58
1 INDEX Name of work: Construction of 8 lane athletic track with Pavilion (Phase-I) and Indoor Stadium for NAARM, Rajendranagar, Hyderabad. SH: Balance works inside the existing athletic track. Sl.No Content Page 1 Information and instructions for contractors for e- tendering 2-4 2 Notice Inviting Tender CPWD-6 for e-tendering 5-10 3 C.P.W.D 8 11-13 4 Schedules A to F 14-20 5 Conditions of contract, General Rules & Directions 21-26 6 Special conditions , Conditions for cement & Other Conditions 27-31 7 Particular specifications 32-37 8 Form of Guarantee Bonds for EMD & performance guarantee. 38-41 9 Integrity Agreement 42-46 10 Form of Guarantee Bonds for water proofing & aluminum works 47-49 11 Seignior age charges 50-53 12 Sample letter of acceptance of tender and commencement of work 54-55 13 Schedule of quantities (civil) 56-58 Certified that this N.I.T. contains 58 pages and NIL fly leaves. The Notice Inviting Tender is approved for Rs.52,63,138/- (Rupees Fifty Two lakhs Sixty Three Thousand One hundred and Thirty Eight only ) Assistant Engineer (P), C.P.W.D., Hyderabad Executive Engineer (P) C.P.W.D., Hyderabad. Superintending Engineer C.P.W.D., Hyderabad.

70NitEeHcdI201112NIT01

Embed Size (px)

Citation preview

Page 1: 70NitEeHcdI201112NIT01

7/28/2019 70NitEeHcdI201112NIT01

http://slidepdf.com/reader/full/70niteehcdi201112nit01 1/58

1

INDEX

Name of work: Construction of 8 lane athletic track with Pavilion (Phase-I) and Indoor Stadium

for NAARM, Rajendranagar, Hyderabad.

SH: Balance works inside the existing athletic track. 

Sl.No Content Page 

1 Information and instructions for contractors for e- tendering 2-4

2 Notice Inviting Tender CPWD-6 for e-tendering 5-10

3 C.P.W.D – 8 11-13

4 Schedules A to F 14-20

5 Conditions of contract, General Rules & Directions 21-26

6 Special conditions , Conditions for cement & Other Conditions 27-31

7 Particular specifications 32-37

8 Form of Guarantee Bonds for EMD & performance guarantee. 38-41

9 Integrity Agreement 42-46

10 Form of Guarantee Bonds for water proofing & aluminum works 47-49

11 Seignior age charges 50-53

12 Sample letter of acceptance of tender and commencement of work 54-55

13 Schedule of quantities (civil) 56-58

Certified that this N.I.T. contains 58 pages and NIL fly leaves.

The Notice Inviting Tender is approved for Rs.52,63,138/- (Rupees Fifty Two lakhs Sixty Three

Thousand One hundred and Thirty Eight only )

Page 2: 70NitEeHcdI201112NIT01

7/28/2019 70NitEeHcdI201112NIT01

http://slidepdf.com/reader/full/70niteehcdi201112nit01 2/58

2

ANNEXURE 20A.13.1

INFORMATION AND INSTRUCTIONS

FOR CONTRACTORS FOR e-TENDERING

(Applicable to Inviting open bids)

The Executive Engineer, Hyderabad central Division No. I, on behalf of President ofIndia invites online Item rate bids from approved and eligible contractors of CPWD for thefollowing work:

S.No Description Details

1 NIT No. 70/NIT/EE/HCDI/2011-12

(21/NIT/HCC-I/2011-12)

2 Name of Work & Location Construction of 8 lane athletic track with Pavilion(Phase-I) and Indoor Stadium for NAARM,Rajendranagar,Hyderabad.SH: Balance works inside the existing athletictrack. 

3 Estimated Cost Put to Bid Rs. 52,63,138/-/-

3.1 Major component (Civil) Rs. 52,63,138/-/-

3.2 Minor Component (electrical) Rs. Nil

4 Earnest money Rs. 1,05,263/- 

5 Period of completion 60 days 

6 Date of online request for e-Tenderschedule along with scanned copy of DDfor Tender Fee & processing Fee

From 08-03-2012 09:59 hours

To 16-03-2012 15:29 hours

7 Date of online issue e-Tender Schedule From 08-03-2012 10:00 hours

To 16-03-2012 15:30 hours

8 Last date & time of online submission of

tender

Up to 17-03-2012 15:30 hours

9 Last date & time of submission of hardcopies of EMD, Cost of Tender Documentfee, E-Tender Processing Fee,Experience Certificates, RegistrationCertificates Affidavit and other

Up to 19-03-2012 15:00 hours

Page 3: 70NitEeHcdI201112NIT01

7/28/2019 70NitEeHcdI201112NIT01

http://slidepdf.com/reader/full/70niteehcdi201112nit01 3/58

3

1. The intending bidder must read the terms and conditions of CPWD-6 carefully. He

should only submit his bid if he considers himself eligible and he is in possession of all

the documents required.

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

document.

3. The bid document consisting of plans, specifications, the schedule of quantities of

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

contract to be complied with and other necessary documents can be seen and

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

cost.

4. But the bid can only be submitted after uploading the mandatory scanned documents

such as Enlistment Order of the Contractor & Certificate of Registration for Sales

Tax / VAT and Service Tax. The intending bidder has to fill all the details of Demand

Draft/Pay Order/Bankers Cheque (banker's name, amount, number and date) against

cost of bid document and tender processing fee. The EMD can be paid in the form of

Demand Draft or Pay Order or Banker's Cheque or Deposit at call receipt or Fixed

Deposit Receipts along with Bank Guarantee of any Scheduled Bank wherever

applicable. The intending bidder has to fill all the details such as Banker's name,

Demand Draft/Fixed Deposit Receipt /Pay Order/ Banker's Cheque/Bank Guarantee

number, amount and date. As per the new system, the amount of EMD can be paid by

multiple Demand Draft / Pay Order /Banker's Cheque / Deposit at call receipt / Fixed

Deposit Receipts along with multiple Bank Guarantee of any Scheduled Bank if EMD is

also acceptable in the form of Bank Guarantee. Demand Draft or Pay order or

Banker`s Cheque or Deposit at call Receipt or Fixed Deposit Receipts and Bank

Guarantee, of any Scheduled Bank towards cost of bid document and EMD drawn

in favour of respective Executive Engineer and Processing Fee in favour of ITI Limited.

5. Those contractors not registered on the website mentioned above, are required toget registered beforehand. If needed they can be imparted training on online biddingprocess as per details available on the website.

6. The intending bidder must have valid class-III digital signature to submit the bid.

7 On opening date the contractor can login and see the bid opening process After

Page 4: 70NitEeHcdI201112NIT01

7/28/2019 70NitEeHcdI201112NIT01

http://slidepdf.com/reader/full/70niteehcdi201112nit01 4/58

4

10. SC/ST contractors enlisted under class V category are exempted from processing feepayable to ITI.

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

1. Enlistment Order of the Contractor.

2. Certificate of Registration for Sales Tax / VAT & Service Tax.

3. Acknowledgement of up to date filed return of Sales Tax / VAT & Service Tax ifrequired.

Signature of Divisional OfficerFor & on behalf of President of India

Page 5: 70NitEeHcdI201112NIT01

7/28/2019 70NitEeHcdI201112NIT01

http://slidepdf.com/reader/full/70niteehcdi201112nit01 5/58

5

CPWD-6

GOVERNMENT OF INDIA

CENTRAL PUBLIC WORKS DEPARTMENT

NOTICE INVITING TENDER CPWD-6 FOR e-TENDERING

. 1. Item rate bids are invited on behalf of President of India from approved and eligible

contractors of CPWD for the work of Construction of 8 lane athletic track with Pavilion

(Phase-I) and Indoor Stadium for NAARM, Rajendranagar, Hyderabad.

SH: Balance works inside the existing athletic track.

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.52,63,138/-/-. This estimate, however, is given merely as

a rough guide.

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

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

deal with all matters relating to the invitation of bids.

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

clearly indicate the estimated cost of each component separately. The eligibility of bidders

will correspond to the combined estimated cost of different components put to bid.

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 specified below:-

Criteria of eligibility for submission of bid documents

1.2.1 Not applicable 

1.2.2 Not applicable 

1 2 3 Not applicable

Page 6: 70NitEeHcdI201112NIT01

7/28/2019 70NitEeHcdI201112NIT01

http://slidepdf.com/reader/full/70niteehcdi201112nit01 6/58

6

4. The site for the work is available.

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 becomplied with and other necessary documents except Standard General 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. White 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 bid

submitted earlier shall become invalid.

9 Earnest Money can be paid in the form of Treasury Challan or Demand Draft or Pay order

or Banker`s Cheque or Deposit at Call Receipt or Fixed Deposit Receipt (drawn in favour of

Executive Engineer Hyderabad central Division No. I) along with Bank Guarantee of any

Scheduled Bank wherever applicable.

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

50% of earnest money or Rs. 20 lac, whichever is less, will have to be deposited in shape

prescribed above, and balance in shape of Bank Guarantee of any scheduled bank.

The intending bidder has to fill all the details such as Banker's name, Demand Draft/Fixed

Deposit Receipt /Pay Order/ Banker's Cheque/Bank Guarantee number, amount and date.

The amount of EMD can be paid by multiple Demand Draft / Pay Order / Banker's Cheque / 

Deposit at call receipt / Fixed Deposit Receipts along with multiple Bank Guarantee of any

Scheduled Bank if EMD is also acceptable in the form of Bank Guarantee.

(i) Cost of Bid Document - Rs. 1145/- drawn in favour of Executive Engineer,

Hyderabad central Division No. I.

(ii) e-Tender Processing Fee - Rs. 2,903/- drawn in favour of "ITI Limited" payable at

Delhi.

Page 7: 70NitEeHcdI201112NIT01

7/28/2019 70NitEeHcdI201112NIT01

http://slidepdf.com/reader/full/70niteehcdi201112nit01 7/58

7

website within the period of bid submission and certified copy of each shall be

deposited in a separate envelop marked as “Other Documents”.

Both the envelopes shall be placed in another envelope with due mention of Nameof work, date & time of opening of bids and to be submitted in the office of

Executive Engineer after last date & time of submission of bid and up to 03:00 PM

on 19-03-2012. The documents submitted shall be opened at 3.30 PM on the same

day.

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

bidders, whose Earnest Money Deposit, Cost of Bid Document and e- Tender

Processing Fee and other documents placed in the envelope are found in order.

The bid submitted shall be opened at 03:30 PM on 20-03-2012.

10. The bid submitted shall become invalid and cost of bid & e-Tender processing fee shall not

be refunded if:

(i) The bidders is found ineligible.

(ii) The bidders does not upload all the documents (including service tax registration/ 

VAT registration/ Sales Tax registration) as stipulated in the bid document.

(iii) If any discrepancy is noticed between the documents as uploaded at the time of

submission of bid and hard copies as submitted physically in the office of tender

opening authority.

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 todeposit 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.

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

Page 8: 70NitEeHcdI201112NIT01

7/28/2019 70NitEeHcdI201112NIT01

http://slidepdf.com/reader/full/70niteehcdi201112nit01 8/58

8

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 for

rejection.

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

accepting the whole or any part of the 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 gazetted

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

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

the approved list of contractors of this Department.

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 prior permission of the Government of India in writing. This contract isliable 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 ninety (90) days

Page 9: 70NitEeHcdI201112NIT01

7/28/2019 70NitEeHcdI201112NIT01

http://slidepdf.com/reader/full/70niteehcdi201112nit01 9/58

9

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 8 or other Standard C.P.W.D. Form as applicable.

20. For Composite Bids

20.1.1 The Executive Engineer in charge of the major component will call bids for the

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

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

20.1.2 The bid document will include following three components:

Part A:- CPWD-6, CPWD-8 including schedule A to F for the major component of thework, Standard General Conditions of Contract for CPWD 2010 as

amended/modified up to DGW/CON 257, dated 19.02.2012

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

applicable to major component of the work.

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

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

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

conditions, specifications and schedule of quantities applicable to minor

component(s) of the work.

20.1.3 The bidders must associate himself, with agencies of the appropriate class eligible

to bid for each of the minor component individually.

20.1.4 The eligible bidders shall quote rates for all items of major component as well as for

all items of minor components of work.

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

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

Af h k i d d h i ill h i

Page 10: 70NitEeHcdI201112NIT01

7/28/2019 70NitEeHcdI201112NIT01

http://slidepdf.com/reader/full/70niteehcdi201112nit01 10/58

10

20.1.7 Security Deposit will be worked out separately for each component corresponding to

the estimated cost of the respective component of works. The Earnest Money will

become part of the security deposit of the major components of work.

20.1.8 The main contractor has to associate agency(s) for minor component(s) conforming

to eligibility criteria as defined in the bid document and has to submit detail of such

agency(s) to Engineer-in-Charge of minor component(s) within prescribed time.

Name of the agency(s) to be associated shall be approved by Engineer-in-Charge of

minor component(s).

20.1.9 In case the main contractor intends to change any of the above agency/agencies

during the operation of the contract, he shall obtain prior approval of Engineer-in-

charge of minor component. The new agency/agencies shall also have to satisfy the

laid down eligibility criteria. In case Engineer-in-charge is not satisfied with the

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

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

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

him for execution of minor component(s). Copy of such agreement shall besubmitted to EE/DDH in charge of each minor component as well as to EE in charge

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

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

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

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

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

contractor.

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

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

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

including in the final bill for composite contract.

Signature of Divisional Officer

For & on behalf of President of India

Page 11: 70NitEeHcdI201112NIT01

7/28/2019 70NitEeHcdI201112NIT01

http://slidepdf.com/reader/full/70niteehcdi201112nit01 11/58

11

CPWD Form – 8

GOVERNMENT OF INDIACENTRAL PUBLIC WORKS DEPARTMENT

Item Rate Tender & Contract for Works 

(A) Tender for the work of Construction of 8 lane athletic track with Pavilion (Phase-I) and

Indoor Stadium for NAARM, Rajendranagar, Hyderabad.

SH: Balance works inside the existing athletic track.

i) To be submitted by 15:30 hours on 17-03-2012 to the Executive Engineer,Hyderabad central Division No. I

ii) To be opened in presence of bidders who may be present at 15:30 hours on

20-03-2012 in the office of the Executive Engineer, Hyderabad central Division

No. I.

issued to _______________ ____ ____ ____ _________________ (Contractor)

Signature of Officer issuing the documents ________________________________ 

Designation Executive Engineer, HCD-I, CPWD, Hyderabad.

Date of issue ________________ 

Page 12: 70NitEeHcdI201112NIT01

7/28/2019 70NitEeHcdI201112NIT01

http://slidepdf.com/reader/full/70niteehcdi201112nit01 12/58

12

T E N D E R

I/We have read and examined the notice inviting bid, 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 bid document for the work.

I/We hereby bid for the execution of the work specified for the President of India within the time

specified in Schedule ‘F’, viz., schedule of quantities and in accordance in all respects with the

specifications, designs, drawings and instructions in writing referred to in Rule-1 of General

Rules and Directions and in Clause 11 of the Conditions of contract and with such materials as

are provided for, by, and in respects in accordance with, such conditions so far as applicable.

I / We agree to keep the bid open for Ninety (90) days from the date of its opening and not to

make any modifications in its terms and conditions.

A sum of Rs 1,05,263/- 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 with in prescribed period/ i/we agree that the saidPresident 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 the

work as specified I/we agree that President of India or his successors in office shall without

prejudice to any other right or remedy to available in law, be at liberty to forfeit the said earnest

money the performance guarantee absolutely otherwise the said earnest money shall be

retained by him towards security deposit to execute all the works referred to in the bid

documents upon the terms and conditions contained or referred to therein and to carry out suchdeviations as may be ordered, up to maximum of the percentage mentioned in Schedule ‘F’ and

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

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

of earnest money or both Earnest Money & Performance Guarantee as aforesaid. I / We shall

be debarred for participation in the re-bidding process of the work.

I/We hereby declare that I/we shall treat the bid 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

authorised to communicate the same or use the information in any manner prejudicial to the

safety of the state.

Page 13: 70NitEeHcdI201112NIT01

7/28/2019 70NitEeHcdI201112NIT01

http://slidepdf.com/reader/full/70niteehcdi201112nit01 13/58

13

A C C E P T A N C E

The above bid (as modified by you as provided in the letters mentioned hereunder) is accepted byme for and on behalf of the President of India for a sum of Rs ______________ (Rupees

 _______________________________________________ )

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

(a)

(b)

(c)

For & on behalf of the President of India

Signatures : ________________ 

Designation: ________________ 

Dated : ________________ 

Page 14: 70NitEeHcdI201112NIT01

7/28/2019 70NitEeHcdI201112NIT01

http://slidepdf.com/reader/full/70niteehcdi201112nit01 14/58

14

SCHEDULES A TO F

(Separate Proforma for Civil, Elect. & Hort. Works in case of Composite Tenders)(Operative Schedules to be supplied separately to each intending tenderer)

SCHEDULE “A”

Schedule of quantities (as per PWD-3) (Enclosed)

SCHEDULE “B”

Schedule of materials to be issued to the contractor.

S.No Description of item Qty 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

All the required T & P shall be arranged by the contractor.

Page 15: 70NitEeHcdI201112NIT01

7/28/2019 70NitEeHcdI201112NIT01

http://slidepdf.com/reader/full/70niteehcdi201112nit01 15/58

15

Name of work: : Construction of 8 lane athletic track with

Pavilion (Phase-I) and Indoor Stadium for

NAARM, Rajendranagar, Hyderabad.

SH: Balance works inside the existingathletic track.

Estimated Cost of work : Rs.52,63,138/-/-

(i) Earnest money : Rs.1,05,263/-

(ii) Performance Guarantee : 5% of the bid value.

(iii) Security Deposit : 5% of the bid value.

SCHEDULE “F”

GENERAL RULES & DIRECTIONS :

Officer inviting tender : Executive Engineer, Hyderabad central

Division No. I

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, Hyderabad

central Division No. I.

2(viii) Accepting Authority : Superintending Engineer,

Hyderabad Central Circle No. I

2(x) Percentage on cost of materials

and labour to cover all overheads

: 15% (Fifteen percent)

Page 16: 70NitEeHcdI201112NIT01

7/28/2019 70NitEeHcdI201112NIT01

http://slidepdf.com/reader/full/70niteehcdi201112nit01 16/58

16

Clause 1 

(i) Time allowed for submission of

Performance Guarantee from the dateof issue of letter of acceptance,

: 15 days

(ii) Maximum allowable extension beyond

the period as provided in (i) above,

: 7

days

Clause 2

Authority for fixing Compensation under

Clause-2

: Superintending Engineer,

Hyderabad Central Circle No. I

Clause 2A

Whether clause 2A shall be applicable : Not applicable

Clause 5

Number of days from the date of issue of the

letter of acceptance for reckoning date of start

: 22 days

MILE STONE(S) AS PER TABLE GIVEN BELOW

S.No. Description of Milestone (Physical) Time allowed indays(from date ofstart)

Amount to be with-held incaseof non achievement of mile

stone

1 Supply of earth from outside (50% of

Agreement qty)

15 days 1% of the tendered amount

2 Supply and banking of earth complete 30 days 1% of the tendered amount

3 Completion of RR masonry work and

casting of Precast RCC drain covers

45 days 1% of the tendered amount

4 Completion of work in all respects 60 days 1% of the tendered amount

5

Page 17: 70NitEeHcdI201112NIT01

7/28/2019 70NitEeHcdI201112NIT01

http://slidepdf.com/reader/full/70niteehcdi201112nit01 17/58

17

Clause 6 , 6A

Clause applicable – (6 or 6A) Clause 6A Not 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 interimpayment

Rs.13.00 Lakhs 

Clause 10 A

List of testing equipment to be provided by the contractor at site lab.1.Standard set sives 2. Concrete cube moulds. 3.Compression testing machine

4.Slump cone 5. Weighing equipment 6.Any other equipment required at site as per item of

execution

Clause 10 B(ii)

Whether Clause 10 B(ii) shall be applicable Not applicable

Clause 10C

Component of labour expressed as percent of value of

work

25 %

Clause 10CCNot applicable

Page 18: 70NitEeHcdI201112NIT01

7/28/2019 70NitEeHcdI201112NIT01

http://slidepdf.com/reader/full/70niteehcdi201112nit01 18/58

18

Clause 10CAApplicaple

Price Index for cement, Steel reinforcement bars and structural steel as issued by DG, CPWDas valid on the last stipulated date of receipt of tenders including extensions if any.

Materials Covered under this Clause Nearest Material for whichAll Base Price IndiaWholesale Price Index is tobe followed

Base price to be as issued

3. Cement.

4. Steel reinforcement

Cement.

Steel reinforcement

Rs. 5,100/- per MT

As per note below

NOTE:

(i) Base price of TMT reinforcement bars (Fe.500 grade conforming to BIS 1786-2008)produced by main producers like RINL or SAIL or TISCO is Rs. 48,000/-per MT

(ii) Conditions for allowing TMT reinforcement bars (Fe.500 grade conforming to BIS1786-2008) produced from secondary producers having valid BIS license and licensefrom either of the firms Tempcore, Thermex, Evcon Turbo & Turbo Quench:

a. The base price of TMT reinforcement bars as stipulated under Para (i) aboveshall be reduced by Rs. 4,200/-per MT.

b. The rate of providing and laying TMT reinforcement bars as quoted by thecontractor in the bid shall be reduced by Rs.4.90 per kg.

Clause 11 

Specifications to be followed for execution of work C.P.W.D. Specifications 2009 Vol.I to Vol.II

with up to correction slips

Clause 12 

12.2 & 12.3

Deviation limit beyond which clause 12.2 & 12.3 shall 30% (Thirty percent) 

Page 19: 70NitEeHcdI201112NIT01

7/28/2019 70NitEeHcdI201112NIT01

http://slidepdf.com/reader/full/70niteehcdi201112nit01 19/58

19

Central Circle No. I 

Clause 18

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

T&P and machinery required at site as per site condition and as per item of execution.

Clause 25

Dispute Redressal Committee

A) For total claims more than Rs. 25.00 lakh (B) For total claims up to Rs. 25.00 lakh

(a) One Chief Engineer (Chairman) (other thanunder whose jurisdiction work falls)

(b) Superintending Engineer (TLCQA)/ Directorworks.

(c) One Superintending Engineer (other thanunder whose jurisdiction work falls)

(d) The SE in-charge of the work shall presentcase before DRC but shall not have any partin decision making.

(a) Superintending Engineer (TLCQA) / Directorworks, (Chairman)

(b) Two Executive Engineers other than EEunder whose jurisdiction the work falls.

(c) The Executive Engineer in-charge of thework shall present the case before DRC butwill not have any part in decision making. 

Clause 36 (i)

Requirement of Technical Representative(s) and recovery Rate

S.No.

MinimumQualificationofTechnicalRepresentativ

e

Discipline

Designation(PrincipalTechnical / TechnicalRepresentative)

MinimumExpenditure

NumberRate atwhich

recovery shallbe made

from thecontractor inthe event of

Figures Words

1. GraduateE i

Civil PrincipleT h i l

5Years 15000/- RsFif

Page 20: 70NitEeHcdI201112NIT01

7/28/2019 70NitEeHcdI201112NIT01

http://slidepdf.com/reader/full/70niteehcdi201112nit01 20/58

20

Clause 42 

(i) a Schedule/statement for determining theoretical quantity of cement & bitumen on the basisof DSR 2007 with correction slips 1 to 10 printed by C.P.W.D.

(ii) Variations permissible on theoretical quantities

a Cement for works with estimated cost put to bid

not more than Rs.5 Lakhs

3% plus / minus

for works with estimated cost put to bid morethan Rs.5 Lakhs

2% plus / minus.

b Bitumen for all works 2.5% plus only & nil on minus side

c Steel Reinforcement and structural steel

sections for each diameter, section and

category.

2% plus/minus

d All other materials Nil

RECOVERY RATES FOR QUANTITIES BEYOND PERMISSIBLE VARIATION

S.No. Description of Item Rates in figures and words at which recovery shall bemade from the Contractor

Excess beyondpermissible

variation

Less use beyond

permissible variation

1. Cement Not applicable Rs.5,610/- per MT

2. Steel Reinforcement Not applicable Rs.52,800/- per MT

Page 21: 70NitEeHcdI201112NIT01

7/28/2019 70NitEeHcdI201112NIT01

http://slidepdf.com/reader/full/70niteehcdi201112nit01 21/58

21

CONDITIONS OF CONTRACT

Definitions

1 The contract means the documents forming the bid and acceptance thereof and the formalagreement executed between the competent authority on behalf of the President of India and theContractor, together with the documents referred to therein including these conditions, thespecifications, designs, drawings and instructions issued from time to time by the Engineer-in-Charge and all these documents taken together, shall be deemed to form one contract and shallbe complementary to one another.

2 In the Contract, the following expressions shall, unless the context otherwise requires, havethe meanings, hereby respectively assigned to them:-

i. The expression works or work shall, unless there be something either in the subject orcontext repugnant to such construction, be construed and taken to mean the works by or by virtueof the contract contracted to be executed whether temporary or permanent, and whether original,altered, substituted or additional.

ii. The site shall mean the land/ or other places on, into or through which work is to beexecuted under the contract or any adjacent land, path or street through which work is to beexecuted under the contract or any adjacent land, path or street which may be allotted or used forthe purpose of carrying out the contract.

iii. The contractor shall mean the individual, firm or company, whether incorporated ornot, undertaking the works and shall include the legal personal representative of such individual orthe persons composing such firm or company, or the successors of such firm or company and thepermitted assignees of such individual, firm or company.

iv. The President means the President of India and his successors.

v. The Engineer-in-Charge means the Engineer Officer who shall supervise and be in-charge of the work and who shall sign the contract on behalf of the President of India as

mentioned in Schedule ‘F’ hereunder.

vi. Government or Government of India shall mean the President of India.

vii. The terms Director General of Works includes Additional Director General andChief Engineer of the Zone.

viii. Accepting Authority shall mean the authority mentioned in Schedule F

ix. Excepted Risk are risks due to riots (Other than those on account of Contractor’semployees), war(Whether declared or not) invasion, act of foreign enemies, hostilities, civil war,rebellion revolution, insurrection, military or usurped power, any acts of Government damagesfrom aircraft, acts of God, such as earthquake, lightening and unprecedented floods, and othercauses over which the contractor has no control and accepted as such by the Accepting Authorityor causes solely due to use or occupation by Government of the part of the works in respect ofwhich a certificate of completion has been issued or a cause solely due to Government’s faultydesign of works

Page 22: 70NitEeHcdI201112NIT01

7/28/2019 70NitEeHcdI201112NIT01

http://slidepdf.com/reader/full/70niteehcdi201112nit01 22/58

22

xiii. District Specifications means the Specifications followed by the State Governmentin the area where the work is to be executed.

xiv. Bided value means the value of the entire work as stipulated in the letter of award.

Scope and Performance 

3. Where the context so requires, words imparting the singular only also include theplural and vice versa. Any reference to masculine gender shall whenever required include femininegender and vice versa.

4. Headings and Marginal notes to these General Conditions of Contract shall not bedeemed to form part thereof or be taken into consideration in the interpretation or constructionthereof or of the contract.

5. The contractor shall be furnished, free of cost one certified copy of the contractdocuments except standard specifications, Schedule of Rates and such other printed andpublished documents, together with all drawings as may be forming part of the bid papers. None ofthese documents shall be used for any purpose other than that of this contract.

Works to be carried out:

6. The work to be carried out under the Contract shall, except as otherwise provided inthese conditions, include all labour, materials, tools, plants, equipment and transport which may berequired in preparation of and for and in the full and entire execution and completion of the works.The descriptions given in the Schedule of Quantities (Schedule-A) shall, unless otherwise stated,be held to include wastage on materials, carriage and cartage, carrying and return of empties,hoisting, setting, fitting and fixing in position and all other labour necessary in and for the full andentire execution and completion of the work as aforesaid in accordance with good practice andrecognized principles.

Sufficiency of Bid 7. The contractor shall be deemed to have satisfied himself before biding as to the

correctness and sufficiency of his bid for the works and of the rates and prices quoted in theSchedule of Quantities, whose rates and prices shall, except as otherwise provided, cover all hisobligations under the Contract and all matters and things necessary for the proper completion andmaintenance of the works.

Discrepancies and Adjustment of Errors

8. The several documents forming the contract are to be taken as mutually explanatoryof one another, detailed drawings being followed in preference to small scale drawing and figureddimensions in preference to scale and special conditions in preference to General conditions.

8.1 In the case of discrepancy between the Schedule of Quantities, the Specifications and/ or the drawings, the following order of preference shall be observed :-

i) D i ti f S h d l f Q titi

Page 23: 70NitEeHcdI201112NIT01

7/28/2019 70NitEeHcdI201112NIT01

http://slidepdf.com/reader/full/70niteehcdi201112nit01 23/58

23

8.3 Any error in description, quantity or rate in Schedule of Quantities or any omissionthere from shall not vitiate the Contract or release the Contract from the execution of the whole orany part of the works comprised therein according to drawings and specifications or from any of

his obligations under the contract.Signing of Contract 

The Successful bid/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 :i) The notice inviting bid, all the documents including drawings, if any, forming the bid asissued at the time of invitation of bid and acceptance thereof together with anycorrespondence leading thereto.

ii) Standard C.P.W.D. Form as mentioned in Schedule ‘F’ consisting of:(a) Various standard clauses with corrections up to the date stipulated in Schedule ‘F’along with annexure thereto.

(b) C.P.W.D. Safety Code.

(c) Model Rules for the protection of health, sanitary arrangements for workersemployed by CPWD or its contractors.

(d) CPWD Contractor’s Labour Regulations.

(e) List of Acts and omissions for which fines can be imposed.

iii) No payment for the work done will be made unless contract is signed by the contractor. 

Page 24: 70NitEeHcdI201112NIT01

7/28/2019 70NitEeHcdI201112NIT01

http://slidepdf.com/reader/full/70niteehcdi201112nit01 24/58

24

General Rules & Directions

1. All work proposed for execution by contract will be notified in a form of invitation to

e- bid pasted in public places and signed by the officer inviting bid or by publication in Newspapers as the case may be.

This form will state the work to be carried out, as well as the date for submitting and openingbids and the time allowed for carrying out the work, also the amount of earnest money to bedeposited with the bid, and the amount of the security deposit to be deposited by the successfulbidder and the percentage, if any, to be deducted from bills. Copies of the specifications, designsand drawings and any other documents required in connection with the work signed for thepurpose of identification by the officer inviting bid shall also be open for inspection by the

contractor at the office of officer inviting bid during office hours.2. In the event of the bid being submitted by a firm, it must be signed separately by each

partner thereof or in the event of the absence of any partner, it must be signed on his behalf by aperson holding a power-of attorney authorizing him to do so, such power of attorney to beproduced with the bid, and it must disclose that the firm is duly registered under the IndianPartnership Act. 1952.

3. Receipts for payment made on account of work, when executed by a firm, must also besigned by all the partners, except where contractors are described in their bid as a firm in whichcase the receipts must be signed in the name of the firm by one of the partners, or by some otherperson having due authority to give effectual receipts for the firm.

4 Any person who submits a bid shall fill up the usual printed form, stating at what ratehe is willing to undertake each item of the work. Bids, which propose any alteration in the workspecified in the said form of invitation to bid, or in the time allowed for carrying out the work, orwhich contain any other condition of any sort including conditional rebates will be summarilyrejected. No single bid shall include more than one work, but contractors who wish to bid for two or

more works shall submit separate bid for each. Bid shall have the name and number of the worksto which they refer, written on the envelopes.

The rate(s) must be quoted in decimal coinage. Amounts must be quoted in full rupeesby ignoring fifty paisa and considering more than fifty paisa as rupee one.

5. The officer inviting bid or his duly authorized assistant, will open bid in the presence of anyintending contractors who may be present at the time, and will enter the amounts of the severalbids in a comparative statement in a suitable form, in the event of a bid being accepted, a receiptfor the earnest money forwarded therewith shall thereupon be given to the contractor who shallthereupon for the purpose of identification sign copies of the specifications and other documentsmentioned in Rule-I In the event of a bid being rejected, the earnest money forwarded with suchunaccepted bid shall thereupon be returned to the contractors remitting the same, without anyinterest.

6. The officer inviting bids shall have the right of rejecting all or any of the bids and will notbe bound to accept the lowest or any other bid

Page 25: 70NitEeHcdI201112NIT01

7/28/2019 70NitEeHcdI201112NIT01

http://slidepdf.com/reader/full/70niteehcdi201112nit01 25/58

25

9. The bidders shall sign a declaration under the officials Secret Act, 1923 , for maintainingsecrecy of the bid documents drawings or other records connected with the work given to them.The unsuccessful bidders shall return all the drawings given to them. 

10. In the case of Item Rate Bids, only rates quoted shall be considered. Any bidcontaining percentage below/above the rates quoted is liable to be rejected. Rates quoted by thecontractor in item rate bid in figures and words shall be accurately filled in so that there is nodiscrepancy in the rates written in figures and words. However, if a discrepancy is found, the rateswhich correspond with the amount worked out by the contractor shall unless otherwise proved betaken as correct. If the amount of an item is not worked out by the contractor or it does notcorrespond with the rates written either in figures or in words then the rates quoted by thecontractor in words shall be taken as correct. Where the rates quoted by the contractor in figures

and in words tally but the amount is not worked out correctly, the rates quoted by the contractorwill unless otherwise proved be taken as correct and not the amount. In the event no rate hasbeen quoted for any item(s), leaving space both in figure(s), word(s) and amount blank, itwill be presumed that the contractor has included the cost of this/these item(s) in otheritems and rate for such item(s) will be considered as zero and work will be required to beexecuted accordingly. 

11. In the case of any bid where unit rate of any item/items appear unrealistic, such bid willbe considered as unbalanced and in case the bidder is unable to provide satisfactory explanation

such a bid is liable to be disqualified and rejected.12. All rates shall be quoted on the bid form. The amount for each item should be worked out

and requisite totals given. Special care should be taken to write the rates in figures as well as inwords and the amount in figures only, in such a way that interpolation is not possible. The totalamount should be written both in figures and in words. In case of figures, the word ‘Rs.’ should bewritten before the figure of rupees and word ‘P’ after the decimal figures, e.g. ‘Rs. 2.15 P’ and incase of words, the word, ‘Rupees’ should precede and the word ‘Paisa’ should be written at theend. Unless the rate is in whole rupees and followed by the word ‘only’ it should invariably be up to

two decimal places. While quoting the rate in schedule of quantities, the word ‘only’ should bewritten closely following the amount and it should not be written in the next line.

13. (i) The contractor whose bid is accepted will be required to furnish performanceguarantee of 5% (five percent) of the bided amount within the period specified Schedule F .This guarantee shall be in the form of cash (in case guarantee amount is less than Rs. 10,000/-) ordeposit at call receipt of any scheduled bank / bankers cheque of any scheduled bank / DemandDraft of any scheduled Bank / Pay Order any scheduled Bank (In case guarantee amount is lessthan Rs. 1, 00,000/-) or government securities or Fixed Deposit or Guarantee Bond of any

scheduled of bank or the state bank of India in accordance with the prescribed form.(ii) The contractor whose bid is accepted, will be required to furnish by way of

security Deposit for the fulfillment of his contract, an amount equal to 5% of the bided valueof the work The security Deposit will be collected by deductions from the running bills of thecontractor at the rates mentioned above and the earnest money if deposited in cash at the time ofbids, will be treated as a part of the security Deposit. The security amount will also be accepted in

Page 26: 70NitEeHcdI201112NIT01

7/28/2019 70NitEeHcdI201112NIT01

http://slidepdf.com/reader/full/70niteehcdi201112nit01 26/58

26

17. The bid for the work shall not be witnessed by a contractor or contractors whohimself/themselves has/have bided or who may and has/have bided for the same work. Failure toobserve this condition would render, bids of the contractors biding, as well as witnessing the bid,

liable to summary rejection.18. The bid for composite work includes in addition to building work all other works such assanitary and water supply installations drainage installation, Electrical work, horticulture work,roads and paths etc. The bidder apart from being a registered contractor (B&R) of appropriateclass must associate himself with agencies of appropriate class which are eligible to bid forsanitary and water supply, drainage, electrical and horticulture works in the composite bid.

19 The contractor shall submit list of works which are in hand (progress) in the following form: -

Name of work Name and

particulars ofDivision wherework is beingexecuted

Value of work Position of

works in progress

Remarks

1 2 3 4 5

20. The contractor shall comply with the provisions of the Apprentices Act 1961, andthe rules and orders issued there under from time to time. If he fails to do so his failure will be a

breach of the contract and the Superintending Engineer/Executive Engineer may in his discretionwithout prejudice to any other right or remedy available in law cancel the contract. The contractorshall also be liable for any pecuniary liability arising on account of any violation by him of theprovisions of the said Act.

Page 27: 70NitEeHcdI201112NIT01

7/28/2019 70NitEeHcdI201112NIT01

http://slidepdf.com/reader/full/70niteehcdi201112nit01 27/58

27

SPECIAL CONDITIONS

1. Unless otherwise provided in the schedule of quantities or CPWD specifications the ratesbided 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.2. The contractor shall make his own arrangements for obtaining electric

connections if required and make necessary payments directly to the departmentconcerned.

3. Other agencies doing works related with this project may also simultaneouslyexecute their works and the contractor shall afford necessary facilities for the same. The contractorshall leave such necessary holes, openings etc for laying/burying in the work pipes, cables,conduits, clamps, boxes and hooks for fan clamps etc as may be required for other agencies.Conduits for electrical wiring/ cables will be laid in a way that they leave enough space forconcreting and do not adversely affect the structural members. Nothing extra over the agreementrates shall be paid for the same.

4. Some restrictions may be imposed by the local police etc. on the working time andfor movement of labour, materials etc. the contractor shall be bound to follow all suchrestrictions/instructions and nothing extra shall be payable on this account.

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

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

5. The contractor shall comply with proper and legal orders and directions of thelocal or public authority or municipality and abide by their rules and regulations and pay all feesand charges, which he may be liable.

If as per municipal rules the huts for labour are not to be erected at the site of work by thecontractors, the contractors are required to provide such accommodation as is acceptable to local

bodies and nothing extra shall be paid on this account.The contractor shall comply with proper and legal orders and directions of the local or public

authority or municipality and abide by their rules and regulations and pay all fees and charges,which he may be liable.

6. Cost and quantity of cement required for adding cement slurry over the basesurface and for continuation of concreting for better bond is deemed to be included in therelevant items of schedule of quantities.

7. Unless otherwise specified in the schedule of quantities, the rates for all theitems shall be considered as inclusive of working in or under water and / or liquid mud and/ or foulconditions including pumping or bailing out liquid mud or water accumulated in excavations duringthe progress of the work from springs, tidal or river seepage, rain, broken water mains or drainsand seepage from subsoil aquifer.

8. All the materials to be used on works shall bear ISI certification mark

28

Page 28: 70NitEeHcdI201112NIT01

7/28/2019 70NitEeHcdI201112NIT01

http://slidepdf.com/reader/full/70niteehcdi201112nit01 28/58

28

10 The contractor will have to work according to the program of work, approvedby the Engineer-in- charge.

11 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 whereother buildings, roads, services or compound walls are to be constructed.

12. The Cement godown of the capacity to store a minimum of 2000 bags of cement shall be constructed by the contractor at site of work as per typical sketch for which no extrapayment shall be made. Cement godown shall be provided with a single door with two locks.The keys of one lock shall remain with Engineer-in-charge of work or his authorized representativeand that of the other lock with the authorized agent of the contractor at the site of work so that thecement is removed from the godown according to the daily requirement with the knowledge of both

the parties and proper account maintained in standard Performa.

13. The contractor shall be fully responsible for the safe custody of the materials issued tohim even if the materials are under double lock system.

14 The contractor shall construct suitable godowns, yards at the site of work forstoring all other materials so as to be safe against damage by sun, rain, fire, theft etc., at his owncost and also employ necessary watch and ward establishment for the purpose at his cost.

15. The contractor shall submit bar chart for completion of the work duly signed by the

contractor so as to complete the work in stipulated time period and get it approved from theEngineer-in-Charge before commencement of work.

16. Any delay/failure on the part of bidder to arrange for men and materials at requiredtime shall not be considered as valid hindrance.

17. The contractor has to furnish monthly progress report, both physical and financial, asper Performa given below for works costing more than 15 Crore. 

1) PHYSICAL

Nameof Item

Quantity asperAgreement.

Quantity executedduring the month

Total up to datequantity executed

Anticipated balancequantity.

2) FINANCIAL =

Total bidedamount

Work done duringthe month

Total amount of workdone up to date

Anticipated amount ofbalance work

The contractor has to submit the progress report to the Division office by 10 th of everymonth duly checked and certified by the JE & AE. The progress report shall be reviewed byh EE & SE h i d d i Th h ll b i d li h

29

Page 29: 70NitEeHcdI201112NIT01

7/28/2019 70NitEeHcdI201112NIT01

http://slidepdf.com/reader/full/70niteehcdi201112nit01 29/58

29

CONDITIONS FOR CEMENT:

1. The contractor shall procure 43 grade (conforming to IS: 8112) Ordinary Portlandcement, as required in the work from reputed manufacturers of cement having a production

capacity of one million tons or more, such as A.C.C., L&T, J.P Rewa, Vikram, Shri cement,Birla jute and Cement Corporation of India, etc i.e agencies approved by Ministry of Industry,Government of India, and holding License to use ISI certification mark for their product. Thebidders may also submit a list of names of cement manufactures which their propose to use in thework, the bid accepting authority reserves right to accept or reject name (s) of cementmanufacture(s) which the bidder proposes to use in the work. No change in the bided rates will beaccepted if the bid accepting authority does not accept the list of cement manufactures, given bythe bidder, fully or partially.

2. The Supply of cement shall be taken in 50Kg bags bearing manufacturer’s name,batch No. and ISI marking, samples of cement shall be taken by the Engineer-in-Charge or hisauthorized officer in the presence of the contractor or his authorized representative and got testedin accordance with provisions of relevant BIS codes. In case test results indicate that the samplecement does not conform to the relevant BIS codes, the same shall stand rejected and shall beremoved from the site of work by the contractor at his own risk and cost within a week’s time ofwritten order from the Engineer-in-Charge to do so and no payment what so ever may be paid tothe contractor in this regard.

3. The cement shall be brought at site in bulk supply of approximately 50 tones or asdecided by the Engineer-in-Charge. The cement godown of the capacity to store a minimum of2000 bags of cement shall be constructed by the contractor at site of work for which no extrapayment shall be made.

4. Double lock provision shall be made to the door of the cement godown. Thekeys of one lock shall remain with the Engineer-in-charge or his authorized representative and thekeys of the other lock shall remain with the contractor. The contractor shall be responsible for thewatch 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.

5. The contractor shall be got tested by the Engineer-in-charge and shall be used onthe work only after satisfactory test results have been received. The contractor shall supply freeof charge the cement required for testing. The cost of tests shall be borne by theContractor/Department in the manner indicated below.

a. By the contractor, if the results show that the cement does not conform to relevant BIScodes.

b. By the Department, if the results show that the cement conforms to relevant BIS codes.

6. The actual issue and consumption of cement on work shall be regulated and properaccounts maintained as provided in clause 10 of the contract. The theoretical consumption ofcement shall be worked out as per procedure prescribed in clause 42 of the contract and shall begoverned by conditions laid there in. In case the cement consumption is less than theoretical

30

Page 30: 70NitEeHcdI201112NIT01

7/28/2019 70NitEeHcdI201112NIT01

http://slidepdf.com/reader/full/70niteehcdi201112nit01 30/58

30

CONDITIONS FOR STEEL

1. The contractor shall procure Thermo Mechanically Treated (TMT) steel reinforcement barsof grade Fe 500 conforming to relevant BIS codes from main producers as approved by

Ministry of steel. In exceptional circumstances the Engineer-in-Charge can allow thecontractor to procure TMT bars from secondary producers having valid BIS license.(Note: For allowing TMT bars produced by the secondary producers approved byChief Engineer(SZ)II, CPWD, Hyderabad, refer conditions mentioned under note inschedule ‘F’ at clause 10CA). 

2. The contractor shall have to obtain and furnish test certificates to the Engineer-in – Charge or his authorized officer in respect of all supplies of steel brought by him to the siteof work. Samples shall also be taken and got tested by the Engineer-in-Charge as per the

provisions in this regard in relevant BIS codes. In case the test results indicate that sampleof steel does not conform to BIS codes, the same shall stand rejected and shall beremoved from the site of work by the contractor at his own risk and cost within a week’stime from written orders from the Engineer-in-Charge to do so and no payment whatsoeverin this regard shall be made by the Department. In case of procurement of steel from BISapproved secondary producers of steel, the Executive Engineer shall ensure thatcontractor procures steel from one of the firms approved by the Chief Engineer.

3. The steel reinforcement shall be brought to the site in bulk supply of 10 tons or more or as

decided by the Engineer-in-Charge.

4. The steel reinforcement shall be stored by the contractor at site of work in such a way as toprevent distortion & corrosion. The steel bars shall be stored, about 30 to 45cms aboveground. Bars of different sizes and lengths shall be stored separately to facilitate easycounting and checking. A coat of cement wash should be given to steel bars, which arelikely to be stored for a long time. In places where rainfall is heavy, steel bars may bestored in protective environment to reduce corrosion. Nothing extra shall be paid on thisaccount.

5. For checking nominal mass, tensile strength, bend test, re-bend test etc. specimen ofsufficient length shall be cut from each size of the bar at random at frequency not less thanthat specified below.

Size ofbar 

For consignment below 100tones

For consignment over 100 tones

Under 10

mm. dia

One sample for each

consignment of 25 tones orpart thereof

One sample for each

consignment of 40 tones or partthereof

10mm to16 mm.dia

One sample for eachconsignment of 35 tones orpart thereof

One sample for eachconsignment of 45 tones or partthereof

31

Page 31: 70NitEeHcdI201112NIT01

7/28/2019 70NitEeHcdI201112NIT01

http://slidepdf.com/reader/full/70niteehcdi201112nit01 31/58

31

8. The contractor shall furnish to the Department all the purchase invoices both for cementand steel for every consignment.

9. Weight being calculated with the help of Table 5.4 of CPWD specifications 2009 (Volume

.I). However for thermo-mechanically treated bars up to and including 10 mm the followingprocedure shall be adopted. The average sectional weight for each diameter shall bearrived at from samples from each lot of steel received at site. The actual weight of steelissued shall be modified to take into account the variation between the actual and thestandard co-efficient given in Table 5.4 and the contractors accounts will be debited by thecost modified quantity only. The decision of the Engineer-in-charge shall be final for theprocedure to be followed for determining the average sectional weight of each lot. Quantityof each diameter of steel received at site of work each day will constitute one single lot for

this purpose.10. All materials obtained from government stores or otherwise shall be got checked by the

Junior Engineer-in-charge of the works on receipt of the same at site before use.

11. The contractor should use factory made round type cover blocks for all RCC works to avoiddisplacement of bars in any directions and to ensure proper cover.

12. Contractor must arrange steel centering and shuttering with steel propping for a minimumarea of 1000 sqm, for casting of RCC work at a time for this work.

13. Contractor shall ensure that no labourers stay in the work site except chowkidars and otheressential staff.

14. Contractor shall arrange hutments outside or elsewhere for the stay of Workers / laborersworking for the project.

15. Contractor shall employ qualified graduate quantity surveyor for computing running bills.

32

Page 32: 70NitEeHcdI201112NIT01

7/28/2019 70NitEeHcdI201112NIT01

http://slidepdf.com/reader/full/70niteehcdi201112nit01 32/58

32

PARTICULAR SPECIFICATIONS

1. Unless otherwise specified, CPWD Specifications 2009 Volume I & II with up to date

correction slips 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 IS codes, the work shall be executed in the following order of

preference.

(i) Description of items as given in Schedules of quantities.

(ii) Special conditions and particular specifications.

(iii) CPWD Specifications.

(iv) IS Codes.

2. In case of items not covered by the CPWD specifications referred to above, or

particular specifications attached, reference shall be made to appropriate latest IS

codes and the decision of the Engineer-in-Charge shall be final and binding on the

contractor.

3. Wherever any reference to any Indian Standard specification occurs in the documents

relating to this contract the same shall be inclusive of all amendments issued there to

or revisions thereof if any, up to the date of receipt of bids.

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).

5. All stone aggregate and stone ballast shall be of hard stone variety to be obtained from

approved quarries or any other source to be got approved by the Engineer-in-charge.

6. Sand to be used for cement concrete work, mortar for masonry and plaster work shall

be of standard quality sand shall be obtained from a source to be got approved from

the Engineer-in-Charge and screened as required. The same shall consist of hard

33

Page 33: 70NitEeHcdI201112NIT01

7/28/2019 70NitEeHcdI201112NIT01

http://slidepdf.com/reader/full/70niteehcdi201112nit01 33/58

9. The contractor shall produce 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 work.

10. Samples of various materials required for testing shall be provided free of charge bythe contractor. He shall render all assistance for taking samples, safe custody of the

same, and carriage up to the laboratory where the test is to be performed. The cost of

the tests shall be borne by the contractor/department in the manner indicated below.

(i) By the contractor, if the results show that the material doesn’t conform to relevantBIS codes.

(ii) By the department, if the results show that the material conforms to relevant BIScodes.

11. Testing charges, if any, unless otherwise provided, shall be borne by the contractor/department

as per condition 10 above and all other expenditure required to be incurred for taking the

samples, conveyance, packing etc. shall be borne by the contractor himself. B.I.S marked

materials shall also be got tested beyond certain quantity of the various items required on the

works. The technical sanctioning authority and shall decide the quantity limit as well as the test

categories and decision of such technical sanctioning authority shall be final and binding on the

contractor.

12. In case of concrete and reinforced concrete work, the contractor shall be required to makearrangement for carrying out compression strength tests at his own cost. He shall render allassistance for the preparation of cubes, safe custody of the same, proper curing and carriage up

to the laboratory where the test is to be performed. The cube tests can be performed at anylaboratory approved by the Engineer-in-charge.

2.R.C.C.WORKS:

2.1 In respect of projected balconies, projected slabs at roof level and projectedverandah, the payment for the RCC work shall be made under the item of RCC slabs. Thepayment for centering and shuttering of such items shall similarly be paid under the item

of centering and shuttering of RCC slab.2.2 Any cement slurry added over base surface or for continuation of concreting for betterbond is deemed to have been in built in the items and nothing extra shall be payable norany extra cement shall be considered in cement consumption on this account.

2.3For proper control of water cement ratio, the contractor shall arrange concrete mixers

34

Page 34: 70NitEeHcdI201112NIT01

7/28/2019 70NitEeHcdI201112NIT01

http://slidepdf.com/reader/full/70niteehcdi201112nit01 34/58

items not mentioned specifically herein, but which are necessary to make a completeinstallation shall be a part of this contract.

3.2 General

Aluminum doors, windows etc. shall be of sizes, section details as shown on the drawings.The details shown on the drawings indicate generally the sizes of the components partsand general standards. These may be varied slightly to suit the standards adopted by themanufacturer. Before proceeding with any manufacturing, the contractor shall prepare andsubmit complete manufacturing and installation drawings for approval of the Engineer – in – Charge and no work shall be preformed until the approval of these drawings is obtained.

3.3 Shop Drawings

The contractor shall submit the shop drawings of doors, windows, louver, cladding andother aluminum work, to the Engineer-in-Charge- for his approval. The shop drawings shallshow full size sections of doors, windows etc. thickness of metal (i/c wall thickness), detailsof construction, sub frame / rough ground profile, anchoring details, hard ware as well asconnection of windows, doors and other metal work to adjacent work. Samples of all jointsand methods of fastening and joining shall be submitted to the Engineer – in – Charge forapproval well in advance of commencing the work.

3.4Samples.

Samples of doors, windows, louver etc. shall be fabricated, assembled and submitted tothe Engineer –in- Charge for his approval. They shall be of sizes, types etc. as decided byEngineer – in – Charge. All samples shall be provided at the cost of the contractor.

3.5Sections

Aluminum doors and windows shall be fabricated from extruded sections of profilesas detailed on drawings. the sections shall be extruded by the manufacturers approved bythe Engineer – in – Charge. The aluminum extruded sections shall conform to BIS

designation IIE. IIV 9WP alloy, with chemical composition and mechanical properties,strength and durability. The permissible dimensional tolerance of the extruded sectionsshall be such as not to impair the proper and smooth function operation and appearance ofdoors and windows.

3.6Fabrication

Doors, windows, etc. shall be fabricated to sizes shown at factory and shall be of section,sizes combinations and details as shown on the Drawings. All doors, windows etc. shallhave mechanical joints. The joints shall be designed to withstand a wind load of 150 Kg,

per sqm. The design shall also ensure that the maximum deflection of any member shallnot exceed 1 / 175 of the span of the member. All members shall be accurately machinedand fitted to form hairline joints prior to assembly. The joints accessories such as cleats,brackets etc. shall be of such material as not to cause any bimetallic action. The design ofthe joints and accessories shall be such that the accessories are fully concealed. Thef b i ti f d i d t h ll b d i it bl ti t f ilit t

35

Page 35: 70NitEeHcdI201112NIT01

7/28/2019 70NitEeHcdI201112NIT01

http://slidepdf.com/reader/full/70niteehcdi201112nit01 35/58

Fabricated materials shall be created in an approved manner to protect the materialagainst any damage during transportation. The loading and unloading shall be carried outwith utmost care. On receipt of materials at site, they shall be carefully examined to detectany damaged pieces. Arrangements shall be made for expeditious replacement ofdamaged pieces parts. Materials found to be acceptable on inspection shall be repacked incrates and stored safely.

In the case of composite windows and doors, the different units are to be assembled first.The assembled composite units should be checked for line level and plumb before finalfixing is done. Units may how to be assembled in their final location of situations sowarrants.

Where aluminum comes into contact with masonry, brickwork, concrete, plaster or

dissimilar metals, it shall be coated with approved insulation, lacquer, paint or plastic tapeto ensure that electro – chemical corrosion is avoided. Insulation material shall be trimmedoff to a clean flush line on completion.

The contractor shall be responsible for assembling composite, bedding and filling thegroove with poly-sulphide sealant inside and outside, at the transoms and mullions, placingthe doors, windows, etc. in their respective openings, after the doors/windows have beenfixed in their correct assigned position. The open hollow sections abutting masonryconcrete shall be filled with approved poly-sulphide sealant densely packed and finished

neat.The contractor shall be responsible for doors, windows, etc. being set straight, plumb, leveland for their satisfactory operation after fixing is complete.

3.9 Installation.

Just prior to installation the doors, windows, etc. shall be uncrated and stacked on edge onlevel bearers and supported evenly. The frame shall be fixed into position true to line andlevel using adequate number of expansion machine bolts, anchor fasteners of approved

size and manufacture and in an approved manner. The holes in concrete / masonrymembers for housing anchor bolts shall be drilled with electric drill.

The doors/windows assembled as shows on drawings shall be placed in correct finalposition in the opening and marks made on concrete members at jambs, sills and headsagainst the holes provided in frames for anchoring. The frame shall then be removed fromthe opening and laid aside. Neat holes with parallel sides of appropriate size shall then bedrilled in the concrete members with an electric drill at the marking to house the expansionbolts. The expansion bolts shall then be inserted in the holes, struck with a light hammer till

the nut is forced into the anchor shell. The frame shall hen be placed in final position in theopening and anchored to the support through cadmium plated machine screws of requiredsize threaded to expansion bolts. The frame shall be set in the opening by using woodenwedges at supports and be plumbed in position. The wedges shall invariably be placed atthe meeting points of glazing bars and frames.

36

Page 36: 70NitEeHcdI201112NIT01

7/28/2019 70NitEeHcdI201112NIT01

http://slidepdf.com/reader/full/70niteehcdi201112nit01 36/58

contractor. However, this security deposit can be released in full if bank guarantee ofequivalent amount for two years is produced and deposited with the department.

3.11 Details of Tests & Acceptance criteria.

Testing & acceptance criteria shall be as per CPWD Specification 2009

4.0WATER SUPPLY AND SANITARY INSTALLATIONS:

4.1The centrifugally cast (spun) iron S&S pipe and G.I pipe wherever necessary shallbe fixed to RCC columns, beams etc. with rawl plugs and nothing extra shall be paidfor this.

4.2.The contractor shall be responsible for the protection of the sanitary and watersupply fittings and other fittings and fixtures against pilferages and breakage during theperiod of installation and thereafter until the building is handed over.

4.3.The theoretical consumption of pig lead for caulking of joints of centrifugally cast(spun) iron S&S pipes of size 100 mm, 75 mm, 50 mm shall be calculated at the rate of0.98 kg., 0.88 kg, and 0.77 kg per joint respectively over and above the theoreticalquantity of lead as worked out, a variation of 5% shall be allowed. In case the variation

on lower side is more than 5%, the cost of lead less used after allowing for the variationshall be recovered from the contractor at market rate to be determined by Engineer-in-charge whose decision in the matter will be final.

5.0 INTEGRAL WATER PROOFING TREATMENT FOR ROOFS & SUNKEN FLOOR

SLAB:

5.1 The contractor must associate himself with a specialized firm, to be approvedby the Engineer-in-charge in writing, for integral cement based water proofing treatment forsunken floors and on roofs. 10 years guarantee in prescribed proforma attached must begiven by the specialized firm, which shall be counter signed by the contractor, in token ofhis overall responsibility. In addition, 10 (ten percent) of the cost of these items would beretained as guarantee to watch the performance of the work done. However half of thisamount withheld would be released after five years, if the performance of the work done

is satisfactory, If any defect is noticed during the guarantee period, it should be rectified bythe contractor within seven days and if not attended, the same will be got done by anotheragency at the risk and cost of the contractor. This security deposit can be released in full, ifbank guarantee of equivalent amount for 10 years is produced and deposited with thedepartment. Before execution the contractor must give. 

37

Page 37: 70NitEeHcdI201112NIT01

7/28/2019 70NitEeHcdI201112NIT01

http://slidepdf.com/reader/full/70niteehcdi201112nit01 37/58

6.0 PRE – CAST RCC DOOR FRAMES.

6.1 RCC doorframes shall be procured from reputed approved firms as per the directionsof the Engineer-in-Charge.

6.2 Before placing order for RCC door frames, the contractor shall get confirmed theposition of placing wonder blocks in the RCC door frames for fixing the hinges from theEngineer – in – Charge.

6.3 RCC frames shall be assembled and fixed with holdfasts.

6.3.1 Each frame is provided with polymer screw plugs on the rough side of the frame.Mount the holdfasts on the screw plugs using 6 mm dia coach screws / machine screws.

6.3.2 Position the horizontal and vertical members on the ground. Assemble the members

by fixing the key on the vertical member in the dovetailed key on the horizontal member.

6.3.3 Tie the GI wires near the joint to secure the assembly.

6.3.4 Lift the assembled Pull cast frame from ground and position it at the door opening.Grout the holdfasts firmly in the wall using concrete. (Support the frame with props till theconcrete sets.)

6.4 Mounting of fixtures.

6.4.1 Mark the screw positions on the Wonder block for fixing the hinges. Make holes onthe Wonder Block using an undersized drill bit.

6.4.2 Drive in the screws using a screwdriver. The Wonder block has the self threadingcapacity for the tight grip.

Note: The screw can be reinserted in the same hole provided the screw is driven in using ascrewdriver. Use of hammer for driving the screws on the Wonder block is prohibited.

6.4.3 Cement Plaster flushes or painting flushes, if any shall be removed immediately onthe RCC frames.

6.5 Corners / edges of the frames shall not be broken during execution.

6.6 If the frames gets damaged shall be replaced without any extra cost.

38

Page 38: 70NitEeHcdI201112NIT01

7/28/2019 70NitEeHcdI201112NIT01

http://slidepdf.com/reader/full/70niteehcdi201112nit01 38/58

FORM OF 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 ................. 2011

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

39

Page 39: 70NitEeHcdI201112NIT01

7/28/2019 70NitEeHcdI201112NIT01

http://slidepdf.com/reader/full/70niteehcdi201112nit01 39/58

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

SEAL

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

(SIGNATURE, NAME AND ADDRESS)

*Date to be worked out on the basis of validity period of 6 months from last date of receipt of tender. 

40

Page 40: 70NitEeHcdI201112NIT01

7/28/2019 70NitEeHcdI201112NIT01

http://slidepdf.com/reader/full/70niteehcdi201112nit01 40/58

Form of Performance Security Bank Guarantee Bond

In consideration of the President of India (hereinafter called "The Government")having agreed under the terms and conditions of agreement

No._______________________________________ Dated.____________ made between

 ________________________________ and ____________________________ 

(hereinafter called "the said contractor(s)") for the work

 _______________________________________________________________________ 

 _  _____________________________________________________________ (herein

after called "the said Agreement") having agreed to production of a irrevocable Bank

Guarantee for Rs._____________ (Rupees_____________________________________ 

 ____________________________________only) as security/guarantee from the

contractor(s) for compliance of his obligations in accordance with the terms and conditions

in the said agreement,

We,_________________________________ hereinafter referred to as "the Bank")

(Indicate the name of the Bank)

hereby undertake to pay to the Government an amount not exceeding

Rs._____________ 

(Rupees____________________________________________________________Only)

on demand by the Government.

2. We__________________________________________ do hereby undertake topay the amounts

(Indicate the name of the Bank)

due and payable under this Guarantee without any demure, merely on a demand from

the Government stating that the amount claimed is required to meet the recoveries due orlikely to be due from the said contractor(s). Any such demand made on the Bank shall be

conclusive as regards the amount due and payable by the Bank under this Guarantee.

However, our liability under this guarantee shall be restricted to an amount not exceeding

Rs (Rupees

41

Page 41: 70NitEeHcdI201112NIT01

7/28/2019 70NitEeHcdI201112NIT01

http://slidepdf.com/reader/full/70niteehcdi201112nit01 41/58

guarantee herein

(Indicate the name of the Bank)

contained shall remain in full force and effect during the period that would be taken forthe performance of the said agreement and that it shall continue to be enforceable till all

the dues of the Government under or by virtue of the said agreement have been fully paid

and its claims satisfied or discharged or till Engineer-in-charge on behalf of the

government certified that the terms and conditions of the said agreement have been fully

and properly carried out by the said contractor(s) and accordingly discharges this

guarantee.

5. We_____________________________________________ further agree with theGovernment

(Indicate the name of the Bank)

that the Government shall have the fullest liberty without our consent and without affecting in

any manner our obligations hereunder to vary any of the terms and conditions of the said

agreement or to extend time of performance by the said contractor(s) from time to time or topostpone for any time or from time to time any of the powers exercisable by the Government

against the said contractor(s) and to for-bear or enforce any of the terms and conditions relating to

the said agreement and we shall not be relieved from our liability by reason of any such variation,

or extension being granted to the said contractor(s) or for any forbearance, act of omission on the

part of the Government or any indulgence by the Government to the said contractor(s) or by any

such matter or thing whatsoever which under the law relating to sureties would, but for this

provision, have effect of so relieving us.

6. This guarantee will not be discharged due to the change in the constitution of theBank or the contractor(s).

7. We______________________________________________ lastly undertake notto revoke this (Indicate the name of the Bank) guarantee except with the previousconsent of the Government in writing.

8. This guarantee shall be valid up to ______________ unless extended ondemand by Government. Notwithstanding anything mentioned above, our liability against

this guarantee is restricted to

Rs.________________(Rupees______________________________________________ 

l ) d l l i i iti i l d d ith ithi i th f th d t f

42

Page 42: 70NitEeHcdI201112NIT01

7/28/2019 70NitEeHcdI201112NIT01

http://slidepdf.com/reader/full/70niteehcdi201112nit01 42/58

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

relevant contract on behalf of CPWD.

INTEGRITY AGREEMENT

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

BETWEEN

President of India represented through Executive Engineer,……………………….. (Name of Division) 

CPWD ………………………………………..(Address of Division) (Hereinafter referred as the

Principal/Owner’, which expression shall unless repugnant to the meaning or context hereofinclude its successors and permitted assigns)

AND

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

through .................................................................... (Details of duly authorized signatory) 

Hereinafter referred to as the “Bidder/Contractor” and which expression shall unless repugnant tothe 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”.

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 conditionsof 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

43

Page 43: 70NitEeHcdI201112NIT01

7/28/2019 70NitEeHcdI201112NIT01

http://slidepdf.com/reader/full/70niteehcdi201112nit01 43/58

for or accept, for self or third person, any material or immaterial benefit which the person isnot 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 inrelation to the Tender process or the Contract execution.

(c) The Principal/Owner shall endeavor to exclude from the Tender process any person, whoseconduct 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 acriminal 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 thisregard, the Principal/Owner will inform the Chief Vigilance Officer and in addition can alsoinitiate disciplinary actions as per its internal laid down policies and procedures.

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

1) It is required that each Bidder/Contractor (including their respective officers, employees andagents) adhere to the highest ethical standards, and report to the Government / Department allsuspected acts of fraud or corruption or Coercion or Collusion of which it has knowledge orbecomes aware, during the tendering process and throughout the negotiation or award of acontract.

2) The Bidder(s)/Contractor(s) commits himself to take all measures necessary to preventcorruption. He commits himself to observe the following principles during his participation in the

Tender process and during the Contract execution:

c) 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 orexecution of the Contract or to any third person any material or other benefit which he/she isnot legally entitled to, in order to obtain in exchange any advantage of any kind whatsoeverduring the Tender process or during the execution of the Contract.

d) The Bidder(s)/Contractor(s) will not enter with other Bidder(s) into any undisclosedagreement or understanding, whether formal or informal. This applies in particular to prices,specifications, certifications, subsidiary contracts, submission or non-submission of bids orany other actions to restrict competitiveness or to cartelize in the bidding process.

e) The Bidder(s)/Contractor(s) will not commit any offence under the relevant IPC/PC Act

44

f h h ll b ll d b h lf f h f l i h

Page 44: 70NitEeHcdI201112NIT01

7/28/2019 70NitEeHcdI201112NIT01

http://slidepdf.com/reader/full/70niteehcdi201112nit01 44/58

manufacturer, he shall not be allowed to quote on behalf of another manufacturer along withthe first manufacturer in a subsequent/parallel tender for the same item.

g) 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 maketo 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 orbe an accessory to such offences.

4) The Bidder(s)/Contractor(s) will not, directly or through any other person or firm indulge infraudulent 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, withthe purpose of obtaining unjust advantage by or causing damage to justified interest ofothers and/or to influence the procurement process to the detriment of the Governmentinterests.

5) The Bidder(s)/Contractor(s) will not, directly or through any other person or firm use CoercivePractices (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 actualinjury may befall upon a person, his/ her reputation or property to influence their participation inthe 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 committeda transgression through a violation of Article 2 above or in any other form, such as to put hisreliability or credibility in question, the Principal/Owner after giving 14 days notice to thecontractor shall have powers to disqualify the Bidder(s)/Contractor(s) from the Tender processor 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 bedetermined by the severity of transgression and determined by the Principal/Owner. Suchexclusion 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

45

Page 45: 70NitEeHcdI201112NIT01

7/28/2019 70NitEeHcdI201112NIT01

http://slidepdf.com/reader/full/70niteehcdi201112nit01 45/58

Article 4: Previous Transgression

1) The Bidder declares that no previous transgressions occurred in the last 5 years with any otherCompany in any country confirming to the anticorruption approach or with Central Governmentor 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 Tenderprocess or action can be taken for banning of business dealings/ holiday listing of theBidder/Contractor as deemed fit by the Principal/ Owner.

3) If the Bidder/Contractor can prove that he has resorted / recouped the damage caused by himand has installed a suitable corruption prevention system, the Principal/Owner may, at its owndiscretion, 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 andContractors.

3) The Principal/Owner will disqualify Bidders, who do not submit, the duly signed Pact betweenthe Principal/Owner and the bidder, along with the Tender or violate its provisions at any stage

of the Tender process, from the Tender process.

Article 6- Duration of the Pact

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

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.

A ti l 7 Oth P i i

46

Page 46: 70NitEeHcdI201112NIT01

7/28/2019 70NitEeHcdI201112NIT01

http://slidepdf.com/reader/full/70niteehcdi201112nit01 46/58

4) Should one or several provisions of this Pact turn out to be invalid; the remainder of this Pactremains valid. In this case, the parties will strive to come to an agreement to their originalintensions.

5) It is agreed term and condition that any dispute or difference arising between the parties withregard to the terms of this Integrity Agreement / Pact, any action taken by the Owner/Principal inaccordance with this Integrity Agreement/ Pact or interpretation thereof shall not besubject to arbitration.

Article 8- LEGAL AND PRIOR RIGHTS

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

remedies belonging to such parties under the Contract and/or law and the same shall be deemed to

be cumulative and not alternative to such legal rights and remedies aforesaid. For the sake of

brevity, both the Parties agree that this Integrity Pact will have precedence over the Tender/Contact

documents with regard any of the provisions covered under this Integrity Pact.

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

date first above mentioned in the presence of following witnesses:...............................................................

(For and on behalf of Principal/Owner)

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

(For and on behalf of Bidder/Contractor)

WITNESSES:

1. ..............................................(signature, name and address)

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

(signature, name and address)

Place:Dated : 

47

(Referred to Para 22 5(1) of works manual 2010 APPENDIX 25

Page 47: 70NitEeHcdI201112NIT01

7/28/2019 70NitEeHcdI201112NIT01

http://slidepdf.com/reader/full/70niteehcdi201112nit01 47/58

(Referred to Para 22.5(1) of works manual 2010 APPENDIX 25

Guarantee to be executed by contractors for removal of defects after completion in

respect of water proofing works.

This agreement made this ............................ day of …………....................... twothousand ............................................................... between .........................................................son of ......... ...........................................................

(Herein after called the Guarantor on one part) and the PRESIDENT OF INDIA (herein aftercalled the Government on the other part).

Whereas this agreement is supplementary to contract (herein after called the contract)dated ...................... and made between the GUARANTOR OF THE ONE part and theGOVERNMENT on the other part. Whereby the contractor inter-alia, under took to render thebuildings and structures in the said contract recited completely water and leak-proof.

AND WHEREAS THE GUARANTOR agreed to give a guarantee to effect that thesaid structures will remain water and leak proof FOR TEN years from the date of giving the waterproofing treatment.

NOW THE GUARANTOR here by guarantees that water proofing treatment given byhim will render the structures completely leak proof and the minimum life of such water proofingtreatment shall be TEN years to be reckoned from the date after the maintenance periodprescribed in the contract, provided that the guarantor will not be responsible for leakage causedby earthquake or structural defects or misuse of roof or alteration and for such purpose.

13. Misuse of roof shall mean any operation, which will damage roofing treatment, likechopping of fire wood and things of the same nature which might cause damage to the roof.

14. Alteration shall mean construction of an additional storey or a part of the roof orconstruction adjoining to existing roof whereby roofing treatment removed in parts.

15. 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 all the defects and incase of any defect being found, render the building water proof to the satisfaction of the Engineer-in-Charge at his cost and shall commence the work for such rectification within seven days fromthe date of issue of the notice from the Engineer-in-Charge calling upon him to rectify the defectsfailing which the work shall be got done by the Department by some other contractor at theGUARANTOR's cost and risk. The decision of the Engineer-in-Charge as to the cost, payable bythe Guarantor shall be final and binding.

That if the Guarantor fails to execute the water proofing or commits breach there

48

1

Page 48: 70NitEeHcdI201112NIT01

7/28/2019 70NitEeHcdI201112NIT01

http://slidepdf.com/reader/full/70niteehcdi201112nit01 48/58

1.

2.

Signed for and on behalf of the PRESIDENT OF INDIA by ……………………in the presence

of:

1.

2.

Guarantee bond on revenue stamp of Rs.10/- will be given to contractor for 10 years effectingfrom the date of completion of work.

Ten years guarantee in prescribed proforma attached to be given by the contractor for thewater proofing treatment. In addition, 10% (Ten percent) of the cost of these items would beretained as guarantee to watch the performance of the work executed. However, half of theseamount (with held) would be released after two monsoon seasons after the completion of the work,if the performance of the work done is satisfactory. If any defect is observed during the guarantee

period it should be rectified by the contractor within seven days and if not attended to the same willbe got done by other agency at the risk and cost of the contractor. In any case the guarantor for 10years during guarantee period should inspect and examine the treatment once in every year andmake good any defect observed. However, the security deposit can be released in full if bankguarantee or equivalent amount for ten years is produced and deposited with the department.

49

Guarantee To Be Executed By Contractors For Removal Of Defects After Completion In

Page 49: 70NitEeHcdI201112NIT01

7/28/2019 70NitEeHcdI201112NIT01

http://slidepdf.com/reader/full/70niteehcdi201112nit01 49/58

Gua a tee o e ecuted y Co t acto s o e o a O e ects te Co p et oRespect Of Aluminum Doors. Windows, Ventilators Work.

The agreement made this ______________day of ___________ two thousand ____________ between________son of _________(hereinafter called the Guarantor on 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 the

Contract)dated___________and made between the GUARANTOR OF THE ONE part and the

Government on the other part where by the contractor inter alia, undertook to render the workin the said contract recited structurally stable leak proof and sound material, workmanship,anodizing, coloring, sealing.

AND WHEREAS THE GUARANTER agreed to give a guarantee to the effect that the saidwork will remain structurally stable, leak proof and guaranteed against the faulty material andworkmanship defective anodizing coloring and finishing for two years to be reckoned from the dateafter the maintenance period prescribed in the contract.

NOW THE GUARANTOR hereby guarantees that the work executed by him will remainstructurally stable leak proof and guaranteed against faulty material and workmanship defectiveanodizing and coloring for the minimum life of two years to be reckoned from the date after themaintenance period prescribed in the contract.

The decision of the Engineer-in-charge with regard to case of defect shall be final.

During the period of guarantee the guarantor shall make good all defects and in case of anydefect to the satisfaction of Engineer-in-charge at his cost and shall commence the work for suchrectification within seven days from the date of issue of the notice from the Engineer-in-chargecalling upon him to rectify the defects failing which the work shall be got done by department bysome other contractor at guarantors cost and risk. The decision of the Engineer-in-charge as tothe cost, payable by the Guarantor shall be final and binding.

That if Guarantor fails to make good all the defects, commits breach there under then theguarantor 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 theGUARANTOR in performance and observance of this supplementary agreement.

As to the amount of loss and / or damage and / or cost incurred by the Government thedecision of the Engineer-in-charge will be final and binding on the parties.

IN WITNESS WHEREOF these present have been executed by the Obligator ________________and by___________________for and on behalf of the PRESIDENT OF INDIAon the day, month and year first above written.

SIGNED SEALED AND delivered by OBLIGATOR in the presence of:-

1.

2.

50

Government of Andhra Pradesh

Page 50: 70NitEeHcdI201112NIT01

7/28/2019 70NitEeHcdI201112NIT01

http://slidepdf.com/reader/full/70niteehcdi201112nit01 50/58

ABSTRACT

Mines and Minerals: Amendments to Rule 10 of the Andhra Pradesh Mines & MineralsConcession Rules, 1966. Amendments - Orders - Issued.

Industries and Commerce (M.I) Department

GO MS No.198 Dated:13.08.2009

Read the following:-

1. GO MS. No.217, Industries and Commerce (Mines I) Department, Dt.29.09.2004.

2. From the Director of Mines and Geology, lr. No.25395/MR/2007 Dt.29.09.2007.

3. G.O.Ms.No.104 Industries and Commerce (Mines I) Department Dt. 15.05.2009

Order:1. The following notification will be published in the Extra ordinary issue of the Andhra

Pradesh Gazette, Dated 13th August 2009.

2. This order shall come into force with immediate effect:

Notification

In exercise of the powers conferred by sub-section (1) of section 15 of the Mines andMinerals (Regulation and Development) Act, 1957 (Central Act 67 of 1957) the Governor of

Andhra Pradesh hereby makes the following amendments to the Andhra Pradesh Minor MineralConcession Rules 1966, issued in G.O. Ms. No.1172, Industries and Commerce Department,

dated 4th September, 1967 as subsequently amended from time to time.

Amendment

In the said rules, Under rule 10 for schedule I and II, the following shall be substituted,namely:

SCHEDULE – I

Rates of Seigniorage Fee

S.No Name of the Mineral Unit Rate of Seigniorage fee

1. Building Stone M3 / MT Rs.50/33/-(Rupees Fifty / Thirty Three)

2. Rough Stone / Boulders M3 / MT Rs.50/33/-(Rupees Fifty / Thirty Three)

3. Road Metal & Ballast M3 / MT Rs.50/33/-(Rupees Fifty / Thirty Three)

3(a) Dimensional stone used for

kerbs & cubes

MT Rs. 88/- (Rupees Eighty Eight)

4. Lime Kankar/Lime stone MT The rate of royalty as applicable to limestone (other than LD grade) in respect of

Major Mineral as per the 2nd schedule of

51

9. Ordinary sand / sand M3 Rs.40/- (Rupees Forty)

Page 51: 70NitEeHcdI201112NIT01

7/28/2019 70NitEeHcdI201112NIT01

http://slidepdf.com/reader/full/70niteehcdi201112nit01 51/58

O d a y sa d / sa dmanufactured from bouldersuseful for civil construction

M   ( p y)

10. Shingle M3  Rs.17/-(Rupees Seventeen)11. Chalcedony Pebbles MT Rs.33/- (Rupees Thirty Three)

12. Fullers earth / Bentonite MT Rs.110/- (Rupees One Hundred andTen).

Rs 44/- (Rupees Forty Four).

13. Shale / slate MT Rs.110/- (Rupees One hundred and Ten)

14. Rehmati M3  Rs.17/- (Rupees Seventeen)

15. Lime Stone slabs

(a)(i) Colour - Rs.7/-(Rupees Seven) per Sqm orRs.88/-(Rupees Eighty Eight) per MTwhichever is higher

(a)(ii) White - Rs.5/-(Rupees Five) per Sqm or Rs.55/-(Rupees Fifty Five) per MT whichever ishigher

b) Black - Rs.4/- (Rupees Four) per Sqm or Rs.44/-(Rupees Forty Four) per MT whichever ishigher

16. Ordinary clay, silt and brick

earth used in the manufactureof bricks including Mangaloretiles

- Rs.3,850/-(Rupees Three Thousand

Eight Hundred and Fifty) Per kiln perannum for bricks and tiles

52

Page 52: 70NitEeHcdI201112NIT01

7/28/2019 70NitEeHcdI201112NIT01

http://slidepdf.com/reader/full/70niteehcdi201112nit01 52/58

17. Granite Useful for Cutting: (Rate per Cubic Meter)

Item Super Gang Saw

above 300 Cm X180 Cm. Size

Mini Gang Saw

above 270 Cm X150 Cm & lessthan 300 Cm X180 Cm Size

Below 270 Cm

X 150 Cm Size.

Below75cm

size

a)BlackgraniteGalaxyvariety

Rs.3,300/-(Rupees ThreeThousand ThreeHundred)

Rs.2,625/-(Rupees TwoThousand SixHundred andTwenty Five)

Rs.2,475/-(Rupees TwoThousand FourHundred andSeventy Five)

Rs.1100/-(Rupees OneThousand OneHundred)

b)Blackgranite

other thangalaxyvariety

Rs.2,475/-(Rupees Two

Thousand FourHundred andSeventy Five)

Rs.2,000/-(Rupees Two

Thousand only)

Rs.1,925/-(Rupees One

Thousand NineHundred andTwenty five only)

Rs 825/-(Rupees Eight

HundredTwenty Fiveonly)

c)ColourgraniteSrikakulamblue, Indianaurora of

NazamabadDist.,Leptinites ofCostalDists.,Black pearlofPrakasam

& Gunturdists.

Rs.2,475/-(Rupees TwoThousand FourHundred andSeventy Five)

Rs.2,000/-(Rupees TwoThousand only)

Rs.1,925/-(Rupees OneThousand NineHundred andTwenty five

only).

Rs 825/-(Rupees EightHundredTwenty Fiveonly)

d)Colourgranite ofother

Rs.1,925/-(Rupees OneThousand Nine

Rs.1,625/-(Rupees OneThousand Six

Rs.1,650/-(Rupees OneThousand Six

Rs 825/-(Rupees EightHundred

53

SCHEDULE – II

Page 53: 70NitEeHcdI201112NIT01

7/28/2019 70NitEeHcdI201112NIT01

http://slidepdf.com/reader/full/70niteehcdi201112nit01 53/58

RATE OF DEAD RENT

(PER HECTARE PER ANNUM)

Sl.No. Name of the Minor Mineral Rate of Dead Rent per hectare perAnnum

01 Black Granite Rs. 55,000/-(Rupees Fifty FiveThousand only)

02 Colour Granite Rs.44,000/-(Rupees Forty FourThousand only)

03 Limestone other than classified as Major Mineralsused for Lime burning for building constructionpurposes, Marble, Boulders, Building StoneIncluding Stone used for Road Metal, BallastConcrete and other Construction purposes, Shale,Slate and Phyllites , Mosaic Chips, Fuller’sEarth/Bentonite & Dimensional Stones used forCubes & kerbs

Rs.27,500/- (Rupees Twenty SevenThousand Five Hundred only)

04 Gravel, Morrum, Shingle, Limestone Slabs used

for Flooring purpose Limrkankar, Chalcedenypebbles used in the building purpose Limeshell forburning used for building purposes and Rehmatti.

Rs.16,500/- (Rupees Sixteen

Thousand Five Hundred only)

1. This order issues with the concurrence of finance department vide their U.ONo.19878/363/Exp.I&C/2009, dated.01-08-2009.

2. This order shall come in to force with effect from 01.10.2004.

(BY ORDER AND IN THE NAME OF THE GOVERNOR OF ANDHRA PRADESH)

SD/- Y. SRILAKSHMI

SECRETARY TO GOVERNMENT

To

The Commissioner of Printing Stationary & Stores Purchase (Ptg. Wing) Hyd. (He isrequested to publish the above notification in the extra – ordinary issue of A.P.

Gazette and arrange to send 600 copies of the same to Government, Industries & CommerceDepartment)

The Director of Mines & Geology, Hyderabad.

All Joint Directors of Mines & Geology }All Deputy Directors of Mines & Geology } through Director of

All Assistant Directors of Mines & Geology } Mines & Geology

Copy to:

The Secretary to the Government of India, Dept. of Mines, New Delhi.

54

Page 54: 70NitEeHcdI201112NIT01

7/28/2019 70NitEeHcdI201112NIT01

http://slidepdf.com/reader/full/70niteehcdi201112nit01 54/58

Sample letter for Acceptance of bid

By REGISTERED POST

No. Dated,

To

(Name and Address of the contractor)

Subject: (Name of work as appearing in the bid for the work).

Dear Sir(s)

Your bid for the work mentioned above has been accepted on behalf of the President ofIndia at your bided / negotiated bid amount of Rs.…………………(Rupees……………………….)which is …………..% below / above the estimated cost ofRs.…………………..(Rupees……………..)

1. You are requested to submit the performance guarantee Rs.………(Rupees………………….) within 15 days of issue of this letter. The Performance Guarantee shall

be in any of the prescribed form as provided in Clause – I of the General Condition of Contracts forCPWD Works and shall be valid up to …………….

On receipt of prescribed performance guarantee necessary letter to commence the workshall be issued and site of work shall be handed over to you thereafter.

1. Please note that the time allowed for carrying out the works as entered in the bid, () months will be reckoned after 22 days from the date of issue of this letter.

Yours faithfully,

Executive Engineer

For & on behalf of President of India

HCD-I, CPWD.

55

Sample letter for Commencement of works 

Page 55: 70NitEeHcdI201112NIT01

7/28/2019 70NitEeHcdI201112NIT01

http://slidepdf.com/reader/full/70niteehcdi201112nit01 55/58

By Registered Post

No. Date:

To

(Name and Address of the contractor)

Subject: (Name of work as appearing in the bid for the work).

Ref: 1. Performance guarantee submitted by you vide your letter

No ………. Dated ………… for above work.

2. This office letter of intent/ acceptance of bid No……….dt………

Dear Sir(s)

1. In continuation to the letters referred above, you are requested to attend this office tocomplete formal agreement within 15 days from stipulated date of start.

2. You are requested to contact the Assistant Engineer …………… (Complete address)for taking possession of site and starting the work on or before 22 days from the date of letter ofacceptance of bid.

Yours faithfully,

Executive Engineer

For & on behalf of President of India

HCD-I, CPWD

CPWD

Schedule of QuantitiesName of Work: Construction of 8 lane athletic track with Pavilion (Phase I) and Indoor Stadium for NAARM Rajendranagar Hyderabad

Page 56: 70NitEeHcdI201112NIT01

7/28/2019 70NitEeHcdI201112NIT01

http://slidepdf.com/reader/full/70niteehcdi201112nit01 56/58

Item

No.Description of Items Quantity Unit

Rate

(in figure)

Rate

(in words)Amount

1.1 Supplying and banking of earth fit for filling brought to site from outside in

layers not exceeding 20cm. in depth, breaking clods, watering, rolling each

layer with 1/2 tonne roller, or wooden or steel rammers, and rolling every

3rd and top-most layer with power roller of minimum 8 tonnes and

dressing up, in embankments for roads, flood banks, marginal banks, and

guide banks etc., complete(Quantity shall be arrived by taking initial and final levels. 5% voids shall

be deducted from the above to arrive at the net quantity for making

payment.)7250.00 cum

1.2 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 on plan) including disposal of excavated earth, lead up to

50m and lift up to 1.5m, disposed earth to be levelled and neatly dressed.

1.2.1 All kinds of soil 1600.00 cum

1.3 Earth work in excavation by mechanical means (Hydraulic excavator) /

manual means in foundation trenches or drains (not exceeding 1.5m in

width or 10 sqm on plan) including dressing of sides and ramming of 

bottoms, lift up to 1.5m, including getting out the excavated soil and

disposal of surplus excavated soil as directed, within a lead of 50 m.

1.3.1 All kinds of soil. 565.00 cum

2.1 Providing and laying in position cement concrete of specified grade

excluding the cost of centering and shuttering - All work up to plinth level:

2.1.1 1:2:4 (1 cement : 2 coarse sand : 4 graded stone aggregate 20mm

nominal size) 50.00 cum

Name of Work: Construction of 8 lane athletic track with Pavilion (Phase-I) and Indoor Stadium for NAARM, Rajendranagar, Hyderabad.

SH: Balance works inside the existing athletic track.

NAME OF THE CONTRACTOR:

AE (P) / EE (P) Page: 56

CPWD

2.1.2 1:5:10 (1 cement : 5 coarse sand : 10 graded stone aggregate 40mm

nominal size) 130.00 cum

Page 57: 70NitEeHcdI201112NIT01

7/28/2019 70NitEeHcdI201112NIT01

http://slidepdf.com/reader/full/70niteehcdi201112nit01 57/58

2.2 Centering and shuttering including strutting, propping etc. and removal of 

form work for:

2.2.1 Retaining walls, return walls, walls (any thickness) including attachedpilasters, buttresses, plinth and string courses fillets etc. 280.00 sqm

3.1 Providing and fixing precast reinforced cement concrete perforated drain

covers with 1:2:4 (1 cement : 2 coarse sand : 4 graded stone aggregate

12.5mm nominal size).including setting in cement mortar 1:3 (1 cement : 3

coarse sand) including cost of required centring, shuttering and finishing

with neat cement punning on exposed surfaces but excluding the cost of 

reinforcement. 20.00 cum

3.2 Reinforcement for R.C.C. work including straightening, cutting, bending,

placing in position and binding all complete. Up to plinth level

3.2.1 Hard drawn steel wire fabric 2480.00 kilogram

4.1 Honey-comb brick work 10/11.4cm thick with fly ash cement bricks

conforming to IS:12894-2002 of class designation 75 in cement mortar 1:4

(1 cement : 4 coarse sand). 80.00 sqm

4.2 Brick work with fly ash cement bricks conforming to IS :12894-2002,

class designation 75 average compressive strength in super structureabove plinth level up to floor V level in :

4.2.1 Cement mortar 1:6 (1 cement : 6 coarse sand) 120.00 cum

5.1 Random rubble masonry with hard stone in foundation and plinth including

levelling up with cement concrete 1:6:12 (1 cement : 6 coarse sand : 12

graded stone aggregate 20mm nominal size) at plinth level with:

5.1.1 Cement mortar 1:6 (1 cement : 6 coarse sand) 320.00 cum6.1 12mm cement plaster finished with a floating coat of neat cement of mix:

6.1.1 1:4 (1 cement : 4 fine sand) 850.00 sqm

6.2 Pointing on stone work with cement mortar 1:3 (1 cement : 3 fine sand) :

AE (P) / EE (P) Page: 57

CPWD

6.2.1 Raised and cut pointing 450.00 sqm

Total

Page 58: 70NitEeHcdI201112NIT01

7/28/2019 70NitEeHcdI201112NIT01

http://slidepdf.com/reader/full/70niteehcdi201112nit01 58/58

Signature of Contractor 

Address

Executive Engineer 

HCD-I, CPWD, Hyderabad

Total

AE (P) / EE (P) Page: 58