed from the site at the earliest and till then they shall be suitable covered. Glass & steel should be dumped or buried separately to prevent injury. The work of removal of debris should be carried out during day. In case of poor visibility artificial light may be provided.

2.02.25MATERIALS & FIXTURES FOR THE PROJECT 2.02.26 The contractor shall endeavour to source most of the materials for construction at this

project within a distance of 800 km radius from the project site. Contractor shall collect the relevant material certificates to prove the same

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

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

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

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

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

- 44 -

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

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

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

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

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

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

2.02.27 RESOURCES CONSUMED DURING CONSTRUCTION a. The contractor shall ensure that the least amount of water and electricity is wasted

during construction. The Engineer-in-charge can bring to the attention any such wastage and the contractor will have to ensure that such bad practices are corrected.

b. The contractor shall install necessary meters and measuring devices to record the consumption of water, electricity and diesel on a monthly basis for the entire tenure of the project.

c. The contractor shall ensure that all run-off water from the site, during construction is collected and reused to the maximum.

d. The contractor shall use treated recycled water of appropriate quality standards for construction, if available.

e. No lights shall be turned on during the period between 6:00 AM to 6:00 PM, without the permission of the Engineer-in-charge.

f. The contractor is encouraged to use bio-diesel in place of petroleum diesel for the running of generators during construction.

2.02.28 CONSTRUCTION WASTE

a) Contractor shall ensure that wastage of construction material is kept to a maximum of 3%.

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

- 45 -

c) All construction debris shall be used for road preparation, back filling, etc, as per the instructions of the Engineer-in-charge, with necessary activities of sorting, crushing, etc.

d) No construction debris shall be taken away from the site, without the prior approval of the Engineer-in-charge.

e) The contractor shall recycle the unused chemical/hazardous wastes such as oil, paint, batteries, and asbestos.

f) If and when construction debris is taken out of the site, after prior permissions from the Project Manager, then the contractor shall ensure the safe disposal of all wastes and will only dispose of any such construction waste in approved dumping sites.

g) Inert waste to be disposed off by Municipal Corporation/ local bodies at landfill sites.

2.02.29 Documentation

a) The contractor shall, during the entire tenure of the construction phase, submit the following records to the Engineer-in-charge on a monthly basis:

i) Water consumption in litres

ii) Electricity consumption in ‘kwh’ units iii) Diesel consumption in litres

iv) Quantum of waste generated at site and the segregated waste types divided into inert, chemical and hazardous wastes.

v) Digital photo documentation to demonstrate compliance of safety guidelines as specified here.

b) The contractor shall, during the entire tenure of the construction phase, submit the following records to the Engineer-in-charge on a weekly basis:

i) Quantities of material brought into the site, including the material issued to the contractor by the client.

ii) Quantities of construction debris (if at all) taken out of the site iii) Digital photographs of the works at site, the workers facilities, the waste and other

material storage yards, pre-fabrication and block making works, etc as guided by the Engineer-in-charge.

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

- 46 -

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

d) The contractor shall submit to the Engineer-in-charge after construction of the buildings, a detailed as built quantification of the following:

iv) Total materials used,

v) Total top soil stacked and total reused

vi) Total earth excavated, vii) Total waste generated,

viii) Total waste reused, ix) Total water used,

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

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

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

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

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

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

i) Source of products: Supplier details and location of the supplier and brand name. ii) Project Recyclability: Submit information to assist Owner and Contractor in

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

iii) Recycled Content: Submit information regarding product post industrial recycled and post consumer recycled content. Use the “Recycled Content Certification Form”, to be provided by the Commissioning Authority appointed for the Project.

iv) Product Recyclability: Submit information regarding product and product’s component’s recyclability including potential sources accepting recyclable materials.

v) Clean tech: Provide pollution clearance certificates from all manufacturers of materials

vi) Indoor Air quality and Environmental Issues: Submit following certificates: a) Certifications from manufacturers of Low VOC paints, adhesives, sealant and

polishes used at this particular project site.

- 47 -

b) Certification from manufacturers of composite wood products/agro fibre products on the absence of added urea formaldehyde resin in the products supplied to them to this particular site.

c) Submit environmental and pollution clearance certificates for all diesel generators installed as part of this project.

j) Provide total support to the Engineer-in-charge appointed by the owner in completing all Green Building Rating related formalities, including signing of forms, providing signed letters in the contractor’s letterhead.

2.02.30 EQUIPMENT a) To ensure energy efficiency during and post construction all pumps, motors and engines

used during construction or installed, shall be subject to approval and as per the specifications of the architects.

b) All lighting installed by the contractor around the site and at the labour quarters during construction shall be CFL/LED bulbs of the appropriate illumination levels. This condition is a must, unless specifically prescribed. The contractor is expected to go through all other conditions of the GRIHA rating

stipulations, which can be provided to him by the architects. Failure to adhere to any of the above mentioned items, without necessary clearances from the architects and the Engineer-in-charge, shall be deemed as a violation of contract and the contractor shall be held liable for penalty as determined by the architects.

- 48 -

9 - ADDITIONAL SPECIFICATIONS 1.0 GENERAL 1.1 The work in general shall be executed as per the description of the item, specification

attached, CPWD specifications 2009 Vol.-I & II. 1.2 In case of any variation between different applicable specifications, the following order of

precedence will be followed :

I. Nomenclature of item II. Additional condition, Additional specification and Particular specifications attached

with the tender document. III. CPWD Specifications 2009 Vol.-I & II for other works. IV. Latest publication of Bureau of Indian Standards. V. Sound Engineering Practice and as per Decision of Engineer in charge.

1.3 The work shall be executed and measured as per metric units given in the schedule of

quantities, drawings etc. (F.P.S. units wherever indicated are for guidance only). 1.4 The following modification to the above specifications and some additional specifications

shall however apply.

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

(ii) Sand to be used for cement concrete work, mortar for masonry from Banas

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

1.5 Wherever any reference to any Indian Standard Specification occurs in the documents

related to this contract, the same shall be inclusive of all amendments issued there to or revisions thereof, if any, upto the date of receipt of tenders.

1.6 Unless otherwise specified in the schedule of quantities the rates for all items of the work

shall be considered as inclusive of pumping out or bailing out water if required for which no extra payment will be made. This will include water encountered from any source, such as rains, floods subsoil water table being high due to any other cause whatsoever.

2.0 RCC work

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

- 49 -

2.2 The contractor shall provide approved type of supports for maintaining the bars in position and ensuring required spacing and correct cover of concrete to reinforcement as called for in the drawings. Spacer block/cover blocks of required shape and size, M.S. chairs and spacer bars shall be used in order to ensure accurate positioning of reinforcement. Spacer blocks/cover blocks shall be cast well in advance with approved proprietary prepacked free flowing mortars (conbextra as manufactured by M/s Fosroc Chemicals India Ltd or approved equivalent) of high early strength. Blocks of polymer shall not be used as spacer blocks unless specially approved by the Engineer-in-charge. Rate of item of steel reinforcement is inclusive of cost of such cover blocks.

3.0 FLOORING

The rate of items of flooring is inclusive of providing sunken flooring in bathrooms, kitchen etc. and nothing extra on this account is admissible. The samples of flooring, dado & skirting as per approved pattern shall be prepared & got approved from the Engineer-in-charge before execution of work.

4.0 WOOD WORK 4.1 The samples of species of timber to be used shall be got approved and deposited by the

contractor with the EE before commencement of the work. The contractor shall produce cash vouchers and certificates from kiln seasoning or/and chemical treatment plants about the timber section to be used on the work having been kiln seasoned or/and chemically treated by them.

4.2 Factory made shutter as specified shall be obtained from factories as per list given in Annexure-VI or form any other factory to be approved by the Engineer in charge. The contractor shall inform well in advance to the Engineer in charge the names and address of the factory from where the contractor intends to get the shutters manufactured. The contractor will place order for manufacture of shutters only after written approval of the Engineer in charge in this regard is given. The contractor is bound to abide by the decision of the Engineer in charge and recommend a name of another factory from the approved list in case the factory already proposed by the contractor is not found competent to manufacture quality shutters. Shutters will however be accepted only if this meet the specified tests. The contractor will also arrange stage wise inspection of the shutters at factory of the Engineer in charge or his authorised representative. Contractor will have no claim if the shutters brought at site are rejected by Engineer in charge in part or in full lot due to bad workmanship / quality even after inspection of factory. Such shutters will not be measured and paid and the contractor shall remove the same from the site of work within 7 days after the written instruction in this regard are issued by Engineer in charge or his authorised representative.

5.0 STEEL WORK 5.1 The rate of T- angle iron frame shall include the following. (a) M.S. sill/tie of 10mm dia bar welded to T-iron frames to keep the frames vertical in correct

position . The sill / tie shall be embedded in floor concrete. No tie is necessary for window frames.

- 50 -

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

(c) M.S. flat 6 x 25mm, 100mm long having threaded holes (No. of flats shall correspond to

the no. of butt hinges to be fixed to door / window shutters) shall be welded at appropriate places at the back of the T-iron frames for fixing the required butt hinges to the frame with machine screws.

5.2 All welded structural steel work shall be tested for quality of weld as laid down in IS 822-

1970 before actual erection if required. 6. WATER SUPPLY, SANITARY INSTALLATION 6.1 The SCI/CI pipes and GI pipes wherever necessary shall be fixed to RCC columns, beams

etc. with rawl plugs and nothing extra shall be paid for this. 6.2 The contractor shall be responsible of the protection of the sanitary and water supply

fittings and other fittings and fixtures against pilferage and breakage during the period of installation and thereafter until the building is handed over.

7. VARIATION IN CONSUMPTION OF MATERIALS 7.1 The variation in consumption of material shall be governed as per CPWD specification and

clauses of the contract to the extent applicable. The following specific clauses shall govern the variation in consumption of pig lead.

7.2 The pig lead to be used in jointing 100mm, 75mm and 50 mm SCI/CI pipe joints in sanitary installations shall not be less than 0.98 kg, 0.88 kg and 0.77 kg per joint respectively.

The theoretical quantity of cement to be utilized in item of concrete involving use of single

aggregate and mixed by volume batching shall be computed on the basis of the coefficient for cement to be used in different item of the work provided in DSR reducing each of the co-efficient by 5% . However, where the concrete is mixed by weight batching no such reduction shall be made from theoretical co-efficient given in DSR 2014 for concrete with crushed stone aggregate. 8. In the schedule of quantities/nomenclature of items, the brand/make of product/material has

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

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

S.

No. Details of Members PRIZMA

(SIGNIA Gold Range)

FENESTA-1500 series

Aluplast – 2000 series

1 Window frame 58 x 52mm 56 x 48mm 60 x 65mm 2 Window sash 58 x 72mm 56x 66mm 60 x 74mm 3 Window transom 58 x 68mm 56 x 58mm 60 x 73mm

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

- 51 -

10 - PARTICULAR SPECIFICATION

1.0 R.C.C. Work 1.1 CENTERING AND SHUTTERING FOR RCC WORK

The concrete surface shall be free from honey combing, offsets, superfluous mortar, cement slurry and foreign matter. The form work shall be assembled in such a way as to facilitate removal of their parts in proper sequence without any damage to the exposed cement concrete surfaces and corners etc. The contractor shall keep skilled staff for special care and supervision to check the form work and concreting so that every member is made true to its size, shape, level and alignment so that it does not result in any deformation, snug, budges etc. The contractor shall also take suitable precautionary measure to prevent breaking and chipping of corners and edges of completed work until the building is handed over. The size of shuttering plates for slabs shall not be less than 0.6 m x 0.9 m in general. However, contractor has to provide tape to seal the joint properly to get smooth surface. Further shuttering shall be of such quality that there are no undulations and surfaces will be fairly even and no extra thick ceiling plaster shall be permitted to make the surface even.

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

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

1.2.1 Ingredients :-

Coarse Aggregate :- As per CPWD Specifications

Fine Aggregate :- As per CPWD Specifications.

Water :- As per requirements laid down in IS 456-2000 and CPWD specifications.

Cement : Cement arranged by the contractor will be PPC (in bags) conforming to IS : 1489 : Part-I, If for any reasons, cement other than that specified in this para, for example PPC of grade 43 or higher grade is brought to site by contractor, the issues like payments rate as well as the quantity to be used in the design mix concrete will remain unchanged.

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

- 52 -

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

shall be given as below :-

Sl. No

Grade Designation

Compressive strength on

15cm cubes min 7 days (

N/mm2)

Specified characteristic compressive

strength at 28 days (N/mm2)

Minimum cement

content * (Kg per cum)

Maximum water

cement ratio

(i) M 25 As per Design 25 330 0.50 (ii) M 35 As per Design 35 350 0.50

1.2.2.1 The Concrete mix will be designed for minimum workability as specified in para 7 of

IS –456-2000 Workability of Concrete (Unless otherwise specified elsewhere or as decided by Engineer in charge.

Placing Conditions Degree of

Workability Slump (mm)

(1) (2) (3) Lightly reinforced sections in slabs, beams, walls, columns

Low 25-75

Heavily reinforced section in slabs, beams, walls, columns.

Medium 50-100

Pumped concrete Medium 75-100 The recommended values of slump for various members are given below:- (i) Columns 25 – 35 mm (ii) Beams 30 – 40 mm (iii) Slabs 30- 50 mm 1.2.2.2. In the designation of concrete mix letter M refers to the mix and the number to the

specified characteristic compressive strength of 15 cm – Cube at 28 days expressed in N/mm2.

1.2.2.3. It is specifically highlighted that in addition to the above requirements the maximum cement content * for any grade shall be limited to 430 kg / cubic metre.

1.2.2.4 The minimum cement content * for design mix concrete shall be maintained above. In the

case where the quantity of cement required is higher than that mentioned in relevant item, to achieve desired strength based on an approved mix design, the extra cost of cement shall not be payable to the contractor. In case of pile work, cement content * will be as specified (Minimum 400 kg / Cum of concrete).

1.2.3 The concrete design mix with or without admixture will be carried out by the contractor

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

The various ingredients for mix design / laboratory tests shall be sent to the lab / test houses through the Engineer in charge immediately after award of work and the samples of such aggregate sent shall be preserved at site by the department. The admixture if used by contractor shall be at his own cost without any extra payment.

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

- 53 -

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

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

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

concrete mix during the work, a revised laboratory mix design report conducted at

laboratory established at site shall be submitted by the contractor as per the direction of the

Engineer in charge.

1.2.6 APPROVAL OF DESIGN MIX :-

The mix design for a specified grade of concrete shall be done for a target mean

compressive strength Tck = Fck + 1.65s

Where Fck = Characteristic Compressive Strength at 28 days

s = Standard deviation which depends on degree of quality control.

The degree of quality control for this work is “good” for which the standard deviation (s)

obtained for different grades of concrete shall be as follows :-

GRADE OF CONCRETE

FOR ‘GOOD’ QUALITY OF CONTROL

M – 25 5.0

M – 30 6.0

M – 35 6.0

Out of the six specimen of each set, three shall be tested at seven days and remaining three

at 28 days. The preliminary tests at seven days are intended only to indicate the strength to be

attained at 28 days.

1.2.7 CHARGES FOR DESIGN MIX

All cost of mix designing and testing connected therewith including charges payable to the

laboratory shall be borne by the contractor.

- 54 -

1.2.8 DESIGN MIX CONCRETE FROM FULLY AUTOMATIC COMPUTERISED

CONCRETE BATCHING AND MIXING PLANT

1.2.8.1.Proportioning Concrete

In proportioning cement concrete, the quantity of both cement and aggregates shall be

determined by weight. The cement shall be weighed separately from the aggregates. Water

shall either be measured by volume in calibrated tanks or weighed. All measuring

equipment shall be maintained in a clean and serviceable condition. The amount of mixing

water shall be adjusted to compensate for moisture content in both coarse and fine

aggregates. The moisture content of aggregates shall be determined in accordance with IS :

2386 (Part III). Suitable adjustments shall also be made in the weights of aggregates to

allow for the variation in weight of aggregates due to variation in moisture content.

1.2.8.2 Production of Concrete

The concrete shall be produced in a central batching and mixing plant with, computerized

printing for contents and admixture dosage, producing at least 30 Cum concrete per hour.

The batching plant shall be fully automatic. Automatic batcher shall be charged by devices

which, when actuated by a Single starter switch will automatically start the weighing

operation of each material and stop automatically, when the designated weight of each

material has been reached. The batching plant shall have automatic arrangement for

dispensing the admixture and shall also be capable of discharging water in more than one

stage. A print out from the batching plant for every lot shall be submitted. A batching plant

essentially shall consist of the following components :Separate storage bins for different

sizes of aggregates, silo for cement; and water storage tank.

- Batching equipment

- Mixers

- Control panels

- Mechanical material feeding and elevating arrangements

- 55 -

The compartments of storage bins for aggregates shall be approximately of equal size. The

cement compartment shall be centrally located in the batching plant. It shall be watertight

and provided with necessary air vent, aeration fittings for proper flow of cement &

emergency cement cut off gate. The aggregate and sand shall be charged by power

operated centrally revolving chute. The entire plant from mixer floor upward shall be

enclosed and insulated. The batch bins shall be constructed so as to by self-cleansing

during drawdown. The batch bins shall in general conform to the requirements of IS : 4925.

The batching equipment shall be capable of determining and controlling the prescribed

amounts of various constituent materials for concrete accurately i.e. water, cement, sand,

individual size of coarse aggregates etc. The accuracy of the measuring devices shall fall

within the following limits.

Measurement of Cement : ±2% of the quantity of cement in each batch

Measurement of Water : ±3% of the quantity of water in each batch

Measurement of Aggregate : ±3% of the quantity of aggregate in each batch

Measurement of Admixture : ±3% of the quantity of admixture in each batch

1.2.8.3 Mixing Concrete

The mixer in the batching plant shall be so arranged that mixing action in the mixers can be

observed from the operator's station. The mixer shall be equipped with a mechanically or

electrically operated timing, signaling and metering device which will indicate and assure

completion of the required mixing period. The mixer shall have all other components as

specified in IS : 4925.

- 56 -

1.2.8.4 Transportation, Placing and Compaction of Concrete

Mixed concrete from the batching plant shall be transported to the point of placement by

transit mixers or through concrete pumps or steel closed bottom buckets capable of

carrying 0.6 cum concrete. In case the concrete is proposed to be transported by transit

mixer, the mixer speed shall not be less than 4 rev/ min. of the drum nor greater than a

speed resulting in a peripheral velocity of the drum as 70 m / minute at its largest diameter.

The agitating speed of the agitator shall be not less than 2 rev / min. nor more than 6 rev /

min. of the drum. The number of revolutions of the mixing drum or blades at mixing speed

shall be between 70 to 100 revolutions for a uniform mix, after all ingredients, have been

charged into the drum. Unless tempering water is added, all rotation after 100 revolutions

shall be at agitating speed of 2 to 6 rev / min. and the number of such rotations shall not

exceed 250. The general construction of transit mixer and other requirements shall conform

to IS : 5892.

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

batch of mortar / thick cement slurry through the line to lubricate it. Once the pumping is

started, it shall not be interrupted (if at all possible) as concrete standing idle in the line is

liable to cause a plug. The operator shall ensure that some concrete is always there in the

pump-receiving hopper during operation. The lines shall always be maintained clean and

shall be free of dents.

Materials for pumped concrete shall be batched consistently and uniformly. Maximum size

of aggregate shall not exceed one-third of the internal diameter of the pipe. Grading of

aggregate shall be continuous and shall have sufficient ultra fine materials (materials finer

than 0.25mm). Proportion of fine aggregates passing through 0.25mm shall be between 15

& 30% and that passing through 0.125 mm sieve shall not be less than 5% of the total

volume of aggregate. When pumping long distances and through hot weather, set-retarding

admixtures may be used. Admixtures to improve workability can be added. Suitability of

concrete shall be through pumping shall be verified by trial mixes and by performing

pumping tests.

- 57 -

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

contents for cubic metre of concrete specified in the nomenclature of the item, financial

adjustment by way of such recovery for less cement content shall be effected at the rate of

as per clause-10 CA.

1.2.9 PREPARATION OF MIXES AS PER APPROVED DESIGN MIX AND CONDUCTING

CONFIRMATORY TEST AT FIELD LAB.

The contractor shall make the cubes of trial mixes as per approved Mix design at site

laboratory for all grades, in presence of Engineer in charge using sample of approved materials

proposed to be used in the work prior to commencement of concreting and get them tested in his

presence to his entire satisfaction for 7 days and 28 days . Test cubes shall be taken from trial

mixes as follows.

For each mix, a set of six cubes shall be made from each of the three consecutive batches.

Three cubes from each set of six shall be tested at age of 7 days and remaining three cubes at age

of 28 days. The cubes shall be made, cured, transported and tested strictly in accordance with

specifications. The average strength of nine cubes at age of 28 days shall exceed the specified

target mean strength for which design mix has been approved , the evaluation of test results will be

done as per IS : 456-2000.

1.2.10 WORK STRENGTH TEST TEST SPECIMEN

Work strength test shall be conducted in accordance with IS : 516 on random sampling .

Each test shall be conducted on six specimen, three of which shall be tested at 7 days and

remaining three at 28 days. Additional samples shall be prepared, if required, as per direction of

Engineer in charge for testing samples cured by accelerated method as described in IS : 9103.

TEST RESULTS OF SAMPLE

The test results of the sample shall be the average of the strength of three specimen. The individual variation shall not be more than + - 15 percent of the average. If more, the test results of the sample are invalid. 90% of the total tests shall be done at the laboratory established at site by the contractor and remaining 10% in the laboratory of Central Designs Organisation, CPWD or in any other laboratory as directed by the Engineer in charge.

- 58 -

1.2.11 STANDARD FOR ACCEPTANCE

Standard of acceptance shall be same as specified in clause 16 of IS 456-2000.

1.2.12 In order to keep the floor finish as per architectural drawings and to provide required thickness of the flooring as per specification, the level of top surface of RCC shall be accordingly adjusted at the time of its centering, shuttering and casting for which nothing extra shall be paid to the contractor.

1.2.13 Measurement - As per CPWD specifications. 1.2.14 Tolerances - As per CPWD specifications 1.2.15 Rate :- 1.2.15.1 The rate includes the cost of materials and labour involved in all the operations

described above except for the cost of centering, shuttering and reinforcement, which will be paid separately.

1.2.15.2 In case of actual average compressive , strength being less than specified strength

which shall be governed by para ‘ Standard of Acceptance” as above the rate payable shall be worked out accordingly on prorata basis.

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

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

2.0 WATER PROOFING TREATMENT 2.1 Treatment for roof surface with integral cement based compound (Brick-coba). This item

shall be got executed from any of the specialized agency to be got approved from Engineer-in-Charge.

2.1.1 The brick bats shall be from over burnt bricks. The proprietary water proofing compound

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

- 59 -

2.1.2 The finished surface after water proofing treatment shall have minimum slope of 1 in 80. At no point shall the thickness of water proofing treatment be less than 65mm.

2.1.3 While treatment of roof surface is done, it shall be ensured that the outlet drain pipes have

been fixed and mouths at the entrance have been eased and rounded off properly for easy flow of water.

2.1.4 The surface where the water proofing is to be done shall be thoroughly cleaned with wire

brushes. All loose scales mortar splashes etc. shall be removed and dusted off. The surface shall be treated with neat cement slurry admixed with proprietary water proof compound to penetrate into crevices and fill up all the pores in the surface. This cement slurry shall be applied at the junction of parapet and terrace slab including the vertical face of the parapet.

2.1.5 After the slurry coat is laid, layer of over burnt brick bats shall be laid in cement mortar of

mix as specified by specialist firm but not leaner than 1:5 ( 1 cement : 5 coarse sand) admixed with proprietary water proofing compound to required gradient and joints filled to half the depth. The bricks bat layer shall be rounded at the junction with the parapet and tapered towards top for a height of 300mm. Curing of this layer shall be done for 2 days.

2.1.6 After curing the surfaces shall be applied with a coat of cement slurry admixed with

proprietary water proofing compound. 2.1.7 Joints of bricks bat layer shall be filled fully with cement mortar of mix as specified by the

specialist firm but not leaner than 1:5 ( 1 cement : 5 coarse sand) admixed with proprietary water proofing compound and finally top finished with average 20 mm thick layers of cement mortar 1:4 ( 1 cement : 4 coarse sand) and finished smooth with cement slurry mixed with proprietary water proofing compound. The finished surface shall have marking of 300x300 mm false squares to give the appearance of tiles.

2.1.8 Curing of water proofing treatment shall be done for a minimum period of two weeks by

flooding the water by making kiaries etc. 2.1.9 MEASUREMENTS : The measurements shall be taken for plan area of terrace only.

Length and breadth shall be measured correct to one centimeter and area shall be worked out to nearest 0.01 sqm. No deduction in measurements shall be made for either opening or recesses for chimneys, stacks, roof lights and the like of areas upto 0.10 sqm nor anything extra shall be paid for forming such openings. For similar areas exceeding 0.10 sqm , deductions will be made in measurements for full openings and nothing extra shall be paid for making such opening.

2.1.10 Rates : The rate shall include the cost of all labour and materials involved in all the

operations described above. 2.2 GUARANTEE BOND Ten Years Guarantee bond in prescribed proforma attached at annexure-II herewith shall be submitted by the contractor which shall also be signed by both the specialized agency and the contractor to meet their liability / liabilities under the guarantee bond. However, the sole responsibility about efficiency of water proofing treatment shall rest with the building contractor.

- 60 -

Five percent of the cost of water proofing work shall be retained as security deposit and the amount so withheld would be released after ten years from the date of completion of the entire work under the agreement, if the performance of the work done is found satisfactory. If any defect is noticed during the guarantee period, it shall be rectified by the contractor within seven days of receipt of intimation of defects in the work. If the defects pointed out are not attended to within the specified period, the same will be got done from another agency at the risk and cost of contractor. However, the security deposit deducted may be released in full against bank guarantee of equivalent amount in favour of Engineer in charge, if so decided by the Engineer in charge. The Security deposit against this item of work shall be in addition to the security deposit mentioned elsewhere in contract form. 3.0 SPECIFICATIONS FOR WATER SUPPLY, SEWERAGE AND DRAINAGE. 3.1 GENERAL 3.1.1 The scope of work comprises supply, laying, installation, commissioning and testing of

water supply, sewerage and drainage works including sanitary fixtures and fittings. These works shall be executed as per the specifications of items attached and CPWD specifications 2009, Volume – II.

3.1.2 All the works shall be completely concealed either within shafts or chases or in fills and

dropped ceilings, unless specifically shown in drawings or required otherwise. 3.1.3 All the works shall be adequate protected against corrosion, so that the whole work is free

from damage throughout. 3.1.4 The contractor shall be responsible for coordinating the work with works of other trades

sufficiently ahead of time to avoid unnecessary hold-ups. Hangers, sleeves, recesses etc shall be left in time as the work proceeds whether or not these are shown in drawings.

3.1.5 The contractor shall submit as directed by the Engineer-in-charge, samples manufacture’s

drawings, equipment characteristics and capacity data etc. of all the equipment, accessories, devices etc. that he proposes to use in the installation to the Engineer-in-charge for approval.

3.1.6 Before the work is handed over, the contractor shall clean all fixture removing all plaster,

stickers, rust stains and other foreign matter, leaving every part in acceptable condition and ready for use to the satisfaction of the Engineer-in-charge.

3.1.7 All sanitary wares and fittings shall conform to IS standards. The contractor shall submit

samples of all fittings and fixtures proposed to be used to the Engineer-in-charge for his approval. The approved samples shall remain with the Engineer-in-charge till the completion of the work.

3.1.8 All the workmanship shall confirm to Indian Standard Codes of practice. The fixing and

finishing shall be neat true to level and in plumb. Manufacturer’s instruction shall be followed closely regarding installation and commissioning.

- 61 -

3.1.9 All fixtures shall be protected throughout the progress of the work from damage. Special care shall be taken to prevent damage and scratching of the fittings. Tool marks on exposed fixtures shall be removed with hot water only at the final completion of work.

3.1.10 All fixtures and accessories shall be fixed in accordance with a set pattern matching the

tiles or interior finish as per architectural requirements. Wherever necessary the fittings centered to dimensions and pattern desired.

3.2 INSPECTION AND TESTING 3.2.1 Inspection and testing of water supply installations shall be carried out as per Section 1,

Part IX of National Building Code of India 2005 with upto date amendments. 3.2.2 Inspection and testing of sewerage and drainage installations shall be carried out as per

Section 2, Part IX of National Building Code of India 2005 with upto date amendments.

3.3 GUARANTEE BOND Ten years guarantee bond in prescribed proforma attached at Annexure I herewith shall be

submitted by the contractor which shall also be signed by both the specialist agency and the contractor to meet their liability / liabilities under the guarantee bond. However, the sole responsibility shall rest with the building contractor.

5% (Five percent) of the cost of water supply and sanitary installation work shall be

retained as security deposit and the amount so withheld would be released after ten years from the date of completion of the entire work under the agreement, if the performance of the work done is found satisfactory , if any defects like leakage and manufacturing defects etc. is noticed during the guarantee period, it shall be rectified by the contractor within seven days of the receipt of intimation of defects in the work, if the defects pointed out are not attended to within the specified period, the same will be got done from another agency at the risk and cost of the contractor.

However, the security deposit deducted may be released in full against bank guarantee of

equivalent amount in favour of Engineer in charge, if so decided by the Engineer in charge. The Security deposit against this item of work shall be in addition to the security deposit

mentioned elsewhere in contract form. 4.0 ROAD WORK

Road work shall conform to CPWD specification 2009, Volume II, in case the same is not

available in CPWD specification or if required as per item, the MORTH specifications for roads and bridges (latest revision) shall be followed.

5.0 uPVC WINDOWS

Ten years guarantee bond in prescribed proforma attached at Annexure I herewith shall be

submitted by the contractor which shall also be signed by both the specialised agency i.e. manufacturer of doors & window or their authorised agency and the contractor to meet their liability / liabilities under the guarantee bond. However, the sole responsibility shall rest with the building contractor.

- 62 -

5% (Five percent) of the cost of UPVC windows i/c Glass and fixtures shall be retained as

security deposit and the amount so withheld would be released after ten years from the date of completion of the entire work under the agreement, if the performance of the work done is found satisfactory, if any defects like leakage and manufacturing defects etc. is noticed during the guarantee period, it shall be rectified by the contractor within seven days of the receipt of intimation of defects in the work, if the defects pointed out are not attended to within the specified period, the same will be got done from another agency at the risk and cost of the contractor.

However, the security deposit deducted may be released in full against bank guarantee of

equivalent amount in favour of Engineer in charge, if so decided by the Engineer in charge. The Security deposit against this item of work shall be in addition to the security deposit

mentioned elsewhere in contract form. 6.0 INSULATION BY GLASS WOOL AND POLYURETHENE FOAM Ten years guarantee bond in prescribed proforma attached at Annexure I herewith shall be

submitted by the contractor which shall also be signed by both the specialised application agency/manufacturer and the contractor to meet their liability / liabilities under the guarantee bond. However, the sole responsibility shall rest with the building contractor.

5% (Five percent) of the cost of insulation by glass wool and polyurethane foam shall be retained as security deposit and the amount so withheld would be released after ten years from the date of completion of the entire work under the agreement, if the performance of the work done is found satisfactory, if any defects like leakage and manufacturing defects etc. is noticed during the guarantee period, it shall be rectified by the contractor within seven days of the receipt of intimation of defects in the work, if the defects pointed out are not attended to within the specified period, the same will be got done from another agency at the risk and cost of the contractor.

However, the security deposit deducted may be released in full against bank guarantee of

equivalent amount in favour of Engineer in charge, if so decided by the Engineer in charge. The Security deposit against this item of work shall be in addition to the security deposit

mentioned elsewhere in contract form.

- 63 -

10(A) -SPECIFICATION OF ALUMINUM WORK

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

Specifications for Aluminum Door, Window, Ventilator

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

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

3 : Shop Drawings :

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

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

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

- 64 -

6 : Fabrications :

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

7 : Anodising :

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

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

9 : Protection of Finish :

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

10 : Handling and Stacking :

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

10.2 In the case of composite windows, and doors the different units are to be assembled

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

- 65 -

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

10.4 Silicon Sealant :

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

10.5 The contractor shall be responsible for assembling composite, bedding set straight

plumb, level and for their satisfactory operation after fixing is complete. 11 : Installation : 11.1 Just prior to installation the doors, windows etc. shall be uncrated and stacked on edge

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

11.2 The doors windows assembled as shown on drawings shall be placed in correct final

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

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

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

11.4 : Fittings : The contractor shall cut the floor properly with stone cutting machine to exact size and

shape. The spindle of suitable length to accommodate the floor finish shall be used. The contractor shall give the guarantee duly supported by the company for proper functioning of floor springs at least for 10 years.

Hinges, stays handles, tower bolts, locks and other fittings shall be of quality and manufacturer as approved by the Engineer – in – Charge.

- 66 -

12 : Manufacture's Attendances : The manufacture immediately proper to the commencement of glazing shall adjust and set all windows and doors and accept responsibility for the satisfactory working of the opening frames.

13 : Details of Test : 13.1 The various tests on aluminum sections shall be conducted in accordance with the

relevant IS codes. 13.2 The minimum number of each unit of doors / windows shall be selected at random by

Engineer-in-Charge as such that all the aluminum section shall be got tested.

S.No. Details No. of Tests 1. Doors, Windows & Ventilators 5% of total Nos. manufactured.

13.3 The sample of major member of each unit of doors / windows shall be selected at

random by Engineer-in-Charge as such that all the aluminum section shall be got tested. 13.4 The cost of sample, carriage of the samples shall be borne by the contractor. Testing

charges shall be born by department, but if samples failes in testing, complete cost of testing charges shall be born by the contractor.

14 : Acceptance Criterion : The aluminum sections shall conform to the provisions of the relevant items. For

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

15 : Measurement : Payment by weight shall be made for aluminum sections including beading only and all

fixing angles cleats fittings and fixtures such as handles and hinges etc., shall not be included in the weight to be paid.

16 : Rates :

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

- 67 -

10 (B) SPECIFICATION FOR RANDOM RUBBLE MASONRY

1 Scope : This specification covers materials joints, laying and

mode of measurement of Random Rubble Masonry.

2 Materials : Stones: The stone shall be the type specified such as granite, trap, limestone, sand stone, quartztic etc. and shall be obtained from the quarries, approved by the Engineer in charge. Stone shall be hard, sound durable and free from weatering decay and defects like cavities, cracks , flaws, sand holes, injurious viens, patches of loose or soft material and other similar defects that may adversely affect its strength and appearance. As far as possible. Stones shall be of uniform colour, quality or texture . Generally stone shall not contain crypst crystalline silica or chart, mica and other deleterious materials like iron-oxide organic impurities etc.

Stone with round surfaces shall be not be used.

The compressive strength of common types of stones shall be as per Table I and the percentage of water absorption shall generally not exceed 5% for stones other than specified in Table-I for literate this percentage is 12%.

Table-I Type of stone Maximum Water

absorption percentage by weight

Minimum compressive strength Kg/Sq cm

Granite 0.50 1000 Basalt 0.50 400 Lime Stone

(Slab & Tiles) 0.15 200

Sand Stone (Slab & Tiles)

2.50 300

Marble 0.40 500 Quartzite 0.40 800 Laterite (Block) 12.00 35 Note 1 : Test for compressive strength shall be carried

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

laid down in IS : 1121-1974 (a) Dressing : The stone shall be merely knocked off at the

sharp and irregular cornes, edges and wherever necessary for lifting well into the work.

No bushaing exceeding 20mm shall be allowed on the face. The quoins shall be neatly dressed to form the required angle (i.e. at jambs and corners).

- 68 -

(i) Bond Stone : The stones shall not be less than 400 sq.cm

in cross sectional area at any point and shall run right through the for wall upto 60 cms and in case the wall thickness exceeds 60 cms a line of two or more bond stone shall be laid from face to back overlapping each other by 15cms minimum, the length of such bond stones shall be at least 50cms.

(ii) Face stones : At least 25% stone shall be headers tailing into the work at least 2/3rd the thickness of wall or full thickness of wall for walls 30 cms and less in thickness. Such stones shall be not be less than 200 sq.cms in cross section.

(iii) Hearting and backing : Where hearting can accommodate a fair proportion of the stones used in the hearting shall be of large size 25% of them shall exceed 0.01 cum. in content.

(iv) Quoins : The quoins shall be at least 30 cms in average length and 0.01cum in content and laid alternately as headers and stretchers, out of then stone at course not exceeding 1 meter centre to centre , shall be provide with a minimum length of 50cms and cross-sections 200 sq.cm (Size of bond specified above) on each exposed face.

(v) Jamb Stones : The jambs shall be made with stones specified for quoins except that the stone which were required to be provided at 1 metre centre to centre on both the exposed faces shall here be provided only on the jamb and the length shall be equal to the thickness of the wall for wall upto 60cms and a line of headers shall be provided for walls thicker than 60 cms as specified for bond.

3 Courses : The masonry shall be carried out in regular courses of height not exceeding 50 cms and masonry on any day will not be raised more than 60 cms in height when using mortars having compressive strength less than 20 kg/sq.cm at 28 days and 100 cms when using mortars exceeding this strength.

No attempt shall be made to level up the masonry at each courses by the use of thin stones.

4 Thickness of

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

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

- 69 -

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

6 Raking out joints : All the joints on the faces to be pointed or plastered shall be racked out with racking tool to a depth of 20mm while the mortar is still green.

7 Mortar : The mortar used for joining shall be as specified.

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

9 Protection : Green work shall be protected from rain by suitable covering. The work shall also be suitable protected from damage, mortar dropping and rain during construction.

10 Curing : Masonry work in cement or composite mortar shall be kept constantly moist on all faces for a minimum period of seven days. In case of masonry with fat lime mortar curing shall for at least seven days thereafter.

11 Measurement : (a) The work shall be measured by volume and the unit shall be cubic metres.

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

- 70 -

(c) No deductions or additions on any account shall be made for :-

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

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

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

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

(iii) Bearings of chajjas, slabs, steps, shelves etc. when

the bearings are not paid for the respective items. 12 Rate : The rate shall include the cost of materials and labour

required for all the operations described above and shall include the following :

(a) Ranking out joints for plastering or pointing done as a separate item, or finishing flush as the work proceeds.

(b) Preparing tops and sides of existing walls for raising and extending.

(c) Rough cutting and waste forming gables cores, skew backs or spandrels of arches, splays at eaves and all rough cutting in the body of walling unless otherwise specified.

(d) Bond stones or cement concrete bond blocks. (e) Leading and making holes for pipes etc. (f) Bedding and pointing wall plates, lintels, sills etc. in

or on walls, bedding roof tiles and corrugates sheets in or on walls.

(g) Building in ends of joints, beams, lintels etc.

- 71 -

10 (C) SPECIFICATION FOR COURSED RUBBLE FACING MASONRY

1 Scope : This specification covers materials, joints, laying and mode of measurement of

coursed rubble facing masonry. 2. Materials : As per specification for Random Rubble Masonry. 3. Size of Stones : (i) No dressed up stone shall be less in length and breadth than its heights. At least 25%

stones shall be headers tailing into the work at least 2/3rd the thickness of wall or full thickness of wall for walls 30 cms and less in thickness. Such stones shall be evenly distributed over the entire face.

(ii) The quoins shall also be of the same height as the courses in which they occur and at least

50 cms. in length. (iii) The jambs shall be made with stones specified for quoins except that the length of stone in

alternate course shall be equal to the thickness of the wall for walls upto 60 cms. 4. Dressing of Stones : (a) Exposed face of stones shall be brought to near rectangular

shape. (b) The bushing on exposed surfaces of the stones on outer surface of external walls shall not

exceed 2 cm. (c) Stones required to be used on outer surface of external walls; shall be dressed before use in

construction. (d) The beds and joints of exposed of stones on outer surface of external walls other than

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

(e) (i) The beds and joints of quoins & jambs shall be hammer dressed for a distance of at least 8

cms. from the face to be square with the exposed faces and with each other. The depth of gap between the surfaces of sides & beds joints and straight edge held against them shall not be more than 10mm.

(ii) No rough tooling & chiesel drafting would be required on the edges of the quoin & jamb

stones except on the corner edge defining the angle of the quoins & jambs. The corner edge defining the angle of the quoins & jambs shall have 2.5 cm wide two line chiesel drafting on both of the angle.

(f) Masonry work shall be executed from exposed (outer) side of wall. 5. Courses : The stones shall be laid in courses not less than 15 cms. in height. All the

courses shall be of the same height. When otherwise approved no course shall be thicker than any course below it. Only one stone be used in the height of the course.

6. Thickness of Joint : (i) The exposed face joints shall be more or less uniform in thickness

and thickness of any joint shall not exceed 20 mm. (ii) Stones on outer side of wall shall be arranged suitably to stagger the vertical joints and

overlapping of vertical joints shall be avoided.

- 72 -

7. Hearting and Interior Face : The hearting and interior face shall be done in Random

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

8 Laying : Each stone shall be laid in the work on its natural bed. Stones shall be thoroughly

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

9 Raking out Joints : As per specification for Random Rubble Masonry. 10 Mortar : As per specification for Random Rubble Masonry. 11 Scaffolding : As per specification for Random Rubble Masonry. 12 Protection : As per specification for Random Rubble Masonry. 13 Curing : As per specification for Random Rubble Masonry. 14 Measurement : (a) The work shall be measured as RR Masonry for the full thickness of

walling in cum and coursed stone facing masonry measured in square metres only over the exposed external face of the wall which includes the additional work of dressing was-tage of material and extra cost of facing stone, if necessary.

(b) Walling curved on plan to mean radius not exceeding 6m shall be measured separately

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

(c) No deductions or additions no any account shall be made for : (i) Opening upto 500 sq. cm. in cross section (In calculating this area the size of the openings

include any separate lintel or still but not the extra width of rebated reveals if any.) (ii) Ends of dissimilar materials (i.e. joists, beams, rafters, girders, purlins, trusses etc.) upto

500 sq. cm. in cross section. 15 Rate :

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

- 73 -

11 - LIST OF PLANT / EQUIPMENT

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

Table –1

S.No. Plant / Equipment Qty. 1. Field equipments for Design Mix Concrete testing

required as per BIS.

As decided by Engineer-in-Charge.

2. Steel centering and shuttering. 2000 Sq. Mtr. & adequate steel props.

3. (a) Excavator Cum Loader. (b) Rock cutting machine sets

1 No. As decided by

Engineer-in-charge 4. Builders Hoist/Tower Crane Nil

5. Concrete mixer with hopper. 1 No

6. Plate Vibrator. 2 Nos. 7. Needle Vibrator. 3 Nos. 8. Bar Bending Machine. 1 No. 9. Bar Cutting Machine. 1 No.

10. Stone Cutting Machine. 1 No. 11. Earth compactor 2 T NIL 12. Road Roller 8 to 10 tonne capacity 1 No. 13. Floor grinding machine 4 Nos. 14. Welding machine 2 Nos. 15. DG Set(63 KVA) 1 No. 16. Grinder, Drilling machine etc. 1 No.

- 74 -

11.2 Workshop facilities for fabrication/addition and alterations, and other allied works shall be

arranged by the contractor at his own cost. 11.3 The list of equipment/T&P/machinery as per para 11.1 is for general guidance. In addition

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

11.4 All the equipment, T&P and machinery shall be kept in good working conditions. 11.5 Equipment like batching plant, concrete pump excavators/Transit mixer etc. shall be

allowed to be moved away from the site when, the same are no longer required at site of work in the opinion of Engineer-in-charge.

11.6 The item listed at Schedule-'F' in clause-10A and clause-18 are mandatory and have to be

provided at site. If the agency does not provide following items within 30 days from the date of start of the work then the recovery for various item will be done as per details given below:

S. No. Mandatory Machinery Equipment Recovery Per Month

1 Cube testing machine alongwith twenty four nos. cube moulds.

Rs. 5000/-

2 Set of sieves for testing of coarse & fine aggregate alongwith shaker.

Rs. 1000/-

3. Automatic cement concrete batching plant of capacity 30 cum/hour

Rs. 30,000/-

- 75 -

12 - GUARANTEE BONDS/AFFIDAVIT FOR WORK (Annexure I to V)

Annexure –I

GUARANTEE TO BE EXECUTED BY THE CONTRACTOR FOR REMOVAL OF DEFECTS AFTER COMPLETION IN RESPECT OF WATER SUPPLY AND SANITARY

INSTALLATIONS, UPVC WINDOWS, ROCK WOOL INSULATION AND POLYURETHENE FOAM

The agreement made this ___________________ day of __________ two thousand and __________ between __________ S/o ___________________ (hereinafter called the GUARANTOR of the one part) and the PRESIDENT OF INDIA (hereinafter called the Government of the other part). WHEREAS THIS agreement is supplementary to a contract. (Herein after called the Contract) dated _________ and made between the GUARANTOR OF THE ONE PART AND the Government of the other part, whereby the contractor interalia, under look to render the work in the said contract recited structurally stable workmanship and use of sound materials. AND WHEREAS THE GUARANTOR agreed to give a guarantee to the effect that the said work will remain structurally stable and guarantee against faulty workmanship , finishing, manufacturing defects of materials and leakages etc. NOW THE GUARANTOR hereby guarantee that work executed by him will remain structurally stable, after the expiry of maintenance period prescribed in the contract for the minimum life of ten years, to be reckoned from the date after the expiry of maintenance period prescribed in the contract. The decision of the Engineer in charge with regard to nature and cause of defects shall be final. During the period of guarantee the guarantor shall make good all defects to the satisfaction of the Engineer in charge calling upon him to rectify the defects, failing which the work shall be got done by the Department by some other contractor at the guarantor’s cost and risk. The decision of the Engineer in charge as to the cost payable by the Guarantor shall be final and binding. That if the guarantor fails to make good all the defects, commits breach thereunder then the guarantor will indemnify the Principal and his successor against all loss, damage cost expense or otherwise which may be incurred by him tby reason of any default on the part of the GUARANTOR in performance and observance of this supplementary agreement. As to the amount of loss and / or damage and / or cost incurred by the Government the decision of the Engineer in charge will be final and binding on the parties. IN WITHNES WHEREOF those presents have been executed by the obligator __________________ and _______________________________ by for and on behalf of the PRESIDENT OF INDIA on the day , month and year first above written. Signed sealed and delivered by OBLIGATOR in presence of :. 1. _____________________ 2. _____________________ SIGNED FOR AND ON BEHALF OF THE PRESIDENT OF INDIA BY____________ ________________ in the presence of : 1. _____________________ 2. _____________________

- 76 -

Annexure –II

GUARANTEE BOND TO BE EXECUTED BY THE CONTRACTOR FOR WATER PROOFING TREATMENT FOR BASEMENT / TERRACE / TOILETS.

The agreement made this ___________________ day of __________ two thousand and __________ between __________ S/o ___________________ (hereinafter called the GUARANTOR of the one part) and the PRESIDENT OF INDIA (hereinafter called the Government of the other part). WHEREAS THIS agreement is supplementary to a contract. (Herein after called the Contract) dated _________ and made between the GUARANTOR OF THE ONE PART AND the Government of the other part, whereby the contractor interalia, undertook to render the structures in the said contract the work in the said contract recited completely water and leak proof. THE GUARANTOR hereby guarantee that the water proofing treatment given by him will render the structures completely leak proof and the minimum life of such water proofing treatment shall be ten years to be reckoned from the date after the expiry of maintenance period prescribed in the contract. Provided that the guarantor will not be responsible for leakage caused by earthquake or structural defects. The decision of the Engineer in charge with regard to cause of leakage shall be final. During the period of guarantee the guarantor shall make good all defects and in case of any defects being found render the structure water proof to the satisfaction of the Engineer in charge at his cost and shall commence the work for such rectification within seven days from the date of issue of notice from the Engineer in charge calling upon him to rectify the defects, failing which the work shall be got done by the Department through some other contractor at the guarantor’s cost and risk. The decision of the Engineer in charge as to the cost payable by the Guarantor shall be final and binding. That if the guarantor fails to execute the water proofing, or commits breach thereunder then the guarantor will indemnify the Principal and his successor against all loss, damage, cost of expenses or otherwise which may be incurred by him by reason of any of any default on the part of the GUARANTOR in performance and observance of this supplementary agreement . As to the amount of loss and / or cost incurred by the Government on the decision of the Engineer in charge will be final and binding on the parties. IN WITHNES WHEREOF those presents have been executed by the obligator __________________ and _______________________________ by for and on behalf of the PRESIDENT OF INDIA on the day , month and year first above written. Signed sealed and delivered by OBLIGATOR in presence of :. 1. _____________________ 2. _____________________ SIGNED FOR AND ON BEHALF OF THE PRESIDENT OF INDIA BY____________ ________________ in the presence of : 1. _____________________ 2. _____________________

- 77 -

Annexure –III

Form of Performance Security (Guarantee) Bank Guarantee Bond

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

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

- 78 -

Annexure –IV

AFFIDAVIT

I / We have submitted a bank guarantee for the work ____________________________

________________________________________________________________________ (Name of work) Agreement No. ___________________________________________________________ Dated ____________________from __________________________________________

(Name of the Bank with full address) to the Executive Engineer _________________________________________with a view (Name of the Division) to seek exemption from payment of performance guarantee in cash. This Bank guarantee expires on ______________________________________________ I / We undertake to keep the validity of the bank guarantee intact by getting it extended from time to time at my / our own initiative upto a period of _______________________ months after the recorded date of completion of the work or as directed by the Engineer in charge. I / We also indemnify the Government against any losses arising out of non-encasement of the bank guarantee if any.

(Deponent) Signature of Contractor

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

- 79 -

Annexure –V

Form of Earnest Money Deposit Bank Guarantee Bond

Form of Earnest Money Deposit Bank Guarantee Bond shall be as per Proforma

given on Page-99 of GCC for CPWD Works Manual - 2014

- 80 -

Annexure- VI

ACCEPTABLE MAKES OF MATERIALS

Acceptable makes of materials to be used in the work are enclosed. In case of non availability of these makes, the Engineer-in-charge may allow use of alternative makes only BIS marked materials shall be used in the work. Non BIS marked materials may be permitted by the Engineer-in-charge only when BIS marked materials are not manufactured

LIST OF ACCETABLE MAKES FOR CIVIL WORKS I/C WATER SUPPLY AND

SANITARY WORKS

S.No. Material Approved Make 1 (i) 43 Grade Ordinary Portland Cement /

Portland Pozzolona Cement. ACC, Ultratech, Vikram, Shree Cement, Ambuja, Jaypee Cement, Century Cement, J.K. Cement & Wonder Cement.

(ii) White Cement Birla White , J. K. White 2 Reinforcement Steel (TMT-Fe500) SAIL, Tata Steel, Rashtriya Ispat Nigam

Ltd (RINL), Jindal Steel & Power Ltd. and JSW Steel Ltd.

3 Water Proofing Compounds, Plasticizer, Super Plasticizer, Grouts, Polymers, Polyexpanse, Other construction chemicals

Weber, Fosroc, Pidilite, CICO, Sika, Huntsman (Ciba Geigy), Ferrous Crete

4 Tubular truss / Structural Steel SAIL, Tata Steel, Rashtriya Ispat Nigam Ltd (RINL), Jindal Steel & Power Ltd. and JSW Steel Ltd.

5 Polycarbonate Sheet GE Plastic, LEXAN 6 Decking steel sheet Ezydeck of TATA / Lloyd Superdeck 7 Admixtures Fosroc, MBT, Sika, CICO, Asian 8 Particle Board Kitply, Action TESA, Greenlam, Merino. 9 Laminated Particle Board/ Laminates Kitply, Action TESA, Greenlam, Century

Ply, Merino, Sunmica 10 Flush door shutters/Factory made paneled

door shutters Duro, Kitply Industries (Swastik), Century, A-1 wooden industries/A-teak, Green

11 Fire Rated Doors Signum Fire Protection, Kutty Doors, Shakti Metdoor, NAVAIR, ROMAT, Synergy Thrislington, Promat International.

12 False Ceiling System along with supporting grid and metallic tiles

Armstrong, Hunter Douglas, Saint Gobain, InterArch

13 Plywood/ Veneer Green, Century, Merino, Kitply, Duro 14 Melamine Polish Asian Paints Melamine Gold, Wudfin of

Pidilite, Timbertone of ICI Dulux. 15 Floor Spring HARDWYN, Godrej, Dorma, Dorset 16 Anodised Aluminium Hardware (Heavy

Duty) Kilong, Alualpha

- 81 -

17 Clear/Float/Frosted Glass Saint Gobain, AIS, Pilkington 18 Stainless Steel Railing, Accessories etc. JINDAL, Dorma, GEZE 19 Hermitically sealed performance glass &

Toughened Glass Saint Gobain, ASAHI

20 Fire rated vision Panels Pilkington, SCHOTT, FERILITE, Saint Gobain.

21 Skylight – Thermoform Mccoy Architectural System, Vergola, Abucob

22 G.I. Steel door frame Kutty Doors, Shakti Metdoor, NAVAIR, ROMAT, Synergy Thrislington.

23 Friction Stay Hinges Earl-Bihari, Ebco, Rotto, Cotswold, GU, Dorset

24 EPDM Gasket Hanu, Osaka, Avigiri, Alps, Anand 25 Glass processor for making

DGU/Toughning AIS, Art N Glass (Chandigarh), Kochar Glass Pvt. Ltd. (Bhopal), Kaenal Glass (Bhiwadi), GSE (Noida)

26 Ployster Powder Coating Shades NEROLAC, BERGER, J&N 27 Silicon based water repellant /Weather

Sealant G.E. Plastics, Dow Corning, BECKER

28 Poly-Sulphide Sealant Fosroc, Pidilite, Sika 29 Mosaic tiles/ Chequered Tiles Ultra Tiles, Unitile, NITCO 30 Ceramic Tiles / Glazed tiles Morbito, Somany, RAK 31 Vitrified Tiles (Antiskid/Matt/Glazed) Morbito, Somany, RAK 32 PVC Flooring Armstrong, Unitex, LG Houses 33 Paver block & Kerb Stone NITCO, Unitile, NTC, Ultra 34 Tile/ Stone Adhesive Pidilite, Bal Endura, Fosroc, Ferrous Crete 35 Grouting Compound Bal Endura, Pidilite, Fosroc, Ferrous Crete 36 Dash / Anchoring Fasteners HILTI, Fischer, Bosch, Wurth. 37 Nuts / Bolts & Screws GKW, Hilti, 38 Wall putty Birla wall care, JK White 39 Curing compound Fosroc, Sika, Cico 40 Oil Bound Washable Distemper Asian Paints (Tractor acrylic distemper),

ICI (Maxilite), Burger 41 Acrylic Distemper Bison(Berger), Tractor(Asian), Maxilite

(ICI) 42 Premium Acrylic Emulsion Paints ICI (Super smooth), Nerolac (Beauty gold),

Asian Paints (Premium emulsion/ professional interior emulsion), Burger

43 Cement Primer BP White(Berger), Decoprime WT(Asian), White primer (ICI)

44 Steel Primer ICI, Nerolac, Asian Paints 45 Wood Primer ICI, Nerolac, Asian Paints (White)

46 Textured Exterior Paint Asian paints (Apex with honeycomb

- 82 -

roller finish) ICI (Weather shield with honeycomb roller finish, Kansai Nerolac (Excel with honeycomb roller finish)

47 Synthetic Enamel Paint Asian(Apcolite Premium gloss enamel), ICI (Dulux gloss synthetic enamel), Kansai Nerolac (Synthetic enamel)

48 Epoxy Paint Asian, ICI, Kansai Nerolac, 49 Fire Paint Akzo Nobel Coatings India Ltd.,

PROMAT, Jotun, Asian Paints 50 G.I. / M.S. Pipe Tata, Jindal (Hisar) 51 G.I. Fittings Unik, AVR, Zoloto 52 HDPE Pipes Reliance, JainPipes, ORIPLAST 53 DI PIPES Electrosteel, Jindal, TATA DUCTURA 54 DI Fittings Kartar , Electrosteel 55 CI Fittings Neel , Kartar , Sarkar 56 CI Double flanged sluice valveb Kirloskar, Sondhi, Kejriwal 57 Float Valve L&K, Leader, Zo loto, 58 UPVC pipe and Fittings Astral, Supreme, Finolex 59 Centrifugally Cast (spun) Iron Pipes &

Fittings NECO, Kapilansh, Electrosteel,

60 Centrifugally Cast (spun) Iron (Class LA) Pipes

Neco, Electro Steel, Kapilansh

61 C.I. Manhole covers, frames & GI Gratings NECO, RAJ Iron Foundary Agra, BIC, SKF

62 SFRC Manhole covers & gratings KK, JAIN, PARGATI 63 Gun metal Valves , globes Sant, Leader, Zoloto 64 CP Brass Fittings Jaguar, Kohler, Parryware, Hindware,

Prayag 65 Sanitary Fittings & accessories Jaguar, Kohler, Parryware, Hindware 66 Water Meter Prima, Kranti, Leader, Zoloto, Dashmesh 67 Brass stop & Bib Cock Zoloto, Sant, L&K, Leader, 68 Mirror Glass Atul, Modi Guard, Golden Fish 69 U-PVC Pipe Astral, Supreme, Finolex 70 PVC Pipe & Fittings Supreme, Finolex, Kisan 71 Non Return valve (Check valve)

½” to 1¼” Zoloto, Sant, Leader

72 Brass Ferrules Dhawan Sanitary Udyog (PRIMA), Kalsi , Annapurna

73 Insulation for hot water pipes KAIFLEX , ARMAFLEX, CAREFLEX 74 Insulation for external/exposed hot

water pipes KAIFLEX , ARMAFLEX, CAREFLEX

75 Pipe protection for external water supply pipes

PYPKOTE, ARMAFLEX, AKPOLYKOTE,

- 83 -

76 Toilet Cubicles Merino Industries Ltd (Titan Series), Green Sturdo, Green Ply Industries Ltd (Greenlam Sturdo Classic), Trespa, Dorma

77 Hardware & Door fittings Dorma, Kich, Ozone, Dorset 78 Door closer Dorma, Kich, Godrej 79 Stainless Steel Sink (Salem steel) Neelkanth, Niralli, Jyna, Blue Star 80 European WC Hindware, Parryware, Kohler, Jaguar 81 Washbasin Hindware, Parryware,Kohler, Jaguar 82 Urinals Hindware, Parryware, Jaguar, Kohler 83 CPVC Pipes & Fittings Finolex, Supreme, Ashirwad, Astra 84 Stone ware pipes Perfect, Taya 85 Gully Traps Perfect, Parry 86 RCC Pipes (NP-2) Lakshmi, Sood & Sood, Jain & Co. 87 Atactic Polypropylene STP, HTL, Hydro Tech Ltd., Pidilite 88 UPVC Doors & Windows Fenesta, Aluplast , Prizma Winsol Pvt. Ltd. 89 Extruded Polystrene Insulation Board Dowcorning, Supreme, Texas, Analco 90 Heat Resistant Tiles Swastik, Thermax 91 Gypsum Plaster Ferrous Crete, Gyproc Saint Gobain,

Boral 92 Floor hardener Ironite, Ferrok, Hardonate 93 Modular Expansion Joint Herculus, CS, Vexcolt. Devin.

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

- 84 -

Annexure - VII List of Preferred Makes for structural glazing. 1) Aluminium : Hindalco / Indal / Jindal 2) Masking Tapes : Sun Control / Wonder Polymer 3) S.S. Screws / Bolts : Kundan / Puja / Atul 4) Dash Fasteners : Hilti / Fischer 5) S.S. Friction Stay : Alu Alpha / Securistyle 6) E.P.D.M. Gaskets : Hanu Industries / Roop 7) Reflective Glass : Saint Gobain or equivalent 8) Standards for tempering : DIN – 1249 – Part – 12 (1990) 9) Weather Silicon : GE / Dow Corning 10) Structural Sealant : GE / Dow Corning 11) PVC Continuous fillet for

periphery packing of Glazing : Roop / Anand / Forex 12) Backer Rod : Supreme Industries Ltd. or equivalent Other fittings, fixtures & materials which are required as per design & shop drawings shall be as per approval of Engineer – in Charge.

- 85 -

14 - QUALITY ASSURANCE PROGRAMME

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

S.

No. Items & Test Field

/ Lab Quantity

as per Estimate

Frequency as per specification

No. of test

reqd.

Remarks

1. Sand 3233 (a) Organic impurities F every 20 cum 162 (b) Silt content F every 20 cum 162 (c) Particle size

distribution F/L every 40 cum 81

(d) Bulking of sand F every 20 cum 162 2. Stone Aggt. 40

mm 354

(a) Particle size distribution

F/L every 40 cum 9

(b) Surface moisture F/L (c) Ten percent fine

value F/L

(d) Specified gravity F/L (e) Bulk density F/L (f) Aggregate crushing

strength F/L

(g) Aggregate impact value

F/L

3. Stone Aggt. 20 mm

2276

(a) Particle size distribution

F/L every 40 cum 57

(b) Surface moisture F/L (c) Ten percent fine

value F/L

(d) Specified gravity F/L (e) Bulk density F/L

- 86 -

(f) Aggregate crushing

strength F/L

(g) Aggregate impact value

F/L

4. Stone Aggt. 10/12.5 mm

1046

(a) Particle size distribution

F/L every 40 cum 26

(b) Surface moisture F/L (c) Ten percent fine

value F/L

(d) Specified gravity F/L (e) Bulk density F/L (f) Aggregate crushing

strength F/L

(g) Aggregate impact value

F/L

5. Concrete 750 15 cum 50 (a) Slump F 6. RCC 3678 20 cum 184 (a) Cube test L (b) Slump test F/L once in a day 7. Bricks / brick tiles L 1063000 50000 Nos. 21 (a) Dimensions, (b) Compressive

strength

(c) Water absorption (d) Efflorescence 8. Steel for RCC L 554940 As per Agmt. (Chemical & Mech

test)

9. Cement L 20100 As per Agmt. (Chemical & Phy.

test)

10. Water L 18 6 (a) Chemical (b) Physical property

every 3 months (water from each source)

11. Flush door L 531 26 Nos. 20 (a) End immersion test (b) Knife test (c) Adhesion test

- 87 -

12. Terrazo tiles L - 5000 Nos. - (0.23×0.23) (a) Transverse strength (b) Water absorption (c) Abrasion test 13. Ceramic glazed

tiles (for floor & walls)

L 17333 3000 Nos. 6 (300×300 mm)

(a) Water absorption (b) Crazing test (c) Impact strength test (d) Chemical resistant

test

14. Marble L - 50 Sqm. - (a) Moisture

absorption

(b) Mhos scale hardness test

15. uPVC Window L - 100 Sqm. - 16. Stone L 105 20 Cum. 5 17. Ultrasonic Pulse

Velocity Test F As per technical

circular no. 18 of CE (CSQ) issued vide no. G-2/SE(QA)/CSQ /69 dt. 12.02.13

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