Top Banner

of 116

Tender Document 56 Civil

Jul 07, 2018

Download

Documents

Welcome message from author
This document is posted to help you gain knowledge. Please leave a comment to let me know what you think about it! Share it to your friends and learn new things together.
Transcript
  • 8/18/2019 Tender Document 56 Civil

    1/116

    GOVERNMENT OF INDIA

    CENTRAL PUBLIC WORKS DEPARTMENT

    Name of Work: Up gradation of 44 Nos Staff Quarters (Type – I 10 Nos, Type –II11 Nos, Type-III 22Nos and 1 No of Type –IV Quarters) including providing internal

    Electrical Installations for Customs Department at Tuticorin.

    N T

    O/O SUPERINTENDING ENGINEER, MADURAI CENTRAL CIRCLE,CPWD,NIRMAN BHAWAN, MADURAI-625017

  • 8/18/2019 Tender Document 56 Civil

    2/116

    COMPOSITE N. I. T.

    N.I.T. No. : 56/SE/MCD-I/ 2015-16

    Name of work: Up gradation of 44 Nos Staff Quarters (Type -I 10 Nos,Type -II 11 Nos, Type-III 22 Nos and 1 No of Type –IVQuarters) including providing internal Electrical Installationsfor Customs Department at Tuticorin.

    Composite Estimated Cost For Civil Components: Rs.94,46,726/-For Elect. Components:

    Package-C1 Rs.11,17,187/-

    Total: Rs.1,05,63,913/-

    Earnest Money Rs.2,11,278/-

    Performance Guarantee 5% of tendered value.

    Security Deposit 2.5% of tendered value Plus 2.5% of Performance Guarantee forcontracts involving maintenance of the building and services / otherworks.

    Time Allowed 09 (Nine) Months

    Certified that this composite NIT contains to sheets only.

    This NIT for Composite work amounting to Rs.1,05,63,913/- (Rupees One Crore Five Lakhs

    Sixty Three Thousand Nine Hundred and Thirteen only) is approved .

    Assistant Engineer (P) Executive Engineer,MDUCC/CPWD/Madurai MCD-I/CPWD/Madurai

  • 8/18/2019 Tender Document 56 Civil

    3/116

    NOTICE INVITING TENDER

    NIT No.-56/SE/MCD-I/2015-16

    Name of Work: Up gradation of 44 Nos Staff Quarters (Type – I 10 Nos, Type –II11 Nos, Type-III 22Nos and 1 No of Type –IV Quarters) including providing internalElectrical Installations for Customs Department at Tuticorin.

    INDEX

    Sl. No Description Page No1 Part-A2 Notice Inviting e-Tender (Press Notice)3 Information & Instructions to Tenderers for e-Tendering4 Information to Contractors5 List of Documents to be filled in by the tenderers6 CPWD -6 for e-Tendering7 Guidelines regarding signing of integrity pact by the Tenderer8 Integrity pact9 Integrity agreement

    10 Form of EMD ( Bank Guarantee bond)11 Form CPWD 8 (Item Rate Tender )12 Form of Schedules (A-F) for Major component ( Civil portion)13 Table-I Equipments for testing materials and concrete at site lab14 Table-II Plants & Equipments required15 Table-III Recovery rates for quantities beyond permissible variation16 Brief particulars of the work ( Civil)17 Part-B18 Section-1 Special conditions19 Section-2 Special conditions for Green building

    20 Section-3 Form of performance security (Guarantee) Bank Guarantee Bond21 Section-4 Particular specification and special conditions for cement and

    steel brought by the contractor22 Section-5 Additional conditions and particular specifications for RCC work

    ( DMC)23 Section -6 Stainless steel hand rail24 Section-7 Particular specifications and additional condition s for

    water proofing work25 Section -8 Additional specifications26 Forms for Guarantee Bond for removal of defects in water proofing works

    27 List of approved make of materials ( Civil works )28 Schedule of Quantities ( Major components)- Civil portion

  • 8/18/2019 Tender Document 56 Civil

    4/116

    Certified that this NIT contains sheets to (Sheets ) only.

    Assistant Engineer (P), Executive EngineerMCD-I / CPWD / MADURAI MCD-I/CPWD/MADURAI

    29 Part-C

    30 Schedule for Electrical Works CPWD Form No. 8

    31 Section – O Special Instructions

    32 Section – I General Information

    33 Section – II – Commercial Information

    34 Section – III Additional Conditions

    35 Annexure-A List of Approved Makes For Materials

    36 Consent Letter From Associated Electrical Contractor

    37 Schedule of Quantities Part- B Electrical Portion

    38 General Abstract - (Composite) Civil and Electrical Works

  • 8/18/2019 Tender Document 56 Civil

    5/116

    PART A

    C.P.W.D.

  • 8/18/2019 Tender Document 56 Civil

    6/116

    PRESS NOTICENOTICE INVITING e –Tender

    The Executive Engineer, Madurai Central Division-I, CPWD, Madurai -625002 on behalf of thePresident of India invites online item rate composite tenders from eligible registeredcontractors of CPWD (Composite) Category and above for the following work:

    NIT No-_ 56/SE/MCD-I 2015-16

    Name of Work: Up gradation of 44 Nos Staff Quarters (Type – I 10 Nos, Type –II11 Nos, Type-III 22Nos and 1 No of Type –IV Quarters) including providing internalElectrical Installations for Customs Department at Tuticorin.

    Estimated cost Rs.1,05,63,913/- (CIVIL Rs.94,46,726/-+ E&M Package C-1 Rs.11,17,187/-/-)

    Earnest Money Rs.2,11,280/-

    Period of Completion: 09 (Nine) Months,

    Last Time & date of submission of Tenders Up to 09:30 Hrs on 28-11-2015

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

    www.tenderwizard.com/CPWD or www.cpwd.gov.in. The press notice is also available on

    www.eprocure.gov.in

    Executive Engineer,

    Madurai Central Division-I,CPWD, Madurai

    http://www.tenderwizard.com/CPWDhttp://www.eprocure.gov.in/http://www.eprocure.gov.in/http://www.eprocure.gov.in/http://www.tenderwizard.com/CPWD

  • 8/18/2019 Tender Document 56 Civil

    7/116

    INFORMATION & INSTRUCTIONS TO TENDERDERS FOR e-TENDERING

    The Executive Engineer, Madurai Central Division-I, CPWD, Madurai-625002 on behalf of the President of India invites online itemrate composite tenders from eligible registered contractors of CPWD (Composite) Category and above for the followingwork:

    S l . N o

    .

    N I T N o

    .

    Name of Work & location Estimated cost put to tender Earnest

    Money

    P e r i o

    d o

    f

    C o m p

    l e t i o n

    Last date &

    time of online

    submission ofTenders

    Period duringwhich EMD,

    other documentshall be

    physicallysubmitted

    Time and dateof opening of

    Tenders

    1.

    N o . 5 6 / S E / M C D -

    I / 2 0 1 5 -

    1 6

    Up gradation of 44 Nos Staff Quarters(Type – I 10 Nos, Type –II 11 Nos,Type-III 22Nos and 1 No of Type –IVQuarters) including providing internalElectrical Installations for CustomsDepartment at Tuticorin.

    .

    Civil Works:Rs.94,46,726/-

    E&M Works:Package-C1

    Rs.11,17,187/- -----------------------------------------Total:

    Rs.1,05,63,913/-=======================

    ,

    R s

    . 2 , 1

    1 , 2

    8 0 / -

    0 9 ( N i n e

    ) M o n

    t h s

    U p

    t o

    0 9 : 3

    0 h o u r s o n

    2 8 / 1 1 / 2 0 1 5

    7 D a y s a

    f t e r t

    h e o p e n

    i n g o

    f t h e

    T e n

    d e r

    d o c u m e n

    t

    1 0 . 3

    0 H o u r s o n

    2 8 / 1 1 / 2 0 1 5

  • 8/18/2019 Tender Document 56 Civil

    8/116

    INFORMATION TO CONTRACTOR

    NAME OF WORK: Up gradation of 44 Nos Staff Quarters (Type – I 10 Nos, Type –II11 Nos, Type-III 22Nos and 1 No of Type –IV Quarters) including providing internalElectrical Installations for Customs Department at Tuticorin.

    A. The contractor submitting the tender should read the schedule of quantities, additional conditions,additional specifications, particular specifications and other terms and conditions given in the NITand drawings. The tenderer should also read the General Conditions of Contract for CPWDWorks 2014 with up to date correction slips , which is available as Government of IndiaPublications; however, provisions included in the tender document shall prevail over theprovisions contained in the standard form. The set of drawings and NIT shall be available with theExecutive Engineer, Madurai Central Division-I, CPWD, Madurai. The contractor should also

    visit the site of work and acquainted himself with the site conditions before tendering. Thefollowing conditions, which already form part of the tender conditions, are specially brought to hisnotice for compliance while filling the tender. They are requested to comply following instructions.

    B. Tenders with any condition including that of conditional rebates shall be rejected. Rates of suchtenders shall not be entered in the tender opening register at the time of opening of tender.

    C. Sales Tax, Excise Duty, Work Contract Tax, VAT 2%, Labour Cess 1% etc., as applicable shallbe borne by the contractor himself. The contractor shall quote his rates considering all such taxesand except service tax. The levy of service tax on Central Government Departments in thepresent case does not arise and hence the agency has to make necessary attempt to get

    exemption from levy of Service Tax. In spite of the above provision, if the contractor pays theservice tax at the insistence and demand of the concerned departments, the same shall bereimbursable to contractor by the Engineer-in-charge after satisfying that it has been actually andgenuinely paid by the contractor.

    D. It will be obligatory on the part of the tenderer to tender for and sign the tender documents for allthe component parts. The department reserves right to accept tender in full or in part.

    E. Specialized installations such as Lifts, UPS and VRFAC system are to be maintained through AMC for a period of five years (minimum) by the OEM or their authorized representative after thecompletion of warranty period. Undertaking for the same shall be obtained from the OEM /

    authorised representative and submitted along with the tender. Rate for AMC for a period of 5years also shall be quoted as per separate schedule enclosed for the same. Commitment for therate shall be obtained from OEM / authorised representative and submitted along with the tender.Separate agreement will be drawn with OEM / authorised representative by the CPWD / anyagency authorised by CPWD for maintenance after completion of the warranty period.

    F. The ESI and EPF contribution on the part of employer in respect of this contract shall be paid bythe contractor. These contribution on the part of the employer paid by the contractor shall bereimbursed by the Engineer-in –charge to the contractor on actual basis.

  • 8/18/2019 Tender Document 56 Civil

    9/116

    G. Eligibility Criteria

    (a) To become eligible for participating in the Tender process the Tenderders shall satisfy thefollowing Eligibility Criteria.

    Approved and eligible Contractor borne on the list of the CPWD (Composite Category)

    (b) The eligible contractors are allowed to participate in this tender with an undertaking that theywill either obtain valid electrical license at the time of execution of electrical work or associatecontractors of eligible class having valid electrical license of eligible requirements for E & Mpackage and has to submit the details of such agency(s) with the Executive Engineer of minorcomponent within the prescribed time. Name of the agency(s) to be associated shall beapproved by the Engineer-in-Charge of minor component.

    (c) They shall be issued tender on production of valid electrical license from competent authorityin the name of the contractor. However, the civil contractors shall be allowed to participate incomposite tender with an undertaking that they will either obtain valid electrical license at thetime of execution of electrical work or associate contractors having valid electrical license ofeligible class.

  • 8/18/2019 Tender Document 56 Civil

    10/116

  • 8/18/2019 Tender Document 56 Civil

    11/116

    K. e-Tender Processing Fee Rs. 5,725/-shall be payable to M/s ITI Limited through their e-gateway by credit / debit card, internet banking or RGTS / NEFT facility. However, thecontractors who have annual registration with M/s. ITI limited may be exempted frompaying tender processing fee. Necessary details/documents as per proforma shall be scannedand uploaded to the e-tendering website within the period of tender submission and certified copyof each shall be deposited in an envelope marked as “Eligibility Documents”. The certified copies

    of all the scanned and uploaded documents as specified for e-tendering shall have to besubmitted by all the Tenderers within a week after opening of Tender in the office of tenderopening authority.

    .L. The department reserves the right to reject any prospective application without assigning any

    reason thereof and to restrict the list of qualified tenderers to any number deemed suitable by it, iftoo many tenders are received satisfying the minimum laid down criteria.

    M. Contractor shall not divert any advance payments or part thereof for any other purpose other thanneeded for completion of the contracted work. All advance payments received as per terms of thecontract (i.e. mobilization, secured advance against materials brought at site, secured advanceagainst plant & machinery and / or for work done during interim stages, etc.) are required to be re-invested in the contracted work to ensure advance availability of resources in terms of materials,labour, plant & machinery needed for required pace of progress for timely completion of work.

    N. The intending Tenderder must read the terms and conditions of CPWD-6 carefully. He shouldonly submit his Tender if he considers himself eligible and he is in possession of all thedocuments required.

    O. Information and instructions for Tenderers posted on website shall form part of Tenderdocument.

    P. New drop down menus for mode of payment towards cost of Tender documents, tenderprocessing fee and EMD have introduced. The intending Tenderer has to fill all the details ofDemand draft/Pay Order/ Bankers Cheque (Bankers name, amount, number and date) againstcost of Tender document, tender processing fee and EMD.

    Q. If any information furnished by the applicant is found incorrect at a later stage, he shall be liable tobe debarred from tendering/taking up of works in CPWD. The department reserves the right toverify the particulars furnished by the applicant independently.

    Executive Engineer,Madurai Central Division-I,

    CPWD, Madurai -.

  • 8/18/2019 Tender Document 56 Civil

    12/116

    List of Documents to be filled in by the tenderers in various forms to be scannedand uploaded in JPG format or PDF format within the period of Tender submission:

    1. Treasury challan /Demand draft/Pay orderor Banker‟s Cheque/ Deposit at Call Receipt/ /FixedDeposit Receipt of a Scheduled Bank/ Bank Guarantee of any Scheduled Bank against EMD

    2. Willingness certificate from concerned competent electrical contractor

    3. Undertaking with regard to physical submission of EMD as stated at Para „K‟ of instruction tocontractor.

    4. VAT/Sales Tax Registration Certificate

    5. Service Tax Registration Certificate

    6. CPWD Registration Certificate of the Main Contractor.

  • 8/18/2019 Tender Document 56 Civil

    13/116

    CPWD –6 FOR e -TENDERING

    GOVERNMENT OF INDIA CENTRAL PUBLIC WORKS DEPARTMENT

    LR; ESO T ;RS

    The Executive Engineer, Madurai Central Division-I, CPWD, Madurai -625002 on behalf of thePresident of India invites online item rate composite tenders from eligible registeredcontractors of CPWD (Composite) Category and above for the work of :- Up gradation of 44 Nos Staff Quarters (Type – I 10 Nos, Type –II 11 Nos, Type-III 22 Nosand 1 No of Type –IV Quarters) including providing internal Electrical Installations forCustoms Department at Tuticorin.

    The work is estimated to cost Rs.1,05,63,913/-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 willconsolidate NITs for calling the Tenders. He will also nominate Division which will deal with all mattersrelating to the invitation of Tenders.

    For composite tender, besides indicating the combined estimated cost put to Tender, should clearlyindicate the estimated cost of each component separately. The eligibility of Tenderders will correspond tothe combined estimated cost of different components put to Tender.

    2. Agreement shall be drawn with the successful Tenderder on prescribed Form No. CPWD 8 which isavailable as a Govt. of India Publication and also available on website www.cpwd.gov.in. Tenderder shallquote his rates as per various terms and conditions of the said form which will form part of the agreementincluding the Tender documents.

    3. The time allowed for carrying out the work will be 09 (Nine) Months from the date of start as defined inschedule „F‟ or from the first date of handing over of the site, whichever is later, in accordance with thephasing, if any, indicated in the tender documents.

    4. (i) The site for the work is available. The work is to be executed over the existing functional office building.

    (ii) The architectural and structural drawings shall be made available in phased manner, as perrequirement of the same as per approved programme of completion to be submitted by the contractor afteraward of work.

    5. The Tender document consisting of plans, specifications, the schedule of quantities of various types ofitems to be executed and the set of terms and conditions of the contract to be complied with and othernecessary documents except Standard General Conditions of Contract Form can be seen from website

    www.tenderwizard.com/CPWDor www.cpwd.gov.in free of cost. 6. After submission of the Tender the contractor can re-submit revised Tender any number of times but before

    last time and date of submission of Tender as notified.

    7. While submitting the revised Tender, contractor can revise the rate of one or more item(s) any number oftimes (he need not re-enter rate of all the items) but before last time and date of submission of Tender asnotified.

    8. Earnest MoneyRs.2,11,280/-can be paid in the form of Treasury Challan or Demand Draft or Pay orderor Banker`s Cheque or Deposit at Call Receipt or Fixed Deposit Receipt (drawn in favour of ExecutiveEngineer, Madurai Central Division-I, CPWD, Madurai-, payable at Madurai)shall be scanned anduploaded to the e-tendering website within the period of Tender submission specified hereinafter.

    http://www.cpwd.gov.in/http://www.cpwd.gov.in/http://www.cpwd.gov.in/http://www.cpwd.gov.in/

  • 8/18/2019 Tender Document 56 Civil

    14/116

    9. Earnest money shall have to be deposited in shape of Bank Guarantee of any scheduled bankhaving validity for six months or more from the last date of receipt of Tenders which is to be scanned and uploaded by the intending Tenderers.

    The following undertaking in this regard shall also be uploaded by the intending Tenderers:-The Physical EMD shall be deposited by me/us with the EE calling the Tender in case I/we become thelowest Tenderer within a week of the opening of Tender otherwise department may reject the Tender andalso take action to withdraw my/our enlistment or debar me/us from tendering in CPWD.”Interested contractor who wish to participate in the Tender has also to make following payments within theperiod of Tender submission:

    e-tender processing fee – Rs 5,725/- shall be payable to M/s ITI Limited through their e-gateway bycredit /debit card, internet banking or RGTS/NEFT facility . However, the contractors who haveannual registration with M/s. ITI limited may be exempted from paying tender processingfee

    Eligibility documents as specified in CPWD-6 and information and instruction for Tenderers forming part ofthis Tender document, shall be scanned and uploaded to the e-Tendering website within the period ofTender submission.Also, certified copies of all the scanned and uploaded eligibility documents asspecified in on this Tender document shall have to be submitted by the Tenderers physically in theoffice of tender opening authority within the period as specified in the time table given in the sheetof Tender document containing information and instructions for Tenderers for e-tendering . Thephysical EMD of the scanned copy of EMD uploaded shall be deposited by the lowest Tenderer within aweek after opening of tender failing which the Tender shall be rejected and enlistment of the agency shallbe withdrawn by the enlisting authority/ the agency shall be debarred from tendering in CPWD.

    Online Tender documents submitted by intending Tenderers shall be opened only of those Tenderers,whohas deposited e-Tender Processing Fee with M/s ITI Limited and Earnest Money Deposit and otherdocuments scanned and uploaded are found in order.

    9a. The Tender submitted shall become invalid and cost of Tender & e-Tender processing fee shall not berefunded if:

    (i) The Tenderer is found ineligible.

    (ii) The Tenderer does not upload all the documents (including VAT registration/ Sales Taxregistration as stipulated in the Tender documentincluding the undertaking about deposition of physical EMD of the scanned copy of EMD uploaded.

    (iii) If any discrepancy is noticed between the documents as uploaded at the time of submission ofTender and hard copies as submittedphysically by the lowest Tenderer in the office of Tenderopening authority.

    (iv) The lowest Tenderer does not deposit physical EMD within a week of opening of Tender.(v) If a tenderer quotes nil rates against each item in item rate tender or does not quote any

    percentage above / below on the total amount of the tender or any section / sub head inpercentage rate tender, the tender shall be treated as invalid and will not be considered asthe lowest tenderer.

  • 8/18/2019 Tender Document 56 Civil

    15/116

    10. The contractor whose Tender is accepted will be required to furnishperformance guarantee of 5% (Five Percent) of the Tender amount within the period specified in Schedule F. This guarantee shall be in theform of cash (in case guarantee amount is less than Rs.10000/-) or Deposit at Call receipt of any scheduledbank/Banker's cheque of any scheduled bank/Demand Draft of any scheduled bank/ Pay order of anyScheduled Bank of any scheduled bank (in case guarantee amount is less than Rs. 1,00,000/-) orGovernment Securities or Fixed Deposit Receipts or Guarantee Bonds of any Scheduled Bank or the StateBank of India in accordance with the prescribed form. In case the contractor fails to deposit the saidperformance 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 thecontractor. The earnest money deposited along with Tender shall be returned after receiving theaforesaid performance guarantee. The contractor whose bid is accepted will also be required tofurnish either copy of applicable licenses/registrations or proof of applying for obtaining labourlicenses, registration with EPFO,ESIC and BOCW Welfare Board and Programme Chart (Time andProgress) within the period specified in Schedule‟F‟.

    11. THE DESCRIPTION OF THE WORK IS AS FOLLOWS:

    Up gradation of 44 Nos Staff Quarters (Type – I 10 Nos, Type –II 11 Nos,Type-III 22Nos and 1 No of Type –IV Quarters) including providing internalElectrical Installations for Customs Department at Tuticorin .

    Intending Tenderers are advised to inspect and examine the site and its surroundings and satisfythemselves before submitting their tenders as to the nature of the ground and sub-soil (so far as ispracticable), the form and nature of the site, the means of access to the site, the accommodation they mayrequire and in general shall themselves obtain all necessary information as to risks, contingencies andother circumstances which may influence or affect their tender. A tenderer shall be deemed to have fullknowledge of the site whether he inspects it or not and no extra charge consequent upon anymisunderstanding or otherwise shall be allowed. The tenderer shall be responsible for arranging andmaintaining at his own cost all materials, tools & plants, water, electricity access, facilities for workers and

    all other services required for executing the work unless otherwise specifically provided for in the contractdocuments. Submission of a tender by a tenderer implies that he has read this notice and all other contractdocuments and has made himself aware of the scope and specifications of the work to be done and ofconditions and rates at which stores, tools and plant, etc. will be issued to him by the Government andlocal conditions and other factors having a bearing on the execution of the work.

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

    13 Canvassing whether directly or indirectly, in connection with tenderers is strictly prohibited and the tenderssubmitted by the contractors who resort to canvassing will be liable to rejection.

    14 The competent authority on behalf of President of India reserves to himself the right of accepting the wholeor any part of the Tender and the Tenderders shall be bound to perform the same at the rate quoted.

    15 The contractor shall not be permitted to tender for works in the CPWD Circle (Division in case ofcontractors of Horticulture/Nursery category) responsible for award and execution of contracts, in which hisnear relative is posted a Divisional Accountant or as an officer in any capacity between the grades ofSuperintending Engineer and Junior Engineer (both inclusive). He shall also intimate the names of personswho are working with him in any capacity or are subsequently employed by him and who are near relativesto 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 listof contractors of this Department.

  • 8/18/2019 Tender Document 56 Civil

    16/116

    16 No Engineer of Gazetted rank or other Gazetted Officer employed in Engineering or Administrative duties inan Engineering Department of the Government of India is allowed to work as a contractor for a period ofone year after his retirement from Government service, without the previous permission of the Governmentof India in writing. This contract is liable to be cancelled if either the contractor or any of his employees isfound any time to be such a person who had not obtained the permission of the Government of India asaforesaid before submission of the tender or engagement in the contractor‟s service.

    17 The Tender for the works shall remain open for acceptance for a period of Forty Five (45) days fromthe date of opening of Tender. If any Tenderers withdraws his Tender before the said period or issue of letter of acceptance, whichever is earlier, or makes any modifications in the terms and conditions of theTender which are not acceptable to the department, then the Government shall, without prejudice to anyother right or remedy, be at liberty to forfeit 50% of the said earnest money as aforesaid. Further theTenderders shall not be allowed to participate in the retendering process of the work.

    18 This notice inviting Tender shall form a part of the contract document. The successful Tenderer/contractor,on acceptance of his Tender by the Accepting Authority shall within 15 days from the stipulated date of startof the work, sign contract consisting of: -

    a. The Notice Inviting Tender, all the documents including Special Conditions, General Specifications/Particular Specifications and drawings, if any, forming part of the Tender as uploaded at the time ofinvitation of Tender and the rates quoted online at the time of submission of Tender and acceptancethereof together with any correspondence leading thereto.

    b. Standard C.P.W.D. Form 8

    19 For Composite Tenders

    19.1.1 The EE-in-charge of the Division of the major component will call Tenders for the composite work. TheEarnest Money will be fixed with respect to the combined estimated cost put to tender for the compositetender.

    19.1.2 The Tender document will include following four components:Part A:- CPWD-6, CPWD Form- 8 including Schedule A to F for the major component of the work,Standard General Conditions of Contract for CPWD 2014 as amended/ modified up to date.

    Part B:- General / specific conditions, specifications, Safety practices Schedule of quantities forcivil work.etc applicable to major component(s) of the work.

    Part C:- Schedule A to F for minor component of the work. (SuperintendingEngineer/Executive Engineer in charge of major component shall also be competent authorityunder clause 2 and clause 5 as mentioned in schedule A to F for major components)General/specific conditions and specifications applicable to minor component(s) of the work.Schedule of quantities applicable to Electrical works.

    19.1.3 The eligible Tenderers shall quote rates for all items of major component as well as for all items of minorcomponents of the Tender.

    19.1.4 After acceptance of the Tender by competent authority, the EE in charge of major component of the workshall issue letter of award on behalf of the President of India. After the work is awarded, the maincontractor will have to enter into one agreement with EE in charge of major component and has also tosign two or more copies of agreement depending upon number of EE‟s in charge of minor components.One such signed set of agreement shall be handed over to EE in - charge of minor component.EE ofmajor component (ie, Civil works) will operate Part- A and Part- B (Civil) of the agreement. EE in -charge of minor component(s) (ie, Electrical works) shall operate Part- C (Electrical) along withPart- B of the agreement.

  • 8/18/2019 Tender Document 56 Civil

    17/116

    19.1.5 Entire work under the scope of composite tender including major and all minor components shall beexecuted under one agreement.

    19.1.6 Security Deposit will be worked out separately for each component corresponding to the tendered amountof the respective component of works.

    19.1.7 The main contractor has to enter into agreement with contractor(s) associated by him for execution ofminor component(s). Copy of such agreement shall be submitted to EE-in-charge of each minorcomponent as well as to EE in charge of major component. In case of change of associate contractor, themain contractor has to enter into agreement with the new contractor associated by him.

    19.1.8 Running payment for the major component shall be made by EE of major discipline to the main contractor.Running payment for minor components shall be made by the Engineer-in-charge of the discipline of minorcomponent directly to the main contractor.

    19.1.9 The composite work shall be treated as complete when all the components of the work are complete. The completion certificate of the composite work shall be recorded by Engineer-in-charge of major component after record of completion certificate of all other components .

    19.1.10 Final bill of whole work shall be finalized and paid by the EE of major component. Engineer(s) in charge ofminor component(s) will prepare and pass the final bill for their component of work and pass on the sameto the EE of major component for including in the final bill for composite contract.

    19.1.11 It will be obligatory on the part of the tenderer to sign the tender documents for all components before thefirst payment is released.

    Executive Engineer,Madurai Central Division-I,

    CPWD, Madurai (For and on behalf of President of India)

  • 8/18/2019 Tender Document 56 Civil

    18/116

    GUIDELINES REGARDING SIGNING OF INTEGRITY PACT BY THE TENDERDER AT THE TIME OFSUBMISSION OF TENDER (Vide No. DG/CON/255A dated 10.08.2011)

    Sub: Clarification regarding Introduction of Integrity Pact introduced vide OM No. CON 255 dated23.05.2011

    A new provision of Integrity Pact (IP) was introduced in GCC-2014 vide OM No. CON/255 dated23.05.2011. In the OM it is mentioned that at the time of submission of Tender, it shall be mandatory tosign the pact by the Tenderder failing which the Tenderder will stand disqualified from the tenderingprocess and such Tender would be summarily rejected.

    Some fields Units have raised their doubts regarding submission of duly signed Integrity Pact by theTenderer at the time of submission of Tender. In this regard it is clarified that:-

    1. Submission of duly signed Integrity Pact by the Tenderer is applicable in case of manualtendering where e-tendering is not followed.

    2. In case of manual tendering Executive Engineer should sign the first page addressed to theintending Tenderer at the time of issue of tender form and before submission of the Tender, eachTenderder shall sign IP at respective places and submit the Tender. If duly signed IP is not submitted bythe Tenderer, such Tender shall not be considered.

    3. In case of e-tendering, Integrity Pact shall be treated in the same manner as other components ofthe Tender document. In e-tendering, the intending Tenderer does not sign any document physically and

    entire Tender document is submitted through digital signature. Since IP is a part of Tender document noseparate physical submission is required with other documents to be submitted in the office of tenderopening authority. In addition to other component of Tender document, the Integrity Pact shall also besigned between Executive Engineer and successful Tenderder after acceptance of Tender.

  • 8/18/2019 Tender Document 56 Civil

    19/116

    INTEGRITY PACT

    To,

    ……………………….., ……………………….., ………………………..

    Sub: NIT No.: _________________________________________________________*for the work :Up gradation of 44 Nos Staff Quarters (Type – I 10 Nos, Type –II 11 Nos,Type-III 22Nos and 1 No of Type –IV Quarters) including providing internal ElectricalInstallations for Customs Department at Tuticorin.

    Dear Sir,It is here by declared that CPWD is committed to follow the principle of transparency, equity andcompetitiveness in public procurement. The subject Notice Inviting Tender (NIT) is an invitation to offermade on the condition that the Tenderder will sign the integrity Agreement, which is an integral part oftender/Tender documents, failing which the tenderer/Tenderder will stand disqualified from thetendering process and the Tender of the Tenderder would be summarily rejected.

    This declaration shall form part and parcel of the Integrity Agreement and signing of the same shall bedeemed as acceptance and signing of the Integrity Agreement on behalf of the CPWD.

    Yours faithfully

    Executive Engineer

  • 8/18/2019 Tender Document 56 Civil

    20/116

    INTEGRITY PACTTo,The Executive Engineer,Madurai Central Division-I,Central PWD.Madurai.

    Subject: Submission of Tender for the workUp gradation of 44 Nos Staff Quarters (Type – I 10Nos, Type –II 11 Nos, Type-III 22 Nos and 1 No of Type –IV Quarters) includingproviding internal Electrical Installations for Customs Department at Tuticorin.

    Dear Sir,

    I/We acknowledge that CPWD is committed to follow the principles thereof as enumerated in the Integrity Agreement enclosed with the tender/Tender document.

    I/We agree that the Notice Inviting Tender (NIT) is an invitation to offer made on the condition that I/Wewill sign the enclosed integrity Agreement, which is an integral part of tender documents, failing whichI/We will stand disqualified from the tendering process. I/We acknowledge that THE MAKING OF THETENDER SHALL BE REGARDED AS AN UNCONDITIONAL AND ABSOLUTE ACCEPTANCE of thiscondition of the NIT.

    I/We confirm acceptance and compliance with the Integrity Agreement in letter and spirit and further agreethat execution of the said Integrity Agreement shall be separate and distinct from the main contract, whichwill come into existence when tender/Tender is finally accepted by CPWD. I/We acknowledge and acceptthe duration of the Integrity Agreement, which shall be in the line with Article 1 of the enclosed Integrity Agreement.

    I/We acknowledge that in the event of my/our failure to sign and accept the Integrity Agreement, whilesubmitting the tender/Tender, CPWD shall have unqualified, absolute and unfettered right to disqualify thetenderer/Tenderder and reject the tender/Tender is accordance with terms and conditions of thetender/Tender.

    Yours faithfully

    (Duly authorized signatory of the Tenderder)

    (To be signed by the Tenderder and same signatory competent / authorized to sign the relevantcontract on behalf of Firm / Company)

  • 8/18/2019 Tender Document 56 Civil

    21/116

    INTEGRITY AGREEMENT

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

    BETWEEN

    President of India represented throughExecutive Engineer, Madurai Central Division-I, CPWD, Madurai (Hereinafter referred as the Principal/Owner‟, which expression shall unless repugnant to the meaning or

    context hereof include its successors and permitted assigns) AND

    .............................................................................................................(Name and Address of theIndividual/firm/Company) through.................................................................... (Hereinafter referred to as the(Details of duly authorized signatory)

    “Tender der/Contractor” and which expression shall unless repugnant to the meaning or context

    here of include its successors and permitted assigns)

    Preamble

    WHEREAS the Principal / Owner has floated the Tender (NIT No__*_____________________________)(hereinafter referred to as “Tender/Tender ”) and intends to award, under laid down organizational procedure,contract forUp gradation of 44 Nos Staff Quarters (Type – I 10 Nos, Type –II 11 Nos, Type-III 22Nos and1 No of Type –IV Quarters) including providing internal Electrical Installations for Customs Departmentat Tuticorin. herein after referred to as the “Contract”. AND WHEREAS the Principal/Owner values fullcompliance with all relevant laws of the land, rules, regulations, economic use of resources and offairness/transparency in its relation with its Tenderder(s) and Contractor(s). AND WHEREAS to meet thepurpose aforesaid both the parties have agreed to enter into this Integrity Agreement (hereinafter referred toas “Integrity Pact” or “Pact”), the terms and conditions of which shall also be read as integral part and parcel ofthe Tender/Tender documents and Contract between the parties.

    NOW, THEREFORE, in consideration of mutual covenants contained in this Pact, the parties hereby agree asfollows and this Pact witnesses as under:

    Article 1: Commitment of the Principal/Owner

    1) The Principal/Owner commits itself to take all measures necessary to prevent corruption and to observethe following principles:

    (a) No employee of the Principal/Owner, personally or through any of his/her family members, will inconnection with the Tender, or the execution of the Contract, demand, take a promise for or accept, forself or third person, any material or immaterial benefit which the person is not legally entitled to.

    (b) The Principal/Owner will, during the Tender process, treat all Tenderder(s) with equity and reason. The

    Principal/Owner will, in particular, before and during the Tender process, provide to all Tenderder(s) thesame information and will not provide to any Tenderder(s) confidential / additional information throughwhich the Tenderder(s) could obtain an advantage in relation to the Tender process or the Contractexecution.

    (c) The Principal/Owner shall endeavor to exclude from the Tender process any person, whose conductin the past has been of biased nature.

    2) If the Principal/Owner obtains information on the conduct of any of its employees which is a criminaloffence under the Indian Penal code (IPC)/Prevention of Corruption Act, 1988 (PC Act) or is inviolation of the principles herein mentioned or if there be a substantive suspicion in this regard, thePrincipal/Owner will inform the Chief Vigilance Officer and in addition can also initiate disciplinaryactions as per its internal laid down policies and procedures.

  • 8/18/2019 Tender Document 56 Civil

    22/116

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

    1) It is required that each Tenderer/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 Tenderer(s)/Contractor(s) commit himself to take all measures necessary to preventcorruption. He commits himself to observe the following principles during his participation in theTender process and during the Contract execution:

    a) The Tenderer(s)/Contractor(s) will not, directly or through any other person or firm, offer, promiseor give to any of the Principal/Owner‟s employees involved in the Tender process or execution ofthe Contract or to any third person any material or other benefit which he/she is not legally entitledto, in order to obtain in exchange any advantage of any kind whatsoever during the Tenderprocess or during the execution of the Contract.

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

    agreement or understanding, whether formal or informal. This applies in particular to prices,specifications, certifications, subsidiary contracts, submission or non-submission of Tenders orany other actions to restrict competitiveness or to cartelize in the Tendering process.

    c) The Tenderer(s)/Contractor(s) will not commit any offence under the relevant IPC/PC Act. Furtherthe Tenderer(s)/Contract(s) will not use improperly, (for the purpose of competition or personalgain), or pass on to others, any information or documents provided by the Principal/Owner as partof the business relationship, regarding plans, technical proposals and business details,including information contained or transmitted Electronically.

    d) The Tenderer(s)/Contractor(s) of foreign origin shall disclose the names and addresses of agents/representatives in India, if any. Similarly Tenderer(s)/Contractor(s) of Indian Nationality shall

    disclose names and addresses of foreign agents/representatives, if any. Either the Indian agenton behalf of the foreign principal or the foreign principal directly could tender in a tender but notboth. Further, in cases where an agent participate in a tender on behalf of one manufacturer, heshall not be allowed to quote on behalf of another manufacturer along with the first manufacturerin a subsequent/parallel tender for the same item.

    e) The Tendeder(s)/Contractor(s) will, when presenting his Tender, disclose any and all paymentshe has made, is committed to or intends to make to agents, brokers or any other intermediaries inconnection with the award of the Contract.

    3) The Tenderer(s)/Contractor(s) will not instigate third persons to commit offences outlined aboveor be an accessory to such offences.

    4) The Tenderer(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 offake/forged documents in order to induce public official to act in reliance thereof, with the purposeof obtaining unjust advantage by or causing damage to justified interest of others and/or toinfluence the procurement process to the detriment of the Government interests.

    5) The Tenderer(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 decisionthrough intimidation, threat or the use of force directly or indirectly, where potential or actual injurymay befall upon a person, his/ her reputation or property to influence their participation in thetendering process).

  • 8/18/2019 Tender Document 56 Civil

    23/116

    Article 3: Consequences of Breach

    Without prejudice to any rights that may be available to the Principal/Owner under law or theContract or its established policies and laid down procedures, the Principal/Owner shall have thefollowing rights in case of breach of this Integrity Pact by the Tenderder(s)/Contractor(s) and theTenderder/ Contractor accepts and undertakes to respect and uphold the Principal/Owner‟sabsolute right:

    1) If the Tenderer(s)/Contractor(s), either before award or during execution of Contract hascommitted a transgression through a violation of Article 2 above or in any other form, such asto put his reliability or credibility in question, the Principal/Owner after giving 14 days notice tothe contractor shall have powers to disqualify the Tenderer(s)/Contractor(s) from the Tenderprocess or terminate/determine the Contract, if already executed or exclude theTenderer/Contractor from future contract award processes. The imposition and duration ofthe exclusion will be determined by the severity of transgression and determined by the

    Principal/Owner. Such exclusion may be forever or for a limited period as decided by thePrincipal/Owner.

    2) Forfeiture of EMD/Performance Guarantee/Security Deposit: If the Principal/Owner hasdisqualified the Tenderer(s) from the Tender process prior to the award of the Contract orterminated/determined the Contract or has accrued the right to terminate/determine theContract according to Article 3(1), the Principal/Owner apart from exercising any legal rightsthat may have accrued to the Principal/Owner, may in its considered opinion forfeit the entireamount of Earnest Money Deposit, Performance Guarantee and Security Deposit of theTenderer/Contractor.

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

    Contractor, or of an employee or a representative or an associate of a Tenderer or Contractorwhich constitutes corruption within the meaning of IPC Act, or if the Principal/ Owner hassubstantive suspicion in this regard, the Principal/Owner will inform the same to law enforcingagencies for further investigation.

    Article 4: Previous Transgression

    1) The Tenderer 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 Government orState Government or any other Central/State Public Sector Enterprises in India that could justifyhis exclusion from the Tender process.

    2) If the Tenderer 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 theTenderer/Contractor as deemed fit by the Principal/ Owner.

    3) If the Tenderer/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.

  • 8/18/2019 Tender Document 56 Civil

    24/116

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

    1) The Tenderer(s)/Contractor(s) undertake(s) to demand from all subcontractors a commitment inconformity with this Integrity Pact. The Tenderer/Contractor shall be responsible for anyviolation(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 Tenderers andContractors.

    3) The Principal/Owner will disqualify Tenderers, who do not submit, the duly signed Pact betweenthe Principal/Owner and the Tenderer, along with the Tender or violate its provisions at anystage 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 12months after the completion of work under the contract or till the continuation of defect liability period,whichever is more and for all other Tenderders, till the Contract has been awarded. If any claim ismade/lodged during the time, the same shall be binding and continue to be valid despite the lapse of thisPacts as specified above, unless it is discharged/ determined by the Competent Authority, CPWD.

    Article 7- Other Provisions

    1) This Pact is subject to Indian Law, place of performance and jurisdiction is theHeadquarters of the Division of the Principal/Owner, who has floated the Tender.

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

    3) If the Contractor is a partnership or a consortium, this Pact must be signed by all the partners orby one or more partner holding power of attorney signed by all partners and consortium members.In case of a Company, the Pact must be signed by a representative duly authorized by boardresolution.

    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.

    It is agreed term and condition that any dispute or difference arising between the parties with regard to

    the terms of this Integrity Agreement / Pact, any action taken by the Owner/Principal in accordance withthis Integrity Agreement/ Pact or interpretation thereof shall not be subject to arbitration.

  • 8/18/2019 Tender Document 56 Civil

    25/116

    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 remediesbelonging to such parties under the Contract and/or law and the same shall be deemed to be cumulativeand not alternative to such legal rights and remedies aforesaid. For the sake of brevity, both theParties agree that this Integrity Pact will have precedence over the Tender/Contact documents withregard any of the provisions covered under this Integrity Pact. IN WITNESS WHEREOF the partieshave signed and executed this Integrity Pact at the place and date first above mentioned in the presenceof following witnesses:

    ............................................................... (For and on behalf of Principal/Owner)

    ................................................................. (For and on behalf of Tenderder/Contractor)WITNESSES:

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

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

    Place:

    Dated :

  • 8/18/2019 Tender Document 56 Civil

    26/116

    Form of Earnest Money Deposit (Bank Guarantee Bond)WHEREAS, contractor.................. (Name of contractor) (herein after called "the contractor") hassubmitted his tender dated ............. (date) for the construction of .............................................. (name ofwork) (herein after called "the Tender")

    KNOW ALL PEOPLE by these presents that we ......................................... (name of bank) having ourregistered office at ................................... (herein after called "the Bank") are bound untoExecutiveEngineer, Madurai Central Division-I, CPWD, Maduraiin the sum of Rs. ......................... (Rs. in words.................................................) for which payment well and truly to be made to the saidExecutiveEngineer, Madurai Central Division-I, CPWD, Madurai the Bank binds itself, his successors andassigns by these presents.

    SEALED with the Common Seal of the said Bank this ................. day of ................. 20.... THECONDITIONS of this obligation are:

    (1) If after tender opening ………….. of tender; the Contractor withdraws, his tender during the periodof 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 theExecutive Engineer, Madurai Central Division-I, CPWD, Madurai-.

    We undertake to pay to theExecutive Engineer, Madurai Central Division-I, CPWD, Madurai either upto the above amount or part thereof upon receipt of his first written demand, without theExecutiveEngineer, Madurai Central Division-I, CPWD, Maduraihaving to substantiates his demand, providedthat in his demand the Executive Engineer, Madurai Central Division-I, CPWD, Maduraiwill note thatthe amount claimed by him is due to him owing to the occurrence of one or any of the above conditions,specifying the occurred condition or conditions.

    This Guarantee will remain in force up to and including the date ______________* after the deadline forsubmission of tender as such deadline is stated in the Instructions to contractor or as it may be extendedby the Executive Engineer, Madurai Central Division-I, CPWD, Madurai, notice of which extension(s)to the Bank is hereby waived. Any demand in respect of this Guarantee should reach the Bank not laterthan the above date.

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

    WITNESS .................. SEAL

    (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.

  • 8/18/2019 Tender Document 56 Civil

    27/116

    GOVERNMENT OF INDIACENTRAL PUBLIC WORKS DEPARTMENT

    STATE : TAMIL NADU CIRCLE : MADURAI CENTRAL CIRCLEZONE : SOUTH ZONE-IV DIVISION-MADURAI CENTRAL DIVISION-IBRANCH : B & R

    CPWD-8 ITEM RATE TENDER & CONTRACT FOR WORKS

    Tender for the work of Up gradation of 44 Nos Staff Quarters (Type – I 10 Nos,Type –II 11 Nos, Type-III 22Nos and 1 No of Type –IV Quarters) including providinginternal Electrical Installations for Customs Department at Tuticorin.

    (i) To be submitted online upto 09:30 Hours on 28/11/2015 to the office of the Executive Engineer,Madurai Central Division-I, CPWD, Madurai.

    (ii) To be opened online in the presence of tenderers who may be present at 10.30 Hours on28/11//2015, in the Office of the Executive Engineer, Madurai Central Division-I, CPWD,Madurai.

    TENDERI/We have read and examined the notice inviting tender, schedule, A, B, C, D, E & F Specificationsapplicable, Drawings & Designs, General Rules and Directions, Conditions of Contract, of 2014 withamendments up to the last date of submission of tenders, clauses of contract, Special conditions,Schedule of Rate & other documents and Rules referred to in the conditions of contract and all othercontents in the tender document for the work.

    I/We hereby tender for the execution of the work specified for the President of India within the timespecified in Schedule „F‟ viz., schedule of quantities and in accordance in all respect with the

    specifications, designs, drawing and instructions in writing referred to in Rule-1 of General Rules andDirections and in Clause 11 of the Conditions of contract of 2014 with amendments up to the last date ofsubmission of tenders and with such materials as are provided for, by, and in respect of accordance with,such conditions so far as applicable.We agree to keep the tender open for Forty Five (45) days from the date of opening of Tender and not tomake any modification in its terms and conditions. A sum ofRs.2,11,280/-will be deposited by me/us with EE calling the tenders in case I/we become thelowest tenderer within a week of Tender in cash/receipt treasury challan / deposit at call receipt of ascheduled bank/fixed deposit receipt of scheduled bank/demand draft of a scheduled bank/bankguarantee issued by a scheduled bank as earnest money. If I/We, fail to furnish the prescribedperformance guarantee within prescribed period, I/We agree that the said President of India or hissuccessors, in office shall without prejudice to any other right or remedy, be at liberty to forfeit the saidearnest money absolutely. Further, if I/We fail to commence work as specified, I/We agree thatPresident of India or the successors in office shall without prejudice to any other right or remedyavailable in law, be at liberty to forfeit the said performance guarantee absolutely, the said performanceguarantee shall be a guarantee to execute all the works referred to in the tender documents upon theterms and conditions contained or referred to those in excess of that limit at the rates to bedetermined in accordance with the provision contained in Clause 12.2 and 12.3 of the tender form.

  • 8/18/2019 Tender Document 56 Civil

    28/116

    Further, I/We agree that in case of forfeiture of Earnest Money or Performance Guarantee as aforesaid,I/We shall be debarred for participation in the re-tendering process of the work.

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

    contractor on back to back basis. Further that, if such a violation comes to the notice of Department, thenI/We shall be debarred for tendering in CPWD in future for ever. Also, if such a violation comes to thenotice of Department before date of start of work, the Engineer-in-Charge shall be free to cancel theagreement and to forfeit the entire amount of Earnest Money Deposit/ Performance Guarantee.(Scannedcopy to be uploaded at time of submission of Tender)

    I/We hereby declare that I/We shall treat the tender documents drawings and other records connectedwith the work as secret/confidential documents and shall not communicate information/derived therefrom to any person other than a person to whom I/We am/are authorized to communicate the same or usethe information in any manner prejudicial to the safety of the State.

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

    Witness: **

    Address: ** Postal Address **

    Occupation: **

  • 8/18/2019 Tender Document 56 Civil

    29/116

    ACCEPTANCEThe above tender (as modified by you as provided in the letters mentioned hereunder) is accepted by mefor an on behalfof the President of India for a sum of Rs..………........................................*……….……..(Rupees………..………………………………………*……………………………………………………………………….....………………...)

    The letters referred to below shall form part of this contract agreement:-(a) *

    (b) *

    (c) *

    For & on behalf of President of India

    Signature …………………*……………………

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

  • 8/18/2019 Tender Document 56 Civil

    30/116

    PROFORMA OF SCHEDULES(FOR CIVIL COMPONENT)

    SCHEDULE „A‟

    Schedule of quantities for Civil Works and Civil Development works as perPart-B from page 104 To 115

    SCHEDULE 'B'

    Schedule of materials to be issued to the contractor.

    S. No. Description of item Quantity Rates in figures & words at Whichthe material will be charged to the

    contractor

    Place of issue

    NIL

    SCHEDULE 'C'

    Tools and plants to be hired to the contractor

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

    NIL

    SCHEDULE „D‟

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

    Special conditions of contract

    Particular Specification.Proforma of Guarantee Certificate.

    SCHEDULE „E‟

    Reference to General Conditions of Contract: General Conditions of Contract 2014 withamendments issued up to date

    Name of Work: Up gradation of 44 Nos Staff Quarters (Type – I 10 Nos, Type –II 11 Nos,Type-III 22Nos and 1 No of Type –IV Quarters) including providing internal ElectricalInstallations for Customs Department at Tuticorin.

    Estimated cost of work

    (i) Civil Components :Rs.94,46,726/-

    (ii) E & M Components (Package C1) :Rs.11,17,187/-

    (iii) Total : Rs.1,05,63,913/-

    Earnest Money : Rs.2,11,280/-(To be returned after receiving performance guarantee)

  • 8/18/2019 Tender Document 56 Civil

    31/116

    (ii) Performance Guarantee : 5% of tendered amount

    (iii) Security Deposit : 2.5% of tendered value Plus 2.5% of Performance Guarantee forcontracts involving maintenance of the building and services / otherworks.

    SCHEDULE 'F' (GENERAL RULES & DIRECTIONS)

    Officer inviting tender: Executive Engineer,Madurai Central Division-I,Central Public Works Department,Madurai.

    Definitions:

    2(v) Engineer-in-Charge Executive Engineer, Madurai Central Division-I,CPWD, Madurai or his successors thereof.

    2(viii) Accepting Authority Superintending Engineer, Madurai Central Circle, CPWD,Madurai -17 or his successors thereof

    2(x) Percentage on cost of materials andLabour cover all to overheads andprofits

    15%

    2(xi) Standard Schedule of Rates DSR 2014 with amendments up to date of submission ofTender.

    2(xii) Department Central Public works Department (CPWD)

    9(ii) Standard CPWD Contract Form GCC2014, CPWD Form 8 as modified &corrected upto

    CPWD Form 8 & GCC 2014 modified & Corrected up-tolast date of submission of Tenders .

    Clause 1(i) Time allowed for submission of Performance Guarantee, Programme

    chart(Time and progress) , and applicable labour licenses,registration with EPFO, ESIC & BOCW Welfare board or proof ofapplying there of from the date of issue of letter of acceptance.

    15 (Fifteen) days

    (ii) Maximum allowable extension with late fee @ 0.1% per day ofPerformance Guarantee amount beyond the period provided in (i)above

    15(Fifteen) days with late fee @0.1% per day of the PG amount.

    Clause 2a) Authority for fixing compensation under clause 2 Superintending Engineer, Madurai Central Circle,

    CPWD, Madurai

    Clause 2A Whether Clause 2A shall be applicable No

    Clause 5Number of days from the date of issue of letterof acceptance for reckoning date of start

    15 (Fifteen) days or date of handing over of sitewhichever is later

  • 8/18/2019 Tender Document 56 Civil

    32/116

    Table of Mile stones for Civil works

    Sl.

    No.

    Description of Mile stoneTime

    allowed in

    days(Fromdate ofstart)

    Amount to be withheld in case of Non-

    achievement of mile stone

    1 Completion of 20% agreement value 54 In the event of not achieving thenecessary progress as assessed from therunning payment, 1% of the tenderedvalue of work will be withheld for failure ofeach milestone

    2 Completion of 40% of agreement value 1083 Completion of 60% of agreement value 1624 Completion of 80% of agreement value 216 5 Completion of 100% of agreement value 270

    NOTE: The full works for the respective buildings shall include all internal Civil & Electro-Mechanicalservices and external services required for immediate occupancy. However the (mile stones for externalelectrical services are given in the part B – Specification and condition of contract for E&M works.)

    With held amount shall be released if and when subsequent milestone is achieved within respective timespecified. The main contractor will ensure that electrical components of the work are executed in timewithout giving any chance for slippage of milestone an account of delay in execution of associatedelectrical works by him. However, in case milestones are not achieved by the contractor for the work, theamount shown against milestone shall be withheld by the Engineer-in-charge of the respectivecomponents.

    NOTE: Intending tenderer may submit phasing of activities/milestones on the basis of their resources andmethodology at the time of tendering corresponding to physical milestones/stages indicated in the abovetable. These shall be formed part of the agreement after approval of the accepting authority, otherwise itwould be assumed that agency agrees with the above mentioned physical milestones.

    Time allowed for execution of work:09 (Nine) Months

    Items as given in part „B‟

  • 8/18/2019 Tender Document 56 Civil

    33/116

    Authority to decide:

    (i) Extension of time :- Superintending Engineer, Madurai Central Circle, CPWD,Madurai-17

    (ii) Rescheduling of mile stones :- Superintending Engineer, Madurai Central Circle,Central PWD, Madurai-17

    (iii) Shifting of date of start in case ofdelay in handing over of site :-

    Superintending Engineer, Madurai Central Circle,Central PWD, Madurai-17

    Clause 5.1

    The Contractor shall submit a programme chart (Time and Progress) for each mile stone along with

    performance guarantee and get it approved by the Department.

    Clause 6, 6A

    Clause applicable 6A

    Clause 7

    Gross work to be done together with net payment /adjustmentof advances for material collected, if any, since the last suchpayment for being eligible to interim payment

    Rs. 12 lakhs for civil works or partthereof as per discretion of Engineer-in-charge.

    Clause: 7A

    Whether clause 7A shall be applicable: Yes.

    No Running account bill shall be paid for the work till the applicable labour licenses, registrationwith EPFO, ESIC, and BOCW Welfare Board, whatever applicable are submitted by the contractorto the Engineer-in-charge.

    Clause 10AList of testing equipment to be provided by the contractor at site lab as per [TABLE-1] of Annexure-Iattached Page ----- to -----

    Clause 10 B (ii)

    Whether Clause 10 B (ii) shall be applicable No

  • 8/18/2019 Tender Document 56 Civil

    34/116

    Clause 10C

    Component of labour expressed as percent of value ofwork

    25 %

    Clause 10CA : Applicable

    Sl.No.

    Material coveredunder this clause

    Nearest Materials (other thancement includes cementcomponent used in RMC

    brought at site from outsideapproved RMC plants, if any ,

    reinforcement bars andstructural steel) for which all

    India Wholesale Price Index tobe followed.

    Base Price and its correspondingperiod of all the materials covered

    under clause 10 CA

    1 Ordinary cement(OPC) Grade43

    --- Rs.7,000/- Per MT

    2 Reinforcement bars TMT-Fe500 D(Primary Producer /manufacturer)

    ---Rs. 43,050 /- Per MT

    3 Structural steel --- Rs. 41,476 /- Per MT

    Clause 10CCClause 10CC to be applicable in contracts withStipulated period of completion exceeding thePeriod shown in next column 12 months

    Hence Clause 10 CC is not applicable forthis work / contract

    Schedule of component of other materials, Labour, POL etc. for price escalation:-Component of civil (Except materials covered under clause 10CA) /Expressed as percent of total value of civil work ---- 75%Component of labour expressed as percent of total value of civil work. ---- 25%Component of P.O.L. expressed as percent of total value of civil work. ---- NilNote : Xm : 40% (should be equal to (100) – (materials covered under Clause 10CA i.e. cement, steel andother material specified in Clause 10CA + Component of Labour + Component of P.O.L).

    Clause 11

    Specifications to be followed forexecution of work

    Civil work : CPWD Specifications 2009 volume- I & IIwith corrections slips up to the last date ofsubmission/uploading of tender

  • 8/18/2019 Tender Document 56 Civil

    35/116

    Clause 12Type of work: - : Upgradation work

    Maximum percentage for quantity of items of work to

    be executed beyond which rates are to bedetermined in accordance with Clauses 12.2, 12.3

    :Please refer below

    12.2.&12.3 Deviation limit beyond whichClauses 12.2 &12.3 shall applyfor works above plinth level.

    50% (Fifty percent)

    12.5 i) Deviation Limit beyond whichclauses 12.2 & 12.3 shall applyfor foundation work (exceptearth work)ii) Deviation Limit for items inearth work subhead of DSR orrelated items

    50% (Fifty percent)

    100% (One Hundred percent)

    Clause 16

    Competent Authority for deciding reduced rates. Superintending Engineer, MCC, CPWD, Maduraiup to 5% of tender amount, beyond which CE(SZ)IV, CPWD, Madurai-17 .

    Clause 18List of mandatory machinery, tools & plants to be deployed by the contractor at site:- As per [TABLE-2] of Annexure-I attached(Page - ----- & -----)

    Clause 25

    Constitution of Dispute Redressal CommitteeClaim amount Upto Rs.25 lakhs More than Rs.25 lakhs

    Chairman Director (Works-cum-TLQA),SR-ICPWD, Chennai

    Chief Engineer, SZ-I, CPWD,Chennai

    Member Executive Engineer, Trichy CentralDivision, CPWD, Trichy.

    Director (Works-cum-TLQA),SR-I,CPWD, Chennai

    Member Executive Engineer (P), o/o CE(SZ)IV,CPWD, Madurai.

    Superintending Engineer, IIMTrichy Project Circle, CPWD,Trichy.

    Presenting officer Executive Engineer, Madurai CentralDivision No. I, CPWD, Madurai.

    Superintending Engineer, MaduraiCentral Circle, CPWD, Madruai

    Note: The above constitution of Dispute Redressal Committee is subject to change, for which necessarynotification shall be issued by the competent authority of the department, if required.

  • 8/18/2019 Tender Document 56 Civil

    36/116

    Clause36 (i) Requirement of Technical Representative(s) and Recovery Rates(for civil works)

    Assistant Engineers retired from Government services, who are holding Diploma will be treated at par withGraduate Engineers. Diploma holder with minimum 10 year relevant experience with a reputedconstruction company can be treated at par with Graduate Engineers for the purpose of such deploymentsubject to the condition that such diploma holders should not exceed 50% of requirement of degreeengineers.

    The contractor shall submit a certificate of employment of the technical representative(s) (in the form ofcopy of Form -16 or CPF deduction issued to the Engineers employed by him) along with every accountbill/final bill and shall produce evidence if at any times so required by the Engineer-in-charge.

    Clause 42

    (i) (a) Schedule/statement for determining theoretical quantity ofcement & bitumen on the basis of Delhi Schedule of Rates

    DSR 2014 with upto datecorrection slips.

    (ii) Variations permissible on theoretical quantities:

    (a) CementFor works with estimated cost put to tender more than Rs. 5lakh.

    2% (Two percent)plus / minus .

    Bitumen for all works 2.5% (Two decimal fivepercent) plus only and Nil on

    minus side.(b) Steel Reinforcement and structural steel sections for each

    diameter, section and category2% (Two percent) plus /

    minus(c) All other materials Nil

    S l . N o

    .

    Minimum

    Qualification ofTechnicalRepresentative

    (of Major +Minor

    Component)

    D i s c i p

    l i n e

    Designation

    ( (PrincipalTechnical / TechnicalRepresentative)

    M i n i m u m

    E x p e r i e n c e

    M a

    j o r + m

    i n o r

    c o m p o n e

    t e n

    tRate at which recovery shall be

    made from the contractor in theevent of not fulfilling provision ofclause 36 (i)

    Figures (inRs.)

    Words

    1. GraduateEngineer

    OrDiplomaEngineer

    CivilProject Managercum planning/quality//site/ BillingEngineer

    2 Yrsor5 Yrsrespectively

    1NoMajorcomponent

    15,000/-per monthper person

    (Rupees FifteenThousand only) perMonth

  • 8/18/2019 Tender Document 56 Civil

    37/116

    (TABLE-1)Equipments for Testing of Materials & Concrete at Site Laboratory

    All necessary equipment for conducting all necessary tests shall be provided at the site in the wellfurnished site laboratory of minimum size 30 feet X 15 feet by the contractor at his own cost The following

    minimum laboratory equipments shall be set up at site office laboratory at the cost of contractor for whichnothing extra is payable.

    Sl. No. Equipment Numbers

    (Minimum)

    1. Graduated glass measuring cylinder As per requirement

    2. Sets of sieves of 450mm internal dia for coarse aggregate [100mm,

    80mm, 40mm; 20mm; 12.5mm,

    1

    3. Sets of sieves of 200mm internal dia for fine aggregate [4.75mm;

    2.36mm; 1.18mm; 600 microns; 300 microns & 150 micron , with lid and

    pan]

    1

    4. Sieve Brushes and sieve shaker capable of 200mm and 300mm dia

    sieves , manually operated with timing switch assembly

    1

    5. Physical balance weight up to 5 kg 1

    6. Measuring jars 100ml, 200ml, 500ml 1No each size

    7. Gauging trowels 100mm & 200mm with wooden

    Handle

    1

    8. Spatula 100mm & 200mm with long blade wooden

    Handle

    1

    9. Vernire calipers 12” & 6”size 1 each

    10. Screw gauge 0.1mm-10mm, least count 0.05 1

    11. Counter scale capacity 1 kg and 10 kg 1 each

    12. Iron Weight of 5 kg, 2 kg, 1 kg, 500 gm, 200 gm, 100 gm 1 each

    13. Brass Weight of 50 gm, 20 gm, 10 gm, 5 gm, 2 gm, 1 gm 1 each

    14. Measuring cylinder TPX or Poly propylene capacity 100 ml, 500 ml, 250

    ml, 100 ml

    1 each

    15. Wash Bottles capacity 500 ml 1

  • 8/18/2019 Tender Document 56 Civil

    38/116

    16. Set of box spanner ratchet 1

    17. Hammer 1lb& 2lb 1each

    18. Hacksaw with 6 blades 1

    19. Measuring steel tape 2 mtr, 3mtr, 5mtr and 30 mtr 2 Nos each

    20. Wheel Barrow 2

    21. Floor Brushes, hair dusters, scrappers, wire brush, paint brushes,

    shutter steel plat oil, kerosene with stove etc.

    3each

  • 8/18/2019 Tender Document 56 Civil

    39/116

    (TABLE-II)PLANT AND EQUIPMENT REQUIRED TO BE OWNED / TAKEN ON LEASE BY THE CONTRACTOR

    Sl. No. Equipment Numbers (Minimum)

    1 Needle Vibrators. 2

    2. Auto level & staff. 13. Water tanker(Minimum capacity of 5000 litres) 1

    4. Welding machine 400 Ampere 1

    5. Screener for coarse sand and fine sand 1

    6. Centrifugal mono block water pump minimumcapacity 2 HP

    1

    7. Drilling machine 1 No.

    8. Shuttering with necessary props 100 sq.mt.

    9. Double steel scaffolding and staging materials 100 sq.mt.

    10. Floor grinding/polishing machines 1 No.

    11. Granite cutting machine 1 No.

    12. Ceramic tile cutting machine 2 No.

    13. Granite polishing machine 1 No.

    14. Granite hand polishing machine 1No.

    15. Computer for billing with colour printer. 1No.

    16. Any other machinery required for completion of thework as per decision of Engineer-in-charge.

    As per Actual requirement

    Note: The above list is only indicative and not exhaustive. The contractor may be required todeploy more T&P as per requirement of work and as per the direction of the Engineer-in-charge.

  • 8/18/2019 Tender Document 56 Civil

    40/116

    (TABLE- III)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

    Excessbeyond

    permissiblevariation

    Less usebeyond permissible variation

    1. Ordinary Portland cement 43 GradeNil

    Rs. 7,700/- Per MT

    2. Steel Reinforcement TMT Bar of alldiameters (Fe 500 D Grade) Nil Rs. 47,355/- Per MT

    3 Structural steel Nil Rs.45,624/- Per MT

    Items of civil works which are to be executed through specialized agency:Water proofing works.Plumbing works. Aluminium doors and windows, aluminium partition.Stainless steel railing.Interior works of false ceiling,

  • 8/18/2019 Tender Document 56 Civil

    41/116

    BRIEF PARTICULARS OF THE WORK (CIVIL COMPONENTS)

    1. Salient details of the work for which Tenders are invited are as under:

    Name of work Up gradation of 44 Nos Staff Quarters (Type – I 10 Nos, Type –II11 Nos, Type-III 22Nos and 1 No of Type –IV Quarters) includingproviding internal Electrical Installations for Customs Department atTuticorin.

    Composite Estimated Cost : For Civil Components = Rs.94,46,726/-

    For E&M Components C1 = Rs.11,17,187/-

    Total = Rs.1,05,63,913/-

    Period of Completion : 09 (Nine) Months.

    The proposed project site situated atCustoms Department staff quarters, Tuticorin.

    Up gradation of 44 Nos Staff Quarters (Type – I 10 Nos, Type –II 11 Nos, Type-III 22Nos and 1 No of Type –IV Quarters) including providing internal ElectricalInstallations for Customs Department at Tuticorin.

    Electrical and Mechanical services:Sub work 2:- Package –C1. Providing internal electrical installation.

    2. Work shall be executed according to CPWD General Conditions of Contract 2014 withcorrection slips up to the last date of submission of tender available separately at publication /CPWD website www.cpwd.gov.in

    3. The location plan, plans & elevations are available withExecutive Engineer, Madurai CentralDivision-I, CPWD, Maduraifor inspection and general architectural drawings are part of tenderdocument uploaded to tendering websitewww.tenderwizard.com/CPWD.

  • 8/18/2019 Tender Document 56 Civil

    42/116

    PART B

  • 8/18/2019 Tender Document 56 Civil

    43/116

    SECTION 11.0 SPECIAL CONDITIONS

    GENERAL

    1.1 The Contractors are advised to inspect and examine the site and its surroundings and satisfythemselves with the nature of site, the means of access to the site, the constraints of space for stackingmaterial / machinery, labour etc. constraints put by local regulations, if any, weather conditions at site,general ground / subsoil conditions etc. or any other circumstances which may affect or influence theirtenders. The site is available for work.. The contractor shall carry out survey of the work area, at his owncost, setting out the layout and fixing of alignment of the building as per architectural and Structuraldrawings in consultation with the Engineer-in-Charge and proceed further ensuring full structural continuityand integrated and monolithic construction. Any discrepancy between the architectural drawings andactual layout at site shall be brought to the notice of the Engineer-in-charge.

    1.2 The Contractor shall, if required by him, before submission of the tender, inspect the drawings inthe Office of theExecutive Engineer, Madurai Central Division-I, CPWD, Madurai. The Departmentshall not bear any responsibility for the lack of knowledge and also the consequences, thereof to the

    Contractor. The information and data shown in the drawings and mentioned in the tender documents havebeen furnished, in good faith, for general information and guidance only. The Engineer-in-Charge, in nocase, shall be held responsible for the accuracy thereof and/or interpretations or conclusions drawn therefrom by the Contractor and all consequences shall be borne by the Contractor. No claim, whatsoever,shall be entertained from the Contractor, if the data or information furnished in tender document isdifferent or in-correct otherwise or actual working drawings are at variance with the drawings available forinspection or attached to the tender documents. It is presumed that the Contractor shall satisfy himself forall possible contingencies, incidental charges, wastages, bottlenecks etc. likely during execution of workand acts of coordination, which may be required between different agencies. Nothing extra shall bepayable on this account.

    1.3 The nomenclature of the item given in the schedule of quantities gives in general the work contentbut is not exhaustive i.e. does not mention all the incidental works required to be carried out for completeexecution of the item of work. The work shall be carried out, all in accordance with true intent andmeaning of the specifications and the drawings taken together, regardless of whether the same may ormay not be particularly shown on the drawings and/or described in the specifications, provided that thesame can be reasonably inferred there from may be several incidental works, which are not mentioned inthe nomenclature of each item but will be necessary to complete the item in all respect. All theseincidental works / costs which are not mentioned in item nomenclature but are necessary to complete theitem shall be deemed to have been included in the rates quoted by the contractor for various items in theschedule of quantities. No adjustment of rates shall be made for any variation in quantum of incidentalworks due to variation / change in actual working drawings. Also, no adjustment of rates shall be made

    due to any change in incidental works or any other deviation in such element of work (which is incidentalto the items of work and are necessary to complete such items in all respects) on account of the directionsof Engineer-in-Charge. Nothing extra shall be payable on this account.

    1.4 The contractor(s) shall give to the local body, police and other authorities all necessary noticesetc. that may be required by law and obtain all requisite licenses for temporary obstructions, enclosuresetc. and pay all fee, taxes and charges which may be leviable on account of these operations in executingthe contract. He shall make good any damage to the adjoining property whether public or private and shallsupply and maintain lights either for illumination or for cautioning the public at night. Proper temporarybarricading by fencing with G.I. sheets, shall be carried out by the Contractor at the start of phased worksand al-round water body created as per direction of Engineer-in-charge work to physically define theboundaries of the plot for restricted entry to only those involved in the work and also to prevent anyaccidents, at the same time without causing any inconvenience to the traffic and the users of the handedover buildings in the adjacent plots. It shall be done by providing, erecting, maintaining temporaryprotective barricading of minimum 3.0 metres in height, made in panels, with each panel having MS

  • 8/18/2019 Tender Document 56 Civil

    44/116

    frames / MS scaffolding pipes of suitable size and stiffness, with 24 gauge thick GI corrugated sheet orsuitably stiffened plain GI sheet fixed on frames. If the height of barricade is required more than 3.0M thenthe cost of barricading over and above 3.0M shall be borne by the department. Such panels shall besuitably connected to each other for stability with nuts and bolts, hooks, clamps etc. and fixed firmly to theground at about 2 metres spacing, for the entire duration till completion of the work. He shall also provideand erect temporary protective barricades within the plot, if required, to prevent any accident. Temporary

    protective roofing near the Entrance to the building, under construction, shall be made to protect thevisiting officials from getting hurt by falling debris etc. Also, one or more coat of enamel paint of shade asapproved and directed by the Engineer-in-Charge shall be applied on the panels and “CPWD” shall bepainted over that in suitable sizes, shapes and numbers as directed by the Engineer-in-Charge. It shall bedismantled and taken away by the Contractor after the completion of work at his own cost with theapproval of the Engineer-in- Charge. Nothing extra shall be payable on this account.

    1.5 The Contractor(s) shall take all precautions to avoid accidents by exhibiting necessary cautionboards day and night. In case of any accident of labours / contractual staffs the entire responsibility willrest on the part of the contractor and any compensation under such circumstances, if becomes payable,shall be entirely borne by the contractor.

    1.6 The work shall generally be carried out in accordance with the “CPWD Specifications 2009 Vol. I& II” with up to date correction slips, additional/ParticularSpecifications, Architectural /Structural drawingsand as per instructions of Engineer-in-Charge. Any additional item of the work, if taken up subsequently,shall also confirm to the relevant CPWD specifications as mentioned above. Working (both Architect andstructural) drawings will be released progressively to the contractor commensurate to the constructionschedule approved by EIC.

    1.7 The several documents forming the tender are to be taken as mutually complementary to oneanother. Detailed drawings shall be followed in preference to small scale drawings and figured dimensionsin preference to scale dimensions.

    In case of any difference or discrepancy between the description of items as given in the schedule of

    quantities, particular specifications for individual items of work (including special conditions) and I.S.Codes etc., the following order of preference shall be observed.

    (i) Description of items as given in Schedule of quantities

    (ii) Particular specifications

    (iii) Special conditions

    (iv) Additional Condition

    (v) Tender drawings attached

    (vi) CPWD Specifications including correction slips issued up to the last date of uploading/submission

    of tender.(vii) General Conditions of Contract for CPWD work including correction slips issued up to the last

    date of uploading/submission of tender.

    (viii) Indian Standards Specifications of B.I.S.

    (ix) ASTM, BS, or other foreign origin codes mentioned in tender document.

    (x) Manufacturer‟s specifications and as decided by the Engineer -in-Charge.

    (xi) Sound Engineering practices or well established local construction practices.

  • 8/18/2019 Tender Document 56 Civil

    45/116

    1.8 The works to be governed by this contract shall cover delivery and transportation up todestination, safe custody at site, insurance, erection, testing and commissioning of the entire works.

    The works to be undertaken by the contractor shall inter-alia include the following:

    Preparation of detailed SHOP drawings and AS BUILT drawings wherever applicable.

    Obtaining of Statutory permissions where-ever applicable and required.

    Pre-commissioning tests as per relevant standard specifications, code of practice, Acts and Ruleswherever required.

    1.9 Warranty obligation for the equipments and / or fittings/fixtures supplied by the contractor.Contractor shall provide all the shop drawings or layout drawings for all the co-ordinated services beforestarting any work or placing any order of any of the services etc. These shop drawings/layout drawingsshall be got approved from Engineer-in-charge before implementation and this shall be binding on thecontractor. The contractor shall submit material submittals along with material sample for approval ofEngineer-in-Charge prior to delivery of material at site.

    1.10 The work shall be carried out in accordance with the approved architectural drawings, structuraldrawings, service drawings to be issued from time to time, by the Engineer-in-Charge. Beforecommencement of any item of work the contractor shall correlate all the relevant architectural andstructural drawings, nomenclature of items and specifications etc. issued for the