Upload
ravinder-kumar
View
223
Download
0
Embed Size (px)
Citation preview
8/3/2019 Pal Am Vihar
1/50
8/3/2019 Pal Am Vihar
2/50
2
NAME OF TENDERER : .
NAME OF WORK : Construction of Post office building at Palam Vihar,Gurgaon.(Haryana).
I N D E XSL.NO.
DETAILSPAGES
FROM TO
1) Cover Page 1 1
2) Index 2 2
3)Important instructions to the tenderers who have downloaded the tenderdocument from the website
3 3
4) Declaration 4 4
5) Press Notice Inviting tender 5 5
6) Notice Inviting tender 6 6
7) CPWD -6 7 9
8) CPWD -8 (Abridged form) 10 11
9) Proforma of schedules 12 15
10) Correction slip No.1 16 16
11) Special Conditions for Aluminium Works 17 17
12)Guarantee to be executed by contractors for removal of defects after
completion in respect of water proofing works
18 18
13) Additional conditions, additional specifications & important notes 19 24
14) Special conditions for ISI marked items 25 25
15) Schedule-D Special Conditions/Specific requirements for the work 26 26
16) Schedule of quantity 27 50
Certified that this N.I.T. contains pages from 01 (One) to 50(Fifty ) and no page is missing or torn.
Executive EngineerPostal Civil Division
Ambala
8/3/2019 Pal Am Vihar
3/50
3
IMPORTANT INSTRUCTIONS TO TENDERERS WHO HAVEDOWNLOADED THE TENDER DOCUMENT FROM WEB
The tenderers who have down loaded the tenders from the web, should read the followingimportant instructions carefully before actually quoting the rates & submitting the tenderdocuments: -
1. The tenderer should see carefully & ensure that the complete tender documents includingschedule of quantities has been down loaded & there are 50(Fifty ) Pages in all in the tenderdocument.
2. The printout of tender documents should be taken on 12 (A4) paper only .
3. The tenderer should ensure that no page in the down loaded tender document is missing.
4. The tenderer should ensure that all pages in the down loaded tender document are legible &clear & are printed on a good quality paper.
5. The tenderer should ensure that every page of the downloaded tender document is signedby tenderer with stamp (seal).
6. On page 2,3,4,10,16,17,18,19,25,26,27 & 50 of the down loaded tender document, the nameof the tenderer should be filled by the tenderer.
7. The tenderer should ensure that the down loaded tender document is properly bound andsealed before submitting the same.
8. The loose / spiral bound tenders not properly sealed shall be rejected out-rightly.
9. In case of any correction/addition/alteration/omission in the tender documents, it shall betreated as non- responsive and shall be rejected.
10. The tenderer shall furnish a declaration to this effect that no addition/ deletion/corrections
have been made in the tender documents submitted and it is identical to the tender documentappearing on Web site.
11. The tenderer should read carefully & sign the declaration given on the next page beforesubmitting the tender.
12. The cost of tender should be submitted along with the EMD as detailed in NIT.
13. In case of any doubt in the down loaded tender, the same should be got clarified from the O/oExecutive Engineer (C), Postal Civil Division, Ambala before submitting the tender.
CONTRACTOR Executive Engineer(C)
8/3/2019 Pal Am Vihar
4/50
4
D E C L A R A T I O N( TO BE GIVEN BY THE TENDERERS WHO HAVE DOWNLOADED THE TENDER DOCUMENT FROM THE WEB )
It is to certify that :
1) I / we have submitted the tenders in the Performa as downloaded directly from the website.
2) I/ We have submitted tender documents which are same / identical as available in the
website.
3) I / we have not made any modification / corrections / additions etc in the tenderdocuments downloaded from web by me / us.
4) I / We have checked that no page is missing and all pages as per the index are available &that All pages of tender document submitted by us are clear & legible.
5) I / we have signed (with stamp) all the pages of the tender documents before submitting thesame.
6) I / we have sealed the tender documents properly before submitting the same.7) I / We have submitted the cost of tender along with the EMD.
8) I have read carefully & understood the important instructions to the all tenderers & totenderers who have down loaded the tenders from the web.
9) In case at any stage later, it is found there is difference in our downloaded tender documentsfrom the original, Department shall have the absolute right to take any action as deemed fitwithout any prior intimation to me / us.
10) In case at any stage later, it is found that there is difference in our downloaded tenderdocuments from the original, the tender / work will be cancelled and Earnest Money/ SecurityDeposit will be forfeited at any stage whenever it is so noticed. The department will not pay anydamages to me / us on this account.
11) In case at any stage later, it is found that there is difference in our downloaded tenderdocuments from the original, I / We may also be debarred for further participation in the tender inthe department & would also render me / us liable to be removed from the approved list ofcontractors of the Department.
Dated
(CONTRACTOR)(SIGN WITH SEAL)
8/3/2019 Pal Am Vihar
5/50
5
DEPARTMENT OF POSTS (CIVIL WING)PRESS NOTICE INVITING TENDER
The Executive Engineer (C), Postal Civil Division Ambala invites on behalf of The President ofIndia, sealed item rate tenders from eligible contractors for the work of Construction of Post office
building at Palam Vihar, Gurgaon.(Haryana) for Estimated Cost of `2955357/-, EMD:
`59110/- Last date of Application 16-01-12.For detailed information please log on to http://www.indiapost.gov.in/ orhttp://tenders.gov.in/department.asp?id=832
Executive Engineer(c)
8/3/2019 Pal Am Vihar
6/50
6
NOTICE INVITING TENDER
NIT No 79/EE/PCDA/2011-12 Dated :-06-01-20121.0 Item rate tenders are invited on behalf of the President of India from approved and eligible contractors from the
approved list of Department of Posts, B.S.N.L., CPWD, MES, Railways, Local State PWD (B&R) and alliedDepartments of local state PWD (B&R) eligible for tendering in respective State PWD (B&R) for building works
for the work of Construction of Post office building at Palam Vihar, Gurgaon.(Haryana). The Central/StateGovernment Undertakings in their own capacity shall also be eligible to tender under usual terms and conditionsapplicable to them from time to time.
1.1 Tenders will be received up to 3 P.M. on 23-1-12 in the office of i) Assistant Engineer (Civil) Postal Civil SubDivision 103/22 Laxmi Nagar Rohtak ii) Assistant Engineer (Civil),Postal Civil Sub Division 1st floor Post OfficeBuilding at Sec-29 Chandigarha) Estimated cost put to tender ` 2955357/-
b) Earnest money to be deposited ` 59110/- in the shape of call receipt of a scheduled bank / fixed depositreceipt of a schedule bank / demand draft of a schedule bank issued in favour of Accounts Officer, PostalCivil, Division, Ambala.
c) Period of completion allowed 8 (Eight) Months.d) Tenders will be opened at 3.30 p.m. by Executive Engineer (C) or his authorised representative on the
same day in the presence of those who want to be present at :- i) Rohtak (Haryana ) in the office AssistantEngineer (Civil) Postal Civil Sub Division 103/22 Laxmi Nagar Rohtak and ii) Chandigarh in the office ofAssistant Engineer (Civil).Postal Civil Sub Division 1st floor Post Office Building at Sec-29 Chandigarh. Thecontractor can drop only one tender for a work that may be at Chandigarh or Rohtak at the addressgiven above.
1.2 All intending tenders, other than those enlisted with Department of Posts while applying for above work shouldhave completed satisfactorily RCC framed structure building works under Central Government/StateGovernment/Public Sector Undertakings / Autonomous body of Central Govt / Local State Govt atleast threesimilar works each of value not less than 40% of estimated cost or two similar works each of value not less than50% of estimated cost or one similar work costing not less than 80% of Estimated Cost during the last 7 yearsending last day of the month previous to one in which the tenders are invited.
1.3 The contractors shall submit list of completed works of the requisite magnitude along with attested copies ofcertificates/testimonials of their satisfactory completion from the department concerned obtained from an officernot below the rank of an Executive Engineer in charge of the work while applying for issue of tender forms. Thework completed with imposition of levy of compensation for delay shall not be considered as satisfactorilycompleted work for the purpose of work experience.
2.0 The tender and the earnest money (including cost of tender if downloaded from web) shall be placed in separatesealed envelopes each marked Tender and Earnest Money respectively. Both the envelopes shall besubmitted together in another sealed envelope with name of work For down loadable tenders there should betwo extra separate envelops marked Eligibility documents and Declaration respectively, addressed to theExecutive Engineer (C) Postal Civil Division, Ambala. The Contractors who do not deposit the earnest money inthe above manner and also submit the downloadable tender in the manner prescribed will be summarilyrejected.
3.0 Lay out plan showing the site of the proposed building and architectural working drawings can be seen in theoffice of E.E.(C) , Postal Civil Division, Ambala on all working days.
4.0 Conditions and tender forms can be had on application from i) The Assistant Engineer (Civil) Postal Civil SubDivision 103/22 Laxmi Nagar Rohtak ii) The Assistant Engineer (Civil).Postal Civil Sub Division 1st floor Post
Office Building at Sec-29 Chandigarh.on payment of the `500/- in cash as cost of tender (non-refundable).Application for tender forms will be received up to 4 p.m. on 16-01-12 and tenders will be sold up to 4 p.m. on18-01-12. In case of holiday is declared on any of the above noted days, that activity will be automatically shiftedto next working day.
5.0 Tenders, in which any of the prescribed conditions is not fulfilled or any condition including that conditionalrebate is put forth by the tenderer, shall be summarily rejected. However, the tenders with unconditional rebatewill be acceptable.
6.0 The blank tender document with additional conditions and schedule of quantities / other schedule can also bedownloaded from Web site www.indiapost.gov.in/ or http://tenders.gov.in/department.asp?id=832. The cost oftender (Non-refundable) may be submitted along with EMD in the same manner as specified in Para 6 above.
7.0 INSTRUCTIONS FOR TENDERER USING DOWNLOADED TENDER DOCUMENTS FROM WEBSITE :(i) The downloaded Tender documents in which rates are quoted should be properly bound and wax
sealed. Loose/ spiral bound submission shall be rejected out rightly (in case of any correction /addition / alteration / omissions in the tender documents shall be treated as non responsive and shallbe rejected). Every page of downloaded tender shall be signed by the contractor with stamp (seal).
The tenderer shall furnish declaration to this effect that no addition /deletion/ correction have beenmade in the tender documents submitted and it is identical to the tender documents appearing onWEBSITE.
(ii) The tenderers shall also submit attested copies of eligibility and experience particulars in a separatesealed envelop superscribing Eligibility Documents in addition to the Tender and EMD asspecified in para 2.0 above. The envelope containing eligibility document shall be opened first. Theenvelope containing Tender and EMD shall only be opened for those tenderers who meet theeligibility criteria as per this NIT. The tender of the Contractor who do not submit the eligibilitydocuments in the above manner will be summarily rejected.
(iii) The agreement shall be drawn only on the original tender documents available with the ExecutiveEngineer(C). Original tender documents are available in the Office of Executive Engineer(C),Postal Civil Division, Ambala which can be seen by the intending tenderer before tendering for thework.
8.0 This notice is also available on website http://www.indiapost.gov.in/ orhttp://tenders.gov.in/department.asp?id=832.
Executive Engineer(C)Postal Civil Division
Ambala
8/3/2019 Pal Am Vihar
7/50
7
CPWD 6GOVERNMENT OF INDIA
DEPARTMENT OF POSTSNOTICE INVITING TENDER
1.0 Item rate tenders are invited on behalf of the President of India from approved and eligible
contractor from the approved list of Department of Posts, BSNL, CPWD, MES, Railways, Local
State PWD (B&R) and allied Departments of local state PWD (B&R) eligible for tendering in
respective State PWD (B&R) for building works for the Construction of Post office building atPalam Vihar, Gurgaon.(Haryana). The Central/State Government Undertakings in their owncapacity shall also be eligible to tender under usual terms and conditions applicable to them from
time to time.
1.1 Tenders will be received up to 3:00 P.M. on 23-1-12
(a) Estimated cost put to tender ` 2955357/-
(b) Earnest money to be deposited ` 59110/- in the shape of call receipt of a scheduled bank /
fixed deposit receipt of a schedule bank / demand draft of a schedule bank issued in favour of
Accounts Officer, Postal Civil, Division, Ambala.
(c) Period of completion allowed 8 (Eight) Months.
Tenders will be opened at 3:30 p.m. on the same day in the presence of those who want to be
present at :- i) Rohtak (Haryana ) in the office Assistant Engineer (Civil) Postal Civil SubDivision 103/22 Laxmi Nagar Rohtak and ii) Chandigarh in the office of Assistant Engineer
(Civil).Postal Civil Sub Division 1st floor Post Office Building at Sec-29 Chandigarh. Thecontractor can drop only one tender for a work that may be at Chandigarh or Rohtak at the
address given above.
1.2 All intending tenderers, other than those enlisted with Department of Posts while applying for
above work should have completed satisfactorily RCC framed structure building works under
Central Government/State Government/Public Sector Undertakings / Autonomous body of Central
Govt / Local State Govt atleast three similar works each of value not less than 40% of estimated
cost or two similar works each of value not less than 50% of estimated cost or one similar work
value not less than 80% of estimated cost (rounded to nearest one thousand rupees) in last 7 years
ending last day of the month previous to one in which the tenders are invited
1.3 The contractors shall submit list of completed works of the requisite magnitude along with attested
copies of certificates/testimonials of their satisfactory completion from the department concerned
obtained from an officer not below the rank of the Executive Engineer in charge of the work while
applying for issue of tender forms. The work completed with imposition of levy of compensation
for delay shall not be considered as satisfactorily completed work for the purpose of work
experience.
2 Agreement shall be drawn with the successful tenderer on prescribed Form No. C.P.W.D. 8 which
is available as a Govt. of India Publication. Tenderer shall quote his rates as per various terms and
conditions of the said form which will form part of the agreement.
3 The time allowed for carrying out the work will be 8 (Eight) Months from the date of start as
defined in schedule F or from the date of handing over of the site, whichever is later, in
accordance with the phasing, if any, indicated in the tender documents.
4 The site for the work is available .
5 Lay out plan showing the site of the proposed building and architectural working drawings can be
seen in the office of E.E.(C) , Postal Civil Division, Ambala on all working days.
Conditions and tender forms can be had on application from i) The Assistant Engineer (Civil)
Postal Civil Sub Division 103/22 Laxmi Nagar Rohtak ii) The Assistant Engineer (Civil).Postal
Civil Sub Division 1st floor Post Office Building at Sec-29 Chandigarh on payment of the `500 /-
in cash as cost of tender (Non-refundable).Application for tender forms will be received up to 4 p.m. on 16-01-12 and tenders will be sold up
to 4 p.m. on 18-01-12
In case of holiday is declared on any of the above noted days, that activity will be automatically
shifted to next working day.
6(i) Tenders shall be accompanied with Earnest money of` 59110/- (In cash up to ` 10000/-) /Receipt
Treasury Challan/Deposit at call receipt of a scheduled bank/fixed deposit receipt of a scheduled
8/3/2019 Pal Am Vihar
8/50
8
bank/demand draft of a scheduled bank issued in favour of A.O., PCD, Ambala 50% of earnest
money or ` 20 lacs, whichever is less, will have to be deposited in the shape prescribed above and
balance amount of earnest money can be accepted in the form of Bank guarantee issued by a
scheduled bank having validity for 6 months or more from the last date of receipt of tenders.
6(ii) The tender and the earnest money (including cost of tender if downloaded from web) shall be
placed in separate sealed envelopes, each marked Tender and Earnest Money respectively.
In cases where earnest money in cash is acceptable, the same shall be deposited with the Cashier of
the Division and the receipt placed in the envelope meant for earnest money. Both the envelopes
shall be submitted together in another sealed envelope with the name of work and due date ofopening written on envelope, which will be received by the EE(C) or his authorized representative
in offices at 1.1 above up to 3.00 P.M. on 23-1-12 and will be opened by him or his authorized
representative in offices at 1.1 above on the same day at 3.30 P.M. The envelope marked Tender
of only those tenderers shall be opened, whose earnest money (including cost of tender if
downloaded from web), placed in the other envelope, is found to be in order.
7 The contractor whose tender is accepted will be required to furnish performance guarantee of 5%
(five percent) of the tendered amount within the period specified in Schedule F. This guarantee
shall be in the form of cash (in case guarantee amount is less than ` 10000/-) or Deposit at call
receipt of any scheduled bank/Bankers cheque of any scheduled bank/Demand Draft of any
scheduled bank/pay order of any scheduled bank (in case guarantee amount is less than `
1,00,000/-) or Govt. 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 contractorfails 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.
8 The description of the work is as follow :
Construction of Post office building at Palam Vihar, Gurgaon.(Haryana)Copies of other drawings and documents pertaining to the works will be open for inspection by thetenderers at the office of the above mentioned officer.
Tenderers are advised to inspect and examine the site and its surroundings and satisfy themselves
before submitting their tenders as to the nature of the ground and sub-soil (so far as is practicable),
the form and nature of the site, the means of access to this site, the accommodation they may
require and in general shall themselves obtain all necessary informations as to risks, contingenciesand other circumstances which may influence or affect their tender. A tenderer shall be deemed to
have full knowledge of the site whether he inspects it or not and no extra charges consequent on
any misunderstanding or otherwise shall be allowed. The tenderer shall be responsible for
arranging and maintaining at his own cost all materials, tools & plants, water, electricity access,
facilities for workers and all other services required for executing the work unless otherwise
specifically provided for in the contract documents. Submission of a tender by a tenderer implies
that he has read this notice and all other contract documents and has made himself aware of the
scope and specifications of the work to be done and of conditions and rates at which stores, tools
and plant, etc. will be issued to him by the Government and local conditions and other factorshaving a bearing on the execution of the work.
9 The competent authority on behalf of the President of India does not bind itself to accept the
lowest or any other tender and reserves to itself the authority to reject any or all the tendersreceived without the assignment of any reason. All tenders in which any of the prescribed
condition is not fulfilled or any condition including that of conditional rebate is put forth by the
tenderer shall be summarily rejected.
10 Canvassing whether directly or indirectly, in connection in with tenders is strictly prohibited and
the tenders submitted by the contractors who resort to canvassing will be liable to rejection.
11 The competent authority on behalf of President of India reserves to himself the right of accepting
the whole or any part of the tender and the tenderer shall be bound to perform the same at the rate
quoted.
12 The contractor shall not be permitted to tender for works in the Postal Civil Circle (Division in
case of contractors of Horticulture/Nursery category) responsible for award and execution of
contracts in which his near relative is posted as Divisional Accountant or as an officer in any
capacity between the grades of 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
8/3/2019 Pal Am Vihar
9/50
9
subsequently employed by him and who are near relatives to any gazetted officer in the
Department of Posts or in the Ministry of Communications & IT. Any breach of this condition by
the contractor would render him liable to be removed from the approved list of contractors of this
Department.
13 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 tender orengagement in the contractors service.
14 The tender for the works shall remain open for acceptance for a period of 90 (ninety) days from the
date of opening of tender. If any tenderer withdraws his tender before the said period or issue of
letter of acceptance, whichever is earlier, or makes any modifications in the terms and conditions
of the tender which are not acceptable to the department, then the Government shall, without
prejudice to any other right or remedy, be at liberty to forfeit 50% of the said earnest money as
aforesaid. Further the tenderer shall not be allowed to participate in the re-tendering process of the
work.
15 This Notice Inviting Tender shall form a part of the contract document. The successful
tenderer/contractor, on acceptance of his tender by the Accepting Authority, shall, within 15 days
from the stipulated date of start of the work, sign the contract consisting of:-
(a) The notice inviting tender, all the documents including additional conditions, specifications and
drawings, if any, forming the tender as issued at the time of invitation of tender and acceptance
thereof together with any correspondence leading thereto.
(b) Standard C.P.W.D. Form 8.
16 The blank tender document with additional conditions and schedule of quantities / other schedule
can also be downloaded from Web site www.indiapost.gov.in. orhttp://tenders.gov.in/department.asp?id=832. The cost of tender (Non-refundable) shall be
submitted along with EMD in the same manner as specified in para 6 above.
17 INSTRUCTIONS FOR TENDERER USING DOWNLOADED TENDER DOCUMENTSFROM WEBSITE :(i) The downloaded Tender documents should be properly bound and wax sealed. Loose/ spiral
bound submission shall be rejected out rightly (in case of any correction / addition / alteration /
omissions in the tender documents shall be treated as non responsive and shall be rejected). Every
page of downloaded tender shall be signed by the contractor.
(ii) The tenderers shall also submit attested copies of eligibility and experience particulars in a
separate sealed envelop superscribing Eligibility Documents in addition to the Tender and
EMD as specified in para 6(i) above. The envelope containing eligibility document shall be
opened first. The envelope containing Tender and EMD shall only be opened for those
tenderers who meet the eligibility criteria as per this NIT. The envelopes containing Tender &
EMD of the Contractor who do not submit the eligibility documents in the above manner shall not
be opened.
18 Tenders, in which any of the prescribed conditions is not fulfilled or any condition including that
conditional rebate is put forth by the tenderer, shall be summarily rejected. However, the tenders
with unconditional rebates will be acceptable.
This notice is also available on website http://www.indiapost.gov.in/ orhttp://tenders.gov.in/department.asp?id=832.
Executive Engineer(C)Postal Civil Division
Ambala
8/3/2019 Pal Am Vihar
10/50
10
CPWD- 8GOVERNMENT OF INDIA
DEPARTMENT OF POSTS
STATE: Haryana CIRCLE: AmbalaBRANCH: Civil Wing DIVISION: PCD, Ambala
ZONE : North SUB DN: PCSD, Rohtak
ITEM RATE TENDER & CONTRACT FOR WORKS
Tender for the work of:- Construction of Post office building at PalamVihar, Gurgaon.(Haryana).
i) To be submitted by 15:00 hrs on 23-1-12 at :- a) Rohtak (Haryana ) in the officeAssistant Engineer (Civil) Postal Civil Sub Division 103/22 Laxmi Nagar Rohtakand b) Chandigarh in the office of Assistant Engineer (Civil).Postal Civil SubDivision 1st floor Post Office Building at Sec-29 Chandigarh.
ii) To be opened in Presence of tenderers who may be present at 15:30 hrs on 23-
1-12 in the office of i) The Assistant Engineer (Civil) Postal Civil Sub Division103/22 Laxmi Nagar Rohtak ii) The Assistant Engineer (Civil).Postal Civil SubDivision 1st floor Post Office Building at Sec-29 Chandigarh.
Issued to:- _________________________________(Contractor)
Date of issue:- ________________________
Executive Engineer (C)Postal Civil DivisionAmbala
T E N D E R
I/We have read and examined the notice inviting tender, schedule, A,B,C,D,E & F, Specifications applicable,Drawings & Designs, General Rules and Directions, Conditions of Contract, Clauses of contract, Specialconditions, Schedule of Rate & other documents and Rules referred to in the conditions of contract and allother 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 inSchedule F, Viz., schedule of quantities and in accordance in all respects with the specifications, designs,drawings and instructions in writing referred to in Rule-1 of General Rules and Directions and in Clause 11 ofthe Conditions of contract and with such materials as are provided for, by, and in respects in accordance with,such conditions so far as applicable.
We agree to keep the tender open for ninety (90) days from the due date of submission thereof and not tomake any modifications in its terms and conditions.
A sum of ` 59110/- is hereby forwarded in Deposit at call receipt of a Scheduled Bank/fixed deposit receipt ofScheduled Bank/Demand Draft of a scheduled Bank as earnest money, If I/we, fail to furnish the prescribedperformance guarantee within prescribed period, I/we agree that the said President of India or his successorsin office shall without prejudice to any other right or remedy, be at liberty to forfeit the said earnest moneyabsolutely. Further, if I/We fail to commence work as specified, I/We agree that President of India or hissuccessors in office shall without prejudice to any other right or remedy available in law, be at liberty to forfeitthe said earnest money and the performance guarantee absolutely, otherwise the said earnest money shall beretained by him towards security deposit to execute all the works referred to in the tender documents upon theterms and conditions contained or referred to therein and to carry out such deviations as may be ordered, up
to maximum of the percentage mentioned in Schedule F and those in excess of that limit at the rates to bedetermined 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 both Earnest money and performance guarantee asafore said, I/We shall be debarred for participation in the re-tendering process of the work.
8/3/2019 Pal Am Vihar
11/50
11
I/We hereby declare that I/we shall treat the tender documents drawings and other records connected with thework as secret/confidential documents and shall not communicate information/derived therefrom to anyperson other than a person to whom I/we am/are authorized to communicate the same or use the informationin any manner prejudicial to the safety of the State.
Dated.. Signatures of ContractorPostal Address
Witness:
Address:
Occupation:
ACCEPTANCE
The above tender (as modified by you as provided in the letters mentioned hereunder) is accepted by me forand on behalf of the President of India for a sum of ____________ ( _____ ________ _________________ ______________ _________ ______________ _________________)
The letters referred to below shall form part of this contract Agreement:-
i)
ii)
iii)
Signatures.
Designation.
Dated.. For & on behalf of the President of India
8/3/2019 Pal Am Vihar
12/50
12
SCHEDULES
SCHEDULE A - Schedule of Quantities (Enclosed)
SCHEDULE B -
Schedule of materials to be issued to the contractor.
S.No. Description of item Quantity Rates in figures & words Place of issueat which the materialwill be charged to thecontractor
1. 2. 3. 4. 5.
Schedule B deletedSCHEDULE C
Tools and plants to be hired to the contractor
S.No. Description Hire charges per day Place of issue
1. 2. 3. 4.
Schedule C deleted
SCHEDULE D-
Extra schedule for specified requirements/documents for the work, if any.Additional conditions / specification, Important notes
SCHEDULE E
Reference to General Conditions of contract.
NAME OF WORK : Construction of Post office building at Palam Vihar,Gurgaon.(Haryana).
Estimated cost of Work:- `2955357/-i) Earnest Money:- ` 59110/-ii) Performance Guarantee- 5% of tendered Value
iii) Security Deposit 5% of tendered Value
SCHEDULE F
General Rules & Directions:-
Officer Inviting tender:- Executive Engineer(c), Postal Civil Division-, Ambala (Haryana).Maximum percentage for quantity of items of work tobe executed beyond which rates are to be determinedin accordance with Clauses 12.2. & 12.3 See below
Definitions:
i) Engineer-in-Charge: Executive Engineer(c), Postal Civil Division, Ambala
ii) Accepting Authority: Superintending Engineer(C), Postal Civil Circle Ambala.
iii) Percentage on cost of materials 15%
8/3/2019 Pal Am Vihar
13/50
13
and labour to cover all over-heads and profits.
iv) Standard Schedule of Rates: DSR-2007
v) Department: Department of Posts
vi) Standard CPWD contract Form CPWD form 8 as modified & corrected up to date correction
slips and General conditions.Clause 1
i) Time allowed for submission of Performance Guarantee 15 daysfrom the date of issue of letter of acceptance, in days.
ii) Maximum allowable extension beyond the period 15 daysprovided in (i) above in days.
Clause 2
Authority for fixing compensation under clause 2. S.E(C), PCC, Ambala
Clause 2A
Whether Clause 2A shall be applicable: No
Clause 5Number of days from the date of issue of letterof acceptance for reckoning date of start. 15 Days
S.No. Financial progress Time allowed(From date of start)
Amount to be with-held
1.2.3.4.
1/8th
(of whole work)3/8
th(of whole work)
3/4th
(of whole work)Full
1/4th
(of whole time)1/2 (of whole time)3/4
th(of whole time)
Full
In the event of not achieving thenecessary progress, from the runningpayments 1% of tendered value ofwork will be withheld for failure of eachmile stone.
Time allowed for execution of work: 8 months
Clause 6, 6A
Clause applicable :- (6 or 6A) Clause 6
Clause 7
Gross work to be done together with net payment/adjustment `5.5 lacof advances for material collected, if any, since the last suchPayment for being eligible to interim payment.
Clause 10A
List of testing equipments to be provided by the contractor at site lab.1. Cube moulds. 2.Jar for silt cement testing. 3. Set of sieves. 4 Weighing Balance. 5. Slump Cone.
Clause 10B(i)
Whether Clause 10 B (ii) shall be applicable No
Clause 10C
Component of labour expressed as percent of value of work = 25 %.
Clause 10CC Not applicable
8/3/2019 Pal Am Vihar
14/50
14
Clause 10CA
Materials Covered under thisclause
Nearest materials (other thancement, reinforcement barsand structural steel) for whichAll India Wholesale PriceIndex to be followed:
Base Price of all the Materialscovered under Clause 10 CA
(A) Cement(OPC)Reinforcement Bars TMT-500
(B) Primry Manufacturer(C) Secondary Manufacturer(d) Structural Steel
Nil (A) ` 5400/-(B) ` 47500/-
(C) ` 43600/-(D) ` 45498
Clause 11Specifications to be followed for execution of work:- CPWD specifications 2007 With upto date
Correction SlipsClause 1212.2 & 12.3 Deviation Limit beyond which clauses 30%
12.2. & 12.3 shall apply for buildingWork.
12.5 Deviation Limit beyond which clauses 100%12.2 & 12.3 shall apply for foundationWork.
Clause 16Competent Authority for deciding reduced rates:- S.E(C), PCC, Ambala
Clause 36 i)Requirement of Technical Representative(s) and recovery Rate
S.No. MinimumQualification ofTechnicalRepresentative
Discipline Designation(PrincipalTechnical/Technicalrepresentative)
MinimumExperience
Number Rate at which recoveryshall be made from thecontractor in the eventof not fulfilling provisionof clause 36(i)Figures Words
1. Graduate
Engineer
Civil Principal
Technical
Representative
5 years 01 ` 15000/ ` Fifteen
thousand
only per
month.
Assistant Engineers retired from Government Services that are holding Diploma in Civil Engineering will be
treated at par with Graduate Engineer.
Clause 42
i) Schedule/statement for determining theoretical quantity of cement & bitumen on the basis
of Delhi Schedule of Rates 2007 printed by C.P.W.D.
ii) Variation permissible on theoretical quantities:a) Cement
for works with estimated cost put to 2% Plus /minusto tender more than 5 lakhs
b) Bitumen for all works 2.5% plus only & nil on minus side
c) Steel Reinforcement and Structural steel 2% plus/minussections for each diameter, section andcategory
d) All other materials NIL
8/3/2019 Pal Am Vihar
15/50
15
Price to be considered for recovery.
Recovery rate for quantities beyond permissible variation.
Rate in figures and words at which recoveryshall and made from the contractor
Sl. No. Description of item Excess use beyondpermissiblevariation
Less use beyondthe permissiblevariation
1 Cement2 Steel Reinforcement3 Structural Sections4 Bitumen issued free5 Bitumen issued at
stipulated fixed price.
8/3/2019 Pal Am Vihar
16/50
16
CORRECTION SLIP NO.1
(Correction to Form CPWD-6 & 7/8 (2010)
(For use in Department of Posts: India)
CORRECTION TO:- Definition under CONDITIONS OF CONTRACT all reference to:-i) Director General of Works, CPWD,ii) CPWD/Public Works Department,iii) Administrative Head of CPWD,iv) Chief Engineer, CPWDv) CPWD Circle &vi) Ministry of Urban Development
In various clauses shall be taken to mean:-
i) Chief Engineer(c), Department of Posts,ii) Department of Posts/Civil Wing,iii) Administrative Head of Department of Postsiv) Chief Engineer(c), Department of Postsv) Postal Civil Circle/Zone &vi) Ministry of Communications & IT, Department of Posts
EXCEPT IN:- In the following places and clauses where no modifications are intended:-
i) CPWD safety code,ii) Clause
1,1A,2,3,4,5,6,7,8,8A,9,9A,10,10A,10B(i),10C,10CA,10D,11,12,13,14,15,16,17,18,18A,18B,19,19A,19B,19C,19D,19E,19F,19i,19J,19K,20,21,22,23,24,25,26,27,28,29,29B,30,31,31A,32,33,35,36,37,38,39,40,41,42,43,44,45
iii) Model rules for protection of health and Sanitary arrangement for workers employed byCPWD or its contractors (Heading only)
iv) Central Public Works Department Contractors Labour Regulations (In Heading and
Regulations No.1 only),v) CPWD- Delhi Schedule of Rates and Specifications
Contractor Engineer-in-Charge
8/3/2019 Pal Am Vihar
17/50
17
SPECIAL CONDITIONS FOR ALUMINIUM WORKS
(For Doors, Windows, Ventilators and Partitions)
1. Extruded aluminium sections of JINDAL, INDAL or Equivalent as approved by theEngineer-in-Charge shall only be used. The various aluminium sections of JINDAL makegenerally used in doors, windows, ventilators, partitions etc, are indicated in the table attached.
The sections of other size, shape and thickness may also be used is approved by the Engineer-in-Charge. Various tests of aluminium sections shall be conducted in accordance with relevantprovisions of IS:1868, IS:5523 & IS:5528.
2. Aluminium doors, windows, ventilators and partitions shall be fabricated generally as perthe approved (architect) drawings. Alternatively, the contractor shall submit the drawingsindicating the proposed sections to be used by him and the fixing arrangements, for approval. TheEngineer-in-Charge shall have the right to reject or modify these drawings before approval andthe contractor is bound to execute the work in accordance with drawings approved by theEngineer-in-Charge.
3. Samples of doors, windows, ventilators and partitions as per approved drawings, shall befabricated and got approved from the Engineer-in-Charge before taking up the execution of theseitems.
4. Aluminium sections shall be jointed to each other, wherever required, with extrudedaluminium angle cleats of suitable size and of thickness not less than 6mm in frames ofdoors/windows/ventilators/partitions & door shutters and not less than 4mm in window shutters,with stainless steel screws. All joints, unless specified, shall be mitred.
5. Fabricated aluminium frames shall be given a lacquer coating, which shall be maintainedduring the entire period of construction to prevent any damage to the anodic (Powder) coating toaluminium sections. The surface shall be cleaned and polished before handing over the works.Nothing extra shall be paid on this account.
6. Sliding-Shutters in partly openable windows, shall be provided with heavy-duty nylonrollers with concealed bearings and aluminium stoppers and special locking arrangements asapproved by the Engineer-in-Charge. The interlocking styles of sliding shutters shall be provided
with PVC weather sealing gasket. To drain off rain water collected in between channels, cuts of15mm width shall be provided at both ends of the bottom track as directed by the Engineer-in-Charge.
Side-Hung-Shutters in fully openable windows, shall be provided with best quality heavy-duty type anodic (Powder) coated aluminium hinges with stainless steel pins/bolts, anodized(Powder) coated aluminium peg stays and fasteners of suitable size and shape.
7. RATES:- Actual weight of extruded aluminium sections, angle cleats and snap beadings,excluding the weight of all fittings and fixtures, shall be measured for payment. The cost of allfittings and fixtures (i.e. stainless steel screws, nylon rollers, locking arrangements, gasket,making cuts, hinges, pins/bolts, peg stays, fastners) and the wastage of extruded aluminiumsections, shall be deemed to be included in the agreement rate and noting extra whatsoever shallbe payable. Panelling and glazing shall be paid separately.
Contractor Engineer-in-Charge
8/3/2019 Pal Am Vihar
18/50
18
GUARANTEE TO BE EXECUTED BY CONTRACTORSFOR REMOVAL OF DEFECTS AFTER COMPLETION INRESPECT OF WATER PROOFING WORKS
(Refer Original and Main Agreement NoDated..)
The 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 Government of the other part).
WHEREAS this agreement in supplementary to a contract (hereinafter called the Contract), dated/../.. and made between the GUARANTOR of the one part and the Government ofthe other part, whereby the contractor, inter alia, undertook to render the buildings and structuresin the said contract recited completely water and leak-proof.
AND WHEREAS GUARANTOR agreed to give a guarantee to the effect that the saidstructures will remain water and leak-proof for five years from the date of giving of water proofingtreatment.
NOW THE GUARANTOR hereby guarantees that water-proofing treatment given by himwill render the structures completely leak-proof and the minimum life of such water proofingtreatment shall be five years to be reckoned from the date after the maintenance period
prescribed in the Contract.Provided that the guarantor will not be responsible for leakage caused by earth quake or
structural defects or misuse of roof or alteration and for such purpose:
a) Misuse of roof shall mean any operation which will damage proofing treatment, likechopping of fire wood and things of the same nature which might cause damage to roof;
b) Alteration shall mean construction of an additional storey or a part of the roof orconstruction adjoining to existing roof whereby proofing treatment is removed in parts;
c) The decision of the Engineer-in-Charge with regard to cause of leakage shall be final.
During this period of guarantee, the guarantor shall make good or defects and in case of anydefect being found, render the building water proof to the satisfaction of the Engineer-in-Charge athis cost and shall commence the work for such rectification within seven days from the date ofissue of notice from the Engineer-in-Charge calling upon him to rectify the defects, failing whichthe work shall be got done by the Department by some other contractor at the GUARANTORScost and risk. The decision of Engineer-in-Charge as to the cost, payable by the guarantor shallbe final and binding.
That if GUARANTOR fails to execute the water-proofing or commits breach there underthen the guarantor will indemnify the principle 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 theGUARANTOR in performance and observance of this supplementary agreement. As to theamount of loss and /or damage and/or cost incurred by the Government, the decision of theEngineer-in-Charge will be final and binding on the parties.
IN WITNESS WHEREOF these presents have been executed by the obligor
and by . and for and on behalf of the PRESIDENT OFINDIA on the day, month and year first above written.
Signed, sealed and delivered by OBLIGOR in the presence of :
1., 2.
Signed for and on behalf of THE PRESIDENT OF INDIA by in thepresence of :
1 , 2.
Contractor Engineer-in-Charge
Refer appendix-25 of CPWD Works Manual 2007)
8/3/2019 Pal Am Vihar
19/50
19
ADDITIONAL CONDTIONS, ADDITIONAL SPECIFICATIONS &IMPOTANT NOTES
A ADDITIONAL CONDITIONS
1. The contractor shall at his own expense, provide all materials, required for work.
2. The Contractor shall maintain safe custody of materials brought to the site. The contractor shallalso employ necessary watch and ward establishment for the work and other purposes as requiredat his own cost.
3. For Cement and Steel and other materials, as prescribed, the quantities brought at site shall beentered in the respective material at site accounts and shall be treated as issued for maintenance ofdaily consumption.
4. The procurement of cement and Reinforcement Steel and their issue and consumption shall begoverned as per conditions laid down hereunder.
4.1 CEMENT
4.1.1 The contractor shall procure 43 grade (Conforming to I.S: 8112) Ordinary Portland Cement, asrequired in the work, from reputed manufactures of cement, having a production-capacity of onemillion tonnes per annum or more. Such as A.C.C. L&T, Vikmam, Shri Cement and CementCorporation of India etc. as approved by Ministry of Industry, Government of India, and holdinglicense to use ISI Certification mark for their product. Supply of cement shall be taken in 50 kgbags bearing manufacturers name and ISI marking. Samples of cement arranged by thecontractor shall be taken by the Engineer-in-charge and got tested in accordance with provisionsof the relevant BIS Codes. In case test results indicate that the cement arranged by the contractordoes not conform to the relevant BIS Codes, the same shall stand rejected and shall be removedfrom the site by the contractor at his own cost within a weeks time of written order from theEngineer-in-Charge to do so.
4.1.2 The cement shall be brought at site in bulk supply as decided by the Engineer-in-Charge.
4.1.3. The cement godown of the capacity to store about 2000 bags of cement or as decided by theEngineer-in-Charge shall be constructed by the contractor at site of work for which no extrapayment shall be made. 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 representativeand the key of other lock shall remain with the contractor. The contractor shall facilitate theinspection of the cement godown by the Engineer-in-Charge at any time.
4.1.4 The contractor shall supply free of charge the cement required for testing. The cost of tests shallbe borne by the contractor/Department in the manner indicated below.
(i) By the contractor, if the results show that the cement does not conform torelevant BIS Codes.
(ii) By the Department, if the results show that the cement conforms to relevantBIS codes.
4.2 STEEL
4.2.1 The contractor shall procure steel reinforcement bars conforming to relevant BIS Codes frommain producers as approved by the Ministry of Steel. For TMT Bars conforming to relevant BIScodes, procurement shall be made from main producers having valid BIS Licence. The contractorshall have to obtain and furnish test certificates to the Engineer-in-Charge in respect of allsupplies of steel brought by him to the site of work. Samples shall also be taken and got tested bythe Engineer-in-Charge as per the provisions in this regard in the relevant BIS Codes. In case thetest results indicate that the steel arranged by the contractor does not conform to BIS Codes, the
same shall stand rejected and shall be removed from the site of work within a weeks time fromwritten order from the Engineer-in-Charge to do so.
8/3/2019 Pal Am Vihar
20/50
20
4.2.2 The steel reinforcements shall be stored by the contractor at site of work in such a way as toprevent distortion and corrosion and nothing extra shall be paid on this account. Bars of differentsizes (diameters) and lengths shall be stored separately to facilitate easy counting and checking.
4.2.3 For checking nominal mass, tensile strength, bend test, re-bend test, elongation test, proof stressetc. specimen of sufficient length shall be cut from each diameter of the bar at random atfrequency not less than that specified below.
For Consignment-----------------------------------------------------------
Size(Diameter) of bar Below 100 tonnes Over 100 tonnes
Under to 10mm dia One sample for each One sample for each 4025 tonnes or part thereof tonnes or part thereof
10mm to 16 mm dia One same for each One sample for each 4535 tonnes or part tonnes or part thereofthereof
Over 16mm dia One sample for each One sample for each 5045 tonnes or part Tonnes or part thereof
thereof.
4.2.4 The contractor shall supply free of charge the steel bars required for testing. The cost of testsshall be borne by the contractor/Department in the manner indicated below.
(i) By the contractor, if the results show that the steel does note conform torelevant BIS Codes.
(ii) By the Department, if the results show that the steel conforms to relevant BIScodes.
4.2.5 Coefficient of weight i.e., the weight per unit length of the steel procured by the contractor shall beascertained at site before using it and certified by the Engineer-in-Charge. In case weight per unit
length is beyond the rolling margin as laid down in the BIS: 1786, the steel will be rejected andshall be removed as per para 5.2.1 above from the site of work within a weeks time from writtenorder from the Engineer-in-Charge to do so. In case weight per unit length is more than thestandard coefficient of weight for the diameter, but is within the rolling margin, then the paymentshall be made as per the standard weight per unit length, and, where the weight per unit length islesser than the standard coefficient of weight for the diameter, but is within the rolling margin, thepayment shall be restricted with respect to the actual weight per unit length of the diameter.
4.3 The standard sectional weights referred to in standard table under para 5.3.3, CPWDSpecifications for Cement Mortar, Cement Concrete and RCC works, are to be considered forconversion of length of various sizes of Steel Reinforcement bars into weight.
4.4 The actual issue and consumption of steel and cement on the work shall be regulated and proper
accounts maintained as provided in clause 10 of the contract. The theoretical consumption ofcement and steel shall be worked out as per procedure prescribed in Clause 42 of the contract adshall be governed by conditions laid therein.
4.5 Steel and Cement brought to site and remaining unused shall not be removed from site withoutthe written permission of the Engineer-in-Charge.
5. No payment shall be made to contractor for any damaged caused by rain, snowfall, floods or anyother natural cause what so ever during the execution of work because of cause(s) not coveredunder Clause 43 of the Contract. The damage to work will be made good by the contractor at hiscost, and no claim on this account be entertained.
6. Some restrictions may be imposed by the security staff etc. on the working and/or movement of
labour, materials etc. and the contractor shall be bound to follow all such restrictions/instructionsand nothing extra shall be payable on this account.
8/3/2019 Pal Am Vihar
21/50
21
7. The Contractor shall comply with proper and legal orders and directions of the local or publicauthority or municipality and abide by their rules and regulations and pay all fees and chargeswhich he may be liable and nothing extra shall be payable on this account. The work shall becarried out without infringing on any of the local Municipal Bye-Laws.
8. The contractor shall engage licensed plumber for sanitary, water supply, drainage work and alsoget all the materials and system (including the materials supplied if any, by the department)
tested by the Municipal Authority, whenever required, at his own cost including testing fees,transport etc. according to Municipal by Laws. The contractor shall produce necessary certificatefrom the Municipal Authorities after completion of work. Nothing extra will be paid on this account.
9. The water supply sanitary installation and drainage work shall be carried out in a mannercomplying in all respects with the requirement of relevant by laws of the local municipal authorityof the place at no extra of the department.
10. The rate for every item of work to be done under this contract shall be for all heights, depths,lengths and widths of the structure (except where specially mentioned in the item) and nothingextra will be paid on this account.
11. The contractor shall take all precautions to avoid all accidents by exhibiting necessary caution
boards such as day and night boards, speed limit boards and flags, red lights and providingbarriers etc. He shall be responsible for all the damages and accidents caused due to negligenceon his part. No hindrance shall be caused to traffic during the execution of work. Nothing extra willbe paid on this account.
12. The contractor will work in close liaison, during the works, with other contractors of water supply,sanitary, drainage arrangements, electrical installation and any other works and adjust his workplan accordingly.
13. The contractor shall be required to produce samples of all materials and fittings sufficiently inadvance for obtaining approval of the Engineer-in-Charge.
14. The contractor shall be responsible to arrange on his own cost all necessary tools and plants
required for execution of work. The contractor shall provide at his own cost suitable weighing andmeasurement arrangements at site for checking weight/dimensions as may be necessary for theexecution of the work. The contractor shall maintain all work in good condition during theexecution and till completion of entire work allotted to him.
15. Any damage done by the contractor to any existing work during the course of execution of worktendered for shall be made good by him at his own cost.
16. The rate for all items of work wherein cements is used inclusive of charges for curing.
17. Samples of various materials required for testing shall be provided free of charges by thecontractor. Testing charges, if any shall be borne by the Deptt. If the test results are satisfactoryand are in conformity to the relevant provisions of the specifications. All other expenditure
required to be incurred for taking samples, conveyance, packing, octroi/Tax, if any, etc. shall beborne by the contractor himself.
18. The contractor shall keep the site clear thoroughly of rubbish unless scaffolding and materials etc.from time to time as well as before the actual date of completion of the work as per directions ofthe Engineer-in-Charge.
19. The doors and windows frames & shutters shall not be painted, oiled or otherwise treated andfixed in position before these are approved by the Engineer-in-Charge.
20 OTHER TAXES AND ROYALTIES
20.1 Works Contract Sales Tax as prevalent as per statutory orders of State/Central Government and
shall be charged on gross value of all the bills and shall be recovered from bill of the contractor asworks contract sales tax should there be any increase in rate of works Contract Sales Tax duringexecution of the contract, the same shall also be payable by the contractor.
8/3/2019 Pal Am Vihar
22/50
22
20.2 Royalty shall have to be paid by the contractor on all materials such as stone, bricks, boulders,metal, shingle, bajri, stone aggregate, coarse sand and fine sand etc. or any other materials usedfor the execution of the work direct to the Revenue Authority of the District/ State Govt.concerned. The contractor shall obtain No Demand Certificate from the District/State Govt.authority concerned before the final bill is paid, failing which necessary recovery will be effectedat the applicable rates in the final bill.
20.3 The contractor shall obtain labour clearance certificate from the designated Labour Commissioneror other designated authority of the State/Central Government and submit same to the Engineer-
in-Charge before payment of final bill.
21. PROGRAMME FOR EXECUTION OF WORK
21.1 The contractor shall submit a time and progress chart to the Engineer-in-Charge including theduration of various construction activities for completion of work within 15 days from the date ofaward. The total time taken for various activities should not exceed the stipulated time ofcompletion specified in the tender. The chart should be updated as per the progress in the workand shall be operated as per Clause 5 of the contract.
21.2 The work shall be executed as per programme approved by Engineer-in-Charge of the work. Noclaim what so ever will be entertained on this account.
22 ARRANGEMENT OF WATER AND PAYMENT OF CHARGES ETC. IN CONNECTION WITHWATER USED FOR CONSTRUCTION PURPOSE
22.1 The contractor shall make his own arrangement for the water to be used for construction purpose.The contractor will get the water tested before execution of work. The water used for constructionshall conform to the relevant provisions as mentioned under para 3.1.1 on page 68 of revisedCPWD specifications 2009 for cement mortar, cement concrete and RCC works.
22.2 Water required for the execution of work may be sup-plied to the contractor in case of availabilityof water at discretion of the Engineer-in-Charge in accordance to Clause 31-A of contractdocuments.
22.3 The charge (if any) etc. incidental to water used for construction purpose shall be borne by thecontractor/agency under the following cases:-
22.3.1 In case of temporary water connection from municipal mains the water charges and seweragecharges (including water used for construction purposes) have to be borne by the Contractor.
22.3.2 In case of water used from other sources, the prior permission for using the water for constructionpurpose has to be obtained from municipal corporation/ Local Bodies by the Contractor. Watercharges sewerage charges, or any other charges, for use of water from other sources forconstruction purposes have to be borne by the contractor.
B PARTICULAR SPECIFICATIONS
1. GENERAL
1.1 The work, shall in general, conform to the CPWD specifications shall mean CPWD specifications2007
1.1.1 Should there be any difference between the specifications mentioned above and thespecifications given in the Schedule of quantities, the later shall prevail.
1.1.2 If the specifications for any item are not available in the CPWD specifications cited above,relevant BIS Specifications should be followed.
1.1.3 In case BIS Specifications are also not available, the decision of Engineer-in-Charge given inwriting based on acceptable sound engineering practice and local usage shall be final andbinding on the contractor.
8/3/2019 Pal Am Vihar
23/50
23
1.2 The work will be carried out in accordance with the architectural drawings and structuraldrawings. The Structural and architectural drawings shall have to be properly correlated beforeexecuting the work.
1.2.1 In case of any difference noticed between Architectural and Structural drawings, the contractorshall obtain decision in writing of the Engineer-in-Charge.
1.2.2 In case of discrepancy in the item given in the schedule of quantities appended with the tenderand architectural drawings relating to the relevant item, former shall prevail unless otherwise
given in writing by the Engineer-in-Charge.
2. The following modifications to the above specifications shall, however, apply.
2.1 EARTH WORK
2.1.1 During excavation and trenching work etc. the contractors shall ensure compliance to theguidelines in such matters laid down by the local body/bodies to ensure that there is minimumhazard to the operating personals and users, minimum inconvenience to the users, minimizeddamage to the underground plan/ services of other utilities in a coordinated way, in the interest ofpublic convenience and overall safety.
2.1.2 Any trenching and digging for laying sewer lines/ water lines/ cables etc. shall be commenced by
the contractor only when all men, machinerys and materials have been arranged and closing ofthe trench(s) thereafter shall be ensured within the least possible time.
2.1.3 Surplus excavated earth which is beyond the requirement of D.O.P. shall have to be disposed ofby the contractor at his own cost beyond the municipal limits or at places identified by the localbodies or as directed by the Engineer-in-Charge after obtaining written permission of theEngineer-in-Charge and no payment will be made by the Department for such disposal of thissurplus excavated earth.
2.1.4 The contractor shall, at his own expense and without extra charges, make provision for allshoring, pumping, dredging or bailing out water, if necessary, irrespective of the source of water.The foundation trenches shall be kept free from water while all the works below Ground level are
in progress, without any extra payment.
2.2 Reinforced Cement Concrete Work & Plain Cement ConcreteGeneral
2.2.1 Where only one variety of sand is available, the sand will be sieved for use in finishing work toachieve the required particle size distribution as per CPWD specifications in order to obtainsmooth surface and nothing extra shall be paid to the contractor on this account.
2.2.2 Sand to be used shall not have any chloride/sulphate or any other impurities beyond permissiblelimit given in the CPWD specification.
2.2.3 Water:- It shall conform to requirements laid down in IS: 456-2000 and CPWD Specification.
2.3 R.C.C. work (Nominal mix concrete)-Water-Cement Ratio:-
For RCC Works, wherever nominal mix of concrete is stipulated in the items for work, Formaintaining proper quality and durability requirements of the structure, maximum water-cementratio shall be restricted to 0.55. If in normal course of work, the required workability is notachieved; suitable plasticizers/admixtures may be used for improving the workability of concretewith the approval of Engineer-in-Charge for which nothing extra shall be paid.
2.3.1 For concreting work, mixer with lifting hopper shall have to be used for mixing concrete.
8/3/2019 Pal Am Vihar
24/50
24
2.4 Cement Slurry, if any,. Added over base, surface(or) for continuation of concreting for better bondis deemed to have been in built in the terms (Unless other wise explicitly stated and nothing extrashall be payable (or) extra cement considered in consumption on this account.
2.5 Centering and Shuttering for R.C.C. work:-
The concrete surface shall be free from honey combing, offsets, superfluous mortar, Cement
slurry and foreign matter. The form work shall be assembled in such a way as to facilitate removalof their parts in proper sequence without any damage to the exposed cement concrete surfacesand corners etc. The contractor shall keep skilled staff for special care and supervision to checkthe form work and concreting so that every member is made true to its size, shape, level andalignment so that it does not result in any deformation, snug, buldges etc. The contractor shallalso take suitable precautionary measure to prevent breaking and chipping of corners and edgesof completed work until the building is handed over. The size of shuttering plates for slabs shallnot be less than 0.6m x 0.9m in general. However, Contractor has to provide tape to seal the jointproperly to get smooth surface. Further shuttering shall be of such quality that there are noundulations and surfaces will be fairly even and no extra thick ceiling plaster shall be permitted tomake the surface even.
2.6 STEEL WORK:-All Steel doors, steel windows, steel ventilators, wire gauge, steel glazing, steelgrill shall be according to the Architects detailed drawings. These shall conform to the CPWDspecification.
2.6.1 In the case of composite steel windows the rates shall include the cost of coupling mullion andtransom etc. where windows with inside openable shutters are fixed along with windows withshutters openable outside, such inside openable windows shall be fitted with suitable frictionhinges and openable outside with box type hinges, lever handles or otherwise as approved by theEngineer-in-Charge of the work. For such windows, cement concrete block of size 15cm x 10cm x10cm shall be provided. Nothing extra shall be paid on this account.
2.6.2 In the case of steel windows and doors, steel glazing, wire gauge steel ventilators, rollingshutters, grills etc. an approved quality-priming coat of zinc chromate shall be applied over and
above shop coat of primer. Nothing extra shall be payable for providing shop-coat primer.
3. IMPORTANT NOTES;-
3.1 Mandatory tests as provided for in the CPWD specification or other specification referred toabove shall be got done as prescribed.
3.2 Any infringement and/or breach of the above specification and condition (s) etc. shall render thecontractor liable to action(s) under various Clauses of the contract and such action stipulated inconditions therein.
3.3 The quoted rates for various items in the tender shall be inclusive of all the additional conditionsand specification and for adherence to all these conditions and specifications, no extra payment
shall be made to the Contractor.
8/3/2019 Pal Am Vihar
25/50
25
SPECIAL CONDITIONS FOR ISI MARKED ITEMS
1. Copies of vouchers of ISI mark items shall be submitted, then only the payment shall be made.
2. If the contractor fails to provide copies of vouchers, then materials shall be test from Laboratory
viz. Nation Test House, Calcutta/Delhi and Sriram Test House , New Delhi and expenses shall be
borne by the contractor.
3. If any material other then specified in the nomenclature of the item is provided, the deduction will
be made as per the actual market rate difference between them.
SPECIAL CONDITIONS FOR PAINT WORK
1. For paint work, the theoretical quantity as per manufacturers specifications shall be brought to the
site in a single lot and not in batches and shall be got approved by the Engineer-in-Charge.
SPECIAL CONDITIONS FOR VITRIFIED TILES, CERAMICTILES AND FLOOR TILES
1 Original vouchers shall be produced at the time of execution of work and the same shall be
enclosed with the bill for record.
2 Shade, colour, manufacturer shall be got approved from the Engineer-in-Charge before
execution.
Contractor Engineer-in-Charge
8/3/2019 Pal Am Vihar
26/50
26
SCHEDULE DSpecial Conditions/ Specific requirements for the work:-
1. The Products shall qualify the tests as per BIFMA standards. The Product/ Company should
have ISO:9001:2000 and ISO 14001:2004 certificates.
2. The work shall be carried out as per the detailed drawings made available by the Engineer-in-
Charge.
3. The contractor shall submit the details of the item prior to its purchase.
4. The Engineer-in-charge/ Officer from DOP shall be allowed to inspect the material in the
factory/ showroom of the manufacturer of the item, prior to convey the final approval to the
contractor for its procurement.
5. The contractor shall be liable to bring the material at site in good condition.
6. The Engineer-in-charge may ask for the proof of purchase from the approved manufacturer of
the item, in the form of invoice/ bill from the contractor to support that the material has been
procured from the same manufacturer as approved in Sr. No. 3 above.
7. The rates quoted by the contractor shall be inclusive of all taxes viz. VAT, Tax/ Cess charged
by the Local bodies.
8. The rates shall include all carriage, packing, unpacking and FOR Delivery at site.
9. The contractor shall insure 6 months warranty in addition to defect liability period as
mentioned in standard CPWD-8 for all the items. (This will be in form of a Guarantee Bond.
No money will be withheld from the bill on this account).
10. The contractor shall be liable for any damage made to the existing property of the Govt.
during installation work; the contractor at his own cost should rectify the same.
11. The Department shall recover the IT with cess as applicable from the bills paid for the work.
12. The Department shall recover the Sales Tax as applicable for Civil Contracts by Governmentfrom the bills paid for work.
Contractor Engineer-in-Charge
8/3/2019 Pal Am Vihar
27/50
27
SCHEDULE OF QUANTITY
Name of Work :- Construction of Post office building at Palam Vihar,Gurgaon.(Haryana)Estimated Cost :- ` 2955357/-Earnest Money :- ` 59110/-Time :- 8 (Eight) Months
S.No.
Description of Items Quantity Unit Rate in words & Figures Amount
Sub-Head :- Earth Work
1 Earth work in excavation by mechanical
means (Hydraulic excavator )/ manual
means over areas (exceeding 30cm in
depth. 1.5m in width as well as 10 sqm
onplan) includingdisposalof excavated
earth, leadupto50mand liftupto1.5m,
disposedearthtobe levelledandneatly
dressed.
a)All
kinds
of
soil
105 cum
2 Earth work in excavation by mechanical
means (Hydraulic Excavator )/ manual
means in foundation trenches or drains
(notexceeding1.5minwidthor10sqm
on plan) including dressing of sides and
ramming of bottoms, lift upto 1.5 m,
including getting out the excavated soil
anddisposalofsurplusexcavatedsoilas
directed,withinaleadof50m.
a)Allkindsofsoil. 17 cum
3
Excavatingtrenches
of
required
width
for
pipes, cables, etc including excavation
for sockets, and dressing of sides,
rammingofbottoms,depthupto1.5 m
includinggettingout theexcavatedsoil,
and then returning the soil as required,
in layers not exceeding 20 cm in depth
including consolidating each deposited
layer by ramming, watering, etc. and
disposing of surplus excavated soil as
directed,withinaleadof50m:
a)All
kinds
of
soil
i)Pipes,cablesetc.exceeding80mmdia.
butnotexceeding300mmdia. 87 metre
4 Filling available excavated earth
(excludingrock)intrenches,plinth,sides
of foundations etc. in layers not
exceeding 20cm in depth, consolidating
each deposited layer by ramming and
watering, lead up to 50 m and lift upto
1.5m. 122 cum
5 Supplying and filling in plinth with local
fine
sand
under
floors
including,watering, ramming consolidating and
dressingcomplete. 49 cum
8/3/2019 Pal Am Vihar
28/50
28
S.No.
Description of Items Quantity Unit Rate in words & Figures Amount
SubHead: ConcreteWork
1 Providing and laying in position cement
concreteofspecifiedgradeexcludingthe
costofcentringandshuttering Allwork
uptoplinth
level
:
a)1:5:10 (1cement :5coarsesand :10
graded stone aggregate 40 mm nominal
size) 29.00 cum
2 Providingand layingcement concrete in
retaining walls, return walls, walls (any
thickness) including attached pilasters,
columns,piers,abutments,pillars,posts,
struts, buttresses, string or lacing
courses, parapets, coping, bed blocks,
anchor blocks,plainwindowsills, fillets
etc.
upto
floor
five
level,
excluding
the
costofcentring,shutteringandfinishing
:
a) 1:2:4 (1 Cement : 2 coarse sand : 4
gradedstone aggregate20mmnominal
size) 1 cum
3 Providing and laying dampproof course
50mm thick with cement concrete 1:2:4
(1 cement : 2 coarse sand : 4 graded
stoneaggregate20mmnominalsize). 10 sqm
4 Extra for providing and mixing water
proofing
material
in
cement
concrete
work@1kgper50kgofcement. 4
per50
kg
cement
5 Applying a coat of residual petroleum
bitumen of penetration 80/100 of
approved quality using 1.7kg per square
metre on damp proof course after
cleaning the surface with brushes and
finallywithapieceofclothlightlysoaked
inkeroseneoil. 10 sqm
SubHead: R.C.C.Work
1
Providingand
laying
in
position
specified
grade of reinforced cement concrete
excluding the cost of centring,
shuttering, finishingandreinforcement
Allworkuptoplinthlevel:
a)1:1:3(1cement:1coarsesand:3
graded stone aggregate 20 mm nominal
size) 22.00 cum
2 Reinforced cement concrete work in
walls (any thickness), including attached
pilasters, buttresses, plinth and string
courses,
fillets,
columns,
pillars,
piers,
abutments, posts and struts etc. upto
floorfivelevelexcludingcostofcentring,
shuttering,finishingandreinforcement
8/3/2019 Pal Am Vihar
29/50
29
S.No.
Description of Items Quantity Unit Rate in words & Figures Amount
a)1:1:3(1cement:1coarsesand:3
graded stone aggregate 20 mm nominal
size) 16.00 cum
3 Reinforced cement concrete work in
beams, suspended floors, roofs having
slope upto 15 landings, balconies,
shelves, chajjas, lintels, bands, plain
window
sills,
staircases
and
spiral
stair
cases upto floor five level excluding the
costofcentring,shuttering,finishingand
reinforcementwith1:1.5:3 (1cement
: 1.5 coarse sand : 3 graded stone
aggregate20mmnominalsize). 50 cum
4 Centring and shuttering including
strutting, propping etc. and removal of
formfor:
a) Foundations, footings, bases of
columns,etc.formassconcrete. 10 sqm
b)
Suspended
floors,
roofs,
landings,
balconiesandaccessplatform. 185 sqm
c)Shelves(Castinsitu) 5 sqm
d) Lintels, beams, plinth beams, girders,
bressumersandcantilevers. 200 sqm
e) Columns, Pillars, Piers, Abutments,
PostsandStruts. 69 sqm
f) Stairs, (excluding landings) except
spiralstaircases. 40 sqm
g) Weather shade, Chajjas, corbels etc.,
includingedges.
32 sqm
5 Reinforcement for R.C.C. work including
straightening,cutting,bending,placingin
positionandbindingallcomplete.
a)ThermomechanicallyTreatedBars 16500 kg
SubHead: BrickWork
1 Brick work with F.P.S. bricks of class
designation75 in foundationandplinth
in:
a) Cement mortar 1:6 (1 cement : 6
coarsesand)
30.00 cum
2 Brick work with F.P.S. bricks of class
designation 75 in superstructure above
plinth level upto floor V level in all
shapesandsizesin:
a) Cement mortar 1:6 (1 cement : 6
coarsesand) 65.00 cum
3 Half brick masonry with F.P.S. brick of
class designation 75 in foundations and
plinthin:
a) Cement mortar 1:4 (1 cement : 4
coarsesand)
10.00 sqm
4 Half brick masonry with F.P.S. bricks of
class designation 75 in superstructure
aboveplinthleveluptofloorVlevel.
8/3/2019 Pal Am Vihar
30/50
30
S.No.
Description of Items Quantity Unit Rate in words & Figures Amount
a) Cement mortar 1:4 (1 cement :4
coarsesand) 73 sqm
SUBHEAD: MARBLEWORK
1 Providing and fixing 18mm thick gang
saw cut mirror polished (premoulded
andprepolished)
machine
cut
for
kitchen
platforms,vanitycounters,windowsills,
facias and similar locations of required
size of approved shade, colour and
texture laid over 20mm thick base
cementmortar1:4 (1cement :4coarse
sand) with joints treated with white
cement, mixed with matching pigment,
epoxy touch ups, including rubbing,
curingmouldingandpolishingtoedgeto
givehighglossfinishetc.completeatall
levels.
a)Graniteofanycolourandshade
i)Areaofslabupto0.50sum 12 sqm
2 Extra for providing edge moulding to
18mm thick marble stone counters,
Vanitiesetc. includingmachinepolishing
to edge to give high gloss finish etc.
complete as per design approved by
EngineerinCharge.
a)Marble/kotastonework 4 metre
3 Extra for fixing marble /granite stone
over
and
above
corresponding
basic
item, in facia and drops of width upto
150mmwithepoxyresinbasedadhesive
includingcleaningetc.complete. 4 metre
SubHead: WoodWork
1 Providing and fixing ISI marked flush
door shutters conforming to IS: 2202
(Part I) nondecorative type, core of
block board construction with frame of
1st class hard wood and well matched
commercial3ply
veneering
with
vertical
grains or cross bands and face veneers
onbothfacesofshutters:
a) 35 mm thick including ISI marked
Stainless Steel butt hinges with
necessaryscrews. 23.00 sqm
b) 25mm thick (for cupboard) including
ISI marked nickel plated bright finished
M.S.pianohingeswithnecessaryscrews. 8 sqm
2 Extra for cutting rebate in flush door
shutters(Totalareaof theshuttertobe
measured).
5 sqm
4 Providingandfixingwoodenmouldingto
railing/roughwallwithironscrews,plugs
and priming coat on unexposed surface
8/3/2019 Pal Am Vihar
31/50
31
S.No.
Description of Items Quantity Unit Rate in words & Figures Amount
etc.complete.
a)2ndclassteakwood
i)50x50mm 82 metre
5 Providingand fixing curtain rodsof1.25
mm thick chromium plated brass plate,
with
two
chromium
plated
brass
bracketsfixedwithC.P.brassscrewsand
wooden plugs, etc., wherever necessary
complete:
a)12mmdia. 12 metre
6 Providing and fixing M.S. grills of
required pattern in frames of windows
etc.withM.S.flats,squareorroundbars
etc.allcomplete.
a)Fixedtosteelwindowsbywelding. 764 kg
7 Providing and fixing fly proof galvanised
M.S.
wire
gauze
to
windows
and
clerestorywindowsusinggalvanisedM.S.
wire gauge with average width of
aperture1.4mm inbothdirectionswith
wireofdia.0.63mm.
With12mmmildsteelUbeading. 6 sqm
8 ProvidingM.S.PianohingesISImarkedIS
: 3818 finished with nickel plating and
fixing with necessary screws etc.,
complete.
a)Overallwidth35mm. 18 metre
9
Providing
and
fixing
ISI
marked
oxidised
M.S. tower bolt black finish, (Barrel
type) with necessary screws etc.
complete:
a)150x10mm 61 each
b)100x10mm 36 each
10 Providing and fixing oxidised M.S.
casement stays (straight peg type) with
necessaryscrewsetc.complete.
a) 300 mm weighing not less than 200
gms.
44 each
11 Providing and fixing special quality brightfinished brass cupboard or wardrobe locks
with four levers including necessary screws
etc. complete (best make of approved
quality):
a)65mm 2 each
12 Providing and fixing IS : 3564 marked
Aluminium die cast body tubular type
universal hydraulic door closer with
necessary accessories and screws etc.
complete. 2 each
13 Providing and fixing aluminium sliding
door bolts ISI marked anodised (anodic
coatingnot lessthangradeAC10asper
8/3/2019 Pal Am Vihar
32/50
32
S.No.
Description of Items Quantity Unit Rate in words & Figures Amount
IS : 1868) transparent or dyed to
required colour or shade with nuts and
screwsetc.complete:
a)300x16mm 6 each
b)250x16mm 25 each
14 Providing and fixing aluminium tower
bolts
ISI
marked
anodised
(anodic
coatingnot lessthangradeAC10asper
IS : 1868 ) transparent or dyed to
requiredcolourorshadewithnecessary
screwsetc.complete:
a)300x10mm 24 each
b)150x10mm 24 each
15 Providing and fixing aluminium handles
ISImarkedanodised (anodiccoatingnot
less than grade AC 10 as per IS : 1868)
transparentor
dyed
to
required
colour
or
shade with necessary screws etc.
complete:
a)125mm 40 each
b)100mm 10 each
16 Providing and fixing aluminium hanging
floor door stopper ISI marked anodised
(anodiccoatingnotlessthangradeAC10
asper IS :1868) transparentordyedto
required colour and shade with
necessaryscrewsetc.complete.
a)Twin
rubber
stopper
20 each
17 Providingandfixing2ndclassteakwood
lipping/mouldedbeadingorTajbeading
of size 18X5mm fixed with wooden
adhesive of approved quality and
screws/ nails on the edges of the block
board as per direction of Engineerin
charge. 32 each
18 Providing and fixing magnetic catcher in
cupboard/wardrobeshutters including
fixing with necessary screws etc.
complete
(Best
make
of
approved
quality.
a)Doublestrip(horizontaltype). 8 each
19 Providing and fixing factory made P.V.C.
doorframeofsize50x47mmwithawall
thicknessof 5mm,madeoutofextruded
5mm rigid PVC foam sheet mitred at
cornersandjoinedwith2Nos.of150mm
long brackets of 15x15mm M.S. square
tube, the vertical door profiles to be
reinforced with 19x19mm M.S. square
tube
of
19
gauge,
EPDM
rubber
gasket
weathersealtobeprovidedthroughout
theframe. Thedoorframetobefixedto
thewallusingM.S.screwsof65/100mm 30 metre
8/3/2019 Pal Am Vihar
33/50
33
S.No.
Description of Items Quantity Unit Rate in words & Figures Amount
size complete as per manufacturers
specification and direction of Engineer
inCharge.
20 Providing and fixing to existing door
frames.
a) 30mm thick factory made panel PVC
door shutter consisting of frame made
out
of
M.S.tubes
of
19
gauge
thickness
andsizeof19mmx19mmforstylesand
15x15mm for top & bottom rails. M.S.
frame shall have a coat of steel primers
of approved make and manufacture .
M.S.framecoveredwith5mmthickheat
moulded PVC 'C' channel of size 30mm
thickness, 70mm width out of which
50mm shall be flat and 20mm shall be
taperedin45degreeangleoneitherside
forming styles; and 5mm thick, 95mm
widePVC
sheet
out
of
which
75mm
shall
beflatand20mmshallbetapered in45
degreeontheinnersidetoformtopand
bottom railand115mmwide PVCsheet
out of which 75mm shall be flat and
20mmshallbetaperedonbothsidesto
formlockrail.Top,bottomandlockrails
shall be provided either side of the
panel. 10mm (5mm x 2 ) thick, 20mm
widecrossPVCsheetbeprovidedasgap
insertfortoprail&bottomrail.paneling
of5mm
thick
both
side
PVC
sheet
to
be
fitted in the M.S. frame welded/ sealed
to the styles & rails with 7mm
(5mm+2mm) thick x 15mm wide PVC
sheet beading on inner side, andjoined
together with solvent cement adhesive.
An additional 5mm thick PVC strip of
20mmwidthistobestuckontheinterior
sideofthe'C'ChannelusingPVCsolvent
adhesive etc. complete as per direction
of Engineerincharge. Manufacturers
specification
&
drawing
(for
W.C.
and
bathroomdoorshutter). 8 sqm
21 Providing & Fixing decorative high
pressurelaminatedsheetofplain/wood
grain in gloss / matt / suede finish with
highdensityprotectivesurface layerand
reversesideofadhesive bondingquality
conformingto IS :2046TypeS including
costofadhesiveofapprovedquality.
a)1.0mmthick. 8 sqm
22
Providingand
fixing
aluminum
U
beading
of required size to Prelaminated /flush
door shutter including fixing etc.
completeasperdirectionofEngineerin 10 Kg
8/3/2019 Pal Am Vihar
34/50
34
S.No.
Description of Items Quantity Unit Rate in words & Figures Amount
charge.
SubHead: SteelWork
1 Providing and fixing in position
collapsible steel shutters with vertical
channels
20x10x2mm
and
braced
with
flat irondiagonals20x5mmsizewithtop
and bottom rail of Tiron 40x40x6mm
with 40mm dia, steel pulleys complete
with bolts, nuts, locking arrangement,
stoppers, handles, including applying a
primingcoatofapprovedsteelprimer. 12 sqm
2 Providing and fixing 1mm thick M.S.
sheet door with frame of 40x40x6mm
angleironand3mmM.S.gussetplatesat
thejunctions and corners, all necessary
fittings
complete,
including
applying
a
primingcoatofapprovedsteelprimer.
a) Using M.S. angels 40x40x6 mm for
diagonalbraces. 2 sqm
3 Supplying and fixing rolling shutters of
approved make, made of required size
M.S. laths interlocked together through
their entire length andjointed together
at the end by end locks mounted on
specially designed pipe shaft with
brackets, side guides and arrangements
forinside
and
outside
locking
with
push
and pull operation complete including
thecostofprovidingandfixingnecessary
27.5cmlongwirespringsgradeNo.2and
M.S. top cover of required thickness for
rollingshutters.
a)80x1.20mmM.S. lathswith1.20mm
thicktopcover. 6 sqm
4 Providing and fixing ball bearing for
rollingshutters. 2 each
5 Providing and fixing factory made ISI
markedsteel
glazed
doors,
windows
and
ventilators side /top /centre hung with
beading and all members such as K11 B
and K12 B etc. complete of standard
rolled steel sections,joints mitered and
flash butt welded and sash bars tanned
and riveted with 15x3mm lugs, 10cm
long, embedded in cement concrete
blocks15x10x10cmof1:3:6(1cement:3
coarse sand : 6 graded stone aggregate
20mm nominal size) or with wooden
plugs
and
screws
or
rawl
plugs
and
screws or with fixing clips or with bolts
andnutsasrequired,includingprovidin