i n d e x n.i.t. no....

54
(1) I N D E X N.I.T. No. ……22……./ PCD-I/2009-10. Sl Particulars Page 1 Press Notice 2 2 Notice Inviting Tender ( Form CPWD-6 ) 3 - 7 3 General information in respect of item rate Tender (Form CPWD-7) 8 - 14 4 Office Memorandum 15 - 37 5 Circular 38-39 6 Additional Conditions 40-41 7 Additional Specification 42 -52 8 Schedule of quantities 53 - 54 9 This NIT contains 54 Pages. All corrections carried out in English will be deemed to have been carried out in Hindi version also. This draft NIT contains 54 pages (excluding top and bottom cover pages). This draft N.I.T. for Rs 3,60,060=00 (Rupees Three lakhs Sixty thousand Sixty ) only hereby approved. Assistant Engineer (P) Executive Engineer Patna Central Divison-I, Patna Central Division-I, CPWD, Patna CPWD, Patna

Upload: others

Post on 25-Apr-2020

1 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: I N D E X N.I.T. No. ……22……./PCD-I/2009-10.imghost1.indiamart.com/tenders/doc/2009-12-08/240_2009-12-08_89… · of the Executive Engineer, Patna Central Division No.I, CPWD,

(1)

I N D E X N.I.T. No. ……22……./PCD-I/2009-10.

Sl Particulars Page 1 Press Notice 2 2 Notice Inviting Tender ( Form CPWD-6 ) 3 - 7 3 General information in respect of item rate Tender (Form

CPWD-7) 8 - 14

4 Office Memorandum 15 - 37 5 Circular 38-39 6 Additional Conditions 40-41 7 Additional Specification 42 -52 8 Schedule of quantities 53 - 54 9 This NIT contains 54 Pages.

All corrections carried out in English will be deemed to have been carried out in Hindi version also. This draft NIT contains 54 pages (excluding top and bottom cover pages).

This draft N.I.T. for Rs 3,60,060=00 (Rupees Three lakhs Sixty thousand Sixty) only hereby

approved.

Assistant Engineer (P) Executive Engineer Patna Central Divison-I, Patna Central Division-I, CPWD, Patna CPWD, Patna

Page 2: I N D E X N.I.T. No. ……22……./PCD-I/2009-10.imghost1.indiamart.com/tenders/doc/2009-12-08/240_2009-12-08_89… · of the Executive Engineer, Patna Central Division No.I, CPWD,

(2)

PRESS NOTICE.

The Executive Engineer, Patna Central Division No. I, Central Public Works Department, Patna (Ph. 0612-2545024 & Fax No. 0612-2545158) invites on behalf of the President of India sealed percentage rate tender from approved and eligible contractors of C.P.W.D. on upto 3.00 PM on _18/12/2009_ for the following work. DraftNIT No.

Name of work and location

Estimated cost. (Rs.)

Earnest Money. (Rs.)

Time allowed

(Months)

Last date of Receipt

of application

& time

Last date of issue of

tender documents & its cost.

Time and date of

opening of the tender.

Places of opening.

22/E

E/PC

D-I/2

009-

10

Construction of Boundary wall for T-V Qtr. No. 1, 2 & 3 at Central Excise & Custom Department Colony at Salimpur Dumrah, Patna.

Rs. 360060=00

Rs. 7201=00

3 (Three) Months.

14/12/2009

4:00 PM

15/12/2009

4:00 PM

18/12/2009

3:30 PM

EE/PCD -I/CPWD/ Patna.

Earnest money should be deposited along with the tender documents in Receipt Treasury Challan/ Deposit of call receipt of a Scheduled Bank/ Fixed Deposit receipt of a scheduled bank/ Demand Draft of a Scheduled Bank issued in favour of Executive Engineer, Patna Central Division No. 1, Central Public Works Department, Patna.

Bidders may view and download tender forms in full from the website http://tenders.bih.nic.in.

The tender, earnest money and attested copy of enlistment order by a Gazetted Officer alongwith cost of tender document (Rs. 500/-) in form of Demand Draft shall be placed in separate sealed envelopes, each marked “Tender”, “Earnest Money” and “eligibility criterion” respectively. These three envelopes shall be submitted together in another sealed envelope with the name of the work and due date of opening written on envelop. The envelop marked “eligibility criterion” will be opened first and tenderers whose enlistment paper and cost of tender document is found in order, their envelop marked “Earnest Money” will be opened. The envelope marked “Tender” of only those tenderers shall be opened, whose earnest money is found in order.

This notice may also be seen at website www.tenderhome.com & www.cpwd.nic.in.

154 years of Engineering Excellence. Not to be printed. Executive Engineer Patna Central Division NO. 1 CPWD, Punaichak,

Patna.

Page 3: I N D E X N.I.T. No. ……22……./PCD-I/2009-10.imghost1.indiamart.com/tenders/doc/2009-12-08/240_2009-12-08_89… · of the Executive Engineer, Patna Central Division No.I, CPWD,

(3) CPWD-6

GOVERNMENT OF INDIA CENTRAL PUBLIC WORKS DEPARTMENT

NOTICE INVITING TENDER 1 Item rate / Percentage rate Tenders are invited on behalf of the president of India from approved and

eligible contractors of C.P.W.D. (and those of appropriate list of Deptt. of Telecommunications, M.E.S., Railways and ______________________ State P.W.D.)*, for the work of Construction of Boundary wall for T-V Qtr. No. 1, 2 & 3 at Central Excise & Custom Department Colony at Salimpur Dumrah, Patna.

The enlistment of the contractors should be valid on the last date of sale of tenders.

In case only the last date of sale of tenders is extended, the enlistment of contractor should be valid on the original date of sale of tenders.

In case both the last date of receipt of application and sale of tenders are extended, the enlistment of contractor should be valid on either of the two dates i.e. original date of sale of tender or on the extended date of sale of tenders. 1.1 The work is estimated to cost Rs. 3,60,060=00 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 tenders. He will also nominate Division which will deal with all matters relating to the invitation of tenders.

For composite tender, besides indicating the estimated cost put to tender, should clearly indicate the estimated cost of each competent separately. The eligibility of tenderer will correspond to the combined estimated cost of different components put to tender.

1.2 Tenders will be issued to eligible contractors provided they produce definte 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:-

Deleted

Page 4: I N D E X N.I.T. No. ……22……./PCD-I/2009-10.imghost1.indiamart.com/tenders/doc/2009-12-08/240_2009-12-08_89… · of the Executive Engineer, Patna Central Division No.I, CPWD,

(4)

Deleted

Deleted

Criteria of eligibility for issued of tender documents Three similar works each costing not less than Rs……………………….. lacs or Two similar works

each costing not less than Rs…………………….. lacs or one similar work costing not less than Rs. …………………. Lacs in last 7 years ending…………………… (Date). For the purpose of this clause ‘Similar Work’ means the works of………………………… ………………………………………………………………………………………

Note:- (1) Above condition is applicable (i) for CPWD as well as Non CPWD contractors for works estimated to cost above Rs. 15 Crores (ii) Only for Non CPWD contractors for works estimated to cost upto Rs. 15 Crores.

(2) The value of executed works shall be brought to current costing level by enhancing the actual value of work at simple rate of 7% per annum; calculated from the date of completion to the last date of receipt of applications for tender.

2. Agreement shall be drawn with the successful tenderer on prescribed form no. CPWD 7, which is

available as a Govt. of India Publication. Tenderer shall quote his rates as per various terms and conditions of the said form which will form part of the agreement.

3. The time allowed for carrying out the work will be 3 (Three) Months from the date of start as defined in schedule ‘F’ or from the first date of handing over of the site, whichever is later, in accordance with the phasing, if any, indicated in the tender document.

4. The site for the work is available. or The site for the work shall be made available in parts as specified below:

5. Applications for issued of forms shall be received by _14/12/2009. (4 PM) and tender documents shall be issued by _15/12/2009 (4 PM) Tender documents consisting of plans, specifications, the schedule of quantities of the various classes of work to be done and the set of terms and conditions of contract to be complied with by the contractor whose tender may be accepted and other necessary documents can be seen in the office of the Executive Engineer, Patna Central Division No.I, CPWD, Patna between hours of 11.00 AM & 04.00 PM from _08/12/2009_ to _15/12/2009 everyday except on Sundays and Public Holidays. Tender documents, excluding standard form, will be issued from his office, during the hours specified above, on payment of Rs 500=00 in cash as cost of tender:-

6. (i) Tenders shall be accompanied with Earnest money of Rs. 7,201=00 in cash (upto Rs…………10000/-) Receipt Treasury Challan/Deposit at Call receipt of a scheduled bank/fixed deposit receipt of scheduled bank/demand draft of scheduled bank issued in favour of Executive Engineer, Patna Central Division-I, CPWD, Patna 50% of earnest money or Rs. 20 lakh, whichever is less, will have to be deposited in the shape prescribed above and balance amount of earnest money can be accepted in the form of Bank guarantee issued by a scheduled bank having validity for 6 months or more from the last date of receipt of tenders _18/12/2009_ (ii) The tender and the earnest money shall be placed in separate sealed envelopes, each marked “Tender” and “Earnest Money” respectively… In cases where earnest money in cash is acceptable, the same shall be deposited with the Cashier of the Division and the receipt placed in the envelope meant for earnest money. Both the envelopes shall be submitted together in another sealed envelope with the name of work and due date of opening written on envelope which will be received by the EE,PCDI upto 3.00P.M.on _18/12/2009 and will be opened by him or his authorized representative in his office on the same day at 3.30 P.M. The envelope marked “Tender” of only those tenderers shall be opened, whose earnest money, placed in the other envelope, is found to be in order.

Page 5: I N D E X N.I.T. No. ……22……./PCD-I/2009-10.imghost1.indiamart.com/tenders/doc/2009-12-08/240_2009-12-08_89… · of the Executive Engineer, Patna Central Division No.I, CPWD,

(5) 7. The contractor whose tender is accepted, will be required to furnish performance guarantee

of 5% (Five Percent) of the tendered amount within the period specified in Schedule F. This guarantee shall be in the form of cash (in case guarantee amount is less than Rs. 10,000/-) or Deposit at call receipt of any scheduled bank/Banker’s cheque of any scheduled bank/Demand Draft of any scheduled bank/Pay order of any scheduled bank (in case guarantee amount is less than 1,00,000/-) or Government Securities or Fixed Deposit Receipts or Guarantee Bonds of any Scheduled Bank or the State Bank of India in accordance with the prescribed form. In case the contractor fails to deposit the said performance guarantee within the period as indicating in Schedule ‘F’, including the extended period of any, the Earnest Money deposited by the contractor shall be forfeited automatically without any notice to the contractor.

8. The description of the work is as follows: Construction of Boundary wall for T-V Qtr. No. 1, 2 & 3 at Central Excise & Custom Department Colony at Salimpur Dumrah, Patna. Copies of other drawings and documents pertaining to the works will be open for inspection by the tenderers at the office of the above mentioned officer. Tenderers are advised to inspect and examine the site and its surroundings and satisfy themselves before submitting their tenders as to the nature of the ground and sub-soil (so far as is practicable), the form and nature of the site, the means of access to the site, the accommodation they may require and in general shall themselves obtain all necessary information as to risks, contingencies and other circumstances which may influence or affect the tender. A tenderer shall be deemed to have full knowledge of the site whether he inspects it or not and no extra charges consequent on any misunderstanding or otherwise shall be allowed. The tenderer shall be responsible for arranging and maintaining at his own cost all materials, tools & plants, water, electricity access, facilities for workers and all other services required for executing the work unless otherwise specifically provided for in the contract documents. Submission of a tender by a tenderer implies that he has read this notice and all other contract documents and has made himself aware of the scope and specifications of the work to be done and of conditions and rates at which stores, tools and plant, etc will be issued to him by the Government and local conditions and other factors having bearing on the execution of the work.

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

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

11. The competent authority on behalf of President of India reserves to himself the right of accepting the whole or any part of the tender and the tenderer shall be bound to perform the same at the rate quoted.

12. The contractor shall not be permitted to tender for works in the 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 as Divisional Accountant or as an officer in any capacity between the grades of Superintending Engineer and Junior Engineer (both inclusive). He shall also intimate the names of persons who are

Page 6: I N D E X N.I.T. No. ……22……./PCD-I/2009-10.imghost1.indiamart.com/tenders/doc/2009-12-08/240_2009-12-08_89… · of the Executive Engineer, Patna Central Division No.I, CPWD,

(6)

Deleted

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.

13. No Engineer of gazetted rank or other Gazetted officer employed in Engineering or Administrative duties in an Engineering Department of the Government of India is allowed to work as a contractor for a period of one year after his retirement from Government service, without the previous permission of the Government of India in writing. This contract is liable to be cancelled if either the contractor or any of his employees is found any time to be such a person who had not obtained the permission of the Government of India as aforesaid before submission of the tender or engagement in the contractor’s service.

14. The tender for the works shall remain open for acceptance for a period of ninety days from the date of opening of tenders/ninety days from the date of opening of financial bid (strike out as the case may be). If any tenderer withdraws his tender before the said period or issue of letter of acceptance, whichever is earlier, or makes any modifications in the terms and conditions of the tender which are not acceptable to the department, then the Government shall, without prejudice to any other right or remedy, be at liberty to forfeit 50% of the said earnest money as aforesaid. Further the tenderer shall not be allowed to participate in the re-tendering process of the work.

15. This Notice Inviting Tender shall form a part of the contract document. The successful / contractor on acceptance of his tender by the Accepting Authority shall within 15 days from the stipulated date of start of the work, sign the contract consisting of:-

(a) The notice inviting tender, all the documents including additional conditions, specifications and drawings, if any, forming the tender as issued at the time invitation of tender and acceptance thereof together with any correspondence leading thereto.

(b) Standard C.P.W.D. Form 7/8 16. 16.1.1: The Executive Engineer in charge of the major component will call tenders for the

composite work. The cost of tender document and Earnest Money will be fixed with respect to the combined estimated cost put to tender for the composite tender.

16.1.2: The tender document will include following three components: Part A:- CPWD – 6, CPWD – 7/8 including scheldue A to F for major component of

the work, Standard General Conditions of Contract for CPWD 2008 or latest addition as applicable with all amendments/modifications.

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.

16.1.3: The tenderer must associate with himself, agencies of the appropriate class eligible to tender for the minor components individually.

16.1.4: The eligible tenderers shall quote rates for all items of major component as well as for all items of minor components of work. It will be obligatory on the part of the tenderer to sign the tender document for all the components (The schedule of quantities,

Page 7: I N D E X N.I.T. No. ……22……./PCD-I/2009-10.imghost1.indiamart.com/tenders/doc/2009-12-08/240_2009-12-08_89… · of the Executive Engineer, Patna Central Division No.I, CPWD,

(7)

Deleted

conditions and special conditions etc.). 16.1.5 After acceptance of the tender by competent authority, the EE in charge of major

competent of the work shall issue letter of award on behalf of the President of India. After the work is awarded, the main contractor will have enter into one agreement with EE in charge of major component and has also to sign two/or more copies of agreement depending upon number of EE’s/DDH in charge of minor components. One such signed set of agreement shall be handed over to EE/DDH in charge of minor component. EE of major component will operate part A and part B of the agreement. EE/DDH in charge of minor component(s) shall operate Part C along with Part A of the agreement.

16.1.6 Entire work under the scope of composite tender including major and all minor components shall be executed under one agreement.

16.1.7 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 component of work.

16.1.8 The main contractor has to associate agency(s) for minor component(s) confirming to eligibility criteria as defined in the tender 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).

16.1.9 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.

16.1.10 The main contractor has to enter into agreement with the contractor(s) associated by him for execution of minor component; copy of such agreement shall be submitted to EE/DDH in charge of 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.

16.1.11 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 main contractor.

16.1.12 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/Sub-Divisional Officer

For & on behalf of President of India.

Page 8: I N D E X N.I.T. No. ……22……./PCD-I/2009-10.imghost1.indiamart.com/tenders/doc/2009-12-08/240_2009-12-08_89… · of the Executive Engineer, Patna Central Division No.I, CPWD,

(8) CPWD-7

GOVERNMENT OF INDIA CENTRAL PUBLIC WORKS DEPARTMENT

NOTICE INVITING TENDER STATE: Bihar. CIRCLE : Patna Central Circle BRANCH DIVISION : Panta Central Division I. ZONE : EZ-II SUB-DIVISION (A) Tender for the work of:- Construction of Boundary wall for T-V Qtr. No. 1, 2 & 3 at Central

Excise & Custom Department Colony at Salimpur Dumrah, Patna. (i) To be submitted by__________3.00____________________ hours on _18/12/2009 to (time) (ii) To be opened in presence of tenders who may be present at 3.30 hours on _18/12/2009_ in the office of EE/PCD-I/CPWD/Patna. Issued to;______________________________________________________________

(contractor)

Signature of officer issuing the documents ___________________________________ Designation ____________________________________________________________ Date of Issue: __________________________________________________________

TENDER

I/We have read and examined the notice inviting tender, Schedule A, B, C, D, E & F, Specifications applicable, Drawings & Designs, General Rules and Directions, Conditions of Contract, Clauses of Contract, Special Conditions, Schedule of Rate & other documents and rules referred to in the conditions of Contract and all other conditions in the tender documents for the work. I/We hereby tender for the execution of the work specified for the President of India within the time specified in Schedule ‘F’, viz., schedule of quantities and in accordance in all respects with the specifications, designs, drawings and instructions in writing referred to in Rule-1 of General Rules and Directions and in Clause 11 of the Conditions of Contract and with such materials as are provided for, by, and in respects in accordance with, such conditions so far as applicable. We agree to keep the tender open for ninety (90) days from the due date of opening/ ninety days from the date of opening of financial bid (strike out as the case may be) and not to make any modifications in its terms and conditions.

Page 9: I N D E X N.I.T. No. ……22……./PCD-I/2009-10.imghost1.indiamart.com/tenders/doc/2009-12-08/240_2009-12-08_89… · of the Executive Engineer, Patna Central Division No.I, CPWD,

(9)

A sum of Rs. 7,201=00. is hereby forwarded in cash/receipt treasury challan/deposit at call receipt of a scheduled bank/fixed deposit receipt of a scheduled bank/demand draft of a scheduled bank/bank guarantee issued by a scheduled bank as earnest money. If I/we, fail to furnish the prescribed performance guarantee within prescribed period. I/we agree that the said President of India or his successors in office shall without prejudice to any other right or remedy, be at liberty to forfeit the said earnest money absolutely. Further, if I/we fail to commence work as specified, I/we agree that President of India or his successors in office shall without prejudice to any other right or remedy available in law, be at liberty to forfeit the said earnest money and the performance guarantee absolutely, otherwise the said earnest money shall be retained by him towards security deposit to execute all the works referred to in the tender documents upon the terms and conditions contained or referred to therein and to carry out such deviations as may be ordered, upto maximum of the percentage mentioned in Scheduled ‘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 tender 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-tendering process of the work. I/We hereby decide that I/we shall treat the tender documents, drawings and other records connected with the work as secret / confidential documents and shall not communicate information/derived therefrom to any person other than a person to whom I/we am/are authorized to communicate the same or use the information in any manner prejudicial to the safety of the State.

Dated……………………………..

Signature of Contractor

Postal Address.

Witness:

Address:

Occupation:

ACCEPTANCE

The above tender (as modified by you as provided in the letters mentioned hereunder) is accepted by me for and on behalf of the President of India for a sum of Rs _____________ (Rupees _________________________________________________________________

The letters referred to below shall form part of this contract Agreement. (i) (ii) (iii)

Dated ……………………………………

For & on behalf of President of India Signatures …………………………………. Designation …………………………………

More than 150 years of Engineering Excellence.

Page 10: I N D E X N.I.T. No. ……22……./PCD-I/2009-10.imghost1.indiamart.com/tenders/doc/2009-12-08/240_2009-12-08_89… · of the Executive Engineer, Patna Central Division No.I, CPWD,

(10) SCHEDULES

SCHEDULE ‘A’ Schedule of quantities (Enclosed) Page No. 53 to 54 SCHEDULE ‘B’ Schedule of materials to be issued to the contractor.

S. No.

Description of item

Quantity Rates in figures & words at which the material will be charged to the contractor.

Place of issue

1 2 3 4 5

SCHEDULE ‘C’ Tools and plants to be hired to the contractor.

S. No.

Description Quantity Hire charges per day. Place of Issue

1 2 3 4 5

SCHEDULE ‘D’ Extra schedule for specific requirements/documents for the work, if any

- Nil -

Nil

Nil

Page 11: I N D E X N.I.T. No. ……22……./PCD-I/2009-10.imghost1.indiamart.com/tenders/doc/2009-12-08/240_2009-12-08_89… · of the Executive Engineer, Patna Central Division No.I, CPWD,

(11) SCHEDULE ‘E’ - Nil - Schedule of component of Cement, Steel, other Materials, Labour etc. for price escalation.

Clause 10 CC Component of Cement –expressed as percent of total value of work. Xc………………..% Component of Steel –expressed as percent of total value of work. Xc………………..% Component of civil (except cement & steel)/Electrical construction Materials-expressed as percent of total value of work. Xm………………..% Component of labour-expressed as percent of total value of work Y………………….% Component of P.O.L. –expressed as percent of total value of work. Z………………….%

SCHEDULE ‘F’ Reference to General Conditions for contract:-. General Condition of Contract 2008 with correction

slips upto last date of opening of tender.

Name of work:___ Construction of Boundary wall for T-V Qtr. No. 1, 2 & 3 at Central Excise & Custom Department Colony at Salimpur Dumrah, Patna.

Estimated cost of work: Rs.____3,60,060=00_______________________

(i) Earnest Money: Rs.____7,201=00__________________________

(ii) Performance Guarantee: 5% of tendered value.

(iii) Security Deposit: 5% of tendered value.

General Rules & Direction: Officer inviting of tender. EE/PCD-I/CPWD/Patna.

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. EE/PCD-I/CPWD/Patna.

2(viii) Accepting Authority. EE/PCD-I/CPWD/Patna.

2(x) Percentage on cost of materials and labour to cover all overheads and profits.

15%

2 (xi) Standard Schedule of Rates. _______________ DSR’ 2007_________________

2 (xii) Department __________________CPWD_________________

9 (ii) Standard CPWD contract of CPWD form 7 as modified & corrected upto last date of opening of tender

Page 12: I N D E X N.I.T. No. ……22……./PCD-I/2009-10.imghost1.indiamart.com/tenders/doc/2009-12-08/240_2009-12-08_89… · of the Executive Engineer, Patna Central Division No.I, CPWD,

(12) Clause 1.

(i) Time allowed for submission of Performance Guarantee from the date of issue of letter of acceptance.

____10________ days.

(ii) Maximum allowable extension beyond the period (provided in i) above.

_____5________ days.

Clause 2.

Authority for fixing compensation under clause2. SE/PCC/CPWD/Patna.

Clause 2A.

Whether clause 2A shall applicable. Yes / No

Clause 5.

Number of days from the date of issue of letter acceptance for reckoning date of start.

_______15__________ days.

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

Table of Mile Stone(s)

Sl. No.

Description of Milestone (Financial).

Time Allowed in day from date of start.

Amount in to be withheld in case of non achievement of milestone.

1. 1/8th of whole work 1/4th of whole time. 2. 3/8th of whole work. 1/2th of whole time. 3. 3/4th of whole work. 3/4th of whole time. 4. Full. Full. 5. 6.

In the event of non achieving of necessary progress assessed from running payments 0.75 (Zero

decimal seven five percent) of the tender value will be withheld for each milestone.

Time allowed for execution of work. 3 (Three Months)

Authority to decide:-

(i) Extension of time……………………….. Engineer in Charge or Engineer in Charge of Major Component in case of Composite Contratracts as the case may be.

(ii) Rescheduling of mile stone……………. Superintending Engineer in Charge or Superintending Engineer in Charge of Major Component in case of Composite Contracts as the case may be.

Clause 6, 6A

Clause applicable – (6 or 6A). ……………… 6……………….

Page 13: I N D E X N.I.T. No. ……22……./PCD-I/2009-10.imghost1.indiamart.com/tenders/doc/2009-12-08/240_2009-12-08_89… · of the Executive Engineer, Patna Central Division No.I, CPWD,

(13) Clause 7.

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

…………… Rs. 5.0 Lakh………………….

Clause 10A. – Nil - List of testing equipment to be provided by the contractor at site lab.

1. …………………………………. 2. ………………………….. 3. …………………………………. 4. …………………………. 5. …………………………………. 6. …………………………..

Clause 10 B (ii).

Whether clauses 10 B shall be applicable. Yes / No

Clause 10 C:Component of labour expressed as percentage of value of work– 10% (Ten percent). Clause 10 CA. – Nil -

Materials covered under this clause. Nearest Material for which All India Wholesale Price Index is to be followed.

1. _______________________ _____________________________ 2. _______________________ _____________________________ 3. _______________________ ____________________________

Clause 10 CC.

Clause 10 CC to be applicable in contracts with stipulated period of completion exceeding the period show in text column.

______18 (Eighteen)__________ months. Clause 11.

Specification to be followed for execution of work.

CPWD Specification 2009 with upto date corrections.

Clause 12.

12.2 & 12.3 Deviation limit beyond which clauses 12.2 & 12.3 shall apply for building work. 12.5 Deviation limit beyond which clause 12.2 & 12.3 shall apply for foundation work.

______ 30% (Thirty percent).__

100% (One Hundred percent) Clause 16.

Competent Authority for deciding reduced rates.

_SE/PCC/CPWD/Patna

Page 14: I N D E X N.I.T. No. ……22……./PCD-I/2009-10.imghost1.indiamart.com/tenders/doc/2009-12-08/240_2009-12-08_89… · of the Executive Engineer, Patna Central Division No.I, CPWD,

(14)

Deleted

Clause 18. - Nil -

List of mandotary machinery, tools & plants to be deployed by the contractor at site. 1. ………………………………… 2. ………………………………… 3. ………………………………… 4. ………………………………… 5. ………………………………… 6. …………………………………

Clause 36 (i).

Rate at which recovery shall be made from the

contractor in the event of not fulfilling provision of

clause 36(i).

Sl. No. Minimum Qualification of

Technical Representative.

Discipline Designation (Principal Technical /Technical

representative)

Minimum Experience

Number

Figures Words. (1) Diploma

Engineer.

Civil Principal Technical

representative.

Five Years One Rs. 10,000/-

Rupees Ten thousand only.

Assistant Engineers retired from Government services that are holding Diploma will be treated at par with Graduate Engineers. Clause 42.

(i) (a) Schedule/statement for determining theoretical quantity of cement & bitumen on the basis of Delhi Schedule of Rates 2007_printed by C.P.W.D. (ii) Variations permissible on theoretical quantities.

(a) Cement for works with estimated cost put to tender not more that Rs. 5 lakhs.

3% plus/minus

for works with estimated cost put tender more than Rs. 5 lakhs.

2% plus/minus

(b) Bitumen for all works. 2.5% plus only & nil on minus side. (c) Steel Reinforcement and structural steel sections for each diameter, section and category.

2% plus/minus

(d) All other materials Nil.

RECOVERY RATES FOR QUANTITIES BEYOND PERMISSIBLE VARIATION. Rates in figures and words at which recovery shall be

made from the Contractor. Sl. No.

Description of Item.

Excess beyond permissible variation.

Less use beyond the permissible variation.

1. Cement

Nil Rs. 6500/- (Rs. Six thousand Five hundred) Per MT.

2. Steel reinforcement.

Nil Rs. 45000/- (Rs. Forty Five thousand) Per MT.

3. Structural Sections.

4. Bitumen issued free.

5. Bitumen issued at stipulated fixed price.

More than 150 years of Engineering Excellence.

Page 15: I N D E X N.I.T. No. ……22……./PCD-I/2009-10.imghost1.indiamart.com/tenders/doc/2009-12-08/240_2009-12-08_89… · of the Executive Engineer, Patna Central Division No.I, CPWD,

(15) OFFICE MEMORANDUM

No.DGW/CON/236 ISSUED BY AUTHORITY OF DIRECTOR GENERAL OF WORKS

NIRMAN BHAVAN,NEW DELHI DATED:31.07.08 Subject: Amendment to Clause 10 B (ii), 10 C & Clause 25 of GCC 2008 Following amendments are hereby made in GCC 2008 :-

Existing Provision Modified Provision Page 24 of GCC 2008 Clause 10 B (ii) Mobilization advance not exceeding 10% of the tendered value may be given, if requested by the contractor in writing within one month of the order to commence the work. In such a case, the contractor shall execute a Bank Guarantee Bond from a Scheduled Bank as specified by the Engineer-in-Charge for the full amount of mobilization advance before such advance is released. Such advance shall be in two or more installments to be determined by the Engineer-in-Charge at his sole discretion. The first installment of such advance shall be released by the Engineer-in-Charge to the contractor on a request made by the contractor to the Engineer-in-Charge in this behalf. The second and subsequent installments shall be released by the Engineer-in-Charge only after the contractor furnishes a proof of the satisfactory utilization of the earlier installment to the entire satisfaction of the Engineer-in-Charge. Provided always that provision of Clause 10 B (ii) shall be applicable only when so provided in ‘Schedule F’.

Page 24 of GCC 2008 Clause 10 B (ii) Mobilization advance not exceeding 10% of the tendered value may be given, if requested by the contractor in writing within one month of the order to commence the work. Such advance shall be in two or more installments to be determined by the Engineer-in-Charge at his sole discretion. The first installment of such advance shall be released by the Engineer-in-Charge to the contractor on a request made by the contractor to the Engineer-in-Charge in this behalf. The second and subsequent installments shall be released by the Engineer-in-Charge only after the contractor furnishes a proof of the satisfactory utilization of the earlier installment to the entire satisfaction of the Engineer-in-Charge. Before any installment of advance is released, the contractor shall execute a Bank Guarantee Bond from Scheduled Bank for the amount of advance & valid for the contract period. This shall be kept renewed from time to time to cover the balance amount and likely period of complete recovery, together with interest. Provided always that provision of Clause 10 B (ii) shall be applicable only when so provided in ‘Schedule F’.

Page 25 of GCC 2008 Clause 10B (vi) The said bank guarantee for advances shall initially be made for the full amount and valid for the contract period, and be kept renewed from time to time to cover the balance amount and likely period of complete recovery together with interest.

Merged in para (ii) above

Page 26 of GCC 2008 Clause 10C No Provision

Page 26 of GCC 2008 Clause 10C Insert following at the end of Clause 10C For this purpose, the labour component of the work executed during any period shall be the percentage as specified in Schedule F, of the value of work done during that period.

Page 32 of GCC 2008 Clause 12.2-Second Para

Page 32 of GCC 2008 Clause 12.2-Second Para

Page 16: I N D E X N.I.T. No. ……22……./PCD-I/2009-10.imghost1.indiamart.com/tenders/doc/2009-12-08/240_2009-12-08_89… · of the Executive Engineer, Patna Central Division No.I, CPWD,

(16) In the case of substituted items, the rate for the agreement item (to be substituted) and substituted item shall also be determined in the manner as mentioned in the aforesaid para.

In the case of substituted items, the rate for the agreement item (to be substituted) and substituted item shall also be determined in the manner as mentioned in the following para.

Page 45 of GCC 2008 Clause 25 It is also a term of this contract that no person, other than a person appointed by such Chief Engineer CPWD or the administrative head of the CPWD, as aforesaid, should act as arbitrator and if for any reason that is not possible, the matter shall not be referred to arbitration at all.

Page 45 of GCC 2008 Clause 25 It is also a term of this contract that no person, other than a person appointed by such Chief Engineer CPWD or Additional Director General or Director General of Works, CPWD as aforesaid, should act as arbitrator and if for any reason that is not possible, the matter shall not be referred to arbitration at all.

Page 54 of GCC 2008 Clause 40 The contractor shall not be permitted to tender for works in the CPWD Circle (responsible for award and execution of contracts) in which his near relative is posted as Divisional Accountant……………….…… Condition

Page 54 of GCC 2008 Clause 40 The contractor shall not be permitted to tender for works in the CPWD Circle (Division in case of contractors of Horticulture/ Nursery categories) responsible for award and execution of contracts in which his near relative is posted as Divisional Accountant…………. …… Condition

Schedule F (Page 94 of GCC 2008) No Provision

Schedule F (Page 94 of GCC 2008) Insert following after Clause 10B(ii) Clause 10 C Component of labour expressed as percent of value of work = ……..%

The above amendments shall come into force with immediate effect and shall be applicable only in those contracts where the modified provisions are made part of.

- sd -

Superintending Engineer (C&M) Issued from file No. CSQ/CM/C/37(9)/2008 Copy as per mailing list

Page 17: I N D E X N.I.T. No. ……22……./PCD-I/2009-10.imghost1.indiamart.com/tenders/doc/2009-12-08/240_2009-12-08_89… · of the Executive Engineer, Patna Central Division No.I, CPWD,

(17) OFFICE MEMORANDUM

No.DGW/CON/238 ISSUED BY AUTHORITY OF DIRECTOR GENERAL OF WORKS

NIRMAN BHAWAN, NEW DELHI 07.11.2008 Subject: Modification of General Conditions of Contract 2008,

While operating clause 1A of GCC 2008 in respect of recovery of security deposit, some field units have a doubt as to whether earnest money should be adjusted first while deducting security deposit or it should be adjusted in the end. In order to dispel this doubt, clause 1A of GCC 2008 stands amended as mentioned below.

These amendments shall come into force with immediate effect and shall be applicable only in those contracts where the modified provisions are made part of. Clause/ Para

Existing provision Clause/ Para

Modified provision

Page 12 of GCC 2008

Clause 1A Recovery of security deposit The person/persons whose ender(s) may be accepted (hereinafter called the contractor) shall permit Govt. at the time of making any payment to him for work done under the contract to deduct a sum at the rate of 5% of the gross amount of each running bill till the sum along with the sum already deposited as earnest money, will amount to security deposit of 5% of the tendered value of the work. Such deductions ………………

Page 12 of GCC 2008

Clause 1A Recovery of security deposit The person/persons whose tender(s) may be accepted (hereinafter called the contractor) shall permit Govt. at the time of making any payment to him for work done under the contract to deduct a sum at the rate of 5% of the gross amount of each running bill till the sum along with the sum already deposited as earnest money, will amount to security deposit of 5% of the tendered value of the work. Earnest money shall be adjusted first in the security deposit and further recovery of security deposit shall commence only when the uptodate amount of security deposit starts exceeding the earnest money. Such deductions …………

GCC – 2008, page 3, Last Para,

A sum of Rs. …………….. has been deposited in cash/receipt treasury challan/deposit at call receipt of 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..….……of the tender form…….

A sum of Rs. …………….. is hereby forwarded in cash/receipt treasury challan/deposit at call receipt of 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..………..of the tender form……..

Issued from file No. CSQ/CM/C/37(2)/2008 Copy as per mailing list

- sd - Superintending Engineer (C&M)

Page 18: I N D E X N.I.T. No. ……22……./PCD-I/2009-10.imghost1.indiamart.com/tenders/doc/2009-12-08/240_2009-12-08_89… · of the Executive Engineer, Patna Central Division No.I, CPWD,

(18) OFFICE MEMORANDUM

No.DGW/CON/239 ISSUED BY AUTHORITY OF DIRECTOR GENERAL OF WORKS NIRMAN BHAWAN, NEW DELHI DATED: -31.12.2008

Subject: Modification of General Conditions of Contract 2008, Following amendments are hereby made in GCC 2008. Page 10 of GCC 2008 – Insert following under General Conditions of contract – Definitions, Item 2 – (xv) Date of commencement of work – The date of commencement of work shall be the date of start as specified in Schedule F or the 1st date of handing over of the site, whichever is later, in accordance with the phasing if any, as indicated in the tender document. Existing provision Modified provision

GCC 2008 Page 15 Clause 3 – When contract can be determined xii) If the work is not started by the contractor within 1/8th of the stipulated time.

GCC 2008 Page 15 Clause 3 – When contract can be determined (xii) Deleted

GCC 2008, page 3 We agree to keep the tender open for sixty (60) days from the due date of its opening …………….. conditions.

GCC 2008, page 3 We agree to keep the tender open for ninety (90) days from the due date of its opening/ninety days from the date of opening of financial bid(strike out as the case may be) …………….. conditions.

GCC 2008, Clause 1 – A, page 13 – para 3, above note 1 The security deposit as deducted above can be released against bank guarantee issued by a scheduled bank, on its accumulations to a minimum of Rs. 5 lakh subject to the condition that amount of such bank guarantee, except last one, shall not be less than Rs. 5 lakh.

GCC 2008, Clause 1 – A, page 13 – para 3, above note 1 The security deposit as deducted above can be released against bank guarantee issued by a scheduled bank, on its accumulations to a minimum of Rs. 5 lakh subject to the condition that amount of such bank guarantee, except last one, shall not be less than Rs. 5 lakh. Provided further that the validity of bank guarantee including the one given against the earnest money shall be in conformity with provisions contained in clause 17 which shall be extended from time to time depending upon extension of contract granted under provisions of Clause 2 and Clause 5.

Issued from file No. CSQ/CM/C/18(2)/2008/Misc. Copy to file no. CSQ/CM/C/37(2)/2008 Copy as per mailing list

- sd - Superintending Engineer (C&M)

Page 19: I N D E X N.I.T. No. ……22……./PCD-I/2009-10.imghost1.indiamart.com/tenders/doc/2009-12-08/240_2009-12-08_89… · of the Executive Engineer, Patna Central Division No.I, CPWD,

(19) OFFICE MEMORANDUM

No.DGW/CON/237 A ISSUED BY AUTHORITY OF DIRECTOR GENERAL OF WORKS

NIRMAN BHAWAN, NEW DELHI DATED: 31.12.2008 Subject: Amendment of Clause 10C, 10CA and 10CC of General Conditions of Contracts 2008. The modifications done vide O.M No DGW/CON/237 dt.14.10.2008 to clause 10C, 10CA & 10CC are hereby withdrawn with immediate effect. The remodified provisions of these clauses shall be as under which shall be applicable only in respect of the new contracts and shall not be applicable to contracts already drawn or where tenders have already been received and not finalized. Existing provision Page 26 of GCC 2008/O.M. No. CON/ 236 dt. 31.7.08 Clause 10C – Payment on account of increase in prices/wages due to statutory order (s)

Modified provision Page 26 of GCC 2008 Clause 10C – Payment on account of increase in prices/wages due to statutoryorder (s)

If after submission of the tender, the price of any material incorporated in the works (not being a material supplied from the Engineer-in-Charge’s stores in accordance with Clause 10 thereof) and/or wages of labour increases as a direct result of the coming into force of any fresh law, or statutory rule or order (but not due to any changes in sales tax/VAT) and such increase in the price and/or wages prevailing at the time of the last stipulated date for receipt of the tenders including extensions if any for the work, and the contractor thereupon necessarily and properly pays in respect of that material (incorporated in the works) such increased price and/or in respect of labour engaged on the execution of the work such increased wages, then the amount of the contract shall accordingly be varied and provided further that any such increase shall not be payable if such increase hasbecome operative after the stipulated date of completion of the work in question.

If after submission of the tender, the price of any material incorporated in the works (excluding the materials covered under Clause 10CA and not being a material supplied from the Engineer-in-Charge’s stores in accordance with Clause 10 thereof) and/or wages of labour increases as a direct result of the coming into force of any fresh law, or statutory rule or order (but not due to any changes in sales tax/VAT) beyond the prices/wages prevailing at the time of the last stipulated date of receipt of tenders including extension, if any, for the work during contract period including the justified period extended under the provisions of clause 5 of the contract without any action under clause 2, then the amount of the contract shall accordingly be varied and provided further that any such increase shall be limited to the price/wages prevailing at the time of stipulated date of completion or as prevailing for the period under consideration, whichever is less.

Page 20: I N D E X N.I.T. No. ……22……./PCD-I/2009-10.imghost1.indiamart.com/tenders/doc/2009-12-08/240_2009-12-08_89… · of the Executive Engineer, Patna Central Division No.I, CPWD,

(20) If after submission of the tender, the price of any material incorporated in the works (not being a material supplied from the Engineer-in-Charge’s stores in accordance with Clause 10 thereof) and/or wages of labour is decreased as a direct result of the coming into force of any fresh law or statutory rules or order (but not due to any changes in sales tax/VAT) and such decrease in the prices and/or wages prevailing at the time of receipt of the tender for the work. Government shall in respect of materials incorporated in the works (not being material supplied from the Engineer-in-Charge’s stores in accordance with Clause 10 hereof) and/or labour engaged on the execution of the work after the date of coming into force of such law statutory rule or order be entitled to deduct from the dues of the contractor, such amount as shall be equivalent to the difference between the prices of the materials and/or wages as prevailed at the time of last stipulated date for receipt of tenders including extension if any for the work and the prices of materials and/or wages of labour on the coming into force of such law, statutory rule or order. The contractor shall, for the purpose of this condition, keep such books of account and other documents as are necessary to show the amount of any increase claimed or reduction available and shall allow inspection of the same by a duly authorized representative of the Government and further shall, at the request ofthe Engineer-in-Charge may require any documents so kept and such other information

If after submission of the tender, the price of any material incorporated in the works (excluding the materials covered under Clause 10CA and not being a material supplied from the Engineer-in-Charge’s stores in accordance with Clause 10 thereof) and/or wages of labour as prevailing at the time of last stipulated date of receipt of tender including extensions, if any, is decreased as a direct result of the coming into force of any fresh law or statutory rules or order (but not due to any changes in sales tax/VAT), Government shall in respect of materials incorporated in the works (excluding the materials covered under Clause 10CA and not being material supplied from the Engineer-in-Charge’s stores in accordance with Clause 10 hereof) and/or labour engaged on the execution of the work after the date of coming into force of such law statutory rule or order be entitled to deduct from the dues of the contractor, such amount as shall be equivalent to the difference between the prices of the materials and/or wages as prevailed at the time of the last stipulated date for receipt of tenders including extensions if any for the work and the prices of materials and/or wages of labour on the coming into foce of such law, statutory rule or order. This will by applicable for the contract period including the justified period extended under the provisions of clause 5 of the contract without any action under clause 2 Engineer-in-Charge may call books of account and other relevant documents from the contractor to satisfy himself about reasonability of increase in prices of materials and wages.

Page 21: I N D E X N.I.T. No. ……22……./PCD-I/2009-10.imghost1.indiamart.com/tenders/doc/2009-12-08/240_2009-12-08_89… · of the Executive Engineer, Patna Central Division No.I, CPWD,

(21) as the Engineer-in- Charge may require. The contractor shall, within a reasonable time of his becoming aware of any alteration in the price of any such materials and/or wages of labour, give notice thereof to the Engineer-in- Charge stating that the same is given pursuant to this condition together with all information relating thereto which he may be in position to supply. For this purpose, the labour component of the work executed during any period shall be the percentage as specified in Schedule F, of the value of work done during that period.

The contractor shall, within a reasonable time of his becoming aware of any alteration in the price of any such materials and/or wages of labour, give notice thereof to the Engineer-in-Charge stating that the same is given pursuant to this condition together with all information relating thereto which he may be in position to supply. For this purpose, the labour component of the work executed during period under consideration shall be the percentage as specified in Schedule F, of the value of work done during that period and the increase/decrease in labour shall be considered on the minimum daily wages in rupees of any unskilled adult male mazdoor, fixed under any law, statutory rule or order.

Page 26 of GCC 2008 Clause 10 CA Payment due to variation in prices of materials after receipt of tender If after submission of the tender, the price of materials specified in Schedule F increases /decreases beyond the price(s) prevailing at the time of the last stipulated date for receipt of tenders (including extensions, if any) for the work, then the amount of the contract shall accordingly be varied and provided further that any such variations shall be effected for stipulated period of contract including the justified period extended under the provisions of Clause 5 of the contract without any action under Clause 2. However for work done/during the justified period extended as above, it will be limited to indices prevailing at the time of stipulated date of completion or as prevailing for the period under consideration, whichever is less.

Page 26 of GCC 2008 Clause 10 CA Payment due to variation in prices of materials after receipt of tender If after submission of the tender, the price of materials specified in Schedule F increase/decreases beyond the price(s) prevailing at the time of the last stipulated date for receipt of tenders (including extensions, if any) for the work, then the amount of the contract shall accordingly be varied and provided further that any such variations shall be effected for stipulated period of contract including the justified period extended under the provisions of Clause 5 of the contract without any action under Clause 2. However for work done during the justified period extended as above, it will be limited to indices prevailing at the time of stipulated date of completion or as prevailing for the period under consideration,

Page 22: I N D E X N.I.T. No. ……22……./PCD-I/2009-10.imghost1.indiamart.com/tenders/doc/2009-12-08/240_2009-12-08_89… · of the Executive Engineer, Patna Central Division No.I, CPWD,

(22) The increase/decrease in prices shall be determined by the All India Wholesale Price Indices of materials as published by Economic Advisor to Government of India, Ministry of Commerce and Industry and base price for materials as issued under the authority of Director General (Works), CPWD as valid on the last stipulated date of receipt of tender, including extension if any and for the period under consideration. In case, price index of particular material is not issued by Ministry of Commerce and Industry, then the price index of nearest similar material as indicated in Schedule ‘F’ shall be followed. The amount of the contract shall accordingly be varied for all such materials and will be worked out as per the formula given below for individual material:- V = P x Q x CI-CIo CIo Where, V = Variation in material cost i.e. increase or decrease in the amount in rupees to be paid or recovered. P = Base Price of material as issued under

whichever is less. The increase/decrease in prices of cement, steel reinforcement and structural steel shall be determined by the Price indices issued by the Director General (Works), CPWD. For other items provided in the Schedule ‘F’, this shall be determined by the All India Wholesale Price Indices of materialsas published by Economic Advisor to Government of India, Ministry of Commerce and Industry and base price for cement, steel reinforcement and structural steel as issued under the of Director General (Works) CPWD applicable for Delhi including Noida, Gurgaon, Faridabad & Ghaziabad and for other places as issued under the authority of Zonal Chief Engineer, CPWD and base price of other materials issued by concerned Zonal Chief Engineer as indicated in Schedule ‘F’ as valid on the last stipulated date of receipt of tender, including extension if any and for the period under consideration. In case, price index of a particular material is not issued by Ministry of Commerce and Industry, then the price index of nearest similar material as indicated in Schedule ‘F’ shall be followed. The amount of the contract shall accordingly be varied for all such materials and will be worked out as per the formula given below for individual material:- V = P x Q x CI-CIo CIo where, V = Variation in material cost i.e. increase or decrease in the amount in rupees to be paid or recovered. P = Base Price of material as issued

Page 23: I N D E X N.I.T. No. ……22……./PCD-I/2009-10.imghost1.indiamart.com/tenders/doc/2009-12-08/240_2009-12-08_89… · of the Executive Engineer, Patna Central Division No.I, CPWD,

(23) authority of DG(W) CPWD valid at the time of the last stipulated date of receipt of tender including extensions, if any, Q = Quantity of material used in the works since previous bill. CIo = All India Wholesale Price Index for the material as published by the Economic Advisor to Government of India, Ministry of Industry and Commerce as valid on the last stipulated date of receipt of tenders including extensions, if any. CI = All India Wholesale Price Index for the material for period under consideration as published by Economic Advisor to Government of India, Ministry of Industry and Commerce (In respect of the justified period extended under the provisions of clause 5 of the contract without any action under clause 2, the index prevailing at the time of stipulated date of completion or the prevailing index of the period under consideration, whichever is less, shall be considered). Provided always that provisions of the preceding Clause 10C shall not be applicable in respect of Materials covered in this Clause.

under the authority of DG(W),CPWD or concerned Zonal Chief Engineer as indicated in Schedule ‘F’ valid at the time of the last stipulated date of receipt of tender including extensions, if any, Q = Quantity of material brought at site for bonafide use in the works since previous bill. CIo = Price index for, cement, steel reinforcement bars and structural steel as issued by the DG(W), CPWD as valid on the last stipulated date of receipt of tenders including extensions, if any. For other items, if any, provided in Schedule ‘F’, All India Wholesale Price Index for the material as published by the Economic Advisor to Government of India, Ministry of Industry and Commerce as valid on the last stipulated date of receipt of tenders including extensions, if any. CI = Price index for cement, steel reinforcement bars and structural steel as issued under the authority of DG(W), CPWD for period under consideration. For other items, if any, provided in Schedule ‘F’, All India Wholesale Price Index for the material for period under consideration as published by Economic Advisor to Government of India, Ministry of Industry and Commerce. Note - (i) In respect of the justified period extended under the provisions of clause 5 of the contract without any action under clause 2, the index prevailing at the time of stipulated date of completion or the prevailing index of the period under consideration, whichever is less, shall be considered. Provided

Page 24: I N D E X N.I.T. No. ……22……./PCD-I/2009-10.imghost1.indiamart.com/tenders/doc/2009-12-08/240_2009-12-08_89… · of the Executive Engineer, Patna Central Division No.I, CPWD,

(24) always that provisions of the

preceding Clause 10C shall not be applicable in respect of Materials covered in this Clause. (ii) If during progress of work or at the time of completion of work, it is noticed that any material brought at site is in excess of requirement, then amount of escalation if paid earlier on such excess quantity of material shall be recovered on the basis of cost indices as applied at the time of payment of escalation or as prevailing at the time of effecting recovery, whichever is higher.

Page 27 of GCC 2008 Clause 10 CC Payment due to increase/decrease in Prices/Wages after Receipt of Tender for Works If the prices of materials (not being materials supplied or services rendered at fixed prices by the department in accordance with clause 10 & 34 thereof) and/or wages of labour required for execution of the work increase, the contractor shall be compensated for such increase as per provisions detailed below and the amount of the contract shall accordingly be varied, subject to the condition that such compensation for escalation in prices and wages shall be available only for the work done during the stipulated period of the contract including the justified period extended under the provisions of clause 5 of the contract without any action under clause 2. However, for the work done during the justified period extended as above, the compensation as detailed below will be limited to prices/wages prevailing at the time of stipulated date of completion or as prevailing for the period under consideration, whichever is less. No such compensation shall be payable for a work for which the

Page 27 of GCC 2008 Clause 10 CC Payment due to increase /decrease in Prices/Wages (Excluding materials covered under clause 10 CA) after Receipt of Tender for Works If the prices of materials (not being materials supplied or services rendered at fixed prices by the department in accordance with clause 10 & 34 thereof) and/or wages of labour required for execution of the work increase, the contractor shall be compensated for such increase as per provisions detailed below and the amount of the contract shall accordingly be varied, subject to the condition that such compensation for escalation in prices and wages shall be available only for the work done during the stipulated period of the contract including the justified period extended under the provisions of clause 5 of the contract without any action under clause 2. However, for the work done during the justified period extended as above, the compensation as detailed below will

Page 25: I N D E X N.I.T. No. ……22……./PCD-I/2009-10.imghost1.indiamart.com/tenders/doc/2009-12-08/240_2009-12-08_89… · of the Executive Engineer, Patna Central Division No.I, CPWD,

(25) stipulated period of completion is equal to or less than the time as specified in Schedule F. Such compensation for escalation in the prices of materials and labour, when due, shall be worked out based on the following provisions:- i) The base date for working out such escalation shall be the last stipulated date of receipt of tenders including extension, if any ii) The cost of work on which escalation will be payable shall be reckoned as below :- a) Gross value of work done up to this quarter : (A) b) Gross value of work done up to the last quarter : (B) c) Gross value of work done since previous quarter(A-B) : (C) d) Full assessed value of Secured Advance fresh paid in this quarter : (D) e) Full assessed value of Secured Advance recovered in this quarter: (E) f) Full assessed value of Secured Advance for which escalation is payable in this quarter (D-E) : (F) g) Advance payment made during this quarter : (G) h) Advance payment recovered during this quarter : (H) i) Advance payment for which escalation is payable in this quarter (G-H) : (I) j) Extra items paid as per Clause 12 based on prevailing market rates

be limited to prices/wages prevailing at the time of stipulated date of completion or as prevailing for the period under consideration, whichever is less. No such compensation shall be payable for a work for which the stipulated period of completion is equal to or less than the time as specified in Schedule F. Such compensation for escalation in the prices of materials and labour, when due, shall be worked out based on the following provisions:- i) The base date for working out such escalation shall be the last stipulated date of receipt of tenders including extension, if any ii) The cost of work on which escalation will be payable shall be reckoned as below :- a) Gross value of work done up to this quarter : (A) b) Gross value of work done up to the last quarter : (B) c) Gross value of work done since previous quarter(A-B) : (C) d) Full assessed value of Secured Advance(excluding materials covered under clause 10 CA) fresh paid in this quarter : (D) e) Full assessed value of Secured Advance(excluding materials covered under clause 10 CA) recovered in this quarter: (E) f) Full assessed value of Secured Advance for which escalation is payable in this quarter (D-E): (F) g) Advance payment made during this quarter : (G) h) Advance payment recovered during this quarter : (H) i) Advance payment for which escalation is payable in this quarter (G-H) : (I) j) Extra items paid as per Clause 12 based on prevailing market rates

Page 26: I N D E X N.I.T. No. ……22……./PCD-I/2009-10.imghost1.indiamart.com/tenders/doc/2009-12-08/240_2009-12-08_89… · of the Executive Engineer, Patna Central Division No.I, CPWD,

(26) during this quarter : (J) Then , M=C+ F+ I – J N = 0.85 M k) Less cost of material supplied by the department as per Clause 10 and recovered during the quarter : (K) l) Less cost of service rendered at fixed charges as per Clause 34 and recovered during the quarter : (L) Cost of work for which escalation is applicable : W = N-(K+L) iii) Components for materials cement, steel materials, Labour, P.O.L. etc.. shall be pre determined for every work and incorporated in the conditions of contract attached to the tender papers included in Schedule ‘E’. The decision of the Engineer- in- Charge in working out such percentage shall be binding on the contractors. iv) The compensation for escalation for cement, steel and P.O.L. shall be worked as per the formula given below a) Adjustment for component of ‘cement’ Vc = W x Xc x CI – CIo CIo ……………………………………………… ………………………………….. b) Adjustment for component of ‘steel’ Vs = W x Xs x SI-SIo 100 SIo .. …………………………………………… ………………………………….. c) Adjustment for civil component

during this quarter : (J) Then , M=C+ F+ I – J N = 0.85 M k) Less cost of material supplied by the department as per Clause 10 and recovered during the quarter : (K) l) Less cost of service rendered at fixed charges as per Clause 34 and recovered during the quarter: (L) Cost of work for which escalation is applicable : W = N-(K+L) iii) Components for materials (except cement, reinforcement bars, structural steel or others materials covered under Clause 10 CA) , Labour, P.O.L. etc.. shall be pre-determined for every work and incorporated in the conditions of contract attached to the tender papers included in Schedule ‘E’. The decision of the Engineer-in Charge in working out such percentage shall be binding on the contractors. iv) The compensation for escalation for other materials (excluding cement, reinforcement bars , structural steel or other materials covered under clause 10 CA) and P.O.L. shall be worked as per the formula given below:- (a) DELETED (b) DELETED c) Adjustment for civil component

Page 27: I N D E X N.I.T. No. ……22……./PCD-I/2009-10.imghost1.indiamart.com/tenders/doc/2009-12-08/240_2009-12-08_89… · of the Executive Engineer, Patna Central Division No.I, CPWD,

(27) (except cement and steel)/ electrical component of construction ‘Materials’ Vm= W x Xm x MI-MIo 100 MIo Vm = Variation in material cost i.e. increase or decrease in the amount in rupees to be paid or recovered. W = Cost of work done worked out as indicated in sub –para (ii) of Clause 10CC. Xm = Component of ‘materials’ expressed as percent of the total value of work. MI = All India Wholesale Price Index for civil component/electrical component* of construction material as worked out on the basis of All India Wholesale Price Index for individual Commodities/Group items for the period under consideration as published by Economic Advisor to Govt. of India, Ministry of Industry & Commerce and applying weightages to the individual Commodities/ Group Items. ( In respect of the justified period extended under the provisions of clause 5 of the contract without any action under clause 2, the index prevailing at the time of stipulated date of completion or the prevailing index of the period under consideration, which ever is less shall be considered). MIo = All India Wholesale Price Indexfor civil component/electrical component * of construction material as worked out on the

(except cement, Structural steel, reinforcement bars and other materials covered under clause 10CA) / electrical component of construction ‘Materials’ Vm= W x Xm x MI-MIo 100 MIo Vm = Variation in material cost i.e. increase or decrease in the amount in rupees to be paid or recovered. W = Cost of work done worked out as indicated in sub–para (ii) of Clause 10CC. Xm = Component of ‘materials’ (except cement, Structural steel, reinforcement bars and other materials covered under clause 10CA) expressed as percent of the total value of work. MI = All India Wholesale Price Index for civil component/electrical component* of construction material as worked out on the basis of All India Wholesale Price Index for individual Commodities/Group items for the period under consideration as published by Economic Advisor to Govt. of India, Ministry of Industry & Commerce and applying weightages to the individual Commodities/ Group Items. ( In respect of the justified period extended under the provisions of clause 5 of the contract without any action under clause 2, the index prevailing at the time of stipulated date of completion or the prevailing index of the period under consideration, which ever is less shall be considered). MIo = All India Wholesale Price Index for civil component/electrical component * of construction

Page 28: I N D E X N.I.T. No. ……22……./PCD-I/2009-10.imghost1.indiamart.com/tenders/doc/2009-12-08/240_2009-12-08_89… · of the Executive Engineer, Patna Central Division No.I, CPWD,

(28) basis of All India Wholesale Price Index for individual Commodities/Group items valid on the last stipulated date of receipt of tender, including extension, if any, as published by the Economic Advisor to Govt. of India, Ministry of Industry & Commerce and applying weightages to the individual Commodities/Group items. *Note : relevant component only will be applicable. (d) Adjustment for component of ‘POL’…………………..tender including extension, if any. (v) The following principles………… …….. falling within that period. (vi) The component for escalation …………………..receipt of tender including extension, if any. (vii) The following principles…………….. ………….. on the labour component. (viii) In the event of the price…………….. ……………………………..binding on the contractor. ix) Provided always that the provision of the preceding clause 10C and 10CA shall not be applicable for contracts where provisions of this clause are applicable but in cases where provisions of this clause are not be applicable but provisions of clause 10CA not applicable, the provisions of Clause 10 C and 10 CA will become applicable. Page 92 of Proforma of Schedules (Schedule A to F) Schedule ‘E’ Schedule of component of Cement, Steel, other materials, Labour etc., for price escalation

material as worked out on the basis of All India Wholesale Price Index for individual Commodities/Group items valid on the last stipulated date of receipt of tender, including extension, if any, as published by the Economic Advisor to Govt. of India, Ministry of Industry & Commerce and applying weightages to the individual Commodities/Group items. *Note : relevant component only will be applicable. (d) Adjustment for component of ‘POL’…………………..tender including extension, if any. (v) The following principles………… …….. falling within that period. (vi) The component for escalation …………………..receipt of tender including extension, if any. (vii) The following principles……… ……………on the labour component. (viii) In the event of the price…………….. …………………………..binding on the contractor. ix) Provided always that-: (a) Where provisions of clause 10CC are applicable, provisions of clause 10C will not be applicable but provisions of Clause 10CA will be applicable (b) Where provisions of clause 10CC are not applicable, provisions of clause 10C and 10CA will becomeapplicable. Page 92 of Proforma of Schedules (Schedule A to F) Schedule ‘E’ Schedule of component of other materials, Labour, POL etc., for price escalation

Page 29: I N D E X N.I.T. No. ……22……./PCD-I/2009-10.imghost1.indiamart.com/tenders/doc/2009-12-08/240_2009-12-08_89… · of the Executive Engineer, Patna Central Division No.I, CPWD,

(29) Clause 10 CC Component of cement – Xc expressed as percent of total value of work …………% Component of Steel – Xs expressed as percent of total value of work …………% Component of civil - Xm (Except cement & steel) / Electrical construction materials expressed as percent of total value of work …………% Component of Labour expressed as percent of total value of work Y……….% Component of POL will be applicable. expressed as percent of total value of work Z……….%

DELETED DELETED Component of civil - Xm (Except materials covered under clause 10CA) / Electrical construction materials expressed as percent of total value of work ..……% Component of Labour expressed as percent of total value of work Y……….% Component of POL expressed as percent of total value of work Z……….%

Existing Provision Page 94 of GCC 2008 Schedule ‘F’ Clause 10CA Materials Covered under this clause. 1…………………………………….. 2…………………………………….. 3……………………………………..

Nearest Materials for which All India Wholesale Price Index is to be followed. …………………………….. …………………………….. ……………………………..

Page 30: I N D E X N.I.T. No. ……22……./PCD-I/2009-10.imghost1.indiamart.com/tenders/doc/2009-12-08/240_2009-12-08_89… · of the Executive Engineer, Patna Central Division No.I, CPWD,

(30)

Modified Provision Clause 10CA Materials Covered under this clause : 1 ………………………... 2 ………………………... 3 ………………………... 4 ………………………...

Nearest Materials (other thancement, reinforcement bars and structural steel)for which All India Wholesale Price Index to be followed: 1 ………………………... 2 ………………………... 3 ………………………...

Base Price of all the materials covered under clause 10 CA * 1 …………………...2 …………………...3 …………………...4 ……………………

* Base price of all the materials covered under clause 10 CA is to be mentioned at the time of approval of NIT. Issued from file No. CSQ/CM/C/37(6)/2008 Superintending Engineer (C&M)

Page 31: I N D E X N.I.T. No. ……22……./PCD-I/2009-10.imghost1.indiamart.com/tenders/doc/2009-12-08/240_2009-12-08_89… · of the Executive Engineer, Patna Central Division No.I, CPWD,

(31) OFFICE MEMORANDUM

No.DGW/CON/241 ISSUED BY AUTHORITY OF DIRECTOR GENERAL OF WORKS

NIRMAN BHAWAN, NEW DELHI DATED:28.01.2009 Subject: Amendments of Clause 37 & 38 and General Rules & Directions of GCC 2008.

Clause 37 & 38 and general rules of directions of GCC 2008 stand amended as under with immediate effect. The modified provisions shall be applicable only in respect of the new contracts and shall not be applicable to contracts already drawn or where tenders have already been received and not finalized. Existing Provision Modified Provision Page 8 of GCC (Item 15 of General Rules & Directions) 15. Sales-tax/VAT, purchase tax,

turnover tax or any other tax on material in respect of this contract shall be payable by the Contractor and Government will not entertain any claim whatsoever in respect of the same.

Page 53 of GCC Clause 37 Levy/Taxes payable by Contractor (i) Sales Tax/VAT or any other tax on

materials in respect of this contract shall be payable by the contractor and Government shall not entertain any claim whatsoever in this respect…….

Page 8 of GCC (Item 15 of General Rules & Directions) 15. Sales-tax/VAT, (except service

tax) purchase tax, turnover tax or any other tax on material in respect of this contract shall be payable by the Contractor and Government will not entertain any claim whatsoever in respect of the same. However, in respect of service tax, same shall be paid by the contractor to the concerned department on demand and it will be reimbursed to him by the Engineer-in-Charge after satisfying that it has been actually and genuinely paid by the contractor.

Page 53 of GCC Clause 37 Levy/Taxes payable by Contractor (i) Sales Tax/VAT (except service tax)

or any other tax on materials in respect of this contract shall be payable by the contractor and Government shall not entertain any claim whatsoever in this respect. However, in respect of service tax, same shall be paid by the contractor to the concerned department on demand and it will be reimbursed to him by the Engineerin- Charge after satisfying that it has been actually and genuinely paid by the contractor…….

Page 32: I N D E X N.I.T. No. ……22……./PCD-I/2009-10.imghost1.indiamart.com/tenders/doc/2009-12-08/240_2009-12-08_89… · of the Executive Engineer, Patna Central Division No.I, CPWD,

(32) Clause 38 Conditions for reimbursement of levy/taxes if levied after receipt of tenders (i) All tendered rates shall be inclusive of all

taxes and levies payable under respective statutes. However, pursuant to the Constitution (46th Amendment Act, 1982, if any further tax or levy…... ……………… control of the contractor.

Clause 38 Conditions for reimbursement of levy/taxes if levied after receipt of tenders (i) All tendered rates shall be inclusive

of all taxes and levies (except service tax) payable under respective statutes. However, pursuant to the Constitution (46th Amendment Act, 1982, if any further tax or levy…...……………… control of the contractor.

Issued from file No. CSQ/CM/M/Works Manual 2007 Copy to file No. CSQ/CM/C/44/Works Contract Tax/2004 Copy as per mailing list

- sd - Superintending Engineer(C&M)

Page 33: I N D E X N.I.T. No. ……22……./PCD-I/2009-10.imghost1.indiamart.com/tenders/doc/2009-12-08/240_2009-12-08_89… · of the Executive Engineer, Patna Central Division No.I, CPWD,

(33) No.DGW/CON/242

ISSUED BY AUTHORITY OF DIRECTOR GENERAL OF WORKS NIRMAN BHAWAN, NEW DELHI Dated: 22.4.2009

Sub: Amendment of Clause of 19 –I of GCC – 2008- Provision for I.- Cards of labour engaged in maintenance/repair or renovation works in govt. colonies.

In order to prevent thefts in the govt. colonies by the workers engaged by the contractor in maintenance/repair or renovation works, clause 19 I of GCC 2008 stands amended as under. Provision for this may be made in all such future contracts:- Existing Provision Modified Provision

Clause 19 I The Engineer-in-Charge may require the contractor to dismiss or remove from the site of the work any person or persons in the contractors’ employ upon the work who may be incompetent or misconduct himself and the contractor shall forthwith comply with such requirements.

Clause 19 I The Engineer-in-Charge may require the contractor to dismiss or remove from the site of the work any person or persons in the contractors’ employ upon the work who may be incompetent or misconduct himself and the contractor shall forthwith comply with such requirements. In respect of maintenance/repair or renovation works etc. where the labour have an easy access to the individual houses, the contractor shall issue identity cards to the labourers, whether temporary or permanent and he shall be responsible for any untoward action on the part of such labour. AE/JE will display a list of contractors working in the colony/Blocks on the notice board in the colony and also at the service center, to apprise the residents about the same.

Issued from file No.CSQ/CM/C/37(8)/2004

- sd - Superintending Engineer (C&M)

Copy to:- 1. All ADGs CPWD. E-in-C PWD, Delhi Govt.2. All CEs, CPWD, PWD Delhi Govt.- They are requested to endorse a copy of this to all SEs & EEs with further directions that they should bring this change to the notice of all the concerned.

Page 34: I N D E X N.I.T. No. ……22……./PCD-I/2009-10.imghost1.indiamart.com/tenders/doc/2009-12-08/240_2009-12-08_89… · of the Executive Engineer, Patna Central Division No.I, CPWD,

(34) OFFICE MEMORANDUM

No.DGW/CON/243 ISSUED BY AUTHORITY OF DIRECTOR GENERAL OF WORKS

NIRMAN BHAWAN, NEW DELHI Dated: 27.05.2009 Subject: Amendments to GCC 2008, Form CPWD 6 & Form CPWD 7/8 in respect of composite tenders.

Consequent upon issue of O.M. No. DGW/MAN/178 dt. 12.5.09 amending para 15.3 of CPWD Works Manual 2007 in respect of composite tenders, the relevant portions of GCC 2008, Form CPWD 6 & Form CPWD 7/8 stand modified as under. These amendments may be made effective in all future NITs of composite contracts. Existing clauses No. 5, 7 and schedule F of GCC 2008 stand modified as under:

Existing Provisions Modified Provisions Clause 5 of GCC 2008 Page 17 5.2 If the work (s) be delayed

by………………then upon the happening of any such event causing delay, the contractor shall immediately give notice thereof in writing to the Engineer-in- Charge but shall nevertheless use constantly his best endeavors to prevent or make good the delay and shall do all that may be reasonably required to the satisfaction of the Engineer-in- Charge to proceed with the works.

5.3 Request for rescheduling of Mile stones and extension of time, to be eligible for consideration shall be made by the contractor in writing within fourteen days of the happening of the event causing delay on the prescribed form. The contractor may also, if practicable, indicate such a request the period for which extension is desired.

5.4 In any such case the Engineer-in-Charge

may give a fair and extension of time and reschedule the mile stones for completion of work. Such extension shall be communicated to the contractor by the Engineer-in-Charge in writing, within 3 months of the date of receipt of such request. Non application by the contractor for extension of time shall not be a bar for giving a fair and reasonable extension by

Clause 5 of GCC 2008 Page 17 5.2 If the work(s) be delayed by …. then

upon the happening of any such event causing delay, the contractor shall immediately give notice thereof in writing to the authority as indicated in Schedule F but shall nevertheless use constantly his best endeavors to prevent or make good the delay and shall do all that may be reasonably required to the satisfaction of the Engineer-in- Charge to proceed with the works.

5.3 Request for rescheduling of Mile stones and extension of time, to be eligible for consideration shall be made by the contractor in writing within fourteen days of the happening of the event causing delay on the prescribed form to the authority as indicated in Schedule F. The contractor may also, if practicable, indicate such a request the period for which extension is desired.

5.4 In any such case the authority as indicated in Schedule F may give a

fair and reasonable extension of time and reschedule the mile stones for completion of work. Such extension shall be communicated to the contractor by the authority as indicated in Schedule F in writing, within 3 months of the date of receipt of such request. Non application by

Page 35: I N D E X N.I.T. No. ……22……./PCD-I/2009-10.imghost1.indiamart.com/tenders/doc/2009-12-08/240_2009-12-08_89… · of the Executive Engineer, Patna Central Division No.I, CPWD,

(35) the Engineer-in- Charge and this shall be binding on the contractor.

Clause 7 of GCC 2008 Page 20 No payment shall be made……… ………..by taking detailed easurements thereof. GCC 2008, page 94 No provision

the contractor for extension of time shall not be a bar for giving a fair and reasonable extension by the authority as indicated in Schedule F and this shall be binding on the contractor.

Clause 7 of GCC 2008 Page 20 No payment shall be made…… … ………..by taking detailed measurements thereof. Payments in Composite Contracts: In case of composite tenders, 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. In case main contractor fails to make the payment to the contractor associated by him within 15 days of receipt of each running account payment, then on the written complaint of contractor associated for such minor component, Engineer in charge of minor component shall serve the show cause to the main contractor and if reply of main contractor either not received or found unsatisfactory, he may make the payment directly to the contractor associated for minor component as per the terms and conditions of the agreement drawn between main contractor and associate contractor fixed by him, Such payment made to the associate contractor shall be recovered by Engineer-in-charge of major or minor component from the next R/A final bill due to main contractor as the case may be. GCC 2008, page 94 Schedule F Clause 5/ (Insert at the end of clause 5) Authority to decide: (i) Extension of time …. Engineer in

Page 36: I N D E X N.I.T. No. ……22……./PCD-I/2009-10.imghost1.indiamart.com/tenders/doc/2009-12-08/240_2009-12-08_89… · of the Executive Engineer, Patna Central Division No.I, CPWD,

(36) Charge or Engineer in Charge of Major Component in case of Composite Contracts as the case may be.

(ii) Rescheduling of mile stones…… Superintending Engineer in Charge or Superintending Engineer in Charge of Major Component in case of Composite Contracts as the case may be.

Issued from file No.CSQ/CM/C/37(1)/2008

Superintending Engineer (C&M)

Copy to:- 1. All ADGs CPWD. E-in-C PWD, Delhi Govt.2. All CEs, CPWD, PWD Delhi Govt.- They are requested to endorse a copy of this to all SEs & EEs with further directions that they should bring this change to the notice of all the concerned.

Page 37: I N D E X N.I.T. No. ……22……./PCD-I/2009-10.imghost1.indiamart.com/tenders/doc/2009-12-08/240_2009-12-08_89… · of the Executive Engineer, Patna Central Division No.I, CPWD,

(37) No.DGW/CON/246

ISSUED BY AUTHORITY OF DIRECTOR GENERAL OF WORKS NIRMAN BHAWAN, NEW DELHI Dated: 24.9.2009

Sub: Modification of para 12.5 of General Conditions of contracts for CPWD Works 2008. It has been noticed that definition of items of works in foundation and plinth as available in clause 12.5 of GCC 2008 is at variance from its definition as available in CPWD specifications 2009 Vol I, page 6 para 0.6. To avoid this disparity, clause 12.5 of GCC 2008 stands amended as under:- Existing Provision Modified Provision

12.5 For the purpose of operation of Schedule F, the following works shall be treated as works relating to foundation:

(i) For buildings, compound walls, plinth level or 1.2 metres (4 feet) above ground level whichever is lower excluding items of flooring and D.P.C. but including base concrete, below the floors.

(ii) For abutments, piers, retaining walls of culverts and bridges, walls of water reservoirs, the bed of floor level.

(iii) For retaining walls where floor level is not determinate, 1.2 metres above the average ground level or bed level.

(iv) For Roads, all items of excavation

and filling including treatment of sub base.

12.5 For the purpose of operation of Schedule F, the following works shall be treated as works relating to foundation:

(i) For Buildings: All works upto 1.2 metres above ground level or upto floor 1 level whichever is lower.

(ii) For abutments, piers and well

steining : All works upto 1.2 m above the bed level.

(iii) For retaining walls, wing walls,

compound walls, chimneys, over head reservoirs/tanks and other elevated structures : All works upto 1.2 meters above the ground level.

(iv) For reservoirs/tanks (other than overhead reservoirs/tanks): All works upto 1.2 metres above the ground level.

(v) For basement: All works upto 1.2 m above ground level or upto floor 1 level whichever is lower.

(vi) For Roads, all items of excavation and filling including treatment of sub base.

Note:- The modified provisions shall be applicable provided these are incorporated in the tender document. Issued from file No.CSQ/CM/C/37(7)/2007

- sd - Superintending Engineer (C&M)

Issued from file No. CSQ/CM/C/37(7)/2007 Copy to:- 1. All ADGs CPWD. E-in-C PWD, Delhi Govt. 2. All CEs CPWD, PWD Delhi Govt.-They are requested to endorse a copy of this to all SEs & EEs with further directions that they should bring this change to the notice of all the concerned.

Executive Engineer (CS).

Page 38: I N D E X N.I.T. No. ……22……./PCD-I/2009-10.imghost1.indiamart.com/tenders/doc/2009-12-08/240_2009-12-08_89… · of the Executive Engineer, Patna Central Division No.I, CPWD,

(38) Government of India

Central Designs Organisation Central Public Works Department

No. CDO/SE(RR)/Fly Ash (Main)/102 dated the 9/4/2009 CIRCULAR

Subject: Use of Fly Ash Blended Cements in RCC Structures. The existing guidelines in circular on “Use of flyash in RCC structures” issued earlier vide no. CDO/SE(RR)/Flyash (Main)/387 dated 13/5/2004 have been reviewed based on laboratory studies carried out by the department on sample of cement concrete at SERC Chennai, which was both by admixing Flyash from different source in Ordinary Portland Cement (OPC) and also by using commercially available flyash blended cements of different manufactures conforming to IS 1489 (Part-I) [popularly known as Portland Pozzolana Cements (PPC)]. In supersession thereof including all available circular/instructions issued in past by department on the subject, Director General (Works), CPWD is pleased to issue following guidelines for use of flyash and also use of PPC in RCC structures. 1.0 General:

1.1 IS:456-2000 Code of Practice for plain and Reinforced Concrete (as amended up to date) shall be followed in regard to Concrete Mix Proportion and its production as under: 1.1.1 The concrete mix design shall be done as “Design Mix Concrete” as prescribed in

clause-9 of IS 456 mentioned above. 1.1.2 Concrete shall be manufactured in accordance with clause 10 of above mentioned

IS:456 covering quality assurance measures both technical and organizational, which shall also necessarily require a qualified Concrete Technologist to be available during manufacture of concrete for certification of quality of concrete.

1.2 Minimum M25 grade of concrete shall be used in all structural elements made with RCC both in load bearing and framed structure.

1.3 The mechanical properties such as modulus of elasticity, tensile strength, creep and shrinkage of flyash mixed concrete or concrete using flyash blended cements (PPCs) are not likely to be significantly different and their values are to be taken same as those used for concrete made with OPC.

1.4 To control higher rate of carbonation in early ages of concrete both in flyash admixed as well as PPC based concrete, water/binder ratio shall be kept as low as possible, which shall be closely mentioned during concrete manufacture.

If necessitated due to low water/binder ratio, required workability shall be achieved by use of chloride free chemical admixtures conforming to IS:9103. The compatibilityofchemical admixtures and super platicizers with each set OPC, fly ash and/or PPC received from different source shall be ensured by trials.

1.5 In environment subjected to aggressive chloride or sulphate attack in particular, use of flyash admixed or PPC based concrete is recommended. In cases, where structural concrete is exposed to excessive magnesium sulphate, flyash substitution/ content shall be limited to 18% by weight. Special type of cement with low C3A content may also be alternatively used. Durability criteria like minimum binder content and maximum water/binder ratio also need to be given due consideration in such environment.

1.6 Wet curing period shall be enhanced to a minimum of 10 days or its equivalent. In hot & arid regions, the minimum curing period shall be 14 days or its equivalent.

2.0 Use of Flyash Admixed Cement Concrete (FACC) in RCC structures:

There shall be no bar on use of FACC in RCC structures subject to following additional condinations: 2.1 Flyash shall have its chemical characteristics and physical requirements etc. conforming to

IS: 3812 (Part-I) and shall be duly certified.

Page 39: I N D E X N.I.T. No. ……22……./PCD-I/2009-10.imghost1.indiamart.com/tenders/doc/2009-12-08/240_2009-12-08_89… · of the Executive Engineer, Patna Central Division No.I, CPWD,

(39) 2.2 To ensure uniform blending of fly ash with cement in conformity with IS:456, a specific

facility needs to be created at site with complete computerized automated process control to achieve design quality or with similar facility from Ready Mix Concrete (RMC) plants.

2.3 As per IS:1489 (Part-I), maximum 35% of OPC by mass is permitted to be substituted with flyash conforming to IS:3812 (Part-I) and same is reiterated.

2.4 Separate storage for dry flyash shall be provided. Storage bins or silos shall be weather proof and permit a free flow and efficient discharge of flyash. The filter or dust control system provided in the bins or silos shall be of sufficient size to allow delivery of flyash maintained at specified pressure to prevent undue emission of flyash dust, which may interfere weighing accuracy.

3.0 Use of Fly Ash Blended Cement Concrete (PPCC) in RCC Structures. 3.1 Subject to General Guidelines detailed out as above, PPC manufactured conforming to

IS:1489 (Part-I) shall be treated at par with OPC for manufacure of Design Mix Concrete for structural use in RCC.

3.2 Till the time, BIS makes it mandatory to print the % age of flyash on each bag of cement, the certificate from the PPC manufacturer indicating the same shall be insisted upon before allowing use of such cements in works.

3.3 While using PPC for structural concrete work, no further admixing of flyash shall be permitted.

All concerned are rquested to circular its contents to all engineers under their control.

Chief Engineer (D) To All ADGs/E-in-(CPWD), CEs, SEs, EEs in CPWD & Delhi PWD.

Page 40: I N D E X N.I.T. No. ……22……./PCD-I/2009-10.imghost1.indiamart.com/tenders/doc/2009-12-08/240_2009-12-08_89… · of the Executive Engineer, Patna Central Division No.I, CPWD,

(40) ADDITIONAL CONDITION

1. Unless otherwise provided in the Schedule of Quantities the rates tendered by the contractor shall be all inclusive and shall apply to all heights, lifts, leads and depths of the building and nothing extra shall be payable to him on this account.

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

3. Other agencies doing works related with this project will also simultaneously execute the works and the contractor shall afford necessary facilities for the same. The contract or shall 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 for concreting and do not adversely affect the structural members. Nothing extra over the agreement rates shall be paid for the same.

4. Some restrictions may be imposed by the security staff etc. on the working and for movement of labour, materials etc., the contractor nothing extra shall be payable on this account.

5. (a) The building work will be carried out in the manner complying in all respects with the requirements of relevant byelaws of the local body under the jurisdiction of which the work is to be executed or as directed by the Engineer-in-charge and nothing extra will be paid on this account.

(b) The work of water supply, internal sanitary installations and drainage work etc shall be carried out as per local Municipal Corporation or such local body Bye-laws and the contractor shall produce necessary completion certificate from such authorities after completion of the work.

(c) Water tanks, taps, sanitary, water supply and drainage pipes fittings and accessories should conform to bye-laws and specifications of the municipal body / corporation where CPWD specifications are not available. The contractor should engage licensed plumbers for the work and get materials (fixtures/fittings) tested by the Municipal body / Corporation authorities wherever required at his own cost.

(d) 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. The contractor shall give a performance test of the entire installation(s) as per standing specifications before the work is finally accepted and nothing extra whatsoever shall be payable to the contractor for the test.

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

8. Testing of Materials : (a) Samples of various materials required for testing shall be provided free of charge by the

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

9. The structural and architectural drawing shall at all times be properly correlated before executing any work. However, in case of any discrepancy in the item given in the schedule of quantities appended with the tender and Architectural drawings relating to the relevant item, the former shall prevail unless and otherwise given in writing by the Engineer-in-charge.

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

Page 41: I N D E X N.I.T. No. ……22……./PCD-I/2009-10.imghost1.indiamart.com/tenders/doc/2009-12-08/240_2009-12-08_89… · of the Executive Engineer, Patna Central Division No.I, CPWD,

(41) materials issued by the department.

11. (a) For the purpose of recording measurements and preparing running account bills, the abbreviated nomenclature indicated in the publications Abbreviated nomenclature of item of DSR 1985 (bilingual) shall be accepted. The abbreviated nomenclature shall be taken to cover all the materials and operations as per the complete nomenclature of the relevant items in the agreement and other relevant specifications.

(b) In the case of items for which abbreviated nomenclature is not available in the above cited publication and also in case of extra and substituted items of works for which abbreviated nomenclature is not provided in the agreement the full nomenclature of items shall he reproduced in the measurement books and bill forms for running account bills. The full nomenclature of the items shall be adopted in preparing abstract of final bill in the measurement book and also in the bill form for final bill.

12. Use of proper cover blocks : The main cause of corrosion of reinforcement in concrete is inadequate cover available to

the reinforcement bars. To avoid displacement of bars in any direction and to ensure proper cover, only factory made round, type cover blocks should be used.

13. Storage of Steel Bars : It is seen that in many cases the reinforcement bars are placed directly on the ground. In

rainy season, due to lack of drainage, the water accumulates causing considerable corrosion of steel. To avoid this, the steel bars should be stored about 30 to 45 cm above ground. A coat of cement wash should be given to steel bars, which are likely to be stored for a long time. In places where rainfall is heavy, steel bars may be stored in protective environment to reduce corrosion.

14. The water to be used for construction and curing of cement concrete / RCC work shall confirm to the requirement IS : 456-2000. The agency has to arrange good quality water for construction indicating the source.

15. Only steel shuttering shall be permitted.

16. a) The acrylic paints manufactured by reputed paint manufacturing company shall only be used. A list of specific makes/brands of acrylic paint as approved by the Chief Engineer should be used.

b) The surface preparation before applying the paint shall be required to be done as per manufacturer’s specifications. It should be ensured that before works are taken up, necessary repairs to plaster, chajjas etc. have been done and seepage, if any, has been arrested.

c) The Executive Engineer should obtained suitable performance guarantee for the life cycle of the product against fading and /or pealing of the paint.

d) All purchases of paint shall be made directly from the manufacturers or their authorized dealers. The delivery challan shall be issued by the manufacturer’s stock-yard directly with full description of the work for which the purchase is being made. This condition shall apply for all purchases for 100 litres or more in a work.

Page 42: I N D E X N.I.T. No. ……22……./PCD-I/2009-10.imghost1.indiamart.com/tenders/doc/2009-12-08/240_2009-12-08_89… · of the Executive Engineer, Patna Central Division No.I, CPWD,

(42) ADDITIONAL SPECIFICATIONS

GENERAL 1.1 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).

1.2 The following modifications to the above specifications and some additional specifications shall however apply.

(i) All stone aggregate and stone ballast shall be of hard stone variety to be obtained from approved quarries at or any other source to be got approved by the Engineer-in-charge.

(ii) Sand to be used for cement concrete work, mortar for masonry and plaster work shall be of standard quality. Sand shall be obtained from other source to be got approved from the Engineer-in-charge and screened as required. The same shall consist of hard, siliceous material. It shall be clean sand.

(iii) Brick to be used in the work shall be obtained from the local quarries. The sample of the brick shall be got approved by the Engineer-in-charge and shall be of size 10” x 5” x 3” instead of 20 cm x 10 cm – x 10 nominal size as mentioned in CPWD specification 1996 with up to date correction slips issued., before the mass quantity is brought to the site. The brickwork, the unit of which is mentioned as cubic meter which includes abbreviated forms of cum or m3 shall be considered to have thickness of multiple of 100 mm/125 mm for the sake of calculation of volumetric content.

2.0 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 thereto or revisions thereof if, any, upto date of receipt of tenders.

3.0 Unless otherwise specified in the schedule of quantities the rates for all items of the work shall be considered as inclusive of pumping out or bailing out water if required for which no extra payment will be made. This will include water encountered from any source, such as rains, floods, subsoil, water table being high due to any other cause whatsoever.

4.0 R.C.C. work. 4.1. In respect of projected balconies, projected slabs at roof level and projected verandah,

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

4.2. Form work shall be of steel as approved by the Engineer in charge and as per CPWD specification Vol. I to VI of 1996 and specification of works.

5.0. FLOORING: The rate of items of flooring is inclusive of providing sunk flooring in bathrooms, kitchen

etc. and nothing extra on this account is admissible.

6.0. WOOD WORK The samples of species of timber to be used shall be deposited by the contractor with the EE

before commencement of the work. The contractor shall produce cash vouchers and certificates from standard kiln seasoning plant operator about the timber section to be used on the work having been kiln seasoned by them, failing which it would not be so accepted as kiln seasoned.

6.1. Factory made shutter, as specified shall be obtained from factories to be approved by the

Page 43: I N D E X N.I.T. No. ……22……./PCD-I/2009-10.imghost1.indiamart.com/tenders/doc/2009-12-08/240_2009-12-08_89… · of the Executive Engineer, Patna Central Division No.I, CPWD,

(43) Engineer-in-charge and shall conform to TADS 5:1995: IS : 3087: IS: 1568; IS 2202 (Part-I) 1977. The contractor shall inform well advance to the Engineer-in-charge the names and addresses of the factory where from the contractor intends to get the shutters manufactured. The contractor will place order for manufacture of shutters only after written approval of the Engineer-in-charge in this regard is given. The contractor is bound to abide by the decision of the Engineer-in-charge and recommend a name of another factory from the approved list in case the factory already proposed by the contractor is not found competent to manufacture quality shutters. Shutters will, however, be accepted only if this meet the specified tests.

The contractor will also arrange stage-wise inspection of the shutters at factory of the Engineer-in-charge or his authorized representative. Contractor will have no claim if the shutters brought at site are rejected by Engineer-in-charge in part or in full lot due to bad workmanship/quality. Such shutters will not be measured and paid and the contractor shall remove the same from the site of work within 7 days after the written instructions in this regard are issued by Engineer-in-charge or his authorized representative.

7.0 STEEL WORK 7.1. The rate of T/angle iron frame shall include the following. (a) M. S. sill/tie of 16mm dia bar welded to T-iron frames to keep the frames vertical in correct

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

(b) Each T-iron frame for doors shall have 4 Nos. M. S. lugs 15 x 3 mm, 10 cm long welded to each vertical member of the frame.

(c) M. S. plate 8 x 25mm, 100mm long having thereaded holes (No. of flats shall correspond to the No. of butt hinges to be fixed to door/window shutter) shall be welded at appropriate places at the back of the T-iron frames for fixing the required butt hinges to the frame with machine screws M.S. flats 8 x 25mm, 50mm long with threaded holes, shall be welded to the back of the T-sections to receive the butt hinges for the cleats.

7.2. The M.S. plate clamps 15x6mm thick for holding arrangements are to be provided and added as per site conditions. The rate is inclusive of the cost of such cramps.

7.3. All welded steel work shall be tested for quality of weld as laid down in IS: 822-1970 before actual erection.

8.0 WATER SUPPLY SANITARY INSTALLATIN. 8.1. The SCI pipe and G. I. pipe wherever necessary shall be fixed to RCC columns,

beams etc. with rawl plugs and nothing extra shall be paid for this. 8.2 The contractor shall be responsible of the protection of the sanitary and water supply

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

9.0 VARIATION CONSUMPIION OF MATERIALS. The variation in consumption of material shall be governed as per CPWD

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

10.0 VARIATION IN CONSUMPTION OF PIG LEAD 10.1 The pig lead for caulking of joints of SCI pipes shall be issued as per theoretical

consumption for SCI pipes of size 100mm, 75mm, 55mm at 0.98 kg, 0.88 kg and 0.77 kg per joint respectively. Over and above the theoretical quantities of lead as marked out, variation of 5% shall be allowed for wastage etc,. Any difference between the actual consumption of pig lead and the oretical consumption worked out on the above basis i/c the authorized variation shall be recovered at double the issue rate. Where the pig lead is arranged by the contractor, variation 5% will be allowed. In case variation

Page 44: I N D E X N.I.T. No. ……22……./PCD-I/2009-10.imghost1.indiamart.com/tenders/doc/2009-12-08/240_2009-12-08_89… · of the Executive Engineer, Patna Central Division No.I, CPWD,

(44) is on lower side, the quantity of pig lead used less shall be recovered from the contractor at market rate to be determined by Engineer-in-charge whose decision in the matter will be final.

10.2 The theoretical quantity of cement to be utilized in item of concrete involving use of shingle aggregate and mixed by volume batching shall be computed on the basis of the coefficient for cement to be used in different items of the work provided in the DSR reducing each of the co-efficient by 5%. However where the concrete is mixed by weight batching no such reduction shall be made from theoretical co-efficient given in DSR-2007 for concrete with crushed stone aggregate.

CONDITIONS: 11.1 The contractor will have to work according to the programme work, decided by the

Engineer-in-charge. The contractor shall also construct a sample unit complete in all respects within time specified by the Engineer-in-charge and this sample unit shall be got approved from the Engineer-in-charge before mass construction is taken up. No extra claim whatsoever beyond the payments due at agreement rates will be entertained from the contractor on this account.

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

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

12.0 CONDITIONS FOR ISSUE OF MATERIALS. 12.1 The materials will be issued to the contractor at the place of delivery as mentioned in

the schedule of materials during the working hours as per rules of CPWD stores as in force from time to time. If these are delivered at any other site, the difference on account of less/more cartage will be adjusted accordingly. The contractor shall have to cart the materials to the site of work at his cost as soon as these are issued.

12.2 The materials like reinforcing bars, flats, tees, angles, sheets, CI and SCI Pipes etc. contemplated to be issued will be issued in available sizes and lengths and the contractors shall bear the cost of cutting and shaping them according to the requirements of work. NO claim for the wastage on this account shall be entertained.

12.3 Cement bags shall be stored in separate godowns to be constructed by contractor at his own cost as per sketch (which is only indicative and actual size will depend on the site requirements) at Page 39 of CPWD Specification 1996 Vol. I with weather proof roof and walls. Each godown shall be provided with a single door with two locks. The keys of one lock shall remain with CPWD Engineer-in-charge of work and that of the other lock with the authorized agent of the contractor at the site of work so that the cement is removed from the godown according to the daily requirement with the knowledge of both the parties and proper account maintained in standard proforma.

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

12.5 The contractor shall bear all incidental charges for cartage, storage and safe custody of materials issued by department and shall construct suitable godowns, yards at the site of work for storing all other materials so as to be safe against damage by sun, rain, damage, fire, theft etc., at his own cost and also employ necessary watch and ward establishment for the purpose at his own cost. Materials to be charged directly to work and stipulated for issue of free of cost shall also be issued to contractor as soon as they are received at site or at the stipulated place of issue the provision of this clause will

Page 45: I N D E X N.I.T. No. ……22……./PCD-I/2009-10.imghost1.indiamart.com/tenders/doc/2009-12-08/240_2009-12-08_89… · of the Executive Engineer, Patna Central Division No.I, CPWD,

(45) equally and fully be applicable to these items as well.

12.6 The standard sectional weights referred to as standard tales in Para 5.3.3 in specifications for works 1996 Vol. II with C.S.I. to upto date to be considered for conversion of length of various size of M. S. bars/cold twisted bars into weight are as under :-

Size (diameter mm) Weight KG/M 6 0.222

8 0.395 10 0.617 12 0.888 16 1.579 18 1.999 20 2.467 22 2.985 25 3.855 28 4.836 32 6.316 36 7.994 40 9.869 45 12.490 50 15.424

Issue of steel of diameter above 10mm will be regulated on sectional weight basis, weight being calculated with the help of the above tables. However for bars M. S. / Cold twisted upto and including 10mm the following procedure shall be adopted.

The average sectional weight for each diameter shall be arrived at from samples from each lot of steel received at site. The actual weight of steel issued shall be modified to take into account the variation between the actual and the standard co-efficient given above and the contractors accounts will be debited by the cost of modified quantity only. The discretion of the Engineer-in-charge shall be final for the procedure to be followed for determing the average sectional weight of each lot. Quantity of each diameter of steel received at site of work each day will constitute one single lot for this purpose. 12.7 All materials obtained from Govt. stores or otherwise will be got checked by the

Junior Engineer-in-charge of the works on receipt of the same at site before use. 12.8 Royalty at the prevalent rates shall have to be paid by the contractor on all the

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

12.9 The contractor shall construct separate stores for storage of OPC and PPC at site and the contractor will not claim anything extra on this account.

12.10 Separate cement register showing the receipt and issue of the OPC and PCC shall be maintained at site.

12.11 Cement to be supplied would be O.P.C. or P.P.C. as is available only. No special cement like white cement etc. shall be supplied. Cement issued will be for consumption at site. No cement will be issued for factory made items and those not manufactured at site.

12.12 Steel reinforcement bars to be supplied would be for RCC work only and not for other miscellaneous items which would be arranged by the contactor.

13.0 TESTING OF MATERIAL 13.0 (a) The contractor shall produce all the materials in advance so that there is sufficient

Page 46: I N D E X N.I.T. No. ……22……./PCD-I/2009-10.imghost1.indiamart.com/tenders/doc/2009-12-08/240_2009-12-08_89… · of the Executive Engineer, Patna Central Division No.I, CPWD,

(46) time for testing and approving of the material and clearance of the same before use in work.

(b) With a view to avoid controversy about quality of cement concrete as revealed in the test results of 7 days cubes failed short of the prescribed standards by over 10% to 20% and pending testing of balance 3 cubes for 28 days as final confirmatory acceptance test, crushed samples of cement concrete from the failed 7 days cubes should be preserved in a sealed bag.

(c) In case of concrete and reinforced concrete work the contractor shall be required to make arrangement for carrying out compression strength tests at his own costs. He shall render all assistance for the preparation of cubes. Safe custody of the same proper curing and carriage upto the laboratory where the test is to be performed. The cube tests can be performed at any laboratory approved by the Engineer-in-charge.

14 INTEGRAL WATER PROOF FINISHING: 14.1 The contractor must associate himself with the specialized firm to be approved by

the Engineer-in-charge in writing for integral cement based water proofing treatment for sunken floors and on roofs, 10 years guarantee in prescribed proforma attached must be given by the specialized firm, which shall be countersigned by the contractor., in token of his overall responsibility. In addition 10% (ten percent) of the cost of these items would be retained as guarantee to watch the performance of the work done. However half of this amount (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 by the contractor within seven days and if not attended to the same will be got done by another agency at the risk and cost of the contractor. However this security deposit can be released in full, if bank guarantee of equivalent amount for 10 years is produced and deposited with the department.

14.2 Rate/ Rates quoted by the contractor shall include for all extra lifts and leads. The contractor should inspect the site before quoting the rate/ rates.

Integral Cement based Water Proofing Treatment. 15.1 Treatment for roof surface. 15.1.1 The brick bats shall be from well burnt bricks. The proprietory water proofing

compound shall conform to IS:2645-1975 before execution of work. Waterproofing compound has to be brought to site from which random sample would be got tested and a certificate of its conforming to I.S. Code should be produced. The proprietory water proofing cement compound shall be added at the rate recommended by the specialist firm but not exceeding 8% by weight of cement.

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

15.1.3 While treatment of roof surface is done, it shall be ensured that the outlet drain pipes have been fixed and mouths at the entrance have been added and rounded off properly for easy flow of water.

15.1.4 The surface where the water proofing is to be done shall be thoroughly cleaned with wire brushes. All loose scales shall be removed and dusted off. The surface shall be treated with neat cement slurry and mixed with proprietor water proofing compound to penetrate into crevices and fill up all the pores in the surface. This cement slurry shall be applied at the junction of parapet and terrace slab by injection process.

15.1.5 After the slurry coat is laid, layer of well burnt brick bats shall be laid in cement

Page 47: I N D E X N.I.T. No. ……22……./PCD-I/2009-10.imghost1.indiamart.com/tenders/doc/2009-12-08/240_2009-12-08_89… · of the Executive Engineer, Patna Central Division No.I, CPWD,

(47) mortar of mix as specified by the specialist firm but not lesser than 1:5 (1 cement : coarse sand) admixed with properly water proofing compound to required gradients and joints filled to half the depth. Brickbats of various thicknesses shall be used to achieve the specified gradient. This layer shall be rounded at the junction with the parapet and tapered towards top for a height of 300 mm. Curing of the layer shall be done for 3 days.

15.1.6 After curing, the surface shall be applied with a coat of cement slurry admixed with proprietary water proofing compound.

15.1.7 Joints of brick bat layer shall be filled fully with cement mortar of mix as specified by the specialist firm but not lesser than 1:4 (1 cement : 4 coarse sand) admixed with proprietary water proofing compound and finally top finished with average 20mm thick layer of same mortar and finished smooth with cement slurry admixed with proprietary waterproofing compound. The finished surface shall have marking of 300 x 300 mm. square to give the false appearance of tiles.

15.1.8 Curing of water proofing treatment shall be done for a minimum of ten days.

15.1.9 The measurements shall be taken alongwith finish surface of treatment including the rounded and trap portion of junction of parapet wall.

15.1.10 In addition 10% (ten percent) of the cost of these items would be retained as guarantee to watch the performance of the work done. However half of this amount (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 by the contractor within seven days and if not attended to the same will be got done by another agency at the risk and cost of the contractor. However this security deposit can be released in full, if bank guarantee of equivalent amount for 10 years is produced and deposited with the department.

15.1.11 Rate/ Rates quoted by the contractor shall include for all extra lifts and leads. The contractor should inspect the site before quoting the rate/ rates.

Page 48: I N D E X N.I.T. No. ……22……./PCD-I/2009-10.imghost1.indiamart.com/tenders/doc/2009-12-08/240_2009-12-08_89… · of the Executive Engineer, Patna Central Division No.I, CPWD,

(48) GUARANTEE TO BE EXECUTED BY CONTRACTORS FOR REMOVAL OF DEFECTS

AFTER COMPLETION IN RESPECT OF WATER PROOFING WORKS.

This agreement made this --------------------------day of ------------------two thousand and six -----------------------between -----------------------(hereinafter called the Guarantor of the one part) and the President of India (hereinafter called the Government of the other part.)

Whereas this agreement is supplementary to a contract (herein-after called the contract) dated --------------and made between the Guarantor of the one part and the Government on the other part whereby the contractor inter alias, undertook to render the building and structures in the said contract recited completely water and leak proof.

And whereas the Guarantor agreed to give a guarantee to effect that the said structures will remain water and leak proof for ten years from the date of giving of water proofing treatment.

Now the Guarantor hereby guarantees that water proofing treatment given by him will render the structure completely leak proof and the minimum life of such water proofing treatment shall be ten years to be reckoned from the date of after the maintenance period prescribed in the contract. Provided that the guarantor will not be responsible for leakage caused by earthquake of structural defects or misuse of roof or alteration and for such purpose.

(a) Misuse of roof shall mean any operation which will damage water proofing treatment like chopping of fire wood and things of the same nature which might cause damage to the roof.

(b) Alteration shall mean construction of an additional storey or a part of the roof or construction adjoining to existing roof whereby water proofing treatment is removed in part.

(c) The decision of the Engineer-in-charge with regard to cause of leakage shall be final. During this period of guarantee the guarantor shall make good all defects and in case 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 from the date of issue of the notice from the Engineer-in-charge calling upon him to rectify the defects falling which the work shall be got done by the department by some other contractor at the Guarantor’s cost and risk. The decision of the Engineer-in-charge as to the cost payable by the guarantor shall be final and binding.

That if the guarantor fails to execute the water proofing or commits breach thereunder then the guarantor will indemnify the principal and his successors against all loss, damage, cost, expenses or otherwise which may be incurred by him by reason of any default on the part of the Guarantor in performance and observance of this supplementary agreement. As to the amount of loss and/or damage and/or cost incurred by the Govt. on the decision of the Engineer-in-charge will be final and binding on the parties.

In witness whereof these presents have been executed by the obligor--------------------------and by --------------------------- for and on behalf of the President of India on the day, month and year first above written.

Signed, sealed and delivered by Obligor in the presence of -. 1. 2.

Signed for and on behalf of the President of India By---------------------------- in presence of 1. 2.

Page 49: I N D E X N.I.T. No. ……22……./PCD-I/2009-10.imghost1.indiamart.com/tenders/doc/2009-12-08/240_2009-12-08_89… · of the Executive Engineer, Patna Central Division No.I, CPWD,

(49) ADDENDUM TO CPWD SPECIFICATION 1996 VOL-II UNDER

S.H.: V- R.C.C. WORK THERMO MECHANICALLY TREATED BARS (TMT-BARS) 1.0 Introduction: Thermo Mechanically Treated (TMT) Bars is a recent technological advancement for production of high strength deformed steel has for concrete reinforcement in this process higher strength is obtained by thermo mechanical treatment, wherein the steel has get intensive cooling immediately after rolling. Sudden reduction in temperature creates a hardened surface layer with the internal core still being hot. While further cooling in atmosphere, tempering takes place by the heat from the core. This process is expected to improve the properties of strength and ductility of the bars. 2.0 Advantage: Generally, the higher strength in steel can be obtained by increasing carbon content, Micro alloying, Thermo Mechanical Treatment or Cold Twisting So far in India, cold twisting of bars was used extensively for production of high strength bars. These bars can easily be identified by the two main ribs being helical, where as in hot rolled bars these ribs are straight. In the case of TMT Bars the higher strength is obtained by thermo mechanical treatment and the Carbon content also has been brought down leading to improved Ductility. 3.0 Permission to Use. However, it may be noted that deliberations are going on at the Bureau of Indian Standards (BIS), for making appropriate provisions in relevant BIS codes and it is expected that this will be done shortly. Meanwhile the properties of these bars have been examined in this office and it has now been decided that these bars may be allowed to be used in CPWD works. 4.0 Properties. This steel is currently being produced in various grades by M/s Steel Authority of India Ltd. (SAIL), M/s TATA Steel and M/s Rashtriya Ispat Nigam Ltd. The trade names for these bars are SAIL-TMT, TISCON-TMT and REBARS respectively. The grades, chemical properties and mechanical properties are indicated in table I, II, & III.

TABLE-I Sl. No

M/s SAIL M/s TATA STEEL M/s RASHTRIYA ISPAT

YIELD STRESS (0.296 PROOF STRESS) CONSIDERING EQUIVALENT AS PER

IS) 1786 1. SAIL TMT 415 TISCON TMT 42 REBARS 415 415 N/MM2 2. SAIL TMT 500 TISCON TMT 50 REBARS 500 500 N/MM2 3. SAIL TMT 550 - - 550 N/MM2

TABLE – II CHEMICAL COMPOSITION IN 96

TISCON 19-1786 FE 415

SAIL TMT ALL GRADES TMT 42 TMT 50

VIZAG STEEL

Carbon 0.30 0.25 0.17 0.190 0.20 Sulphur 0.06 0.05 0.045 0.045 0.04 Phosphorous 0.06 0.05 0.045 0.045 0.05 Sulphur + Phosphorous 0.11 0.10 0.090 0.090 0.09

TABLE – III MECHANICAL PROPERTIES

19-1786 SAIL - TMT TISCON VIZAG STEEL (IUNL) REBARD

Grade Fe 415 415 500 550 TMT-42 TMT-50 Fe-415 Fe-500 Yield Strength 415 415 500 550 450 530 460 540 Tensile Strength 485 500 580 630 510 580 520 585 Elongation in mm 14.5 22 20 18 20 18 20 16 5.0 Limitations

5.1 Standard table of SP 16 (Design Aid to IS: 456) can be used for utilising these bars in the design process. However, there are limitations when it comes to using the strengths higher than 415 MPa in Earth Quake Prone areas IS : 13920 for bids using strengths higher than 415 MPa under following situations. I The structure is located in seismic zone IV & V. II The Structure is located in Seismic zone – III and has the importance factor (I greater than 1.0 III The structure is located in seismic zone-III and is an industrial structure. IV The structure is located in seismic zone – III and is more than 5 storeys high.

Page 50: I N D E X N.I.T. No. ……22……./PCD-I/2009-10.imghost1.indiamart.com/tenders/doc/2009-12-08/240_2009-12-08_89… · of the Executive Engineer, Patna Central Division No.I, CPWD,

(50) While every care shall be taken to avoid mixing different types and grades of bars in the same structural members as main reinforcement to satisfy clause 25.1 of IS: 456 the Technical Circular No. 9, issued by CDO vide EE(D) III/IJS/80/199-298 dated 08.04.82 can be used as a guide under exigencies where two grades/types of bars are to be used in the same building.

5.2 This circular does not cover use of corrosion Resistant Steel (CRS) bars. 6.0 Identification Care shall also be taken to properly identify these bars at site. The staff shall be specially trained for looking for identification make on these bars. While TISCON Bars are available with embossed marks on their bars (Fig. 10, Ib) SAIL – TMT are yet to be so. Currently SAIL is providing Burdled Bars which are colour coded Yellow for TMT 500 and Green for TMT 550 (No colour code for TMT 415) at the cut face at ends alongwith a tally indicating the grade with each bundle, Rashtriya Ispat Nigam’s rebar can be identified with in-Signia which is embossed on every rebar during the rolling process itself (Flg. 1c). However, the grade of rebar can be identified by means of colour coding Grade Fe 415 is coded with Ellue colour and Fe 500 is coded with Blue-Green colour. Hence it will be advisable to see that only one type/grade of bars are brought to site and used in the project after conducting tests for each lot.

(a) TISCON – TMT – 42

(b) TISCON – TMT – 50

IDENTIFICATION HARKS FOR TISCON – TMT BARS

(C) IDENTIFICATION MARK FOR RINLS REBAR

FIG- I CONDITIONS FOR MATERIALS ARRANGED BY THE CONTRACTOR 1. Conditions for Cement (Grey Cement).

1.1 The contractor shall procure 43 grade (conforming to IS: 8112) ordinary Portland cement, as required in the work, from reputed manufacturers of grey cement having a production capacity of one million tonnes or more per annum, such as ACC, L&T, J. P. Rewa, Vikram, Shri Cement, Birla Jute & Cement Corporation of India etc. as approved by the Ministry of Industry, Government of India and holding licence to use ISI certification mark for their product whose name shall be got approved from Engineer-in-charge. Supply of cement shall be taken in 50 Kg. bags bearing manufacturer’s name and ISI marking. Samples of cement arranged by the contractor shall be taken by the Engineer-in-charge and got tested in accordance with provisions of relevant BIS codes. In case test results indicate that the cement arranged by the contractor does not conform to the relevant BIS codes, the same shall stand rejected and shall be removed from the site by the contractor at his own cost within a week’s time of written order from the Engineer-in-charge to do so.

1.2 The cement shall be brought at site in bulk supply of approximately 50 tonnes or as decided by the Engineer-in-charge.

Page 51: I N D E X N.I.T. No. ……22……./PCD-I/2009-10.imghost1.indiamart.com/tenders/doc/2009-12-08/240_2009-12-08_89… · of the Executive Engineer, Patna Central Division No.I, CPWD,

(51) 1.3 The cement godown of the capacity to store a minimum of 500 bags of cement shall be

constructed by the contractor at the site of work for which no extra payment shall be made. Double lock provision shall be made to the door of the cement godown. The keys of one lock shall remain with the Engineer-in-charge or his authorized representative and the keys of the other lock shall remain with the contractor. The contractor shall be responsible for the watch and ward and safety of the cement godown. The contractor shall facilitate the inspection of the cement godown by the Engineer-in-charge at any time.

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

1.4.1 By the contractor, if the results show that the cement does not conform to relevant BIS Codes.

1.4.2 By the Department, if the results show that the cement conforms to relevant BIS Codes.

1.5 The actual issue and consumption of cement on work shall be regulated and proper accounts maintained as provided in clause 10 of the contract. The theoretical consumption of cement shall be worked out as per procedure prescribed in clause 42 of the contract and shall be governed by conditions therein.

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

1.7 Damaged cement shall be removed from site immediately by the contractor on receipt of notice in writing from the Engineer-in-charge. If he does not do so within three days of receipt of such notice, the Engineer-in-charge shall get it removed at the cost of the contractor.

2. Conditions for Steel 2.1 The contractor shall procure steel reinforcement bars conforming to relevant BIS codes

from main producers as approved by the Ministry of Steel and secondary producers or re-rollers having valid BIS licence. For TMT bars conforming to relevant BIS code, procurement shall be made from main producers and secondary producers having BIS licence. The contractor shall have to obtain, and furnish test certificates to the Engineer-in-charge in respect of all supplies of steel brought by him to the site of 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 the steel arranged by the contractor does not conform to BIS codes, the same shall stand rejected and shall be removed from the site of work by the contractor at his cost within a week’s time from written orders from the Engineer-in-charge to do so.

2.2 The steel reinforcement shall be brought to the site in bulk supply of ten tones or more as decided by the Engineer-in-charge.

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

Page 52: I N D E X N.I.T. No. ……22……./PCD-I/2009-10.imghost1.indiamart.com/tenders/doc/2009-12-08/240_2009-12-08_89… · of the Executive Engineer, Patna Central Division No.I, CPWD,

(52) 2.4 For checking nominal mass, tensile strength, bend test, re-bend test etc. specimen of

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

Size of bar For consignment below 100 tonnes

For consignment above 100 tonnes

Under 10mm dia. bars

One sample for each 25 tonnes or part thereof

One sample for each 40 tonnes or part thereof

10mm to16mm dia bars

One sample for each 35 tonnes or part thereof

One sample for each 45 tonnes or part thereof

Over 16mm dia bars One sample for each 45 tonnes or part thereof

One sample for each 50 tonnes or part thereof

2.5 The contractor shall supply free of charge the steel required for testing. The cost of tests shall be borne by the contractor/Department in the manner indicated below:

2.5.1 By the contractor, if the results show that the steel does not conform to relevant BIS codes.

2.5.2 By the Department, if the results show that the steel conforms to relevant BIS codes.

2.6 The actual issue and consumption of steel on work shall be regulated and proper accounts maintained as provided in clause 10 of the contract. The theoretical consumption of steel shall be worked out as procedure prescribed in clause 42 of the contract and shall be governed by conditions laid therein.

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

3. The following procedure should be followed in case of removal of rejected/sub-

standard materials from the site of work.

3.1 Whenever any material brought by the contractor to the site of work is rejected, entry thereof should invariably be made in the site order book under the signature of the AE/AEE giving approximate quantity of such materials.

3.2 As soon as the material is removed, a certificate to that effect may be recorded by the AE/AEE against the original entry, giving the date of removal and mode of removal i.e. whether by truck, carts or by manual labour. If removal is by truck, the registration number of the truck should be recorded.

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

4. Cement should be kept in godowns under double locks and keys and its consumption account invariably maintained, whether the cement is supplied departmentally or arranged by the contractor. A register should be maintained at the site of each work costing above Rs.20, 000/-. This register should contain the columns as shown in Appendix-27. (CPWD Works Manual 2003).

Page 53: I N D E X N.I.T. No. ……22……./PCD-I/2009-10.imghost1.indiamart.com/tenders/doc/2009-12-08/240_2009-12-08_89… · of the Executive Engineer, Patna Central Division No.I, CPWD,

Item No Description of item Unit Quantity Rate Amount

1 Providing and laying in position cement concrete of specified grade excluding the cost ofcentring and shuttering - All work upto plinth level.a) 1:4:8 (1 Cement : 4 coarse sand : 8 graded stone aggregate 40 mm nominal size) Cum 5.00 2449.00 12245.00

2 Providing and laying in position cement concrete of specified grade of reinforced cementconcrete excluding the cost of centering, shuttering, finishing and reinforcement - All work upto plinth leve:a) 1:2:4 (1 Cement : 2 coarse sand :4 graded stone aggregate 20 mm nominal size) Cum 11.00 3359.60 36956.00

3 Reinforced cement concrete work in walls (any thickness), including attached pilasters,buttresses, plinth and string courses, fillets, columns, pillars, piers, abutments, posts andstruts, etc. up to floor five level excluding cost of centring, shuttering, finishing and a) 1:2:4 (1 Cement : 2 coarse sand : 4 graded stone aggregate 20 mm nominal size) Cum 10.00 3720.00 37200.00

4 Centring and shuttering including strutting, propping etc. and removal of form for:a) Lintels, beams, plinth beams, girders, bressumers and cantilevers Sqm 60.00 162.65 9759.00b) Columns, pillars, piers, abutments, posts and struts. Sqm 132.00 238.40 31469.00

5 Reinforcement for R. C. C work including straightening, cutting , bending, placing in positionand binding all complete.a) Thermo Mechanically Treated bars. Kg 300.00 42.70 12810.00

6 Half brick masonry with F. P. S. bricks of class designation 75 in foundations and plinth in.

a) Cement mortar 1:4 (1 Cement : 4 Coarse sand ) Sqm 216.00 270.35 58396.007 Steel work welded in built up sections/ framed work including including cutting, hoisting, fixing

in position and applying a priming coat of approved steel primer using structural steel etc. asrequired.a) In grading, frames, guard bar, ladder, railings, brackets, gates and similar works. Kg 200.00 51.20 10240.00

8 12 mm cement plaster of mix:a) 1:6 (1 cement : 6 coarse sand) Sqm 216.00 72.70 15703.00

9 15 mm cement plaster on rough side of single or half brick wall of mix:a) 1:6 (1 cement : 6 coarse sand) Sqm 216.00 84.55 18263.00

10 6 mm cement plaster to ceiling of mix:a) 1:3 (1 cement : 3 fine sand) Sqm 108.00 62.15 6712.00

SCHEDULE OF QUANTITY

Name of work :-Constructionof Boundary wall for T-V Qtr. No. 1, 2 & 3 at Central Excise & Custom Department Colony atSalimpur Dumrah, Patna.

.(53) .

Page 54: I N D E X N.I.T. No. ……22……./PCD-I/2009-10.imghost1.indiamart.com/tenders/doc/2009-12-08/240_2009-12-08_89… · of the Executive Engineer, Patna Central Division No.I, CPWD,

Item No Description of item Unit Quantity Rate Amount11 Finishing walls with Acrylic Smooth exterior paint of required shade :

a) New work (Two or more coats applied @ 1.67 ltr/10 Sqm) over and including base coat of Sqm 540.00 50.40 27216.0012 Painting with synthetic enamel paint of approved brand and manufacture to give an even

a) Two or more coats on new work sqm 10.00 35.35 354.0013 Demolishing brick work manually/by mechanical means including stacking of serviceable

material and disposal of unserviceable material within 50 metres lead as per direction ofEngineer-in-charge.a) In cement mortar. Cum 6.00 310.75 1865.00

14 Dismantling barbed wire or flexible wire rope in fencing including making rolls and stackingwithin 50 metres lead. Kg 120.00 5.55 666.00

15 Boring, providing and installing casxt in situ single under reamed piles of specified diameterand length below pile cap in 1:1.5:3 cement concrete, carry a safe working load not less thanspecified, excluding the cost of steel reinforcement but including the cost of boring withbenotonite solution and the length of the pile to be embedded in pile cap etc. all complete.(Length of pile for payment shall be measured upto the bottom of pile cap):a) 300 mm dia piles. Metre 140.00 572.90 80206.00

360060.00

Rupees. 3,60,060=00 (RS. Three lakhs Sixty thousand Sixty) only.

Executive Engineer Patna Central Division No.I.

C.P.W.D., Punaichak,Patna - 23.

.(54) .