government of india central public...

78
1 AE(P) / EE(P) GOVERNMENT OF INDIA CENTRAL PUBLIC WORKS DEPARTMENT Chief Engineer (West Zone III), CPWD, Mumbai-20. Name Of WORK:- C/o Annexe Building for IDBI Bank, CBD Belapur, Navi Mumbai S.H :- Flooring, False Ceiling, Partitions and painting INDEX Sl. No. Description Page No. 1 Abstract of Cost 2 PRESS NOTICE 3 Information and instruction to contractors 4-6 CPWD-6 for e-tendering 7-12 CPWD-7 13-15 Integrity Pact 16-24 Schedule A - F 25-31 Performa for Earnest Money (Bank Guarantee) 32 Particular Specification 33-34 Special Conditions 35 Special Conditions (General) 36-43 Special Conditions for Cement 44-45 Particular Specification for Partition work 46-48 Particular Specification for Acrylic Painting 49-51 Guarantee Bond for False Ceiling 52-53 List of Architectural Drawings 54 List of Approved Materials 55-56 DG/CON/282 to DG/CON/291 57-70 Schedule of Quantities (Civil) 71-78 It is certified that this NIT contains 78 pages i.e. 1 to 78 pages Executive Engineer Navi Mumbai Central Division CPWD, Mumbai 400 614

Upload: buixuyen

Post on 19-Mar-2018

212 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: GOVERNMENT OF INDIA CENTRAL PUBLIC …4.imimg.com/data4/WH/GE/HTT-1534/1534_2016-01-22-15-57...GOVERNMENT OF INDIA CENTRAL PUBLIC WORKS DEPARTMENT Chief Engineer (West Zone III), CPWD,

1 AE(P) / EE(P)

GOVERNMENT OF INDIA

CENTRAL PUBLIC WORKS DEPARTMENT Chief Engineer (West Zone III), CPWD, Mumbai-20.

Name Of WORK:- C/o Annexe Building for IDBI Bank, CBD Belapur, Navi Mumbai

S.H :- Flooring, False Ceiling, Partitions and painting

INDEX

Sl.

No.

Description Page No.

1 Abstract of Cost 2

PRESS NOTICE 3

Information and instruction to contractors 4-6

CPWD-6 for e-tendering 7-12

CPWD-7 13-15

Integrity Pact 16-24

Schedule A - F 25-31

Performa for Earnest Money (Bank Guarantee) 32

Particular Specification 33-34

Special Conditions 35

Special Conditions (General) 36-43

Special Conditions for Cement 44-45

Particular Specification for Partition work 46-48

Particular Specification for Acrylic Painting 49-51

Guarantee Bond for False Ceiling 52-53

List of Architectural Drawings 54

List of Approved Materials 55-56

DG/CON/282 to DG/CON/291 57-70

Schedule of Quantities (Civil) 71-78

It is certified that this NIT contains 78 pages i.e. 1 to 78 pages

Executive Engineer

Navi Mumbai Central Division

CPWD, Mumbai 400 614

Page 2: GOVERNMENT OF INDIA CENTRAL PUBLIC …4.imimg.com/data4/WH/GE/HTT-1534/1534_2016-01-22-15-57...GOVERNMENT OF INDIA CENTRAL PUBLIC WORKS DEPARTMENT Chief Engineer (West Zone III), CPWD,

2 AE(P) / EE(P)

ABSTRACT OF COST

Name Of WORK:- C/o Annexe Building for IDBI Bank, CBD Belapur, Navi Mumbai S.H :- Flooring, False Ceiling, Partitions and painting

Sr.No. Item Description AMOUNT

1 FLOORING 18607316

2 PAINTING 465750

3 FALSE CEILING 18155970

4 PARTITIONS, PANELLING & DOORS 21058369

TOTAL AMOUNT 58287405

This NIT is approved for Rs. 5,82,87,405/- (Rupees Five Crores Eighty

Two lacs Eighty Seven Thousand Four Hundred and five only)

Chief Engineer (West Zone III)

CPWD, 4th Floor, New CGO, New Marine Lines, Mumbai-20

Assistant Engineer(P)II

WZ III, CPWD, Mumbai

Executive Engineer(P) I

WZ III, CPWD, Mumbai

Superintending Engineer(P)

WZ III, CPWD, Mumbai

Page 3: GOVERNMENT OF INDIA CENTRAL PUBLIC …4.imimg.com/data4/WH/GE/HTT-1534/1534_2016-01-22-15-57...GOVERNMENT OF INDIA CENTRAL PUBLIC WORKS DEPARTMENT Chief Engineer (West Zone III), CPWD,

3 AE(P) / EE(P)

Press notice

CENTRAL PUBLIC WORKS DEPARTMENT

(160 YEARS OF Engineering Excellence)

NOTICE INVITING e-TENDERS

The Executive Engineer, Navi Mumbai Central Division, CPWD, CGO Complex, 7th

floor, Navi Mumbai-400614, (Ph. No. 022-27570163, Fax No. 022-27572492 e-mail:

[email protected]) invites on behalf of President of India online percentage

rate bids on two bid system from Specialized contractors, approved and eligible

contractors of CPWD for the following work :

NIT NO:- 07/CE/SEMCC-II/EE/NMCD/2015-16, Name of Work:- C/o Annexe

Building for IDBI Bank, CBD Belapur, Navi Mumbai

S.H :- Flooring, False Ceiling, Partitions and painting Estimated Cost :- Rs.

5,82,87,405/- Earnest money:- Rs. 11,65,748/-, Time of completion 150 days,

Last time & date of submission of Bid up to 3.00 PM on 01.02.2016

The tender forms and other details can be obtained from the website

www.tenderwizard.com/CPWD or www.cpwd.gov.in. The Press Notice is also

available on www.eprocure.gov.in

Assistant Engineer (P)II Executive Engineer (P)I

WZ III, CPWD, Mumbai. WZ III,CPWD, Mumbai.

Superintending Engineer(P) Chief Engineer(WZ III)

WZ III,CPWD, Mumbai-20 CPWD,Mumbai-400 020

Page 4: GOVERNMENT OF INDIA CENTRAL PUBLIC …4.imimg.com/data4/WH/GE/HTT-1534/1534_2016-01-22-15-57...GOVERNMENT OF INDIA CENTRAL PUBLIC WORKS DEPARTMENT Chief Engineer (West Zone III), CPWD,

4 AE(P) / EE(P)

INFORMATION & INSTRUCTIONS FOR BIDDERS FOR e-TENDERING FORMING PART OF BID

DOCUMENT & TO BE POSTED ON WEBSITE

The Executive Engineer, Navi Mumbai Central Division, CPWD, 7th floor, CGO Complex, Navi

Mumabi-400614.(Telephone No.022-27570163 Fax No. 022-27572492) and Email id:

[email protected] on behalf of the President of India invites online percentage rate bids on

two bid system from Specialized contractors, approved and eligible contractors for the following

work:-

Sl. No

NIT

No Name of Work & location

Estim

ate

d c

ost p

ut to

bid

Ea

rne

st M

one

y

Peri

od o

f C

om

ple

tion

Last da

te &

tim

e o

f

su

bm

issio

n o

f b

id,

Ori

gin

al

EM

D,

Co

py o

f re

ce

ipt

for

de

po

sitio

n o

f o

rig

ina

l E

MD

an

d o

the

r d

ocu

me

nts

as

sp

ecifie

d in

pre

ss n

otice

Tim

e a

nd

date

of

ope

nin

g o

f b

id (

1st

sta

ge

)

1

07/C

E/S

EM

CC

-II/E

E/N

MC

D/2

01

5-1

6

C/o Annexe Building

for IDBI Bank, CBD

Belapur, Navi Mumbai

S.H :- Flooring, False

Ceiling, Partitions and

painting

Rs

. 5,8

2,8

7,4

05

/-

Rs

. 11,6

5,7

48/-

150 D

ays

up to

3.0

0 P

M o

n 0

1.0

2.2

01

6

at

3.3

0 P

M o

n 0

1.0

2.2

016

INSTRUCTIONS TO CONTRACTOR

1. Contractors who fulfill the following requirements shall be eligible to apply. Joint ventures are not accepted.

2. 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.

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

4. The bid document consisting of plans, specifications, 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 in the

Page 5: GOVERNMENT OF INDIA CENTRAL PUBLIC …4.imimg.com/data4/WH/GE/HTT-1534/1534_2016-01-22-15-57...GOVERNMENT OF INDIA CENTRAL PUBLIC WORKS DEPARTMENT Chief Engineer (West Zone III), CPWD,

5 AE(P) / EE(P)

office of Executive Engineer, Navi Mumbai Central Division, CPWD, 7th

floor, CGO Complex, Navi Mumbai-400614 during the office hours on all days

except on Second Saturday, Sunday & Public holidays and also can be downloaded

free of cost from website www.tenderwizard.com/CPWD or www.cpwd.gov.in

5. But the bid can only be submitted after depositing of Original EMD either in

office of Executive Engineer inviting bids or division office of any Execuive

Engineer, CPWD within the period of bid submission (The EMD document

shall only be issued from the place in which the office of receiving division office is

situated.) and uploading the mandatory scanned documents such as Deposit at call

Receipt or Fixed Deposit Receipts and Bank Guarantee of any Scheduled Bank

towards EMD in favour of Executive Engineer as mentioned in NIT, receipt for

deposition of original EMD to division office of any Executive Engineer, CPWD and

other documents as specified. The contractors already registered on the e-

tendering portal will have option to continue by paying tender processing

fee up to one year from the date of registration, or to switch over to

(new) registration without tender processing fee any time. All new

registrations from 01.04.2015 will be without tender processing fee.

6. Applicants are advised to keep visiting the above mentioned web-sites from time

to time (till the deadline for bid submission) for any updates in respect of the

tender documents, if any. Failure to do so shall not absolve the applicant of his

liabilities to submit the applications complete in all respect including updates

thereof, if any. An incomplete application may be liable for rejection.

7. Those contractors who are not registered on the website mentioned above,

are required to get registered themselves beforehand. If needed they can be

imparted training on online tendering process as per details available on the

website. The intending bidder must have valid class-III digital signature to

submit the bid.

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

opening of bids he will receive the competitor bid sheets.

9. Contractor must ensure to quote percentage rate over total amount. The column

meant for quoting percentage rate in figures appears in pink colour and the

moment rate is entered, it turns sky blue.

In addition to this, while selecting the cells a warning appears that if the cell is left

blank the same shall be treated as "0". Therefore, if the cell is left blank and no

percentage rate is quoted by the bidder, rate shall be treated as "0" (ZERO).

10.The Building is targeted for 3 Star from GRIHA secretariat. In order to secure

these ratings, a high degree of responsibility and cooperation is necessary from

the contractors. 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

Page 6: GOVERNMENT OF INDIA CENTRAL PUBLIC …4.imimg.com/data4/WH/GE/HTT-1534/1534_2016-01-22-15-57...GOVERNMENT OF INDIA CENTRAL PUBLIC WORKS DEPARTMENT Chief Engineer (West Zone III), CPWD,

6 AE(P) / EE(P)

recycle, reusable delivery packaging, and reusability of selected materials. All

vendors / contractors must adhere to best practices related to Green Buildings.

11. Previous experience in construction of GRIHA/LEED rated building is desirable but

not essential. However the same shall be considered for evaluation of Technical

bid.

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

13. The time and date of opening of financial bid (stage II) of contractor qualifying the

stage I ( eligibility criteria) shall be communicated to him at later date.

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/Bank Guarantee of any Scheduled Bank against EMD.

ii) Enlistment order of the contractor

iii) Certificates of Work Experience as defined in para 1.2.1 of CPWD 6.

iv) Affidavit as per clause 1.2.3 of CPWD 6 (non CPWD and Class II CPWD

contractors)

v) Certificate of Registration for Sales Tax / VAT

vi) Certificate of Registration of service tax

vii) Copy of consent letter about composite category submitted to enlisting

Authority

viii) Copy of receipt of deposition of original EMD issued from division office of any

Executive Engineer, CPWD (The EMD document shall only be issued from the

place in which the office of receiving division office is situated.)

Executive Engineer

Navi Mumbai Central Division

CPWD, Mumbai 400 614

*X to be filled by EE

Page 7: GOVERNMENT OF INDIA CENTRAL PUBLIC …4.imimg.com/data4/WH/GE/HTT-1534/1534_2016-01-22-15-57...GOVERNMENT OF INDIA CENTRAL PUBLIC WORKS DEPARTMENT Chief Engineer (West Zone III), CPWD,

7 AE(P) / EE(P)

CPWD-6

GOVERNMENT OF INDIA

CENTRAL PUBLIC WORKS DEPARTMENT CPWD-6 for e- tendering

Online Percentage rate bids are invited on behalf of President of India from eligible

contractors of Specialized category, approved and eligible contractors in two bid system for

the work of “Name Of WORK:- C/o Annexe Building for IDBI Bank, CBD Belapur, Navi Mumbai

S.H :- Flooring, False Ceiling, Partitions and painting”

The enlistment of the contractors should be valid on the last date of submission of bids.

In case the last date of submission of bid is extended, the enlistment of contractor should

be valid on the Original date of submission of bids.

1.1 The work is estimated to cost – Rs. 5,82,87,405/- This estimate, however, is given

merely as a rough guide.

1.1.1 The authority competent to approve NIT for the combined cost and belonging to

the major discipline will consolidate NITs for calling the bids. He will also nominate

Division which will deal with all matters relating to the invitation of bids.

For composite bid, besides indicating the combined estimated cost put to bid, should

clearly indicates the estimated cost of each component separately. The eligibility of

bidders will correspond to the combined estimated cost of different components put

to bid.

1.2 Intending bidders is eligible to submit the bid provided he has definite proof from

the appropriate authority, which shall be to the satisfaction of the competent

authority, of having satisfactorily completed similar works of magnitude (The value

of the items specified under similar work definition only)specified below:-

Conditions for CPWD and Non CPWD Contractors .

1.2.1 Three similar works each of value (i.e. value of the items specified under similar

work definition only)not less than Rs. 230 lacs or two similar work each of value not less than Rs. 350 lacs or one similar work of value not less than Rs. 470 lacs in last

7 years ending Previous day of last date of submission of application. (Modified vide OM No. DG/MAN/293 , dtd. 31/10/2013.)

Similar work shall mean work of “Composite Marble/Italian Marble Flooring, Partition and False Ceiling all executed under one agreement”.

1.2.2 Criteria of eligibility for CPWD as well as non-CPWD contractors.

For works estimated to cost above Rs. 5 Crore. (the figure of Rs. 20 Crore may

be modified as per bidding limit of CPWD class I / Group A contractors of respective

discipline such as Electrical, Horticulture and furniture etc. as the case may be)

Three similar works each of value (i.e. value of the items specified under similar work

definition only)not less than Rs. 230 lacs or two similar work each of value not less

than Rs. 350 lacs or one similar work of value not less than Rs. 470 lacs in last 7

years ending Previous day of last date of submission of application.

Page 8: GOVERNMENT OF INDIA CENTRAL PUBLIC …4.imimg.com/data4/WH/GE/HTT-1534/1534_2016-01-22-15-57...GOVERNMENT OF INDIA CENTRAL PUBLIC WORKS DEPARTMENT Chief Engineer (West Zone III), CPWD,

8 AE(P) / EE(P)

The value executed works (i.e. value of the items specified under similar work

definition only) shall be brought to current costing level by enhancing the actual value

of work at simple rate of 7% per annum, calculated from the date of completion to

the last date of receipt of application for tender.

1.2.3 To become eligible for issue of bid, the bidder shall have to furnish an

affidavit as under:-

I/We undertake and confirm that eligible similar works(s) has/have not

been got executed through another contractor on back to back basis. Further

that, if such a violation comes to the notice of Department, then I/we shall

be debarred for bidding in CPWD in future forever. Also, if such a violation

comes to the notice of Department before date of start of work, the Engineer

in- Charge shall be free to forfeit the entire amount of Earnest Money

Deposit/Performance Guarantee. (Scanned copy to be uploaded at the time

of submission of bid)

1.2.4 When bids are invited from non CPWD contractors and CPWD class II contractors

as per provisions of clause 1.2.1 above, it will be mandatory for non CPWD

contractors and CPWD class-II contractors to upload the work experience

certificate(s) and the affidavit as per the provisions of clause 1.2.2. But for such

bids, Class – I contractors of CPWD are eligible to submit the bids without

submission of work experience certificate and affidavit. Therefore, CPWD Class -I

contractors shall upload two separate letters for experience certificate and affidavit

that these documents are not required to be submitted by them. Uploading of these

two letters is mandatory otherwise system will not clear mandatory fields.

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

7 (or other Standard Form as mentioned) which is available as a Govt. of India

Publication and also available on website www.cpwd.gov.in. 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 150 Days from the date of start as

defined in schedule ‘F’ or from the first date of handing over of the site, whichever is

later, in accordance with the phasing, if any, indicated in the tender 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 working drawings for the work are available.**

OR The architectural and working drawing 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 The bid document consisting of plans, specifications, the schedule of quantities of

various types of items to be executed and the set of terms and conditions of the

contract to be complied with and other necessary documents except Standard General

Page 9: GOVERNMENT OF INDIA CENTRAL PUBLIC …4.imimg.com/data4/WH/GE/HTT-1534/1534_2016-01-22-15-57...GOVERNMENT OF INDIA CENTRAL PUBLIC WORKS DEPARTMENT Chief Engineer (West Zone III), CPWD,

9 AE(P) / EE(P)

Conditions Of Contract Form can be seen on website www.tenderwizard.com/CPWD or

www.cpwd.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 bid as notified.

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

any number of times (he need not re-enter rate of all the items) but before last time

and date of submission of bid as notified.

8. When bids are invited in three stage system and if it is desired to submit revised

financial bid then it shall be mandatory to submit revised financial bid. If not

submitted then the tender submitted earlier shall become invalid.

9. Earnest Money of Rs. 11,65,748/- 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, NMCD CPWD, CGO

Complex, Navi Mumbai) shall be scanned and uploaded to the e-tendering

website within the period of bid submission. The original should be deposited

either in the office of Executive Engineer, NMCD, CPWD, CGO Complex, Navi

Mumbai-400614 or division office of any Executive Engineer, CPWD within the period

of bid submission.(The EMD document shall only be issued from the place in which the

office of receiving division office is situated.) The EMD receiving Executive Engineer

shall issue a receipt of deposition of earnest money deposit to the bidder in a

prescribed format (enclosed) uploaded by tender inviting EE in the NIT. This receipt

shall also be uploaded to the e-tendering website by the intending bidder upto the

specified bid submission date and time.

A part of earnest money is acceptable in the form of bank guarantee also.

In such case, 50% of earnest money or Rs. 20 lakh, whichever is less, will

have to be deposited in shape prescribed above, and balance in shape of Bank

Guarantee of any scheduled bank which is to be scanned and uploaded by the

intending bidders.

Copy of Enlistment Order and certificate of work experience and other documents

as specified in the press notice shall be scanned and uploaded to the e-tendering website

within the period of bid submission . However the certified copy of all the scanned

and uploaded documents as specified in the press notice shall have to be

submitted by the lowest bidder only within a week physically in the office of

tender opening authority.

Online bid documents submitted by intending bidders shall be opened only of those

bidders, whose EMD deposited with any division office of CPWD and other documents

scanned and uploaded are found in order.

The bid submitted shall be opened at 03:30 PM on 01 / 02 /2016 ( 1st stage)

10. The bid submitted shall become invalid and e-tender processing fee shall not be refunded if:

(i) The bidders is found ineligible.

Page 10: GOVERNMENT OF INDIA CENTRAL PUBLIC …4.imimg.com/data4/WH/GE/HTT-1534/1534_2016-01-22-15-57...GOVERNMENT OF INDIA CENTRAL PUBLIC WORKS DEPARTMENT Chief Engineer (West Zone III), CPWD,

10 AE(P) / EE(P)

(ii) The bidder does not deposit original EMD with division office of any

Executive Engineer, CPWD (The EMD document shall only be issued from

the place in which the office of receiving division office is situated).

(iii) 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 copy of receipt for deposition of original

EMD.

(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 bid.(Modified vide OM/DG/CON/303, dated 28/03/2014.)

(v) If a tenderer quotes nil rates against each item in item rate tender or does

not quote any percentage above/below on the total amount of the tender or any section/sub head in percentage rate tender, the tender shall be treated

as invalid and will not be considered as lowest tender.

*/** to be filled by EE

11.The contractor whose bid is accepted, will be required to furnish performance

guarantee of 5% (Five Percent) of the bided 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. 10000/-) or Deposit at Call receipt of any scheduled bank/Banker’s

cheque of any scheduled bank/Demand Draft of any scheduled bank/Pay order of any Scheduled Bank of any scheduled bank (in case guarantee amount is less than Rs.

1,00,000/-) or Government Securities or Fixed Deposit Receipts or Guarantee Bonds of any Scheduled Bank or the State Bank of India in accordance with the prescribed form. In case the contractor fails to deposit the said performance guarantee within

the period as indicated in Schedule ‘F’, including the extended period if any, the Earnest Money deposited by the contractor shall be forfeited automatically without

any notice to the contractor. The Earnest Money deposited along with the tender shall be returned after receiving the aforesaid performance guarantee. (Added vide OM/DG/CON/273, dated 01/10/2013.)

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 specified in

Schedule F.

12. The description of work is as follows:-

Name Of WORK:- C/o Annexe Building for IDBI Bank, CBD Belapur, Navi Mumbai S.H :- Flooring, False Ceiling, Partitions and painting

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

and satisfy themselves before submitting their bids as to the nature of the ground and

sub-soil (so far as is practicable), the form and nature of the site, the means of

access to the site, the accommodation they may require and in general shall

themselves obtain all necessary information as to risks, contingencies and other

Page 11: GOVERNMENT OF INDIA CENTRAL PUBLIC …4.imimg.com/data4/WH/GE/HTT-1534/1534_2016-01-22-15-57...GOVERNMENT OF INDIA CENTRAL PUBLIC WORKS DEPARTMENT Chief Engineer (West Zone III), CPWD,

11 AE(P) / EE(P)

circumstances which may influence or affect their bid. A bidders 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 bidders shall

be responsible for arranging and maintaining at his own cost all materials, tools &

plants, water, electricity access, facilities for workers and all other services required

for executing the work unless otherwise specifically provided for in the contract

documents. Submission of a bid by a bidders implies that he has read this notice and

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

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

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

factors having a bearing on the execution of the work.

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

accept the lowest or any other bid and reserves to itself the authority to reject any or

all the bids received without the assignment of any reason. All bids in which any of

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

rebate is put forth by the bidders shall be summarily rejected.

14. Canvassing whether directly or indirectly, in connection with bidders is strictly

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

liable to rejection.

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

of accepting the whole or any part of the bid and the bidders shall be bound to

perform the same at the rate quoted.

16. The contractor shall not be permitted to bid 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.

17. No Engineer of gazetted rank or other Gazetted Officer employed in Engineering or

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

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

Government service, without the previous permission of the Government of India in

writing. This contract is liable to be cancelled if either the contractor or any of his

employees is found any time to be such a person who had not obtained the

permission of the Government of India as aforesaid before submission of the bid or

engagement in the contractor’s service.

18. The bid for the works shall remain open for acceptance for a period of thirty/forty five/sixty/ ninety (30/45/60/90) days from the date of opening of bids in case of single bid system /Ninety (90)days from the date of

opening of technical bid in case bids are invited on 2 bid/envelop system /

Page 12: GOVERNMENT OF INDIA CENTRAL PUBLIC …4.imimg.com/data4/WH/GE/HTT-1534/1534_2016-01-22-15-57...GOVERNMENT OF INDIA CENTRAL PUBLIC WORKS DEPARTMENT Chief Engineer (West Zone III), CPWD,

12 AE(P) / EE(P)

one hundred twenty (120) days from the date of opening of technical bid in case bids are invited on 3 bid/envelop system for specialized work.(strike

out as the case may be) If any bidders withdraws his bid before the said period or issue of letter of acceptance, whichever is earlier, or makes any modifications in the

terms and conditions of the bid which are not acceptable to the department, then the Government shall, without prejudice to any other right or remedy, be at liberty to forfeit 50% of the said earnest money as aforesaid. Further the bidders shall not be

allowed to participate in the retendering process of the work.(Modified vide OM /DG/CON/279 dated 09/05/2014.

19. This notice inviting Bid shall form a part of the contract document. The successful

bidders/contractor, on acceptance of his bid by the Accepting Authority shall within 15

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

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

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

of invitation of bid 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 or other Standard C.P.W.D. Form as mentioned

20. Prescribed format of receipt of deposition of original EMD:

Receipt of deposition of Original EMD (Receipt No ________ Date _____ )

1. Name of Work : C/o Annexe Building for IDBI Bank, CBD Belapur, Navi Mumbai

S.H :- Flooring, False Ceiling, Partitions and painting

2. NIT No: 07/CE/SEMCC-II/EE/NMCD/2015-16

3. Estimated Cost: Rs. 5,82,87,405/-

4. Amount of Earnest Money Deposit : Rs. 11,65,748/-

5. Last date of submission of bid: up to 3.00 PM on 01.02.2016

Receipt of deposition of Original EMD (Receipt No ________ Date _____ )

1. Name of Contractor : _______________#______

2. Form of EMD : _______________#______

3. Amount of Earnest Money Deposit: Rs.______#_________

4. Date of submission of EMD: ____#_____

Signature, Name and Designation of EMD

receiving Officer (EE/AE(P)/AE/AAO)

along with stamp

(# To be filled by EMD receiving EE)

Page 13: GOVERNMENT OF INDIA CENTRAL PUBLIC …4.imimg.com/data4/WH/GE/HTT-1534/1534_2016-01-22-15-57...GOVERNMENT OF INDIA CENTRAL PUBLIC WORKS DEPARTMENT Chief Engineer (West Zone III), CPWD,

13 AE(P) / EE(P)

CPWD-7 GOVERNMENT OF INDIA

CENTRAL PUBLIC WORKS DEPARTMENT

Percentage Rate Tender & Contract for Works

Tender for the work of:- C/o Annexe Building for IDBI Bank, CBD Belapur, Navi Mumbai SH:

Flooring, False Ceiling, Partitions and Painting

(i) To be submitted by 15.30 hours on 01.02.2016 to

Executive Engineer, NMCD, CPWD, CGO Complex, Navi

Mumbai - 400614

(ii) To be opened in presence of tenderers who may be present at 15.30 hours on

01.02.2016 (1st stage) in the office of Executive Engineer, NMCD, CPWD,

CGO Complex, Navi Mumbai - 400614

Issued to ……………………………*………………………………………………………..

Signature of officer issuing the documents …………………*………………………

Designation .…………………………………*………………………………………………

Date of Issue …………*…………….

TENDER

I/We have read and examined the notice inviting tender, schedule, A, B, C, D, E & F

Specifications applicable, Drawings & Designs, General Rules and Directions, Conditions

of Contract, clauses of contract, Special conditions, Schedule of Rate & other documents

and Rules referred to in the conditions of contract and all other contents in the tender

document for the work.

I/We hereby tender for the execution of the work specified for the President of India

within the time specified in Schedule ‘F’ viz., schedule of quantities and in accordance in

all respect with the specifications, designs, drawing and instructions in writing referred to

in Rule-1 of General Rules and Directions and in Clause 11 of the Conditions of contract

and with such materials as are provided for, by, and in respect of accordance with, such

conditions so far as applicable.

We agree to keep the tender open for thirty/forty five/sixty/ninty (30/45/60/90)

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

system / one hundred twenty (120) days from the date of opening of technical bid in

case bids are invited on 3 bid/ envelop system for specialized work. (strike out as the

case may be) and not to make any modification in its terms and conditions.

A sum of Rs. 11,65,748/- is hereby forwarded in cash/receipt treasury challan/deposit at

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

a scheduled bank/bank guarantee issued by a scheduled bank as earnest money. If I/We,

fail to furnish the prescribed performance guarantee within prescribed period. I/We agree

Page 14: GOVERNMENT OF INDIA CENTRAL PUBLIC …4.imimg.com/data4/WH/GE/HTT-1534/1534_2016-01-22-15-57...GOVERNMENT OF INDIA CENTRAL PUBLIC WORKS DEPARTMENT Chief Engineer (West Zone III), CPWD,

14 AE(P) / EE(P)

that the said President of India or his successors, in office shall without prejudice to any

other right or remedy, be at liberty to forfeit the said earnest money absolutely. Further,

if I/We fail to commence work as specified, I/We agree that President of India or the

successors in office shall without prejudice to any other right or remedy available in law,

be at liberty to forfeit the said earnest money and the performance guarantee absolutely.

The said Performance Guarantee shall be a guarantee to execute all the works referred

to in the tender documents upon the terms and conditions contained or referred to those

in excess of that limit at the rates to be determined in accordance with the provision

contained in Clause 12.2 and 12.3 of the tender form. Further, I/We agree that in case of

forfeiture of Earnest Money or Performance Guarantee as aforesaid,I/We shall be

debarred for participation in the re-tendering process of the work.

I/We undertake and confirm that eligible similar work(s) has/have not been

got executed through another contractor on back to back basis. Further that, if

such a violation comes to the notice of Department, then I/We shall be

debarred for tendering in CPWD in future 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 there from to any person other than a person to whom

I/We am/are authorized to communicate the same or use the information in any manner

prejudicial to the safety of the State.

* to be filled by EE

Dated: * * * *

Signature of Contractor Witness: * * *

Postal Address * *

Address: * * *

Occupation: * * *

Page 15: GOVERNMENT OF INDIA CENTRAL PUBLIC …4.imimg.com/data4/WH/GE/HTT-1534/1534_2016-01-22-15-57...GOVERNMENT OF INDIA CENTRAL PUBLIC WORKS DEPARTMENT Chief Engineer (West Zone III), CPWD,

15 AE(P) / EE(P)

ACCEPTANCE

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

accepted by me for an 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 President of India

Signature ……………*…………………………

Dated: * Designation …………*……………………….

* to be filled by EE

* * to be filled by the tenders.

* * * to be filled by the witness of the tenderes.

Page 16: GOVERNMENT OF INDIA CENTRAL PUBLIC …4.imimg.com/data4/WH/GE/HTT-1534/1534_2016-01-22-15-57...GOVERNMENT OF INDIA CENTRAL PUBLIC WORKS DEPARTMENT Chief Engineer (West Zone III), CPWD,

16 AE(P) / EE(P)

INTEGRITY PACT

To,

………………………..,

………………………..,

………………………..

Sub: NIT No. …………………………………. for the work ……………...................

Dear Sir,

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

equity and competitiveness in public procurement.

The subject Notice Inviting Tender (NIT) is an invitation to offer made on the condition

that the Bidder will sign the integrity Agreement, which is an integral part of tender/bid

documents, failing which the tenderer/bidder will stand disqualified from the tendering process

and the bid of the bidder would be summarily rejected.

This declaration shall form part and parcel of the Integrity Agreement and signing of the

same shall be deemed as acceptance and signing of the Integrity Agreement on behalf of the

CPWD.

Yours faithfully

Executive Engineer

Page 17: GOVERNMENT OF INDIA CENTRAL PUBLIC …4.imimg.com/data4/WH/GE/HTT-1534/1534_2016-01-22-15-57...GOVERNMENT OF INDIA CENTRAL PUBLIC WORKS DEPARTMENT Chief Engineer (West Zone III), CPWD,

17 AE(P) / EE(P)

INTEGRITY PACT

To,

Executive Engineer,

………………………..,

………………………..

Sub: Submission of Tender for the work of ………………………....……………....

Dear Sir,

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

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

I/We agree that the Notice Inviting Tender (NIT) is an invitation to offer made on the

condition that I/We will sign the enclosed integrity Agreement, which is an integral part of

tender documents, failing which I/We will stand disqualified from the tendering process. I/We

acknowledge that THE MAKING OF THE BID SHALL BE REGARDED AS AN

UNCONDITIONAL AND ABSOLUTE ACCEPTANCE of this condition of the NIT.

I/We confirm acceptance and compliance with the Integrity Agreement in letter and

spirit and further agree that execution of the said Integrity Agreement shall be separate and

distinct from the main contract, which will come into existence when tender/bid is finally

accepted by CPWD. I/We acknowledge and accept the duration of the Integrity Agreement,

which shall be in the line with Article 1 of the enclosed Integrity Agreement.

I/We acknowledge that in the event of my/our failure to sign and accept the Integrity

Agreement, while submitting the tender/bid, CPWD shall have unqualified, absolute and

unfettered right to disqualify the tenderer/bidder and reject the tender/bid is accordance with

terms and conditions of the tender/bid.

Yours faithfully

(Duly authorized signatory of the Bidder)

Page 18: GOVERNMENT OF INDIA CENTRAL PUBLIC …4.imimg.com/data4/WH/GE/HTT-1534/1534_2016-01-22-15-57...GOVERNMENT OF INDIA CENTRAL PUBLIC WORKS DEPARTMENT Chief Engineer (West Zone III), CPWD,

18 AE(P) / EE(P)

To be signed by the bidder and same signatory competent / authorised to sign the

relevant contract on behalf of CPWD.

INTEGRITY AGREEMENT

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

BETWEEN

President of India represented through Executive Engineer, .................................,

(Name of Division)

CPWD, ......................................................................., (Hereinafter referred as the

(Address of Division)

‘Principal/Owner’, which expression shall unless repugnant to the meaning or context

hereof include its successors and permitted assigns)

AND

......................................................................................................................................

(Name and Address of the Individual/firm/Company)

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

(Details of duly authorized signatory)

“Bidder/Contractor” and which expression shall unless repugnant to the meaning or

context hereof include its successors and permitted assigns)

Preamble

WHEREAS the Principal / Owner has floated the Tender (NIT No……………….

................................) (hereinafter referred to as “Tender/Bid”) and intends to award,

under laid down organizational procedure, contract for

.....................................................................................................................................

(Name of work)

hereinafter referred to as the “Contract”.

Page 19: GOVERNMENT OF INDIA CENTRAL PUBLIC …4.imimg.com/data4/WH/GE/HTT-1534/1534_2016-01-22-15-57...GOVERNMENT OF INDIA CENTRAL PUBLIC WORKS DEPARTMENT Chief Engineer (West Zone III), CPWD,

19 AE(P) / EE(P)

AND WHEREAS the Principal/Owner values full compliance with all relevant laws of

the land, rules, regulations, economic use of resources and of fairness/transparency in its

relation with its Bidder(s) and Contractor(s).

AND WHEREAS to meet the purpose aforesaid both the parties have agreed to enter

into this Integrity Agreement (hereinafter referred to as “Integrity Pact” or “Pact”), the

terms and conditions of which shall also be read as integral part and parcel of the

Tender/Bid documents and Contract between the parties.

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

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

Article 1: Commitment of the Principal/Owner

1) The Principal/Owner commits itself to take all measures necessary to prevent

corruption and to observe the following principles:

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

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

demand, take a promise for or accept, for self or third person, any material or

immaterial benefit which the person is not legally entitled to.

(b) The Principal/Owner will, during the Tender process, treat all Bidder(s) with

equity and reason. The Principal/Owner will, in particular, before and during the

Tender process, provide to all Bidder(s) the same information and will not

provide to any Bidder(s) confidential / additional information through which the

Bidder(s) could obtain an advantage in relation to the Tender process or the

Contract execution.

(c) The Principal/Owner shall Endeavour to exclude from the Tender process any

person, whose conduct in the past has been of biased nature.

2) If the Principal/Owner obtains information on the conduct of any of its employees

which is a criminal offence under the Indian Penal code (IPC)/Prevention of Corruption

Act, 1988 (PC Act) or is in violation of the principles herein mentioned or if there be a

substantive suspicion in this regard, the Principal/Owner will inform the Chief Vigilance

Officer and in addition can also initiate disciplinary actions as per its internal laid down

policies and procedures.

Page 20: GOVERNMENT OF INDIA CENTRAL PUBLIC …4.imimg.com/data4/WH/GE/HTT-1534/1534_2016-01-22-15-57...GOVERNMENT OF INDIA CENTRAL PUBLIC WORKS DEPARTMENT Chief Engineer (West Zone III), CPWD,

20 AE(P) / EE(P)

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

1) It is required that each Bidder/Contractor (including their respective officers,

employees and agents) adhere to the highest ethical standards, and report to the

Government / Department all suspected acts of fraud or corruption or Coercion or

Collusion of which it has knowledge or becomes aware, during the tendering process

and throughout the negotiation or award of a contract.

2) The Bidder(s)/Contractor(s) commits himself to take all measures necessary to

prevent corruption. He commits himself to observe the following principles during his

participation in the Tender process and during the Contract execution:

a) The Bidder(s)/Contractor(s) will not, directly or through any other person or firm,

offer, promise or give to any of the Principal/Owner’s employees involved in the

Tender process or execution of the Contract or to any third person any material or

other benefit which he/she is not legally entitled to, in order to obtain in exchange

any advantage of any kind whatsoever during the Tender process or during the

execution of the Contract.

b) The Bidder(s)/Contractor(s) will not enter with other Bidder(s) into any

undisclosed agreement or understanding, whether formal or informal. This applies

in particular to prices, specifications, certifications, subsidiary contracts,

submission or non-submission of bids or any other actions to restrict

competitiveness or to cartelize in the bidding process.

c) The Bidder(s)/Contractor(s) will not commit any offence under the relevant

IPC/PC Act. Further the Bidder(s)/Contract(s) will not use improperly, (for the

purpose of competition or personal gain), or pass on to others, any information or

documents provided by the Principal/Owner as part of the business relationship,

regarding plans, technical proposals and business details, including information

contained or transmitted electronically.

d) The Bidder(s)/Contractor(s) of foreign origin shall disclose the names and

addresses of agents/representatives in India, if any. Similarly

Bidder(s)/Contractor(s) of Indian Nationality shall disclose names and addresses

of foreign agents/representatives, if any. Either the Indian agent on behalf of the

foreign principal or the foreign principal directly could bid in a tender but not

both. Further, in cases where an agent participate in a tender on behalf of one

manufacturer, he shall not be allowed to quote on behalf of another manufacturer

along with the first manufacturer in a subsequent/parallel tender for the same

item.

Page 21: GOVERNMENT OF INDIA CENTRAL PUBLIC …4.imimg.com/data4/WH/GE/HTT-1534/1534_2016-01-22-15-57...GOVERNMENT OF INDIA CENTRAL PUBLIC WORKS DEPARTMENT Chief Engineer (West Zone III), CPWD,

21 AE(P) / EE(P)

e) The Bidder(s)/Contractor(s) will, when presenting his bid, disclose (with each

tender as per proforma enclosed) any and all payments he has made, is committed

to or intends to make to agents, brokers or any other intermediaries in connection

with the award of the Contract.

3) The Bidder(s)/Contractor(s) will not instigate third persons to commit offences

outlined above or be an accessory to such offences.

4) The Bidder(s)/Contractor(s) will not, directly or through any other person or firm

indulge in fraudulent practice means a willful misrepresentation or omission of facts

or submission of fake/forged documents in order to induce public official to act in

reliance thereof, with the purpose of obtaining unjust advantage by or causing

damage to justified interest of others and/or to influence the procurement process

to the detriment of the Government interests.

5) The Bidder(s)/Contractor(s) will not, directly or through any other person or firm use

Coercive Practices (means the act of obtaining something, compelling an action or

influencing a decision through intimidation, threat or the use of force directly or

indirectly, where potential or actual injury may befall upon a person, his/ her reputation

or property to influence their participation in the tendering process).

Article 3: Consequences of Breach

Without prejudice to any rights that may be available to the Principal/Owner

under law or the Contract or its established policies and laid down procedures, the

Principal/Owner shall have the following rights in case of breach of this Integrity Pact

by the Bidder(s)/Contractor(s) and the Bidder/ Contractor accepts and undertakes to

respect and uphold the Principal/Owner’s absolute right:

1) If the Bidder(s)/Contractor(s), either before award or during execution of Contract

has committed a transgression through a violation of Article 2 above or in any other

form, such as to put his reliability or credibility in question, the Principal/Owner after

giving 14 days notice to the contractor shall have powers to disqualify the

Bidder(s)/Contractor(s) from the Tender process or terminate/determine the Contract, if

already executed or exclude the Bidder/Contractor from future contract award processes.

The imposition and duration of the exclusion will be determined by the severity of

transgression and determined by the Principal/Owner. Such exclusion may be forever

or for a limited period as decided by the Principal/Owner.

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

Principal/Owner has disqualified the Bidder(s) from the Tender process prior to the

Page 22: GOVERNMENT OF INDIA CENTRAL PUBLIC …4.imimg.com/data4/WH/GE/HTT-1534/1534_2016-01-22-15-57...GOVERNMENT OF INDIA CENTRAL PUBLIC WORKS DEPARTMENT Chief Engineer (West Zone III), CPWD,

22 AE(P) / EE(P)

award of the Contract or terminated/determined the Contract or has accrued the right to

terminate/determine the Contract according to Article 3(1), the Principal/Owner apart

from exercising any legal rights that may have accrued to the Principal/Owner, may in

its considered opinion forfeit the entire amount of Earnest Money Deposit, Performance

Guarantee and Security Deposit of the Bidder/Contractor.

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

Bidder or Contractor, or of an employee or a representative or an associate of a Bidder

or Contractor which constitutes corruption within the meaning of Indian Penal code

(IPC)/Prevention of Corruption Act, or if the Principal/Owner has substantive suspicion

in this regard, the Principal/Owner will inform the same to law enforcing agencies for

further investigation.

Article 4: Previous Transgression

1) The Bidder declares that no previous transgressions occurred in the last 5 years with

any other Company in any country confirming to the anticorruption approach or with

Central Government or State Government or any other Central/State Public Sector

Enterprises in India that could justify his exclusion from the Tender process.

2) If the Bidder makes incorrect statement on this subject, he can be disqualified from

the Tender process or action can be taken for banning of business dealings/ holiday

listing of the Bidder/Contractor as deemed fit by the Principal/ Owner.

3) If the Bidder/Contractor can prove that he has resorted / recouped the damage caused

by him and has installed a suitable corruption prevention system, the Principal/Owner

may, at its own discretion, revoke the exclusion prematurely.

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

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

commitment in conformity with this Integrity Pact. The Bidder/Contractor shall be

responsible for any violation(s) of the principles laid down in this agreement/Pact by any

of its Subcontractors/sub-vendors.

2) The Principal/Owner will enter into Pacts on identical terms as this one with all

Bidders and Contractors.

3) The Principal/Owner will disqualify Bidders, who do not submit, the duly signed

Pact between the Principal/Owner and the bidder, along with the Tender or violate its

provisions at any stage of the Tender process, from the Tender process.

Page 23: GOVERNMENT OF INDIA CENTRAL PUBLIC …4.imimg.com/data4/WH/GE/HTT-1534/1534_2016-01-22-15-57...GOVERNMENT OF INDIA CENTRAL PUBLIC WORKS DEPARTMENT Chief Engineer (West Zone III), CPWD,

23 AE(P) / EE(P)

Article 6- Duration of the Pact

This Pact begins when both the parties have legally signed it. It expires for the

Contractor/Vendor 12 months after the completion of work under the contract or till the

continuation of defect liability period, whichever is more and for all other bidders, till

the Contract has been awarded.

If any claim is made/lodged during the time, the same shall be binding and

continue to be valid despite the lapse of this Pacts as specified above, unless it is

discharged/determined by the Competent Authority, CPWD.

Article 7- Other Provisions

1) This Pact is subject to Indian Law, place of performance and jurisdiction is the Head

quarters of the Division of the Principal/Owner, who has floated the Tender.

2) Changes and supplements need to be made in writing. Side agreements have not been

made.

3) If the Contractor is a partnership or a consortium, this Pact must be signed by all the

partners or by one or more partner holding power of attorney signed by all partners and

consortium members. In case of a Company, the Pact must be signed by a representative

duly authorized by board resolution.

4) Should one or several provisions of this Pact turn out to be invalid; the remainder of

this Pact remains valid. In this case, the parties will strive to come to an agreement to

their original intensions.

5) It is agreed term and condition that any dispute or difference arising between the

parties with regard to the terms of this Integrity Agreement / Pact, any action taken by

the Owner/Principal in accordance with this Integrity Agreement/ Pact or

interpretation thereof shall not be subject to arbitration.

Article 8- LEGAL AND PRIOR RIGHTS

All rights and remedies of the parties hereto shall be in addition to all the other

legal rights and remedies belonging to such parties under the Contract and/or law and

the same shall be deemed to be cumulative and not alternative to such legal rights and

remedies aforesaid. For the sake of brevity, both the Parties agree that this Integrity Pact

will have precedence over the Tender/Contact documents with regard any of the

provisions covered under this Integrity Pact.

Page 24: GOVERNMENT OF INDIA CENTRAL PUBLIC …4.imimg.com/data4/WH/GE/HTT-1534/1534_2016-01-22-15-57...GOVERNMENT OF INDIA CENTRAL PUBLIC WORKS DEPARTMENT Chief Engineer (West Zone III), CPWD,

24 AE(P) / EE(P)

IN WITNESS WHEREOF the parties have signed and executed this Integrity Pact at the

place and date first above mentioned in the presence of following witnesses:

...............................................................

(For and on behalf of Principal/Owner)

.................................................................

(For and on behalf of Bidder/Contractor)

WITNESSES:

1. ..............................................

(signature, name and address)

2. ...............................................

(signature, name and address)

Place:

Dated :

Page 25: GOVERNMENT OF INDIA CENTRAL PUBLIC …4.imimg.com/data4/WH/GE/HTT-1534/1534_2016-01-22-15-57...GOVERNMENT OF INDIA CENTRAL PUBLIC WORKS DEPARTMENT Chief Engineer (West Zone III), CPWD,

25 AE(P) / EE(P)

PROFORMA OF SCHEDULES

SCHEDULE ‘A’

Schedule of quantities : Schedule of quantities attached.

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 hired to the contractor

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

1 2 3 4

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

SCHEDULE ‘D’

Extra schedule for specific requirements/document for the work, if any : Attached

SCHEDULE ‘E’

Reference to General Conditions of contract:GCC 2014 with correction slip received

up to the last date of receipt of tender

Name Of WORK:- C/o Annexe Building for IDBI Bank, CBD Belapur, Navi Mumbai

S.H :- Flooring, False Ceiling, Partitions and painting

Estimated cost of work : Rs. 5,82,87,405/-

(i) Earnest Money : Rs. 11,65,748/- ( to be returned after receiving

Performance guarantee)

(ii) Performance Guarantee : 5% of tendered value

(iii) Security Deposit : 2.5 % of the tendered value OR

Page 26: GOVERNMENT OF INDIA CENTRAL PUBLIC …4.imimg.com/data4/WH/GE/HTT-1534/1534_2016-01-22-15-57...GOVERNMENT OF INDIA CENTRAL PUBLIC WORKS DEPARTMENT Chief Engineer (West Zone III), CPWD,

26 AE(P) / EE(P)

2.5% of tendered value plus 50% of PG for contracts involving maintenance of the building

and services/ other work after construction of same building and services/ other work.

SCHEDULE ‘F’

GENERAL RULES & DIRECTIONS:

Officer inviting tender: Executive Engineer,

NMCD, CPWD, CGO Bldg

Mumbai-400614

Maximum percentage for quantity of items of work

to be executed beyond which rates are to be

determined in accordance with Clauses 12.2 & 12.3: See below

Definitions:

2(v) Engineer-in-Charge: Executive Engineer,NMCD,CPWD, CGO Complex, Navi

Mumbai-400614.

2(viii) Accepting Authority : CE(WZ-III), CPWD, Mumbai 20.

2(x) Percentage on cost of materials and

Labour to cover all overheads and profits: 15%

2(xi) Standard Schedule of Rates : Delhi Schedule of Rates 2014 with correction

slip received up to submission of bid.

xii) Department : Central P.W.D.

9(ii) Standard CPWD Contract Form GCC 2014, CPWD Form 7 modified & Corrected up

to the Dec 2015

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 the date of issue of letter of acceptance, in days. : 07 days.

(ii) Maximum allowable extension with late fee @ 0.1 % per day of performance Guarantee amount beyond the

period provided in (i) above, in days. : 05 days

Clause 2

Authority for fixing compensation under clause 2 : Superintending Engineer, MCC- II, CPWD, Mumbai.

Clause 2A

Whether Clause 2A shall be applicable : Yes

Page 27: GOVERNMENT OF INDIA CENTRAL PUBLIC …4.imimg.com/data4/WH/GE/HTT-1534/1534_2016-01-22-15-57...GOVERNMENT OF INDIA CENTRAL PUBLIC WORKS DEPARTMENT Chief Engineer (West Zone III), CPWD,

27 AE(P) / EE(P)

Clause 5

Number of days from the date of issue of letter

of acceptance for reckoning date of start 12 days

Mile stone(s) as per table given below:-

S.No. Description of Milestone

(Physical)

Time allow in days(from

date of start)

Amount to be

with-held in Case of non

achievement of mile stone

1 Completion of work in 2 Floors

30 Days In the event of not

achieving the

necessary

progress as

assessed from the

running payment

1.25% of the

tender value of

work will be with

held for failure of

each mile stone.

2 Completion of work in 4

Floors

60 Days

3 Completion of work in 6

Floors

90 Days

4 Completion of work in Full Full

Time allowed for execution of work : 150 days including monsoon period

Authority to decide:

(i) Extension of time : Engineer in -Charge

(ii) Rescheduling of mile stones : Superintending Engineer in- Charge

(iii) Shifting of date of start in case of delay

in handing over of site : Superintending Engineer in-charge.

Clause 6 6A

Clause applicable - : Clause 6A applicable

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.75,00,000/-

Clause 7 A

Whether Clause 7A shall be applicable YES / NO

Page 28: GOVERNMENT OF INDIA CENTRAL PUBLIC …4.imimg.com/data4/WH/GE/HTT-1534/1534_2016-01-22-15-57...GOVERNMENT OF INDIA CENTRAL PUBLIC WORKS DEPARTMENT Chief Engineer (West Zone III), CPWD,

28 AE(P) / EE(P)

Clause 10A

List of testing equipment to be provided by the contractor at site lab.

1.Standard I.S. Sieve sets 2. Measuring Jar 3. Electronic Level

4.Vernier caliper 5.Digital weighing balance 6. Rubber Hammer.

Clause 10B(ii)

Whether Clause 10 B (ii) shall be applicable Yes / NO

Clause 10C

Component of labour expressed as percent of value of work = ....25...... %

Clause 10CA

S.N. Material

covered under this clause

Nearest Materials (other than

cement, reinforcement bars and the structural steel) for which All India

Wholesale Price Index to be followed

Base Price of all

Materials covered under clause 10 CA**

Base price Corresponding

period

1 Cement Cement Rs. 6180/- Per

M.T.

December

2015

** includes cement component used in RMC brought at site from outside approved RMC

plants if any.

Clause 10CC

Clause 10 CC to be applicable in contracts with stipulated period of completion exceeding the period shown in next column ...... 12 ( TWELVE) months

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

Component of civil (except materials covered under clause 10CA) /Electrical construction Materials

expressed as percent of total value of work. - Xm ..........% NA Component of Labour -

expressed as percent of total value of work. Y ..........% NA

Component of P.O.L. - expressed as percent of total value of work. Z ..........% NA

Note : Xm….. % should be equal to (100) – ( Materials covered under clause 10CA i.e Cement, Steel and other specified in clause 10CA + Component of

Labour + Component of P.O.L)

Page 29: GOVERNMENT OF INDIA CENTRAL PUBLIC …4.imimg.com/data4/WH/GE/HTT-1534/1534_2016-01-22-15-57...GOVERNMENT OF INDIA CENTRAL PUBLIC WORKS DEPARTMENT Chief Engineer (West Zone III), CPWD,

29 AE(P) / EE(P)

Clause 11

Specifications to be followed : CPWD specification 2009 Vol. I to II for execution of

work with correction slip received up to last date of receipt of tender and attached additional terms and

conditions. Clause 12

Type of work : Original work

12.2. & 12.3 Deviation Limit beyond which clauses

12.2 & 12.3 shall apply for building work ……. 30%

12.5. (i) Deviation Limit beyond which clauses

12.2 & 12.3 shall apply for foundation work

(except earth work) ……. 50%

(ii) Deviation limit for items in earth work subhead

of DSR or related items ……. 100%

Clause 16

Competent Authority for : Superintending Engineer, MCC II, CPWD, Mumbai – 86 deciding reduced rates

Clause 18

List of mandatory machinery, tools & plants to be deployed by the contractor at

site:-

1. Mortar Mixer 2. Vibrator (Surface) 3. Spirit level/ Digital level

4. Scaffolding 5. Set square 6. Mortar tray.

Clause 25

Constitution of Dispute Redressal Committee (DRC)

Claim more than 25 lakhs Claim upto 25 lakhs

Chairman Chief Engineer (WZ-I) Director of works (WR-I)

Member Director of works (WR-I) EE(P) (WZ-I)of SE (P) cum MCEC

Under WZ-I

Member SE,MCC I EE(P) of SE ,MCC I

Page 30: GOVERNMENT OF INDIA CENTRAL PUBLIC …4.imimg.com/data4/WH/GE/HTT-1534/1534_2016-01-22-15-57...GOVERNMENT OF INDIA CENTRAL PUBLIC WORKS DEPARTMENT Chief Engineer (West Zone III), CPWD,

30 AE(P) / EE(P)

Clause 36 (i)

Requirement of Technical Representative(s) and recovery Rate

S.No. Minimum Qualification of Technical Representative

Discipline Designation (Principal Technical/ Technical Representative)

Minimum Experience

No. Rate at which recovery shall be made from the contractor in the event of not fulfilling provision of clause 36(i)

Figures Words

For work estimated cost upto Rs. 150 lacs upto Rs. 500 lacs.

1 Graduate

Engineer

Civil Principal

Technical

Representative

5 years

1 Rs.25,000/- p.m

Twenty

five

thousand

2

Graduate

Engineer

or

Diploma

Engineer

Civil

( project

planning

/site/billing

Engineer)

2

5 years

1

1

Rs.15,000

/-

p.m.

Fifteen

Thousand

Per Month

Assistant Engineers retired from Government services that are holding Diploma will be

treated at par with Graduate Engineers.Clause 42

(i) (a) Schedule/statement for determining theoretical quantity of cement &

bitumen on the basis of Delhi Schedule of Rates 2014 with upto correction

slip printed by C.P.W.D. received on the date of receipt of tender .

(ii) Variations permissible on theoretical quantities:

(a) Cement

For works with estimated cost put to tender not more than Rs. 5 lakh. 3% plus/minus.

For works with estimated cost put to tender more than Rs.5 lakh. 2% plus/minus.

(b) Bitumen All Works 2.5% plus & only & nil on minus side.

(c) Steel Reinforcement and structural steel sections for each diameter, section and category 2% plus/minus

(d) All other materials. Nil

Page 31: GOVERNMENT OF INDIA CENTRAL PUBLIC …4.imimg.com/data4/WH/GE/HTT-1534/1534_2016-01-22-15-57...GOVERNMENT OF INDIA CENTRAL PUBLIC WORKS DEPARTMENT Chief Engineer (West Zone III), CPWD,

31 AE(P) / EE(P)

RECOVERY RATES FOR QUANTITIES BEYOND PERMISSIBLE VARIATION

S.No Description of Item Rates in figures and words at which recovery shall

be made from the Contractor

Excess beyond permissiblevariation

Less use beyond permissible variation

1 Cement NIL Not Allowed

2 Steel Reinforcement NIL Not Allowed

3 Structural Sections NIL Not Allowed

4 Bitumen issued free NIL Not Allowed

5 Bitumen issued at stipulated

fixed price

NIL Not Allowed

6 Acrylic Polymer Resikon 400

as equivalent

NIL Not Allowed

* to be filled by EE

Page 32: GOVERNMENT OF INDIA CENTRAL PUBLIC …4.imimg.com/data4/WH/GE/HTT-1534/1534_2016-01-22-15-57...GOVERNMENT OF INDIA CENTRAL PUBLIC WORKS DEPARTMENT Chief Engineer (West Zone III), CPWD,

32 AE(P) / EE(P)

PROFORMA FOR EARNEST MONEY (BANK GUARANTEE)

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

contractor") has submitted his tender dated ............. (date) for the construction of

.............................................. (name of work) (hereinafter called "the Tender") KNOW

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

having our registered office at ................................... (hereinafter called "the Bank")

are bound unto ................................................... (Name and division of Executive

Engineer) (hereinafter called "the Engineer-in-Charge") in the sum of Rs.

......................... (Rs. in words ................................................) for which payment

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

successors and assigns by these presents. SEALED with the Common Seal of the said

Bank this................. day of .................20... .

THE CONDITIONS of this obligation are:

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

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

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

Engineer-in-Charge:

(a) fails or refuses to execute the Form of Agreement in accordance with the Instructions

to contractor, if required; OR

(b) fails or refuses to furnish the Performance Guarantee, in accordance with the

provisions of tender document and Instructions to contractor, OR

(c) fails or refuses to start the work, in accordance with the provisions of the contract

and Instructions to contractor, OR

(d) fails or refuses to submit fresh Bank Guarantee of an equal amount of this Bank

Guarantee, against Security Deposit after award of contract.

We undertake to pay to the Engineer-in-Charge up to the above amount upon

receipt of his first written demand, without the Engineer-in-Charge having to

substantiates his demand, provided that in his demand the Engineer-in-Charge will note

that the amount claimed by his is due to him owing to the occurrence of one or any of

the above conditions, specifying the occurred condition or conditions.

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

the deadline for submission of tender as such deadline is stated in the Instructions to

contractor or as it may be extended by the Engineer-in-Charge, notice of which

extension(s) to the Bank is hereby waived. Any demand in respect of this Guarantee

should reach the Bank not later than the above date.

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

WITNESS ..................

Page 33: GOVERNMENT OF INDIA CENTRAL PUBLIC …4.imimg.com/data4/WH/GE/HTT-1534/1534_2016-01-22-15-57...GOVERNMENT OF INDIA CENTRAL PUBLIC WORKS DEPARTMENT Chief Engineer (West Zone III), CPWD,

33 AE(P) / EE(P)

1. PARTICULAR SPECIFICATION

1.0 Unless otherwise specified, CPWD specifications 2009 volume I & II with upto date

correction slips and shall be followed in general. Any additional item of work if taken up subsequently, shall also conform to the relevant CPWD specifications,

mentioned above, should there be any difference between description of items as given in the schedule of quantities, nomenclature and specifications for individual items of work ( special conditions) and I. S. Codes, work shall be got done in the

following order of precedence.

i) Description of items as given in Schedules of Quantities. ii) Special conditions, Special conditions(General), Particular

specification (Repair work) or particular specification. iii) CPWD specifications. iv) B. I. S. Code.

1.1 In case of item not covered by the CPWD specifications referred to above, or

particular specification attached, reference shall be made to appropriate latest I. S. Codes and the decision of the Engineer-in-Charge shall be final and binding on the contractor.

1.2 Wherever any reference to any Indian standard Specifications occurs in the

documents relating to this contract, the same shall be inclusive of all amendments issued thereto or revisions thereof, if any, up to the date of receipt of tender.

1.3 Unless otherwise specified in the schedule of quantities, the rates for all items of work shall be considered, as inclusive of pumping out or balling out water, if

required for which no extra payment will be made. This will include water encountered from any source such as rains, floods, sub soil water table being high and / or due to any other cause whatsoever.

1.4 The work shall be executed and measured as per metric dimensions given in the

Schedule of quantities, drawings etc. (F.P.S. Units wherever indicated are for guidance only).

2.0 The following modifications to the above specifications and some additions specifications shall however apply.

2.1 All stone aggregate and stone ballast shall be hard stone variety to be obtained

from approved quarries at Chandivali, Mumbai or any other source to be got

approved by the Engineer-in-Charge.

2.2 Coarse sand should obtain from River sand such as Tanasa, Vaitarana and Mahad or any other source to be got approved by the Engineer-in-Charge and screened as required. The same shall be clean and sharp angular grit type. If the

sand brought to site is dirty it must be washed with clean water.

2.3 Fine sand should be obtained from River source such as Tanasa, Vaitarana and Mahad or any other source to be got approved by the Engineer-in-Charge and

screened as required. The same shall be clean and sharp angular grit type. If the sand brought to site is dirty it must be washed with clean water.

2.4. The rates for all items of work, shall unless clearly specified otherwise, include cost of all labour, materials, scaffolding and other inputs involved in the execution of

the item at all floors and heights.

Page 34: GOVERNMENT OF INDIA CENTRAL PUBLIC …4.imimg.com/data4/WH/GE/HTT-1534/1534_2016-01-22-15-57...GOVERNMENT OF INDIA CENTRAL PUBLIC WORKS DEPARTMENT Chief Engineer (West Zone III), CPWD,

34 AE(P) / EE(P)

3.0 Embedding of pipes, conduits etc.

3.1 All crossings, embedment etc. in walls and floors for water supply, drainage, conduits and sanitary pipes, fittings etc. shall be provided as per previously

prepared detailed drawings for individual walls and floors so as to avoid cuttings of brick works and floors. All such areas shall be made good during finishing and nothing extra shall be paid for this.

4.0 PAINTS & OTHER MATERIALS.

4.1 Paints and other materials shall be obtained from one of the firms on the list of

approved manufactures of CPWD, and/or shall bear I.S.I. mark.

4.2 All the material required to be tested shall be tested as per provisions of the

relevant I. S. codes should there be any difference between acceptance CRITERIA given in I.S. codes, CPWD specifications and special conditions, the acceptance CRITERIA shall be in the following order of precedence.

1. Special conditions

2. CPWD Specifications 3. B. I. S. codes

4.3 The Contractor’s rate for the items involving the use of materials shall be deemed

to cover the cost of samples consumed in testing. The cost of packing, sealing,

transportation, loading, unloading etc. shall be borne by the contractor. Testing charges borne by the department only when the samples satisfy the provision

specified and conform to the requirements of the relevant specification. If the results show that the samples do not satisfy the relevant specifications, the testing shall be borne by the contractor.

4.4 As far as practicable no water supply/drainage pipes and fittings shall be fixed to

RCC columns, beams etc. unless such a layout is approved by the Engineer-in-Charge. In such case, the SCI pipe and G. I. pipe wherever necessary shall be fixed to RCC columns, beams etc. with rawl plugs and nothing extra shall be paid

for this.

Page 35: GOVERNMENT OF INDIA CENTRAL PUBLIC …4.imimg.com/data4/WH/GE/HTT-1534/1534_2016-01-22-15-57...GOVERNMENT OF INDIA CENTRAL PUBLIC WORKS DEPARTMENT Chief Engineer (West Zone III), CPWD,

35 AE(P) / EE(P)

2. SPECIAL CONDITIONS

1. The work shall be carried out in manner complying in all respects with the requirement of relevant byelaws of the local Municipal Corporation of the local

body whatsoever.

2. a) The contractor shall put necessary boards on display forbidding the

workers/public from approaching the work area under progress to avoid any accident.

b) The contractor shall take all precautions to avoid all accidents by exhibiting

necessary caution-boards. They shall be responsible for all damages and accidents caused due to negligence on their part.

3. All incidental charges of any kind including cartage, storage cutting and wastage and safe custody of materials etc. (not covered under any other condition) shall be

borne exclusively by the contractor and nothing extra shall be payable to them on this account.

4. Materials procured for the work such as epoxy resins, hardeners, polymers etc. as specified in the nomenclature of items shall be deposited with the Engineer-in-

Charge and got issued on day to day basis based on the consumption/requirements for the work. The watch & ward of such materials shall, however, remain to be responsibility of the contractor and no claim on this account

shall be entertained.

5. Storage and watch & ward of construction material will be the responsibility of the contractor. However, necessary storage space for the same would be made available at site during the execution of the work.

7. The contractor shall progress on different fronts simultaneously as much as possible and practicable.

8. Any service connection like electric supply etc. shall be obtained by the contractor

on their own including water and other facilities to their workers.

Page 36: GOVERNMENT OF INDIA CENTRAL PUBLIC …4.imimg.com/data4/WH/GE/HTT-1534/1534_2016-01-22-15-57...GOVERNMENT OF INDIA CENTRAL PUBLIC WORKS DEPARTMENT Chief Engineer (West Zone III), CPWD,

36 AE(P) / EE(P)

3. SPECIAL CONDITIONS (GENERAL)

1.0 The contractor will have to work according to the program of work, decided by the

Engineer-in-charge for which purpose the contractor should submit a tentative

program of the work within one month from the date of start of the work. The

contractor shall also construct a sample unit, complete, in all respects within time

specified by the Engineer-in-Charge and this sample unit shall be got approved

from the Engineer-in-charge before mass construction is taken up. No extra claim

whatsoever beyond the payments due at agreement rates will be entertained from

the contractor on this account.

2.0 The contractor shall take instructions from the Engineer in charge for stacking of materials in 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.

3.0 If as per municipal rules the huts for labour are not to be erected at the site of

work, the contractors are required to provide such accommodation as is acceptable

to local bodies and nothing extra shall be paid on this account.

4.0 The work on items of internal finishing must be started as soon as the structure of

two floors is completed.

5.0 Unless otherwise provided in the Schedule of quantities / CPWD specification 2009

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

to him on this account.

6.0 The work shall be carried out in accordance with the architectural drawings and

structural drawings. The structural and architectural drawings shall have to be

properly correlated before executing the work. In case of any differences noticed

between architectural and structural drawings, final decision, in writing of the

Engineer-in-charge shall be obtained by the contractor. In case of any discrepancy

between the nomenclature of item given in the schedule of quantities appended

with the tender and architectural drawings related to the relevant items, the

former shall prevail unless and otherwise given in writing by the Engineer-in-

charge. Samples shall be prepared before starting particular items of work for

prior approval of the Engineer-in-Charge and nothing extra will be payable on this

account.

7.0. All the material to be used on works shall bear ISI certification mark unless

otherwise the make is specified in the item or special conditions appended with

this tender document. In case ISI marked materials or the materials mentioned in

the tender documents are not available as per opinion of Engineer-in-Charge,

which shall be final and binding, the material to be used shall conform to CPWD

Specifications applicable in this tender or IS code. In such cases Engineer-in-

Charge shall satisfy himself about the quality of such materials and give his

approval in writing. Only articles classified, as first quality by the manufacturers

shall be used unless otherwise specified. All material not having ISI mark shall be

tested as per relevant CPWD / ISI specification.

Page 37: GOVERNMENT OF INDIA CENTRAL PUBLIC …4.imimg.com/data4/WH/GE/HTT-1534/1534_2016-01-22-15-57...GOVERNMENT OF INDIA CENTRAL PUBLIC WORKS DEPARTMENT Chief Engineer (West Zone III), CPWD,

37 AE(P) / EE(P)

The Engineer-in-Charge may relax the condition regarding testing if the quantity of

the materials required for the work is very small. In all cases of use of ISI marked

materials proper proof of procurement of materials from authentic manufacturers

shall be provided by the contractor to the entire satisfaction of Engineer-in-

Charge.

8.0 All materials equivalent to the one specified should be got approved by the

Engineer-in-Charge before using the said materials in the work.

9.0 Any damage to work resulting from rains or from any other cause until the work is

taken over by Department after completion of work shall be made good by the

contractor at his own cost.

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

movement of labour, materials etc. The contractor shall be bound to follow all such

restrictions/ instructions and nothing extra shall be payable on this account.

11.0 The contractor shall comply with the provision of any Government acts, which

relate to the work and to the regulations and laws of any local authorities. The

contractor shall give all notices required by the said Acts, laws etc. and pay all fees

payable to such authorities and allow for those contingencies, cost of restorations

etc. and all other fees payable to the local authorities.

11.1 Water and sewerage charges for execution of the work shall be payable by the

contractor directly to the local bodies under intimation to the department. In case

such charges are not paid by the contractor, the same shall be recovered from the

bill for remittance or if already remitted to the local bodies.

12.0 Tendered rates are inclusive of all taxes and levies payable under the respective

statutes.

12.1 Rates quoted shall be inclusive of the Sales Tax/Turnover tax as leviable by the

State Governments on the transfer of property in goods involved in the execution

of works contract and nothing extra will be payable on that account.

13.1 The Contractor shall obtain the fit for occupation certificate of the building from the concerned Municipal authorities after satisfactory completion of the work. The

payment made to such Municipal Agencies shall be reimbursed to the contractor on production of authentic bills.

13.2 The contractor shall comply with proper and legal orders and directions of the local or public authority or municipality and abide by the rules and regulations and pay

all fees and charges, which he may be liable.

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

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

15.0 The tenderer should not quote unnecessary conditions contradicting the general conditions and particular specifications given in this tender, as such conditions

apart from being not agreed to can lead to rejection of the tender.

16.0 BRIEF WORDING OF ITEMS

Page 38: GOVERNMENT OF INDIA CENTRAL PUBLIC …4.imimg.com/data4/WH/GE/HTT-1534/1534_2016-01-22-15-57...GOVERNMENT OF INDIA CENTRAL PUBLIC WORKS DEPARTMENT Chief Engineer (West Zone III), CPWD,

38 AE(P) / EE(P)

16.1 For the purpose of recording measurements and preparing running account bills, the underlined portions of the nomenclature of items included in the Schedule of

Quantities shall be adopted as the abbreviated nomenclature of the particular item. The abbreviated nomenclature shall be taken to cover all the materials and

operations as per the complete nomenclature of the relevant item in the agreement and relevant specifications. In the case of items for which abbreviated nomenclature is not indicated in the Schedule of quantities, the full nomenclature

shall be reproduced while recording measurements and preparing the bills. Also following abbreviations may be adopted.

(A) P/L for : Providing and Laying.

(B) P/F for : Providing and Fixing.

(C) C.C. for : Cement Concrete.

(D) C.M. for : Cement Mortar.

16.1 In case of extra/substituted items of work for which brief wording is not

provided in the agreement, the full nomenclature of the item shall be reproduced in the measurement books and bill forms of running account

bills.

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

final bill in the measurement books and also in the forms for final bills.

17.0 Royalty at the prevalent rates shall have to be paid by the contractor on all quarry

produce (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/Central Government. The rates for completed item of work shall include such Royalty payment etc.

18.0 VARIATION IN CONSUMPTION OF MATERIALS

18.1 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.

18.2 Material brought by the contractor.

The contractor shall have to deposit the approved paints of required colour and

shade as per actual requirements of the work to be done, with the Engineer-in-Charge at his departmental stores at the site of work. The paint, polymer etc will be issued to the contractor from time to time according to his requirements for the

work in the same manner as the issue of materials stipulated to be issued departmentally.

18.3 Empty containers shall be not removed without the written permission of the

Engineer-in-charge.

19 TESTING OF MATERIALS

Page 39: GOVERNMENT OF INDIA CENTRAL PUBLIC …4.imimg.com/data4/WH/GE/HTT-1534/1534_2016-01-22-15-57...GOVERNMENT OF INDIA CENTRAL PUBLIC WORKS DEPARTMENT Chief Engineer (West Zone III), CPWD,

39 AE(P) / EE(P)

19.1 The contractor shall procure all the materials in advance so that there is sufficient

time for testing and approving of the material and clearance of the same before

use in the work.

19.2 The contractors rates for the items involving the use of materials shall be deemed

to cover the cost of samples, the cost of packaging, sealing, transportation,

loading, unloading etc. shall be borne by the contractor, Testing charges shall be

borne by the Department only when the samples satisfy the provisions specified &

conform to the requirements of the relevant specifications. If the results show that

the samples do not satisfy the relevant specifications, the testing charges shall be

borne by the contractor.

The approval of samples of materials and their testing shall be in conformity with

para 0.8 and its sub-paras of CPWD specifications Vol.I-2009.The testing and

standard of acceptance of concrete shall be govern by para 5.4.9 and 5.4.10 and

its sub-paras of CPWD specifications Vol.I / 2009.

20 The contractor shall make his own arrangements for obtaining electric connections, if required and make necessary payments directly to the department concerned.

21 Other agencies will also be executing simultaneously the works like electrification, horticulture or external services and other building works for the same project

along with this work in particular. The contractor shall afford necessary facilities for the same. No claim in this respect shall be entertained. The contractor shall

leave such necessary holes, opening etc. for laying/burying in the work, pipes, cables, conduits, clamps, boxes and hook for fan clamps etc. as may be required for electric, sanitary, air Conditioning, fire fighting P.A. system telephone system

C.C.T.V. system etc. and nothing shall be paid for the same. Conduits for electrical wiring/cables will be laid in such a way that they leave enough space for

concreting and do not adversely affect the structural members. Nothing extra over the agreement rate shall be paid for the same.

22 Any cement slurry if added over base surface (or for continuation of concreting) for bond, Its cost shall be deemed to have been included in the respective items,

unless otherwise, explicitly stated, and nothing extra shall be payable nor extra cement considered in the cement consumption on this account.

23 The intending tenderers are requested to go through architectural drawings mentioned below. These drawings are available in the O/o Executive Engineer, CPWD. The architectural drawings show the type of building to be constructed,

number of stories and other architectural features. No claim whatsoever shall be entertained for the same and also for lack of information on this account, which

the tenderer is expected to have.

24 The contractor shall take proper care during dismantling operations to ensure that

there is no danger/damage to any adjoining/existing structures and in case of any damage the contractor shall re-do the work/do the necessary repairs as per direction of the Engineer-in-Charge for which no claim would be entertained by the

department.

25 Testing of materials should be got done through the following Testing laboratories.

Page 40: GOVERNMENT OF INDIA CENTRAL PUBLIC …4.imimg.com/data4/WH/GE/HTT-1534/1534_2016-01-22-15-57...GOVERNMENT OF INDIA CENTRAL PUBLIC WORKS DEPARTMENT Chief Engineer (West Zone III), CPWD,

40 AE(P) / EE(P)

1. All Government Institutes having testing Laboratory facility.

2. Indian Institute of Technology , Mumbai. 3. National Test HOUSE Mumbai. 4. Central Government / State Government Research Centres.

5. Centrally or State Government funded Laboratories stands approved. 6. Approved Private Laboratories.

26. Before commencement of the work, the contractor shall co-relate all relevant

structural, architectural, detailed drawings of aluminum doors, windows etc. and

service drawings and shall satisfy himself that the information available there from

is complete and unambiguous. The contractor shall be responsible for any

error/omission owing to any discrepancy in the drawings, which has been

overlooked by him and or had not been brought to the notice of the Engineer-in-

Charge before execution.

27. Manufacturer’s Test Certificate: The contractor shall, if required by the Engineer-

in-Charge, produce manufacturer’s test certificates for any material or particular

batch of materials supplied by him. The tests carried out shall be as per relevant

specifications/Indian Standard Code.

28. The aluminium extruded sections shall conform to IS Designations HEIWP/HVIWP

alloy, with chemical composition and technical properties as per I.S: 733 and IS:

1285. For sectional weight, tolerance limits shall be (-) 0.5%.

29. Anodising and electro colouring of aluminium section and fabrication shall be got

done from the factory as approved by the Engineer - in - Charge.

29. Fabrication:

Contractor shall prepare detailed shop drawings of his proposal using suitable

sections based on architectural design/drawings, adequate to meet the

requirement/specifications laid down in this tender document. These detailed shop

drawings shall be got approved from the Engineerin-Charge before taking up the

fabrications. Actual measurement of each opening shall be measured before

fabrication of framework. Aluminium shall be fabricated in the factory to the extent

possible and feasible, only adjustment, joining, assembling and fixing shall be

done at the site of work.

30. All hard ware used shall conform to the relevant specifications and as per samples

approved by the Engineer-in-Charge. Design, quality, type, number and fixing of

hardware shall be in accordance with architectural drawings and as approved by

the Engineer-in-Charge. All members shall be accurately machine milled and fitted

to form hairline joints. The jointing accessories such as cleats, brackets, screws

etc. shall be of such materials as not to cause any bimetallic action. Nothing extra

shall be paid for jointing accessories. Mixed joints of the doors, shutters and

frames shall be either corner crimped or fixed with self tapping stainless steel

screws of approved make and quality to heavy duty extruded aluminium cleats and

sealed with silicon sealant, for which nothing extra shall be paid. Verticals of the

Page 41: GOVERNMENT OF INDIA CENTRAL PUBLIC …4.imimg.com/data4/WH/GE/HTT-1534/1534_2016-01-22-15-57...GOVERNMENT OF INDIA CENTRAL PUBLIC WORKS DEPARTMENT Chief Engineer (West Zone III), CPWD,

41 AE(P) / EE(P)

frame shall be embedded in the floors, wherever required upto 50mm including

cutting and making good of the floor, for which nothing extra shall be paid.

31. Fixing:

The screws used for fixing aluminium frames to masonry walls/RCC members and

aluminium members to another aluminium members shall be stainless steel of

approved make and quality.Threads of machine screws used shall conform to IS :

4218. The gap between frames and sill, jamb or soffit, shall be filled with approved

polysulphide sealant to ensure complete water tightness. The sealant shall be of

such approved colour and composition that it would not stain the masonry/RCC

work. It should not set or flow and shall not set hard or dry out under any

conditions of weather. The silicon sealant shall be used as required and shall

match the colour of the aluminum sections. Any excess sealant shall be

removed/cleared. Nothing extra shall be paid for the above. Fixing of glass panes

should be designed in such a way that replacing damaged/ broken glass panes is

easy without having to remove or damage any members or interior finishing

materials.

32. Anodising/Electro Colouring:

Aluminium sections shall be anodised as per IS: 7088 - 1973. Anodising to be

done as per Grade AC-15 and shall not be less than 15 microns thick when

measured as per IS: 6012, and electro colour with colour fastness rating no.8 of

IS: 1868. Colour anodising shall be done only by electro colour process. No visual

variation in colour shall be permitted. The anodic coating shall be properly sealed

by steam or by boiling in deiodized water as per IS:1868 and or IS: 6057. Sealing

quality shall be tested in accordance with the relevant standards. Nothing extra

shall be paid on that account. The contractor shall satisfy himself by 100%

checking in the factory that the thickness of the anodic coating is found to be

minimum 15 microns and sealing quality appropriate everywhere. The testing shall

be done by ‘eddy current method’ as per IS: 6012. If thickness is found

substandard, the material shall be rejected. Requisite tests shall also be carried

out at site as instructed by the Engineer-in-Charge. Contractor shall arrange all the

equipments required for these tests at site. Nothing extra shall be paid for the

same. All anodised aluminium works shall conform to relevant IS standards

relating to materials, workmanship, fabrications, finishing, erection, installation

etc. In this connection, IS codes including IS: 1868 – 1982, IS: 733 – 1983, IS:

1948-1961, IS: 7088-1973, 6012-1970, IS: 1285-1975, IS: 740-1975 are

considered relevant and applicable. A thick layer of clear transparent lacquer

based on methacrylates or cellulose styrate shall be applied on the anodised

sections, before they are brought at site. The lacquer shall be removed after

installations are complete or as an alternative, the exposed surface of the

aluminium sections shall be provided with gummed paper tape protection. After

fixing and assuring of proper functioning of doors, windows etc., such protective

layer shall be cleaned out/removed. Nothing extra shall be paid for above to the

contractor.

Page 42: GOVERNMENT OF INDIA CENTRAL PUBLIC …4.imimg.com/data4/WH/GE/HTT-1534/1534_2016-01-22-15-57...GOVERNMENT OF INDIA CENTRAL PUBLIC WORKS DEPARTMENT Chief Engineer (West Zone III), CPWD,

42 AE(P) / EE(P)

33. Glazing:

All glass panes shall be retained within framing by use of exterior grade neoprene

gaskets even though PVC gaskets may be mentioned in the schedule. Use of

glazing or caulking compounds around the perimeter of glass will not be permitted.

All fixed glass panes shall be supported by setting blocks. There shall be no

whistling or rattling. Before installation of glass, contractor shall ensure the

following: (a) All glazing rebates shall be square, to plumb, true to plane, dry and

free from dust, (b) Glass edge shall be clean and cut to exact size, (c) glazing shall

provide such thermal expansion and contraction of components, as will be caused

by the temperature variations inside and outside without causing buckling stress

on glass, detrimental effect on structural elements and components. Samples of

typical glazing shall be made and got approved by the Engineer-in-Charge before

mass installation taken in hand. Fitting and fixture shall be of best quality as

approved by the Engineer-in-Charge. Protection and Cleaning After erection and

removal of protective layer, all aluminium works including glass panes shall be

washed with a suitable thinner and water to give a uniform clear appearance free

from any marks and/or blemishes.

34. Wood Work:

The samples of species of timber, commercial ply, natural wood veneer, laminate

etc. to be used shall be deposited by the contractor with the E.E. before

commencement of the work. The contractor shall produce cash vouchers and

certificate from standard kiln seasoning chemically pressure treatment plant

operators about the timber section to be used on the work having been kiln

seasoned chemically pressure treated by them, failing which it would not be to

accept as kiln seasoned & chemically pressure treated. Factory made shutter, as

specified shall be obtained from factories to be approved by the Engineer-in-

Charge and shall conform to IS: 2202 (Part-I) 1977. The contractor shall inform

well in advance to the Engineer-in-Charge the names and address of the factory

where from 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 by the Engineer-in-Charge

or his authorized representative. Contractor will have no claim if the shutters

brought at site are rejected by Engineer-in-charge in full lot due to bad

workmanship/quality. 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 instructions in this regard are issued by Engineer-in-charge or his

authorized representative.

35. Composite Marble:

Size tolerance in length, width shall be (+/-)0.5%, Rectangularity (+/-) 0.6%,

thickness (+/-)5% i/c surface flatness and side flatness. Water absorption < 0.4%,

Flexural strength >21Mpa, Hardness => 3Mohs, Density – 2200 to 2400 Kg/m3,

Page 43: GOVERNMENT OF INDIA CENTRAL PUBLIC …4.imimg.com/data4/WH/GE/HTT-1534/1534_2016-01-22-15-57...GOVERNMENT OF INDIA CENTRAL PUBLIC WORKS DEPARTMENT Chief Engineer (West Zone III), CPWD,

43 AE(P) / EE(P)

Abrasion resistance 16.4 – 18 mm, Bulk Specific Gravity not less than 2.47.

Acceptance shall be as per IS 13630-2006(RA2012) and ASTM C-97-96. All other

instructions for laying, storage, handling etc. shall be as per manufacturer’s

literature. Measurements shall be as per CPWD Specification relevant to Marble

flooring.

36. False Ceiling Works:

The frame work and the false ceiling shall be got executed by the manufacturer/

their authorized firms so that the guarantee/ warrantee of the product is ensured.

Extra support for holding the frame work in its shape (no sagging is allowed)

wherever openings are provided for the purpose of electrical fittings / any other

services. Edges near walls / partitions etc shall not have any sag or deformations

in line and level.

Page 44: GOVERNMENT OF INDIA CENTRAL PUBLIC …4.imimg.com/data4/WH/GE/HTT-1534/1534_2016-01-22-15-57...GOVERNMENT OF INDIA CENTRAL PUBLIC WORKS DEPARTMENT Chief Engineer (West Zone III), CPWD,

44 AE(P) / EE(P)

4. SPECIAL CONDITIONS FOR CEMENT

1) The contractor shall procure 43 grade/53 grade (confirming to IS 8112) ordinary

Portland cement, as required in the work, from reputed manufacturers of cement having

a production capacity not less than one million tones or more per annum, such as ACC,

Ultra Tech, J. P. Rewa, Vikram, Vasudatta, Shri Cement, Birla Jute & cement Corporation

of India etc., as approved by the Ministry of Industry, Government of India, and holding

license to use ISI certification mark for their product. The tenderers may also submit a

list of names of cement manufactures which they propose to use in the work. The tender

accepting authority reserves right to accept or reject name(s) of cement manufacture (s)

which the tenderer propose to use in the work. No change in the tender rates will be

accepted if the tender accepting authority does not accept the list of cement

manufacturers, given by the tenderer, fully or partially.

The supply of cement shall be taken 50 kg. bags bearing manufacturer's name and ISI

marking. Samples of cement arranged by the contractor shall be taken by the Engineer-

in-Charge and got tested in accordance with provisions of relevant BIS codes. In case 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 a week's time of written order from the

Engineer-in-charge to do so.

2) The cement shall be brought at site in bulk supply of approximately 10 tonnes or as

decided by the Engineer-in-charge.

The cement godown of the capacity to store a minimum of 500 bags of cement

shall be constructed by the contractor at site of work for which no extra payment shall be

made.

3) Double lock provision shall be made to the door of the cement godown. The keys of

one lock shall remain with the Engineer-in-charge or his authorized representative and

the keys of the other lock shall remain with the contractor. The contractor shall be

responsible for the watch and ward and safety of the cement godown. The contractor

shall facilitate the inspection of the cement godown by the Engineer-in-charge at any

time.

4) The cement shall be got tested by the Engineer-in-charge and shall be used on the

work only after satisfactory test results have been received. The contractor shall supply

free of charge the cement required for testing including its transportation cost to testing

laboratories. The cost of tests shall be borne by the contractor/Department in the

manner indicated below:

(a) By the contractor, if the results show that the cement does not conform to relevant

BIS codes.

(b) By the Department, if the results show that the cement conforms to relevant BIS

codes.

5) 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

Page 45: GOVERNMENT OF INDIA CENTRAL PUBLIC …4.imimg.com/data4/WH/GE/HTT-1534/1534_2016-01-22-15-57...GOVERNMENT OF INDIA CENTRAL PUBLIC WORKS DEPARTMENT Chief Engineer (West Zone III), CPWD,

45 AE(P) / EE(P)

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 permissible variation,

recovery at the rate so prescribed shall be made. In case of excess consumption no

adjustment need to made.

6) The cement brought to the site and the cement remaining unused after completion of

the work shall not be removed from site without the written permission of the Engineer-

in-charge.

7) The damaged cement shall be removed from the site immediately by the contractor on

receipt of a notice in writing from the Engineer-in-charge. If he does not do so within 3

days of receipt of such notice, the Engineer-in-charge shall get it removed at the cost of

the contractor.

Chief Engineers may change the brand of Cement depending upon availability in

local market, if needed. Instructions in this respect can be issued by them at regular

intervals. The name of manufacturers should be finalized after taking into consideration

the suggestions of contractors during pre bid meeting, if any.

Similar conditions for cement of other types like slag cement etc. may be

incorporated wherever required by the NIT approving authority by providing for relevant

BIS Codes, suitable brands of cement and technical circulars issued by the department.

Page 46: GOVERNMENT OF INDIA CENTRAL PUBLIC …4.imimg.com/data4/WH/GE/HTT-1534/1534_2016-01-22-15-57...GOVERNMENT OF INDIA CENTRAL PUBLIC WORKS DEPARTMENT Chief Engineer (West Zone III), CPWD,

46 AE(P) / EE(P)

5. PARTICULAR SPECIFICATIONS FOR PARTTION WORK

PRODUCT DELIVERY STORAGE AND HANDLING :- 5.1 The contractor shall construct storage space for chemicals and other materials to

ensure that the storage conditions are as recommended by the manufactures.

5.2 All the materials shall be procured and delivered in sealed containers with labels equable and intact.

5.3 All the chemicals (adhesives, epoxy etc) shall be procured in convenient packs, say 20 litres (Kgs.) capacity packiing only or as approved by the Engineer-in-Charge,

and not in bigger capacity containers, say 200 liter (Kgs.) drums. 5.4 All required material shall be got approved, procured and deposited with the

departmental supervisory staff. The material will kept in joint custody of the contractor and the department. The watch and ward of such material shall

however, remain to be the responsibility of the contractor and no claim, whatsoever, on this account shall be entertained. Different containers of each chemical shall be serially numbered on packing and also consumed in that order.

Day to day account of receipt, issue and balance will be regulated by the department and proper account shall be maintained at site of work in the

prescribed from as per standard practice.

5.5 All the chemicals shall be procured by the contractor directly from the

manufacturer or their authorized dealers and copies of challans / cash memos towards the quantity of various chemicals procured shall be made available by the

contractor to the department and the same shall be kept in record. The name of manufacturers, manufacturer’s product identification, manufacturer’s mixing instructions, warning for handling and toxicity and date of manufacturing and shelf

life shall be clearly and legibly mentioned on the labels of the each container.

5.6 The contractor shall submit for the chemicals procured, manufacturer’s and /or authorized dealer’s certificate regarding supplying and verifying conformance to the material specification, as specified.

5.7 All filled containers shall be handled in safe manner and in a way to avoid breaking

container seals.

5.8 Empty containers of the chemicals should not be removed from site till the completion of work and shall be removed only with the written approval of the Engineer-in-Charge.

5.9 All arrangement for measuring, dosing and mixing of material / chemicals at site

has to be made by the contractor. Nothing extra shall be payable on this account. 5.9.1 Contractor shall suitably advise his site Engineer and all the workers as regard safe

handling of chemicals. Necessary protective and safety equipments in form of hand gloves, goggles etc. shall be provided by the contractor at no extra cost and

also used at site.

Page 47: GOVERNMENT OF INDIA CENTRAL PUBLIC …4.imimg.com/data4/WH/GE/HTT-1534/1534_2016-01-22-15-57...GOVERNMENT OF INDIA CENTRAL PUBLIC WORKS DEPARTMENT Chief Engineer (West Zone III), CPWD,

47 AE(P) / EE(P)

GUARANTEE TO BE EXECUTED BY CONTRACTORS FOR REMOVAL OF DEFECTS AFTER COMPLETION IN RESPECT OF PARTITION WORKS.

This agreement made this ......................... day of ......................... two thousand

and ................................between.............................................. Son of ..................................... of ................................................................(hereinafter called the GUARANTOR of the one part) and the PRESIDENT OF INDIA (hereinafter called

the GOVERNMENT of the other part).

WHEREAS THIS AGREEMENT is supplementary to a contract (hereinafter called for contract) dated .......................and made between the GUARANTOR of the one part and the GOVERNMENT of the other part, hereby the contractor interalia, under took to

render the buildings and structures on the said contract completely structurally sound.

AND WHEREAS THE GUARANTOR agreed to give a guarantee to the effect that the said structures will remain sound and strong for five years from the date of completion of work.

NOW THE GUARANTOR hereby guarantees that partition work done by him will

render the purpose completely steady & strong and the minimum life of such partitions shall be five years to be reckoned from the date of the completion of works.

Provided that the guarantor will not be responsible for damage caused due to earthquake or misuse of partitions or alteration and for such purpose. The decision of the

Engineer-in-Charge with regard to cause of damage shall be final and binding.

During this period of guarantee the guarantor shall make good all defects 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 the notice from the

Engineer-in-Charge calling upon him to rectify the defects failing which the work shall be got done by the Department by some other contractor at the 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 the defects or commits breach there under then the guarantor will indemnify the Principal and his successors against all loss,

damage, cost, expense or otherwise which may be incurred by him by reason of any default on the part of the GUARANTOR in performance and observance of this supplementary agreement as to the amount of loss and / or damage and / or cost

incurred by the Government and the decision of the Engineer-in-Charge will be final and binding on both the parties.

An amount equivalent to 2% of item No 4.1 to 4.9 will be deducted from R.A. Bills

as security and the same will be refunded after five years from the date of completion of

work.

Page 48: GOVERNMENT OF INDIA CENTRAL PUBLIC …4.imimg.com/data4/WH/GE/HTT-1534/1534_2016-01-22-15-57...GOVERNMENT OF INDIA CENTRAL PUBLIC WORKS DEPARTMENT Chief Engineer (West Zone III), CPWD,

48 AE(P) / EE(P)

IN WITNESS WHEREOF these presents have been executed by the obligator _____________________________ and by _____________________ and for and on

behalf of the PRESIDENT OF INDIA on the day, month and year first above written.

SIGNED, sealed and Delivered by (OBLIGATOR) in presence of

1.

2.

SIGNED FOR AND ON BEHALF OF THE PRESIDENT OF INDIA

BY

In the presence of:

1.

2.

*to be filled by EE.

Page 49: GOVERNMENT OF INDIA CENTRAL PUBLIC …4.imimg.com/data4/WH/GE/HTT-1534/1534_2016-01-22-15-57...GOVERNMENT OF INDIA CENTRAL PUBLIC WORKS DEPARTMENT Chief Engineer (West Zone III), CPWD,

49 AE(P) / EE(P)

6. SPECIAL CONDITIONS FOR ACRYLIC PAINTING.

1. All purchase of paint shall be made directly from the manufacturers or their

authorized dealers. The delivery challan shall be issued by the manufacturers store yard directly with full description of the work for which the purchases is being

made. The condition shall be applicable for all purchases if the quantity is 100 litres or more in a work.

2. Guarantee for finishing walls with smooth acrylic paint. The work of external wall finishing work as per item No. 2.1 shall be guaranteed

for a period of 5 (Five) years as per enclosed guarantee bond against non

uniform colouring flaking workmanship and defective finishing. On notification by

the Engineer- In – Charge of any compliance to be performed under this guarantee

by the contractor. The contractor shall immediately supply labour/ material and

rectify all the defects notified by the Engineer – In –Charge to perform this

guarantee at no additional cost and to ensure that the defects are fully rectified. In

addition extra 2(two)% of the amount of the acrylic painting work as per item.

No. 2.1 shall be withheld on this account which shall be refunded under expiry of

the guarantee period if no defects are observed in the said period if the defects

have been rectified in pursuant in the agreement to the entire satisfaction of the

Engineer – In - Charge.

3. The base for painting (Acrylic) be prepared by cleaning, scaling mosses etc. with

wire brushes and cleaning with water etc. complete for which no extra payment shall be made.

Page 50: GOVERNMENT OF INDIA CENTRAL PUBLIC …4.imimg.com/data4/WH/GE/HTT-1534/1534_2016-01-22-15-57...GOVERNMENT OF INDIA CENTRAL PUBLIC WORKS DEPARTMENT Chief Engineer (West Zone III), CPWD,

50 AE(P) / EE(P)

GUARANTEE TO BE EXECUTED BY CONTRACTORS FOR REMOVAL OF DEFECTS

AFTER COMPLETION IN RESPECT OF ACRYLIC PAINT WORKS.

This agreement made this ------------------- day of --------------- ------Two

thousand and ----------------- between ------------------- son of --------------------- of ----

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

(hereinafter called the Guarantor of the part) and the PRESIDENT OF INDIA

(hereinafter called the Government of the other Part)

WHERAS THIS AGREEMENT is supplementary to a contract (hereinafter called for

Contract) dated ------------- and made between the GUARANTOR of the one part and the

GOVERNMENT of the other part, hereby the Contractor interalia, under took that the

acrylic painting work done on building will remain non flaking and uniform colouring

without patches.

AND WHEREAS THE GUARANTOR agreed to give a guarantee to effect that

the said Acrylic painting will remain non flaking and uniform colouring without

patches for three years from the date of completion of work.

NOW THE GURANTOR hereby guarantee that Acrylic painting done by him will

remain non flaking and uniform colouring without patches and the minimum guarantee

period of such painting shall be three years to be reckoned form the date of the

completion of work.

Provided that the guarantor will not be responsible for damage caused due to

earthquake or misuse of buildings or alteration and for such purpose. The decision of the

Engineer-in-Charge with regard to cause of damage shall be final and binding.

During this period of guarantee the guarantor shall make good all defects 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 he notice from the Engineer-in-

Charge calling upon him to rectify the defects failing which the work shall be got done by

the Department by some other contractor at the 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 the defects or commits breach there

under then the guarantor will indemnify the principal and his successors against all loss,

damage cost, expenses or otherwise which may be incurred by him by reasons of any

default on the part of GUARANTOR in performance and observance of this supplementary

agreement as to the amount of loss and / or damage and / or cost incurred by the

Page 51: GOVERNMENT OF INDIA CENTRAL PUBLIC …4.imimg.com/data4/WH/GE/HTT-1534/1534_2016-01-22-15-57...GOVERNMENT OF INDIA CENTRAL PUBLIC WORKS DEPARTMENT Chief Engineer (West Zone III), CPWD,

51 AE(P) / EE(P)

Government and the decision of the Engineer-in-Charge will be final and binding on both

the parties.

An amount equivalent to 2% of items 2.1 will be deducted from R. A. Bills as

security and the same will be refunded after Five years from the date of completion of

work.

IN WITNESS WHEROF these presents have been executed by the obligator ---------

------------- and by ----------------------- and for and on behalf of the PRESEDENT OF

INDIA on the day, month and year first above written.

SIGNED sealed and Delivered by (OBLIGATOR) in the presence of

SIGNED FOR AND BEHALF OF THE PRESIDENT OF INDIA

BY

In the presence of

1.

2.

*to be filled by EE

Page 52: GOVERNMENT OF INDIA CENTRAL PUBLIC …4.imimg.com/data4/WH/GE/HTT-1534/1534_2016-01-22-15-57...GOVERNMENT OF INDIA CENTRAL PUBLIC WORKS DEPARTMENT Chief Engineer (West Zone III), CPWD,

52 AE(P) / EE(P)

GUARANTEETO BE EXECUTED BY CONTRACTORS FOR REMOVAL OF DEFECTS

AFTER COMPLETION IN RESPECT OF FALSE CEILING WORKS

This agreement made this ______________ day of ____________ on Two

thousand ______________________________ between ___________ herein after

called the Guarantor of the one part) and the PRESIDENT OF INDIA) (hereafter called the

Government of the other part)

WHEREAS THIS AGREEMENT is supplementary to a contract (Herein after called for

contract) dated __________ and made between the Guarantor of the one part and the

Government of the other part, where by the Contractor interalla, under took to render

the “False Ceiling” on the said contract recited completely defect proof.

AND WHEREAS THE GUARANTOR agreed to give a guarantee to effect that the said

False Ceiling will remain Guaranteed for five years from the date of physical completion.

NOW THE GUARANTOR hereby guarantee that False Ceiling given by him will

render the completely defect proof and the minimum life of such maintenance period

prescribed in the contract.

Provided that the guarantor will not be responsible for defects caused due to

earthquake or structural defects or misuse of ceiling or alteration and for such purpose.

a) Misuse of ceiling shall mean any operation which will damage ceiling, thing of the same nature which might cause damage to the ceiling tiles and suspenders.

b) Alteration shall mean a part of the ceiling or a part of the ceiling adjoining to

existing ceiling whereby ceiling is removed in parts.

c) The decision of the Engineer-in-Charge with regard to cause of defect shall be

final.

During this period of guarantee the guarantor shall make good all defects and in case

of any defect being found render the false ceiling 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 the notice from the Engineer-in-Charge calling upon

him to rectify the defects failing which the work shall be got done by the department

by some other contractor at the 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 falls to execute the false ceiling or commits breach there under

then the guarantor will indemnify the principal and his successors against all loss,

damage, cost expenses or otherwise which may be incurred by him by reason of any

Page 53: GOVERNMENT OF INDIA CENTRAL PUBLIC …4.imimg.com/data4/WH/GE/HTT-1534/1534_2016-01-22-15-57...GOVERNMENT OF INDIA CENTRAL PUBLIC WORKS DEPARTMENT Chief Engineer (West Zone III), CPWD,

53 AE(P) / EE(P)

default on the part of the GUARANTOR in performance and observance of his

supplementary agreement as to the amount of loss and / or damage and / or cost

incurred by the Government the decision of the decision of the Engineer-in-Charge

will be final and binding on the parties.

An amount equivalent to 2% of item No 3.1 to 3.4 will be deducted from R.A. Bills as

security and the same will be refunded after five years from the date of completion of

work.

IN WITNESS WHEREOF these presents have been executed by the obligator

______________________________ and by _______________________

and for and on behalf of the PRESIDENT OF INDIA on the day, month and year first

above the written.

SIGNED: sealed and delivered by (OBLIGATOR) in the presence of

1.

2.

SIGNED FOR AND ON THE BEHALF OF THE PRESIDENT OF INDIA

BY …………………………………………………………………….

IN PRESENCE OF:

1.

2.

Page 54: GOVERNMENT OF INDIA CENTRAL PUBLIC …4.imimg.com/data4/WH/GE/HTT-1534/1534_2016-01-22-15-57...GOVERNMENT OF INDIA CENTRAL PUBLIC WORKS DEPARTMENT Chief Engineer (West Zone III), CPWD,

54 AE(P) / EE(P)

7. List of Architectural Drawings

Sl. No. Drawing No Details

1 46/001 Ground Floor Interior Layout

2 46/002 1st and 2nd Floor Interior Layout

3 46/003 3rd Floor Interior Layout

4 46/004 4th Floor Interior Layout

5 46/005 5th Floor Interior Layout

6 46/006 6th Floor Interior Layout

7 46/007 7th Floor Interior Layout

8 46/008 8th Floor Interior Layout

9 46/009 9th Floor Interior Layout

10 46/010 3rd Floor Partition Layout

11 46/011 4th Floor Partition Layout

12 46/012 5th Floor Partition Layout

13 46/013 6th Floor Partition Layout

14 46/014 7th Floor Partition Layout

15 46/015 8th Floor Partition Layout

16 46/016 9th Floor Partition Layout

17 46/017 Ground Floor RCP Layout

18 46/018 3rd Floor RCP Layout

19 46/019 4th Floor RCP Layout

20 46/020 5th Floor RCP Layout

21 46/021 6th Floor RCP Layout

22 46/022 7th Floor RCP Layout

23 46/023 8th Floor RCP Layout

24 46/024 9th Floor RCP Layout

25 46/028 SOLID PARTITION DETAIL

26 46/032 COLUMN CLADDING DETAIL

27 46/033 DOORS DETAILS

28 46/034 FULL GLAZED PARTITION DETAIL

Page 55: GOVERNMENT OF INDIA CENTRAL PUBLIC …4.imimg.com/data4/WH/GE/HTT-1534/1534_2016-01-22-15-57...GOVERNMENT OF INDIA CENTRAL PUBLIC WORKS DEPARTMENT Chief Engineer (West Zone III), CPWD,

55 AE(P) / EE(P)

8. LIST OF APPROVED MATERIALS

Note:

1. The contractor shall obtain prior approval from the Engineer-in-Charge before placing

order for any specific material or engaging any of the specialized agencies. The

contractor shall make a detailed submittal with catalogues and highlighted proposed

specification as well as full details of the works executed by the specialized agencies,

as specified.

2. Wherever applicable, the Engineer-in-Charge may approve any material equivalent to

that specified in the tender subject to proof being offered by the contractor for

equivalence to his satisfaction.

3. Unless otherwise specified, the brand / make of the material as specified in the item

nomenclature, in the particular specification and in the list of approved materials

attached in the tender, shall be used in the work.

4. In case of non availability of the brand specified in the contract the contractor shall be

allowed to use alternate equivalent brand of the material subject to submission of

documentary evidence of non availability of the specified brand. The necessary cost

adjustments on account of above change shall be made for the material.

5. The Engineer-In-Charge shall verify that manufacturers must have valid IS

Certification as on date for materials wherever applicable.

a. The following brands shall be used if not otherwise mentioned in the items.

No. Materials Approved Brands

1 Flush Door Shutters (ISI Marked only) Kutty, Kenwood, Anchor

2 Aluminum Door Fittings (ISI Marked only) Classic, Prestige, Shalimar

3 Oxidized M.S. door Fittings (ISI Marked only) Ashish, Garg, ARK

4 Black Enameled M.S. Hinges (ISI Marked

only)

Ashish, Garg, ARK

5 Mortice Lock (ISI Marked only) Godrej, Harrison, Dorset,

KICH, Arch

6 Aluminum Extruded Body Die cast Door

Closures (ISI Marked only) (IS :3564)

Hardywyn, Everite , Godrej,

Kich, Arch

7 Acrylic Emulsion Interior Paint Asian Paints, ICI Dulex,

Berger

8 Anodized Aluminium Doors Fittings (ISI

Marked only)

Classic / Shalimar or

Equivalent

Page 56: GOVERNMENT OF INDIA CENTRAL PUBLIC …4.imimg.com/data4/WH/GE/HTT-1534/1534_2016-01-22-15-57...GOVERNMENT OF INDIA CENTRAL PUBLIC WORKS DEPARTMENT Chief Engineer (West Zone III), CPWD,

56 AE(P) / EE(P)

9 Synthetic Enamel Paint Asian paint / Berger

10 Pigment Asian paint / Berger

11 Plaster of Paris Birla

12 Epoxy Paint Asian Paint, Berger, ICI

13 Vitrified Tile HR Johnson, Asian Granito

Ltd, Kajaria

14 Composite Marble HR Johnson, Asian Granito Ltd

15 Gypsum Board False Ceiling Gyproc(Saint Gobian),

Armstrong, Techno world,

National

16 Mineral Fibre Ceiling Tiles & Silhouette

System

Armstrong, Techno Ceiling,

Spark False Ceiling

17 Stainless Steel Mirror Polish Metal False

Ceiling Tiles & System

Armstrong, Techno Ceiling,

Spark False Ceiling

18 Baffle False Ceiling Profiles and System Armstrong, Linder

19 Commercial Ply wood confirming to IS Century, Kenwood, Asian,

Kitply, Durian

20 Decorative Laminate confirming to IS Greenlam, Century, Merino

21 Natural wood veneer confirming to IS

1328:1996

Kenwood, Durian, Century

22 Plain Glass Saint Gobian, Asahi, Tata

Float, Modi Guard

23 Toughened Glass Saint Gobian, Asahi, Tata

Float, Modi Guard

24 SS Fittings and Handles for Full Glazed Door,

Other Doors

DORMA, HAFELE, KICH,

Hettic, Arch

25 Floor Spring of 120 Kg weight capacity Hardwyn, Godrej, KICH

26 Adhesives Dow corning, Fevicol, Waker

27 Aluminium Extrusions Jindal, Hindalco, Indalco,

Bhoruka

Page 57: GOVERNMENT OF INDIA CENTRAL PUBLIC …4.imimg.com/data4/WH/GE/HTT-1534/1534_2016-01-22-15-57...GOVERNMENT OF INDIA CENTRAL PUBLIC WORKS DEPARTMENT Chief Engineer (West Zone III), CPWD,

57 AE(P) / EE(P)

Page 58: GOVERNMENT OF INDIA CENTRAL PUBLIC …4.imimg.com/data4/WH/GE/HTT-1534/1534_2016-01-22-15-57...GOVERNMENT OF INDIA CENTRAL PUBLIC WORKS DEPARTMENT Chief Engineer (West Zone III), CPWD,

58 AE(P) / EE(P)

Page 59: GOVERNMENT OF INDIA CENTRAL PUBLIC …4.imimg.com/data4/WH/GE/HTT-1534/1534_2016-01-22-15-57...GOVERNMENT OF INDIA CENTRAL PUBLIC WORKS DEPARTMENT Chief Engineer (West Zone III), CPWD,

59 AE(P) / EE(P)

Page 60: GOVERNMENT OF INDIA CENTRAL PUBLIC …4.imimg.com/data4/WH/GE/HTT-1534/1534_2016-01-22-15-57...GOVERNMENT OF INDIA CENTRAL PUBLIC WORKS DEPARTMENT Chief Engineer (West Zone III), CPWD,

60 AE(P) / EE(P)

Page 61: GOVERNMENT OF INDIA CENTRAL PUBLIC …4.imimg.com/data4/WH/GE/HTT-1534/1534_2016-01-22-15-57...GOVERNMENT OF INDIA CENTRAL PUBLIC WORKS DEPARTMENT Chief Engineer (West Zone III), CPWD,

61 AE(P) / EE(P)

Page 62: GOVERNMENT OF INDIA CENTRAL PUBLIC …4.imimg.com/data4/WH/GE/HTT-1534/1534_2016-01-22-15-57...GOVERNMENT OF INDIA CENTRAL PUBLIC WORKS DEPARTMENT Chief Engineer (West Zone III), CPWD,

62 AE(P) / EE(P)

Page 63: GOVERNMENT OF INDIA CENTRAL PUBLIC …4.imimg.com/data4/WH/GE/HTT-1534/1534_2016-01-22-15-57...GOVERNMENT OF INDIA CENTRAL PUBLIC WORKS DEPARTMENT Chief Engineer (West Zone III), CPWD,

63 AE(P) / EE(P)

Page 64: GOVERNMENT OF INDIA CENTRAL PUBLIC …4.imimg.com/data4/WH/GE/HTT-1534/1534_2016-01-22-15-57...GOVERNMENT OF INDIA CENTRAL PUBLIC WORKS DEPARTMENT Chief Engineer (West Zone III), CPWD,

64 AE(P) / EE(P)

Page 65: GOVERNMENT OF INDIA CENTRAL PUBLIC …4.imimg.com/data4/WH/GE/HTT-1534/1534_2016-01-22-15-57...GOVERNMENT OF INDIA CENTRAL PUBLIC WORKS DEPARTMENT Chief Engineer (West Zone III), CPWD,

65 AE(P) / EE(P)

Page 66: GOVERNMENT OF INDIA CENTRAL PUBLIC …4.imimg.com/data4/WH/GE/HTT-1534/1534_2016-01-22-15-57...GOVERNMENT OF INDIA CENTRAL PUBLIC WORKS DEPARTMENT Chief Engineer (West Zone III), CPWD,

66 AE(P) / EE(P)

Page 67: GOVERNMENT OF INDIA CENTRAL PUBLIC …4.imimg.com/data4/WH/GE/HTT-1534/1534_2016-01-22-15-57...GOVERNMENT OF INDIA CENTRAL PUBLIC WORKS DEPARTMENT Chief Engineer (West Zone III), CPWD,

67 AE(P) / EE(P)

Page 68: GOVERNMENT OF INDIA CENTRAL PUBLIC …4.imimg.com/data4/WH/GE/HTT-1534/1534_2016-01-22-15-57...GOVERNMENT OF INDIA CENTRAL PUBLIC WORKS DEPARTMENT Chief Engineer (West Zone III), CPWD,

68 AE(P) / EE(P)

Page 69: GOVERNMENT OF INDIA CENTRAL PUBLIC …4.imimg.com/data4/WH/GE/HTT-1534/1534_2016-01-22-15-57...GOVERNMENT OF INDIA CENTRAL PUBLIC WORKS DEPARTMENT Chief Engineer (West Zone III), CPWD,

69 AE(P) / EE(P)

Page 70: GOVERNMENT OF INDIA CENTRAL PUBLIC …4.imimg.com/data4/WH/GE/HTT-1534/1534_2016-01-22-15-57...GOVERNMENT OF INDIA CENTRAL PUBLIC WORKS DEPARTMENT Chief Engineer (West Zone III), CPWD,

70 AE(P) / EE(P)

Page 71: GOVERNMENT OF INDIA CENTRAL PUBLIC …4.imimg.com/data4/WH/GE/HTT-1534/1534_2016-01-22-15-57...GOVERNMENT OF INDIA CENTRAL PUBLIC WORKS DEPARTMENT Chief Engineer (West Zone III), CPWD,

71 AE(P) / EE(P)

Schedule

Of

Quantities

Page 72: GOVERNMENT OF INDIA CENTRAL PUBLIC …4.imimg.com/data4/WH/GE/HTT-1534/1534_2016-01-22-15-57...GOVERNMENT OF INDIA CENTRAL PUBLIC WORKS DEPARTMENT Chief Engineer (West Zone III), CPWD,

72 AE(P) / EE(P)

Name Of WORK:- C/o Annexe Building for IDBI Bank, CBD Belapur, Navi Mumbai S.H :- Flooring, False Ceiling, Partitions and painting

Sr.No. Item Description Quantity Unit RATE AMOUNT

1 FLOORING

1.1 Vitrified Tile Flooring

Providing and laying vitrified floor tiles in different sizes (thickness to be specified by the manufacturer) with water absorption less than 0.08% and conforming to IS : 15622, of approved make, in all colours and shades, laid on 20 mm thick cement mortar 1:4 (1 cement : 4 coarse sand), including grouting the joints with white cement and matching pigments etc. complete. a). Size of Tile 800x800 mm

7502.00 Sqm 1957.90 14688166

1.2 Vitrified Tile Skirting

Providing and laying Vitrified tiles in different sizes (thickness to be specified by the manufacturer), with water absorption less than 0.08% and conforming to IS: 15622, of approved make, in all colours and shade, in skirting, riser of steps, over 12 mm thick bed of cement mortar 1:3 (1 cement: 3 coarse sand), including grouting the joint with white cement & matching pigments etc. complete. a). Size of Tile 800x800 mm

115.00 Sqm 1972.85 226878

1.3 Composite Marble Flooring

Providing and laying machine cut, pre polished Composite Marble stone (of approved brand and make) flooring laid in required pattern in linear portion of the building all complete as per architectural drawings, with 16 mm thick engineered marble of size and pattern specified in the drawing laid over 20 mm (average) thick base of cement mortar 1:4 (1 cement : 4 coarse sand) laid and jointed with white cement slurry @ 4.4 kg/sqm including pointing with white cement slurry admixed with pigment to match the marble shade including rubbing, curing etc. all complete as specified and as directed by the Engineer-in-Charge. a).16 mm thick Engineered Marble stone slab (Refer Drg.No. 46/035)

999.00 Sqm 3458.30 3454842

1.4 Composite Marble Wall Clading/Skirting

Providing and laying machine cut, pre polished Composite Marble stone (of approved brand and make) skerting / dado, in required design (Simple geometrical, abstract etc.) and in patterns in combination with Engineered marble stones of different colours, shades and finished surface texture etc. in linear portions of the building, all complete as per the architectural drawings, with 16 mm thick stone slab laid over 12 mm (average) thick base of cement mortar 1:3 (1 cement : 3 coarse sand) laid with Special adhesive(Araldite with granular sand)(as per 7.38.1 DAR2014) and jointed with white cement slurry @ 4.4 kg/sqm including pointing with white cement slurry admixed with pigment to match the marble shade including rubbing, curing etc. all complete as per architects drawings and as directed by the Engineer-in-Charge. a). 16 mm thick Engineered Marble stone slab (Refer Drg.No. 46/036)

77.00 Sqm 3083.50 237430

Total 18607316

2 Paniting

2.1 Painting

Wall painting with acrylic emulsion paint of approved brand and manufacture to give an even shade: Two or more coats on new work

4500.00 Sqm 103.50 465750

Total 465750

Page 73: GOVERNMENT OF INDIA CENTRAL PUBLIC …4.imimg.com/data4/WH/GE/HTT-1534/1534_2016-01-22-15-57...GOVERNMENT OF INDIA CENTRAL PUBLIC WORKS DEPARTMENT Chief Engineer (West Zone III), CPWD,

73 AE(P) / EE(P)

3 FALSE CEILING

3.1 Gypsum False Ceiling

Providing and fixing false ceiling at all height including providing and fixing of frame work made of special sections, power pressed from M.S. sheets and galvanized with zinc coating of 120 gms/sqm (both side inclusive) as per IS : 277 and consisting of angle cleats of size 25 mm wide x 1.6 mm thick with flanges of 27 mm and 37 mm, at 1200 mm centre to centre, one flange fixed to the ceiling with dash fastener 12.5 mm dia x 50 mm long with 6 mm dia bolts, other flange of cleat fixed to the angle hangers of 25x10x0.50 mm of required length with nuts & bolts of required size and other end of angle hanger fixed with intermediate G.I. channels 45x15x0.9 mm running at the spacing of 1200 mm centre to centre, to which the ceiling section 0.5 mm thick bottom wedge of 80 mm with tapered flanges of 26 mm each having lips of 10.5 mm, at 450 mm centre to centre, shall be fixed in a direction perpendicular to G.I. intermediate channel with connecting clips made out of 2.64 mm dia x 230 mm long G.I. wire at every junction, including fixing perimeter channels 0.5 mm thick 27 mm high having flanges of 20 mm and 30 mm long, the perimeter of ceiling fixed to wall/partition with the help of rawl plugs at 450 mm centre, with 25 mm long dry wall screws @ 230 mm interval, including fixing of gypsum board to ceiling section and perimeter channel with the help of dry wall screws of size 3.5 x 25 mm at 230 mm c/c, including jointing and finishing to a flush finish of tapered and square edges of the board with recommended jointing compound , jointing tapes , finishing with jointing compound in 3 layers covering upto 150 mm on both sides of joint and two coats of primer suitable for board, all as per manufacturer’s specification and also including the cost of making openings for light fittings, grills, diffusers, cutouts made with frame of perimeter channels suitably fixed, all complete as per drawings, specification and direction of the Engineer in Charge but excluding the cost of painting with : a).12.5 mm thick tapered edge gypsum plain board conforming to IS: 2095- Part I

4248.00 Sqm 1166.30 4954442

3.2 Bevelled Tegular Edge False Ceiling

Page 74: GOVERNMENT OF INDIA CENTRAL PUBLIC …4.imimg.com/data4/WH/GE/HTT-1534/1534_2016-01-22-15-57...GOVERNMENT OF INDIA CENTRAL PUBLIC WORKS DEPARTMENT Chief Engineer (West Zone III), CPWD,

74 AE(P) / EE(P)

Providing & Fixing of Mineral Fibre Acoustical Suspended Ceiling System at all heights with (Bevelled Tegular) Edge Tiles With 15mm Exposed Grid. The tiles should have Humidity Resistance (RH) of 99%, NRC 0.7, Light Reflectance ≥85%, Thermal Conductivity k = 0.052 - 0.057 w/m K, Colour White, Fire Performance UK Class 0 / Class 1 (BS 476 pt - 6 &7) in module size of 600 x 600 x 16mm , suitable for Green Building application, with Recycled content of 32%. The tile shall be laid on Silhouette profile grid system with 15mm white flanges incorporating a 6mm central reveal in white/black colour and with a web height of 45mm and a load carrying capacity of minimum 18.82 Kgs/M2 & pull out strength of 100Kgs.Silhouette, Main Runners & Cross Tees to have mitred ends & “birdsmouth” notches to provide mitred cruciform junctions. The T Sections have a Galvanizing of 100 grams per M2 and need to be installed with Suspension system. The grid should be of approved make with 15mm wide T - section flanges color white having rotary stitching on all T sections i.e. the Main Runner with Super lock and fire notch with a web height of 45mm and length of 3600mm, 1200 mm & 600 mm Cross Tees with XL2 Clips having a web height of 45 mm and a load carrying capacity of 18.5 Kgs/M2 as per ASTM C635 and pull out strength of minimum 100 Kgs. The T Sections have a Galvanizing of 100 grams per M2 and need to be installed with Suspension system of approved make, with seismic accessories. all complete for all height as per architectural drawings, Technical specificationand as directed by engineer-in-charge. (Refer Drg.No. 46/017-024)

5954.00 Sqm 1689.30 10058092

3.3 Baffle Ceiling System.

Providing & fixing Vertical Linear Baffle Ceiling as per architectural drawing at all heights made out of Aluminum Extrusion in Aluminum alloy grade 6063. The baffle blade shall be in size of 100 x 50 x1.2 mm thickness, 3600mm long placed at 150mm center to center in Wood grain finish. Longer lengths of Baffle to be connected by Baffle Joiner and the ends to be fixed with End caps. The baffle blades shall be suspended using Slotted U-profile at center to center spacing of 150mm in transerverse direction and at every 1200mm centre to center in longitudinal direction using 6mm threaded rod from the structural soffit using U-profile hanger including drilling holes in RCC member and fixing with necessary fasteners. 1st U-Grid Channel must be not more than 400mm from the perimeter Installation of U-Grid: 1st U-Grid Channel must be not more than 400mm from the perimeter. Installation of Baffles ceiling: Locate the slot for Baffle Hangers in slot of Baffle section at 1200mm centres. Hangers are inserted into the slot, then rotated 90° and fixed into position Baffles blades to be connected at ends with Baffle Joiner, which are inserted into the top and bottom slots of the Baffle closed profile for alignment only. The bottom Joiner to be located first and fastened on one side only. The top Joiner to be fitted then and secured with grub screws on one side. Then the two Baffle sections shall be joined and the top Joiner is screw fastened on the 2nd Baffle profile. End Caps to be located by pushing the End Cap tongues into Baffle slots. Installation shall be according to manufacturers specificaton. All complete at all floor height as per architects drawings and as directed by engineer-in-charge. (Refer Drg.No. 46/038)

145.00 Sqm 16791.00

2434695

3.4 S.S. Mirror Finish Metal false ceiling

Page 75: GOVERNMENT OF INDIA CENTRAL PUBLIC …4.imimg.com/data4/WH/GE/HTT-1534/1534_2016-01-22-15-57...GOVERNMENT OF INDIA CENTRAL PUBLIC WORKS DEPARTMENT Chief Engineer (West Zone III), CPWD,

75 AE(P) / EE(P)

Providing & Fixing true horizontal level suspended ceiling at all heights comprising of Stainless Steel Clip-in with double pip self-leveling feature and special tabs to allow removal of tile to enable plenum access with plain visual consisting of 600X600 clip in S.S; 304 GRADE tiles of Mirror Finish 0.56mm thickness with bevel edge and suitable for Green Building application, with Recycled content of 25%. Installation: To comprise 3000mm long ‘C’ channels spaced at 1200mm centers securely fixed to the structural soffit by support clamp & approved hangers. The last hanger at the end of each C channel should not be greater than 600mm from the adjacent wall. Use a C-channel connector for splicing two pieces of C-channels. 4000 mm Dp-12 Main carriers (spring tee bars) shall be spaced at 600mm centers in a direction perpendicular to the C-channels and shall be secured at every intersection with C channel using a dp-12 hanger. Use Dp-12 connector to splice two pieces of Dp-12 main carriers. Tiles should be clipped in between two Dp-12 carriers (spring tee bars) from below. This is a downward installation. Perimeter trims to be of Armstrong wall angles of white color secured to walls at 450mm maximum centers. Cut tiles to be secured to the wall angles using a spring clamp. all complete for all height as per architectural drawings, Technical specification and as directed by engineer-in-charge. (Refer Drg.No. 46/017)

99.00 Sqm 7159.00 708741

Total 18155970

4 PARTITIONS, PANELLING & DOORS

4.1 Full Height Solid Partitions With Laminate finish

Providing and fixing full height solid partitions made up of

50x50x1.5 mm Alluminium square hollow sections framework placed in a grid pattern with maximum spacing @ 600 mm centre to centre both ways (vertically & horizontally ) or at required spacing near opening and fixing the frame to wall/ ceiling/ floors/columns, and aluminium angle cleats of size 50x50x1.5 mm for fixing off framework including rawal plugs and metal screws etc, providing and fixing 8 mm thick commercial plywood on both sides on frame work by necessary counter sunk metal screws, including providing &

fixing decorative high pressure laminated sheet of plain / wood grain in gloss / matt / suede finish with high density protective surface layer and reverse side of adhesive bonding quality conforming to IS : 2046 Type S, including cost of adhesive of

approved quality of 1.0 mm thick decorative laminated sheet on both sides and all exposed surfaces, and filling gap in between ply by glass wool of density 48kg/cum with black glass tissue etc. including making provision for doors with additional support of 300mm long teak wood member inserted in alluminium section for fixing pivots , including making provision if required for the openings of windows, electrical conduits, switch boards etc. complete at all floor heights as per architectural drawings and as directed by Engineer-in-charge. Payment shall be made for single side elevational area excluding the openings. (Refer Drg.No. 46/028)

2613.00 Sqm 4267.80 11151761

4.2 Full Height Solid Partitions / Veneer finish

Page 76: GOVERNMENT OF INDIA CENTRAL PUBLIC …4.imimg.com/data4/WH/GE/HTT-1534/1534_2016-01-22-15-57...GOVERNMENT OF INDIA CENTRAL PUBLIC WORKS DEPARTMENT Chief Engineer (West Zone III), CPWD,

76 AE(P) / EE(P)

Providing and fixing full height solid partitions made of

50x50x1.5 mm Alluminium framework, placed in a grid pattern with spacing @ 600 mm centre to centre both ways (vertically & horizontally ) or at required spacing near opening and fixing the frame to wall/ ceiling/ floors/columns, and aluminium angle cleats of size 50x50x1.5 mm for fixing off framework including rawal plugs and metal screws etc, providing and fixing 8 mm thick commercial plywood on both sides by necessary counter sunk metal screws, including Providing

natural wood veneer of required finish with commertial ply backing having composite thickness not less than 3.5mm and thickness of the actual veneer to be not less than 0.5mm confirming to IS 1328: 1996 and fixing by hot/cold pressing to plywood in approved pattern with necessary adhesive & nails

etc. on both sides and all exposed surfaces, and filling it by glass wool of density 48 kg/cum with black glass tissue etc.The rate is inclusive of applying melamine polish three or more coats including coat of wood filler to all veneer surfaces and wooden surfaces including making provision for opening for doors with additional support of 300mm long teak wood member inserted in alluminium section, windows, electrical conduits, switch boards etc. complete at all floor heights as per architectural drawings and as directed by Engineer-in-charge. Payment shall be made for single side elevational area excluding the openings.

174.00 Sqm 7931.90 1380151

4.3 Provision of Glass Panel

Providing and fixing of 8mm thick plain glass in the cut area provided in the solid partition including providing & fixing 35x12mm teak wood beading including necessary hardware with rounding of edges, grooves, and finishing it with matching melamine polish etc. complete at all ll floor heights as per architectural drawings and as directed by Engineer-in-charge. Payment shall be made for the area of glass.

157.00 Sqm 3139.80 492949

4.4 Full Glazed Partitions

Providing & fixing in position full ht. glazed partition of different heights made of 12mm thick toughened Glass fixed with Stainless Steel glazing profile at top and bottom. Verticle Glass to glass joints should be filled with Silicon solution tube. The Rate is inclusive of transport, carriage of glass safely and fixing it withrequired hardware etc. complete. Glass should be of approved make and should have marking of toughening. All complete as per drawing, and direction of the engineer-in-charge. All the materials shall be of approved make. Payment shall be made for the elevational area of single side . (Refer Drg.No. 46/034)

339.00 Sqm 3539.00 1199721

4.5 Solid Flush Door laminated on both side including all fittings

Page 77: GOVERNMENT OF INDIA CENTRAL PUBLIC …4.imimg.com/data4/WH/GE/HTT-1534/1534_2016-01-22-15-57...GOVERNMENT OF INDIA CENTRAL PUBLIC WORKS DEPARTMENT Chief Engineer (West Zone III), CPWD,

77 AE(P) / EE(P)

Providing and fixing ISI marked flush door shutters conforming to IS : 2202 (Part I) non-decorative type, core of block board construction with frame of 1st class hard wood and well matched commercial 3 ply veneering with vertical grains or cross bands on both faces of shutters: 35 mm thick including providing and fixing1.0 mm thick decorative high pressure laminated sheet both faces of shutter of plain / wood grain in gloss / matt / suede finish with high density protective surface layer and reverse side of adhesive bonding quality conforming to IS : 2046 Type S, including cost of adhesive of approved quality, S.S. 304 mortice latch and lock 100 x 65 mm with 6 levers and a pair of S.S. lever handles, S.S.Tower Bolt (barrel type) 150mm , and Concealed Floor Spring of weight capacity 120 kgw with fixture insurt in flush door bottom and piviot for top, all fixtures and material are of approved make, all complete as per Architectural drawings and as directed by Engineer-in-charge. Payment shall be made for area of door shutter. (Ref Drg. No.46/033)

117.00 Sqm 8381.70 980659

4.6 Extra for Vision panel

Extra for providing vision panel not excluding 0.4 sqm in all type of flush doors including glass panel of 6mm thick using second class teak wood beading of size 15x12mm on both sides, finished with melamine polish over the beading,all complete as per Architectural drawings and as directed by Engineer-in-charge. Payment shall be made for area of door shutter. (Ref Drg. No. 46/033)

38.00 Sqm 351.00 13338

4.7 Glazed Door

Providing and fixing 12 mm thick toughened glass door shutter, all edge of toughened glass shall be mirror/ smooth polished .The rate shall include fixtures like SS pivot fittings, conceled floor spring of 120 kg wieght capacity with all patch fittings, patch lock, oval panel, "H" handle of 1200mm Height 32mm dia, all fittings of S.S.304 grade, all the material and fittings of approved makes, all complete as per architectural drawings and as directed by Engineer-in-charge. Payment shall be made for area of door shutter. (Refer Drg.No. 46/033)

132.00 Sqm 12938.20 1707842

4.8 Box Paneling with Laminate around circular column base

Providing and fixing wall panelling etc. made of 50x50x1.5 mm Aluminium framework, placed around round columns, in a grid pattern with maximum spacing @ 600 mm centre to centre both ways (vertically & horizontally ) or at required spacing near opening, fixing the frame to wall/ floors/column and,providing and fixing 8 mm thick commercial ply on outer sides and top with necessaty metal screws etc, Providing & Fixing decorative high pressure laminated sheet 1mm thick plain / wood grain in gloss / matt / suede finish with high density protective surface layer and reverse side of adhesive bonding quality conforming to IS : 2046 Type S, including cost of adhesive of approved quality, including making provision for electrical conduits, switch boards etc. complete, as per architectural drawings and as directed by Engineer-in-charge. payment shall be made for elevational surface area only excluding top area (Ref Drg. No.46/032)

835.00 Sqm 3435.60 2868726

4.9 Wall Paneling ply with Laminate

Page 78: GOVERNMENT OF INDIA CENTRAL PUBLIC …4.imimg.com/data4/WH/GE/HTT-1534/1534_2016-01-22-15-57...GOVERNMENT OF INDIA CENTRAL PUBLIC WORKS DEPARTMENT Chief Engineer (West Zone III), CPWD,

78 AE(P) / EE(P)

Providing and fixing wall panelling etc. made of 50x25x1.50 mm Alluminiums rectangular hollow section framework, placed along the walls in a grid pattern with maximum spacing @ 600 mm centre to centre both ways (vertically & horizontally ) or at required spacing near opening, and fixing the frame to wall/ ceiling/ floors with countersunk with aluminium angle cleats, rawl plugs and SS or CP brass screws etc, providing and fixing 8 mm thick commercial ply over aluminium framework by metal screws etc,providing & fixing decorative high pressure laminated sheet 1mm thick plain / wood grain in gloss / matt / suede finish with high density protective surface layer and reverse side of adhesive bonding quality conforming to IS : 2046 Type S, including cost of adhesive of approved quality including making provision for opening for doors, windows, electrical conduits, switch boards etc. complete, all as per archtectural drawing and as per direction of Engineer-in-charge. (Ref Drg. No.46/010-016)

445.00 Sqm 2838.70 1263222

Total 21058369

TOTAL AMOUNT 58287405

Percentage above/ below

Grand Total