Вы находитесь на странице: 1из 314

1

PART – A (for all component of work)

COMPOSITE N. I. T.

N.I.T. No.13/2019-20/CE/BCD-II/Bangalore

Name of Work: C/o Infrastructure (Non-residential & residential building) for CISF 10th
Reserve Battalion, at Lakkur village, Bangalore in EPC mode (Design and
Build basis). SH : C/o Administrative Building, quarter guard, Ty-III,-16 Nos.,
Ty- IV- 6 Nos., Ty- V- 2 Nos., 2 Nos. 320 Men barracks and GOs‟ Mess i/c
internal electrical installations, water supply and sanitary installations.
.

Composite Estimated cost : Rs. 35,79,15,328./-


(Civil: Rs. 31,25,65,959 /- + Electrical:Rs. 4,53,49,369/-)
Earnest Money : Rs. 45,79,153/- (to be refunded after submission
of Performance Guarantee)

Performance Guarantee : 5% of bid value.

Security Deposit : 2.5% of bid value


Time Allowed : 22 (Twenty two) Months.

Assistant Engineer (P) Assistant Engineer (E) Executive Engineer (P)

APPROVED

Chief Engineer
CPWD, Bangalore
2

INFORMATION AND INSTRUCTIONS FOR BIDDERS FOR e-BIDING FORMING PART OF BID DOCUMENT AND TO BE POSTED ON WEBSITE

The Executive Engineer, Bangalore Central Division II, CPWD, 12th floor, Sir, M.V. Kendriya Bhavan, Near Domlur Flyover, Bangalore-
560071. Phone No. 080-25356733, Tele Fax no. 080-25352466, Email id: (Email:bcd2cpwd1@gmail.com) on behalf of the President of India
invites online plinth area rate composite bids from CPW D enlisted contractors of appropriate class in composite category and
eligible firms / contractors of repute in two bid system for the following work:-

Last date & Last date &time for Time and


Period of time of submission of original date of
Completion submission of EMD, copy of receipt for opening of
technical and deposition of original Technical
Name of Work & Estimated cost put Earnest Money EMD and other
financial bids, bid
location to bid document as specified
NIT
No.
No.
Sl.

in instructions to bidders

1 C/o Infrastructure (Non-


residential & residential
13/2019-20/CE/BCD-II/Bangalore

building) for CISF 10th


Reserve Battalion, at Civil Work:
Lakkur village, Bangalore in Rs. 31,25,65,959/-
EPC mode (Design and
Build basis). upto @ @
Electrical Works:
SH : C/o Administrative 15:00 Hrs 15:00 Hrs 15:30 Hrs
Rs. 4,53,49,369/- 22
Building, quarter guard, Ty- Rs. 45,79,153/-
Months on on on
III,-16 Nos., Ty- IV- 6 Nos.,
Ty- V- 2 Nos., 2 Nos. 320 Total: 26.06.2019 26.06.2019 26.06.2019
Men barracks and GOs‟ Rs. 35,79,15,328/-
Mess i/c internal electrical
installations, water supply
and sanitary installations

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
3

INSTRUCTIONS TO BIDDERS

NAME OF WORK: C/o Infrastructure (Non-residential & residential building) for CISF 10th
Reserve Battalion, at Lakkur village, Bangalore in EPC mode (Design and
Build basis).
SH : C/o Administrative Building, quarter guard, Ty-III,-16 Nos., Ty- IV- 6
Nos., Ty- V- 2 Nos., 2 Nos. 320 Men barracks and GOs‟ Mess i/c internal
electrical installations, water supply and sanitary installations.

The intending bidder must read the terms and conditions of CPWD 6 as well as
instructions to bidders carefully. He should only submit the bid if he considers himself eligible and
he is in possession of all the documents required. Information and instructions for bidder shall
form part of bid document.
A. The contractor submitting the bid should read the schedule of quantities, additional
conditions, additional specifications, particular specifications and other terms and
conditions given in the NIT and drawings. The bidder should also read the General
Conditions of Contract for CPWD Works 2014 with all correction slips issued upto last
date for submission of bid, which is available as Government of India Publications;
however, provisions included in the bid document shall prevail over the provisions
contained in the standard form. The set of drawings and NIT shall be available with the
The Executive Engineer, Bangalore Central Division II, CPWD, 12th floor, Sir, M.V.
Kendriya Bhavan, Near Domlur Flyover, Bangalore-560071. The contractor should
also visit the site of work and acquaint himself with the site conditions before tendering.
The following conditions, which already form part of the tender conditions, are specially
brought to his notice for compliance while filling the tender. They are requested to comply
following instructions.
B. Tenders with any condition including that of conditional rebates shall be rejected. Rates of
such tenders shall not be entered in the tender opening register at the time of opening of
tender.
C. The successful tenderer shall be required to submit a Performance Guarantee of 5%
(Five Percent) of the tendered amount within 7 days of issue of letter of intent. This period
can be further extended by Engineer-in-Charge upto a maximum period of 7 days on the
written request of the contractor subject to payment of late fee @ 0.1% per day of
Performance Guarantee amount.
D. GST on all materials as well as GST on Work Contract and Labour Welfare Cess etc., or
any other tax applicable in respect of this contract shall be payable by the Contractor.
Rate quoted by him shall be inclusive of such taxes, levies etc and Government will not
entertain any claim for reimbursement whatsoever in respect of the same.
E. It will be obligatory on part of the tenderer to upload all the component parts. The
department reserves right to accept tender in full or in part.
F Soft copies of all drawings have been uploaded in PDF format. Interested agencies may
collect CAD formats of drawings from office of tender inviting Executive Engineer.
However any discrepancies noticed between CAD format and PDF format, the drawings
uploaded in PDF format shall prevail.
F. The Building is targeted for 3 Star from GRIHA secretariat under „GRIHA Council or
from IGBC In order to secure these ratings, a high degree of responsibility and
cooperation is necessary from the contractors. All materials and systems used in the
project are intended to maximize energy efficiency for operation of Project throughout
service life (substantial completion to ultimate disposition – reuse, recycling, or
demolition) with an emphasis on top quality. Materials and systems are to maximize
environmentally-benign construction techniques, including construction waste recycle,
reusable delivery packaging, and reusability of selected materials. All vendors /
contractors must adhere to best practices related to Green Buildings.

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
4

G. Technical Eligibility Criteria


a) Joint ventures/Consortium and Special Purpose Vehicles are not accepted.
b) Eligibility Criteria for Work Experience

To become eligible for participating in the bid process the bidders shall satisfy the
following Work experience Criteria. However, CPWD contractors enlisted in Composite
category Class – 1 (A) Class-I (AA), Class – I(AAA) & Class – I (Super) need not to submit
Technical eligibility / Work Experience documents .

The Bidder should have satisfactorily completed the works as mentioned below during the
last 7 (seven) years ending previous day of last date of submission of bids.
Three similar completed works each costing not less than Rs.1432/- lakhs
Or
Two similar completed works each costing not less than Rs.2147/- lakhs
Or
One similar completed work costing not less than Rs.2863/- lakhs

Similar work shall mean“Construction of RCC framed structure including if any internal water
supply, sanitary installations, Internal Electrical Installations, all composite executed under
one contract. Basement, if any shall not be considered as storey.”

Note: “For the purpose of similar works”, works executed in India only shall be
considered”.

Components of work executed other than those included in definition of similar work shall
be included in the cost of similar work, if executed in same contract. Bidder shall submit abstract of
cost of all the subhead in support of this. However, cost of basement if executed under same work,
shall be included in cost of similar work.
The value of executed works shall be brought to current costing level by enhancing
the actual value of work at simple interest rate of 7% per annum, calculated from the date of
completion to the last date of submission of bid.

Qualified similar works may be got inspected by a Committee which may consist of
client or any other authority as decided by NIT approving authority. The marks for the quality
shall be given based on this inspection if inspection is carried out.

c) Eligibility Criteria for Financial Eligibility.

To become eligible for participating in the bid process the bidders shall satisfy the
following Financial Eligibility Criteria. However, CPWD contractors enlisted in Composite
category Class –I (A) Class-I (AA), Class – I(AAA) & Class – I (Super) need not to submit
Financial eligibility documents.

(i) The bidder should have had average Annual Financial Turn Over of Rs. 1790 /- lakhs on
construction works during immediate last three financial years ending 31st March 2019. This
should be duly audited by Chartered Accountants.
The multiplication factor of 7% per annum simple interest is not applicable on the
Annual Financial Turnover figures.
(ii) The bidder should not have incurred any loss (profit after tax should be positive) in more than
two years during last five consecutive balance sheets, duly certified and audited by the
Chartered Accountants.
(iii) The bidder should have a solvency of Rs. 1432/- lakhs duly certified by his Bankers.

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
5

H) For specilised components of E& M works, the eligibility criteria for Associate
agencies shall be as detailed below :

Estimated
Component of E&M
Sl. No cost Rs. (in Minimum Eligibility
works
lakhs)
1. IEI &Fans i/c power 390.40 The main contractor shall associate with
wiring & plugs, contractor registered in composite category
lightning conductor, Class II and above in CPWD for execution of this
rising main, Sub head of work, possessing valid Electrical
Telephone/ computer/ Contractor License of appropriate Voltage issued
TV conduiting, by Karnataka State Electrical Inspectorate.
external lighting and
UPS etc.
2. Fire Fighting 20.21 The main contractor shall have to associate with
(downcomer System) agency fulfilling the following eligibility criteria
and Automatic / having successfully completed during last seven
Manual Fire Alarm years ending up to previous day of last date of
systems, Fire submission of tender as given below with
Extinguisher completion certificate issued by an officer not
below the rank of Executive Engineer or
Equivalent duly attested.
Three similar completed works each of value
not less than Rs. 8.01 Lakhs
OR
Two similar completed works each of value
not less than Rs. 12.13 Lakh
OR
One similar completed work of value not less
than Rs. 16.17 Lakhs
Similar work shall mean "SITC of Fire Fighting
System (Water based)”.
3. Solar water heating 15.21 The main contractor shall have to associate
system and Solar roof with Specialized agency fulfilling the
top PV panel following eligibility criteria having
successfully completed during last seven
years ending up to previous day of last date of
submission of tender as given below with
completion certificate issued by an officer not
below the rank of Executive Engineer or
equivalent duly attested.
Three similar completed works each of value not
less than Rs. 6.08 Lakhs
OR
Two similar completed works each of value not
less than Rs.
Rs. 9.13 Lakhs
OR
One similar completed work of value not less
than Rs. 12.17 Lakhs
Similar work shall mean "SITC of Solar PV and
Water Heating System."

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
6

4. AV 13.42 The main contractor shall have to associate with agency


conference fulfilling
system & the following eligibility criteria having successfully
Access completed during last seven years ending up to previous
control day of last date of submission of tender as given below with
completion certificate issued by an officer not below the
rank of Executive Engineer or equivalent duly attested.
Three similar completed works each of value not less than
Rs. 5.37 Lakhs
OR
Two similar completed works each of value not Less
than Rs. 8.05 Lakh/-
OR
One similar completed works each of value not less than
10.74 Lakh/-
Similar work shall mean "SITC of AV conference and
Access control system".

5. RO 3.25 The main contractor shall have to associate with agency


water fulfilling
purifier / the following eligibility criteria having successfully
plant completed during last seven years ending up to previous
day of last date of submission of tender as given below
with completion certificate issued by an officer not below
the rank of Executive Engineer or equivalent duly
attested.
Three similar completed works each of value not less
than Rs. 1.3 Lakhs
OR
Two similar completed works each of value not Less
than Rs. 1.95 Lakh/-
OR
One similar completed works each of value not less
than 2.6 Lakh/-
Similar work shall mean "SITC of RO water purifier
system".

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
7

6 Inverter 11.00 The main contractor shall have to associate with agency
type fulfilling
Split Air the following eligibility criteria having successfully
condition completed during last seven years ending up to previous
ers day of last date of submission of tender as given below
with completion certificate issued by an officer not below
the rank of Executive Engineer or equivalent duly
attested.
Three similar completed works each of value not less
than Rs. 4.4 Lakhs
OR
Two similar completed works each of value not Less
than Rs. 6.6 Lakh/-
OR
One similar completed works each of value not less
than 8.8 Lakh/-
Similar work shall mean "SITC of Inverter type Split Air
conditioners ".
However, the composite category contractor shall also be
eligible to carry out himself without associating any
specialized agency provided:
(a) He fulfils the prescribed eligibility criteria respectively
for this work.

OR

(b) He directly procures the equipment of approved make


from manufacturer and gets it installed from authorized
agency / service provider of the manufacturer /
specialized agency, all as per the eligibility criteria
mentioned as above.

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
8

The bidder should either himself meet the eligibility conditions for the specialised
E&M works as above or otherwise he will have to associate an agency meeting the
eligibility requirements for specialised E&M works after award of work and has to submit
details of such agency(s) conforming eligibility conditions as defined in the bid document
to the Executive Engineer of concerned component at least two months in advance from
taking up specific component. Names of the agency(s) to be associated shall be approved
by the Engineer-in-Charge of concerned component.

The eligible bidders shall quote plinth area rates only, which shall include all components
of the work

I) Other important information and instructions:


1. The b i d document consisting of plans, specifications and the set of terms and
conditions of the contract to be complied with and other necessary documents can be
seen i n the office of The Executive Engineer, Bangalore Central Division II, CPWD,
12th floor, Sir, M.V. Kendriya Bhavan, Near Domlur Flyover, Bangalore-560071
during the office hours on all days except on Second Saturday, Sunday & Public holidays
and also can be downloaded free of cost from website
www.tenderwizard.com/CPWD or www.cpwd.gov.in.

2. The bid can only be submitted after deposition of original EMD either in the office
of Executive Engineer inviting bids or division office of any Executive Engineer,
CPWD within the period of bid submission and uploading the mandatory scanned
documents such as Demand Draft or Pay order or Banker‟s Cheque or Deposit at
Call Receipt or Fixed Deposit Receipts and Bank Guarantee of any Scheduled Bank
towards EMD in favour of Executive Engineer , Bangalore Central Division II,
CPWD, Bangalore as mentioned in NIT, receipt for deposition of original EMD to
division office of any Executive Engineer(including NIT issuing EE/AE), CPWD and
other documents as specified

3. Applicants are advised to keep visiting the above mentioned web-sites from time to time
(till the deadline for bid submission) for any updates in respect of the tender documents,
if any. Failure to do so shall not absolve the applicant of his liabilities to submit the
applications complete in all respect including updates thereof, if any. An incomplete
application may be liable for rejection.

4. Those contractors wh o a r e not registered on the website mentioned above, are


required to get registered themselves beforehand. If needed they can be imparted
training on online tendering process as per details available on the website. The
intending bidder must have valid class III digital signature to submit the bid.

5. On opening date, the contractor can login and see the bid opening process. After
opening bids he will receive the competitor bid sheets.

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

7. The contractors registered prior to 01.04.2015 on e-tendering portal of CPWD shall have
to deposit tender processing fee at existing rates, or they have option to switch over to the
new registration system without tender processing fee any time.

8.The contractor can deposit original EMD either in the office of Executive Engineer inviting
bids or division office of any Executive Engineer, CPWD within the period of bid
submission. The contractor shall obtain the receipt of EMD from the concerned Executive
Engineer (including NIT issuing EE/AE) in the prescribed format uploaded by NIT issuing
Executive Engineer.
Addition : NIL Correction : NIL
Overwriting : NIL Deletion : NIL AE/P EE/P
9

9. Contractor must ensure to quote the plinth area rate in figures and words at appropriate
place at which he is willing to execute the work. The column meant for quoting rate
appears in pink colour and the moment rate is entered, it turns sky blue. In addition to
this, while selecting any of the cells a warning appears that if any cell is left blank the
same shall be treated as “0” (ZERO). However, if a bidder quotes nil rate, the bid shall be
treated as invalid and he will not be considered as lowest bidder.

10. The Technical bid shall be opened first on due date and time as mentioned above. The
time and date of opening of financial bid of tenderers qualifying the Technical bid shall be
communicated to them at a later date.

11. Pre-bid conference shall be held with the eligible tenderers in the office of Chief Engineer
South Zone-III, CPWD, Kendriya Sadan, 1st floor, „A‟ wing, Koramangala, Bangalore-
560034 at 15:00 Hrs on 19.06.2019 to clear the doubt of intending tenderers, if any.
Tenderers should send by email all their queries, before pre-bid conference, latest by
15.00 hrs on * to the office of The Executive Engineer, Bangalore Central Division II,
CPWD, 12th floor, Sir, M.V. Kendriya Bhavan, Near Domlur Flyover, Bangalore-
560071.(Email id: (Email:bcd2cpwd1@gmail.com). As a result of pre-bid
conference, certain modifications may be issued to all eligible bidders by the Engineer-in-
Charge, if felt necessary by him.

12. When bids are invited in three stage system and if it is desired to submit revised financial
bid then it shall be mandatory to submit revised financial bid. If not submitted then the bid
submitted earlier shall become invalid

13. The department reserves the right to reject any prospective application without assigning
any reason thereof and to restrict the list of qualified bidders to any number deemed
suitable by it, if too m a n y b i d s are received satisfying the laid down criteria.

14. Earnest Money in the form of Treasury Challan or Demand Draft or Pay Order or Banker‟s
Cheque or Deposit at Call Receipt or Fixed Deposit Receipt drawn in favour of Executive
Engineer, Bangalore Central Division II, CPWD, Bangalore shall be scanned and
uploaded to the e-tendering website within the period of bid submission. The original
EMD should be deposited either in the office of Executive Engineer inviting bids or
Division office of any Executive Engineer, CPWD within the period of bid
submission. The EMD receiving Executive Engineer (including NIT issuing EE/AE)
shall issue a receipt of deposition of Earnest Money deposit to the bidder in a
prescribed format (enclosed Annexure „A‟) uploaded by tender inviting EE in the
NIT.
The receipt shall also be uploaded to the e-tendering web site by the intending
bidder up to the specific bid submission date and time.

A part of earnest money is acceptable in the form of bank guarantee also. In such case,
minimum 50% of earnest money or Rs.20 lac, whichever is less, shall have to be
deposited in shape prescribed above, and balance may be deposited in shape of Bank
Guarantee of any scheduled bank having validity for 180 days or more from the last
date of receipt of bids which is to be scanned and uploaded by the intending bidders.

15. Copy of certificate of work experience, Audited Balance Sheet, Bank Solvency Certificate
and other necessary details/documents as per proforma given in Section III shall be
scanned and uploaded to the e-tendering website within the period of tender
submission by all bidders and certified copy of each shall be deposited in a separate
envelope marked as “Eligibility Documents”.

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
10

16. This work requires engaging more than 20 nos. of labours / workers and therefore all
necessary licenses such as labour license, EPFO and ESI, BOCW welfare registration
etc., shall be taken by contractor within the time limits as prescribed under clause 1 of
schedule „F‟.

17. The document to be physically submitted shall be page numbered and each page shall
be signed by authorized signatory.

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

19. The intending bidder must read the terms and conditions of CPWD-6 carefully. He should
only submit his bid if he consider himself eligible and he is in possession of all the
documents required.

20. Information and instructions for bidders posted on website shall form part of bid
document.

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

22. Any dispute arising out of this tender including dispute related to encashment of
any Bank Guarantee/ FDR etc., shall be subject to the jurisdiction of courts of
Karnataka State only.

Executive Engineer,
Bangalore Central Division II,
CPWD, Bangalore.

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
11

(J)(i) List of Documents to be filled in by the bidders in various forms as


indicated in Section III, to be scanned and uploaded in JPG format or PDF
format within the period of bid submission:

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

2. Letter of transmittal

3. Certificate of Financial Turnover from Charted Accountant (Form „A‟).

4. Bank Solvency Certificate (Form „B‟).


5. Certificates of Works Experience (Form „C‟) [From non CPWD and CPWD Class-II
contractor]
6. Details of ongoing work of similar nature (Form „C-1‟)

7. Assessment of quality for completed as well as ongoing works (Form „D-1‟)


8. Copy of CPWD enlistment order under composite category Class-I (Super), Class-
I(AAA), Class-I(AA) and Class-1 (A) (applicable for CPWD enlisted contractors only)

9. Copy of receipt for deposition of original EMD issued from division office of any
Executive Engineer, (including NIT issuing EE) CPWD. (Annexure –I)

10. Copy of Certificate of Registration for Goods Service Tax (GST) and copies of filed
returns to the GST authority till March 2019.
11. Undertaking on structural design as per the certificate of sample attached – Page .18......

12. Undertaking stating that the contractor had visited and acquainted himself the site
condition.

13. Notarised Affidavit of „Non-Black listing‟ by CPWD/State//Central Departments/PSU/


Autonomous bodies as per Form‟J‟. Not older than April 2019.

Documents at Sl. No. 3, 4, 5, 6, 7 & 8 need not to be submitted by CPWD contractors enlisted
in composite category Class-I (Super), Class-I(AAA), Class-I(AA) and Class-I (A)

Executive Engineer,
Bangalore Central Division II,
CPWD, Bangalore

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
12

(J)(ii) List of Documents to be submitted after acceptance:

1. Licenses/ Registrations or proof of applying for labour licenses, registration with EPFO,
ESIC & BOCW Welfare Board

2. Willingness certificate from concerned specialised competent associates electrical


contractors/ agencies.

3. Undertaking from original equipment manufacturer (OEM) in respect of warranty


conditions mentioned under special condition for E&M works.

4. Undertaking for OEM in respect of technical support/AMC for items as mentioned under
special conditions for E&M works.

5. Undertaking regarding warrantee and technical support.

Executive Engineer,
Bangalore Central Division II,
CPWD, Bangalore

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
13

DESIGN CONSIDERATIONS & REQUIREMENTS (CIVIL WORK)

The Buildings 320 Men Barracks (G+3), Admin block (GF+1), GO‟S Mess - Ground floor,
Quarter Gurard - Ground floor and Type-III – (G+3) Ty-IV – (G+2 )and Ty-V- (GF) will be
designed and constructed as per minimum “3 star GRIHA Rating”. Accordingly use of fly ash /
GGBS in concrete is permitted

1. Type of Structure –The structure shall be either with conventional RCC framed cast-in-situ
construction or precast construction or Monolothic shear wall construction as per Tenderer‟s
Own Structural Designs. The tenderer should invariably adopt the architectural plans,
elevations, sections and details enclosed to tender with minor changes if necessary with
prior approval of Engineer-in-charge.
2. All concrete to be used /prepared at site shall be Design Mix concrete/ RMC as per mix
design approved by Engineer-in-charge.
3. Design criteria of RCC structural units shall conform to the Design requirements of Latest
Version of IS:456-2000.
4. Minimum grade of concrete RCC shall be of M-30 Grade as per Latest version of IS:456-
2000
5. IS marked TMT bars of various grades shall be procured from
(a) The steel Manufacturers such as SAIL, TATA steel Ltd., RINL, JINDAL steel &power Ltd,
and JSW steel Ltd or their authorised dealers having valid BIS license for IS: 1786-2008 (
Amendmant-1 November 2012).
(b) The steel manufacturers or their authorised dealers (as per DG/MAN/382 dated
06.02.2019) having valid BIS license for IS: 1786-2008 ( Amendmant-1 November 2012).
6. The permissible stresses for plain and reinforced concrete shall be in accordance with the
requirements of Latest Version of IS:456-2000.
7. Components of RCC structure shall be designed for loads in accordance with IS 875 (Parts l
to 5) and IS 1893 (latest version). (Part 1). In addition, loads that might be expected during
the construction shall also be considered in the design.
8. Resistance to horizontal loading shall be provided by having moment resisting frames and/or
shear walls.
9. The structure shall be designed for Fire rating of two hours.
10. For shrinkage, thermal effects and lateral loads provisions of expansion Joints as per IS
3414(Latest Version) shall be provided.
11. Frame members i.e. Beams & columns to be designed for shear moments and deflections
as per the values obtained from model analysis. All other components of the building shall
be designed with approved design programs. Design calculations shall be provided for all
the components of the structure.
12. Basic load calculations shall be provided for all values of loads applied on all members in
STAAD model./ETAB MODEL

13. Water retaining structures shall be designed in accordance with relevant provision of IS:
3370 (Part-I to part-IV, Latest Version). In addition Earthquake forces as per IS -1893 latest
version shall also be considered.

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
14

14. FOUNDATION
a. Subsurface investigation shall be carried out indicating vertical sections of the strata,
testing of soil samples on the site and in a laboratory for determining shear strength
parameters, bearing capacity of the soil, permeability, index properties, water table,
compressibility characteristics, swelling properties type & classification of soil and
other geophysical information in the field to decide economical & sound foundation
type.

b. Number of Trial Pits and Borings

For a compact building site covering an area of about 0.4 hectare, one bore hole in
each corner and one in the centre should be tested. Cone penetration tests may be
performed at every 50 m by dividing the area in a grid pattern and number of bore
holes or trial pits decided by examining the variation in the penetration value curves

c. Depth of Exploration:

(i) The bore holes shall be made upto the required depths as per IS : 1892 (Latest
Version)
(ii) In weak soils, the exploration should be continued to a depth at which the loads
can be sustained without undesirable settlement and shear failure.
(iii) Water level in the bore shall be determined in accordance with, IS : 6935 (Latest
Version)

d. The cement concrete foundation (plain or reinforced) shall be designed in accordance


with IS 456 (Latest Version).

e. Masonry structures (foundation & superstructure) shall be designed in accordance


with IS 1905 (Latest Version).

f. Design Considerations for Spread or Strip foundation shall be as per I.S. 1080 (Latest
Version).

g. Choice of Raft Type foundation

(i) For small and fairly uniform column spacing and when the supporting soil is not
too compressible, a flat concrete slab having uniform thickness throughout (a
true mat) shall be provided. The slab may be thickened under heavily loaded
columns to provide adequate strength for shear and negative moment. Pedestals
may also be provided in such cases.

(ii) A slab and beam type of raft shall be preferred in large column spacing and
unequal column loads, particularly when the supporting soil is very compressible.

(iii) In cohesive soils, the effect of long term settlement due to consolidation shall be
taken into consideration.

(iv) In case the structure supported by the raft consists of several parts with varying
heights and loads, expansion joints between these parts shall be provided.

h. Pile foundation

(i) When adequate load-bearing strata at shallow zone is not available, pile
foundation may be provided.

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
15

(ii) Choice of piling system shall be made based on the soil report values, load values
of the super-structure.
(iii) Design Consideration for Piling system shall be as per relevant provisions in IS
2911(Latest Version).
(iv) Testing of piles and other requirements shall be as per IS 2911(Latest Version)
section-1 Para-4 and IS:14593 (Latest Version)

15. Seismic considerations

a. Dynamic analysis shall be performed on latest version of STAAD PRO


model,/ETAB/model considering Bangalore falling under Zone II. Dynamic analysis, if
required, shall be performed by Response Spectrum method using the design
spectrum specified under relevant clause of IS code1893 (Latest Version). RC
building frame system shall be designed and detailed to provide ductile behaviour and
shall comply with the requirements given in IS 4326 and IS 13920. In the buildings
with Dual frame system, the RC frame as well as the shear walls shall be designed
and detailed to provide ductile behaviour and comply with the requirements given in
IS 4326 and IS 13920.

b. Soft storey, if any, in the structure shall be treated as per relevant clause of IS 1893
(Latest Version).

c. Time period of the structure shall be taken as per relevant clause of IS 1893 (Latest
Version)

d. Torsional forces in the structure arising out of mass or stiffness irregularity shall be
dealt as per relevant clause of IS 1893 (Latest Version)

e. For underground structures and foundations at depths of 30 m or below, the design


horizontal acceleration spectrum value shall be taken as half the value as comes out
as per relevant clause of IS 1893 part I (Latest Version). For structures and
foundations placed between the ground level and 30m depth, the design horizontal
acceleration spectrum value shall be linearly interpolated between Ah and 0.5 Ah,
where Ah is as specified in relevant clause IS 1893 (part-1)(Latest Version). The
design acceleration spectrum for vertical motions, when required, may be taken as
two-thirds of the design horizontal acceleration spectrum specified.

f. To perform well in earthquake, the building shall be of simple & regular configuration
and of adequate lateral strength, stiffness and ductility. The building shall be
considered as irregular, if at least one of the conditions given in Tables 4 & 5, of IS
1893 (part1)(Latest Version) is applicable.

g. Vertical cantilever projections like RCC parapets, Tanks, etc. and others attached to
the buildings projecting above the roof, shall be designed and checked for stability for
five times the design horizontal seismic coefficient A as specified in relevant clause of
IS 1893 (part1)(Latest Version). In the analysis of the building, the weight of these
projecting elements will be lumped with the roof weight. The increased design forces
specified are only for designing the projecting parts and their connections with the
main structures. For the design of the main structure, such increase need not be
considered.

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
16

h. Seismic consideration in design of Isolated footings/pile caps

(i) Bangalore area being in Seismic Zones II, the individual spread footings/pile
caps shall be interconnected with ties. The ties may be provided at the
foundation level or at 150mm below G.L.

(ii) All ties shall be designed to carry in tension and in compression, an axial force
equal to Ah/4 times the larger of the column or pile cap load where Ah is as per
relevant clause of IS 1893 (part-1)(Latest Version)

(iii) The ties are to be designed for additional load of filler wall if acting in addition to
otherwise computed forces.

16. Separation Between adjacent buildings :

Two adjacent buildings or two adjacent units of the same building with separation Gap in
between shall be separated by a distance equal to the amount R times the sum of the
calculated storey displacements calculated as per relevant clause of IS 1893 (part-1)(Latest
Version) each of them, to avoid damaging contact when the two units deflect towards each
other. When floor levels of two similar adjacent units or buildings are at the same elevation
levels, factor R in this requirement may be replaced by R/2.In addition due allowance for
Thermal Expansion shall also be made.

17. Proof checking: Architectural drawings are available. The contractor shall design and
submit the complete structural drawings, calculations, soft copies on CDs and two set hard
copies for proof checking. Proof check to be got done from any one of the Government
Institute. (i) IIT Madras, Chennai (ii) NIT, Trichy (iii) NIT, Surathkal, (iv) IISc, Bengaluru.
After getting the proof checking done the contractor shall submit corrected and faired
structural drawings in two set soft copies on CDs and eight set hard copies. The consultancy
fees for proof checking shall be borne by the contractor..

Note:- whether specifically mentioned or not, all the IS codes referred above are to be used with
latest edition and amendments upto last date of submission of bid.

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
17

UNDERTAKING ON STRUCTURAL DESIGN


The following certificate is to be submitted along with the technical bid of the bid document:

1. It is to certify that the structural design and drawings including safety from natural
hazards like seismic, wind, fire etc., shall be prepared by duly qualified Structural
Engineer as per norms prescribed in NBC/ B.I.S/ I.R.C./ APPLICABLE RECOGNISED
CODES/ STANDARDS.

2. Further to certify that the structural Consultant hired by us for carrying out the structural
design shall have following experience.

a) Faculty at any reputed Government Engineering College like IIT/NIT etc.

Or

b) Under the panel list of CDO/CPWD (mention as the case may be)

Or

c) The structural consultant will have atleast a degree of M. Tech (Structure) or


equivalent and has got an experience of 15 years or more in the field of
structural design of similar nature of works. Documents in support of the above
will be submitted at appropriate time for approval of the department.

1. Signature of the contractor with date

--------------------

Name in Blocks letters ----------

Address ------------------------

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
18

SCOPE OF WORK

The work shall be executed on Turnkey (Design & Build) basis involving getting all local body
clearances, soil testing, structural design & drawings, constructions & commissioning of buildings &
services and obtaining completion certificate in accordance with layout plan and
architectural/structural drawings. The layout plan and architectural drawings shall be provided by the
department.The work is to be executed according to those drawings. Scope of work contained in the
paras mentioned below i s only indicative and not exhaustive. In addition the contractor shall be
responsible for executing all items required for completing the various building in all respects to
make it habitable and ready for occupation complete, as per architectural drawings and direction of
Engineer-in-charge.

1. The Works shall include all Civil, Electrical, Mechanical, Horticulture all Safety Aspects and
any other Works required for the Construction and Completion of the Works in all respects
and to the Satisfaction of the Engineer-in-Charge.

2. Local Body Approval:


(i) Agency will get the scheme approved from the local bodies wherever required before start
of the work and if required after completion of the work also. However if modification is
required in any of the architectural drawing by any of the local bodies, the same shall also
be carried out by the contractor at his own cost.
(ii) The contractor shall obtain all mandatory approval and No Objection Certificate/ Consent
for Establishment from local body authorities like local Fire department, local town
planning authority, local ground water authority, local electricity supply authority, local
pollution control board, Forest department, Environmental clearance, Lift inspectorate,
Central Electricity Authority, Airport Authority of India (AAI) etc at his own cost.
(iii) The contractor has to prepare all the documents as required and submit directly to the
local statutory bodies under intimation to the Engineer-in-charge.
(iv) The contractor shall at his own cost collect field samples and carry out all necessary tests
required for submission of necessary applications.
(v) The contractor has to comply and, if necessary, resubmit applications as required by the
local bodies.
(vi) If required the contractor has to appoint at his own cost consultants for obt aining local
body approval
(vii) The statutory payments or fees made to local bodies shall be reimbursed by the
department on production of proof of such payments.
(viii) Three final copies of the documents prepared shall be submitted to Engineer-in-Charge
for record.
(ix) All the documents created out of the assignment will become the sole property of the
Department.
(x) The contractor shall obtain occupancy certificate after completion of the project from
statutory local bodies before handing over the same to the Department.

3. Agency shall get the detailed soil investigation done as per relevant IS code, NBC 20 16 etc.
as applicable through the soil consultant having professional experience of 15 years and
must have carried out soil investigation successfully for at least two similar works & one set
of test report shall be deposited with the department. The department may verify the results
submitted by the agency, if need be.

4. Tenderer may satisfy himself by conducting pre-soil tests if he so requires. However an


indicative soil investigation report is uploaded for general guidelines of the Bidders, although
this will not have any bearing on the quoted rates by the bidders. Tenderer will be required
to conduct detailed soil investigation including detection of harmful chemicals for housing
pocket separately for carrying out structural design of housing pocket, through soil
consultants as mentioned in Para 3 above.

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
19

5. Structural Design:

(i) Prepare complete structural design, drawings for foundation, superstructure and for other
related structures of the Residential and Non Residential buildings as per provision
contained in IS/ relevant codes under seismic Zone II.
(ii) The contractor shall take all precautions like filling of sand in pit or any other measures
approved by Engineer-in-charge so that vibrations from Rolling Stock/Railway Track are
not transferred to the structure. Nothing extra shall be paid on this account.
(iii) The structural drawings shall be got proof checked from the consultant agreed by the
Department (i.e. CPWD). If any modification in design/ drawing is needed as per site
conditions, or subsequent to proof checking, the contractor shall do/ redo the design without
any extra cost. The decision of the Engineer-in-charge in this regard shall be final and
binding. No claim whatsoever on this account will be entertained on this count. The cost of
proof-checking shall be borne by the contractor.

6. Planning, preparing drawing for internal services and execution of the same i.e. internal sanitary
work, water supply work, drainage system etc. complete for the building including all pipes, its
fittings, testing etc. complete as approved by the department.

7. Water supply: Water supply lines shall be laid as per scheme prepared, submitted by the
contractor and approved by Engineer-in-charge. The same would be implemented as per approval
given along with construction of overhead tank on top of the building.

8. Planning, designing and construction/ installation of underground reservoirs, water gallery,


its pump houses for water supply, for firefighting tank including installing of pumps, stand by
pumps, , as per approved drawings/ specifications or as directed by Engineer-in-charge.

9. Connection charges/fees, if any to be paid to the local bodies or any other agency shall be borne
by the Department. The cost of restoration of any services damaged by the contractor during
execution shall be borne by him.

10. Complete leveling and dressing as per Building and landscape plan including filling of earth,
its supply, disposal of surplus earth as the case maybe, is to be completed as directed by the
Engineer-in-charge

11. Taking all precautionary measures to safeguard against any accident for the contractors‟
employees, general public, supervisory staff of CPWD by providing necessary safety
equipments e.g. MS sheet barricading etc and personnel‟s protection equipments e.g. helmets,
safety shoes etc. at work site.

12. The site has to be kept clean of all debris, rubbish and dirt & surplus/waste material all the time.
It also includes maintenance, cleaning & de-silting the drains, pipe lines laid by the agency for all
services etc. executed by the agency to the entire satisfaction of the Engineer-in-charge
during the construction period. Cleaning and de-silting will also be done by the agency before
handing over the completed building to CPWD. All machines, equipments and labour for this
purpose will be arranged by the contractor.

13. The contractor shall submit the Schedule of quantities of items, their rates as per DSR (i.e. DSR
2018 (Civil), DSR 2018 (Electrical & Mechanical) and reference with upto date correction slips and
LMR for items not available in DSR with detailed measurements & their specifications, as
finally approved (in four sets) within two months from the date of start of the work to accord the
Technical Sanction.

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
20

14. The Electrical work as per specifications and scope of work given in the bid document &
direction of Executive Engineer (Electrical) CPWD which includes internal electrical installations,
etc. shall be implemented along with civil work.

15. All labour employed by the firm/ contractor shall be got registered with Karnataka
Construction Labour Welfare Board, ESIC and EPF, etc,

16. Defect liability period would be one (1) year from the date of handing over the building
complete in all respects & fit for occupation. During this period, the defects noticed in the work
shall be rectified by the contractor at his own cost. In case he fails to do so after intimation to
him in writing by the Engineer-in-charge, the same shall be carried out b y t h e Department at
his r i s k a n d c o s t . However, maintenance of other building activities such as cleaning,
sweeping of pocket & desilting of sewer lines, S.W. Drain shall be done only once, at the time
prior to handing over the building.

17. The final plinth level will be decided soon after actual start of work at site. However the plinth
level of the building shall be generally 1000-1200 mm above the crown of finished road.
Changes, if any, with the approval of Engineer –in-charge in the plinth height would not affect
the agreed rate and no claim on this account shall be entertained.

18. Planning, designing and providing required electrical installations for the proposed building shall
be as per NBC norms and shall include obtaining approval of local bodies.

19. Roof top Rain water harvesting system as per approved norms. Planning designing and
execution of the roof top rain water harvesting system for recharge of the sub soil water including
laying of pipe lines and construction of substructure/ super structures is included in the scope of
work. The design, system shall be for minimum 25mm per hour intensity of rainfall and shall be
got approved from the Engineer-in-charge.

20. Planning designing and providing required firefighting system for proposed building as per NBC
2016 norms and chief fire officer approval including the provision of required capacity
underground water tank, overhead tank, pumps, hydrant, extinguisher, sprinklers, provision of
refuge area, fire stair case etc. all to the entire satisfaction of Fire Authorities.

21. Out of 22 months as stipulated period, the time limit for Planning & Designing shall be maximum
5 months including the activities of obtaining Local Body approvals if any for commencement of
work at site. The remaining period i.e. 17 months will be for completion of entire work fit for
habitation.

22. Development Work shall include following items:

(i) Complete levelling as per the building and landscape plans including disposal of excess
soil and/or filling with good earth under OMC. If excavated soil is insufficient or of inferior
quality than good earth shall be supplied by the contractor at his own cost and nothing
extra shall be payable

(ii) Planning, design, construction of retaining walls if required for levelling purposes. Storm
water catch drains for proper drainage of rain water to the rain water harvesting system.

(iii) Cement concrete approach road upto main road and all around road and laying kerb
stones as per direction of Engineer-in-Charge. Path ways made with Cement concrete/
40mm thick CC tile/ 80mm thick paver block of M30grade/ 60mm thick grass paver as
per the Drawing enclosed. The concrete to be used shall be vacuum dewatered CC of
minimum grade M-30.

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
21

(iv) Construction of sewer line and man holes upto main sewer line (Trench).

(v) Water supply network around and inside the building from a tapping point near the
proposed building.

23. The above scope of work includes cost of all materials, manpower, equipments, T&P, fixtures,
accessories, royalties, taxes, watch & ward and all other essential elements for completion and
maintenance of works as aforesaid whatsoever. The approval accorded by CPWD before
acceptance of tender is only for tender evaluation. Any changes, modifications, revisions etc.
required to be done by CPWD, client, local bodies, proof consultants etc. in accordance with
applicable standards will have to be done at contractor‟s cost and nothing extra shall be
payable.

24. Documentation, Instrumentation, etc.

(i) All Drawings shall be made in Latest Version of AutoCAD and the Soft Copies on CDs
and eight Hard Copies of Prints of all Approved Drawings and "As Built" Drawings shall
be supplied by the Contractor to the Engineer-in-Charge at Free of Cost as per the
Approved Program.

(ii) CDs and eight Hard Copies of all Approved Design Calculations shall be submitted by
the Contractor to the Engineer-in-Charge at Free of Cost as per Approved Program.

(iii) Three Copies of "Operation and Maintenance Manual" describing Access Arrangements,
Important Obligatory Precautions from the Point of View of Structural Safety and
Procedure for Minor and Major Repairs of each Component of the Buildings and Layout,
Renewals of Finishes and Treatments periodically shall be supplied by the Contractor to
the Engineer-in-Charge at Free of Cost.

(iv) Three Copies of "Construction Manual" covering Various Aspects of Construction


Methods, Difficulties faced and how they are overcome during Execution, etc. shall be
supplied by the Contractor to the Engineer-in-Charge at Free of Cost at the Time of
Finalization of Work.

(v) The Contractor shall install Fixtures and Fastenings provided by the Engineer-in-Charge
for housing any Instrumentation at his Cost.

(vi) Fixing Arrangement for Internal and External Lighting shall be approved by the
Department and executed by the Contractor.

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
22
22

CPWD-6 FOR E- TENDERING

The Executive Engineer, Bangalore Central Division II, CPWD, 12th floor, Sir, M.V.
Kendriya Bhavan, Near Domlur Flyover, Bangalore-560071. Phone No. 080-25535018, Fax
No. 080-25502461, Email id: (bcd2cpwd1@gmail.com) on behalf of the President of India
invites online plinth area rate composite bids from CPW D enlisted contractors of
appropriate class in composite category and eligible firms / contractors of repute in
tw o bid system for the following work:-
C/o Infrastructure (Non-residential & residential building) for CISF 10th Reserve Battalion,
at Lakkur village, Bangalore in EPC mode (Design and Build basis). SH : C/o Administrative
Building, quarter guard, Ty-III, 16 Nos., Ty- IV- 6 Nos., Ty- V- 2 Nos., 2 Nos. 320 Men barracks
and GOs‟ Mess i/c internal electrical installations, water supply and sanitary installations.

The work is estimated to cost Rs. 35,79,15,328/- (for Civil Components


Rs. 31,25,65,959/- and Electrical Components Rs. 4,53,49,369/- The estimated cost is based
on CPWD Plinth Area Rates 2012 duly adjusted with latest cost index for Bangalore. This
estimate, however, is given merely as a rough guide.

1. Technical Eligibility Criteria

a. Joint ventures/Consortium and Special Purpose Vehicles are not accepted.

b. Eligibility Criteria for Work Experience.

To become eligible for participating in the bid process the bidders shall satisfy the
following Work experience Criteria. However, CPWD contractors enlisted in Composite
category Class-I (A) Class-I (AA), Class – I(AAA) & Class – I (Super) need not to submit
Technical eligibility / Work Experience documents .

The Bidder should have satisfactorily completed the works as mentioned below during
the last 7 (seven) years ending previous day of last date of submission of bids.

Three similar completed works each costing not less than Rs.1432/- lakhs
Or
Two similar completed works each costing not less than Rs.2147/- lakhs
Or
One similar completed work costing not less than Rs.2863/- lakhs

Similar work shall “Construction of RCC framed structure including if any internal water
supply, sanitary installations, internal electrical installations, all composite executed
under one contract. Basement, if any shall not be considered as storeyed.”

Note: “For the purpose of similar works, works executed in India only shall be
considered”.

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
23
Components of work executed other than23those included in definition of similar work
shall be included in the cost of similar work, if executed in same contract. Bidder shall submit
abstract of cost of all the subhead in support of this. However, cost of basement if executed
under same work, shall be included in cost of similar work.

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 submission of bid.

Qualified similar works may be physically inspected by the CPWD Engineer to


ascertain the completion, performance on quality of works for finalising the Technical
bid.

c. Eligibility Criteria for Financial Eligibility

To become eligible for participating in the bid process the bidders shall satisfy the
following Financial Eligibility Criteria. However, CPWD contractors enlisted in Composite
category Class –I (A), Class-I (AA), Class – I(AAA) & Class – I (Super) need not to submit
Financial eligibility documents.

1. The bidder should have had average Annual Financial Turn Over of at least Rs. 1790/-
lakhs on construction works during immediate last three financial years ending 31st March
2019. This should be duly audited by Chartered Accountants. Year in which no turnover is
shown would also be considered for working out the average.

The multiplication factor of 7% per annum simple rate is not applicable on the Annual
Financial Turnover figures.

2. The bidder should not have incurred any loss (profit after tax should be positive) in more
than two years during last five consecutive balance sheets ending 31st March 2019, duly
certified and audited by the Chartered Accountants.

3. The bidder should have a solvency of Rs. 1432/- lakhs duly certified by his Bankers.

4.

Estimated
Component of E&M
Sl. No cost Rs. (in Minimum Eligibility
works
lakhs)
1. IEI &Fans i/c power 390.40 The main contractor shall associate with
wiring & plugs, contractor registered in composite category
lightning conductor, Class II and above in CPWD for execution of this
rising main, Sub head of work, possessing valid Electrical
Telephone/ computer/ Contractor License of appropriate Voltage issued
TV conduiting, by Karnataka State Electrical Inspectorate.
external lighting and
UPS etc.

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
24
24

2. Fire Fighting 20.21 The main contractor shall have to associate with
(downcomer System) agency fulfilling the following eligibility criteria
and Automatic / having successfully completed during last seven
Manual Fire Alarm years ending up to previous day of last date of
systems, Fire submission of tender as given below with
Extinguisher completion certificate issued by an officer not
below the rank of Executive Engineer or
Equivalent duly attested.
Three similar completed works each of value
not less than Rs. 8.01 Lakhs
OR
Two similar completed works each of value
not less than Rs. 12.13 Lakh
OR
One similar completed work of value not less
than Rs. 16.17 Lakhs
Similar work shall mean "SITC of Fire Fighting
System (Water based)”.
3. Solar water heating 15.21 The main contractor shall have to associate
system and Solar roof with Specialized agency fulfilling the
top PV panel following eligibility criteria having
successfully completed during last seven
years ending up to previous day of last date of
submission of tender as given below with
completion certificate issued by an officer not
below the rank of Executive Engineer or
equivalent duly attested.
Three similar completed works each of value not
less than Rs. 6.08 Lakhs
OR
Two similar completed works each of value not
less than Rs.
Rs. 9.13 Lakhs
OR
One similar completed work of value not less
than Rs. 12.17 Lakhs
Similar work shall mean "SITC of Solar PV and
Water Heating System."

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
25
25

4. AV 13.42 The main contractor shall have to associate with agency


conference fulfilling
system & the following eligibility criteria having successfully
Access completed during last seven years ending up to previous
control day of last date of submission of tender as given below with
completion certificate issued by an officer not below the
rank of Executive Engineer or equivalent duly attested.
Three similar completed works each of value not less than
Rs. 5.37 Lakhs
OR
Two similar completed works each of value not Less
than Rs. 8.05 Lakh/-
OR
One similar completed works each of value not less than
10.74 Lakh/-
Similar work shall mean "SITC of AV conference and
Access control system".

5. RO 3.25 The main contractor shall have to associate with agency


water fulfilling
purifier / the following eligibility criteria having successfully
plant completed during last seven years ending up to previous
day of last date of submission of tender as given below
with completion certificate issued by an officer not below
the rank of Executive Engineer or equivalent duly
attested.
Three similar completed works each of value not less
than Rs. 1.3 Lakhs
OR
Two similar completed works each of value not Less
than Rs. 1.95 Lakh/-
OR
One similar completed works each of value not less
than 2.6 Lakh/-
Similar work shall mean "SITC of RO water purifier
system".

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
26
26
6 Inverter 11.00 The main contractor shall have to associate with agency
type fulfilling
Split Air the following eligibility criteria having successfully
condition completed during last seven years ending up to previous
ers day of last date of submission of tender as given below
with completion certificate issued by an officer not below
the rank of Executive Engineer or equivalent duly
attested.
Three similar completed works each of value not less
than Rs. 4.4 Lakhs
OR
Two similar completed works each of value not Less
than Rs. 6.6 Lakh/-
OR
One similar completed works each of value not less
than 8.8 Lakh/-
Similar work shall mean "SITC of Inverter type Split Air
conditioners ".
However, the composite category contractor shall also be
eligible to carry out himself without associating any
specialized agency provided:
(c) He fulfils the prescribed eligibility criteria respectively
for this work.

OR

(d) He directly procures the equipment of approved make


from manufacturer and gets it installed from authorized
agency / service provider of the manufacturer /
specialized agency, all as per the eligibility criteria
mentioned as above.

The bidder should either himself meet the eligibility conditions for the specialised
E&M works as above or otherwise he will have to associate an agency meeting the
eligibility requirements for specilised E&M works after award of work and has to submit
details of such agency(s) conforming eligibility conditions as defined in the bid
document to the Executive Engineer of concerned component at least two months in
advance from taking up specific component. Names of the agency(s) to be associated
shall be approved by the Engineer-in-Charge of concerned component.

The eligible bidders shall quote plinth area rates only, which shall include all components
of the work

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
27
27

5. For the purpose, “Cost of work” shall mean gross value of the completed work including
the cost of materials supplied by the Government/Client, but excluding those supplied free
of cost. This should be certified by an officer not below the rank of Executive Engineer /
Project Manager or equivalent.

6. Bidders are required to submit TDS Certificates in Form 16-A & Form 26A in case the
similar works are executed for a private body which shall form basis for establishing the
completion cost of similar work executed by the bidder.

7. Agreement shall be drawn with the successful bidders on prescribed Form No. CPWD 8
as amended up to the last date of submission of bid, which is available as a Govt. of India
Publication and also available on website www.cpwd.gov.in. Bidders shall quote his plinth
area rates as per various terms and conditions of the said form which will form part of the
agreement.

8. The time allowed for carrying out the work will be 22 (twenty two) 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 bid documents.

9.
(i) The site for the work is available.

(ii) The preliminary architectural drawings are made part of this bid document. The detailed
Architectural plan and approved structural drawings shall be responsibility of the
contractor. However, the contractor will have to submit the structural drawing along with
detailed structural design calculations at least one month before start of work.

10. The bid document consisting of layout plan, preliminary architectural drawings,
specifications, scope of work, preliminary soil investigation report (extract only), plinth area
of the Residential and Non-residential buildings and the set of terms & conditions of the
contract to be complied with and other necessary documents can be seen free of cost
from website www.tenderwizard.com/CPWD. or www.cpwd.gov.in. or
www.eprocure.gov.in. Plans can also be seen in the office of The Executive Engineer,
Bangalore Central Division II, CPWD, 12th floor, Sir, M.V. Kendriya Bhavan, Near Domlur
Flyover, Bangalore-560071. The standard publications like General Conditions of
Contract, Delhi Schedule of Rates 2018 (for Civil), Specifications for Civil and Electrical
works and Delhi Analysis of Rates 2018 (for civil and electrical) with amendments /
correction slips issued up to the previous day of the last date of submission of bid can be
seen free of cost from website www.cpwd.gov.in. Those contractors not registered on the
website mentioned above, are required to get registered themselves beforehand. If
needed they can be imparted training on online tendering process as per details available
on the website. The intending bidder must have valid class III digital signature to submit
the bid.

11. After submission of the bid, the bidder can re-submit revised bid any number of times but
before last time and date of submission of bid as notified.

12. While submitting the revised bid, bidder can revise the quoted rate any number of times
but before last time and date of submission of bid as notified. When bids are invited in
three stage system and if it is desired to submit revised financial bid then it shall be
mandatory to submit revised financial bid. If not submitted then the bid submitted earlier
shall become invalid.

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
28
13. Earnest Money in the form of Treasury Challan28 or Demand Draft or Pay Order or Banker‟s
Cheque or Deposit at Call Receipt or Fixed Deposit Receipt drawn in favour of The
Executive Engineer, Bangalore Central Division II, CPWD, Bangalore-560071shall be
scanned and uploaded to the e-tendering website within the period of bid submission. The
original EMD should be deposited either in the office of Executive Engineer inviting bids or
Division office of any Executive Engineer, CPWD within the period of bid submission. The
EMD receiving Executive Engineer (including NIT issuing EE / AE) shall issue a receipt of
deposition of Earnest Money deposit to the bidder in a prescribed format (enclosed
Annexure “I”) uploaded by tender inviting EE in the NIT. The receipt shall also be uploaded
to the e-tendering web site by the intending bidder up to the specific bid submission date
and time. A part of earnest money is acceptable in the form of bank guarantee also. In
such case, minimum 50% of earnest money or Rs.20 lac, whichever is less, shall have to
be deposited in shape prescribed above, and balance may be deposited in shape of Bank
Guarantee of any scheduled bank having validity for 180 days or more from the last date
of receipt of bids which is to be scanned and uploaded by the intending bidders.

14. The contractors registered prior to 01.04.2015 on e-tendering portal of CPWD shall have
to deposit tender processing fee at existing rates, or they have option to switch over to the
new registration system without tender processing fee any time.

15.

(i) Copy of Enlistment Order and certificate of work experience and other documents as
specified in the “Information and instructions for contractors for e-tendering” shall be
scanned and uploaded to the e-tendering website within the period of bid submission.
However, certified copy of all the scanned and uploaded documents as specified in
Information and instructions for contractors for e-tendering shall have to be submitted
by the lowest bidder only within a week physically in the office of tender opening
authority.

(ii) Online bid documents submitted by intending bidders shall be opened only of those
bidders, whose original Earnest money deposit with any division of CPWD and other
documents scanned and uploaded are found in order.
The technical bid submitted shall be opened at 15:00 hours on 26.06.2019. The time
and date of opening of financial bid shall be communicated at a later date.

16.

16.1 The bid submitted shall become invalid if:

a. The bidder is found ineligible.

b. The bidder does not deposit original EMD with Division office of any Executive
Engineer, CPWD

c. The bidder does not upload all the documents (including GST registration) as
stipulated in the bid document including the copy of receipt for deposition of original
EMD instrument.

d. If any discrepancy is noticed between the documents as uploaded at the time of


submission of bid and hard copies as submitted physically by the lowest bidder in the
office of tender opening authority.

e. If a tenderer quotes nil rates against each item in item rate tender or does not quote
any percentage above/below on the total amount of the tender or any section/sub
Addition : NIL Correction : NIL
Overwriting : NIL Deletion : NIL AE/P EE/P
29
29shall be treated as invalid and will not be
head in percentage tender, the tender
considered as lowest tenderer.

16.2 In case any discrepancy is noticed between the documents as uploaded at the time of
submission of the bid online and hard copies as submitted physically in the office of
Executive Engineer, then the bid submitted shall become invalid and 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 retendering process of the work.

16.3 After opening of the technical bid, the deficiencies found in the bid of each bidder vis a
vis requirements as per NIT will be communicated to individual bidders by Speed Post
with a request to furnish required documents within three days of receipt, failing which it
will be presumed that the individual bidder do not have any further documents to furnish
and decision on bids will be taken accordingly.

17. The tenderer whose bid is finally accepted, will be required to furnish performance
guarantee of 5% (Five Percent) of the bid amount within the period specified in schedule
F. This guarantee shall be in the form of cash (in case guarantee amount is less than Rs
10000) or Deposit at Call receipt of any scheduled bank / Banker‟s cheque of any
scheduled bank / Demand Draft of any scheduled bank / Pay order of any Scheduled
bank (in case guarantee amount is less than Rs 100000) or Government Securities or
Fixed Deposit Receipts of a Scheduled bank or an irrevocable bank Guarantee Bonds of
any Scheduled Bank or the State Bank of India in accordance with the prescribed form.
In case the contractor fails to deposit the said performance guarantee within the period
as indicated in schedule „F‟ including the extended period if any, the Earnest Money
deposited by the contractor shall be forfeited automatically without any notice to the
contractor. The earnest Money deposited along with bid shall be returned after receiving
the aforesaid performance Guarantee. The contractor whose bid is accepted will also be
required to furnish either copy of applicable licenses/ registrations or proof of applying for
obtaining labour licenses, registration with EPFO, ESIC and BOCW Welfare Board
including Provident Fund Code No. if applicable and also to ensure the complaint of
aforesaid provisions by the sub contractors, if any engaged by the contractor for the said
work and programme Chart (Time & Progress) within the period specified in schedule F.

18. The Description of the work is as follows:

“C/o Infrastructure (Non-residential & residential building) for CISF 10th Reserve
Battalion, at Lakkur village, Bangalore in EPC mode (Design and Build basis). SH : C/o
Administrative Building, quarter guard, Ty-III,-16 Nos., Ty- IV- 6 Nos., Ty- V- 2 Nos., 2
Nos. 320 Men barracks and GOs‟ Mess i/c internal electrical installations, water supply
and sanitary installations.

Intending Bidders are advised to inspect and examine the site and its surroundings and
satisfy themselves before submitting their bids as to the nature of the ground and sub-
soil (so far as is practicable), the form and nature of the site, the means of access to the
site, the accommodation they may require and in general shall themselves obtain all
necessary information as to risks, contingencies and other circumstances which may
influence or affect their bid. A bidders shall be deemed to have full knowledge of the site
whether he inspects it or not and no extra claims / payments consequent on any
misunderstanding or otherwise shall be allowed. The bidders shall be responsible for
arranging and maintaining at his own cost all materials, tools & plants, water, electricity,
access, facilities for workers and all other services required for executing the work unless
otherwise specifically provided for in the contract documents. Submission of a bid by a
bidder implies that he has read this notice and all other contract documents and has
Addition : NIL Correction : NIL
Overwriting : NIL Deletion : NIL AE/P EE/P
30
30
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 mentioned if any, in this tender document and local conditions and other
factors having a bearing on the execution of the work.

19. The competent authority on behalf of the President of India does not bind itself to accept
the lowest or any other bid and reserves to itself the authority to reject any or all the bids
received without assigning any reason. All bids in which any of the prescribed conditions
are not fulfilled or any condition including that of conditional rebate is put forth by the
bidders shall be summarily rejected.

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

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

22. The tenderer shall not be permitted to bid for works in the CPWD Circle (Division in case
of contractors of Horticulture / Nursery category) responsible for award and execution of
contracts, in which his near relative is posted as Divisional Accountant or as an officer in
any capacity between the grades of Superintending Engineer and Junior Engineer (both
inclusive). He shall also intimate the names of persons who are working with him in any
capacity or are 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 tenderer would render him liable to be
removed from the approved list of contractors of this Department.

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


Administrative duties in an Engineering Department of the Government of India is
allowed to work as a contractor for a period of one year after his retirement from
Government service, without the prior permission of the Government of India in writing.
This contract is liable to be cancelled if either the contractor or any of his employees is
found any time to be such a person who has not obtained the permission of the
Government of India as aforesaid before submission of the bid or engagement in the
contractor‟s service.

24. The bid for the works shall remain open for acceptance for a period of seventy five (75)
days from the date of opening of Technical bid. In case the 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-bidding process of the work.

25. This notice inviting bid shall form a part of the contract document. The successful bidders
/ tenderer, on acceptance of his bid by the Accepting Authority shall within 15 days from
the stipulated date of start of work, sign the agreement consisting of :-

a) The Notice Inviting Bid, all the documents including special conditions, additional
conditions, particular specifications and drawings, if any, forming part of the bid as
uploaded at the time of invitation of bid and the Plinth Area rates quoted online at the

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
31
31 thereof together with any correspondence
time of submission of bid and acceptance
leading thereto.

b) Standard C.P.W.D. Form 8 (GCC for CPWD works 2014) amendments upto last date of
submission of tender.

26. Composite Bids

26.1.1 The Executive Engineer in charge of the work will call bids for the composite work. The
Earnest Money will be fixed with respect to the combined estimated cost put to tender for
the composite bid.

26.1.2 The bid document will include following four components:

Part-A: CPWD-6, CPWD-8 including schedule A to F for all components, Standard


General Conditions of Contract for CPWD 2014 or latest edition as applicable
with all amendments / modifications as amended / modified up last date of
submission of tender and General/ special conditions, for Civil and Electrical
components. Chief Engineer / Engineer-in-charge of major component shall also
be competent authority under clause 2& 5 for minor component as mentioned in
schedule A to F.

Part-B: General/Special conditions Particular Specifications for Civil components of work

Part-C: Additional Conditions & Technical Specifications (Electrical components of


Works).

Part-D: Financial Bid

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

26.1.4 The eligible bidders shall quote Plinth Area rates which shall include rates for all items of
works as mentioned in Part-D. (Civil + Electrical)

26.1.5 After acceptance of the tender by competent authority, the EE in charge 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 to enter into one agreement with EE in charge of the work and
has also to sign two or more copies of agreement depending upon number of EE‟s in
charge of the work. One such signed set of agreement shall be handed over to EE in
charge of the work. EE in charge of the work will operate Part A and Part B of the
agreement. EE in charge of the work (s) shall operate Part C along with relevant portion
Part A of the agreement.

26.1.6 Entire work under the scope of composite bid including all components shall be executed
under one agreement.

26.1.7 Security Deposit will be worked out to the tendered amount of the respective component
of works. The Earnest Money will be refunded immediately after the expiry of stipulated
bid validity period or immediately after acceptance of the successful bidder, whichever is
earlier.

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
32
32
26.1.8 The main contractor has to associate agency(s) for specified component(s) conforming
to eligibility criteria as defined in the bid document and has to submit detail of such
agency(s) to Engineer-in- charge of concerned component within prescribed time. Name
of the agency(s) to be associated shall be approved by Engineer-in-charge of concerned
component.

26.1.9 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.

26.1.10 The main contractor has to enter into agreement with contractor(s) associated by
him for execution of specified components(s). This agreement must contain terms
and conditions of payment between the main contractor and associate contractor.
Copy of such agreement shall be submitted to, EE in charge of concerned
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 with prior approval of Engineer-in-charge
concerned

26.1.11 Running payment shall be made as per schedule of payment (refer page no..... In
case main contractor fails to make the payment to contractor associated by him
for specified component(s) within 15 days of receipt of each running account
payment then on the written complain of the contractor associated for such
specified component(s), the Executive Engineer in charge of concerned
component shall serve show cause notice to main contractor and after
considering the reply of the same he may make payment directly to the contractor
associated for specified component(s) as per terms and conditions of the
agreement drawn between main contractor and the associated contractor for the
specified component(s).

26.1.12 (a) The composite work shall be treated as complete when all the
components of the work are complete. The completion certificate of the
composite work shall be recorded by Engineer in charge of major component of
work.

(b) Final bill of whole work shall be finalized and paid as per the schedule of
payment for different component of work by the Engineer-in-charge of major
component of work.

26.1.13 It will be obligatory on the part of the bidder to sign the bid document for all
components before the first payment is released.

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
33
33
(Annexure-I)
Proforma of receipt of original EMD to be issued by an Executive Engineer of
CPWD (in case of deposition of original EMD in his office by the bidder)other than
the Executive Engineer, BCDII, CPWD, Bangalore to the bidder

Receipt of deposition of original EMD


(Receipt No. …………………………..….. / date …………….)
Name of work : C/o Infrastructure (Non-residential & residential building) for CISF 10th
Reserve Battalion, at Lakkur village, Bangalore in EPC mode (Design and Build basis). SH :
C/o Administrative Building, quarter guard, Ty-III,-16 Nos., Ty- IV- 6 Nos., Ty- V- 2 Nos., 2
Nos. 320 Men barracks and GOs‟ Mess i/c internal electrical installations, water supply and
sanitary installations.

NIT No – 13/2019-20/CE/BCD-II/Bangalore

1. Estimated cost : Rs. 35,79,15,328/- (for Civil Components Rs. 31,25,65,959/-, for
Electrical Components Rs.4,53,49,369/-).
2. Amount of Earnest Money Deposit: Rs. 45,79,153/-
3. Last date of submission of bid: 15:00 Hrs on 26.06.2019.
4. Name of Contractor ………………………………..…………………
5. Form of EMD ………………………………………..………………….
6. Amount of Earnest Money Deposit ………………………………..
7. Date of submission of EMD ……………………………………..….

Signature, Name and Designation of EMD


receiving officer (EE/AE(P)/AE/AAO)
along with Office stamp

1. The Executive Engineer of all divisions including NIT issuing division of CPWD should
receive the original EMD for tender of other division.
2. The NIT approving authority/EE at the time of issue of NIT shall also fill and upload the
following prescribed format of receipt of deposition of original EMD along with NIT.
3. The Executive Engineer receiving EMD in original form shall examine the EMD deposited
by the bidder and shall issue receipt of deposition of earnest money to the agency in a
given format uploaded by tender inviting EE. The receipt may be issued by the
AE(P)/AE/AAO.
4. The Executive Engineer receiving original EMD shall also intimate tender inviting
Executive Engineer about deposition of EMD by the agency by email/fax/telephonically.

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
34
34
5. The original EMD receiving Executive Engineer shall release the EMD after verification
from the e-tendering portal website (www.tenderwizard.com>tender free view> advance
search>awarded tenders) that the particular contractor is not L-1 tenderer and work is
awarded.
6. The tender inviting Executive Engineer will call for original EMD of the L1 tenderer from
EMD receiving Executive Engineer immediately.

GUIDELINES REGARDING SIGNING OF INTEGRITY PACT BY THE BIDDER AT THE TIME


OF SUBMISSION OF BID

Sub: Clarification regarding Introduction of Integrity Pact introduced vide OM No. CON
255 dated 23.05.2011

A new provision of Integrity Pact (IP) was introduced in GCC-2014. I t is mentioned


that at the time of submission of bid, it shall be mandatory to sign the pact by the
bidder failing which the bidder will stand disqualified from the tendering process and
such bid would be summarily rejected.

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

1. Submission of duly signed Integrity Pact by the bidder is applicable in case of


manual tendering where e-tendering is not followed.

2. In case of manual tendering Executive Engineer should sign the first page addressed
to the intending bidder at the time of issue of tender form and before submission of the
bid, each bidder shall sign IP at respective places and submit the bid. If duly signed IP
is not submitted by the bidder, such bid shall not be considered.

3. In case of e-tendering, Integrity Pact shall be treated in the same manner as other
components of the bid document. In e-tendering, the intending bidder does not sign
any document physically and entire bid document is submitted through digital
signature. Since IP is a part of bid document no separate physical submission is
required with other documents to be submitted in the office of tender opening
authority. In addition to other component of bid document, the Integrity Pact shall also
be signed between Executive Engineer and successful bidder after acceptance of bid.

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
35
35
INTEGRITY PACT

To,

………………………..,

………………………..,

………………………..

Sub: NIT No.: 13/2019-20/CE/BCD-II/Bangalore for the work C/o Infrastructure (Non-
residential & residential building) for CISF 10th Reserve Battalion, at Lakkur village,
Bangalore in EPC mode (Design and Build basis). SH : C/o Administrative Building,
quarter guard, Ty-III,-16 Nos., Ty- IV- 6 Nos., Ty- V- 2 Nos., 2 Nos. 320 Men barracks
and GOs‟ Mess i/c internal electrical installations, water supply and sanitary installations.

Dear Sir,

It is here by declared that CPWD is committed to follow the principle of transparency, equity and
competitiveness in public procurement. The subject Notice Inviting Tender (NIT) is an
invitation to offer made on the condition that the Bidder will sign the integrity Agreement, which
is an integral part of tender/bid documents, failing which the tenderer/bidder will stand
disqualified from the tendering process and the bid of the bidder would be summarily
rejected.

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

Yours faithfully

Executive Engineer

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
36
36
INTEGRITY PACT

To,
The Executive Engineer,
Bangalore Central Division II,
CPWD, 12th floor, Sir, M.V. Kendriya Bhavan,
Near Domlur Flyover,
Bangalore-560071.

Subject : Submission of Tender for the work of for the work C/o Infrastructure (Non-
residential & residential building) for CISF 10th Reserve Battalion, at Lakkur village,
Bangalore in EPC mode (Design and Build basis). SH : C/o Administrative Building,
quarter guard, Ty-III,-16 Nos., Ty- IV- 6 Nos., Ty- V- 2 Nos., 2 Nos. 320 Men
barracks and GOs‟ Mess i/c internal electrical installations, water supply and
sanitary installations.
.
Dear Sir,

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

Integrity Agreement enclosed with the tender/bid document.

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

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

I/We acknowledge that in the event of my/our failure to sign and accept the Integrity
Agreement, while submitting the tender/bid, CPWD shall have unqualified, absolute and
unfettered right to disqualify the tenderer/bidder and reject the tender/bid in accordance with
terms and conditions of the tender/bid.

Yours faithfully

(Duly authorized signatory of the Bidder)

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
37
37

To be signed by the bidder and same signatory competent / authorized to sign the
relevant contract on behalf of CPWD.
INTEGRITY AGREEMENT

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


20…....

BETWEEN

President of India represented through Executive Engineer, Bangalore Central Division II,
CPWD, Bangalore (Hereinafter referred as the Principal/Owner‟, which expression shall
unless repugnant to the meaning or context hereof include its successors and permitted
assigns)

AND

.............................................................................................................(Name and Address of the


Individual/firm/Company) through.................................................................... (Hereinafter referred
to as the (Details of duly authorized signatory)

“Bidder/Contractor” and which expression shall unless repugnant to the meaning or context
here of include its successors and permitted assigns)

Preamble

WHEREAS the Principal / Owner has floated the Tender (NIT No.13/2019-20/CE/BCD-
II/Bangalore) (hereinafter referred to as “Tender/Bid”) and intends to award, under laid down
organizational procedure, contract for C/o Infrastructure (Non-residential & residential building) for
CISF 10th Reserve Battalion, at Lakkur village, Bangalore in EPC mode (Design and Build
basis). SH : C/o Administrative Building, quarter guard, Ty-III,-16 Nos., Ty- IV- 6 Nos., Ty- V- 2
Nos., 2 Nos. 320 Men barracks and GOs‟ Mess i/c internal electrical installations, water supply
and sanitary installations.

.hereinafter referred to as the “Contract”.


AND WHEREAS the Principal/Owner values full compliance with all relevant laws of the land,
rules, regulations, economic use of resources and of fairness/transparency in its relation with its
Bidder(s) and Contractor(s). AND WHEREAS to meet the purpose aforesaid both the parties
have agreed to enter into this Integrity Agreement (hereinafter referred to as “Integrity Pact” or
“Pact”), the terms and conditions of which shall also be read as integral part and parcel of
the Tender/Bid documents and Contract between the parties.

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

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
38
38

Article 1: Commitment of the Principal/Owner


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

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


members, will in connection with the Tender, or the execution of the Contract,
demand, take a promise for or accept, for self or third person, any material or
immaterial benefit which the person is not legally entitled to.
(b) The Principal/Owner will, during the Tender process, treat all Bidder(s) with equity
and reason. The Principal/Owner will, in particular, before and during the Tender
process, provide to all Bidder(s) the same information and will not provide to any Bidder(s)
confidential / additional information through which the Bidder(s) could obtain an
advantage in relation to the Tender process or the Contract execution.
(c) The Principal/Owner shall endeavour to exclude from the Tender process any person,
whose conduct in the past has been of biased nature.

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

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

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


and agents) adhere to the highest ethical standards, and report to the Government /
Department all suspected acts of fraud or corruption or Coercion or Collusion of
which it has knowledge or becomes aware, during the tendering process and throughout
the negotiation or award of a contract.

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


corruption. He commits himself to observe the following principles during his participation
in the Tender process and during the Contract execution:
a) The Bidder(s)/Contractor(s) will not, directly or through any other person or firm, offer,
promise or give to any of the Principal/Owner‟s employees involved in the Tender
process or execution of the Contract or to any third person any material or other benefit
which he/she is not legally entitled to, in order to obtain in exchange any advantage of
any kind whatsoever during the Tender process or during the execution of the Contract.
b) The Bidder(s)/Contractor(s) will not enter with other Bidder(s) into any undisclosed
agreement or understanding, whether formal or informal. This applies in particular to
prices, specifications, certifications, subsidiary contracts, submission or non-submission
of bids or any other actions to restrict competitiveness or to cartelize in the bidding
process.
c) The Bidder(s)/Contractor(s) will not commit any offence under the relevant IPC/PC Act.
Further the Bidder(s)/Contract(s) will not use improperly, (for the purpose of competition
or personal gain), or pass on to others, any information or documents provided by the
Principal/Owner as part of the business relationship, regarding plans, technical proposals
and business details, including information contained or transmitted Electronically.
d) The Bidder(s)/Contractor(s) of foreign origin shall disclose the names and addresses of
agents/ representatives in India, if any. Similarly Bidder(s)/Contractor(s) of Indian
Addition : NIL Correction : NIL
Overwriting : NIL Deletion : NIL AE/P EE/P
39
39
Nationality shall disclose names and addresses of foreign agents/representatives, if any.
Either the Indian agent on behalf of the foreign principal or the foreign principal directly
could bid in a tender but not both. Further, in cases where an agent participate in a
tender on behalf of one manufacturer, he shall not be allowed to quote on behalf of
another manufacturer along with the first manufacturer in a subsequent/parallel tender
for the same item.
e) The Bidder(s)/Contractor(s) will, when presenting his bid, disclose any and all payments
he has made, is committed to or intends to make to agents, brokers or any other
intermediaries in connection with the award of the Contract.

3) The Bidder(s)/Contractor(s) will not instigate third persons to commit offences outlined
above or be an accessory to such offences.
4) The Bidder(s)/Contractor(s) will not, directly or through any other person or firm indulge
in fraudulent practice means a wilful misrepresentation or omission of facts or
submission of fake/forged documents in order to induce public official to act in reliance
thereof, with the purpose of obtaining unjust advantage by or causing damage to
justified interest of others and/or to influence the procurement process to the detriment of
the Government interests.
5) The Bidder(s)/Contractor(s) will not, directly or through any other person or firm use
Coercive Practices (means the act of obtaining something, compelling an action or
influencing a decision through intimidation, threat or the use of force directly or indirectly,
where potential or actual injury may befall upon a person, his/ her reputation or property
to influence their participation in the tendering process).

Article 3: Consequences of Breach


Without prejudice to any rights that may be available to the Principal/Owner under law
or the Contract or its established policies and laid down procedures, the Principal/Owner
shall have the following rights in case of breach of this Integrity Pact by the
Bidder(s)/Contractor(s) and the Bidder/ Contractor accepts and undertakes to respect
and uphold the Principal/Owner‟s absolute right:
1) If the Bidder(s)/Contractor(s), either before award or during execution of Contract has
committed a transgression through a violation of Article 2 above or in any other form,
such as to put his reliability or credibility in question, the Principal/Owner after giving 14
days notice to the contractor shall have powers to disqualify the Bidder(s)/Contractor(s)
from the Tender process or terminate/determine the Contract, if already executed or
exclude the Bidder/Contractor from future contract award processes. The imposition and
duration of the exclusion will be determined by the severity of transgression and
determined by the Principal/Owner. Such exclusion may be forever or for a limited
period as decided by the Principal/Owner.
2) Forfeiture of EMD/Performance Guarantee/Security Deposit: If the Principal/Owner
has disqualified the Bidder(s) from the Tender process prior to the award of the Contract
or terminated/determined the Contract or has accrued the right to terminate/determine
the Contract according to Article 3(1), the Principal/Owner apart from exercising any
legal rights that may have accrued to the Principal/Owner, may in its considered opinion
forfeit the entire amount of Earnest Money Deposit, Performance Guarantee and Security
Deposit of the Bidder/Contractor.

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


Contractor, or of an employee or a representative or an associate of a Bidder or
Contractor which constitutes corruption within the meaning of IPC Act, or if the Principal/
Owner has substantive suspicion in this regard, the Principal/Owner will inform the same
to law enforcing agencies for further investigation.

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
40
40

Article 4: Previous Transgression

1) The Bidder declares that no previous transgressions occurred in the last 5 years with
any other Company in any country confirming to the anticorruption approach or with
Central Government or State Government or any other Central/State Public Sector
Enterprises in India that could justify his exclusion from the Tender process.

2) If the Bidder makes incorrect statement on this subject, he can be disqualified from the
Tender process or action can be taken for banning of business dealings/ holiday listing
of the Bidder/Contractor as deemed fit by the Principal/ Owner.

3) If the Bidder/Contractor can prove that he has resorted / recouped the damage caused
by him and has installed a suitable corruption prevention system, the Principal/Owner
may, at its own discretion, revoke the exclusion prematurely.

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

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


commitment in conformity with this Integrity Pact. The Bidder/Contractor shall be
responsible for any violation(s) of the principles laid down in this agreement/Pact by any
of its Subcontractors/ sub-vendors.

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

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

Article 6- Duration of the Pact

This Pact begins when both the parties have legally signed it. It expires for the
Contractor/ Vendor 12 months after the completion of work under the contract or till the
continuation of defect liability period, whichever is more and for all other bidders, till the
Contract has been awarded. If any claim is made/lodged during the time, the same shall
be binding and continue to be valid despite the lapse of this Pact as specified above,
unless it is discharged/ determined by the Competent Authority, CPWD.

Article 7- Other Provisions

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

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

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

4) Should one or several provisions of this Pact turn out to be invalid; the remainder of this
Pact remains valid. In this case, the parties will strive to come to an agreement to their
Addition : NIL Correction : NIL
Overwriting : NIL Deletion : NIL AE/P EE/P
41
original intensions. 41

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

Article 8- LEGAL AND PRIOR RIGHTS

All rights and remedies of the parties hereto shall be in addition to all the other legal
rights and remedies belonging to such parties under the Contract and/or law and the
same shall be deemed to be cumulative and not alternative to such legal rights
and remedies aforesaid. For the sake of brevity, both the Parties agree that this Integrity
Pact will have precedence over the Tender/Contract documents with regard any of
the provisions covered under this Integrity Pact. IN WITNESS WHEREOF the parties
have signed and executed this Integrity Pact at the place and date first above mentioned
in the presence of following witnesses:

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

................................................................. (For and on behalf of Bidder/Contractor)

WITNESSES:

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

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

Place:

Dated:

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
42
42

Form of Earnest Money Deposit (Bank Guarantee Bond)


WHEREAS, contractor.................. (Name of contractor) (hereinafter called "the contractor") has
submitted his tender dated ............. (date) for the construction of ..............................................
(name of work) (hereinafter called "the Tender")

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


having our registered office at ................................... (hereinafter called "the Bank") are bound
unto Executive Engineer, Bangalore Central Division II, CPWD, Bangalore in the sum of Rs.
......................... (Rs. in words .................................................) for which payment well and truly
to be made to the said Executive Engineer, Bangalore Central Division II, CPWD, Bangalore
the Bank binds itself, his successors and assigns by these presents.

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

(1) If after tender opening the Contractor withdraws, his tender during the period of validity of
tender (including extended validity of tender) specified in the Form of Tender;
(2) If the contractor having been notified of the acceptance of his tender by the Executive
Engineer, Bangalore Central Division II, CPWD, Bangalore
(a) fails or refuses to execute the Form of Agreement in accordance with the Instructions to
contractor, if required;
OR
(b) fails or refuses to furnish the Performance Guarantee, in accordance with the provisions of
tender document and Instructions to contractor,
(3) If the tender submitted by bidder becomes invalid for the reasons specified at para no. 15.2
of CPWD-6 ((page no 32 of the tender document).
We undertake to pay to the Executive Engineer, Bangalore Central Division II, CPWD,
Bangalore either up to the above amount or part thereof upon receipt of his first written
demand, without the Executive Engineer, Bangalore Central Division II, CPWD, Bangalore
having to substantiates his demand, provided that in his demand the Executive Engineer,
Bangalore Central Division II, CPWD, Bangalore will note that the amount claimed by him is
due to him owing to the occurrence of one or any of the above conditions, specifying the
occurred condition or conditions.
This Guarantee will remain in force up to and including the date *…….. after the deadline for
submission of tender as such deadline is stated in the Instructions to contractor or as it may be
extended by the Executive Engineer, Bangalore Central Division II, CPWD, Bangalore,
notice of which extension(s) to the Bank is hereby waived. Any demand in respect of this
Guarantee should reach the Bank not later than the above date.

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


WITNESS .................. SEAL
(SIGNATURE, NAME AND ADDRESS)

*Date to be worked out on the basis of validity period of 120 days from last date of receipt of
tender.

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
43
43

Form of Performance Security (Guarantee)


Bank Guarantee Bond

In consideration of the President of India (hereinafter called “The Government”) having offered to
accept the terms and conditions of the proposed agreement between Executive Engineer,
Bangalore Central Division II, CPWD, Bangalore and …………….....................……
(hereinafter called “the said Contractor(s)”) for the
work…………………………………………………… (hereinafter called “the said agreement”)
having agreed to production of an irrevocable Bank Guarantee for Rs. …………. (Rupees
………………………………… only) in favour of Executive Engineer, Bangalore Central
Division II, CPWD, Bangalore being CDDO of Executive Engineer, Bangalore
Central Division II, CPWD, Bangalore as a security/guarantee from the contractor(s) for
compliance of his obligations in accordance with the terms and conditions in the said agreement.
1. We, ………………………………. (hereinafter referred to as “the Bank”) hereby undertake to
pay to the Government an amount not exceeding Rs. ………………………..
(Rupees………………. Only) on demand by the Government.

2. We, ……………………………….(indicate the name of the Bank) do hereby undertake to pay


the amounts due and payable under this guarantee without any demure, merely on a demand
from the Government stating that the amount claimed as required to meet the recoveries due or
likely to be due from the said contractor(s). Any such demand made on the bank shall be
conclusive as regards the amount due and payable by the bank under this Guarantee. However,
our liability under this guarantee shall be restricted to an amount not exceeding Rs.
………………….. (Rupees ……………….only)

3. We, the said bank further undertake to pay the Government any money so demanded
notwithstanding any dispute or disputes raised by the contractor(s) in any suit or proceeding
pending before any court or Tribunal relating thereto, our liability under this present being
absolute and unequivocal. The payment so made by us under this bond shall be a valid
discharge of our liability for payment there under and the Contractor(s) shall have no claim
against us for making such payment.

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
44
44
4. We, ……………………………. (indicate the name of the Bank) further agree that the
guarantee herein contained shall remain in full force and effect during the period that would be
taken for the performance of the said agreement and that it shall continue to be enforceable till
all the dues of the Government under or by virtue of the said agreement have been fully paid
and its claims satisfied or discharged or till Engineer-in- Charge on behalf of the Government
certified that the terms and conditions of the said agreement have been fully and properly
carried out by the said Contractor(s) and accordingly discharges this guarantee.

5. We, ……………………………. (indicate the name of the Bank) further agree with the
Government that the Government shall have the fullest liberty without our consent and without
affecting in any manner our obligation hereunder to vary any of the terms and conditions of the
said agreement or to extend time of performance by the said Contractor(s) from time to time or
to postpone for any time or from time to time any of the powers exercisable by the Government
against the said contractor(s) and to forbear or enforce any of the terms and conditions relating
to the said agreement and we shall not be relieved from our liability by reason of any such
variation, or extension being granted to the said Contractor(s) or for any forbearance, act of
omission on the part of the Government or any indulgence by the Government to the said
Contractor(s) or by any such matter or thing whatsoever which under the law relating to sureties
would, but for this provision, have effect of so relieving us.

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

7. We, ……………………………. (indicate the name of the Bank) lastly undertake not to revoke
this guarantee except with the previous consent of the Government in writing.

8. This guarantee shall be valid up to …………………………unless extended on demand by the


Government Not withstanding anything mentioned above, our liability against this guarantee is
restricted to Rs. …………………… (Rupees ………………..) and unless a claim in writing is
lodged with us within six months of the date of expiry or the extended date of expiry of this
guarantee all our liabilities under this guarantee shall stand discharged. Dated the
………………..day of ……………………for………………….(indicate the name of the Bank)

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
45
45
CPWD – 8
2

GOVERNMENT OF INDIA
CENTRAL PUBLIC WORKS DEPARTMENT

STATE : KARNATAKA ZONE : BANGALORE ZONE


DIVISION: BANGALORE CENTRAL DIVISION II BRANCH : B & R

PLINTH AREA RATE TENDER & CONTRACT FOR WORKS

Tender for the work of: C/o Infrastructure (Non-residential & residential building) for CISF 10th
Reserve Battalion, at Lakkur village, Bangalore in EPC mode (Design and Build basis). SH : C/o
Administrative Building, quarter guard, Ty-III,-16 Nos., Ty- IV- 6 Nos., Ty- V- 2 Nos., 2 Nos. 320
Men barracks and GOs‟ Mess i/c internal electrical installations, water supply and sanitary
installations.

(i) To be submitted online up to 3.00 PM on 26.06.2019 to the office of the


Executive Engineer, Bangalore Central Division II, CPWD, Bangalore

(ii) Technical bid only to be opened online in the presence of tenderers who may be
present at 3.30 PM on 26.06.2019 in the office of the Executive Engineer,
Bangalore Central Division II, CPWD, Bangalore. Financial bid shall be opened
later on in due course of time and only of those bidders who qualify in the
technical bid evaluation.

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, General
Conditions of Contract, of 2014 with amendments up to the last date of submission of tenders,
clauses of contract, Special conditions, Schedule of Rate & other documents and Rules referred
to in the conditions of contract and all other contents in the tender document for the work C/o
Infrastructure (Non-residential & residential building) for CISF 10th Reserve Battalion, at Lakkur
village, Bangalore in EPC mode (Design and Build basis). SH : C/o Administrative Building,
quarter guard, Ty-III,-16 Nos., Ty- IV- 6 Nos., Ty- V- 2 Nos., 2 Nos. 320 Men barracks and GOs‟
Mess i/c internal electrical installations, water supply and sanitary installations.

I/We hereby tender for the execution of the work specified for the President of India
within the time specified in Schedule „F‟ viz., schedule of quantities and in accordance in all
respect with the specifications, designs, drawing and instructions in writing referred to in Rule-1
of General Rules and Directions and in Clause 11 of the Conditions of contract of 2014 with
amendments up to the last date of submission of tenders and with such materials as are
provided for, by, and in respect of accordance with, such conditions so far as applicable.

We agree to keep the tender open for seventy five (75) days from the date of opening of
technical bid and not to make any modification in its terms and conditions.

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
46
46

The Earnest money of Rs. 45,79,153/- in the form of Treasury Challan or Demand draft
or pay order or Banker‟s cheque or Deposit at call Receipt or Fixed deposit Receipt shall
be scanned and uploaded to the e-tendering website within the period of bid submission. If
I/We, fail 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 the
successors in office shall without prejudice to any other right or remedy available in law, be at
liberty to forfeit the said performance guarantee absolutely, the said performance guarantee
shall be a guarantee to execute all the works referred to in the tender documents upon the
terms and conditions contained or referred to those in excess of that limit at the rates to be
determined in accordance with the provision contained in Clause 12.2 and 12.3 of the tender
form.

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

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

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

Witness: Postal Address

Address:
Occupation:

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
47
47

ACCEPTANCE

The above tender (as modified by you as provided in the letters mentioned hereunder) is
accepted by me for an on behalf of the President of India for a sum of Rs..………*……….……..
(Rupee………..………………………………………*……………………………………………………
………………….....………………...).

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

(a) *
(b) *
(c) *

For & on behalf of President of India

Signature …………………*……………………

Dated: ……*…….. Designation ………………*………

* to be filled by EE

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
48

PROFORMA OF SCHEDULES FOR PLINTH AREA


(All COMPONENTS OF WORKS)

SCHEDULE „A‟

Schedule of plinth area for C/o Infrastructure (Non-residential & residential building) for CISF 10th
Reserve Battalion, at Lakkur village, Bangalore in EPC mode (Design and Build basis). SH : C/o
Administrative Building, quarter guard, Ty-III,-16 Nos., Ty- IV- 6 Nos., Ty- V- 2 Nos., 2 Nos. 320
Men barracks and GOs‟ Mess i/c internal electrical installations, water supply and sanitary
installations.. for quoting combined rate for Civil and Electrical works as per Part-D at page
.................

SCHEDULE 'B'
Schedule of materials to be issued to the contractor.

S. Description of item Quantity Rates in figures & words at Place of


No. Which the material will be issue
charged to the contractor
NIL

SCHEDULE 'C'
Tools and plants to be hired to the contractor

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


As per list attached (Table-2) Annexure-II

SCHEDULE „D‟
Extra schedule for specific requirements /document for the work, if any:-

Civil work:

Particular specifications and special -- As per part B of tender


conditions document

Electrical work:

Additional conditions and Technical As per part C of tender


specifications -- document

SCHEDULE „E‟
Reference to General Conditions of Contract: General Conditions of Contract 2014 with
amendments issued up to the last date of submission of tender.

C/o Infrastructure (Non-residential & residential building) for CISF 10th Reserve Battalion, at
Lakkur village, Bangalore in EPC mode (Design and Build basis). SH : C/o Administrative
Building, quarter guard, Ty-III,-16 Nos., Ty- IV- 6 Nos., Ty- V- 2 Nos., 2 Nos. 320 Men barracks
and GOs‟ Mess i/c internal electrical installations, water supply and sanitary installations.

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
49

Estimated cost of work


(i) Civil Components : Rs. 31,25,65,959/-
(ii) Electrical Components : Rs. 4,53,49,369/-

(i) Earnest Money : Rs. 45, 79,153/ -

(ii) Performance Guarantee : 5% of tendered amount

(iii) Security Deposit : 2.5% of tendered amount

SCHEDULE 'F' (GENERAL RULES & DIRECTIONS)

Officer inviting tender: Executive Engineer,


Bangalore Central Division II,
Central Public Works Department,
Bangalore

Definitions:

2v) Engineer-in-Charge Executive Engineer, Bangalore Central Division II,


i) Civil work CPWD, Bangalore or his successor thereof.

ii) Electrical work Executive Engineer, Bangalore Central Electrical


Division – II, CPWD, Bangalore or successor there
of
2(viii) Accepting Authority Chief Engineer, CPWD, Bangalore or his successor
thereof
2(x) Percentage on cost of 15%
materials and Labour cover all
to overheads and profits

2(xi) Standard Schedule of Rates


(i) Civil work DSR 2018 with amendments up to last date of
submission of bid.

(ii) Electrical work DSR (E&M) 2018 with amendments up to last date
of submission of bid.

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

9(ii) Standard CPWD Contract Form CPWD Form 8 & GCC 2014 modified & corrected
GCC up-to last date of submission of bid.

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
50

Clause 1

(i) Time allowed for submission of Performance Guarantee, 7 (Seven) days


programme chart (time & progress) and applicable labour
licenses, registration with EPFO, ESIC and BOCW
Welfare Board or proof of applying thereof from the date
of issue of letter of acceptance
(ii) Maximum allowable extension with late fee @0.1% per 7(Seven) days with late fee
day of Performance Guarantee amount beyond the @ 0.1% per day of the PG
period provided in (i) above amount.

Clause 2
Authority for fixing compensation under clause 2 Chief Engineer
CPWD, Bangalore or
successor thereof

Clause 2A
Whether Clause 2A shall be applicable No

Clause 5
Number of days from the date of issue of letter of 10 (ten)days or date of
acceptance for reckoning date of start handing over of site
whichever is later

Table of Mile stones for Civil work


Sl. Description of Mile stone (Physical) ( All Time Amount to be with-held
No. floor levels are with reference to lower most allowed in in case of non-
Ground level) months achievement of each of
(From date the mile stone (% of all
components of tendered
of start)
amount)
1 c) Submission of methodology statement for
carrying out the job including safety practices 1 months 0.25%
being adopted.
d) Submission of applications including all
required documents to all necessary local
bodies.
e) Submission of preliminary structural
drawings/ structural arrangement plans and
tentative bill of quantities
f) Submission of documents for associating
agencies for Electrical works.
2 a) Submission of structural drawings approved 4 Months 0.25%
by Proof Checking consultants.
b) Obtaining approval/ consent of
establishment from all mandatory local
bodies.
c) Submission of working drawings, for all civil
& electrical services BOQ for Accord of
Technical Sanction.

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
51

Sl. Description of Mile stone (Physical) ( All Time Amount to be with-held


No. floor levels are with reference to lower allowed in in case of non-
months achievement of each of
most Ground level)
(From date the mile stone (% of all
components of tendered
of start)
amount)
3 a) Completion of entire earth work, RCC 7 Months 1.00%
foundation and footings, grade beams,
RCC framed structure upto plinth level,
plinth filling and consolidation of earth
upto plinth level all buildings.

4 a) Completion of Structure up to 50% of 10 Months 1.00%


floor area including masonry work upto
25% of floor area in all buildings.
b) Laying of conduit for all electrical
services along with civil work.

5 a) Completion of Structure up to terrace 13 Months 1.00%


including mumty room, overhead RCC
water tank, etc. in buildings
b) Supply of electrical material for internal
electrical installation.
c) Completion of wiring and fire fighting
work inside the building.

6 a) Completion of internal services (water 21 Months 1.50%


supply & electrical), all finishing work (Full
scope of work)
b) Completion of Internal electrical
installation work.

7 Commissioning of all the services, obtaining 22 Months 1.00%


all clearances, occupancy certificate and
handing over.

Withheld amount shall be released if and when subsequent milestone is achieved


within respective time specified. The main contractor will ensure that electrical components of the
work are executed in time without giving any chance for slippage of milestone an account of delay in
execution of associated electrical works by him. However, in case milestones are not achieved by
the contractor for the work, the amount shown against milestone shall be withheld by the Engineer-
In-Charge of the respective components.

Note: Intending tenderer may submit phasing of activities / milestones on the basis of their
resources and methodology at the time of tendering corresponding to physical milestones /
stages indicated in the above table. These shall be formed part of the agreement after
approval of the accepting authority

Time allowed for execution of work 22 (twenty two) Months for total
project including approval of
structural drawings.

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
52

Authority to decide:
(i) Extension of time :- Executive Engineer(Civil)
Bangalore Central Division II
CPWD, Bangalore or successor thereof.

(ii) Rescheduling of mile stones :- Chief Engineer, CPWD, Bangalore


a) All components of works or successor thereof.

(iii) Shifting of date of start in case of Chief Engineer, CPWD, Bangalore


delay in handing over of site :- or successor thereof.

Clause 6, 6A

Clause applicable - (6 or 6A) 6A

Clause 7

Gross work to be done together with net payment


/adjustment of advances for material collected, if any, As per schedule of stage payment
since the last such payment for being eligible to interim
payment

Clause 7A

Whether Clause 7A shall be applicable (Yes) No Running Account Bill shall be


paid for the work till the applicable
labour licences, registration from
EPFO, ESIC and BOCW Welfare
Board, (whatever applicable) are
submitted by the contractor to the
Engineer-in-charge.
Clause 10A
List of testing equipment to be provided by the (Page 59. to 61)
contractor at site lab as per [TABLE-1] of
Annexure-II attached

Clause 10B (i)

Whether Clause 10 B (i) shall be applicable Yes


(Secured advance)

Clause 10B (ii)


Whether Clause 10 B (ii) shall be applicable Yes
(Mobilization advance)

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
53

Clause 10B (iii)


Whether Clause 10 B (iii) shall be applicable (Plant Yes
machinery and shuttering material advance)

Clause 10 C
Cla

Whether Clause 10C shall be applicable Not Applicable

Clause 10CA

Whether Clause 10CA shall be applicable Not Applicable

Clause 10CC

Whether Clause 10CC shall be applicable Not Applicable

Clause 11

Specifications to be Civil work:


followed for CPWD Specifications 2009 volume- I & II with corrections slips
execution of work up to the last date of submission/uploading of tender, special
condition, particular specification, relevant BIS codes and if
both are not available manufactures specification

Electrical work :
CPWD General specifications for electrical works, Part –I: Internal,
2013, Part-II: External-1995, Part VII DG set 2013, Part –III: Part V wet-
riser & sprinkler system-2006, Fire detection-2018 and as amended
upto last date of submission/uploading of tender. Special condition,
particular specification, relevant BIS codes and if both are not
available manufactures specification

Clause 12
Type of work:- Original works

Maximum percentage for quantity of items of : Please refer below


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

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
54

12.2.&12.3 Deviation limit beyond 30% (Thirty percent) applicable for plinth area. Any
which Clauses 12.2 & additional/ Extra item other than the specified item
12.3 shall apply for will be treated as Extra item and rate will be derived
building work and based on market rate prevailing at the time of
Electrical work execution of item. For any change in specification,
any extra/ deduction amount will be paid/deducted
as per the difference in market rates (prevailing at
the time of decision communicated to the contractor)
of the original specified item and the
changed/modified item.

Clause 16

Competent A u t h o r i t y f or d e c i d i n g Civil and Electrical:


r e d u c e d rates. Chief Engineer, CPWD, B a n g a l o r e or his
successor thereof

Clause 18
List of mandatory machinery, tools & plants to be deployed by the contractor at site:-
As per [TABLE-2] of Annexure-III attached (Page-62)

Clause 25
Constitution of Dispute Redressal Committee (All components of work )

Claim amount Upto Rs.25 lakhs More than Rs.25 lakhs


Chairman Superintending Engineer (Works and Chief Engineer, CPWD Trivandrum.
TLQA), (E) CPWD, Region
Bangalore.
Member Executive Engineer Superintending Engineer (Works and
Bangalore Central Division I, TLQA), (E) CPWD, Region Bangalore.
CPWD Bangalore
Member Executive Engineer (C), Superintending Engineer, (P)(C) - 1
O/o Chief Engineer Region Bangalore
CPWD, Bangalore.

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

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
55

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


Minimum Designation Rate at which recovery shall

Experience
Qualification ( (Principal be made from the contractor in

Discipline

Minimum

Number
(Years)
Sl. No.

of Technical Technical / the event of not fulfilling


Representati Technical provision of clause 36 (i)
ve Representative) Figures Words
(in Rs.)
1. Graduate Civil Project 20 1 No 60,000/- (Rupees sixty
Engineer Manager Yrs thousand) per
** Month
Civil Deputy Project 12 1 No 40,000/- (Rupees Forty-
Manager yrs Thousand only)
** per Month per
2. Graduate person
Engineer Elec/Me Deputy Project 12 1 No 40,000/- (Rupees Forty-
ch Manager yrs Thousand only)
** per Month per
person
5 Yrs
or (Rupees twenty
Graduate 10 five Thousand
Engineer Civil Project /site Yrs 1 No 25,000/- only) per Month
Respe per person
Engineer
ctively
3. Or
Elec/Me 5 Yrs
Diploma ch or (Rupees twenty
Engineer Project /site 10 1 No 25,000/- five Thousand
Engineer Yrs only) per Month
Respe per person
ctively
Project Quality Engineer 8 yrs 1 No 15,000/- (Rupees twenty
plannin five Thousand
g/qualit only) per Month
4 Diploma y/buildi per person
Engineer ng
Enginee
r
5 Diploma Civil/ Labour welfare 5 yrs 1 No 25,000/- (Rupees twenty
Engineer Mech officer cum five Thousand
Safety Manager only) per Month
per person

** (and having experience of one similar nature of work)


Assistant Engineers retired from Government services who are holding Diploma will be treated at
par with Graduate Engineers. Diploma holder with minimum 10 year relevant experience with a
reputed construction company can be treated at par with Graduate Engineers for the purpose of
such deployment subject to the condition that such diploma holders should not exceed 50% of
requirement of degree engineers.
The contractor shall submit a certificate of employment of the technical representative(s) (in the
form of copy of Form -16 or CPF deduction issued to the Engineers employed by him) along with
every account bill/final bill and shall produce evidence if at any times so required by the
Engineer-in-charge.

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
56

Clause 42

(i) (a) Schedule/statement for determining theoretical DSR 2018 with upto
quantity of cement & bitumen on the basis of Delhi date correction slips.
Schedule of Rates
(ii) Variations permissible on theoretical quantities:
(a) Cement
For works with estimated cost put to tender more than 2% (Two percent)
Rs. 5 lakh. plus / minus .

Bitumen for all works 2.5% (Two point five


percent) plus only and
nil on minus side.

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

(c) All other materials Nil

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
57

RECOVERYRATES FOR QUANTITIESBEYOND PERMISSIBLEVARIATION

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


recovery shall be made from the
Contractor
Excess Less use
beyond beyond permissible
permissible variation (Exclusive
variation of GST)
1. Ordinary Portland Cement (OPC Nil Rs. 5844/- Per MT

2. Portland Pozzolana Cement (PPC) Nil Rs. 5672 /- Per MT

3. Steel Reinforcement (TMT Fe-500 & Nil Rs. 45925 /- Per MT


Fe-500D from primary producer.
4. Steel Reinforcement (TMT Fe-500 & Nil Rs. 44110 /- Per MT
Fe-500D from secondary producer.
5. Structural steel. Nil Rs. 48263 /- Per MT

PROFORMA OF SCHEDULES (Clause 5)


Schedule of handing over of site

Part Portion of site Description Time period for handing over


reckoned from date of issue of
latter of intent
Part A Portion without any hindrance 100% of site
Part B Portions with encumbrances --- ----
Part C Portions dependent on work of ---- ----
other agencies
Schedule of issue of Designs

Part Portion of design Description Time period for issue of design


reckoned from order of
commencement
Part A Portion already included in NIT All schematic ----
drawings
Part B-1 Portions of Architectural
Designs to be issued ----

Part B-2 Portions of Civil Designs to be


issued To be arranged by bidder himself as per
milestone of clause-5 above
Part B-3 Portions of E&M Designs to be
issued

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
58

PROFORMA OF SCHEDULE (Clause 5.4)

Schedule of rate of recovery for delay in submission of the modified programme in terms
of delay days

Sl. No. Contract Value Recovery Rs.per day

I. Less than or equal to Rs. 1 crore NA

II. More than Rs. 1 crore but less than or equal to NA


Rs. 5 crore
III. More than Rs. 5 crore but less than or equal to NA
Rs. 20 crores
IV More than Rs. 20 crores 5000

Clause 5.2
Nature of Hindrance Register Physical
(either physical or Electronics)
PROFORMA OF SCHEDULES
Clause 8B
(i) This shall not apply for maintenance or upgradation contracts not involving any
services
(ii) For other works, the limit shall be as below:

Sl. No. Contract Value Limit Rs.


I. Less than or equal to Rs. 1 crore NA
II. More than Rs. 1 crore but less than or equal to NA
Rs. 5 crore
III. More than Rs. 5 crore but less than or equal to NA
Rs. 20 crores
IV More than Rs. 20 crores Yes

PROFORMA OF SCHEDULES
Clause 25
Place of arbitration : : Bangalore

Items which are to be executed through specialized agency:


a. Soil investigation
b. Water proofing works
c. Fire fighting & Fire alarm
d. AV Conference system, Access control
e. Solar water heating & Solar PV panel
f. R.O. Water Treatment plant

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
59

ANNEXURE – II
(TABLE-1)
Equipments for Testing of Materials & Concrete at Site Laboratory
All necessary equipment for conducting all necessary tests shall be provided at the site in
the well furnished site laboratory of minimum size 25 feet X 15 feet by the contractor at
his own cost The following minimum laboratory equipments shall be set up at site office
laboratory:-

Sl. No. Equipment Numbers


(Minimum)
1. 100MT compression testing machine, electrical-cum-manually 2
operated)
2. Slump cone, steel plate, tamping rod, steel scale, scoop 10
3. Vicats apparatus with Desk pot 2
4. Megger & earth resistance tester 4
5. Pumps and pressure gauges for hydraulic testing of 2
Pipes
6. Weighing scale platform type 100 Kg capacity 2
7. Graduated glass measuring cylinder As per requirement
8. Sets of sieves of 450mm internal dia for coarse aggregate 2
[100mm, 80mm, 40mm; 20mm; 12.5mm,
10mm; 4.75mm complete with lid and pan]
9. Sets of sieves of 200mm internal dia for fine aggregate [4.75mm; 2
2.36mm; 1.18mm; 600 microns; 300 microns & 150 micron , with
lid and pan]
10. Sieve Brushes and sieve shaker capable of 200mm and 300mm 2
dia sieves , manually operated with timing switch assembly

11. Cube moulds size 70mmx70mmx70mm 18

12. Cube moulds size 150mmx150mmx150mm 72


13. Ultrasonic Test Equipment (For concrete) 1
14. Hot air oven temp. Range 50oc to 300oc- sensivity 1 degree 1

15. Electronic balance 600gx0.1g., 10kg and 50 kg 1


16. Physical balance weight upto 5 kg 1
17. Digital thermometer upto 150oc 2
18. Air Content of concrete testing machine 1
19. Measuring jars 100ml, 200ml, 500ml 3 nos each size
20. Gauging trowels 100mm & 200mm with wooden 2
Handle
21. Spatula 100mm & 200mm with long blade wooden 2
Handle

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
60

Sl. No. Equipment Numbers


(Minimum)
22. Vernier calipers 12” & 6” size 3 each
23. Digital PH meter least count 0.01mm 1each
24. Digital Micrometer least count. 0.01mm 1 each
25. Digital paint thickness meter for steel 500 micron 2
Range
26. GI tray 600x450x50mm, 450x300x40mm,300x250x40mm 2 nos each
27. Electric Mortar mixer 0.25 cum capacity 2
28. Rebound hammer test digital rebound hammer 2
29. Screw gauge 0.1mm-10mm, least count 0.05 4
30. Water testing kit 2
31. Motorized sieve shaker 1
32. Pruning Rods 2 Kg weight length 40 cm and ramming face 25 2
mm2
33. Extra Bottom plates for 15 cm cube mould 10
34. Standard Vibration Table for gauging the cubes 1
35. Pocket concrete pernetrometer 0 to 50kg/ sq.cm 1
36. Concrete temperature measuring thermometer with Brass 2
protection sheath 0- 100 degree centigrade
37. Mortar Cube vibrator 1
38. Dial type spring balance preferable with zero correction knob 1
capacity 100 kgs reading to ½ kg.
39. Counter scale capacity 1 kg and 10 kg 1
40. Iron Weight of 5 kg, 2 kg, 1 kg, 500 gm, 200 gm, 100 gm 1 each
41. Brass Weight of 50 gm, 20 gm, 10 gm, 5 gm, 2 gm, 1 gm 1 each
42. Measuring cylinder TPX or Poly propylene capacity 100 ml, 500 1 each
ml, 250 ml, 100 ml
43. Pyrex, corning or Borosil beakers with cover capacity 500 ml, 200 2 each
ml, 50 ml
44. Wash Bottles capacity 500 ml 3
45. Thermometers 1-100 degree centigrades/ max. and Min/ Dry and 3
wet with table

46. Set of box spanner ratchet 2


47. Hammer 1lb& 2lb 2 each

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
61

Sl. No. Equipment Numbers


(Minimum)
48. Rubber Hammer 2
49. Hacksaw with 6 blades 2
50. Measuring tape 5 mtr 5
51. Depth gauge 20cm 3
52. Shovels& Spade 3
53. Steel plates 5 mm thick 75x75 cm 4
54. Plastic or G.I. Buckets 15 ltr, 10 ltr, 5 ltr 1 each
55. Wheel Barrow 3
56. Floor Brushes, hair dusters, scrappers, wire brush, paint 5 each
brushes, shutter steel plat oil, kerosene with stove etc.

57. Any other equipment for site tests as outlined in BIS codes and
as directed by the Engineer-in-charge.

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
62

(TABLE-2) ANNEXURE – II
PLANT AND EQUIPMENT REQUIRED TO BE OWNED / TAKEN ON LEASE BY THE
CONTRACTOR

Sl. No. Equipment Numbers Maximum time


(Minimum) from date of start
for procurement
of item in months
1. Excavator cum loader (JCB 3D model or 1 1
equivalent).

2. Compressor machine minimum 200 cfm with rock 1 1


breaker.
3. DG set of minimum capacity 62.5 KVA. 1 1
4. Mini Concrete batching plant (6 cum./hr.) 1 2

5. Transit mixer. 2 2
6. Concrete pump (minimum capacity 30 cum/hr. 2 2
& head 90m).
7. Needle Vibrators. 6 2
8. Plate Vibrators. 4 2
9. Dumper. 2 1
10. Reinforcement bending machine. 4 1
11. Reinforcement cutting machine. 4 1
12. Power driven earth rammer (Soil compactor). 2 0.5
13. Total station. 2 0.5
14. Auto level & staff. 2 0.5
15. Tractor with trolley. 2 1
16. Water tanker. 2 2
17. Welding machine 400 Ampere 2 2
18. Screener for coarse sand and fine sand 5 2
19. Centrifugal monoblock water pump minimum 3 2
capacity 2 HP

20. Air compresser 1 1


21. Any other machinery required for completion of the As per Actual As per Actual
work as per decision of Engineer-in-charge. requirement requirement

Note: The above list is only indicative and not exhaustive.

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
63

SECTION-I
BRIEF PARTICULARS OF THE WORK
(CIVIL COMPONENTS)
 Salient details of the work for which bids are invited are as under:
Name of work : C/o Infrastructure (Non-residential & residential building) for CISF 10th
Reserve Battalion, at Lakkur village, Bangalore in EPC mode (Design and
Build basis). SH : C/o Administrative Building, quarter guard, Ty-III,-16
Nos., Ty- IV- 6 Nos., Ty- V- 2 Nos., 2 Nos. 320 Men barracks and GOs‟
Mess i/c internal electrical installations, water supply and sanitary
installations.
Composite : For Civil Components = Rs. 31,25,65,959/-
Estimated Cost
For Elect. Components = Rs. 4,53,49,369/-
Total = Rs. 35,79,15,328/-
Period of : 22 (Twenty two) months.
Completion

The Proposed Residential and non residential buildings, is planned with modern
building concepts and technology i/c Green Building parameters of 3 Star GRIHA rating under
GRIHA LD category. The Proposed buildings are located at Lakkur village, Bangalore.

The proposed building shall be of RCC framed structure C/o Infrastructure (Non-
residential & residential building) for CISF 10th Reserve Battalion, at Lakkur village, Bangalore in
EPC mode (Design and Build basis). SH : C/o Administrative Building, quarter guard, Ty-III,-16
Nos., Ty- IV- 6 Nos., Ty- V- 2 Nos., 2 Nos. 320 Men barracks and GOs‟ Mess i/c internal
electrical installations, water supply and sanitary installations with total plinth area of 5 building
area 13,557 sqm.

 Following brief scope of work included in the composite works.


(i) Multi storeyed Residential and non residential Buildings
(ii) RCC framed structure supported over isolated/ combined footings/Raft
(iii) RCC path up to main road, water supply distribution from a tapping point near the
building (inside and outside), Sewer lines near building up to trunk sewer line and
electrical connection from the feeder pillar (cost included) near the building and its
distribution (inside and outside)
(iv) Retaining walls (including design thereof) near the buildings for retaining the
earth, wherever required as per site conditions and filling / cutting of the earth to
make it level as the fixed made up ground levels decided by Engineer-in-charge
and compaction thereof.
(v) Internal Electrical Installations and fittings
(vi) Solar water heater

3. Work shall be executed according to General Conditions of Contract 2014 for Central
PWD works with upto date correction slips issued upto last date of submission of bids
available separately at printer‟s outlets.
4. The Soil report, location plan, plans & elevations are available with Executive Engineer,
Bangalore Central Division II, CPWD, Bangalore for inspection and general
architectural drawings are part of tender document uploaded to tendering website
www.tenderwizard.com/CPWD.

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
64
SECTION II
INFORMATION AND INSTRUCTIONS FOR BIDDERS

1.0 General
1.1 Letter of transmittal and forms for deciding eligibility are given in Section III.

1.2 All information called for in the enclosed forms should be furnished against the relevant
columns in the forms. If for any reason, information is furnished on a separate
sheet, this fact should be mentioned against the relevant column. Even, if no
information is to be provided in a column, a „nil‟ or „no such case‟ entry should be made
in that column. If any particulars/query is not applicable in case of the bidder, it should
be stated as „Not applicable‟. The bidders are cautioned that not giving complete
information called for in the application forms or not giving it in clear terms or making
any change in the prescribed forms (or) deliberately suppressing the information may
result in the bid being summarily disqualified. Bid made by telegram or telex and those
received late will not be entertained.

1.3 The bid should be type written. The bidder should sign each page of the application.

1.4 Over writing should be avoided. Corrections if any should be made by neatly crossing
out, initialling, dating and rewriting. Pages of the eligibility criteria document are
numbered. Additional Sheets if any added by the contractor should also be numbered by
him. They should be submitted as a package with signed letter of transmittal.

1.5 References, information and certificate from the respective clients certifying
suitability, technical knowledge or capability of the bidder should be signed by an officer
not below the rank of Executive Engineer or equivalent.

1.6 The bidder may furnish any additional information, which he thinks is necessary
to establish his capabilities to successfully complete envisaged work. He is, however
advised not to furnish superfluous information. No information shall be entertained after
submission of eligibility criteria document unless it is called for by the Engineer-in-
Charge.

1.7 After opening of the Technical bids, Executive Engineer shall prepare a list of deficiencies
found in the bids of each bidder vis-à-vis requirements as per NIT within one week and
send these lists to individual bidders by Speed Post with a request to furnish required
documents within one week of receipt, failing which it will be presumed that they do not
have any further documents to furnish and decision on bids will be take accordingly

2.0. DEFINITIONS:

2.1 In this document the following words and expression have the meaning hereby assigned
to them.

2.2 EMPLOYER: Means the President of India, acting through the Executive Engineer,
Bangalore Central Division II, CPWD, Bangalore or successor thereof.

2.3 BIDDER: Means the individual, proprietary firm, firm in partnership, limited company
private or public or corporation. Joint ventures, consortium and Special Purpose Vehicles
are not accepted as bidders.

2.4 “YEAR” means “Financial year” unless stated otherwise.

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
65

2.5 “CISF Buildings at Lakkur near Dabaspet, Bangalore

2.6 “BCD II” means Bangalore Central Division II , CPWD, Bangalore or successor thereof

2.7 “BCED-I ” means Bangalore Central Electrical Division-I, CPWD Bangalore or successor
thereof

3. 0 METHOD OF APPLICATION

3.1 If the bidder is an individual, the application shall be signed by him above his full
typewritten name and current address.

3.2 If the bidder is a proprietary firm, the application shall be signed by the proprietor above
his/her full typewritten name and the full name of his firm with its current address.

3.3 If the bidder is a firm in partnership, the application shall be signed by all the partners of
the firm above their full typewritten names and current address, or, alternatively, by a
partner holding power of attorney for the firm. In the later case a certified copy of the
power of attorney should accompany the application. In both cases a certified copy of
the partnership deed and current address of all the partners of the firm should
accompany the application.

3.4 If the bidder is a limited company or a corporation, the application shall be signed by a
duly authorized person holding power of attorney for signing the application
accompanied by a copy of the power of attorney. The bidder should also furnish a copy
of Memorandum/ Articles of Association duly attested by a Public Notary.

4.0 FINAL DECISION MAKING AUTHORITY

The Employer reserves the right to accept or reject any bid and to annul the process and
reject all bids at any time, without assigning any reason or incurring any liability to the
bidders.

5.0 PARTICULARS – PROVISIONAL

The particulars of the work given in Section –I are provisional. They are liable to change
and must be considered only as advance information to assist the bidder.

6.0 SITE VISIT


The bidder is advised to visit the site of work, at his own cost, and examine it and its
surroundings to himself, collect all information that he considers necessary for proper
assessment of the prospective assignment.

7.0 ELIGIBILITY CRITERIA FOR TECHNICAL BID


Contractors who fulfil the following requirements shall able eligible to apply

7.1 Joint ventures / Consortium and Special Purpose Vehicles are not accepted.

7.2 ELIGIBILITY CRITERIA FOR TECHNICAL BID

To become eligible for participating in the bid process the bidders shall satisfy the
following Work experience Criteria. However, CPWD contractors enlisted in Composite
category Class-I(A), Class-I (AA), Class – I(AAA) & Class – I (Super) need not to submit
Technical eligibility / Work Experience documents.

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
66

The bidder should have satisfactorily completed the following during the last seven years
ending previous day of the last date of submission of bid. For this purpose cost of work shall
mean gross value of the completed work including cost of material supplied by the Government /
client but excluding those supplied free of cost. This should be certified by an officer not below
the rank of Executive Engineer / Project Manager or equivalent.

Three similar completed works each costing not less than Rs.1432/-lakhs
or
Two similar completed works each costing not less than Rs.2147/-lakhs
or
One similar completed work costing not less than Rs.2863/-lakhs.

Similar work shall mean “Construction of RCC framed structure including if any
internal water supply, sanitary installations, Internal Electrical Installations, all composite
executed under one contract. Basement, if any shall not be considered as storey.”

Note: “For the purpose of similar works, works executed in India only shall be
considered”.

Components of work executed other than those included in definition of similar work
shall be included in the cost of similar work, if executed in same contract. Bidder shall submit
abstract of cost of all subhead of work in support of this. However, cost of basement if executed
under same work, shall be included in cost of similar work.

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
previous day of the last date of submission of bids.

Qualified similar works may be physically inspected by the CPWD Engineer to


ascertain the completion, performance on quality of works for finalising the Technical bid.

7.3 Initial Criteria for Eligibility


To become eligible for participating in the bid process the bidders shall satisfy the
following Financial Eligibility Criteria. However, CPWD contractors enlisted in Composite
category Class-I(A), Class-I (AA), Class – I(AAA) & Class – I (Super) need not to submit
Financial eligibility documents.

(i) The bidder should have had average annual financial turnover of at least Rs. 1 7 9 0 /-
lakhs on construction works during immediate last three financial years ending 31st
March 2019. This should be duly audited by a Chartered Accountant. Year in which no
turnover is shown would also be considered for working out the average.
The multiplication factor of 7% per annum simple interest is not applicable on the Annual
Financial Turnover figures.
(ii) The bidder should not have not have incurred any loss (profit after tax should be positive)
in more than two years during available last five consecutive balance sheets ending 31st
March 2019, duly certified and audited by the Chartered Accountants.
(iii) The bidder should have a minimum solvency of Rs. 1432/- lakhs certified by his
Bankers. The solvency certificate should not be older than six months from the previous
day of the last date of submission of bid.
(iv) Evaluation of performance of bidder for eligibility shall be done by a Committee. All
eligible similar works executed and ongoing works submitted by the bidders will be
inspected by Committee.
(v) Bidder should furnish the list of eligible similar nature of works successfully completed
during the last seven years in (Form-C) and ongoing works as well (Form C-1).

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
67

CRITERIA FOR EVALUATION OF THE PERFORMANCE OF CONTRACTORS FOR


PRE-ELIGIBLITY

Attributes Evaluation

(a) Financial Strength (20 marks) (i) 60% marks for minimum eligibility
criteria
(i) Average annual 16 marks
turnover 4 marks (ii) 100% marks for twice the minimum
(ii) Solvency Certificate eligibility criteria or more

In between (i) & (ii) – on pro-rata basis


(b) Experience in similar (20 marks) (i) 60% marks for minimum eligibility
Class of works criteria
(ii) 100% marks for twice the minimum
eligibility criteria or more

In between (i) & (ii) – on pro-rata basis


(c) Performance on works (20 marks)
(time over run)
Parameter Calculation for points Score Maximum marks
If TOR = 1.00 2.00 3.00 >3.50 20
(i) Without levy of compensation
20 15 10 10
(ii) With levy of compensation 20 5 0 -5
(iii) Levy of compensation not decided 20 10 0 0

TOR=AT/ST, where AT=Actual Time; ST=Stipulated Time in the Agreement plus (+)
justified period of Extension of time.

Note : Marks for value in between the stages indicated above is to be determined by
straight line variation basis.

(d) Performance of works (Quality) as per Assessment in Form D-1

Completed works Ongoing works (Total marks assessed)


(Max. 25 marks) (Max. 15 marks)

9.0 Even though any bidder may satisfy the above requirements, he would be liable to
disqualification if he has :

(a) Made misleading or false representation or deliberately suppressed the


information in the forms, statements and enclosures required in the eligibility
criteria documents.
(b) Record of poor performance such as abandoning work, not properly completing
the contract, or financial failures / weaknesses etc.

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
68

CRITERIA FOR EVALUATION OF THE PERFORMANCE OF CONTRACTORS FOR PRE


ELIGIBILITY

Attributes EVALUATION

(A) Financial strength (20 marks)

(i) Average annual 16 marks (i) 60% marks for minimum eligibility
turnover criteria
(ii) Solvency 4 marks (i) 100% marks for twice the
Certificate minimum eligibility criteria or
more.
(ii) In between (i) & (ii) – on pro-
rata basis
(B) Experience in similar (20marks) (i) 60% marks for minimum eligibility
class of works criteria
(ii) 100% marks for twice the minimum
eligibility criteria or more.

In between (i) & (ii) – on pro-rata basis


(C) Performance on ( 20 marks)
works (time over run)
Parameter Calculation For Score Maximum
points Marks

If TOR = 1.00 2.00 3.00 >3.50 20


(i) Without levy of 20 15 10 10
compensation

(ii) With levy of 20 5 0 -5


compensation
(iii) Levy of 20 10 0 0
compensation not
decided
TOR = AT/ST, where AT=Actual Time; ST=Stipulated Time in the AGREEMENT plus
(+) Justified Period of Extension of Time..
Note: Marks for value in between the stages indicated above is to be determined by
straight line variation basis.
(D) Performance of works (Quality) (40 marks)
(i) Outstanding 40
(i) Very Good 30
(ii) Good 20

(iv) Poor 0

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
69

10.0 FINANCIAL INFORMATION

Bidder should furnish the following financial information:

Annual financial statement for the last Five years in (Form „A‟) and solvency certificate in
(Form ‟B‟)

11.0 EXPERIENCE IN WORKS HIGHLIGHTING EXPERIENCE IN SIMILAR WORKS

Bidder should furnish the following:


(a) List of eligible similar nature of works successfully completed during last Seven years
(in Form „C‟)
(b) Performance report of works referred in Form-C as per the format of Form –D.

12.0 ORGANIZATION INFORMATION

Bidder is required to submit the information in respect of his organization in


Form-E

13.0 LETTER OF TRANSMITTAL

The Bidder should submit the letter of transmittal attached with the document.

14.0 OPENING OF FINANCIAL BID

After evaluation of applications, a list of short listed agencies will be prepared.


Thereafter the financial bids of only the qualified and technically acceptable bidders shall
be opened at the notified time, date and place in the presence of the qualified bidders or
their representatives. The bid shall remain valid for seventy five (75) days from the
date of opening of Technical (eligibility) bid.

15.0 AWARD CRITERIA

15.1 The employer reserves the right, without being liable for any damages or obligation to
inform the bidder to:

a) Amend the scope and value of contract to the bidder.

b) Reject any or all the applications without assigning any reason.

15.2 Any effort on the part of the bidder or his agent to exercise influence or to pressurize
the employer would result in rejection of his bid. Canvassing of any kind is prohibited.

*********************

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
70

LETTER OF TRANSMITTAL

From:

To,
The Executive Engineer,
Bangalore Central Division II,
CPWD, 12th floor, Sir, M.V. Kendriya Bhavan,
Near Domlur Flyover,
Bangalore-560071.

Sub : C/o Infrastructure (Non-residential & residential building) for CISF 10th Reserve
Battalion, at Lakkur village, Bangalore in EPC mode (Design and Build basis). SH : C/o
Administrative Building, quarter guard, Ty-III,-16 Nos., Ty- IV- 6 Nos., Ty- V- 2 Nos., 2
Nos. 320 Men barracks and GOs‟ Mess i/c internal electrical installations, water supply
and sanitary installations.
Sir,
Having examined the details given in Press – Notice and Bid document for the above
work, I / we hereby submit the relevant information.

1. I/We hereby certify that all the statement made and information supplied in the enclosed
forms A to F and accompanying statement are true and correct.

2. I/We have furnished all information and details necessary for eligibility and have no
further pertinent information to supply.

3. I/We submit the requisite certified solvency certificate and authorize the Executive
Engineer, Bangalore Central Division-II, CPWD, Bangalore to approach the Bank
issuing the solvency certificate to confirm the correctness thereof. I/We also authorize
Executive Engineer, Bangalore Central Division-II, CPWD, Bangalore to approach
individuals, employers, firms and corporation to verify our competence and general
reputation.
4. I/We submit the following certificates in support of our suitability, technical knowledge and
capability for having successfully completed the following eligible similar works:-

S.N. Name of work Certificate from


1.

2.
3.

It is certified that the information given in the enclosed eligibility bid are correct. It is also
certified that I/We shall be liable to be debarred, disqualified/ cancellation of enlistment in
case any information furnished by me/us found to be incorrect.
Enclosures:

Seal of bidder

Date of submission SIGNATURE(S) OF BIDDER(S)

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
71

FORM „A‟

FINANCIAL INFORMATION

Name of the firm / contractor……………………………….:

I. Financial Analysis-Details to be furnished duly supported by figures in balance sheet /


profit & loss account for the last five years duly certified and audited by the Chartered
Accountants, as submitted by the applicant to the Income Tax Department (Copies to be
attached).

Fig in Lakhs Rs.


Sl. Particulars Financial Year
No
.

i) Gross Annual turnover on


construction works
ii) Profit / Loss

II. Financial arrangements for carrying out the proposed work.

III. Solvency Certificate from Bankers of bidder in the prescribed Form “B”

SIGNATURE OF BIDDER(S)

Signature of Chartered Accountant with Seal

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
72

FORM „B‟

FORM OF BANKERS‟ SOLVENCY CERTIFICATE FROM A SCHEDULED BANK

This is to certify that to the best of our knowledge and information that
M/s./Shri……………………………………… having marginally noted address, a customer of
our bank are / is respectable and can be treated as good for any engagement up to a limit of
Rs……………(Rupees…………………………………………………………………………………
…………..…).

This certificate is issued without any guarantee or responsibility on the bank or any of the officers.

(Signature)
For the Bank

NOTE :

1) Banker‟s certificate should be on letter head of the Bank, addressed to Executive Engineer,
Bangalore Central Division -II, CPWD, Bangalore, the tendering authority.

2) In case of partnership firm, certificate should include names of all partners as recorded with
the Bank.

3) The certificate should not be more than 6 months old from the original date of
submission of tender.

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
73

FORM ‘C’

DETAILS OF ALL WORKS OF SIMILAR NATURE COMPLETED DURING THE LAST SEVEN YEARS ENDING
PREVIOUS DAY OF LAST DATE OF SUBMISSION OF BIDS

Name of the firm / contractor…………………………….

Sl. Name of Owner or Cost of Date of Stipulated Actual Litigation/ Name and Whether the
No. work / project sponsoring work in commence Date of date of arbitration cases Address (Postal & E- work was
and location organization Crores ment as per completion completion pending mail) / telephone done on back
contract / in progress number of officer to to back basis
with details* whom reference may
be made
1 2 3 4 5 6 7 8 9 10

Certified that the above list of works is complete and no work has been left out and that the information given is correct
to my / our knowledge and belief.

SIGNATURE OF BIDDER(S)

WITH STAMP
*indicate gross amount claimed and amount awarded by the Arbitrator.

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
74

FORM ‘C-1’

DETAILS OF ONGOING WORKS OF SIMILAR NATURE

Name of the firm / contractor…………………………….

Sl. Name of Owner or Cost of Date of Stipulated Upto date Slow Name and Remarks
No. work / project sponsoring work in commence Date of % progress if Address (Postal & E-
and location organization Crores ment as per completion progress any and mail) / telephone
contract of work reasons number of officer to
thereof whom reference may
be made
1 2 3 4 5 6 7 8 9 10

Certified that the above list of works is complete and no work has been left out and that the information given
is correct to my / our knowledge and belief.

SIGNATURE OF BIDDER(S) WITH STAMP


*indicate gross amount claimed and amount awarded by the Arbitrator.

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
75

FORM „D-1‟

ASSESSMENT OF QUALITY FOR COMPLETED AS WELL AS ONGOING WORKS

Name of work : C/o Infrastructure (Non-residential & residential building) for CISF 10th
Reserve Battalion, at Lakkur village, Bangalore in EPC mode (Design
and Build basis). SH : C/o Administrative Building, quarter guard, Ty-
III,-16 Nos., Ty- IV- 6 Nos., Ty- V- 2 Nos., 2 Nos. 320 Men barracks
and GOs‟ Mess i/c internal electrical installations, water supply and
sanitary installations.

Date of Inspection :
Date of submission of report :

A. General Observation & Operational Aspects Yes / No


1 Availability of approval from local bodies in case of construction of private
buildings.
2 Availability of approved structural drawings
3 Observation on seepage / leakage in the building
4 Whether Line & level maintained
5 In case of basement, observation on seepage, if any.
6 Any structural defects / distress observed. If yes give details
7 Whether safety measures adopted at site as per CPWD Safety Code and
or Govt. Guidelines are adequate or not.
8 Whether the welfare facilities provided to labour as per Clause-19(H) of
GCC for CPWD Works / and or Govt. Guidelines are adequate or not.
9 Whether AHU getting automatically switched off and fire damps closed in
case of fire signal.
10 Whether thimbles used for termination of wires in DBs, EBD, & Panels?
B. Quality of work Marks
Assessed
1 Quality of plaster / finishing
2 Quality of RCC / CC work
3 Quality of flooring
4 Quality of wood work
5 Quality of steel work / Aluminium work
6 Quality of plumbing and sanitary installation
7 Quality of workmanship
8 Quality of water proofing
9 If cladding done, observation on efficiency / quality of cladding / Brick work
10 Quality of internal electrification work
11 Quality of DBs, EBDs & Panels ?
12 Quality of E&M equipments, panels & feeder pillar
13 Quality of fire alarm system / fire fighting system
14 Quality of Air Conditioning work
15 Quality of Substation based on complete live diagram, capacitor panel,
power factor, insulating Mat, cleanliness, cable termination, earthing pits,
earthing of transformer / DG set
16 Any other aspect (to be elaborated)

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
76

FORM „E‟

STRUCTURE & ORGANISATION

1) Name & address of the bidder

2) Telephone No. / Telex No. / Fax No.

3) Legal status of the bidder (Scan & upload copies of original document defining the
legal status)

(a) An individual
(b) A proprietary firm
(c) A firm in partnership
(d) A limited company or Corporation

4) Particulars of registration with various Government Bodies (Scan & upload


attested photocopy)

Organisation / Place of registration Registration No.

1.
2.
3.

5) Names and title of Directors & Officers with designation to be concerned with this
work.

6) Designation if individuals authorized to act for the organization.

7) Has the bidder, or any constituent partner in case of partnership firm, limited
company / Joint Venture, ever been convicted by the Court of Law? If so, give
details.

8) In which field of Civil Engineering Construction the bidder has specialization and
interest?

9) Any other information considered necessary but not included above.

Signature of Bidder (s)

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
77

FORM „F‟

AFFIDAVIT

I/we undertake and confirm that our firm/ partnership firm has not been blacklisted
by any State/ Central Departments/ PSUs/ Autonomous bodies of its operations. Further
that, if such an information comes to the notice of the Department then I/we shall be
debarred for bidding in CPWD in future forever. Also, if such information comes to the
notice of Department on any day before date of start of work, the Engineer-in-charge shall
be free to cancel the agreement and to forfeit the entire amount of Earnest Money
Deposit/ Performance Guarantee (scanned copy of affidavit to be uploaded at the time of
submission of bid).

NOTE: Affidavit to be furnished on a „Non-Judicial‟ stamp paper worth Rs. 100/- prepared
2after issue of tender notice for the subject work.

Signature of Bidder(s) or an authorised


Officer of the firm with stamp

Signature of Notary with seal

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
78

1.0 SPECIAL CONDITIONS (PART „B‟ CIVIL COMPONENT)

GENERAL
1.1 The Contractors are advised to inspect and examine the site and its surroundings and
satisfy themselves with the nature of site, the means of access to the site, the
constraints of space for stacking material / machinery, labour etc., constraints put by
local regulations, if any, weather conditions at site, general ground / subsoil conditions
etc. or any other circumstances which may affect or influence submission of their bids.
The site is available for work.. The contractor shall carry out survey of the work area, at
his own cost, setting out the layout and fixing of alignment of the building as per
architectural and structural drawings (to be prepared by the contractor) in consultation
with the Engineer-in-charge and proceed further ensuring full structural continuity and
integrated construction. Any discrepancy between the architectural drawings and actual
layout at site shall be immediately brought to the notice of the Engineer-in-charge.

1.2 The Contractor shall, if required by him, before submission of the tender, inspect the
drawings in the Office of the Executive Engineer, Bangalore Central Division II,
CPWD, Bangalore The department shall not bear any responsibility for the lack of
knowledge and also the consequences, thereof to the Contractor. The information and
data shown in the drawings and mentioned in the bid documents have been furnished, in
good faith, for general information and guidance only. The Engineer-in-Charge, in no
case, shall be held responsible for the accuracy thereof and/or interpretations or
conclusions drawn therefrom by the Contractor and all consequences shall be borne by
the Contractor. No claim, whatsoever, shall be entertained from the Contractor, if the
data or information furnished in bid document is different or in-correct otherwise or actual
working drawings are at variance with the drawings available for inspection or attached to
the bid document. It is presumed that the Contractor shall satisfy himself for all possible
contingencies, incidental charges, wastages, bottlenecks etc. likely during execution of
work and acts of coordination, which may be required between different agencies.
Nothing extra shall be payable on this account.

1.3 The work shall be carried out, all in accordance with true intent and meaning of the
specifications, the drawings and other terms & conditions in the bid documents all taken
together, regardless of whether the same may or may not be particularly shown on the
drawings and/or described in the specifications, provided that the same can be
reasonably inferred therefrom may be several incidental works, which are not mentioned
in the bid document but will be necessary to complete the work in all respects. All these
incidental works / costs which are not mentioned in bid document but are necessary to
complete the work in all respects shall be deemed to have been included in the rate
quoted by the contractor. No adjustment of rates shall be made for any variation in
quantum of incidental works due to variation / change in actual working drawings. Also,
no adjustment of rates shall be made due to any change in incidental works or any other
deviation in such element of work (which is incidental to the work and are necessary to
complete the work in all respects) on account of the directions of Engineer-in-charge.
Nothing extra shall be payable on this account.

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
79

1.4 The contractor(s) shall give to the local body, police and other authorities all necessary
notices etc. that may be required by law and obtain all requisite licenses for
temporary obstructions, enclosures etc. and pay all fees, taxes and charges which may
be leviable on account of these operations in executing the contract. He shall make good
any damage to the adjoining property whether public or private and shall supply and
maintain lights either for illumination or for cautioning the public at night. Proper
temporary barricading by fencing with colour coated G.I. sheets, shall be carried
out by the contractor at the start of work as per direction of Engineer-in-charge in
order to physically define the boundaries of the plot for restricted entry to only
those involved in the work and also to prevent any accidents, at the same time
without causing any inconvenience to the traffic and the users of the handed over
buildings in the adjacent plots. It shall be done by providing, erecting,
maintaining temporary protective barricading of minimum 3.0 meters in height,
made in panels, with each panel having MS frames / MS scaffolding pipes of
suitable size and stiffness, with 24 gauge thick colour coated GI corrugated sheet or
suitably stiffened plain GI sheet fixed on frames. If the height of barricade is
required more than 3.0M then the cost of barricading over and above 3.0M shall be
borne by the department. Such panels shall be suitably connected to each other
for stability with nuts and bolts , hooks, clamps etc. and fixed firmly to the
ground at about 2 metres spacing, for the entire duration till completion of the
work. He shall also provide and erect temporary protective barricades within the
plot, if required, to prevent any accident. Temporary protective roofing near the
entrance to the building, under construction, shall be made to protect the visiting
officials from getting hurt by falling debris etc. Also, one or more coat of enamel
paint of shade as approved and directed by the Engineer-in-charge shall be
applied on the panels and “CPWD” shall be painted over that in suitable sizes,
shapes and numbers as directed by the Engineer-in-charge. It shall be dismantled
and taken away by the Contractor after the completion of work at his own cost
with the approval of the Engineer-in- charge. Nothing extra shall be payable on
this account.

1.5 Architects to make our built environment Barrier free and accessible to all.
Bidders are instructed to strictly adhere to the provision contained in Hand Book
on Barrier free and accessibility containing 22 chapters and corresponding
provisions of NBC 2016 while incorporating such features in the building. Bidders
should visit CPWD website www.tenderwizard.com/CPWD or www.cpwd.gov.in.
Nothing extra shall be payable on this account. (Provision of lift for vertical
movement shall be as per drawings)

1.6 The contractor shall take all precautions to avoid accidents by exhibiting necessary
caution boards day and night. In case of any accident to labours/ contractual staff the
entire responsibility will rest on the part of the contractor and any compensation under
such circumstances, if becomes payable, shall be entirely borne by the contractor.
1.7 The work shall generally be carried out in accordance with the “CPWD Specifications
2009 Vol. I & II” with correction slips issued up to previous day of the last date of
submission of bids, Additional/ Particular Specifications, Architectural/ Structural
drawings and as per instructions of Engineer-in-charge. Any additional item of the work,
if taken up subsequently, shall also conform to the relevant CPWD specifications as
mentioned above.

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
80

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

1.9 Para 8.1 at page -11 of GCC-2014 stands superseded. In case of any difference or
discrepancy between the description of items, particular specifications for individual items
of work (including special conditions) and I.S. Codes etc., the following order of
preference shall be observed.
(i) As given in minimum acceptable specification
(ii) Particular specifications
(iii) Special conditions
(iv) Additional Conditions
(v) Tender drawings attached
(vi) CPWD Specifications including correction slips issued up to the last date of
uploading/submission of tender.
(vii) General Conditions of Contract for CPWD 2014 works including correction slips
issued up to the last date of uploading/submission of tender.
(viii) Indian Standards Specifications of B.I.S.
(ix) ASTM, BS, or other foreign origin codes mentioned in tender document.
(x) Manufacturers‟ specifications and as decided by the Engineer-in-Charge.
(xi) Sound Engineering Practices

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

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

(i) Preparation of detailed Structural drawing, SHOP drawings and „AS BUILT‟
drawings
(ii) Obtaining of Statutory permissions wherever applicable and required.
(iii) Pre-commissioning tests as per relevant standard specifications, code of practice,
Acts and Rules wherever required.
(iv) Warranty obligation for the equipments and / or fittings/fixtures supplied
by the contractor: Contractor shall provide all the shop drawings or layout
drawings for all the co- ordinated services before starting any work or placing any
order of any of the services etc. These shop drawings/layout drawings shall be
got approved from Engineer-in-charge before implementation and this shall be
binding on the contractor. The contractor shall submit material submittals along
with material sample for approval of Engineer-in-Charge prior to delivery of
material at site.

1.11 The work shall be carried out in accordance with the approved architectural drawings
(to be supplied by the department) and structural drawings & service drawings (to be
prepared by contractor). Before commencement of any item of work the contractor shall
correlate all the relevant architectural and structural drawings, Specifications etc. issued
for the work and satisfy himself that the information available from there is complete and
unambiguous. The figure and written dimension of the drawings shall be superseding
the measurement by scale. The discrepancy, if any, shall be brought to the notice of the
Engineer-in- charge before execution of the work. The contractor alone shall be
responsible for any loss or damage occurring by the commencement of work on the
basis of any erroneous and or incomplete information and no claim whatsoever shall be
entertained by the department on this account.

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
81

The delay caused on account of non-timely action by the contractor in resolution of the
differences whatsoever shall not be considered as valid ground for extension of time
unless otherwise accepted by Engineer- in-charge.

1.12 The contractor shall take instructions from the Engineer-in-Charge regarding
collection and stacking of materials at suitable place. No stacking of materials or
excavated earth or building rubbish shall be stacked on areas where other buildings,
roads, services and compound walls are to be constructed. The stacking shall take place
as per stacking plan. However, if any change is required, the same shall be done with the
approval of Engineer-in-Charge.

1.13 The contractor shall bear all incidental charges for cartage, storage and safe
custody of materials, if any, issued by department as well as to those materials also
arranged by the contractor.

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

1.15 The contractor shall give performance test of the entire installation(s) as per the
specifications in the presence of the Engineer-in-charge or his authorized representative
before the work is finally accepted and nothing extra what-so-ever shall be payable to the
contractor for such test.

1.16 Materials used on work without prior inspection and testing (where testing is necessary)
and without approval of the Engineer-in-Charge are liable to be considered
unauthorized, defective and not acceptable. The Engineer-in-Charge shall have full
powers to require the removal of any or all of the materials brought to site by contractor
which are not in accordance with the contract specifications or do not conform, in
character or quality to the samples approved by the Engineer-in-Charge. In case of
default on the part of the contractor in removing rejected materials, the Engineer-in-
Charge shall be at liberty to have them removed at the risk and cost of the contractor

1.17 Use of Manufactured sand (M-sand) is allowed in all items of work except plastering
works without any cost adjustment i.e. without any extra payment to contractor or without
any recovery from contractor. For plastering P-Sand should be used.

1.18 Water tanks, taps, water supply & drainage pipes, fittings & accessories should conform
to bye- laws of local body/corporation, where CPWD specifications are not available.
The Contractor should engage approved, licensed plumbers for the work and get the
materials (fixtures/fittings) tested, by the municipal Body/ Corporation authorities
wherever required at his own cost. The Contractor shall submit for the approval of the
Engineer-in-charge, the name of the plumbing agency (along with their working
experience in recent past) proposed to be engaged by him.

1.19 The contractor shall make his own arrangements for water and for obtaining electric
connections if required and make necessary payments directly to the State Govt.
departments concerned. Contractor shall get the water tested from laboratory approved
by the Engineer-in-charge at regular interval as per the CPWD Specifications. All
expenses towards collection of samples, packing, transportation etc. shall be borne by
the contractor.

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
82

1.20 PREVENTION OF NUISANCE AND POLUTION CONTROL

The contractor shall take all necessary precautions to prevent any nuisance or
inconvenience to the owners, tenants or occupiers of adjacent properties and to the
public in general and to prevent any damage to such properties from pollutants like
smoke, dust, noise. The contractor shall use such methodology and equipment so as to
cause minimum environmental pollution of any kind during construction and minimum
hindrance to road users and to occupants of the adjacent properties or other services
running adjacent/near vicinity. The contractor shall make good at his cost and to the
satisfaction of the Engineer-in-charge, any damage to roads, paths, cross drainage
works or public or private property whatsoever caused due to the execution of the work or
by traffic brought thereon by the contractor. All waste or superfluous materials shall be
carried away by the contractor, without any reservation, entirely to the satisfaction of the
Engineer-in-charge.

1.21 Utmost care shall be taken to keep the noise level to the barest minimum so that no
disturbance as far as possible is caused to the nearby occupants/users of building(s), if
any.

1.22 SECURITY AND TRAFFIC ARRANGEMENTS


In the event of any restrictions being imposed by the Security agency of Client
Department / CPWD/ Bangalore Traffic or any other local authority having jurisdiction in
the area on the working or movement of labour/ material, the contractor shall strictly
follow such restrictions and nothing extra shall be payable to him on such accounts. The
loss of time on these accounts, if any, shall have to be made up by augmenting additional
resources whatever required.
1.23 As per the rules of the CISF, Bangalore, normally the huts for labour are not to be
erected at the site of work by the contractors. However, the hutment for not more than 50
labours could be erected at a location approved by CISF. Police verification for their
labour, if required, will have be provided by the bidder.
1.24 No payment shall be made for any damage caused by rain, snowfall, flood or any other
natural calamity, whatsoever during the execution of the work. The contractor shall be
fully responsible for any damage to the govt. property and the work for which payment
has been advanced to him under the contract and he shall make good the same at his
risk and cost. The contractor shall be fully responsible for safety and security of his
material, T&P/Machinery brought to the site by him.
1.25 The contractor shall construct suitable godowns, yard at the site of work for storing all
other materials so as to be safe against damage by sun, rain, damages, fire, theft etc. at his
own cost and also employ necessary watch and ward establishment for the purpose at his
cost.
1.26 All materials obtained from contractor shall be got checked by the representative of
Engineer-in- Charge on receipt of the same at site before use.
1.27 Royalty at the prevalent rates shall have to be paid by the contractor on all the boulders,
metals, shingles 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. Documentary proof of payment of the same shall be submitted to Engineer-
in-charge while submitting each RA bill and final bill for the quantity utilised in the
respective RA bills.

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
83

1.28 The contractor shall be responsible for the watch and ward/guard of the buildings, safety of
all fittings and fixtures including all equipments, services provided by him against pilferage
and breakage during the period of Installations and thereafter till the building is physically
handed over to CISF, the Client Department. No extra payment shall be made on this
account and no claim shall be admissible on this account.

1.29 The contractor shall keep himself fully informed of all acts and laws of the Central &
State Governments, all orders, decrees of statutory bodies, tribunals having any
jurisdiction or authority, which in any manner may affect those engaged or employed and
anything related to carrying out the work. All the rules & regulations and bye-laws laid
down by Collector and any other statutory bodies shall be adhered to, by the contractor,
during the execution of work. The contractor shall also adhere to all traffic restrictions
notified by the local authorities. The extra sewerage charges (one time charges for
commencement of work) required to be paid to the Municipal Corporation/ other
statutory bodies shall be paid by the department and need not be considered by the
contractor. All statutory taxes, levies, charges (including water and sewerage charges,
charges for temporary service connections and / or any other charges) payable to such
authorities for carrying out the work, shall be borne by the Contractor. The water charges
(for municipal water connection as well as tanker water) shall be borne by the
contractor. Also, if the contractor obtains water connection for the drinking purposes from
the municipal authorities or any other statutory body, the consequent sewerage charges
shall be borne by the contractor. The clause 31A of the General Conditions of Contract for
CPWD works -2014 is not applicable to the tender. The contractor shall arrange to give
all notices as required by any statutory / regulatory authority and shall pay to such
authority all the fees that is required to be paid for the execution of work. He shall protect
and indemnify the department and its officials & employees against any claim and /or
liability arising out of violations of any such laws, ordinances, orders, decrees, by himself
or by his employees or his authorized representatives. Nothing extra shall be payable on
these accounts. The fee payable to statutory authorities for obtaining the various
permanent service connections and Occupancy Certificate for the building shall be borne
by the department.

1.30 For works below ground level the contractor shall keep that area free from water. If
dewatering or bailing out of water is required, the contractor shall do the same at his
own cost and nothing extra shall be paid except otherwise provided in the tender
document.

1.31 The contractor shall make all necessary arrangements for protecting works already
executed from rains, fog or likewise extreme weather conditions and for carrying out
further work, during monsoon including providing and fixing temporary shelters,
protections etc. Nothing extra shall be payable on this account and also no claims for
hindrance shall be entertained on this account.

1.32 In case of flooding of site on account of rain or any other cause and any consequent
damage, whatsoever, no claim financially or otherwise shall be entertained
notwithstanding any other provisions elsewhere in the bid document. Also, the contractor
shall make good, at his own cost, the damages caused, if any. Further, no claim for
hindrance shall be entertained on this account.

1.33 The contractor will take reasonable precautions to prevent his workman and
employees from removing and damaging any flora (plant/vegetation) from the project
area.

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
84

1.34 SETTING OUT


(i) The contractor shall carry out survey of the work area, at his own cost, setting out the
layout of building in consultation with the Engineer–in-charge & proceed further. Any
discrepancy between architectural drawings and actual layout at site shall be
immediately brought to the notice of the Engineer–in-charge. It shall be
responsibility of the contractor to ensure correct setting out of alignment. Total station
survey instruments only shall be used for layout, fixing boundaries, and centre lines, etc.,
Nothing extra shall be payable on this account.
(ii) The contractor shall establish, maintain and assume responsibility for grades, lines,
levels and benchmarks. He shall report any errors or inconsistencies regarding grades,
lines, levels, dimensions etc. to the Engineer–in-charge before commencing work.
Commencement of work shall be regarded as the contractor‟s acceptance of such
grades, lines, levels, and dimensions and no claim shall be entertained at a later date for
any errors found.
(iii) If at any time, any error appears due to grades, lines, levels and benchmarks during the
progress of the work, the contractor shall, at his own expense rectify such error, if so
required, to the satisfaction of the Engineer–in-charge. Nothing extra shall be payable on
this account.
(iv) The contractor shall ascertain and confirm the site levels with respect to benchmark from
the concerned authorities. The contractor shall protect and maintain temporary/
permanent benchmarks at the site of work throughout the execution of work. These
benchmarks shall be got checked by the Engineer-in-charge or his authorized
representatives. The work at different stages shall be checked with reference to
bench marks maintained for the said purpose. Nothing extra shall be payable on this
account.
(v) The approval by the Engineer-in-charge, of the setting out by the contractor, shall not
relieve the Contractor of any of his responsibilities and obligation to rectify the errors/
defects, if any, which may be found at any stage during the progress of the work or after
the completion of the work.
(vi) The contractor shall be entirely and exclusively responsible for the horizontal, vertical
and other alignments, the level and correctness of every part of the work and shall rectify
effectively any errors or imperfections therein. Such rectifications shall be carried out by
the Contractor at his own cost to the entire satisfaction of the Engineer– in-charge.
(vii) The rate quoted by the contractor is deemed to be inclusive of site clearance,
setting out work (including marking of reference points, centre lines of
buildings),construction and maintenance of reference bench mark(s), taking spot levels,
construction of all safety and protection devices, barriers, barricading, signage, labour
safety, labour welfare and labour training measures, preparatory works, working during
monsoon, working at all depths, height and location etc. and any other incidental works
required to complete this work. Nothing extra shall be payable on this account.

1.35 The rate offered is inclusive of providing sunken flooring in bathrooms, kitchen etc. and
nothing extra on this account is admissible.

1.36 A site laboratory with the minimum equipments as specified in CPWD specifications/in
this bid document shall be established, made functional and maintained within one month
from the award of work as per Annexure-I at page No. 59 to 61 without any extra cost to
the department. In case of non-compliance / delay in compliance in this, a recovery @
Rs. 1000/- per day will be imposed which will be recovered from the immediate next
R/A Bill of the Contractor.

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
85

The contractor should make temporary arrangement for sewage disposal, water supply
and electricity for completed building to make them to functional in case permanent
arrangements are not ready.

1.37 INTEGRATED SERVICE DRAWINGS


Before taking up the work, the contractor shall also provide integrated drawings for
various civil and electrical services showing details of lay out plan including sectional
elevations. Contractor shall plan and mobilize his resources as per the integrated
drawings and as per the site conditions to facilitate convenient execution, installation as
well as maintenance of these services. Nothing extra shall be payable on this account.

1.38 TOOLS AND PLANTS


The contractor should have own constructions equipment required for the proper and
timely execution of the work. Nothing extra shall be paid on this account.
No tools and plants including any special T&P etc. shall be supplied by the department
and the contractor shall have to make his own arrangements at his own cost. No claim
of hindrance (or any other claim) shall be entertained on this account.

1.39 SCAFFOLDING
Wherever required for the execution of work, all the scaffolding shall be provided and
suitably fixed, by the contractor. It shall be provided strictly with steel double scaffolding
system, suitably braced for stability, with all the accessories, gangways, etc. with
adjustable suitable working platforms to access the areas with ease for working and
inspection. Single scaffolding system is strictly prohibited and shall invite necessary
action. It shall be designed to take all incidental loads. It should cater to the safety
features for workmen. Nothing extra shall be payable on this account. It shall be
ensured that no damage is caused to any structure due to the scaffolding.

1.40 The contractor shall do proper sequencing of the various activities by suitably
staggering the activities so as to achieve early completion. The contractor is to deploy
adequate equipment, machinery and labour as required for the completion of the entire
work within the stipulated period as specified. Also ancillary facilities shall be provided by
contractor commensurate with requirement to complete the entire work within the
stipulated period. Nothing extra shall be payable on this account. Adequate
number/sets of equipment in working condition, along with adequate stand-by
arrangements, shall be deployed during entire construction period. It shall be ensured by
the contractor that all the equipment, Tools & Plants, machineries etc. provided by him
are maintained in proper working condition at all times during the progress of the work
and till the completion of the work. Further, all the constructional tools, plants, equipment
and machineries provided by the contractor, on site of work or his workshop for this
work, shall be exclusively intended for use in the construction of this work and they shall
not be shifted/ removed from site without the permission of the Engineer-in-charge.

1.41 The contractor shall maintain all the work in good condition till the completion of entire
work. The contractor shall be responsible for and shall make good, all damages and
repairs, rendered necessary due to fire, rain, traffic, floods or any other causes. The
Engineer-in-charge shall not be responsible for any claims for injuries to person/workmen
or for structural damage to property happening from any neglect, default, want of proper
care or misconduct on the part of the contractor or of any other of his representatives, in
his employment during the execution of the work. The compensation, if any, shall be
paid directly to the department / authority / persons concerned, by the contractor at his
own cost.

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
86

1.42 ROYALTY
Royalty at the prevalent rates shall be paid by the Contractor or the RMC supplier as per
the terms of supply between them, on all materials such as boulders, metals, all sizes
stone aggregates, brick aggregates, coarse and fine sand, moorum, river sand, gravels
and bajri etc. collected by him for the execution of the work, directly to the revenue
authority of the state government concerned. Further, contractor needs to submit proof of
submission of full royalty to the state government or local authority. Nothing extra shall
be payable on this account.

1.43 PRESERVATION AND CONSERVATION MEASURES

(i) Existing drains, pipes, cables, over-head wires, sewer lines, water lines and similar
services, if any, encountered in the course of the execution of work shall be
protected against the damage by the contractor at his own expense. In case the
same are to be removed and diverted, expenditure incurred in doing so shall be
payable to the contractor. The contractor shall work out the cost, get the same
approved by Engineer-in-charge before taking up actual execution. The contractor
shall not store materials or otherwise occupy any part of the site in a manner likely
to hinder the operation of such services.

(ii) All fossils, coins, articles of value of antiquity, structures and other remains or things
of geological or archaeological interest discovered on project location during
excavation/construction shall be the property of the Government, and shall be dealt
with as per provisions of the relevant Act. The contractor will take reasonable
precaution to prevent his workmen or any other persons from removing and
damaging any such article or thing. He will, immediately upon discovery thereof and
before removal acquaint the Engineer-in-charge of such discovery and carry out the
official instructions of Engineer-in- charge for dealing with the same, till then all work
shall be carried out in a way so as not to disturb/damage such article or thing.

1.44 RESPONSIBILITY
(i) The contractor shall protect and indemnify the CPWD and its officials & employees
against any claim and /or liability arising out of violations of any such laws,
ordinances, orders, decrees, by himself or by his employees or his authorized
representatives. Nothing extra shall be payable on these accounts.
(ii) The fee payable to statutory authorities for obtaining the various permanent service
connections and Building Use Certificate for the building shall be borne by the
CPWD.
(iii) The contractor shall assume all liability, financial or otherwise in connection with this
contract and shall protect and indemnify the CPWD from any and all damages and
claims that may arise on any account. The Contractor shall indemnify the
department CPWD against all claims in respect of patent rights, royalties, design,
trademarks- of name or other protected rights, damages to adjacent buildings,
roads or members of public, in course of execution of work or any other reasons
whatsoever, and shall himself defend all actions arising from such claims and shall
indemnify the department in all respect from such actions, costs and expenses.
Nothing extra shall be payable on this account.

1.45 CO-OPERATION WITH OTHER CONTRACTORS/SPECIALIZED AGENCIES/ SUB-


CONTRACTORS
(i) The Contractor shall take all precautions to abide by the environmental related
restrictions imposed by any statutory body having jurisdiction in Karnataka as well as
prevent any pollution of streams, ravines, river bed and waterways. All waste or
superfluous materials shall be transported by the Contractor, entirely to the
Addition : NIL Correction : NIL
Overwriting : NIL Deletion : NIL AE/P EE/P
87

satisfaction of the Engineer- in-Charge and disposed at designated places only.


Utmost care shall be taken to keep the noise level to the barest minimum so that no
disturbance as far as possible is caused to the occupants / users of adjoining
buildings. No claim what so ever on account of site constraints mentioned above or
any other site constraints, lack of public transport, inadequate availability of skilled,
semi-skilled or unskilled workers in the near vicinity, non-availability of construction
machinery spare parts and any other constraints not specifically stated here, shall be
entertained from the Contractor. Therefore, the tenderers are advised to visit site
and get first-hand information of site constraints. Accordingly, they should quote their
tenders. Nothing extra shall be payable on this account.
(ii) The Contractor shall cooperate with and provide the facilities to the sub-Contractors
and other agencies working at site for smooth execution of the work. The contractor
shall indemnify the Department (CPWD) against any claim(s) arising out of such
disputes. The Contractor shall:
(a) Allow use of scaffolding, toilets, sheds etc.
(b) Properly co-ordinate their work with the work of other Contractors.
(c) Provide control lines and benchmarks to his Sub-Contractors and the
other Contractors.
(d) Provide electricity and water at mutually agreed rates.
(e) Provide hoist and crane facilities for lifting material at mutually agreed rates.
(f) Co-ordinate with other Contractors for leaving inserts, making chases,
alignment of services etc. at site.
(g) Adjust work schedule and site activities in consultation with the
Engineer-in- Charge and other Contractors to suit the overall schedule
completion.
(h) Resolve the disputes with other Contractors/ sub-contractors amicably and
the Engineer-in-Charge shall not be made intermediary or arbitrator.

(iii) The work should be planned in a systematic manner so as to ensure proper co-
ordination of various disciplines viz. sanitary & water supply, drainage, rain water
harvesting, electrical, firefighting, information technology, communication &
electronics and any other services.

(iv) Other agencies will also simultaneously execute and install the works of sub-
station / generating sets, air-conditioning, lifts, etc. for the work and the
contractor shall afford necessary facilities for the same. The contractor shall leave
such recesses, holes, openings trenches etc. as may be required for such
related works (for which inserts, sleeves, brackets, conduits, base plates,
clamps etc. shall be supplied free of cost by the department unless otherwise
specifically mentioned) and the contractor shall fix the same at time of casting of
concrete, stone work and brick work, if required, and nothing extra shall be payable
on this account.

(v) The contractor shall conduct his work, so as not to interfere with or hinder the
progress or completion of the work being performed by other contractor(s) or by the
Engineer-In-Charge and shall as far as possible arrange his work and shall place
and dispose off the materials being used or removed so as not to interfere with the
operations of other contractor or he shall arrange his work with that of the others in
an acceptable and in a proper co –ordination manner and shall perform it in proper
sequence to the complete satisfaction of others.

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
88

1.46 SUPERVISION OF WORK


The Contractor shall depute Site Engineer & skilled workers as required for the work.
He shall submit organization chart along with details of Engineers and supervisory
staff. It shall be ensured that all decision making powers shall be available to the
representatives of the Contractor at Bangalore itself to avoid any likely delays on this
account. The Contractor shall also furnish list of persons for specialized works to be
executed for various items of work. The Contractor shall identify and deploy key
persons having qualifications and experience in the similar and other major works, as
per the field of their expertise. If during the course of execution of work, the Engineer-
in-Charge is of the opinion that the deployed staff is not sufficient or not well
experienced; the Contractor shall deploy more staff or better-experienced staff at site
to complete the work with quality and in stipulated time limit. Principle Technical
representative of the Contractor having minimum twenty years of experience in similar
nature of work as mentioned in the clause 36 of the General Conditions of the
Contract, shall always be available at the site during the actual execution of the work.
The recovery of Rs. 60,000/- (sixty thousand) per month shall be effected from the
Contractor in the event of not fulfilling this provision.
1.47 Specialized Agencies
(i) The list of specialized items for all components of works which are to be got
executed through specialized agencies are as below:
a) Soil investigation
b) Water proofing works
c) Fire fighting & Fire alarm
d) AV Conference system, Access control
e) Solar water heating & Solar PV panel
f) R.O. Water Treatment plant

The main contractor shall submit the credential of specialized agency well in advance
as per the direction of Engineer-in-charge. After verification of the same, written
approval will be conveyed to main contractor in this regard. The quantum of
credentials will be broadly in line with CPWD guidelines. The main contractor shall
not change the specialized agency. However, if the change is warranted, he may do
so, with permission of Engineer-in-charge. However before making any such change
he has to enter into similar agreement as with previous agency & submit the same to
Engineer – in – Charge for approval. This shall however be without any change in the
accepted rates of the contract agreement and without any cost implications to the
Department.
(ii) It shall be the responsibility of main contractor to sort out any dispute / litigation with
the Specialized Agencies without any time & cost overrun to the Department. The
main contractor shall be solely responsible for settling any dispute / litigation arising
out of his agreement with the Specialized Agencies. The contractor shall ensure that
the work shall not suffer on account of litigation/ dispute between him and the
specialized agencies / sub- contractor(s). No claim of hindrance in the work shall be
entertained from the Contractor on this account. No extension of time shall be granted
and no claim what so ever, of any kind, shall be entertained from the Contractor on
account of delay attributable to the selection/rejection of the Specialized Agencies or
any dispute amongst them.

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
89

1. 48 RATES
(i) The plinth area rates quoted by the Contractor are deemed to be inclusive of site
clearance, setting out work, profile, setting lay out on ground, establishment of
reference bench mark(s), installing various signage, taking spot levels, survey with
total station, construction of all safety and protection devices, compulsory use of
helmet and safety shoes, and other appropriate safety gadgets by workers, imparting
continuous training for all the workers, barriers, preparatory works, construction of
clean, hygienic and well ventilated workers housings in sufficient numbers as per
drawing supplied by Engineer in charge, working during monsoon or odd season,
working beyond normal hours, working at all depths, height, lead, lift, levels and
location, implementation of green building norms to achieve desired GRIHA (3
Star) Rating or IGBC Green rating etc. and any other unforeseen but essential
incidental works required to complete this work. Nothing extra shall be payable on this
account and no extension of time for completion of work shall be granted on these
accounts.

(ii) The plinth area rates quoted by the tenderer, shall be firm and inclusive of all
taxes and levies (including works contract tax, GST, construction labour welfare
cess).

(iii) No foreign exchange shall be made available by the Department for importing
(purchase) of equipment, plants, machinery, materials of any kind or any other items
required to be carried out during execution of the work. No delay and no claim of any
kind shall be entertained from the Contractor, on account of variation in the foreign
exchange rate.

(iv) Ancillary and incidental facilities required for execution of work like labour camp,
stores, fabrication yard, offices for Contractor, watch and ward, temporary ramp
required to be made for working at the basement level, temporary structure for plants
and machineries, water storage tanks, installation and consumption charges of
temporary electricity, telephone, water etc. required for execution of the work, liaison
and pursuing for obtaining various No Objection Certificates, completion certificates
from local bodies etc., protection works, testing facilities / laboratory at site of work,
facilities for all field tests and for taking samples etc. during execution or any other
activity which is necessary (for execution of work and as directed by Engineer-in-
Charge), shall be deemed to be included in rates quoted by the Contractor, for
various items in the schedule of quantities. Nothing extra shall be payable on these
accounts. Before start of the work, the Contractor shall submit to the Engineer-in-
Charge, a site / construction yard layout, specifying areas for construction, site office,
positioning of machinery, material yard, cement and other storage, steel fabrication
yard, site laboratory, water tank, etc.

(v) For completing the work in time, the Contractor might be required to work in two or
more shifts (including night shifts). No claim whatsoever shall be entertained on this
account, not with-standing the fact that the Contractor may have to pay extra
amounts for any reason, to the labourers and other staff engaged directly or indirectly
on the work according to the provisions of the labour and other statutory bodies
regulations and the agreement entered upon by the Contractor with them.

(vi) All material shall only be brought at site as per program finalized with the Engineer-
in- Charge. Any pre-delivery of the material not required for immediate consumption
shall not be accepted and thus not paid for.

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
90

1. 49 SAFETY PRACTICES
(i) WARNING/ CAUTION BOARDS: All temporary warning / caution boards / glow
signage display such as “Construction Work in Progress”, “Keep Away”, “No
Parking”, Diversions & protective Barricades etc. shall be provided and displayed
during day time by the Contractor, wherever required and as directed by the
Engineer-in-Charge. These glow signage and red lights shall be suitably illuminated
during night also. The Contractor shall be solely responsible for damage and
accident caused, if any, due to negligence on his part. Also he shall ensure that no
hindrance, as far as possible, is caused to general traffic during execution of the
work. This signage shall be dismantled & taken away by the Contractor after the
completion of work, only after approval of the Engineer – in – Charge. Nothing extra
shall be payable on this account.

(ii) SIGN BOARDS: The Contractor shall provide and erect a display board of size and
shape as required and paint over it, in a legible and workman like manner, the details
about the salient features of the project, as required by the Engineer-in-Charge. The
Contractor shall fabricate and put up a sign board in an approved location and to an
approved design indicating name of the project, Client/Owner, Engineer-in-charges,
Structural Consultants, Department etc. besides providing space for names of other
Contractors, Sub-Contractors and specialized agencies within 15 days from issue of
award letter. Nothing extra shall be payable on this account. In case of
noncompliance/delay in compliance in this, a penalty @ Rs. 1000/- per day will
be imposed which will be recovered from the immediate next R/A Bill of the
Contractor.

(iii) Necessary protective and safety equipment such as helmet, safety shoes, gloves etc.
shall be provided to the Site Engineer, Supervisory staff, labour and technical staff
of the contractor and also to the departmental officials supervising / inspecting the
works by the Contractor at his own cost and to be used at site. Nothing extra will be
paid on this Account.

(iv) Nylon net (50x50mm aperture and 4mm dia) at site shall be fixed to hooks etc., along
periphery of building at various levels required and as directed by Engineer-in-charge
for safety of the working staff for which nothing extra will be paid on this account
(v) No inflammable materials including P.O.L shall be allowed to be stored in huge
quantity at site. Only limited quantity of P.O.L may be allowed to be stored at site
subject to the compliance of all rules / instructions issued by the relevant authorities
and as per the direction of Engineer –in- Charge in this regard. Also all precautions
and safety measures shall be taken by the Contractor for safe handling of the P.O.L
products stored at site. All consequences on account of unsafe handling of P.O.L
shall be borne by the Contractor.

1. 50 QUALITY ASSURANCE
(i) The proposed building is a prestigious project and quality of work is of
paramount importance. Contractor shall have to engage well-experienced skilled
labour and deploy modern T&P and other equipment to execute the work. Many
items like exposed finish form work, specialized flooring work, silicon sealant and
backer rod fixing in expansion joints, factory made door- window shutters, proper
slope maintaining in toilet units, sanitary- water supply installation, water proofing
treatment, will specially require engagement of skilled workers having experience
particularly in execution of such items.

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
91

(ii) The contractor shall ensure quality construction in a planned and time bound
manner. Any sub-standard material / work beyond set out tolerance limit shall be
summarily rejected by the Engineer-in-charge & contractor shall be bound to replace
/ remove such sub-standard / defective work immediately. If any material, even
though approved by Engineer-In-Charge is found defective or not conforming to
specifications shall be replaced / removed by the contractor at his own risk & cost.

(iii) In addition to the supervision of work by CPWD engineers, the Consultants deployed
by CPWD shall also be carrying out regular and periodic inspection of the ongoing
activities in the work and deficiencies, shortcomings, inferior workmanship pointed
out by them shall be communicated by CPWD engineers to the contractor. Upon
receipt of instructions from Engineer in Charge these are also to be made good
by necessary improvement, rectification, replacement upto his complete
satisfaction. Special attention shall be paid towards line and level of internal and
external plastering, exposed smooth surface of RCC members by providing fresh
shuttering plates, rubberized linings to all the shuttering joints, accurate joinery
work in wooden doors and windows, thinnest joints in stone/ tiling / cladding work,
non-hollowness in floor and dado tiles work, protection of scratches over flooring by
impounding layer of plaster of Paris, water tight pipe linings, absence of hollow
vertical joints in brick masonry, proper compaction of filled up earth etc. to achieve
an Institution of International standards and up keeping of quality assurance shall be
of paramount importance, as such.

(iv) The Contractor shall submit, within 20 days after the date of award of work, a
detailed and complete method statement for the execution, testing and Quality
Assurance, of such items of works, as directed by the Engineer-in-Charge. All the
materials to be used in the work, to give the finished work complete in all respects,
shall comply with the requirements of the specifications and shall pass all the tests
required as per specifications as applicable or such specifications / standards as
directed by the Engineer-in- Charge. However, keeping the Quality Assurance in
mind, the Contractor shall submit, on request from the Engineer-in- Charge, his own
Quality Assurance procedures for basic materials and such items, to be followed
during the execution of the work, for approval of the Engineer-in-Charge.

(v) All materials and fittings brought by the contractor to the site for use shall conform to
the samples approved by the Engineer-in-charge which shall be preserved till the
completion of the work. If a particular brand of material is specified in the item of work
in Schedule of Quantity, the same shall be used after getting the same approved
from Engineer-In-Charge. Wherever brand / quality of material is not specified in the
item of work, the contractor shall submit the samples as per suggested list of brand
names given in the tender document / particular specifications for approval of
Engineer-In-Charge. For all other items, materials and fittings of ISI Marked shall be
used with the approval of Engineer-In-Charge. Wherever ISI Marked material / fittings
are not available, the contractor shall submit samples of materials / fittings
manufactured by firms of repute conforming to relevant specifications or IS codes
and use the same only after getting the approval of Engineer-In-Charge.

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
92

(vi) The Contractor shall procure and provide all the materials from the
manufacturers / suppliers as per the list attached with the tender documents, as per
the item description and particular specifications for the work. The equivalent brand
for any item shall be permitted to be used in the work, only when the specified make
is not available. This is, however, subject to documentary evidence produced by the
contactor for non-availability of the brand specified and also subject to independent
verification by the Engineer-in-Charge. In exceptional cases, where such approval is
required, the decision of Engineer-in-Charge as regards equivalent make of the
material shall be final and binding on the Contractor. No claim, whatsoever, of any
kind shall be entertained from the Contractor on this account. Nothing extra shall be
payable on this account. Also, the material shall be procured only after written
approval of the Engineer-in-Charge.

(vii) All materials whether obtained from Govt. stores or otherwise shall be got checked
by the Engineer-in-Charge or his authorized supervisory staff on receipt of the same
at site before use.

(viii) The tests, as necessary, shall be conducted in the laboratory approved by the
Engineer–in- Charge. The samples shall be taken for carrying out all or any of the
tests stipulated in the particular specifications and as directed by the Engineer-in-
Charge or his authorized representative.
(ix) All the registers of tests carried out at Construction Site or in outside laboratories and
all material at site (MAS) registers including cement register shall be maintained by
the contractor which shall be issued to the contractor by Engineer-in-charge. All the
entries in the registers will be made by the designated Engineering Staff of the
contractor and same should be regularly reviewed by JE/AE/AEE/EE. Contractor
shall be responsible for safe custody of all the registers.

(x) The Contractor shall at his own risk and cost make all arrangements and shall
provide all such facilities including material and labour, the Engineer-in-Charge may
require for collecting, preparing, forwarding the required number of samples for
testing as per the frequency of test stipulated in the contract specifications or as
considered necessary by the Engineer-in-Charge, at such time and to such places as
directed by the Engineer-in-Charge. Nothing extra shall be payable for the above.
(xi) The Contractor or his authorized representative shall associate in collection,
preparation, forwarding and testing of such samples. In case he or his authorized
representative is not present or does not associate him, the result of such tests and
consequences thereon shall be binding on the Contractor .The Contractor or his
authorized representative shall remain in contact with the Engineer-in–Charge or his
authorized representative associated for all such operations. No claim of payment or
claim of any other kind, whatsoever, shall be entertained from the Contractor.

(xii) All the testing charges shall be borne by the contractor/ department in the
manner indicated below:
(a) By the contractor, if the results show that the material does not
conform to relevant specifications and BIS codes or any other relevant
code for which confirmatory test is carried out.
(b) By the department, if the results show that the material conforms to
relevant specifications and BIS codes or any other relevant code for
which confirmatory test is carried out.

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
93

(xiii) All the hidden items such as water supply lines, drainage pipes, conduits, sewers etc.
are to be properly tested as per the design conditions before covering and their
measurements in computerized measurement book duly test checked shall be
deposited with Engineer in charge or his authorized representative, prior to hiding
these items.

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

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

(xvi) The contractor shall have to execute guarantee bonds in respect of water proofing
works as per Performa enclosed.
(xvii) The Contractor shall arrange electricity at his own cost for testing of the various
electrical installations as directed by Engineer-in-Charge and for the consumption by
the contractor for executing the work. Also all the water required for testing various
electrical installations, fire pumps, wet riser / firefighting equipments, fire sprinklers
etc. and also testing water supply, sanitary and drainage lines, water proofing of
underground sump, overhead tanks, water proofing treatment etc. shall be arranged
by the contractor at his own cost. Nothing extra shall be payable on this account.

1. 51 SUBMISSION AND DOCUMENTATION


(i) The Contractor shall display all permissions, licenses, registration certificates, bar
charts, other statements etc under various labour laws and other regulations applicable
to the works, at his site office. He should also keep at site at least one set of BIS Codes
and other relevant codes at site and produce the same if asked for by Engineer-In-
Charge. In case of noncompliance, these codes will be purchased from the Market and
actual cost of purchase will be recovered from the next RA Bill of the Contractor.
(ii) The Contractor shall make available four (04) sets of completed Building Drawings, “As
Built Drawings” along with literatures, manuals, warranty certificates etc. of various
installed fittings, fixtures and equipment for the completed projects. This shall be the
prerequisite for payment of final bill.
(iii) The Contractor shall make available three (03) sets of all drawings of internal and
external services i.e. Water Supply, Sanitary line and Drainage lines. This shall be the
prerequisite for payment of final bill. These drawings shall have the following
information.

 Run off for all piping and their diameters including soil, waste pipes and vertical
stacks.
 Ground and invert level of all drainage pipes together with locations of all
manholes and connections, up to outfall.
 Run off for all water supply lines with diameters location of control valves,
access panels etc.

(iv) The contractor shall make available four (04) sets of computerized Standard
Measurement Books (SMBs) having measurement of all the permanent standing in a
building.
Addition : NIL Correction : NIL
Overwriting : NIL Deletion : NIL AE/P EE/P
94

(v) The Performance Guarantee shall not be released to the contractor until the aforesaid
drawings are submitted to the Engineer-in-Charge.

(vi) The contractor will submit computerized measurement sheet for the work carried out by
him for making payment as per Clause – 6A of the CPWD General Conditions of
Contract 2014 (with correction slips upto the last date of submission of tender). For
casting of RCC members and other hidden items the corrected and duly test checked
measurement sheets of reinforcement or that of other hidden items shall be deposited
with Engineer in charge or his authorized representative, before casting of RCC or other
hidden items. The delay in submission of corrected and duly checked measurement
sheet may, therefore, delay casting of RCC or execution of hidden item for which no
hindrance shall be recorded.

(vii) To avoid delay, contractor should submit all samples well in advance so as to give
timely orders for procurement.

1.52 PROJECT PROGRAM CHART:


The Contractor shall prepare an integrated program chart before start of work
including civil as well as E & M activities for the execution of work,

Showing clearly all activities from the start of work to completion, with details of
manpower, equipment and machinery required for the fulfilment of the program
within the stipulated period and submit the same for approval of the Engineer-
In-Charge within fifteen days of the award of the work. These shall be submitted by
the contractor through electronic media besides forwarding hard copies of the same.
The integrated program chart so submitted should not have any discrepancy with the
physical milestones attached in the contract agreement. The program chart should
include the following: -

(i) Descriptive note explaining sequence of various activities.


(i) Construction Program prepared on PRIMAVERA/ Software, which will indicate
resources in financial terms, manpower and specialized equipment for every
important stage.
(ii) Program for procurement of materials by the contractor.
(iii) Program for arranging and deployment of manpower both skilled and unskilled so as
to achieve targeted progress.
(iv) Program of procurement of machinery/equipment having adequate capacity,
commensurate with the quantum of work to be done within the stipulated period, by
the contractor.
(v) Program for achieving fortnightly micro milestones and periodic milestones.

(vi)
In case of non-compliance/delay in compliance in this, a penalty @ Rs. 5000/-
per day will be imposed which will be recovered from the immediate next R/A
Bill of the Contractor.
(vii) If at any time, it appears to the Engineer-In-Charge that the actual progress of work
does not conform to the approved program referred above, the contractor shall
produce a revised program showing the modifications to the approved program by
additional inputs to ensure completion of the work within the stipulated time.
(viii) The submission for approval by the Engineer-In-Charge of such program or the
furnishing of such particulars shall not relieve the contractor of any of his duties or
responsibilities under the contract. This is without prejudice to the right of Engineer-In-
Charge to take action against the contractor as per terms and conditions of the
agreement.
Addition : NIL Correction : NIL
Overwriting : NIL Deletion : NIL AE/P EE/P
95

Submission of Progress Reports:


(ix) Apart from the above integrated program chart, the contractor shall be required to
submit fortnightly progress report of the work in a computerized form on 1st
and 16th of every month. The progress report shall contain the following, apart from
whatever else may be required as specified above:
(a) Construction schedule of the various components of the work through a bar chart
for the next two fortnights (or as may be specified), showing the micro-
milestone/milestones, targeted tasks (including material and labour requirement)
and up to date progress. At least 10 digital photographs showing all the parts of
construction site along with at least 5 minutes video of executions of different
items in soft copy has to be submitted in every fortnightly progress report.

(b) Progress chart of the various components of the work that are planned
and achieved, for the fortnight as well as cumulative up to the fortnight
under reckoning, with reason for deviations, if any in a tabular format.

(c) Plant and machinery statement, indicating those deployed in the work.

(d) Man-power statement indicating:

 Individually the names of all the staff deployed on the work, along with their
designations.

 No. of skilled workers (trade wise) and total no. of unskilled workers deployed on
the work and their location of deployment i.e. blocks.

(e) Financial statement, indicating the broad details of all the running account
payment received up to date, such as gross value of work done, advances
taken, recoveries effected, amount withheld, net payments details of 95cheque
payment received, extra/substituted/deviation items if any, etc.

(f) In case of noncompliance / delay in compliance in submission of


fortnightly, a penalty @ Rs. 5000/- per fortnightly report will be imposed
which will be recovered from the immediate next R/A Bill of the Contractor.

1.53 PROJECT REVIEW MEETINGS:


The contractor, immediately on award of work shall submit details of his key personnel
to be engaged for the work at site. In addition, he shall furnish the Engineer-in-charge
detailed organogram involved with the work. The contractor shall present the
programme and status at various review meetings as required. Weekly Review
Meetings: Shall be attended by Local Team headed by Project-in-charge along with
PMC team and client representative and representative of AED consultants for every
alternative weeks.

Agenda a) Weekly programme v/s actual achieved in the past week and
programme for next week.
b) Remedial actions and hold up analysis.
c) Any decision on quarries raised either by contractor/PMC.

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
96

Monthly Review Meetings: Shall be attended by Project – in – charge and the


Management Representative who can take independent decisions along with PMC team
and client‟s representatives and representative of AED consultants.

Agenda a) Progress Status/Statistics.


b) Completion Outlook.
c) Major hold ups/slippages.
d) Assistance required.
e) Critical issues.
f) Any decision on queries raised either by Contractor/PMC.
g) Anticipated cash flow requirement for next two months.

1.54 TEMPORARY WATER/ ELECTRICITY/ TELEPHONE CONNECTION


(i) Arrangement of temporary telephone connection, water and electricity required by
Contractor, shall be made by him at his own cost and also necessary permissions shall
be obtained by him directly from concerned authorities, under intimation to the
Department. Also, all initial cost and running charges, and security deposit, if any, in this
regard shall be borne by him. The Contractor shall abide by all the rules/ bye laws
applicable in this regard and he shall be solely responsible for any penalty on account of
violation of any of the rules/byelaws in this regard. Nothing extra shall be payable on this
account. The contractor can use ground water by digging bore well from the site
premises. He shall maintain the bore log details, static water table, yield, and
drawdown level of the bore well and the same shall be handed over to the
department. After completion of work he can take out the submersible pump and
the bore will become property of employer.

(ii) The Contractor shall be responsible for maintenance and watch and ward of the
complete installation and water / electricity meter and shall also be responsible for any
pilferage, theft, damage, penalty etc. in this regard. The Contractor shall indemnify the
Department against any claim arising out of pilferage, theft, damage, penalty etc.
whatsoever on this account. Security deposit for the work shall be released only after No
Dues Certificates are obtained from the local Authorities from whom temporary electric/
water / telephone connection have been obtained by the Contractor. Nothing extra shall
be payable on this account.

(iii) The Department shall in no way be responsible for either any delay in getting electric
and/or water and/or telephone connections for carrying out the work or not getting
connections at all. No claim of delay or any other kind, whatsoever, on this account shall
be entertained from the Contractor. Also contingency arrangement of stand-by water &
electric supply shall be made by the Contractor for commencement and smooth progress
of the work so that work does not suffer on account of power failure or disconnection or
not getting connection at all. No claim of any kind whatsoever shall be entertained on this
account from the Contractor. Nothing extra shall be payable on this account.

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
97

1.55 CLEANLINESS OF SITE

(i) The Contractor shall not stack building material/malba/muck on the land or road of the
local development authority or on the land owned by the others, as the case may be. So
the muck, rubbish etc. shall be removed periodically as directed by the Engineer-in-
Charge, from the site of work to the approved dumping grounds as per the local byelaws
and regulations of the concerned authorities and all necessary permissions in this regard
from the local bodies shall be obtained by the Contractor. Nothing extra shall be payable
on this account. In case, the Contractor is found stacking the building material/malba as
stated above, the Contractor shall be liable to pay the stacking charges/penalty as may
be levied by the local body or any other authority and also to face penal action as per the
rules, regulations and bye-laws of such body or authority. The Engineer –in-Charge shall
be at liberty to recover, such sums due but not paid to the concerned authorities on the
above counts, from any sums due to the Contractor including amount of the Security
Deposit and performance guarantee in respect of this contract agreement.

(ii) The contractor shall take instructions from the Engineer-In-Charge regarding collection
and stacking of materials at any place. No excavated earth or building rubbish shall be
stacked on areas where other buildings, roads, services and compound walls are to be
constructed.

(iii) The site of work shall be always kept clean due to constraints of space and to avoid any
nuisance to the users of buildings in the adjacent plots. The Contractor shall take all care
to prevent any water- logging at site. The waste water, slush etc. shall not be allowed to
be collected at site. It may be directly pumped into the creek with prior approval of the
concerned authorities. For discharge into public drainage system, necessary permission
shall be obtained from relevant authorities after paying the necessary charges, if any,
directly to the authorities. The work shall be carried out in such a way that the area is
kept clean and tidy. All the fees/charges in this regard shall be borne by the Contractor.
Nothing extra shall be payable on this account.

1.56 INSPECTION OF WORK

(i) In addition to the provisions of relevant clauses of the contract, the work shall also be
open to inspection by Senior Officers of CPWD/CTE/TPQA and the representatives. The
contractor shall at times during the usual working hours and at all times at which
reasonable notices of the intention of the Engineer-in-charge or other officers as stated
above to visit the works shall have been given to the contractor, either himself be present
to receive the orders and instructions or have a responsible representative duly
accredited in writing, to be present for that purpose.

(ii) Inspection of the work by committee/Consultant appointed by the CPWD.


a) The committee/consultant appointed by CPWD, shall be inspecting the works
including workshops and fabrication factory to ensure that the works are in general
being executed according to the design, drawings and specifications laid down in the
contract. His observations shall be communicated by CPWD engineering staff and
compliance is to be reported to CPWD.

b) The consultant appointed by CPWD shall certify on completion of particular building


that it has been constructed according to the approved drawings design and
specifications.

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
98

(iii) Senior Officers of CPWD, Dignitaries from Central Ministry / Department, (Client) CISF
Authorities shall be inspecting the on-going work at site at any time with or without prior
intimation. The contractor shall, therefore, keep updated the following requirements and
detailing.
a) Display Board showing detail of work, weekly progress achieved with respect to
targets, reason of shortfall, status of manpower, wages being paid for different
categories of workers.
b) Entrance and area surrounding to be kept cleaned.
c) Display layout plan key plan, Building drawings including plans, elevations and
sections.
d) Upto date displays of Bar chart, CPM and PERT etc.
e) Keep details of quantities executed, balance quantities, deviations, possible
Extra item, substituted Item etc.
f) Keep plastic / cloth mounted one sets of building drawings.
g) Set of Helmets and safety shoes for exclusive use for officers/dignitaries visiting
at site.
h) The work may be inspected by Chief Technical Examiners Organization of
Central Vigilance Commission. In such case the contractor shall make all
arrangements for providing required details/ documents.
1.57 FINAL TESTING OF THE INSTALLATION
The Contractor shall demonstrate trouble free functioning of all the Civil and E & M
installations and services. The Engineer-in-Charge or his authorized representatives
shall carry out final inspection of the various Civil and E & M services and installations.
Any defect(s) noticed during demonstration shall be rectified by the Contractor at his own
cost to the entire satisfaction of the Engineer-in-Charge. Nothing extra shall be payable
on this account.

1.58 SUBMISSION OF AS BUILT DRAWINGS AND OBTAINING OCCUPATION


CERTIFICATE
The contractor shall obtain occupation certificate / completion certificate from local
bodies including getting the required site visits conducted by such authorities with a view
to obtain the same.
1.59 GENERAL CLARIFICATIONS
i) Wherever any reference to any Indian Standards occurs in the documents relating to this
contract, the same shall be inclusive of all amendments issued thereto or revisions
thereof, if any, up to the date of receipt of tenders.
ii) Unless otherwise specified in the schedule of quantities, the rates for all items of work
shall be considered, as inclusive of pumping out or bailing out water, if required
throughout the construction period for which no extra payment shall be made. This
shall also include water encountered from any source such as rains, floods, sub soil
water table being high and/or due to any other cause whatsoever.
iii) All stone aggregate and stone ballast shall be of hard stone variety to be obtained from
approved quarries.
iv) Coarse sand should be obtained from approved sources. The same shall be clean and
sharp angular grit type. The coarse sand shall be screened before using, if required. If
the sand brought to site is dirty, it must be washed in clean water to bring the sand to
the required specifications. Nothing extra shall be payable on this account.
v) The rates for all items of work, shall unless clearly specified otherwise, include cost of
all operations and all inputs of labour, material, T & P, scaffolding, wastages, watch and
ward, other inputs, all incidental charges, all taxes, cess, VAT, duties, levies etc.
required for execution of the work.

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
99

1.60 PRODUCT DELIVERY, STORAGE AND HANDLING OF CHEMICALS


(i) The contractor shall construct storage space for Chemicals materials to ensure that
the storage conditions are as recommended by the manufactures.

(ii) All the materials shall be procured and delivered in sealed containers with labels
legible and intact.

(iii) All the chemicals {polymers, epoxy, water proofing compound, plasticizer,
Polysulphide, SBR based elastomeric, APP (Atactic Polypropylene Polymer), all
exterior and interior paints, polish etc.) shall be procured in convenient packs say
20 litres/Kgs.} capacity packing only or as approved by the Engineer-in-Charge,
and not in bigger capacity containers, say 200 litre (Kgs.) drums unless otherwise
specifically permitted by the Engineer-in-Charge. One sample from each lot of the
chemical procured by the contractor shall be tested in a laboratory as approved by
the Engineer-in-charge
(iv) All material required for the execution of the work shall be got approved, procured
and deposited with the Departmental supervisory staff. The materials shall be kept
in joint custody of the contractor and the Department. The watch and ward of such
material shall, however, remain to be the responsibility of the contractor and no
claim, whatsoever, on this account shall be entertained. Different containers of
each chemical shall be serially numbered on packing and also consumed in that
order. Day-to-Day account of receipt, issue and balance shall be regulated by the
Department and proper account shall be maintained at site of work in the
prescribed form as per the standard practice.

(v) All the chemicals shall be procured by the contractor directly from the
manufacturer. In exceptional circumstances, the contractor may be allowed to
procure the materials from the authorized dealers of the manufacturers, if
specifically permitted by the Engineer-in-Charge.

(vi) The original copies of challan/cash memos towards the quantity of various
chemicals procured shall be made available by the contractor at the request from
the Engineer-in- Charge and a copy of the same shall be kept in record.

(vii) The Name of manufacturers, manufacturer‟s product identification, manufacturer‟s


mixing instructions, warning for handling and toxicity and date of manufacturing
and shelf life shall be clearly and legibly mentioned on the labels of the each
container.

(viii) The contractor shall submit for the chemicals procured, manufacturer‟s and / or
authorized dealer‟s certificate regarding supplying and verifying conformance to the
material specifications, as specified.

(ix) All filled containers shall be handled in safe manner and in a way to avoid breaking
container seals.

(x) Empty containers of the chemicals should not be removed from site till the
completion of work and shall be removed only with the written approval of the
Engineer-in-Charge.

(xi) All arrangements for measuring, dosing and mixing of material / chemicals at site
have to be made by the contractor.
Addition : NIL Correction : NIL
Overwriting : NIL Deletion : NIL AE/P EE/P
100

(xii) Contractor shall suitably advise his site Engineer and all the workers as regards
safe handling of chemicals. Necessary protective and safety equipment in form of
hand gloves, goggles etc. shall be provided by the contractor and be also used at
site.

(xiii) All incidental charges of any kind including cartage, storage and wastage and safe
custody of material etc. shall be borne by the contractor and no claim, whatsoever,
shall be entertained on this account.

(xiv) The chemicals shall be tested in an independent laboratory as approved by the


Engineer-in-charge at the frequency as specified. If required, more samples may
have to be tested as per the directions of the Engineer-in-Charge. Nothing extra
shall be payable on this account. However testing charges shall be borne by the
department for the samples satisfying the requirements specified in the tender.
1.61 De-watering
(i) De-watering required, if any, shall be done conforming to BIS Code IS: 9759 (guide
lines for de-watering during construction) and / or as per the specifications
approved by the Engineer-in-Charge. Design of an appropriate and suitable
dewatering system shall be the Contractor‟s responsibility. Such scheme shall be
modified / augmented as the work proceeds based on fresh information discovered
during the progress of work, at no extra cost. At all times during the construction
work, efficient drainage of the site shall be carried out by the Contractor and
especially during the laying of plain cement concrete, taking levels etc. The
Contractor shall also ensure that there is no danger to the nearby properties and
installations on account of such lowering of water table. If needed, suitable
precautionary measures shall be taken by the Contractor. Also the scheme of
dewatering adopted shall have adequate built in arrangement to serve as stand-
bye to attend to repair of pumps etc. and disruption of power / fuel supply. Nothing
extra shall be payable on this account.
(ii) In trenches where surface water is likely to get into cut / trench during monsoons, a
ring bund of puddle clay or by any other means shall be formed outside, to the
required height, and maintained by the Contractor. Also, suitable steps shall be
taken by the Contractor to prevent back flow of pumped water into the trench.
Nothing extra shall be payable on this account.

1.62 INSURANCE POLICIES


Before commencing the execution of work, the Contractor shall, without in any way
limiting his obligations and liabilities, insure at his own cost and expense against any
damage or loss or injury, which may be caused to any person or property, at site of work.
The Contractor shall obtain and submit to the Engineer-in-Charge proper Contractor All
Risk Insurance Policy for an amount 1.25 times the contract amount for this work, with
Engineer-in-Charge as the first beneficiary. The insurance shall be obtained in joint
names of Engineer-in-Charge and the Contractor (who shall be second beneficiary).
Also, he shall indemnify the Department from any liability during the execution of the
work. Further, he shall obtain and submit to the Engineer-in-Charge, a third party
insurance policy for maximum Rs.10 lakh for each accident, with the Engineer-in-Charge
as the first beneficiary. The insurance shall be obtained in joint names of Engineer-in-
Charge and the Contractor (who shall be second beneficiary). The Contractor shall, from
time to time, provide documentary evidence as regards payment of premium for all the
Insurance Policies for keeping them valid till the completion of the work. The Contractor
shall ensure that Insurance Policies are also taken for the workers of his Sub-Contractors
Addition : NIL Correction : NIL
Overwriting : NIL Deletion : NIL AE/P EE/P
101

/ specialized agencies also. Without prejudice to any of its obligations and responsibilities
specified above, the Contractor shall within 10 days from the date of letter of acceptance
of the tender and thereafter at the end of each quarter submit a report to the Department
giving details of the Insurance Policies along with Certificate of these insurance policies
being valid, along with documentary evidences as required by the Engineer-in-Charge.
No work shall be commenced by the Contractor unless he obtains the Insurance Policies
as mentioned above. Also, no payment shall be made to the Contractor on expiry of
insurance policies unless renewed by the Contractor. Nothing extra shall be payable on
this account. No claim of hindrance (or any other claim) shall be entertained from the
contractor on these accounts.

1.63 Training of the Personnel


The contractor shall arrange at no extra cost to the Department to train two persons from
the department (CPWD) and two person from the client CISF, one each for civil and
electrical works, on how to operate and carryout preventive maintenance of the systems
(both civil and electrical). The contractor shall arrange this training from well qualified
and experience personnel for at least seven days.
1.64 Procurement of Centering and Shuttering
1.64.1 The steel / marine ply centering and shuttering and other connected materials required
for shuttering an area of 5000sqm ± 10% shall be made available within 60 days of date
of start of work, failing which recovery will be made at the rate of Rs. 10000/- per day till
the materials are made available at site upto the satisfaction of Engineering-in-charge.
The recovery will be effected in the next running account bill itself. The material so
brought shall not be removed from the site of work, unless all connected works are
completed and approval of Engineer-in-charge is obtained. The decision of the Engineer-
in-charge in this regard shall be final and binding upon the contractor.

1.65 The bidder shall mobilize construction equipment to site of work as per Table-2 (page-
62) within one month from the date of start of work failing to which a recovery will be
made at Rs. 25,000/- per week till those are brought to site.
1.66 Sample toilet at ground floor incorporating all relevant items including, painting, water
supply and sanitary installations, electrical installations and services is to be completed
demonstrating their functioning within 9 months from the stipulated date of start, failing
which recovery will be made at Rs. 10,000/- per day till the sample quarter at first floor
are completed upto the satisfaction of Engineer-in-charge.
The recovery towards non fulfilment of condition for sample toilet at ground floor,
compliance with GRIHA guidelines technical staff and safety measures is non-
refundable. It is over and above any other recovery including the compensation
levied (if any) under Clause-2.
1.67 The recovery, if any, towards late procurement of centring and shuttering, T&P
equipment, Automatic batching plant, delay in submission of construction programs,
progress reports are refundable if the targeted portions are completed within the
stipulated period completion of contracted work or extension of time is granted without
levy of compensation. Else this is non-refundable and is over and above the
compensation levied (if any) under Clause-2.

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
102

1.68 Compliance of directives of Hon‟ble National Green tribunal (NGT) dated


04.12.2014 and 10.04.2015 and EIA guidance manual issued in February 2010.

The contractor shall comply with following guidelines on the matter in pursuance of
orders passed by Hon‟ble National Green Tribunal.
1) The contractor shall not store / dump construction material or debris on metalled road.
2) The contractor shall get prior approval from Engineer-in-charge for the area where the
construction material or debris can be stored beyond the metalled road. This area shall
not cause any obstruction to the free flow of traffic / inconvenience to the pedestrians. It
should be ensured by the contractor that no accidents occur on account of such
permissible storage.
3) The contractor shall take appropriate protection measures like raising wind breakers of
appropriate height on all sides of the plot/area using CGI sheets or plastic and/or other
similar material to ensure that no construction material dust fly outside the plot area.
4) The contractor shall ensure that all the trucks or vehicles of any kind which are used for
construction purposes/or are carrying construction material like cement, sand and other
allied material are fully covered. The contractor shall take every necessary precautions
that the vehicles are properly cleaned and dust free to ensure that enroute their
destination, the dust, sand or any other particles are not released in air/contaminate air.
5) The contractor shall provide mask to every worker working on the construction site and
involved in loading, unloading and carriage of construction material and construction
debris to prevent inhalation of dust particles.
6) The contractor shall provide all medical help, investigation and treatment to the workers
involved in the construction of building and carry of construction material and debris
relatable to dust emission.
7) The contractor shall ensure that C&D waste is transported to the C&D waste site only
and due record shall be maintained by the contractor.
8) The contractor shall compulsory use of wet jet in grinding and stone cutting.
9) The contractor shall comply all the preventive and protective environmental steps as
started in the MoEF guidelines, 2010.
10) The contractor shall carry out on-road-inspection for black smoke generating machinery.
The contractor shall use cleaner fuel.
11) The contractor shall ensure that all DG sets comply emission norms notified by MoEF
12) The contractor shall use vehicles having pollution under control certificate. The
emissions can be reduced by a large extent by reducing the speed of a vehicle to 20
kmph. Speed bumps shall be used to ensure speed reduction. In cases where speed
reduction cannot effectively reduce fugitive dust, the contractor shall divert traffic to
nearby paved areas.
13) The contractor shall ensure that the construction material is covered by tarpaulin. The
contractor shall take all other precaution to ensure that no dust particles are permitted to
pollute air quality as a result of such storage.
14) Nothing shall be paid extra for fulfilling of all the above conditions except for the items
existing in the schedule of quantities. For such items, work done shall be paid on the
basis of the agreement rates.

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
103

2.0 SPECIAL CONDITIONS FOR GREEN BUILDING

The building is registered for obtaining GRIHA Rating from GRIHA Secretariat to obtain
minimum 3 star rating. The contractor is required to execute the work in a befitting
manner to obtain the targeted GRIHA rating.

Special conditions for GRIHA rating:-

2.1 The contractor shall prepare scheme for the approval of Engineer –in-charge for
obtaining GRIHA rating in the criteria relevant to the execution of work as per advice of
Green Building Consultant of main Consultant.
2.2 The contractor shall plan and execute the work in a manner to preserve and protect the
landscape during construction and shall arrange the materials/equipment and follow the
procedure as per criterion 2 of the GRIHA rating as applicable.
2.3 All the mandatory criteria of GRIHA and additional conditions for Green Building
practices are to be necessarily followed for entire academic parcel.
2.4 The contractor shall comply with NBC norms on construction safety, health and
sanitation as per criterion 8 of the GRIHA rating system.
2.5 The construction activity shall be done in a befitting manner and the contractor shall
adopt measures to prevent air pollution at site in compliance with criterion 9 of GRIHA
rating as applicable.
2.6 The contractor shall comply with all the instructions and schemes for execution of
Green building.
2.7 Nothing shall be paid extra for fulfilling of all the above conditions except for the items
existing in the schedule of quantities. For such items work done shall be paid on the
basis of the agreement rates.

2.8 Construction Stage

1. Construction Vehicles, Equipment and Machinery

(i) All vehicles, equipment and machinery to be procured for construction shall
conform to the relevant Bureau of India Standard (BIS) norms.
(ii) Emission from the vehicles must conform to environmental norms.
(iii) Dust produced from the vehicular movement and other site activities is to be
mitigated by sprinkling of water.
(iv) Noise limits for construction equipment shall not exceed 75 dB(A), measured at
one meter from the edge of the equipment in free area, as specified in the
Environment Protection Act,1986, schedule VI part E, as amended on 9 th
May,1993. The maximum noise levels near the construction site should be limited
to 65 dB (A) Leq (5 min) in project area.

2. Construction Wastes Disposal

(i) The pre-identified dump locations will be a part of solid waste management plan to
be prepared by the Contractor in consultation with Engineer-in-charge.
(ii) Contractor shall get approved the location of disposal site prior to
commencement of the excavation on any section of the project location.
(iii) Contractor shall ensure that any spoils of material / construction waste will not be
disposed off in any municipality solid waste collection bins.

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
104

2.9 Procurement of Construction Materials

(i) All vehicles delivering construction materials to the site shall be covered to avoid
spillage of materials and maintain cleanliness of the roads.
(ii) Wheel Tyres of all vehicles used by of the contractor, or any of his sub contractor or
materials suppliers shall be cleaned and washed clear of all dust/mud before
leaving the project premises. This shall be done by routing the vehicles through tyre
washing tracks.
(iii) Contractor shall arrange for regular water sprinkling at least twice a day (i.e.
morning and evening) for dust suppression of the construction sites and unpaved
roads used by his construction vehicles.

2.10 Water Pollution


(i) The Contractor shall take all precautionary measures to prevent the
wastewater during construction to accumulate anywhere.
(ii) The wastewater arising from the project is to be disposed off in the manner that is
acceptable to the Engineer –in-charge.

2.11 Air and Noise Pollution

Contractor shall use dust screens and sprinkle water around the construction site to
arrest spreading of dust in the air and surrounding areas.

(i) Contractor shall ensure that all vehicles, equipment and machinery used for
construction are regularly maintained and confirm that emission levels comply with
environmental emission standards/norms.
(i) For controlling the noise from Vehicles, Plants and Equipments, the
Contractor shall confirm the following:
(iii) All vehicles and equipment used in construction will be fitted with exhaust silencers.
(iv) Servicing of all construction vehicles and machinery will be done regularly and
during routine servicing operations, the effectiveness of exhaust silencers will be
checked and if found defective will be replaced.
(v) Noise emission from compactors (rollers) front loaders, concrete mixers, cranes
(movable), vibrators and saws should be less than 75 dB(A).
(vi) As per the standards/guidelines for control of Noise Pollution from Stationary
Diesel Generator (DG) sets, noise emission in dB(A) from DG Set (15-500 KVA)
should be less than 94+10 log 10 (KVA). The standards also suggest construction
of acoustic enclosure around the DG Set and provision of proper exhaust muffler
with insertion loss of minimum 25 dB(A) as mandatory.
2.12 Personal Safety Measures for Labour

Contractor shall provide the following items for safety of workers employed by contractor
and associate agencies:
(i) Protective footwear / helmet and gloves to all workers employed for the work
on mixing, cement, lime mortars, concrete etc. and openings in water
pipeline/sewer line.
(ii) Welder‟s protective eye-shields to workers who are engaged in welding works.
(iii) Safety helmet and Safety harness/ belt Provide adequate sanitation/safety facilities
for construction workers to ensure the health and safety of the workers during
construction, with effective provisions for the basic facilities such as sanitation,
drinking water and safety equipment or machinery.
Addition : NIL Correction : NIL
Overwriting : NIL Deletion : NIL AE/P EE/P
105

(iv) All the workers should be wearing helmet and shoes all the time on site.

(v) Masks and gloves should be worn whenever and wherever required.

(vi) Adequate drinking water facility should be provided at site, adequate number of
decentralized latrines and urinals to be provided for construction workers.
(vii) Full time workers (if any with the approval of Engineer-in-Charge) residing on site
should be provided with clean and adequate temporary hutment.
(viii) First aid facility should also be provided.
(ix) Overhead lifting of heavy materials should be avoided. Barrow wheel and hand-lift
boxes should be used to transport materials onsite.
(x) Tobacco and cigarette smoking should be prohibited onsite.
(xi) All dangerous parts of machinery are well guarded and all precautions for working
on machinery are taken.
(xii) Maintain hoists and lifts, lifting machines, chains, ropes and other lifting
tackles in good condition. Provide safety net of adequate strength to arrest falling
material down below.
(xiii) Use of durable and reusable formwork systems to replace timber formwork and
ensure that formwork where used is properly maintained.
(xiv) Ensure that walking surfaces or boards at height are of sound construction and are
provided with safety rails and belts. Provide protective equipments such as
helmets.
(xv) Provide measure to prevent fire. Fire extinguisher and buckets of sand to be
provided in fire-prone area and elsewhere.
(xvi) Provide sufficient and suitable light for working during night.
(xvii) Ensure that measures to protect workers from materials of construction,
transportation, storage and other dangers and health hazards are taken
(xviii) Ensure that the construction firm/division/company have sound safety policies.
(xix) Comply with the safety procedure, norms and guidelines (as applicable) as outlined
in NBC 2016 (BIS 2005c).
(xx) Adopt additional best practices and prescribed norms as in NBC 2016 (BIS2005).

2.13 Identify roads on-site that would be used for vehicular traffic. Update vehicular roads (if
these are unpaved) by increasing the surface strength by improving particle size, shape
and mineral type that make up the surface base. Add surface gravel to reduce source of
dust emission. Limit amount of fine particles (smaller than 0.075mm) to 10 -20%. Limit
vehicular speed on site 10km/h. Nothing extra will be payable for this.

2.14 All material storages should be adequately covered and contained so that they are not
exposed to situations where winds on site could lead to dust/particulate emissions.

2.15 Spills of dirt or dusty materials shall be cleaned up promptly so the spilled material does
not become a source of fugitive dust and also to prevent of seepage of pollutant laden
water into the ground aquifers. When cleaning up the spill, ensure that the clean – up
process does not generate additional dust. Similarly, spilled concrete slurries or liquid
wastes should be contained/cleaned up immediately before they can infiltrate into the
soil/ground or runoff in nearby areas.

2.16 Ensure that water spraying is carried out by wetting the surface by spraying water on:
(i) Any dusty material.
(ii) Areas where demolition work is carried out.
(iii) Any unpaved main-haul road and.
(iv) Areas where excavation or earth moving activities are to be carried out.
Addition : NIL Correction : NIL
Overwriting : NIL Deletion : NIL AE/P EE/P
106

2.17 The contractor shall ensure the following:


(i) Cover and enclose the site by providing dust screen, sheeting or netting to scaffold
along the perimeter of a building.
(ii) Covering stockpiles of dusty material with impervious sheeting.
(iii) Covering dusty load on vehicles by impervious sheeting before they leave the site.
(iv) Transferring, handling/storing dry loose materials like bulk cement and dry
pulverized fly ash inside a totally enclosed system.
(v) Spills of dirt or dusty materials shall be cleaned up promptly so that the spilled
material does not become a source of fugitive dust and also to prevent
seepage of pollutant laden water into the ground aquifers. When cleaning up the
spill, ensure that the clean-up process does not generate additional dust. Similarly,
spilled concrete slurries or liquid wastes should be contained / cleaned up
immediately before they can infiltrate into the soil/ground or runoff in nearby areas.
(vi) Clear vegetation only from areas where work will start right away.

2.18 Adopt measures to prevent air pollution in the vicinity of the site due to construction
activities. There is no standard reference for this. The best practices should be followed
(as adopted from international best practice documents and codes).

2.19 Provide sheet covering/barricading of site of not less than 3m height along the site
boundary, next to a road or other public area. Nothing extra will be paid for this.

2.20 The contractor shall provide experienced personnel with suitable training to ensure that
these methods are implemented. Prior to the commencement of any work, the method of
working, plant equipment and air pollution control system to be used on –site should be
made available for the inspection and approval of the Engineer –in-Charge to ensure that
these are suitable for the project.

2.21 Employ measures to segregate the waste on-site into inert, chemical or hazardous
wastes. Recycle the unused chemical/hazardous wastes such as oil, paint, batteries and
asbestos. The inert waste is to be disposed off to Municipal Corporation/local bodies
dump yard and landfill sites.

2.22 To preserve the existing landscape and protect it from degradation during the process of
construction. Select proper timing for construction activity to minimize the disturbance
such as soil pollution due to spilling of the construction material and its mixing with
rainwater. The construction management plan including soil erosion control management
plan shall be prepared accordingly for each month. The application of erosion control
measures includes construction of gravel pits and tyre washing bays of approved size
and specification for all vehicular site entry/exits, protection of slopes greater than 10%.
Sedimentation Collection System and run-off diversion systems shall be in place before
the commencement of construction activity. Preserve and protect the existing vegetation
by not-disturbing or damaging to specified site areas during construction.

2.23 The Contractor should follow the construction plan as proposed by the Engineer-in-
charge / landscape consultant to minimize the site disturbance such as soil pollution due
to spilling. Use staging and spill prevention and control plan to restrict the spilling of the
contaminating material on site.

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
107

2.24 Spill prevention and control plans should clearly state measures to stop the source of the
spill. Measures to contain the spill and measures to dispose the contaminated
material and hazardous wastes. It should also state the designation of personnel
trained to prevent and control spills. Hazardous wastes include pesticides, paints,
cleaners and petroleum products.
2.25 A soil Erosion and Sedimentation Control Plan (ESCP) should be prepared prior to
construction and should be applied effectively.
2.26 The contractor shall prepare and submit „Spill prevention and control plans‟ before the
start of construction, clearly stating measures to stop the source of the spill, to contain
the spill, to dispose the contaminated material and hazardous wastes, and stating
designation of personnel trained to prevent and control spills. Hazardous wastes
include pesticides, paints, cleaners, and petroleum products.
2.27 The contractor shall ensure that no construction leaches (Ex: cement slurry) is allowed to
percolate into the ground. Adequate precautions are to be taken to safeguard against
this including reduction of wasteful curing processes, collection, basic filtering and reuse.
The contractor shall follow requisite measures for collecting drainage water run-off from
construction areas and material storage sites and diverting water flow away from
such polluted areas. Temporary drainage channels, perimeter dike/swale, etc. shall be
constructed to carry the pollutant –laden water directly to the treatment device or facility
(municipal sewer line).
2.28 All lighting installed by the contractor around the site and at the labour quarters during
construction shall be CFL bulbs of the appropriate illumination levels. This condition is a
must, unless specifically prescribed otherwise.

2.29 All paints, adhesives and sealants should comply with the VOC limits prescribed by
GRIHA, as follows:
Table 1- VOC limits for paints, adhesives and sealants
` `` ` `

Paints VOC Limit (g/l) Adhesives VOC Limit (g/l)


Non-flat paints 150 Wood flooring Adhesive 100
Flat (Mat) paints 50 Tile Adhesive 65
Anti-corrosive/anti- 250 Indoor Carpet Adhesive 50
rust paints
Varnish 350 Wood 30
Lacquer 550 Stains Water proofing sealer 250

2.30 All the building materials and systems used on site must be as per the specifications
and approved makes by the Engineer-In-Charge.
2.31 All required certificates explaining the properties of the building material/system needs
to be obtained from the manufacturer/vendor as required by the green building rating
authority. The final certificates would be produced after the approval of green building
consultant with necessary due diligence. The purchase orders of all the materials made
with the manufacturers / authorized vendors should be maintained and shall be provided
for the process with due diligence upon request.
2.32 Water saving measures as suggested by the consultants need to be followed on site.

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
108

2.33 The contractor / subcontractor shall prepare and submit a Site Management
Plan (SMP) within 10 days of start, for approval by the Engineer –in-charge. This
SMP shall indicate the locations of godown, stockpiles, barricading, waste
storage, offices, vehicular movement routes etc. In short this SMP would
comprehensively represent how the site activities shall be managed conforming
to GRIHA guidelines. Contractor will be penalized @ Rs. 2000/- per day of delay on
non-submission of SMP beyond due date to be recovered from next RA bill.

2.34 Any other site management measures suggested by the Engineer-in-charge / green
building consultant shall be followed on site.

2.35 The contractor shall submit to the Engineer –in-Charge after construction of
the buildings, a detailed as built quantification of the following within 10 days of
recording of completion. Contractor will be penalized @ Rs. 500 per day of delay
in submission of “ detailed as built quantification”.

(i) Total materials used


(ii) Total waste generated,
(iii) Total waste reused,
(iv) Total water used,
(v) Total electricity consumed, and
(vi) Total diesel consumed………

2.36 Evidence for the implementation of the all the above required measures shall be
provided to the Engineer-in-Charge in the form of photographs and templates as required
which is required for the submission to the green building rating authority (GRIHA).

2.37 Nothing extra shall be payable for above provisions unless otherwise
specified in Schedule of Quantity

**********

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
109

PARTICULAR SPECIFICATION AND SPECIAL CONDITIONS FOR CEMENT AND


STEEL BROUGHT BY THE CONTRACTOR

3.1 CEMENT
The contractor shall procure cement (conforming to IS:1489-part-I) as required in the work,
from reputed manufacturers of cement such as ACC, Ultratech, Zuari cement and Dalmia
Bharat cement or from any other reputed cement manufacturer having a production
capacity not less than one million tones per annum as approved by Chief Engineer,
CPWD, Bangalore. The tenderers may also submit a list of names of cement manufacturers
which they propose to use in the work. The tender accepting authority reserves right to accept
or reject name(s) of cement manufacturer(s) which the tenderer proposes to use in the work.
No change in the tendered rates will be accepted if the tender accepting authority does not
accept the list of cement manufacturers, given by the tenderer, fully or partially. Supply of
cement shall be taken in 50kg 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. Every fresh cement batch should be
brought to site atleast 30 days before they are to be used / consumed in the work.
The cement shall be brought at site in bulk supply of approximately 50 tonnes or as decided
by the Engineer-in-Charge.
The cement godown of the capacity to store a minimum of 2 months requirement shall be
constructed by the contractor at site of work for which no extra payment shall be made.
Double lock provision shall be made to the door of cement godown. The keys of one lock shall
remain with Engineer-in-Charge or his authorized representative and 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 or his authorized representatives.

The cement shall be got tested by the Engineer-in-Charge and shall be used on the work
only after satisfactory test results have been received. The contractor shall supply free of
charge the cement required for testing including its transportation cost to testing laboratories.
The frequency and details of the tests shall be decided by the Engineer-in-Charge depending
on the quantum of supply in each batch. The cost of tests shall be borne by the contractor /
Department in the manner indicated below:

(a) By the contractor, if the results show that the cement does not conform to the relevant
BIS codes.
(b) By the Department, if the results show that the cement conforms to relevant BIS codes.
The actual consumption of cement on work shall be regulated and proper accounts be
maintained by the contractor. The theoretical consumption of cement shall be worked out as per
procedure prescribed in clause 42 of the contract and shall be governed by the conditions laid
therein. In case the cement consumption is less than theoretical consumption including
permissible variation, recovery at rate so prescribed shall be made. In case of excess
consumption no adjustment shall be made.

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.

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
110

Damaged cement shall be removed from the site immediately by the contractor on receipt
of a notice in writing from the Engineer-in-charge. If he does not do so within 3 days of receipt
of such notice, the Engineer-in-charge shall get it removed at the cost of the contractor.

The cement bags shall be stacked on proper floors consisting of two layers of dry bricks laid
on well consolidated earth at a level of at least one foot above ground. The stacks shall be in
rows of 2 and 10 bags high with minimum of 0.6m clear. Bags should be placed horizontally
continuous in each line. Actual size / shape of go down shall be as per site requirement and
nothing extra shall be paid on this account. The decision of Engineer-in-charge regarding
capacity shall be final.

Cement register for the cement shall be maintained at site. The account of daily receipts
and issues of cement shall be maintained in the register in the proforma prescribed and signed
daily by contractor or his authorized agent.

4.0 REINFORCING STEEL

4.1 The CPWD/ contractor shall procure IS marked TMT bars of various grades from

(1) The steel Manufacturers such as SAIL, TATA steel Ltd., RINL, JINDAL steel &
power Ltd, and JSW steel Ltd or their authorised dealers having valid BIS license
for IS: 1786-2008 ( Amendmant-1 November 2012).
(2) (a) The steel manufacturers or their authorised dealers (as per following
selection criteria) having valid BIS license for IS: 1786-2008 ( Amendmant-1
November 2012).

The procured steel should have following qualities :-

i. Excellent ductility, bend ability and elongation of finished product due to possible
refining technology.
ii. Consumption of steel should be accurate as per design.
iii. Steel should have no brittleness problem in finished product.
iv. Steel should carry the quality of corrosion and earthquake resistance.
v. Quality steel with achievement of proper level of sulphur and phosphorus as per IS:
1786-2008.

(b) Selection Criteria of steel manufacturers.

The supply of reinforcement steel for all CPWD works should have following selection
criteria of steel manufacturers:

Steel producers of any capacity using iron ore/ processed iron ore as the basic raw
material adopting advanced refining technologies as given hereunder,

(i) DRI-EAF= Direct Reduced Iron- Electric arc furnace


OR
(ii) BF-BOF= Blast furnace- Basic oxygen furnace.
OR
(iii) COREX – BOF= COREX- Basic oxygen furnace.

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
111

For production of liquid steel to finish product at single/ multiple locations with NABL or
any other similarly placed accrediting Government body which operates in accordance with
ISO/IEC17011 and accredits labs as per ISO/IEC 17025 conforming to IS: 1786-2008(
Amendment-1 November 2012). The check list for incorporation any quality steel producer is
enclosed for technical assessment is given in Annexure-1. Chief Engineer CSQ (Civil) unit,
Directorate of CPWD shall approve the steel manufacturers.

4.2 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.

4.3 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 the specifications as defined under
para 2.1 above, the same shall stand rejected, and it shall be removed from the site of
work by the contractor at his cost within a week‟s time of written orders from the
Engineer-in-charge to do so.

4.4 The steel reinforcement bars shall be brought to the site in bulk supply of 10 tonnes or
more or as decided by the Engineer-in-Charge.

4.5 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.

4.6 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, and at frequency not
less than that specified below:-

Size of bar For consignment below 100 For consignment over 100
tonnes tonnes
Under 10mm dia One sample for each 25 tonnes One sample for each 40
or part thereof tonnes or part thereof
10 mm to 16mm dia One sample for each 35 tonnes One sample for each 45
or part thereof tonnes or part thereof
Over 16 mm dia One sample for each 45 tonnes One sample for each 50
or part thereof tonnes or part thereof
4.7 The contractor shall supply free of charge the steel required for testing including its
transportation to testing laboratories. The cost of tests shall be borne by the contractor.

4.8 The actual issue and consumption of steel on work shall be regulated and proper
accounts shall be maintained as provided in clause 10 of the contract. The theoretical
consumption of steel shall be worked out as per procedure prescribed in clause 42 of the
contract and shall be governed by conditions laid therein. In case the consumption is less
than theoretical consumption including permissible variations, recovery at the rate so
prescribed shall be made. In case of excess consumption, no adjustment needs to be
made.
Addition : NIL Correction : NIL
Overwriting : NIL Deletion : NIL AE/P EE/P
112

4.9 The steel brought to site and steel remaining unused shall not be removed from site
without the written permission of the Engineer-in-Charge.

5.0 ADDITIONAL CONDITIONS AND PARTICULAR SPECIFICATION FOR R.C.C.


WORK (DESIGN MIX CONCRETE )
(Before start of RCC work concrete Mix Design shall be got done by the
contractor from a NABL accredited laboratory/ IIT/ NIT laboratory with the
approval of Engineer-in-Charge. The RCC Work shall be carried out as per the Mix
Design approved by the Engineer-in-charge,)
GENERAL:-
5.1 The RCC work shall be done with RMC or Design Mix Concrete, unless otherwise
specified in the nomenclature of items, wherever letter M has been indicated , the same
shall imply for the Design Mix Concrete. The Ready Mix Concrete shall be as per IS :
4926 and as per CPWD Specification and guide lines. For the nominal mix in RCC,
CPWD specification shall be followed. The Design Mix Concrete will be designed
based on the principles given in IS : 456, 10262 and SP 23. The contractor shall carry
out design mixes for each class of concrete indicating that the concrete ingredients and
proportions will result in concrete mix meeting requirements specified. The cement
shall be actually weighed as presumption of each bag having 50 kg shall not be
allowed. In case of use of admixture, the mix shall be designed with these ingredients
as well. The specification mentioned herein below shall be followed for Design Mix
Concrete.

INGREDIENTS
i) Coarse Aggregate :- As per CPWD Specifications
i) Fine Aggregate :- As per CPWD Specifications.
ii) Water :- As per requirements laid down in IS 456-2000 and CPWD specifications.
iii) Cement: Cement arranged by the contractor will be PPC (in bags) conforming
to IS : 1489 : Part-I.
5.2 Admixture:- Type of Admixture shall be got approved from Engineer-in-Charge.
Admixtures of approved quality shall be mixed with concrete to achieve the desired
workability within specified water cement ratio. The admixture shall conform to IS : 9103.
The chloride content in the admixture shall satisfy the requirement of BS : 5075. The
total amount of chlorides in the admixture mixed concrete shall also satisfy the
requirements of IS : 456-2000
5.3 The contractor shall not be paid anything extra for admixture required for achieving
desired workability without any change in specified water cement ratio for RCC / CC
work.
5.4 Grade of concrete:- The characteristic compressive strength of various grades of
concrete shall be given as below :-
Sl. Grade Compressive Specified Minimum Maximum
No Designation strength on characteristic cement content* water cement
15cm cubes min compressive (kg per cum) ratio
7 days ( strength at 28 ratio
N/mm2) days (N/mm2)
(i) M-30 As per Design As per IS 456 As per IS 456 As per IS 456

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
113

5.5 The Concrete mix will be designed for minimum workability as specified in para 7 of IS–
456-2000

5.6 WORKABILITY OF CONCRETE (UNLESS OTHERWISE SPECIFIED ELSEWHERE OR


AS DECIDED BY ENGINEER IN CHARGE.

Placing Conditions Degree of Slump


Workability (mm)
(1) (2) (3)
Lightly reinforced sections in slabs, beams, walls, columns Low 25-75
Heavily reinforced section in slabs, beams, walls, columns. Medium 50-100

Pumped concrete Medium 75-100

5.7 The recommended values of slump for various members to confirm IS 456
5.8 In the designation of concrete mix letter M refers to the mix and the number to the
specified characteristic compressive strength of 15 cm – Cube at 28 days expressed in
N/mm2
5.9 The concrete design mix with or without admixture will be got cementious material
carried out by the contractor by any reputed NABL accredited laboratory as per direction
of Engineer-In-Charge.
5.10 For such approval various ingredients for mix design as submitted by contractor shall
be sent to the lab / test houses through the Engineer-In-Charge of the project and got it
tested in approved laboratories as may be decided by the Engineer-in-charge. Sample
of aggregate sent shall be preserved at site by the department for each different set of
Coarse aggregates & Fine aggregates , fresh design shall be done and got approved by
the Department. The admixture if used by contractor shall be at his own cost without any
extra payment.
5.11 * Note : For RMC OPC shall be used in combination with GGBS as follows:

Part of OPC 43 grade cement ( conforming to IS8112) can be substituted with Ground
Granulated Blast furnace slag (GGBS) to a minimum of 30%. The physical and chemical
properties of GGBS shall conform to IS: 12089-1987 (Reaffirmed 2008). Uniform
blending with OPC 43 grade cement to be ensured in accordance with clauses 5.2 and
5.2.1 of IS:456-2000.

5.12 In case of change of source or characteristic properties of the ingredients used in the
concrete mix during the work, a revised laboratory mix design report conducted in
approved by Engineer-In-Charge shall be submitted by the contractor as per the
direction of the Engineer in charge.
5.13 APPROVAL OF DESIGN MIX
(i) The mix design for a specified grade of concrete shall be done for a
target mean compressive strength Tck = Fck + 1.65s
Where Fck = Characteristic Compressive Strength at 28 days
s = Standard deviation which depends on degree of quality control.
(ii) The degree of quality control for this work is “good” for which the standard
deviation (s) obtained for different grades of concrete shall be as per IS relevant
IS Standards/ Codes.
Addition : NIL Correction : NIL
Overwriting : NIL Deletion : NIL AE/P EE/P
114

(iv) Out of the six specimen of each set, three shall be tested at seven days and
remaining three at 28 days. The preliminary tests at seven days are intended only
to indicate the strength to be attained at 28 days.

5.14 CHARGES FOR DESIGN MIX


(i) All cost of mix designing and testing connected therewith including charges payable
to the laboratory shall be borne by the contractor.

5.15 DESIGN MIX CONCRETE FROM FULLY AUTOMATIC COMPUTERISED


CONCRETE BATCHING AND MIXING PLANT

(i) Proportioning Concrete


In proportioning cement concrete, the quantity of both cement and aggregates shall
be determined by weight. The cement shall be weighed separately from the
aggregates. Water shall either be measured by volume in calibrated tanks or
weighed. All measuring equipment shall be maintained in a clean and serviceable
condition. The amount of mixing water shall be adjusted to compensate for
moisture content in both coarse and fine aggregates. The moisture content of
aggregates shall be determined in accordance with IS : 2386 (Part III). Suitable
adjustments shall also be made in the weights of aggregates to allow for the
variation in weight of aggregates due to variation in moisture content.

(ii) Production of Concrete


The concrete shall be RMC .produced in a central batching and mixing plant with,
computerized printing for contents and admixture dosage. The batching plant shall
be fully automatic. Automatic batcher shall be charged by devices which, when
actuated by a Single starter switch will automatically start the weighing operation of
each material and stop automatically, when the designated weight of each material
has been reached. The batching plant shall have automatic arrangement for
dispensing the admixture and shall also be capable of discharging water in more
than one stage. A print out from the batching plant for every lot shall be submitted. A
batching plant essentially shall consist of the following components :Separate
storage bins for different sizes of aggregates, silo for cement; and water storage
tank.
a. Batching equipment
b. Mixers
c. Control panels
d. Mechanical material feeding and elevating arrangements
e. The Contractor shall arrange for inspection of automatic batching plant
within seven days of issue of letter of award to facilitate inspection and
approval of same by Engineer-In-Charge. Nothing extra will be paid for this.
(iii) The compartments of storage bins for aggregates shall be approximately of equal
size. The cement compartment shall be centrally located in the batching plant. It
shall be watertight and provided with necessary air vent, aeration fittings for proper
flow of cement & emergency cement cut off gate. The aggregate and sand shall be
charged by power operated centrally revolving chute. The entire plant from mixer
floor upward shall be enclosed and insulated. The batch bins shall be constructed
so as to by self-cleansing during drawdown. The batch bins shall in general conform
to the requirements of IS :4925.

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
115

(iv) The batching equipment shall be capable of determining and controlling the
prescribed amounts of various constituent materials for concrete accurately i.e.
water, cement, sand, individual size of coarse aggregates etc. The accuracy of the
measuring devices shall fall within the following limits.

Measurement of Cement ±2% of the quantity of cement in each batch

Measurement of Water ±3% of the quantity of water in each batch

Measurement of Aggregate ±3% of the quantity of aggregate in each batch

Measurement of Admixture ±3% of the quantity of admixture in each batch

5.16 Mixing Concrete

The mixer in the batching plant shall be so arranged that mixing action in the mixers
can be observed from the operator‟s station. The mixer shall be equipped with a
mechanically or electrically operated timing, signaling and metering device which
will indicate and assure completion of the required mixing period. The mixer
shall have all other components as specified in IS : 4925.

5.17 Transportation, Placing and Compaction of Concrete


(i) Mixed concrete from the batching plant shall be transported to the point of placement
by transit mixers or through concrete pumps or steel closed bottom buckets capable
of carrying 6 cum concrete. In case the concrete is proposed to be transported by
transit mixer, the mixer speed shall not be less than 4 rev/ min. of the drum nor
greater than a speed resulting in a peripheral velocity of the drum as 70 m / minute
at its largest diameter. The agitating speed of the agitator shall be not less than 2
rev / min. nor more than 6 rev / min. of the drum. The number of revolutions of the
mixing drum or blades at mixing speed shall be between 70 to 100 revolutions
for a uniform mix, after all ingredients, have been charged into the drum. Unless
tempering water is added, all rotation after 100 revolutions shall be at agitating
speed of 2 to 6 rev / min. and the number of such rotations shall not exceed 250.
The general construction of transit mixer and other requirements shall conform to
IS: 5892.
(ii) In case concrete is to be transported by pumping, the conduit shall be primed by
pumping a batch of mortar / thick cement slurry through the line to lubricate it. Once
the pumping is started, it shall not be interrupted (if at all possible) as concrete
standing idle in the line is liable to cause a plug. The operator shall ensure that
some concrete is always there in the pump-receiving hopper during operation. The
lines shall always be maintained clean and shall be free of dents.
(v) Materials for pumped concrete shall be batched consistently and uniformly.
Maximum size of aggregate shall not exceed one-third of the internal diameter of the
pipe. Grading of aggregate shall be continuous and shall have sufficient ultra fine
materials (materials finer than 0.25mm). Proportion of fine aggregates passing
through 0.25mm shall be between15 & 30% and that passing through 0.125 mm
sieve shall not be less than 5% of the total volume of aggregate. When pumping
long distances and through hot weather, set- retarding admixtures may be used.
Admixtures to improve workability can be added. Suitability of concrete shall be
through pumping shall be verified by trial mixes and by performing pumping tests.
Addition : NIL Correction : NIL
Overwriting : NIL Deletion : NIL AE/P EE/P
116

5.18 PREPARATION OF MIXES AS PER APPROVED DESIGN MIX AND CONDUCTING


CONFIRMATORY TEST AT FIELD LAB.
(i) The contractor shall make the cubes of trial mixes as per approved Mix design at
site laboratory for all grades, in presence of Engineer in charge using sample of
approved materials proposed to be used in the work prior to commencement of
concreting and get them tested in his presence to his entire satisfaction for 7 days
and 28 days. Test cubes shall be taken from trial mixes as follows.
For each mix, a set of six cubes shall be made from each of the three consecutive
batches. Three cubes from each set of six shall be tested at age of 7 days and
remaining three cubes at age of 28 days. The cubes shall be made, cured,
transported and tested strictly in accordance with specifications. The average
strength of nine cubes at age of 28 days shall exceed the specified target mean
strength for which design mix has been approved , the evaluation of test results will
be done as per IS : 456-2000.

5.19 WORK STRENGTH TEST

TEST SPECIMEN
Work strength test shall be conducted in accordance with IS: 516 on random sampling.
Each test shall be conducted on six specimen, three of which shall be tested at 7 days
and remaining three at 28 days. Additional samples shall be prepared, if required, as per
direction of Engineer in charge for testing samples cured by accelerated method as
described in IS : 9103.

TEST RESULTS OF SAMPLE


The test results of the sample shall be the average of the strength of three specimen.
The individual variation shall not be more than + - 15 percent of the average. If more,
the test results of the sample are invalid. 90% of the total tests shall be done at the
laboratory established at site by the contractor and remaining 10% in the laboratory of
Government Engineering colleges, or in any other approved laboratory as directed by
the Engineer-in-charge.
5.20 STANDARD FOR ACCEPTANCE
i) Standard of acceptance shall be same as specified in clause 16 of IS 456-2000.
ii) In order to keep the floor finish as per direction of Engineer-in-charge and as per
Architectural drawings and to provide required thickness of the flooring as per
specification, the level of top surface of RCC shall be accordingly adjusted at the
time of its centring, shuttering and casting for which nothing extra shall be paid to
the contractor.
5.21 Ultrasonic Pulse Velocity Method of Test for RCC
(i) The underlying principle of assessing the quality of concrete is that comparatively
higher velocities are obtained when the quality of concrete in terms of density,
homogeneity and uniformly is good. The consistency of the concrete as regards its
general quality gets established. In case of poorer quality lower velocities are
obtained. If there are cracks, voids or flaws inside the concrete which come in the
way of transmission of pulse, lower velocities are obtained.

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
117

(ii) The quality of concrete in terms of uniformity, incidence or absence of internal flaws,
cracks and segregation etc. indicative of the level of workmanship employed, can
thus be assessed using the guidance given in table below, which have been
evolved for characterizing the quality concrete in structure in term of the ultrasonic
pulse velocity.

Velocity criterion for Concrete Quality Grading.

Sl. No. Pulse velocity by Cross Probing Concrete Quality Grading


(km/sec)
1 Above 4.5 Excellent
2 4.5 to 3.5 Good
3 3.5 to 3.0 Medium
4 Below 3.0 Doubtful

Note : In Case of “doubtful” quality it may be necessary to carry further tests.

iii) Pulse velocity method of test of concrete is to be conducted for CPWD works as a
routine test. The acceptance criteria as per the above table will be applicable which
is as per IS 13311 (part-1): 1992. From the above “Good” and “Excellent” grading
are acceptable and below these grading the concrete will not be acceptable.

iv) 5% of the total number of RCC members in each category i.e. beam, column, slab
and footing may be tested by UPV test method for establishing quality of concrete. It
is suggested that test be conducted on RCC beam near joint with column, on RCC
column near joint with beam, on RCC footings and rafts. On RCC rafts a suitable
grid can be worked out for determining number of tests. In addition doubtful areas
such as honeycombed locations, locations, where continuous seepage is observed,
construction joints and visible loose pockets will also be tested.
v) The test results are to be examined in view of the above acceptance criteria “Good”
and “Excellent” and wherever concrete is found with less than required quality as
per acceptance criteria, repairs to concrete will be made. Honeycombed areas and
loose pockets will be repaired by grouting using Portland Cement Mortar/Polymer
Modifies Cement Mortar /Epoxy Mortar ,etc. after chipping loose concrete in
appropriate manner. In areas where concrete is found below acceptance criteria
and defects are not apparently visible on surface ,injecting approved grout in
appropriate proportion using epoxy grout /acrylic Polymer modified cements slurry
made with shrinkage compensating cement / plain cement slurry etc will be resorted
to for repairs.(refer relevant chapters from CPWD Hand Book on Repairs and
Rehabilitation of RCC Buildings).Repair to concrete will be done till satisfactory
results are obtained as per the acceptance criteria by retesting of the repaired area.
If satisfactory results are not obtained dismantling and relaying of concrete will be
done at the cost of contractor.

5.22 MEASUREMENT

As per CPWD specifications.

5.23 TOLERANCES
As per CPWD specifications

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
118

5.24 RATE :-
(i) The plinth area rate includes the cost of materials and labour involved in all the
operations described above.

(ii) In case of actual average compressive strength being less than specified strength
which shall be governed by para „ Standard of Acceptance” as above the rate payable
shall be worked out accordingly on the basis of analysis.

(iii) In case of rejection of concrete on account of unacceptable compressive strength,


governed by para „Standard of Acceptance‟ as above, the work for which samples have
failed shall be redone at the cost of contractors. However, the Engineer in charge may
order for additional tests (like cutting cores, ultrasonic pulse velocity test, load test on
structure or part of structure etc) to be carried out at the cost of contractor to ascertain if
the portion of structure wherein concrete represented by the sample has been used, can
be retained on the basis of results of individual or combination of these tests.

The contractor shall take remedial measures necessary to retain the structure as
approved by the Engineer in charge without any extra cost. However, for payment, the
basis of rate payable to contractor shall be governed by the 28 days cube test results
and reduced rates shall be regulated in accordance with para 5.4.13 of Revised
CPWD specification 2009, Vol.-I.

(iv) As per general engineering practice, level of floors in toilet / bath, balconies, shall be
kept 12 to 20mm or as required, lower than general floors shuttering should be adjusted
accordingly. The landing level of mumty / Staircase cabin shall be kept one riser level
higher than adjoining slab level so as to accommodate water proofing treatment over
terrace slab. In case of kitchen slab the portion of floor trap below kitchen platform be
kept at lower level as per drawings. Nothing extra is payable on this account.

(v) For the execution of centering and shuttering, the contractor shall use propriety
“Reebole” chemical mould release agent of FOSROC or equivalent as shuttering oil as
approved by Engineer-in-charge and nothing extra shall be paid on this account.

5.25 COVER/SPACER BLOCK

The contractor shall provide approved type of support for maintaining the bars in
position and ensuring required spacing and correct cover of concrete to reinforcement
as called for in the drawings, spacer blocks of required shape and size. Chairs and
spacer bars shall be used in order to ensure accurate positioning of reinforcement.
Spacer blocks shall be cast well in advance with approved proprietary pre-packed free
flowing mortars (Conbextra as manufactured by M/S Fosroc Chemicals India Ltd. Or
equivalent as approved by the Engineer-in-charge at his discretion) of high early
strength and same colour as surrounding concrete, Pre-cast cement mortar/concrete
blocks/blocks of polymer shall not be used as spacer blocks unless specially approved
by the Engineer-in-charge, rate of RCC items is inclusive of cost of such cover blocks.

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
119

6.0 PARTICULAR SPECIFICATION AND ADDITIONAL CONDITIONS FOR WATER


PROOFING
6.1 The work shall be got executed as per CPWD Specifications and as per the
manufacturer‟s specification through specialized agency as approved by the Engineer-in-
charge.
The contractor shall furnish the following particulars immediately after the issue of
letter of acceptance by the department.
(a) The name of the specialized firm.
(b) The trade names of the product, which would be used.
(c) List of works where the treatment has been used.
(d) Quantity of chlorides and sulphides used in the product.

GUARANTEE FOR WATER PROOFING TREATMENT


6.2 The contractor shall be fully responsible for and shall guarantee proper performance of
the entire waterproofing system for a period of 10 (Ten) years from the final
completion of works. In addition, specific 10 years written guarantee (to be furnished
in a non-judicial stamp paper of value not less than Rs.100/-) in approved proforma
shall be submitted for the performance of the system, before final payment and shall
not in any way limit any other rights the Employer may have under the contract.
Guarantee for water proofing shall comprises of all the items described above in
particular specification.

6.3 All water-proofing work shall be carried out through approved specialist
agency as per method of working approved by the Engineer-in-charge. However the
contractor shall be solely responsible for waterproofing treatment until the expiry of the
above guarantee period.
6.4 Ten years guarantee in prescribed proforma attached shall be given by the contractor
for the water proofing treatment. Towards that 10% (ten percent) of the cost of these
items of water proofing under this sub head worked out on prevailing market rate
shall be retained as guarantee to watch the performance of the work executed.
However, half of this amount (withheld) would be released after five years from the
date of completion of the work, if the performance of the waterproofing works is
satisfactory. The remaining withheld amount shall be released after completion of ten
years from the date of completion of work, if the performance of the waterproofing
work is satisfactory. If any defect is noticed during the guarantee period, it should be
rectified by the contractor within seven days of issuing of notice by the Engineer-
in-Charge and, if not attended to, the same shall be got done through other agency
at the risk and cost of the contractor and recovery shall be effected from the amount
retained towards guarantee. In any case, the contractor and the specialist agency,
during the guarantee period, shall inspect and examine the treatment once in every
year and make good any defect observed and confirm the same in writing. The
security deposit can be released in full, if bank guarantee of equivalent amount, valid
for the duration of guarantee period, is produced and deposited with the department.

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
120
6.5 GUARANTEE TO BE EXECUTED BY CONTRACTOR FOR REMOVAL OF DEFECTS
AFTER COMPLETION OF WORK IN RESPECT OF WATER PROOFING WORKS.

This agreement made this day of two thousand and between


, (Name of the contractor,
hereinafter call Guarantor of the one part) and the PRESIDENT OF INDIA (hereinafter called
the Government of the other part).

Whereas this agreement is supplementary to a contract (hereinafter called the


Contract) dated_ and made between the GUARANTOR of the one part and
the GOVERNMENT of the other part where by the Contractor inter alia, undertook to render the
buildings and structures in the said contract recited completely water and leak proof.

And whereas the Guarantor agreed to give a guarantee to the effect that the said
structures will remain water / leak proof for ten years from the date of completion of work.

Now the Guarantor hereby guarantees that water proofing treatment given by him will render
the structures completely leak proof and the minimum life of such water proofing treatment
shall be ten years to be reckoned from the date completion of work.

Provided that the Guarantor will not be responsible for leakage caused by earthquakes or
structural defects or misuse of roof or alterations and for such purpose

a) Misuse of roof shall mean by operation, which will damage roofing treatment, like
chopping of firewood 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 roof or
construction adjoining to existing roof, where by roofing treatment is removed in parts.
c) The decision of the Engineer-in-Charge with regard to cause of leakage shall be final.

During this period of guarantee, the Guarantor shall make good all defects and in case of any
defects being found, render the building water proof at his own cost, to the satisfaction of the
Engineer-in- Charge and shall commence the work for such rectification within seven days
from the date of issue of the notice from the Engineer-in-Charge calling upon him to rectify
the defects, failing which the work shall be got done by Department through 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 is the Guarantor fails to execute the necessary rectification or commits breach there
under then the Guarantor will indemnify the Principal and his successors against all loss,
damage, cost expense or otherwise which may be incurred by him by reasons of any default
on the part of GUARANTOR in performance and observance of this supplementary agreement.
As to the amount of loss and / or damage and / or cost incurred by the Government, the
decision of the Engineer-in-Charge will be final and binding on the parties.

In witness where of these presents has been executed by the Obligator _____________ and
by _____________________________ and for and on behalf of the PRESIDENT OF
INDIA on the day month and year first above written.

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
121

Signed, sealed and delivered by (OBLIGOR) in the presence of:

1.

2.

Signed for and on behalf of THE PRESIDENT OF INDIA BY__________________ in the


presence of:

1.

2.

(Guarantee to be signed and delivered on a Non-Judicial stamp paper worth Rs. 1000/-)

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
122

ADDITIONAL SPECIFICATION

7.0 CLASSIFICATION OF SOILS FOR EARTH WORK IN EXCAVATION


7.1 The earth work shall be classified under the following categories and measured
separately for each category.
a) All kinds of soils: Generally any strata, such as sand, gravel, loam, clay, mud, black
cotton moorum, shingle, river or nallah bed boulders, siding of roads, paths etc. and
hard core, macadam surface of any description (water bound, grouted tarmac etc.),
lime concrete, mud concrete and their mixtures which for excavation yields to
application of picks, showels, jumper, scarifiers, ripper and other manual digging
implements.

b) Ordinary rock: Generally any rock which can be excavated by splitting with crow bars
or picks and does not require blasting, wedging or similar means for excavation such as
lime stone, sand stone, hard laterite, hard conglomerate and unreinforced cement
concrete below ground level. If required light blasting may be resorted to for loosening
the materials but this will not in any way entitle the material to be classified as „Hard
rock‟.

c) Hard rock: Generally any rock or boulder for the excavation of which blasting is
required such as quartzite, granite, basalt, reinforced cement concrete (reinforcement
to be cut through but not separated from concrete) below ground level and the like.
7.2 CONDITIONS FOR WATER:
The contractor shall make his own arrangement for providing water for construction and
drinking purpose. Water charges shall not be recovered on account of it. Contractor
shall get the water tested from any laboratory approved by the Engineer-in-charge at
regular interval as per the CPWD Specifications. All expenses towards collection of
samples, packing transportation except testing charges etc. shall be borne by the
contractor.

7.3 FORM WORK


7.3.1 The work shall be done in general as per CPWD Specifications.
7.3.2 Only M.S. Centering/shuttering and scaffolding material unless & otherwise specified
shall be used for all R.C.C. work to give an even finish of concrete surface.
However, marine-ply shuttering in exceptional cases as per site requirement may be
used on specific request from contractor to be approved by the Engineer-in-charge.
7.3.3 Double steel scaffolding having two sets of vertical supports shall be provided for
external wall finish, cladding etc. The supports shall be sound and strong, tied
together with horizontal pieces over which scaffolding platform shall be fixed.
Scaffolding shall have steel staircase for inspection works at upper levels.

7.3.4 In order to keep the floor finish as per architectural drawings and to provide required
thickness of the flooring as per specifications, the level of top surface of RCC shall be
accordingly adjusted at the time of its centering, shuttering and casting for which
nothing extra shall be paid to the Contractor.
7.3.5 As per general engineering practice, level of floors in toilets/bath, balconies, shall be
kept 12 to 20mm lower than general floor as required. Shuttering should be adjusted
accordingly. Nothing extra is payable on this account.

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
123

Steel shuttering as approved by the Engineer-in-charge only shall be used by the


contractor. Minimum size of shuttering plates shall be 600mm x 900mm except for the
case when closing pieces required to complete the shuttering panels. Dented,
broken, cracked, twisted or rusted shuttering plates shall not be allowed to be used on
the work.The shuttering plates shall be cleaned properly with electrically driven
sanders to remove any cement slurry or cement mortar or rust. Proper shuttering oil
or de-bonding compound shall be applied on the surface of the shuttering plates in the
requisite quantity before assembly of steel reinforcement.
7.3.6 For the execution of centring and shuttering, the contractor shall use propriety
„Reebole” chemical mould release agent of FOSROC or equivalent as shuttering oil as
approved by Engineer-in-charge and nothing extra shall be paid on this account.
7.4 RCC WORK as per additional condition of RCC work

7.5 FLOORING
7.5.1 All the work in general shall be carried out as per CPWD Specifications 2009.
7.5.2 The ceramic tiles shall be as specified. The tiles shall be of specified colours as
shown in the drawings and will be laid in pattern as per architectural drawings.
Nothing extra shall be paid for laying tiles in specific pattern. The tiles shall be of first
quality of approved make.
7.5.3 Proper gradient shall be given to flooring for toilets, verandah, kitchen, courtyard etc.
so that the wash water flows towards the direction of floor trap. Any reverse slop if
found, these shall be made good by the contractor by ripping open the floor/grading
concrete and nothing extra shall be paid for such rectifications.
7.5.4 The flooring and skirting will be executed as per pattern shown in the Architectural
drawings and as per approval of Engineer-in-charge.

STONE FLOORING:
7.5.5 All work in general shall be carried out as per CPWD Specifications 2009.
7.5.6 Whenever flooring is to be done in patterns of stones, the contractor shall get samples
of each pattern laid and approved by the Engineer-in-charge before final laying of
such flooring. Nothing extra shall be payable on this account.
i) The samples shall not be of a size less than 400mm x 400mm or as required by
Engineer-in- charge.
ii) The sample produced shall be fully supported by the details of location/quarry and
the same shall not be removed except with the written permission of Engineer-in-
Charge. Samples for Flame burnt/finish granite shall be produced separately.
Flame burning shall be carried out after the selection of the basic granite sample.
Flame burning shall be uniform and with a uniform texture across the entire surface
of the slab. The Flame burning of the stone slab shall be inspected by the Engineer
in Charge as and when found necessary and full support for the inspection shall be
provided. Full width stone over kitchen platform shall be provided except to adjust
for closing pieces. The marble/any stone flooring in treads and risers of stair case
is to be laid in single piece. Nothing extra shall be paid on these accounts.
40 mm wide sand blasted strip at a distance of 50mm from the edge of the
tread to create contrasting colour.

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
124

7.5.7 The plinth area rate offered is inclusive of providing sunken flooring in bathrooms,
kitchen etc. and nothing extra on this account is admissible. Proper gradient shall be
given to flooring for toilets, veranda, kitchen, courtyard, etc. as per the directions of
Engineer-in-charge.
7.5.8 The plinth area rate offered of is inclusive of providing patterns of required oblong
shaped pattern with combination of both and nothing extra will be paid on this account.
7.6 WOOD WORK
7.6.1 The wood work in general shall be carried out as per CPWD Specifications 2009.
i) The samples of species of timber to be used shall be deposited by the contractor with
the Engineer in Charge before commencement of the work. The contractor shall
produce cash vouchers and certificates from standard kiln seasoning plant operator
about the timber to be used on the work having been kiln seasoned by them, failing
which it would not be accepted as kiln seasoned.
ii) Specified timber shall be of good quality and well-seasoned. It shall have uniform
colour, reasonably straight grains and shall be free from knots, cracks, shakes and
sapwood.
iii) Wood work shall not be painted, oiled or otherwise treated before it has been
approved by the Engineer-in-Charge
iv) All fittings and fixtures shall be got approved from the Engineer-in-Charge before
procurement well in advance and the approved samples shall be kept at site till
completion of the work.
7.6.2 Factory made wooden shutter, as specified shall be obtained from factories to be
approved by the Engineer- in-charge shall conform to relevant IS Code. The
contractor shall inform well in advance to the Engineer- in-charge the name and
address of the factory where from he intends to get the shutters manufactured. The
contractor will place order for manufacturing of shutters only after written approval of
the Engineer- in-charge in this regard is given. The contractor is bound to recommend
name(s) 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 they meet the specified tests. The contractor will also arrange stage wise
inspection of the shutters at factory by the Engineer-in-charge or his authorized
representative. The contractor will have no claim if the shutters brought at site are rejected by
the Engineer-in-charge in part or in full lot due to bad workmanship/quality. Such shutters will
not be measured and paid. The contractor shall remove the same from the site of work within 7
days after the written instructions in this regard are issued by the Engineer-in- charge.
i) The shutters should be brought at site without primer / painting.
ii) Inspection of shutters shall be carried out for dimensions & tolerances, size & type
general construction & workmanship, finish & glazing at the following frequency:

Lot Size Sample Size Permissible number of defects


Up to 25 2 0
25 to 50 5 0
51 to 100 8 0
101 to 150 13 1
151 to 300 20 2
301 to 500 32 3
501 to 1000 50 5
1001 & above 80 7

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
125

iii) Criteria for conformity:


Any sample shutter failing in any one or more of the requirements inspected for as
above shall be considered as defective. A lot shall be considered as having satisfied the
requirements of the standard if the number of defective shutters in the sample does not
exceed the corresponding permissible number of defectiveness given above.

iv) Testing – The shutters shall be tested for species seasoning & treatment, defects in the
timber, panel material, construction & workmanship in the approved Govt. Laboratory at
the frequency mentioned in CPWD specifications.

If shutters are found defective in any one of the criterion double the shutter shall be tested
& if found permissible can be accepted. If shutter is found defective in more than one
criterion, the whole lot shall be rejected.
v) Finish
a) All components of door shutter shall have smooth finish.
b) Panels of the door shutters shall be flat and well sanded to a smooth and level surface.
c) All the surfaces of door shutters which are required to be painted or polished or
varnished shall be got approved from the Engineer In Charge before applying protective
coat of primer, polish or varnish.

7.6.3 Specification for Aluminium fitting for Doors.


a) The aluminium fittings and fixtures shall be machine made and free of fabrication marks,
residual effects of welding /riveting etc., with anodic coating not less than grade AC 10 as
per IS.1868 transparent or dyed to required colour or shade with necessary screws.
b) The fitting shall be finished in a Satin finish (brushed finish-satin‟s commercial purpose)
except wherever specified otherwise. The brush effect shall be uniform and without
any variations.
c) Irrespective of the stipulations contained above, the contractor shall produce samples
for all the fitting in advance and a written approval for the chosen sample shall be
obtained from the Engineer-in-charge. The decision of the Engineer-in-charge in respect
of the specification, quality and make of fitting to be used at site shall be final and
binding on the contractor. Nothing extra shall be payable on this account.
d) All the fittings shall be provided with all such accessories as are required to complete the
item in working condition whether specifically mentioned or not in the schedule of
quantities, specification & elsewhere in this bid document. The quoted rates shall be
deemed to be all inclusive for a complete item fit for use including all material. Labour, T
& P, Specials, fixing arrangements, nuts, bolts, screws, bushes, all required connection
pieces etc. as well as making good the surface wherever required.
7.7. FINISHING
7.7.1. The work shall be carried out as per CPWD Specifications.
The Primer, Synthetic Enamel paint, distemper etc., of makes as approved by the
Engineer- in- charge and of low VOC, shall only be used and brought to the site of,
work in the original sealed containers. The material brought to the site of work shall be
sufficient for at least 60 days of work. The material shall be kept under the joint
custody of contractor and representative of the Engineer-in-charge. The empty
containers shall not be removed from the site till the completion of the work without
permission of the Engineer-in-charge.

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
126

7.8 WATER SUPPLY, INSTALLATIONS AND DRAINAGE


7.8.1 The contractor shall furnish all labour, material and equipment, transportation and
incidental necessary for supply, installation, testing and commissioning of the
complete Plumbing / system as described in the Specifications and as shown on
the drawings. This also includes any material, equipment, appliances and incidental
work not specifically mentioned herein or noted on the Drawings/Documents as
being furnished or installed, but which are necessary and customary to be
performed under this contract.
The Plumbing / Sanitary system shall comprise of following:
a. Sanitary and water supply Fixtures and Fittings.
b. Internal and External Water Supply.
c. Internal and External Drainage
d. Approval from Local Authorities
e. Balancing, testing & commissioning.
f. Test reports and completion drawings
7.8.2 The contractor shall procure and install all pipes, Sockets /Nipples including shut-off
valve etc as specified.
7.8.3 The contractor shall ensure that senior and experienced plumbers are assigned
exclusively for this work. Such plumber(s) should have valid license from the local
authorities. The project management shall be done through modern technique. For
quality control & monitoring of workmanship, contractor shall assign at least one
engineer who would be exclusively responsible for ensuring strict quality control,
adherence to specifications and ensuring top class workmanship for the installation.
7.8.4 The work shall be in conformity with the Bye-laws, Regulations and Standards of
the local authorities concerned. But if these Specifications and drawings call for a
higher standard of materials and / or workmanship than those required by any of
the above regulations and standards, then these Specifications and drawings shall
take precedence over the said regulations and standards. However, if the drawings
and specifications require something which violates the Bye-laws and Regulations,
then the Bye-laws and Regulations shall govern the requirement of this installation.
7.8.5 The contractor shall obtain all permits/ licenses and pay for any and all fees
required for the inspection, approval and commissioning of their installation.
However, all receipted amount shall be reimbursed on production of proof of
payment.
7.8.6 The Plumbing drawings are to be given by the contractor for obtaining
approval from Engineer-in-charge. The Plumbing / Sanitary Drawings given by
the Engineer In-Charge or issued with tenders are diagrammatic only and indicate
arrangement of various systems and the extent of work covered in the contract.
These Drawings indicate the points of supply and of termination of services and
broadly suggest the routes to be followed. Under no circumstances shall dimensions
be scaled from these Drawings. The contractor shall follow these drawings in
preparation of his shop drawings, and for subsequent installation work.
7.8.7 The contractor shall examine all architectural, structural, plumbing, electrical
and other services drawings and check the as-built works before starting the work,
report to the Engineer In-Charge any discrepancies and obtain clarification. Any
changes found essential to coordinate installation of his work with other services
and trades, shall be made with prior approval of the Engineer In-Charge without
additional cost to the department.
Addition : NIL Correction : NIL
Overwriting : NIL Deletion : NIL AE/P EE/P
127

7.8.8 All the shop drawings shall be prepared on computer through AutoCAD System
based on Architectural drawings and site measurements. Contractor shall furnish,
for the approval of Engineer-in-charge, the two sets of detailed shop drawings of
complete work and materials including layouts for Plant room, Pump room, Typical
toilets drawings showing exact location of supports, flanges, bends, tee
connections, reducers, detailed piping drawings showing exact location and type of
supports, valves, fittings etc; external insulation details for pipe insulation etc.
7.8.9 These shop drawings shall contain all information required to complete the
work. These drawings shall contain details of construction, size, arrangement,
operating clearances, performance characteristics and capacity of all items of
equipment, also the details of all related items of work by other contractors. Each
shop drawing shall contain tabulation of all measurable items of
equipment/materials/works and progressive cumulative totals from other related
drawings to arrive at a variation-in-quantity statement at the completion of all shop
drawings. Minimum 4 sets of drawings shall be submitted after final approval along
with CD. When he makes any amendments in the above drawings, the
contractor shall supply two fresh sets of drawings with the amendments duly
incorporated along with check prints, for approval. The contractor shall submit
further four sets of shop drawings to the Engineer In- charge for the exclusive use
by the Engineer In-charge and all other agencies. No material or equipment may be
delivered or installed at the job site until the contractor has in his possession, the
approved shop drawing for the particular material/equipment / installation.
7.8.10 Shop drawings shall be submitted for approval four weeks in advance of planned
delivery and installation of any material to allow the Engineer-in-charge ample time
for scrutiny. No claims for extension of time shall be entertained because of any
delay in the work due to his failure to produce shop drawings at the right time, in
accordance with the approved programme.
7.8.11 Samples of all materials like valves, pipes and fittings etc. shall be submitted to the
Engineer In-Charge prior to procurement for approval and retention by Engineer In-
Charge and shall be kept in their site office for reference and verification till the
completion of the Project. Wherever directed a mockup or sample installation
shall be carried out for approval before proceeding for further installation without
any extra cost.
7.8.12 Approval of shop drawings shall not be considered as a guarantee of
measurements or of building dimensions. Where drawings are approved, said
approval does not mean that the drawings supersede the contract requirements, nor
does it in any way relieve the contractor of the responsibility or requirement to
furnish material and perform work as required by the contract.
7.8.13 All materials and equipment shall conform to the relevant Indian Standards and shall
be of the approved make and design. Makes shall be in conformity with list of
approved manufacturers.
7.8.14 Balancing of all water systems and all tests as called for the CPWD Specifications
shall be carried out by the contractor through a specialist group, in accordance with
the Specifications and ASPE / ASHRAE Guidelines and Standards. The installation
shall be tested and shall be commissioned only after approval by the Engineer-in-
charge. All tests shall be carried out in the presence of the representatives of the
Engineer-in-charge and nothing extra shall be payable on this account.

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
128

7.8.15 The contractor shall submit “ completion plans o f services” for water supply,
internal installations and building drainage work within 15 days of the date of
completion. These drawings shall be submitted in the form of two sets of CD‟s and
four portfolios (300 x 450 mm) each containing complete set of drawings on
approved scale indicating the work as - installed. These drawings shall clearly
indicate complete plant room layouts, piping layouts and sequencing of automatic
controls, location of all concealed piping, valves, controls and other services. In
case the contractor fails to submit the completion plans as aforesaid, security
deposit shall not be released and these shall be got prepared at his risk and cost
7.8.16 The CCI/CI/PVC pipe and GI pipe etc. wherever necessary shall be fixed to RCC
columns, beams etc. with rawl plugs and nothing extra shall be paid for this.
7.8.17 The variation in consumption of material shall be governed as per CPWD
Specification and clauses of the contract to the extent applicable.
7.8.18 Plinth area Rates quoted shall be inclusive of all work and items given in the above
mentioned specifications and Schedule of Quantities and applicable for the work
under floors, in shafts or at ceiling level at all heights and depths. All rates are
inclusive of cutting holes and chases in RCC and masonry work and making good
the same. Rates are inclusive of pre testing and on site testing of the installations,
materials and commissioning
7.8.19 Cleaning and Disinfection of Pipelines:-
On completion of hydraulic tests and before a pipe is disinfected, it shall be proved
to be free from obstruction, debris and sediment by scouring or by any other
process which the Engineer-in-charge may prescribe. Upon satisfactory completion
of testing and cleaning, the pipelines shall be disinfected as order. Chlorine solution
shall be applied at the charging point as the pipeline is being filed and dosing shall
be continued until the pipeline is full and at least 50 parts of chlorine per million
parts of water have been made available and distributed evenly. If ordinary
bleaching power is used, proportions will 150 gms of power to 1000 litre of water.
If a proprietary brand is used, the proportion shall be as specified by the
manufacturer. The treated water shall be left in pipeline for a period as directed but
not exceeding 24 hours chlorine residual tests shall be taken at various points
along the pipeline. The disinfection process shall be repeated until the sample of
water taken from the pipeline are declared fit for human consumption by a
recognized laboratory.
7.9 MELAMINE POLSIH
The wood/veneer surface before polishing shall be well sanded to obtain smooth
and even surface. A coat of appropriate wood sealer of the same manufacturer
approved for melamine polish shall be applied over the surface before polishing.
The surface shall be sand papered again to remove the excess filler material and to
obtain smooth even surface. Melamine polish of approved brand and manufacture
in matt or glossy finish stained to required shade shall be machine sprayed in
required coats over the prepared surface. Final polished surface shall be even,
smooth and free from waviness. The natural grains of the wood/veneers shall be
clearly visible from the final polished surface. Consumption of the melamine polish
shall not be less than 0.25 lits/sqm.
7.10 STAINLESS STEEL HAND RAIL
7.10.1 Providing, fabricating and fixing in position welded built –up section using stainless
steel section/pipes and connecting plates, of Grade S.S 304 (SS 316 Grade shall be
used for exterior applications) and of required diameter & thickness as per the
Engineer-in-charge Drawings and details, at the junctions of doors, on walls, other
locations as directed etc. including cutting, welding, grinding, bending to required
Addition : NIL Correction : NIL
Overwriting : NIL Deletion : NIL AE/P EE/P
129

profile and shape, finish, hoisting, buffing and polishing, cutting chase / embedding in
RCC / Masonry, fixing using stainless steel screws, nuts, bolts and washers or
stainless steel fasteners as required to make it rigidly fixed & stable and making
good the plaster/ flooring etc. all complete, at all floors and all levels as directed by
the Engineer-in – Charge. Prototype samples to be approved by Engineer-in-charge
before mass fabrication.

7.10.2 Plinth Area Rate includes cost of all inputs of materials, labour, T&P, etc. involved in the
work and all incidental charges to execute this item.

7.11 MISCELLENIOUS

7.11.1CONSTRUCTION JOINTS
Construction joints in PCC, RCC and Light Weight Concrete works etc., shall be
provided only at places as per approved structural drawings. It shall not in any manner
structurally or functionally affect the structure. If, any additional construction joint is
required to be provided, it shall be done with approval of the Engineer-in-Charge The
centring, shuttering, strutting etc., required for the construction joint in PCC, RCC and
Light Weight Concrete works shall be provided as per the CPWD Specifications.
Nothing extra shall be payable on this account.

7.11.2 TREATMENT TO THE CONSTRUCTION JOINTS AND RECTIFICATION OF


DEFECTS.

7.11.2.1 All care shall be taken to minimize the number of construction joints in the
basement raft and walls as well as in the leveling course of PCC at base. Still, wherever
the construction joints are provided, these shall be slightly opened up and then suitably
filled with cement mortar 1:3 (1 cement: 3 fine sand) after applying a bond coat of
cement slurry. The aluminium nipples shall be fixed in the cavity and crevices, if
required. Then cement slurry of w/c ratio 0.5 shall be pressure grouted through these
nipples as required, which shall then be suitably cut. Nothing extra shall be payable on
this account.

7.11.2.2 All care shall be taken to avoid any honey combed concrete or any cavity. Still, if
any honey combed concrete or cavity in RCC wall is encountered the same shall be
rectified by removing all loose concrete by chiselling. The chipped concrete surface
shall be cleaned and made dust free by blowing compressed air and then washed clean
with water (but without excess water). Then a bond coat of polymer modified cement
slurry @ 2.2 kg of cement per sq. m. of concrete surface, in two coats, shall be applied
as specified. The second coat shall be applied immediately within 15-20 minutes of
application of the first coat. A coat of polymer modified cement plaster of mix 1:3 (1
cement: 3 fine sand) of the required thickness shall be applied as specified to fill the
cavity if the required thickness is less than 20 mm. If the required thickness is more
than 20 mm. the cavity shall be filled by concrete of relevant grade after providing the
required centering and shuttering. The surface shall then be moist cured for minimum 7
days. Nothing extra shall be payable on this account.

7.12 MISCELANEOUS

7.12.1 Mixer having arrangement of weighing water for controlling W.C. ratio should only be
used in all PCC and RCC works where there is no provision for Ready Mix Concrete.

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
130

7.12.2 Only factory made round type M30grade cover blocks as per para 5.25 shall be used..
No other type of cover blocks shall be permitted.

7.12.3 Any cement slurry if added over base surface (or for continuation of concreting) for
bond, its cost shall be deemed to have been included in the respective items, unless
otherwise, explicitly stated and nothing extra shall be payable nor extra cement
considered in the cement consumption on this account.

7.12.4 Centring and shuttering for all concrete and reinforced concrete wherever required shall
be in steel and / or plywood to produce a smooth and uniform finish on all exposed
surfaces. However, all props, bracings, scaffolding etc., shall be in steel. The entire
responsibility of planning, design, erection and safety of formwork shall lie with the
Contractor.

7.12.5 Extra for shuttering in curved profile

For shuttering curved in elevation the steel/ply shuttering shall be fabricated to achieve
the curved profile as per the architectural drawings and nothing extra shall be payable
on this account.

7.12.6 The contractor shall arrange and provide at the site of work all the equipments for field
testing as required like balances, sieves, slump cone , dial gauges, compression testing
machines(still the samples shall be tested in an independent laboratory as approved by
the Engineer-in-Charge), graduated measuring cylinders, steel tapes, vernier calipers,
micrometer screw gauges, plumb bobs, spirit levels , Schmidt rebound hammer, total
station survey equipment, magnifying glass, screw drivers, plastic bags for samples, etc.
Allowing establishing the site laboratory by the contractor shall not absolve the
contractor from fulfilling the criteria of getting the tests done in an independent
laboratory. The decision of the Engineer-in-Charge of allowing any test in the site
laboratory or any other laboratory shall be final and binding on the contractor and no
claim of any kind whatsoever shall be entertained from the contractor on this account.

7.12.7 Even if the certain items of work are carried out by the specialized contractors the
responsibility for the work shall however rest with the contractor only.
Unless otherwise specified for the item, the maximum water cement ratio for any grade
of concrete shall not be more than 0.5.The contractor shall within 15 days of issue of
letter for commencement of the work, submit the mix design for various grades of
concrete along with 7days crushing strength reports and within 40 days submit 28 days
crushing strength reports, for the samples for the mix. Nothing extra shall be payable on
account of admixing any chemical admixture for achieving any characteristic for the
concrete. Concreting shall be commenced only after the approval of the mix design by
the Engineer-in-Charge.

Wherever required the M.S. inserts shall be provided during the casting of RCC / PCC
for which nothing extra shall be payable. As far as possible the contractor shall plan that
the concreting is carried out during day shift.

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
131

7.12.8 Reinforcement Placing


The contractor shall provide approved type of support for maintaining the bars in
position and ensuring required spacing and correct cover of concrete to reinforcement
as called for in the drawings, spacer blocks of required shape and size. Chairs and
spacer bars shall be used in order to ensure accurate positioning of reinforcement.
Spacer blocks shall be cast well in advance with approved proprietary pre-packed free
flowing mortars (Conbextra as manufactured by M/s Fosroc Chemicals India Ltd., or
equivalent as approved by the Engineer-in-charge at his discretion) of high early
strength and same colour as surrounding concrete, Pre-cast cement mortar / concrete
blocks / blocks of polymer shall not be used as spacer blocks unless specially approved
by the Engineer-in-charge, rate of RCC items is inclusive of cost of such cover blocks.

7.13 Expansion Joint


General Seismic / separation joints shall be provided where shown on the drawings.
They shall be constructed with in gap between the adjoining parts for the works of the
width specified in the drawings.

The contractor shall ensure that no debris is allowed to enter and be lodged in seismic
and separation joints.

Seismic or separation joints shall be provided with approved 50mm thickness of


compressible filer board, backer rod and polysulphide sealant compound etc.,

Board to be used in expansion joint shall be of best approved quality and shall be got
approved before use. It shall have minimum density of 95 kg/cum, Non staining with less
than 1% water absorption and compression recovery of 93% minimum as per the
specifications.

Method of Application
50mm thick expansion board having sufficient width directed by Engineer-in-charge
shall be provided in expansion joint before filling and finishing the expansion joint with
sealant.

The expansion joint shall be cleaned and made dry completely. All loose materials shall
also be removed. The joints gap shall be made uniform in width and depth after cleaning
the joints. The backup materials of best quality shall be provided in position in order to
produce the size of joint i.e. width and depth. The primer part of I and II shall be mixed
thoroughly together in required proportion as prescribed by manufacture specification,
so that a uniform mixture obtained. The mixed solution shall be applied to two sides of
the joint that it covers the sides complete.

Disturbed edges of RCC members near expansion joints shall be finished with rich
mortar without any extra work includes providing required width of expansion board in
the joints and measurement of expansion board only shall be taken.

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
132

Sampling criteria

Following test carried out at every 100 sqmt.

(i) Density
(ii) Water absorption
(iii) Compression recovery

7.14 Particular specification for solid cement concrete masonry blocks


1) The cement concrete blocks shall strictly conform to the standards of IS 2185
(Part-I): 2005 for manufacturing process as well as for physical requirements and
tests.
2) However, the density of blocks shall not be less than 2000 kg / m3
3) The CC blocks shall be manufactured for minimum average compressive
strength of 70 kg/cm2
4) The water absorption being the average of three blocks when determined as per
Annexure-E of IS 2185 (Part-I):2005 shall not be more than 10% by mass.

7.15 Gang saw cut granite floor slabs.


The schedule provide for mirror polished granite slab flooring using Gang saw cut
granite slabs. The size of such gang saw cut granite slabs shall not be less than 1.5m x
2.4m. The granite block shall be gang saw cut using water cutting process. The
polishing of the cut stone slabs should be automatic machine polished to highly even
surface without any undulations. Manual polished and kerosene cutting process slabs
shall not be accepted and shall be rejected.

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
133

7.16 PARTICULAR SPECIFICATIONS FOR AAC BLOCK MASONRY

1. The AAC Blocks shall be procured from a reputed manufactures like M/s Hyderabad
Industries or any other brand with the approval of Engineer-incharge.
2. The blocks shall be stored at site in stacks on a level dry surface.
3. The mortar used for joining the blocks shall be mixed in the proportion 1:1:6 (1Cement :
1 Lime : 6 Sand) by volume or with polymer modified block laying adhesive mortar.
4. The thickness of joints in the masonry shall not exceed 10 mm and shall be of uniform
thickness.
5. Maximum height of wall built on any day shall not be more than 1.2 metres(i.e. 6 layers).
6. The joints in the masonry shall be recessed and no flush pointing shall be done.
7. A slip membrane with PVC sheet shall be introduced as per the recommendation of
blocks manufacturer before laying the first course on the plinth beam.
8. The blocks shall not be soaked in water and instead they shall be dipped in water and
taken out immediately to have only moist surface.
9. The vertical joints of the masonry shall be broken to have a minimum overlap of 100
mm.
10. Bed joint reinforcement bars may be placed in the joints after every 4th course in two
successive layers as per the recommendation of the manufacturers to have good lateral
stability.
11. It shall be ensured that the lintels are rest at either end of window opening only on full
bocks and not on half or part blocks reinforcement shall be placed in the sill course of
window openings in two successive horizontal joints and extend the same at least to
600 mm on either side of the jams surface.
12. At a RCC column interface an MS anchor (“L” – shape) may be placed and fixed with
screws at every 4th course so as to anchor the wall with RCC column for better lateral
stability.
13. Curing of the masonry shall be done only by spraying water and no flooding shall be
done by water jets / buckets.
14. The chases in the wall surface for electrical conduits shall be done only by means of
electrically operated saw to cut two parallel lines and the portion between the cuts shall
be chiseled carefully. The depth of vertical chases should be limited to 1/3rd of wall
thickness and horizontal chases should not be more than 1/6th of wall thickness. The
chases have to be properly packed with cement mortar 1:8 (1 cement : 8 sand) between
pipes and chases.
15. The blocks shall be cut using a carpenter saw to have half blocks or any other suitable
size block to close the masonry course or to break the vertical joint from the bottom
course. Hammer or a masons trowel shall not be used to cut the blocks.
16. The thickness of plaster shall be limited to 12 mm on internal wall surface and 15 mm on
external wall surface. The mortar for plastering shall be in the proportion 1:1:6 for
external wall surface and 1:2:9 for internal wall surface i.e.1 cement : 2 lime : 9 fine
sand.
17. Plaster mesh shall be fixed on all column wall and beams wall junctions before taking up
the plaster work.

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
134

DETAILED SPECIFICATIONS FOR


C/o Infrastructure (Non-residential & residential building) for CISF 10th Reserve Battalion, at
Lakkur village, Bangalore in EPC mode (Design and Build basis).
SH : C/o Administrative Building, quarter guard, Ty-III,-16 Nos., Ty- IV- 6 Nos., Ty- V- 2 Nos., 2
Nos. 320 Men barracks and GOs‟ Mess i/c internal electrical installations, water supply and
sanitary installations.

MINIMUM ACCEPTABLE SPECIFICATIONS FOR (CIVIL WORK)


ADMINISTRATIVE BUILDING

Sl. No. ITEMS OF WORK SPECIFICATION


1 Structural system The structure shall be either with
conventional RCC framed cast-in-situ
construction or precast construction or
Monolothic shear wall construction

2 Foundation & plinth As per Structural drawings to be approved


later on

3 Foundation The type of foundation, depth, size &


thickness and width etc, including mix
design shall be as per approved structural
design to be submitted by the agency and
approved by the department. The concrete
mix shall be of minimum M30 grade as per
IS 456 latest edition and as per approved
mix design. Before start of RCC work
concrete Mix Design shall be got done by
the contractor from a NABL accredited
laboratory/ IIT/ NIT laboratory with the
approval of Engineer-in-Charge.

4 Levelling Course Minimum 100mm thick DMC/RMC M 7.5 to


be used as levelling course for foundation.

5 Damp Proof Course DPC shall be 40 mm thick of CC M-20 with


polymer modified bitumen coating of 1.7
kg/sqm. However, if plinth beam has been
provided, DPC will not be required or as
per the direction of Engineer- in charge.

6 Plinth Filling :

a) Sand filling : M-Sand 150mm thick over earth filling


under OMC
b) Concrete under floor 100 mm layer of DMC/RMC M 10.0 above
M-sand filling

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
135

Sl. No. ITEMS OF WORK SPECIFICATION


7 Masonry work in foundation & plinth Masonry with 200mm thick Solid CC Blocks
with minimum 40% fly ash content by
volume of the CC block, in cement mortar
of minimum 1:4 (1PPC: 4 M-sand) subject
to the provisions in the approved structural
drawings. The brick/block should have
minimum crushing strength of 70kg/sqcm

8 Super structure masonry work :

Masonry work in superstructure Wherever provided, all masonry work in


outer walls in superstructure shall be with
solid 200mm thick CC block of minimum
crushing strength of 70kg/sqcm with
cement mortar 1:4 ( 1 PPC cement : 4 M-
sand) or approved block laying polymer
modified adhesive mortar Internal Masonry
wall of thickness 150 mm shall be with
AAC block of class designation 35 as per
relevant IS code and as per particular
specification for AAC Block masonry work.

9 RCC WORK

RCC in column, beams, & slabs all RCC in column, beams, shear walls &
precast / cast in situ slabs shall be as per the approved
structural drawings with design mixed
concrete/RMC mixed with permissible
admixtures, centering ,shuttering &
reinforcement. M.S. Centering/shuttering
and scaffolding material unless & otherwise
specified shall be used for all R.C.C. work
to give an even finish of concrete surface.
However, marine-ply shuttering in
exceptional cases as per site requirement
may be used on specific request from
contractor to be approved by the Engineer-
in-charge
The detailed dimensions & mix for building
elements to be adopted shall be as per
provisions of IS: 456, IS:1642, IS: 1893, IS:
3792, IS: 6073, IS: 13920, IS: 11447, IS:
15916, IS: 15917 and as per approved
structural design. RCC leaner than M-30
shall not be used.

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
136

Sl. No. ITEMS OF WORK SPECIFICATION


10 Railing and staircase All staircase handrails, balusters and cross
bars etc in all floors shall be of Stainless
Steel of grade 304 as per approved design

11 Wood work, Door frames and shutter

All door frames 2nd class teak wood door frames of size 125
x 75 mm as per standard design

Door Shutters 35mm thick wooden doors shall be IS


marked flush door shutters core of block
board construction with well matched
commercial ply veneers on both faces of
shutters hot pressed 1 mm thick decorative
lamination on both sides with 35 x 12 mm
teak wood lipping all-around shutter as per
Architectural drawing.

12 Toilet door Toilet doors frames Fibber glass reinforced


plastic (FRP) with 30 mm thick Fibber
glass reinforced plastic (FRP) shutters

13 Mumty and machine room door frame Galvanized steel sheet composite door
and shutter frame made out of 1.25mm thick GI Sheet
and shutter of thickness 35mm made of GI
sheet of 0.6mm thick on either side with
polyurethane foam as core material filled
through injection method to a density not
less than 40kg/cum including stainless
steel butt hinges and fittings Frame and
shutter are to be provided with epoxy
primer & powder coating of approved
shade with thickness of not less than
50microns

14 Door Fittings: Stainless steel satin finish door fittings as


per schedule of fitting for doors and
windows attached vide page no.177.

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
137

Sl. No. ITEMS OF WORK SPECIFICATION


15 Window/Ventilator Providing and fixing aluminium work for
windows, ventilators and with extruded built
up standard tubular sections/appropriate Z
sections and conforming to IS: 733 and IS:
1285, fixing with dash fasteners of required
dia and size, including necessary filling up
the gaps at junctions, i.e. at top, bottom and
sides with required EPDM rubber/neoprene
gasket etc. Aluminium sections shall be
smooth, rust free, straight, mitred and jointed
mechanically wherever required including
cleat angle, Aluminium snap beading for
glazing / paneling, C.P. brass / stainless steel
screws, all complete as per architectural
drawings . Powder coated aluminium
(minimum thickness of powder coating 50
micron) For shutters of doors, windows &
ventilators including providing and fixing
hinges/ pivots and fixing of fittings wherever
required including the cost of EPDM rubber /
neoprene gasket, all accessories required.
Gap between Aluminium section and sill/jamb
to be filled with weather sealant

16 Window grill Non-ornamental grills with MS flats and


square bars as per approved design

Glass in windows and ventilators 6 mm thick glass of “ Saint Gobain” make or


equivalent and 6 mm thick glass louvers

17 FLOORING

Entrance /Corridors lobbies with 18mm thick gang saw cut mirror polished
skirting Granite stone flooring over 20mm thick 1:4
cement mortar.

Staircases with skirting 18mm thick gang saw cut mirror polished /
leather finish Granite stone flooring in
combination of Ivory Gold for treads and
Tan Brown for risers over 20mm thick 1:4
cement mortar. Single piece granite stone
shall be used in treads and risers or any
other shade of equivalent price. Edge
moulding with half round nosing and 40mm
wide sand blasted strip to a distance 50mm
from the edge of the tread to create
contrasting colour

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
138

Sl. No. ITEMS OF WORK SPECIFICATION


All other rooms Full body Glazed Vitrified tiles flooring of
size 600 x 600 mm with 3 mm tile spacer
between tiles which shall be finished with
epoxy grouting of matching shade.

Cafeteria Full body Glazed Vitrified anti skid tiles


flooring of size 600 x 600 mm with 3 mm
tile spacer between tiles which shall be
finished with epoxy grouting of matching
shade.

Toilet Anti skid rectified ceramic Tiles of size not


less than 400x 400mm as approved by
Engineer-in-charge. Joints with 3mm
spacer and grouted with epoxy tile grout.
Dado in WC & bath-Ceramic glazed tiles
(minimum size of 300x600mm) to a height
of 2100mm
Wash Counter and Urinal Partition 40mm thick mirror polished Jet Black
Granite slab supported over GI/SS Bracket
Structure for wash basin counters and
18mm thick both side polished Jet Black
granite partitions for urinals including edge
moulding, polished nosing complete.

18 ROOFING
Terrace Treatment Water proofing with Cement based integral
treatment (Brick bat coba) as per DSR
2018 item no. 22.7

Sunken treatment Angle Fillet: Providing an cement - sand


mortar based angle fillet of 50 X 50mm
admixed with ARDEX ENDURA E 160 or
equivalent @ 0.2 litre per 50 kg bag of
cement , all around in the internals side at
the floor-wall junction and curing by water
as per std practice. Carry out through
surface preparation of the concrete floor
interior by filling all the crevices, holes ,
honeycombs, etc., cement-sand mortar
admixed with ARDEX ENDURA E 160 or
equivalent @ 0.2 litre per 50 kg bag of
cement. Cure the suface as per std
practice. Over the thoroughly prepared
surface internally, applying with single
component liquid polyurethane elastomeric

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
139

membrane with minimum elangation of


400% and solid content 80% using
ARDEX ENDURA WPM 810 or equivalent
as per the approval of engineer-in-charge
applied @ 1.10 Kg/sq-m in two or three
layers over a coat of Primer using Primer
PU as per manufacturer‟s specification
including application of Geotextile of 120
GSM with proper overlaps on the
completed and cured surface all complete
as per direction of Engineer-in-charge and
manufacturers specifications. Over the
completed surface a protective layer of
12mm thick cement plaster (1 PPC: 6 M
Sand) is to be provided before filling the
sunken floor.

Sunken in fill Sunken filling if required to be done with


AAC broken bats in cement mortar 1:4(1
PPC: 4 coarse sand) foam concrete of
Feathertec or equivalent. Provision to be
made with Pecitape or equivalent gasket
for pipe penetration and drain cut outs to
make all wet area water tight (This item will
be operated if the structural design of the
slab is provided with sunken portion for
toilet )

19 False Ceiling Combination of Gypsum False Ceiling and


Grid false ceiling of compressed glass wool
tiles is to be provided with required frame
work at Sr Commandant Room and
Conference Room

20 Rain Water Pipes : Un plasticized rigid PVC pipes of


100mm dia or higher diameter as per the
design requirement, duly fixed with 2mm
thick and 30mm wide GI ”U” clamp at
required spacing over RCC /CC /
Masonry with 65 -75mm long, 6mm dia
stainless steel wide headed Batasha nail
into the holes drilled over the surface of
RCC / CC / Masonry with Hammer drill
machine.

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
140

Sl. No. ITEMS OF WORK SPECIFICATION


21 FINISHING

i) Plastering on walls (internal) 12mm cement plaster (1 PPC: 6 coarse


sand) over CC Block masonry surface
6 mm cement plaster 1:3(1 Cement:3 Fine
sand) on ceiling and exposed independent
RCC surface
ii) Plastering on walls (External), 15mm thick cement plaster (1 PPC: 6
coarse sand)

Finishing bottom of platform RCC slab 6mm rendering in CM 1:3 (1 Cement: 3


in kitchen. Fine sand).

Internal finish on walls : Ceiling – Lime wash wherever false


ceiling is proposed. In other area two or
more coats of Acrylic distemper with
priming coat of approved primer over
1mm thick white cement based wall putty
of approved brand over 6mm cement
plaster
Toilet Ceiling - 1200 x 600mm PVC grid
ceiling with necessary frame work as per
manufacturers specifications.
Walls: Two or more coats of low VOC
Acrylic premium quality smooth interior
emulsion paint with priming coat of
approved primer over 1mm thick white
cement based wall putty of approved
brand on 12/15mm thick cement plaster

External finish on walls : External – Two or more coats of low VOC


exterior emulsion paint with silicon
additives over priming coat of approved
primer on 2mm thick texure matching to
that of Dholpur stone cladding to be applied
on the entire external wall surface as per
the Architectural plan / 3D view using
APEX Ultima of Asian Paint or equivalent.

Primer : As per CPWD Specifications 2009 volume I


and II for wood work, cement putty and
steel work or as specified in the conditions

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
141

Sl. No. ITEMS OF WORK SPECIFICATION


Painting on wood work & steel work: Superior quality matt finish PU paint for all
frames of wooden doors, synthetic enamel
paint for all other steel/wood works over a
base coat of suitable primer

22 Sanitary fittings  White vitreous sanitary ware. Wall


hung type EWC. Oval shape under
counter wash basin for a range of
two or more wash basins.

 CP brass fittings for faucets (low


flow), angle valve, concealed valve,
pillar cock, waste coupling, towel
rod, shower rose

 The cistern for WC shall have twin


flush of capacity 4/8 litres.

 Liquid soap dispenser one each for


not more than two wash basins of
approved make to be provided.

 Mirror of superior quality of size


450x600 with teakwood/ PVC
moulded beading for individual
wash basin and full width single
mirror for range of two or more
wash basins

23 Soil & waste pipes and fittings Un plasticised rigid PVC SWR system for
soil waste and vent pipes conforming to
IS : 13592 Type B including testing of
joints as per approved design.

24 House Manhole Brick masonry in cement mortar 1:4 with


Fly Ash brick of class designation 100
and of size 90x80x45cm with SFRC light
duty cover at top

25 Pipe between building manhole & RC hume pipe of required size or as


service manhole approved by Engineer-in- charge along
with providing gully trap – as per CPWD
Specifications

26 Pipes Internal Concealed: 20/25mm dia. CPVC pipes


as per item 18.8 of DSR 2016 as per
approved plumbing drawing.

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
142

Sl. No. ITEMS OF WORK SPECIFICATION


27 Pipes Exposed: 25/32/40/50mm dia. CPVC pipes as per
approved plumbing drawing as per
CPWD Specifications

28 Over head terrace tank RCC Water storage tank for drinking
purpose with 5000 litres capacity and
separate fire fighting tank having suitable
size as per NBC 2016 to be provided on
terrace. Gun metal Control valve – each
tank.

29 Manholes & Gully trap Manholes & Gully trap of required dia. as
per depth (with Sewer Bricks) in cement
mortar 1:4 (1 cement: 4 with foundation
concrete 1:3:6 (1 cement: 3 coarse sand:
6 aggregate 20 mm nominal size stone
aggregate) with inside plaster 1:4 (1
cement: 4 coarse sand) with floating coat
of neat cement, outside cement plaster
1:4 (1 cement: 4 coarse sand) with SFRC
cover at top. In sub-soil or adverse soil
conditions, manholes & Gully trap shall
be as per approved structural design (to
be given by the contactor) to avoid
sinking and settlement of lines/manholes.
The channels to require shape, size and
slope in cement concrete M20 finished
with neat cement punning shall also be
provided inside the manhole. Manholes,
Gully trap pipe line connected to nearest
external seaware line/ STP/ Septic tank
as per direction of Engineer-in-Charge.

30 Foot rest Orange colour safety foot rest of


minimum 16mm thick plastic
encapsulated complete as per IS: 10910.

31 Plinth Protection Minimum 900mm wide Plinth protection to


be provided all around the building
consisting of 100mm thick PCC M20 over
75mm thick M 7.5 with an under lay of
100mm thick M Sand

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
143

Sl. No. ITEMS OF WORK SPECIFICATION


32 Signage Stainless steel 304 having graphics & text
in machine Etched for flat number &
Building name sign to be in capital letters.
CRCA (Cold rolled Close Annealed) sheet
support structure having aluminium
panels, powder coated with graphics and
text for way finding, directional and
statutory signage‟s, all as per NBC 2016.

33 Road Work Approach road from campus grid road is


to be provided as per approved drawing.
Road layers
- 200mm thick GSB
- 80mm thick paver block as per
DSR 2018 item no. 16.91.2

34 Barrier free and Accessibility Chapter 1 to 22 of Hand Book on Barrier


free and Accessibility and NBC 2016 may
be referred. visit CPWD website
www.tenderwizard.com/CPWD or
www.cpwd.gov.in. (Lifts as per drawing
for vertical movement.)

Note :
1. Wherever cement is mentioned, Portland Pozzolona cement (PPC) to be used except
concrete.
2. For concrete works ordinary Portland cement with 30% replacement of GGBS by
weight.
3. Wherever not mentioned specifically, specification mentioned above refers to relevant
items of CPWD Specifications 2009 Vol I & II with upto date correction slips and detailed
specification mentioned in corresponding item of DSR 2018 Vol-1 & 2

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
144

QUARTER GUARD

Sl. No. ITEMS OF WORK SPECIFICATION


1 Structural system The structure shall be either with conventional
RCC framed cast-in-situ construction or precast
construction or Monolothic shear wall
construction

2 Foundation & plinth As per Structural drawings to be approved later


on

3 Foundation The type of foundation, depth, size & thickness


and width etc, including mix design shall be as
per approved structural design to be submitted by
the agency and approved by the department. The
concrete mix shall be of minimum M30 grade as
per IS 456 latest edition and as per approved mix
design. Before start of RCC work concrete Mix
Design shall be got done by the contractor from a
NABL accredited laboratory/ IIT/ NIT laboratory
with the approval of Engineer-in-Charge.

4 Levelling Course Minimum 100mm thick DMC/RMC M 7.5 to be


used as levelling course for foundation.

5 Damp Proof Course DPC shall be 40 mm thick of CC M-20 with


polymer modified bitumen coating of 1.7 kg/sqm.
However, if plinth beam has been provided, DPC
will not be required or as per the direction of
Engineer- in charge.

6 Plinth Filling :

a) Sand filling : M-Sand 150mm thick over earth filling under


OMC

b) Concrete under floor 100 mm layer of DMC/RMC M 10.0 above M-


sand filling

7 Masonry work in foundation & plinth Masonry with 200mm thick Solid CC Blocks with
minimum 40% fly ash content by volume of the
CC block, in cement mortar of minimum 1:4
(1PPC: 4 M-sand) subject to the provisions in the
approved structural drawings. The brick/block
should have minimum crushing strength of
70kg/sqcm

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
145

Sl. ITEMS OF WORK SPECIFICATION


No.
8 Masonry work in superstructure Wherever provided, all masonry work in outer
walls in superstructure shall be with solid 200mm
thick CC block of minimum crushing strength of
70kg/sqcm with cement mortar 1:4 ( 1 PPC
cement : 4 M-sand) or approved block laying
polymer modified adhesive mortar Internal
Masonry wall of thickness 150 mm shall be with
AAC block of class designation 35 as per relevant
IS code and as per particular specification for
AAC Block masonry work

9 RCC WORK

RCC in column, beams, & slabs all RCC in column, beams, shear walls & slabs shall
precast / cast in situ be as per the approved structural drawings with
design mixed concrete/RMC mixed with
permissible admixtures, centering ,shuttering &
reinforcement. M.S. Centering/shuttering and
scaffolding material unless & otherwise specified
shall be used for all R.C.C. work to give an even
finish of concrete surface. However, marine-ply
shuttering in exceptional cases as per site
requirement may be used on specific request
from contractor to be approved by the Engineer-
in-charge
The detailed dimensions & mix for building
elements to be adopted shall be as per provisions
of IS: 456, IS:1642, IS: 1893, IS: 3792, IS: 6073,
IS: 13920, IS: 11447, IS: 15916, IS: 15917 and as
per approved structural design. RCC leaner than
M-30 shall not be used.

10 Railing All staircase handrails, balusters and cross bars


etc in all floors shall be of Stainless Steel of grade
304 as per approved design

11 Wood work, door frames and shutter


All door frames 2nd class teak wood door frames of size 125 x 75
mm as per standard design

Door Shutters 35mm thick ISI marked flush door shutters Non-
decorative type, core of block board construction
& well matched commercial 3 ply veneering with
vertical grains or cross bands and face veneers
on both faces of shutters with 20mm second class
teak wood lipping all around.

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
146

Sl. ITEMS OF WORK SPECIFICATION


No.
12 MS Gril Door Wherever specified as per approved drawing non
ornamental grill door with frame made out of MS
angles, flats, square bars, round bars as per
approved design.

13 Toilet door Toilet doors frames Fibber glass reinforced plastic


(FRP) with 30 mm thick Fibber glass reinforced
plastic (FRP) shutters

14 Cupboard frames Cupboard frames of size 50mm x40mm with local


hard wood as per approved design.

15 Cupboard shutters 25mm thick IS marked flush door shutters


core of block board construction with well
matched commercial ply veneering and vertical
grains or cross bands and face veneers on both
faces of shutters as per Architectural drawing
fixed to frames with stainless steel box hinges,
with magnetic catcher

16 Cupboard shelves 25mm thick cuddapah stone slab shelves

17 Door Fittings: Stainless steel satin finish door fittings as per


schedule of fitting for doors and windows
attached vide page No.177

18 Window/Ventilator Providing and fixing aluminium work for windows,


ventilators and with extruded built up standard
tubular sections/appropriate Z sections and
conforming to IS: 733 and IS: 1285, fixing with
dash fasteners of required dia and size, including
necessary filling up the gaps at junctions, i.e. at
top, bottom and sides with required EPDM
rubber/neoprene gasket etc. Aluminium sections
shall be smooth, rust free, straight, mitred and
jointed mechanically wherever required including
cleat angle, Aluminium snap beading for glazing /
paneling, C.P. brass / stainless steel screws, all
complete as per architectural drawings . Powder
coated aluminium (minimum thickness of powder
coating 50 micron) For shutters of doors, windows
& ventilators including providing and fixing hinges/
pivots and fixing of fittings wherever required
including the cost of EPDM rubber / neoprene
gasket, all accessories required. Gap between
Aluminium section and sill/jamb to be filled with
weather sealant.

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
147

Sl. ITEMS OF WORK SPECIFICATION


No.
19 Window grill Non-ornamental grills with MS flats and square
bars as per approved design

20 Glass in windows and ventilators 6 mm thick glass of “ Saint Gobain” make or


equivalent and 6 mm thick glass louvers

21 Armour room, Lockup room doors and M.S grill doors to be provided opening towards
Ventilation in lockup rooms corridor and as per approved design

22 FLOORING & SKIRTING


Entrance /Corridors lobbies flooring and 18mm thick gang saw cut mirror polished Granite
skirting stone flooring over 20mm thick 1:4 cement
mortar

All other rooms 25 mm thick pre- polished kota stone flooring over
20mm thick CM 1:4

Toilet Anti skid rectified ceramic tiles of size not less


than 400x 400mm as approved by Engineer-in-
charge. Joints with 3mm spacer and grouted with
epoxy tile grout.
Dado in WC & bath-Ceramic glazed tiles
(minimum size of 300x600mm) to a height of
2100mm

Wash Counter and Urinal Partition 40mm thick mirror polished Jet Black Granite slab
supported over GI/SS Bracket Structure for wash
basin counters and 18mm thick both side
polished Jet Black granite partitions for urinals
including edge moulding, polished nosing
complete.

23 ROOFING
Terrace Treatment Water proofing with Cement based integral
treatment (Brick bat coba) as per DSR 2018 item
no. 22.7

Rain Water Pipes : Un plasticized rigid PVC pipes of 100mm dia or


higher diameter as per the design requirement,
duly fixed with 2mm thick and 30mm wide GI ”U”
clamp at required spacing over RCC /CC /
Masonry with 65 -75mm long, 6mm dia stainless
steel wide headed Batasha nail into the holes
drilled over the surface of RCC / CC / Masonry
with Hammer drill machine.

24 FINISHING
i) Plastering on walls (internal 12 mm cement plaster 1:6 (1 Cement:6 coarse
sand.)

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
148

Sl. ITEMS OF WORK SPECIFICATION


No.
ii) Plastering on walls (External), 15mm thick cement plaster (1 Cement:6
coarse sand.

Internal finish on walls Two or more coats of Low VOC Acrylic emulsion
with priming coat of approved primer over 1 mm
thick white cement based wall putty of approved
brand.

External finish on walls : External – Two or more coats of low VOC exterior
emulsion paint with silicon additives over priming
coat of approved primer on 2mm thick texure
matching to that of Dholpur stone cladding to be
applied on the entire external wall surface as per
the Architectural plan / 3D view using APEX
Ultima of Asian Paint or equivalent.

Primer : As per CPWD Specifications 2009 volume I and II


for wood work, cement putty and steel work or as
specified in the conditions

Painting on wood work & steel work: Superior quality matt finish synthetic enamel paint
for all frames and shutters of wooden doors, and
all other steel/wood works over a base coat of
primer

25 Sanitary fittings  White vitreous sanitary ware. Wall hung


/ Floor mount type EWC. Oval shape
under counter wash basin for a range of
two or more wash basins.

 CP brass fittings for faucets (low flow),


angle valve, concealed valve, pillar
cock, waste coupling, towel rod, shower
rose

 The cistern for WC shall have twin flush


of capacity 4/8 litres.

 Liquid soap dispenser one each for not


more than two wash basins of approved
make to be provided.

 Mirror of superior quality of size


450x600 with teakwood/ PVC moulded
beading for individual wash basin and
full width single mirror for range of two
or more wash basins

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
149

Sl. ITEMS OF WORK SPECIFICATION


No.
26 Soil & waste pipes and fittings Un plasticised rigid PVC SWR system for soil waste
and vent pipes conforming to IS : 13592 Type B
including testing of joints as per approved design.

27 House Manhole Brick masonry in cement mortar 1:4 with Fly Ash
brick of class designation 100 and of size
90x80x45cm with SFRC light duty cover at top

28 Pipe between building manhole & RC hume pipe of required size or as approved by
service manhole Engineer-in- charge along with providing gully trap
– as per CPWD Specifications

29 Pipes Internal Concealed: 20/25mm dia. CPVC pipes as per item


18.8 of DSR 2016 as per approved plumbing
drawing.

30 Pipes Exposed: 25/32/40/50mm dia. CPVC pipes as per approved


plumbing drawing as per CPWD Specifications

31 Over head terrace tank RCC Water storage tank for drinking purpose with
3000 litres capacity and separate fire fighting tank
having suitable size as per NBC 2016 to be
provided on terrace. Gun metal Control valve –
each tank.

32 Drainage Pipe RCC hume pipes of Class NP2 of required diameter


including testing of joints as per approved design.

33 Manholes & Gully trap Manholes & Gully trap of required dia. as per depth
(with Sewer Bricks) in cement mortar 1:4 (1 cement:
4 with foundation concrete 1:3:6 (1 cement: 3
coarse sand: 6 aggregate 20 mm nominal size
stone aggregate) with inside plaster 1:4 (1 cement:
4 coarse sand) with floating coat of neat cement,
outside cement plaster 1:4 (1 cement: 4 coarse
sand) with SFRC cover at top. In sub-soil or
adverse soil conditions, manholes & Gully trap shall
be as per approved structural design (to be given by
the contactor) to avoid sinking and settlement of
lines/manholes. The channels to require shape, size
and slope in cement concrete M20 finished with
neat cement punning shall also be provided inside
the manhole. Manholes, Gully trap pipe line
connected to nearest external seaware line/ STP/
Septic tank as per direction of Engineer-in-Charge.

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
150

Sl. ITEMS OF WORK SPECIFICATION


No.
34 Foot rest Orange colour safety foot rest of minimum 16mm
thick plastic encapsulated complete as per IS:
10910.

35 Plinth Protection Minimum 900mm wide Plinth protection to be


provided all around the building consisting of
100mm thick PCC M20 over 75mm thick M 7.5
with an under lay of 100mm thick M Sand

36 Signage Stainless steel 304 having graphics & text in


machine Etched for flat number & Building name
sign to be in capital letters. CRCA (Cold rolled
Close Annealed) sheet support structure having
aluminium panels, powder coated with graphics
and text for way finding, directional and statutory
signage‟s, all as per NBC 2016.

37 Road Work Approach road from campus grid road is to be


provided as per approved drawing. Road layers
- 200mm thick GSB
- 80mm thick paver block as per DSR 2018
item no. 16.91.2

38 Barrier free and Accessibility Chapter 1 to 22 of Hand Book on Barrier free and
Accessibility and NBC 2016 may be referred. visit
CPWD website www.tenderwizard.com/CPWD or
www.cpwd.gov.in. (Lifts as per drawing for
vertical movement.)

Note:
1) Wherever cement is mentioned, Portland Pozzolona cement (PPC) to be used except
concrete.
2) For concrete works ordinary Portland cement with 30% replacement of GGBS by
weight.

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
151

TYPE-III, TYPE-IV AND TYPE-V QUARTERS

Sl. No. ITEMS OF WORK SPECIFICATION


1 Structural system The structure shall be either with conventional
RCC framed cast-in-situ construction or precast
construction or Monolothic shear wall
construction

2 Foundation & Plinth As per Structural drawings to be approved later


on

3 Foundation The type of foundation, depth, size & thickness


and width etc, including mix design shall be as
per approved structural design to be submitted by
the agency and approved by the department. The
concrete mix shall be of minimum M30 grade as
per IS 456 latest edition and as per approved mix
design. Before start of RCC work concrete Mix
Design shall be got done by the contractor from a
NABL accredited laboratory/ IIT/ NIT laboratory
with the approval of Engineer-in-Charge.

4 Levelling Course Minimum 100mm thick DMC/RMC M 7.5 to be


used as levelling course for foundation.

5 Damp Proof Course DPC shall be 40 mm thick of CC M-20 with


polymer modified bitumen coating of 1.7 kg/sqm.
However, if plinth beam has been provided, DPC
will not be required or as per the direction of
Engineer- in charge.

6 Plinth Filling :

a) Sand filling : M-Sand 150mm thick over earth filling under


OMC

b) Concrete under floor 100 mm layer of DMC/RMC M 10.0 above M-


sand filling

7 Masonry work in foundation & plinth Masonry with 200mm thick Solid CC Blocks with
minimum 40% fly ash content by volume of the
CC block, in cement mortar of minimum 1:4
(1PPC: 4 M-sand) subject to the provisions in the
approved structural drawings. The brick/block
should have minimum crushing strength of
70kg/sqcm

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
152

Sl. No. ITEMS OF WORK SPECIFICATION


8 Super structure masonry work :
Masonry work in superstructure Wherever provided, all masonry work in outer walls in
superstructure shall be with solid 200mm thick CC
block of minimum crushing strength of 70kg/sqcm
with cement mortar 1:4 ( 1 PPC cement : 4 M-sand)
or approved block laying polymer modified adhesive
mortar Internal Masonry wall of thickness 150 mm
shall be with AAC block of class designation 35 as
per relevant IS code and as per particular
specification for AAC Block masonry work.

9 RCC WORK
RCC in column, beams, & slabs RCC in column, beams, shear walls & slabs shall be
all precast / cast in situ as per the approved structural drawings with design
mixed concrete/RMC mixed with permissible
admixtures, centering ,shuttering & reinforcement.
M.S. Centering/shuttering and scaffolding material
unless & otherwise specified shall be used for all
R.C.C. work to give an even finish of concrete
surface. However, marine-ply shuttering in
exceptional cases as per site requirement may be
used on specific request from contractor to be
approved by the Engineer-in-charge
The detailed dimensions & mix for building elements
to be adopted shall be as per provisions of IS: 456,
IS:1642, IS: 1893, IS: 3792, IS: 6073, IS: 13920, IS:
11447, IS: 15916, IS: 15917 and as per approved
structural design. RCC leaner than M-30 shall not be
used.

10 Wood work, door frames and


shutter
All door frames Pressed steel door frames conforming to IS: 4351,
manufactured from commercial mild steel sheet of
1.60 mm thickness including hinges, jamb, lock jamb,
bead and if required angle threshold of mild steel
angle of section 50x25 mm, or base ties of 1.60 mm,
pressed mild steel welded or rigidly fixed together by
mechanical means, including M.S. pressed butt
hinges 2.5 mm thick with mortar guards lock strike-
plate and shock absorbers as specified and applying
a coat of approved steel primer after pre-treatment of
the surface.
Second class teak wood frame 125x75mm in Type-V
quarters.

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
153

Sl. No. ITEMS OF WORK SPECIFICATION


Main Door Double door- one with iron grill and SS wire mesh
(minimum gauge 0.5mm and 1.4mm aperture), and
other 35mm thick ISI marked flush door shutters
Non-decorative type, core of block board construction
& well matched commercial 3 ply veneering with
vertical grains or cross bands and face veneers on
both faces of shutters.
For Type-V quarter door shutters shall be of teak
finish decorative veneer on both side.

Other Doors 35mm thick ISI marked flush door shutters Non-
decorative type, core of block board construction &
well matched commercial 3 ply veneering with
vertical grains or cross bands and face veneers on
both faces of shutters

Kitchen 35 mm thick partly panelled and partly wire mesh


shutter with local hard wood stiles and rails. The
panelling shall be with 12 mm thick BWP grade Ply
wood. The wire mesh shall be of stainless steel 304
grade and minimum gauge of 0.5mm fixed with cross
battens as per requirement

Toilet door Toilet doors frames Fibber glass reinforced plastic


(FRP) with 30 mm thick Fibber glass reinforced
plastic (FRP) shutters

Mumty door Galvanized steel sheet composite door frame made


out of 1.25mm thick GI Sheet and shutter of
thickness 35mm made of GI sheet of 0.6mm thick on
either side with polyurethane foam as core material
filled through injection method to a density not less
than 40kg/cum including stainless steel butt hinges
and fittings Frame and shutter are to be provided with
epoxy primer & powder coating of approved shade
with thickness of not less than 50microns

Cupboard frames Local hard wood frame of size 50mm x 40mm

Door Fittings: Stainless steel satin finish door fittings/ fittings as per
schedule of fitting for doors and windows attached
vide page no.177

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
154

Sl. No. ITEMS OF WORK SPECIFICATION


11 Window/Ventilator Factory made Pressed steel composite windows mild steel
sheet of 1.25mm thick CR sheet with frames using section
of size 82x 60mm with shutters of section 75x25x 1.25mm
for styles and making necessary arrangement by pressing
up the sheet to made rebates for fixing the glass panes of
4mm thick for outside and 0.5mm SS 304 grade mosquito
proof mesh of aperture 1.4mm for inside shutter with steel
beading of size 10 x 10 x 1.6 mm (box type), approved
shape and section with screws complete.

Window Grill Non-ornamental grills with MS flats and square bars as


per approved design. For composite pressed steel
windows, MS grill to be factory welded to window frame
profiles.

Window fittings Oxidised MS stays, Handles, locks etc to be fixed to


composite MS pressed steel windows with necessary rivets
or welds at factory during manufacture of the windows

Glass in windows and 6 mm thick glass of “ Saint Gobain” make or equivalent


ventilators and 6 mm thick glass louvers

12 Staircase Railings Hand rail of 50mm dia medium weight MS tube and
verticals with 20mmx20mm square MS sections and
cross bars of approved design including applying priming
coat of approved steel primer

13 Balcony 100mm thick RCC parapet of 1000mm high with 200mm


MS railing with 50mm dia medium weight MS tube and
verticals with 20mmx20mm square MS sections of
approved design including applying priming coat of
approved steel primer

14 Wardrobes 1) Built in cupboard with 25mm thick IS marked


commercial flush door shutters and minimum 19mm
thick BWP grade PLY with edge bidding wood
partition upto ceiling height in each bed room.
2) For Ty-V quarter shutter will be decorative type with
teak veneering.

15 Kitchen Shelves and cabinates

Type III Quarters RCC Precast/ Cast in situ shelves and partitions above
and below Kitchen platform, Cast in situ Loft chajja at
lintel level, with 19mm thick BWP grade Ply wood
shutters below platform, laminated with 1mm thick high
gloss laminates of approved shade, PVC edge bending
tape over all exposed edges, fixed to frames with SS box
hinges all complete as per approved design

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
155

Sl. No. ITEMS OF WORK SPECIFICATION


Type IV and V Quarters Built in factory made modular kitchen cabinets with
partitions, shelves with BWP grade Ply wood
laminated with 1mm thick high gloss laminates on
exposed surface and 0.8mm thick white or ivory
laminates on all other surfaces, PVC edge bending
tape over all exposed edges, fixed to frames with soft
close SS box hinges, SS Handles all complete.
Cabinets below platform, Loft and at lintel level over
RCC Chajja with shutter with/without glazing as per
approved design

16 FLOORING

Common circulation area 18mm thick gang saw cut mirror polished Sadarhalli
Granite stone flooring over 20mm thick 1:4 cement
mortar for flooring and 12mm thick 1:3 cement mortar
for skirting.

Staircases with skirting 18mm thick gang saw cut mirror polished Granite
stone flooring in combination of Sadarhalli for treads
and contrast colour Granite for risers over 20mm
thick 1:4 cement mortar. Single piece granite stone
shall be used in treads and risers or any other shade
of equivalent price. Edge moulding with half round
nosing and 40mm wide sand blasted strip to a
distance 50mm from the edge of the tread to create
contrasting colour as per approved design

Flooring and Skirting in Rooms, Polished vitrified floor tiles of size 600x600 laid over
kitchen, internal circulation area in 20mm thick 1:4 cement mortar including grouting
all quarters joints with white cement mixed with matching
pigment as per approved pattern

Kitchen work top: Type III 18mm thick gang saw cut mirror polished Black
Granite fixed over RCC counter with 20mm thick bed
of 1:4 cement mortar with edge moulding and nosing
and 100mm wide facia drop fixed with stone
adhesive

Kitchen work top:Type IV and V 18mm thick gang saw cut mirror polished Black
Granite fixed over modular kitchen work top with
suitable adhesive.

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
156

Sl. No. ITEMS OF WORK SPECIFICATION


Toilet Anti skid rectified Glazed ceramic Tiles of size not
less than 400x 400mm as approved by Engineer-in-
charge. Joints with 3mm spacer and grouted with
epoxy tile grout.
Dado in WC & bath-Ceramic glazed tiles (minimum
size of 300x600mm) to a height of 2100mm

Dado in kitchen Ceramic tiles of size 300 x 600mm upto 600mm


above cooking platform.

Window sill lining 18mm thick mirror polished Black granite stone
projected by 15mm from the finished wall surface on
both sides of wall with edge moulding and nosing

17 ROOFING

Terrace Treatment Water proofing with Cement based integral treatment


(Brick bat coba) as per DSR 2018 item no. 22.7

Sunken treatment Angle Fillet: Providing an cement - sand mortar


based angle fillet of 50 X 50mm admixed with
ARDEX ENDURA E 160 or equivalent @ 0.2 litre per
50 kg bag of cement , all around in the internals side
at the floor-wall junction and curing by water as per
std practice. Carry out through surface preparation of
the concrete floor interior by filling all the crevices,
holes , honeycombs, etc., cement-sand mortar
admixed with ARDEX ENDURA E 160 or equivalent
@ 0.2 litre per 50 kg bag of cement. Cure the suface
as per std practice. Over the thoroughly prepared
surface internally, applying with single component
liquid polyurethane elastomeric membrane with
minimum elangation of 400% and solid content 80%
using ARDEX ENDURA WPM 810 or equivalent as
per the approval of engineer-in-charge applied @
1.10 Kg/sq-m in two or three layers over a coat of
Primer using Primer PU as per manufacturer‟s
specification including application of Geotextile of
120 GSM with proper overlaps on the completed and
cured surface all complete as per direction of
Engineer-in-charge and manufacturers specifications.
Over the completed surface a protective layer of
12mm thick cement plaster (1 PPC: 6 M Sand) is to
be provided before filling the sunken floor.

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
157

Sl. No. ITEMS OF WORK SPECIFICATION


Sunken in fill Sunken filling if required to be done with AAC
broken bats in cement mortar 1:4(1 PPC: 4 coarse
sand) foam concrete of Feathertec or equivalent.
Provision to be made with Pecitape or equivalent
gasket for pipe penetration and drain cut outs to
make all wet area water tight (This item will be
operated if the structural design of the slab is
provided with sunken portion for toilet )

Rain Water Pipes : Un plasticized rigid PVC pipes of 100mm dia or


higher diameter as per the design requirement,
duly fixed with 2mm thick and 30mm wide GI ”U”
clamp at required spacing over RCC /CC /
Masonry with 65 -75mm long, 6mm dia stainless
steel wide headed Batasha nail into the holes
drilled over the surface of RCC / CC / Masonry
with Hammer drill machine.

18 FINISHING

i) Plastering on walls (internal) 12 mm thick Cement Plaster 1:6 (1 cement : 6 coarse


sand)
6 mm cement plaster 1:3(1 Cement:3 Fine sand) on
ceiling and exposed independent RCC surface

ii) Plastering on walls (External), 15mm thick cement plaster in CM1:6(1 Cement: 6
coarse sand
Finishing bottom of platform RCC 6mm rendering in CM 1:3 (1 Cement: 3 Fine sand).
slab in kitchen.

Internal finish on walls Two or more coats of low VOC Acrylic distemper with
priming coat of approved primer over 1mm thick
white cement based wall putty of approved brand
on 12/15mm thick cement plaster

Primer : As per CPWD Specifications 2009 volume I and II


for wood work, cement putty and steel work or as
specified in the conditions

Painting on wood work & steel Matt finish synthetic enamel paint for all frames and
work: shutters of wooden doors, synthetic enamel paint for
all other steel/wood works over a base coat of
suitable primer / Melamine polish over teak wood
veneer and frame.

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
158

Sl. No. ITEMS OF WORK SPECIFICATION


External Finishing walls with Acrylic Smooth exterior paint of
required shade :
New work (Two or more coat applied @ 1.67 ltr/10
sqm over and including priming coat of exterior
primer a @ 2.20 kg/10 sqm)

19 Sanitary Installation  White vitreous sanitary ware wall hung


EWC / IWC
 CP brass fittings for faucets (low flow), angle
valve, concealed valve, pillar cock, waste
coupling, bottle trap, towel rod, shower rose
 The cistern for WC shall have twin flush of
capacity 4/8 litres.
 CP Brass wall mixer and faucet at Type IV
& V quarters.
 Glass Shelf, mirror of minimum size
450x600mm with teak wood/ PVC moulded
beadings and CP brass towel ring near
wash basin
20 Water supply Chlorinated Polyvinyl Chloride (CPVC) pipes, having
thermal stability for hot & cold water supply, including
all CPVC plain & brass threaded fittings, including
fixing the pipe with clamps at 1.00 m spacing.

21 Drainage 100/150/200mm dia NP2 class RCC pipes and brick


masonry manholes for disposal of sewage including
testing of joints as per approved design

22 Soil & waste pipes and fittings Un plasticised rigid PVC SWR system for soil waste
and vent pipes conforming to IS : 13592 Type B
including testing of joints as per approved design.

23 House Manhole Brick masonry in cement mortar 1:4 with Fly Ash
brick of class designation 100 and of size
90x80x45cm with SFRC light duty cover at top

24 Pipe between building manhole & RCC hume pipe of required size or as approved by
service manhole Engineer-in- charge along with providing gully trap
– as per CPWD Specifications

25 Pipes Internal Concealed: 20/25mm dia. CPVC pipes as per item


18.8 of DSR 2016 as per approved plumbing
drawing.

26 Pipes Exposed: 25/32/40/50mm dia. CPVC pipes as per approved


plumbing drawing as per CPWD Specifications

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
159

Sl. No. ITEMS OF WORK SPECIFICATION


27 Over head terrace tank RCC Water storage tank for drinking purpose with
required capacity and separate fire fighting tank
having suitable size as per NBC 2016 to be
provided on terrace. Gun metal Control valve –
each tank.

28 Drainage Pipe : RCC hume pipes of Class NP2 of required


diameter including testing of joints as per approved
design.

29 Manholes & Gully trap Manholes & Gully trap of required dia. as per depth
(with Sewer Bricks) in cement mortar 1:4 (1
cement: 4 with foundation concrete 1:3:6 (1
cement: 3 coarse sand: 6 aggregate 20 mm
nominal size stone aggregate) with inside plaster
1:4 (1 cement: 4 coarse sand) with floating coat of
neat cement, outside cement plaster 1:4 (1 cement:
4 coarse sand) with SFRC cover at top. In sub-soil
or adverse soil conditions, manholes & Gully trap
shall be as per approved structural design (to be
given by the contactor) to avoid sinking and
settlement of lines/manholes. The channels to
require shape, size and slope in cement concrete
M20 finished with neat cement punning shall also
be provided inside the manhole. Manholes, Gully
trap pipe line connected to nearest external
seaware line/ STP/ Septic tank as per direction of
Engineer-in-Charge.

30 Foot rest Orange colour safety foot rest of minimum 16mm


thick plastic encapsulated complete as per IS:
10910.

31 Plinth Protection Minimum 900mm wide Plinth protection to be


provided all around the building consisting of
100mm thick PCC M20 over 75mm thick M 7.5 with
an under lay of 100mm thick M Sand

32 Road Work Approach road from campus grid road is to be


provided as per approved drawing. Road layers
- 200mm thick GSB
- 80mm thick paver block as per DSR 2018
item no. 16.91.2

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
160

Sl. No. ITEMS OF WORK SPECIFICATION


33 Signage Stainless steel 304 having graphics & text in
machine Etched for flat number & Building name
sign to be in capital letters. CRCA (Cold rolled
Close Annealed) sheet support structure having
aluminium panels, powder coated with graphics
and text for way finding, directional and statutory
signage‟s, all as per NBC 2016.

34 Barrier free and Accessibility Chapter 1 to 22 of Hand Book on Barrier free and
Accessibility and NBC 2016 may be referred. visit
CPWD website www.tenderwizard.com/CPWD or
www.cpwd.gov.in. (Lifts as per drawing for vertical
movement.)

Note :
1) Wherever cement is mentioned, Portland Pozzolona cement (PPC) to be used except
concrete.
2) For concrete works ordinary Portland cement with 30% replacement of GGBS by
weight.

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
161

2 NOS. 320 MEN BARRACKS ( 2 BLOCKS)

Sl. No. ITEMS OF WORK SPECIFICATION


1 Structural system The structure shall be either with conventional
RCC framed cast-in-situ construction or precast
construction or Monolothic shear wall
construction

2 Foundation & plinth As per Structural drawings to be approved later


on

3 Foundation The type of foundation, depth, size & thickness


and width etc, including mix design shall be as
per approved structural design to be submitted by
the agency and approved by the department. The
concrete mix shall be of minimum M30 grade as
per IS 456 latest edition and as per approved mix
design. Before start of RCC work concrete Mix
Design shall be got done by the contractor from a
NABL accredited laboratory/ IIT/ NIT laboratory
with the approval of Engineer-in-Charge.

4 Levelling Course Minimum 100mm thick DMC/RMC M 7.5 to be


used as levelling course for foundation.

5 Damp Proof Course DPC shall be 40 mm thick of CC M-20 with


polymer modified bitumen coating of 1.7 kg/sqm.
However, if plinth beam has been provided, DPC
will not be required or as per the direction of
Engineer- in charge.

6 Plinth Filling :

a) Sand filling : M-Sand 150mm thick over earth filling under


OMC

b) Concrete under floor 100 mm layer of DMC/RMC M 10.0 above M-


sand filling

7 Masonry work in foundation & plinth Masonry with 200 mm Solid CC Blocks with
minimum 40% fly ash content by volume of the
CC block, in cement mortar of minimum 1:4
(1PPC: 4 M-sand) subject to the provisions in the
approved structural drawings. The brick/block
should have minimum crushing strength of
70kg/sqcm

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
162

Sl. No. ITEMS OF WORK SPECIFICATION


8 SUPER STRUCTURE MASONRY
WORK :

Masonry work in superstructure Wherever provided, all masonry work in outer


walls in superstructure shall be with solid 200mm
thick CC block of minimum crushing strength of
70kg/sqcm with cement mortar 1:4 ( 1 PPC
cement : 4 M-sand). Internal Masonry wall of
thickness 150 mm shall be with AAC block of
class designation 35 as per relevant IS code and
as per particular specification for AAC Block
masonry work. In wet area CC block masonry of
150mm with mortar 1:4 is to be used.

9 RCC WORK

RCC in column, beams, & slabs all RCC in column, beams, shear walls & slabs shall
precast / cast in situ be as per the approved structural drawings with
design mixed concrete/RMC mixed with
permissible admixtures, centering ,shuttering &
reinforcement. M.S. Centering/shuttering and
scaffolding material unless & otherwise specified
shall be used for all R.C.C. work to give an even
finish of concrete surface. However, marine-ply
shuttering in exceptional cases as per site
requirement may be used on specific request
from contractor to be approved by the Engineer-
in-charge
The detailed dimensions & mix for building
elements to be adopted shall be as per
provisions of IS: 456, IS:1642, IS: 1893, IS: 3792,
IS: 6073, IS: 13920, IS: 11447, IS: 15916, IS:
15917 and as per approved structural design.
RCC leaner than M-30 shall not be used.

10 WOOD WORK- DOOR FRAMES AND


SHUTTER

All door frames Pressed steel profile B door frames..

All door shutters 35mm thick wooden doors shall be IS marked


flush door shutters core of block board
construction with well matched commercial ply
veneers on both faces of shutters with 35 x 12
mm teak wood lipping alround shutter as per
Architectural drawing.0

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
163

Sl. No. ITEMS OF WORK SPECIFICATION


Cupboard shutters 25mm thick IS marked flush door shutters core of block
board construction with well matched commercial ply
veneering and vertical grains or cross bands and face veneers
on both faces of shutters as per Architectural drawing fixed to
frames with stainless steel box hinges, with magnetic catcher.
Partitions with 19mm block board with 8mm wooden lipping all
around including all hard wood.

Kitchen 35 mm thick partly panelled and partly wire mesh shutter with
local hard wood stiles and rails. The panelling shall be with 12
mm thick BWP grade Ply wood. The wire mesh shall be of
stainless steel 304 grade and minimum gauge of 0.5mm fixed
with cross battens as per requirement

Toilet door Toilet doors frames Fibber glass reinforced plastic (FRP) with
30 mm thick Fibber glass reinforced plastic (FRP) paneling
shutters

Mumty door Galvanized steel sheet composite door frame made out of
1.25mm thick GI Sheet and shutter of thickness 35mm made
of GI sheet of 0.6mm thick on either side with polyurethane
foam as core material filled through injection method to a
density not less than 40kg/cum including stainless steel butt
hinges and fittings Frame and shutter are to be provided with
epoxy primer & powder coating of approved shade with
thickness of not less than 50microns
Cupboard frames Local hard wood frame of size 50mm x40mm

Door Fittings, Hinges and Stainless steel satin finish door fittings/ fittings as per schedule
fittings of fitting for doors and windows attached vide page No.177
11 Window/Ventilator Aluminium work for windows, ventilators and with extruded
built up standard tubular sections/appropriate Z sections and
conforming to IS: 733 and IS: 1285, fixing with dash fasteners
of required dia and size, including necessary filling up the
gaps at junctions, i.e. at top, bottom and sides with required
EPDM rubber/neoprene gasket etc. Aluminium sections shall
be smooth, rust free, straight, mitred and jointed mechanically
wherever required including cleat angle, Aluminium snap
beading for glazing / paneling, C.P. brass / stainless steel
screws, all complete as per architectural drawings . Powder
coated aluminium (minimum thickness of powder coating 50
micron) For shutters of doors, windows & ventilators including
providing and fixing hinges/ pivots and fixing of fittings
wherever required including the cost of EPDM rubber /
neoprene gasket, all accessories required. Gap between
Aluminium section and sill/jamb to be filled with weather
sealant

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
164

Sl. No. ITEMS OF WORK SPECIFICATION


Glass in windows and 6 mm thick glass of “ Saint Gobain” make or equivalent and 6
ventilators mm thick glass louvers

Window grills MS grills of approved design

12 Railing and staircase All staircase handrails, balusters and cross bars etc in all
floors shall be of Stainless Steel of grade 304 as per
approved design

13 FLOORING

Common circulation area, 18mm thick gang saw cut mirror polished / flamed finished
Staircase, Kitchen Granite stone flooring over 20mm thick 1:4 cement mortar..
Fuel store, pantry, kitchen 25mm thick pre polished kota stone flooring over 20mm thick
wash, sit out and drying CM 1:4.
place

Dormitory, dining, office, Vitrified floor tiles of size 600x600 mm laid on 20mm thick
cook room and havaldar cement mortar 1:4

Toilet Anti skid Glazed Tiles of size not less than 300x 300mm as
approved by Engineer-in-charge. Joints with 3mm spacer and
grouted with epoxy tile grout.
Dado in WC & bath, dining -Ceramic glazed tiles (minimum
size of 300x600mm) to a height of 2100mm

Dado in kitchen Ceramic tiles of size 300 x 600mm upto 600mm above
cooking platform and around sunken floor

Skirting in rooms 100mm high skirting with vitrified tiles in rooms,

Window sill lining 18 mm thick gang saw cut/machine cut mirror polished
granite stone of Jet black colour projected by 15mm from the
finished wall surface on both sides of wall as per architectural
drawings

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
165

Sl. No. ITEMS OF WORK SPECIFICATION


Kitchen work top 18 mm thick gang saw cut,/ machine cut granite
stone of Jet black colour pre-polished with pre-
moulded nosing over RCC slab. All
exposed edges shall also have matching granite
facia with necessary moulding..

Portico and pavement 75mm thick DMC/RMC M30 /40mm thick CC tile/
80mm thick paver block of M30grade/ 60mm
thick grass paver as per the approved Drawing.

14 ROOFING
Terrace Treatment Water proofing with Cement based integral
treatment (Brick bat coba) as per DSR 2018 item
no. 22.7

Sunken treatment Angle Fillet: Providing an cement - sand mortar


based angle fillet of 50 X 50mm admixed with
ARDEX ENDURA E 160 or equivalent @ 0.2 litre
per 50 kg bag of cement , all around in the
internals side at the floor-wall junction and curing
by water as per std practice. Carry out through
surface preparation of the concrete floor interior
by filling all the crevices, holes , honeycombs,
etc., cement-sand mortar admixed with ARDEX
ENDURA E 160 or equivalent @ 0.2 litre per 50
kg bag of cement. Cure the surface as per std
practice. Over the thoroughly prepared surface
internally, applying with single component liquid
polyurethane elastomeric membrane with
minimum elongation of 400% and solid content
80% using ARDEX ENDURA WPM 810 or
equivalent as per the approval of engineer-in-
charge applied @ 1.10 Kg/sq-m in two or three
layers over a coat of Primer using Primer PU as
per manufacturer‟s specification including
application of Geotextile of 120 GSM with proper
overlaps on the completed and cured surface all
complete as per direction of Engineer-in-charge
and manufacturers specifications. Over the
completed surface a protective layer of 12mm
thick cement plaster (1 PPC: 6 M Sand) is to be
provided before filling the sunken floor.

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
166

Sl. No. ITEMS OF WORK SPECIFICATION


Sunken in fill Sunken filling if required to be done with AAC
broken bats in cement mortar 1:4(1 PPC: 4
coarse sand) foam concrete of Feathertec or
equivalent. Provision to be made with Pecitape or
equivalent gasket for pipe penetration and drain
cut outs to make all wet area water tight (This
item will be operated if the structural design of
the slab is provided with sunken portion for toilet )

Rain Water Pipes : Un plasticized rigid PVC pipes of 100mm dia


or higher diameter as per the design
requirement, duly fixed with 2mm thick and
30mm wide GI ”U” clamp at required spacing
over RCC /CC / Masonry with 65 -75mm long,
6mm dia stainless steel wide headed Batasha
nail into the holes drilled over the surface of
RCC / CC / Masonry with Hammer drill
machine.

15 FINISHING
i) Plastering on walls (internal) 12mm cement plaster (1 PPC: 6 coarse sand)
over CC Block masonry surface
6 mm cement plaster 1:3(1 Cement:3 Fine sand)
on ceiling and exposed independent RCC
surface

ii) Plastering on walls (External), 15mm thick cement plaster in CM 1:6 (1


Cement: 6 fine sand

Finishing bottom of platform RCC slab 6mm rendering in CM 1:3 (1 Cement: 3 Fine
in kitchen. sand).
Internal finish on walls : Two or more coats of Low VOC Acrylic emulsion
with priming coat of approved primer over 1 mm
thick white cement based wall putty of approved
brand.

Primer : As per CPWD Specifications 2009 volume I and


II for wood work, cement putty and steel work or
as specified in the conditions

Painting on wood work & steel work: Synthetic enamel paint for all steel/wood works
over a base coat of suitable primer

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
167

Sl. No. ITEMS OF WORK SPECIFICATION


External External – Two or more coats of low VOC exterior
emulsion paint with silicon additives on the entire
external wall surface as per the Architectural plan / 3D
view using APEX Ultima of Asian Paint or equivalent.

16 Sanitary Installation  White vitreous sanitary ware. Floor mount EWC /


IWC. Oval shape under counter wash basin for a
range of two or more wash basins.
 CP brass fittings for faucets (low flow), angle
valve, concealed valve, pillar cock, waste
coupling, towel rod, shower rose
 The cistern for WC shall have twin flush of
capacity 4/8 litres.
 Mirror of superior quality of size 450x600 with
teakwood/ PVC moulded beading for individual
wash basin and full width single mirror for range
of two or more wash basins

17 Water supply Chlorinated Polyvinyl Chloride (CPVC) pipes, having


thermal stability for hot & cold water supply, including
all CPVC plain & brass threaded fittings, including
fixing the pipe with clamps at 1.00 m spacing.

18 Soil & waste pipes and fittings Un plasticised rigid PVC SWR system for soil waste
and vent pipes conforming to IS : 13592 Type B
including testing of joints as per approved design.

19 House Manhole Brick masonry in cement mortar 1:4 with Fly Ash
brick of class designation 100 and of size
90x80x45cm with SFRC light duty cover at top

20 Pipe between building manhole & RC hume pipe of required size or as approved by
service manhole Engineer-in- charge along with providing gully trap –
as per CPWD Specifications

21 Pipes Internal Concealed: 20/25mm dia. CPVC pipes as per item


18.8 of DSR 2016 as per approved plumbing
drawing.

22 Pipes Exposed: 25/32/40/50mm dia. CPVC pipes as per approved


plumbing drawing as per CPWD Specifications

23 Over head terrace tank RCC Water storage tank for drinking purpose with
25,000 litres capacity and separate fire fighting tank
having suitable size as per NBC 2016 to be provided
on terrace. Gun metal Control valve – each tank.

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
168

Sl. No. ITEMS OF WORK SPECIFICATION


24 Drainage Pipe : RCC hume pipes of Class NP2 of required
diameter including testing of joints as per
approved design.

25 Manholes & Gully trap Manholes & Gully trap of required dia. as per
depth (with Sewer Bricks) in cement mortar 1:4
(1 cement: 4 with foundation concrete 1:3:6 (1
cement: 3 coarse sand: 6 aggregate 20 mm
nominal size stone aggregate) with inside
plaster 1:4 (1 cement: 4 coarse sand) with
floating coat of neat cement, outside cement
plaster 1:4 (1 cement: 4 coarse sand) with
SFRC cover at top. In sub-soil or adverse soil
conditions, manholes & Gully trap shall be as
per approved structural design (to be given by
the contactor) to avoid sinking and settlement of
lines/manholes. The channels to require shape,
size and slope in cement concrete M20 finished
with neat cement punning shall also be
provided inside the manhole. Manholes, Gully
trap pipe line connected to nearest external
seaware line/ STP/ Septic tank as per direction
of Engineer-in-Charge.

26 Foot rest Orange colour safety foot rest of minimum


16mm thick plastic encapsulated complete as
per IS: 10910.

27 Barrier free and Accessibility Chapter 1 to 22 of Hand Book on Barrier free


and Accessibility and NBC 2016 may be
referred. visit CPWD website
www.tenderwizard.com/CPWD or
www.cpwd.gov.in.

Note:
1) Wherever cement is mentioned, Portland Pozzolona cement (PPC) to be used except
concrete.
2) For concrete works ordinary Portland cement with 30% replacement of GGBS by
weight.

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
169

GOS MESS

Sl. No. ITEMS OF WORK SPECIFICATION


1 Structural system The structure shall be either with conventional RCC framed
cast-in-situ construction or precast construction or Monolothic
shear wall construction

2 Foundation & plinth As per Structural drawings to be approved later on

3 Foundation The type of foundation, depth, size & thickness and width etc,
including mix design shall be as per approved structural
design to be submitted by the agency and approved by the
department. The concrete mix shall be of minimum M30
grade as per IS 456 latest edition and as per approved mix
design. Before start of RCC work concrete Mix Design shall
be got done by the contractor from a NABL accredited
laboratory/ IIT/ NIT laboratory with the approval of Engineer-
in-Charge.

4 Levelling Course Minimum 100mm thick DMC/RMC M 7.5 to be used as


levelling course for foundation.

5 Damp Proof Course DPC shall be 40 mm thick of CC M-20 with polymer modified
bitumen coating of 1.7 kg/sqm. However, if plinth beam has
been provided, DPC will not be required or as per the
direction of Engineer- in charge.

6 Plinth Filling :

a) Sand filling : M-Sand 150mm thick over earth filling under


OMC

b) Concrete under floor 100 mm layer of DMC/RMC M 10.0 above M-sand filling

7 Masonry work in Masonry with 200mm thick Solid CC Blocks with minimum
foundation & plinth 40% fly ash content by volume of the CC block, in cement
mortar of minimum 1:4 (1PPC: 4 M-sand) subject to the
provisions in the approved structural drawings. The
brick/block should have minimum crushing strength of
70kg/sqcm

8 Super structure masonry Wherever provided, all masonry work in outer walls in
work : superstructure shall be with solid 200mm thick CC block of
minimum crushing strength of 70kg/sqcm with cement mortar
1:4 ( 1 PPC cement : 4 M-sand) Internal Masonry wall of
thickness 150 mm shall be with AAC block of class
designation 35 as per relevant IS code and as per particular
specification for AAC Block masonry work. 150mm solid CC
blocks to be used in wet areas for masonry with CM 1:4.

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
170

Sl. No. ITEMS OF WORK SPECIFICATION


9 RCC WORK
RCC in column, beams, & slabs
RCCallin column, beams, shear walls & slabs shall be as per
precast / cast in situ the approved structural drawings with design mixed
concrete/RMC mixed with permissible admixtures,
centering ,shuttering & reinforcement. M.S.
Centering/shuttering and scaffolding material unless &
otherwise specified shall be used for all R.C.C. work to give
an even finish of concrete surface. However, marine-ply
shuttering in exceptional cases as per site requirement may
be used on specific request from contractor to be approved
by the Engineer-in-charge
The detailed dimensions & mix for building elements to be
adopted shall be as per provisions of IS: 456, IS:1642, IS:
1893, IS: 3792, IS: 6073, IS: 13920, IS: 11447, IS: 15916, IS:
15917 and as per approved structural design. RCC leaner
than M-30 shall not be used.

Balcony RCC Parapet as per structural design upto 1.0 meter height
and 200mm high Stainless Steel railing with 50mm dia
Stainless Steel pipe on top and verticals with 32mm dia
Stainless Steel pipe at suitable spacing as per approved
Architectural drawing.

10 Railing and staircase All staircase handrails etc in all floors shall have Stainless
Steel handrail of grade 304 as per approval and all as per
approved Architectural drawings

11 WOOD WORK- DOOR


FRAMES AND SHUTTER

All door frames 2nd class teak wood door frames of size 125 x 75kmm as per
standard design.

Door Shutters 35mm thick ISI marked flush door shutters Non-decorative
type, core of block board construction & well matched
commercial 3 ply veneering with vertical grains or cross
bands and face veneers on both faces of shutters with 1mm
decorative laminate (Hot pressed) on both sides.

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
171

Sl. No. ITEMS OF WORK SPECIFICATION


Toilet door Toilet doors frames Fibber glass reinforced plastic (FRP) with
30 mm thick Fibber glass reinforced plastic (FRP) paneling
shutters

Mumty door Galvanized steel sheet composite door frame made out of
1.25mm thick GI Sheet and shutter of thickness 35mm made
of GI sheet of 0.6mm thick on either side with polyurethane
foam as core material filled through injection method to a
density not less than 40kg/cum including stainless steel butt
hinges and fittings Frame and shutter are to be provided with
epoxy primer & powder coating of approved shade with
thickness of not less than 50microns

Cupboard frames Local hard wood frame of size 50mm x 40mm

Cupboard shutters Built in cupboard with 25mm thick IS marked flush door
(decorative type on one side with teak veneer) shutters and
minimum 19mm thick BWP grade PLY wood with edge
beading partition upto ceiling height in each bed room.

Door Fittings: Stainless steel satin finish door fittings as per schedule of
fitting for doors and windows attached vide page no.177

12 Window/Ventilator Aluminium work for windows, ventilators and with extruded


built up standard tubular sections/appropriate Z sections and
conforming to IS: 733 and IS: 1285, fixing with dash fasteners
of required dia and size, including necessary filling up the
gaps at junctions, i.e. at top, bottom and sides with required
EPDM rubber/neoprene gasket etc. Aluminium sections shall
be smooth, rust free, straight, mitred and jointed mechanically
wherever required including cleat angle, Aluminium snap
beading for glazing / paneling, C.P. brass / stainless steel
screws, all complete as per architectural drawings . Powder
coated aluminium (minimum thickness of powder coating 50
micron) For shutters of doors, windows & ventilators including
providing and fixing hinges/ pivots and fixing of fittings
wherever required including the cost of EPDM rubber /
neoprene gasket, all accessories required. Gap between
Aluminium section and sill/jamb to be filled with weather
sealant.

Glass in windows and 6 mm thick glass of “ Saint Gobain” make or equivalent and
ventilators 6 mm thick glass louvers

Window grill Non-ornamental grills with MS flats and square bars as per
approved design

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
172

Sl. No. ITEMS OF WORK SPECIFICATION


13 FLOORING &
SKIRTING/DADO

Common circulation area 18mm thick gang saw cut mirror polished Sadarhalli Granite
stone flooring over 20mm thick 1:4 cement mortar for flooring
and 12mm thick 1:3 cement mortar for skirting

Store, pantry,kitchen 25mm thick kota stone flooring over 20mm thick 1:4 cement
wash,sit out. mortar

All other rooms Full body Glazed Vitrified floor tiles of size 600x600 mm laid
on 20mm thick 1:4 cement mortar

Toilet Anti skid rectified Glazed ceramic Tiles of size not less than
400x 400mm as approved by Engineer-in-charge. Joints with
3mm spacer and grouted with epoxy tile grout.
Dado in WC & bath,dining -Ceramic glazed tiles (minimum
size of 300x600mm) to a height of 2100mm

Dado in kitchen Ceramic tiles of size 300 x 600mm upto 600mm above
cooking platform and around sunken floor.

Skirting 100mm high skirting with flooring material,

Window sill lining 18 mm thick gang saw cut/machine cut mirror polished
granite stone of Jet black colour projected by 15mm from the
finished wall surface on both sides of wall with edge
moulding and nosing as per architectural drawings

Kitchen work top 18 mm thick gang saw cut,/ machine cut granite stone of Jet
black colour pre-polished with pre-moulded nosing over
RCC slab. All exposed edges shall also have matching
granite facia fixed with stone adhesive with necessary
moulding.

Wash Counter and Urinal 40mm thick mirror polished Jet Black Granite slab supported
Partition over GI/SS Bracket Structure for wash basin counters and
18mm thick both side polished Jet Black granite partitions for
urinals including edge moulding, polished nosing complete.

Portico Minimum 22 mm thick Precast CC designer tiles on 20mm


thick 1:4 cement mortar laid over 75mm thick PCC of M30
grade

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
173

Sl. No. ITEMS OF WORK SPECIFICATION


14 Roofing

Terrace Treatment Water proofing with Cement based integral treatment (Brick
bat coba) as per DSR 2018 item no. 22.7

Rain Water Pipes : Un plasticized rigid PVC pipes of 100mm dia or higher
diameter as per the design requirement, duly fixed with
2mm thick and 30mm wide GI ”U” clamp at required
spacing over RCC /CC / Masonry with 65 -75mm long,
6mm dia stainless steel wide headed Batasha nail into the
holes drilled over the surface of RCC / CC / Masonry with
Hammer drill machine.

15 FINISHING

i) Plastering on walls 12 mm thick Cement Plaster 1:6 (1 cement : 6 coarse sand)


(internal)
6 mm cement plaster 1:3(1 Cement:3 Fine sand) on ceiling
and exposed independent RCC surface

ii) Plastering on walls 15mm thick cement plaster in CM1:6(1 Cement: 6 coarse
(External), sand

Finishing bottom of 6mm rendering in CM 1:3 (1 Cement: 3 Fine sand).


platform RCC slab in
kitchen.

Internal finish on walls : Ceiling – Lime wash wherever false ceiling is proposed. In
other area two or more coats of low VOC Acrylic distemper
with priming coat of approved primer over 1mm thick
white cement based wall putty of approved brand on
6mm cement plaster 1:3.
Toilet Ceiling - 600 x 600mm PVC grid ceiling with necessary
frame work as per manufacturers specifications.
Walls: Two or more coats of low VOC Acrylic premium quality
smooth interior emulsion paint with priming coat of
approved primer over 1mm thick white cement based wall
putty of approved brand on 12/15mm thick cement plaster

External finish on walls : External – Two or more coats of low VOC exterior emulsion
paint with silicon additives over priming coat of approved
primer on 2mm thick texure matching to that of Dholpur stone
cladding to be applied on the entire external wall surface as
per the Architectural plan / 3D view using APEX Ultima of
Asian Paint or equivalent.

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
174

Sl. No. ITEMS OF WORK SPECIFICATION


Primer : As per CPWD Specifications 2009 volume I and II for wood
work, cement putty and steel work or as specified in the
conditions
Painting on wood work & Matt finish synthetic enamel paint for all frames and shutters
steel work: of wooden doors, synthetic enamel paint for all other
steel/wood works over a base coat of suitable primer.
Melamine polished on teak wood and veener.

16 Soil & waste pipes and Un plasticised rigid PVC SWR system for soil waste and
fittings vent pipes conforming to IS : 13592 Type B including
testing of joints as per approved design.

17 House Manhole Brick masonry in cement mortar 1:4 with Fly Ash brick of
class designation 100 and of size 90x80x45cm with SFRC
light duty cover at top

18 Pipe between building RC hume pipe of required size or as approved by Engineer-


manhole & service in- charge along with providing gully trap – as per CPWD
manhole Specifications

19 Pipes Internal Concealed: 20/25mm dia. CPVC pipes as per item 18.8 of
DSR 2016 as per approved plumbing drawing.

20 Pipes Exposed: 25/32/40/50mm dia. CPVC pipes as per approved plumbing


drawing as per CPWD Specifications

21 Sanitary Installation  White vitreous sanitary ware. Wall hung type EWC. Oval
shape under counter wash basin for a range of two or
more wash basins.
 CP brass fittings for faucets (low flow), angle valve,
concealed valve, pillar cock, waste coupling, towel rod,
shower rose
 The cistern for WC shall have twin flush of capacity 4/8
litres.
 Liquid soap dispenser one each for not more than two
wash basins of approved make to be provided.
 Mirror of superior quality of size 450x600 with teakwood/
PVC moulded beading for individual wash basin and full
width single mirror for range of two or more wash basins

22 Over head terrace tank RCC Water storage tank for drinking purpose with 3000 litres
capacity and separate fire fighting tank having suitable size
as per NBC 2016 to be provided on terrace. Gun metal
Control valve – each tank.

23 Drainage Pipe : RCC hume pipes of Class NP2 of required diameter


including testing of joints as per approved design.

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
175

Sl. No. ITEMS OF WORK SPECIFICATION


24 Manholes & Gully trap Manholes & Gully trap of required dia. as per depth (with
Sewer Bricks) in cement mortar 1:4 (1 cement: 4 with
foundation concrete 1:3:6 (1 cement: 3 coarse sand: 6
aggregate 20 mm nominal size stone aggregate) with inside
plaster 1:4 (1 cement: 4 coarse sand) with floating coat of
neat cement, outside cement plaster 1:4 (1 cement: 4 coarse
sand) with SFRC cover at top. In sub-soil or adverse soil
conditions, manholes & Gully trap shall be as per approved
structural design (to be given by the contactor) to avoid
sinking and settlement of lines/manholes. The channels to
require shape, size and slope in cement concrete M20
finished with neat cement punning shall also be provided
inside the manhole. Manholes, Gully trap pipe line connected
to nearest external seaware line/ STP/ Septic tank as per
direction of Engineer-in-Charge.

25 Foot rest Orange colour safety foot rest of minimum 16mm thick
plastic encapsulated complete as per IS: 10910.

26 Road Work Approach road from campus grid road is to be provided as


per approved drawing. Road layers
- 200mm thick GSB
- 80mm thick paver block as per DSR 2018 item no.
16.91.2

27 Signage Stainless steel 304 having graphics & text in machine Etched
for flat number & Building name sign to be in capital letters.
CRCA (Cold rolled Close Annealed) sheet support structure
having aluminium panels, powder coated with graphics and
text for way finding, directional and statutory signage‟s, all as
per NBC 2016.

28 Barrier free and Chapter 1 to 22 of Hand Book on Barrier free and


Accessibility Accessibility and NBC 2016 may be referred. visit CPWD
website www.tenderwizard.com/CPWD or www.cpwd.gov.in.
(Lifts as per drawing for vertical movement.)

Note :
1) Wherever cement is mentioned, Portland Pozzolona cement (PPC) to be used except
concrete.
2) For concrete works ordinary Portland cement with 30% replacement of GGBS by
weight.

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
176

SANITARY WATER SUPPLY FITTINGS

Item of description Company Model No.


Over head showers rose Jaquar OHS -1719
Single Towel rail 600mm long Jaquar ACN – 1111 SM
Towel ring square with round Flange Jaquar ACN – 1121 N
Soap dish holder Jaquar ACN – 1131 N
Soap Dispenser with glass bottle Jaquar ACN – 1135 N
Toilet roll holder with Flap Jaquar ACN-1153
Towel rack 600 mm long Jaquar ACN-1181
Glass Shelf Jaquar ACN-1171N
Corner glass shelf Jaquar ACN -1173
Faucet for wash basin Jaquar SNR-CHR-51031
Angular stop cock with wall flange Jaquar KUB-35053F
Exposed part kit of concealed stop cock Jaquar KUB-35083FK

Single lever high flow bath and shower Jaquar KUB-35137F


mixer
Single lever high flow bath and shower Jaquar KUB-35193FK
mixer
Extended wall mounted EWC Parryware Verve wall hung C0269
Jaquar CNS-WHT-353N/CNS-WHT-203

Hindware Atlanta wall mounted 92098(part-1)

Urinals with sensor Parryware E WHIZ C0584


Jaquar URS-WHT-132530
Hindware
Wash Basin Parry ware HAVANA C0440
Jaquar CNS-WHT-701
Hindware GARNET 10080
Shower panels Jaquar JPL-BLK-JA011
Grab bar vertical swing Jaquar WAC-SAP-BG0800CS
Shower arm Jaquar SHA-487
Wall mixer Jaquar SOL-6273UPR
2 way bib cock Jaquar SOL-6041
Health faucet Jaquar ALD-573
Tumbler holder Jaquar AKP-35741P

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
177

SCHEDULE OF FITTING FOR DOORS AND WINDOWS

Double leaf Single leaf Single


doors door shutters leaf wire Wardrobe/
Sl.
Name of fittings shutters external gauze cupboard Remarks
No.
panelled or panelled or door shutters
glazed glazed shutters
1 2 3 4 5 6 7
1 SS Butt Hinges 125 mm 8 4 3 -
2 SS Piano Hinges - - - 1
3 SS Tower Bolt 250mm 4 2 1 -
4 SS Tower Bolt 150mm - - - 2
5 SS Tower Bolt 100mm - - 1 -
6 SS Sliding door bolt 1 - - -
300mm
7 SS Sliding door bolt - 1 1 -
250mm
8 SS Floor door stopper 2 1 - 1
9 SS Door handle of NIL 2 - -
200mm size 20mm dia
10 4 lever SS - - 1 1
Cupboard/wardrobe lock
11 SS 316 grade door 2 - - -
handles of D-shaped of
size 300mm & dia 25mm
12 SS handle of size - - 2 -
150mm
13 SS H-handle of size - - - 2
380mm long and 12mm
dia

Notes:
A : Door shutters

1. Door of room adjoining the verandah, corridor, lobby or hall, shall be considered as
external door. Where the height of the door leaf exceeds 2.15m above the floor level, one
extra hinge shall be provided for every additional height of 0.50m, or part thereof and the
length of top bolts shall be increased by the height of the leaf above 2.15m from floor
level.
2. For shutter 40mm thickness or more heavy type S.S. butt hinges of 125x90x3mm shall
be used.
3. In case of external door shutters, instead of sliding door bolt mortice lock should be
provided where specified.
4. Cupboard and wardrobe shutters will have ball catches.
5. Finger plates shall be provided in case of bath and W.C. shutters in office buildings

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
178

SCHEDULE OF PAYMENT AT STAGES-APPLICABLE FOR CONSTRUCTION OF


CIVIL WORKS FOR
320 MEN BARRACK
Estimated cost : Rs. 20,32,73,081/-
Civil Component : 89.23%

Individual in Cumulative in
percentage on %age on total
S. No. Description total civil civil amount of
amount of 320 320 men
men barrack barrack
1. Soil investigation, Submission of foundation 0.25 0.25
designs and complete structural drawings for
superstructure and other works to be executed at
site for its completion including detailed estimate.
Submission of applications including all required
documents to all necessary local bodies
2. Submission and approval of all drawings from 0.75 1.0
Proof checking consultant. Obtaining approval/
consent of establishment from all necessary local
bodies.

3. Completion of Foundation 6.0

3.1 Casting of footings/foundation 6.0 7.0

4 Completion of structure upto plinth level 4.0

4.1 Raising of coumns upto plinth level and casting of 2.0


plinth beam

4.2 Brick work and back filling 1.0

4.3 Sand filling and lean concrete 1.0 11.00

5 Completion of Ground floor 14.00

5.1 Completion of RCC Columns 1.5

5.2 Completion of Slabs and Beams 4.0


5.3 Completion of Lintels and chajjas 1.5
5.4 Completion of walls up to roof level 2.0

5.5 Fixing of door frame 1.0

5.6 Completion of fixing of window frame 3.0

5.7 Internal plaster and finishing 1.0 25.00

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
179

Individual in Cumulative in
percentage on %age on total
S. No. Description total civil civil amount of
amount of 320 320 men
men barrack barrack
6 Completion of 1st floor 14.00
6.1 Completion of RCC Columns 1.5

6.2 Completion of Slabs and Beams 4.0

6.3 Completion of Lintels and chajjas 1.5

6.4 Completion of walls up to roof level 2.0

6.5 Fixing of door frame 1.0

6.6 Completion of fixing of window frame 3.0

6.7 Internal plaster and finishing 1.0 39.00

7 Completion of 2nd floor 14.00

7.1 Completion of RCC Columns 1.5

7.2 Completion of Slabs and Beams 4.0

7.3 Completion of Lintels and chajjas 1.5

7.4 Completion of walls up to roof level 2.0

7.5 Fixing of door frame 1.0

7.6 Completion of fixing of window frame 3.0

7.7 Internal plaster and finishing 1.0 53.00

8 Completion of 3rd floor 14.00

8.1 Completion of RCC Columns 1.5

8.2 Completion of Slabs and Beams 4.0

8.3 Completion of Lintels and chajjas 1.5

8.4 Completion of walls up to roof level 2.0

8.5 Fixing of door frame 1.0

8.6 Completion of fixing of window frame 3.0

8.7 Internal plaster and finishing 1.0 67.00

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
180

Individual in Cumulative in
percentage on %age on total
S. No. Description total civil civil amount of
amount of 320 320 men
men barrack barrack
9 Providing and fixing door shutters in all floors 3.0 70.00

10 Providing and fixing window shutters and window 4.0 74.00


grills in all floors with glass panes

11 External finishing work 6.0 80.00

12 Balcony, staircase railing, wherever specified & 2.0 82.00


other steel work
13 Internal flooring including skirting, dado and cladding 10.00
a) Ground Floor 2.5
b) First Floor 2.5
c) Second Floor 2.5
d) Third floor 2.5 92.00
14 Integral water proofing/Koba treatment including 2.0 94.00
rain water pipe
15 Internal sanitary and water supply pipe line work 3.0 97.00
16 External water supply and sanitary pipe line work 1.0 98.00
17 Submission of completion certificate with 1.0 99.00
completion plans and service drawings.
18 For defect rectification 1.00 100.00
Note:
1. The %age figures indicated into above table are with reference to c ivi l component of the
building.
2. The work will proceed broadly as per the stages indicated above. However, for work between
two consecutive stages, the payment will be released for the lower stage. If, some work is not
executed as per the above sequence and later sequence is executed first, then the payment
for that stage will be released at the discretion of the Engineer-in- charge and his decision in
this regard shall be final and binding.
3. The above provision is only to release stage payments. This may not be quoted anywhere
else.
4. The proposal shown above is for building of Ground+3 floors the proposal submitted is more or
less than the above proposal, the schedule of payment shall be revised accordingly and
working agency shall be bound to accept the revised schedule of payment without any dispute.
5. The payment schedule is tentative it can be rescheduled, if required by Chief Engineer
concerned in consultation with Engineer-in-Charge and agency.
6. The payment schedule for Electrical work is given under the subhead Electrical work on Part C

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
181

SCHEDULE OF PAYMENT AT STAGES-APPLICABLE FOR CONSTRUCTION OF


CIVIL WORKS FOR

TYPE-III QUARTERS

Estimated cost : Rs. 3,25,15,393/-


Civil Component : 89.15%

Individual in
Cumulative in
percentage on
%age on total
total civil
S. No. Description civil amount of
amount of
type-III
type-III
quarters
quarters
1. Soil investigation, Submission of foundation 0.25 0.25
designs and complete structural drawings for
superstructure and other works to be executed at
site for its completion including detailed
estimate.Submission of applications including all
required documents to all necessary local bodies

2. Submission and approval of all drawings from 0.75 1.0


Proof checking consultant. Obtaining approval/
consent of establishment from all necessary local
bodies.
3. Completion of Foundation 6.0
3.1 Casting of footings/foundation 6.0 7.0

4 Completion of structure upto plinth level 4.0

4.1 Raising of coumns upto plinth level and casting of 2.0


plinth beam
4.2 Brick work and back filling 1.0
4.3 Sand filling and lean concrete 1.0 11.00
5 Completion of Ground floor 14.00
5.1 Completion of RCC Columns 1.5
5.2 Completion of Slabs and Beams 4.0
5.3 Completion of Lintels and chajjas 1.5
5.4 Completion of walls up to roof level 2.0
5.5 Fixing of door frame 1.0
5.6 Completion of fixing of window frame 3.0
5.7 Internal plaster and finishing 1.0 25.00

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
182

Individual in
Cumulative in
percentage on
%age on total
total civil
S. No. Description civil amount of
amount of
type-III
type-III
quarters
quarters
6 Completion of 1st floor 14.00
6.1 Completion of RCC Columns 1.5
6.2 Completion of Slabs and Beams 4.0
6.3 Completion of Lintels and chajjas 1.5
6.4 Completion of walls up to roof level 2.0
6.5 Fixing of door frame 1.0
6.6 Completion of fixing of window frame 3.0
6.7 Internal plaster and finishing 1.0 39.00
nd
7 Completion of 2 floor 14.00
7.1 Completion of RCC Columns 1.5
7.2 Completion of Slabs and Beams 4.0
7.3 Completion of Lintels and chajjas 1.5
7.4 Completion of walls up to roof level 2.0
7.5 Fixing of door frame 1.0
7.6 Completion of fixing of window frame 3.0
7.7 Internal plaster and finishing 1.0 53.00
8 Completion of 3rd floor 14.00
8.1 Completion of RCC Columns 1.5
8.2 Completion of Slabs and Beams 4.0
8.3 Completion of Lintels and chajjas 1.5
8.4 Completion of walls up to roof level 2.0
8.5 Fixing of door frame 1.0
8.6 Completion of fixing of window frame 3.0
8.7 Internal plaster and finishing 1.0 67.00
9 Providing and fixing door shutters in all floors 3.0 70.00
10 Providing and fixing window shutters and window 4.0 74.00
grills in all floors with glass panes
11 External finishing work 6.0 80.00
12 Balcony, staircase railing, wherever specified & 2.0 82.00
other steel work

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
183

Individual in
Cumulative in
percentage on
%age on total
total civil
S. No. Description civil amount of
amount of
type-III
type-III
quarters
quarters
13 Internal flooring including skirting, dado and cladding 10.00
a) Ground Floor 2.5
b) First Floor 2.5
c) Second Floor 2.5
d) Third floor 2.5 92.00
14 Integral water proofing/Koba treatment including 2.0 94.00
rain water pipe
15 Internal sanitary and water supply pipe line work 3.0 97.00
16 External water supply and sanitary pipe line work 1.0 98.00
17 Submission of completion certificate with 1.0 99.00
completion plans and service drawings.
18 For defect rectification 1.00 100.00

Note:
1) The %age figures indicated into above table are with reference to c ivi l component of
the building.
2) The work will proceed broadly as per the stages indicated above. However, for work
between two consecutive stages, the payment will be released for the lower stage. If,
some work is not executed as per the above sequence and later sequence is
executed first, then the payment for that stage will be released at the discretion of the
Engineer-in- charge and his decision in this regard shall be final and binding.

3) The above provision is only to release stage payments. This may not be quoted
anywhere else.
4) The proposal shown above is for building of Ground+3 floors the proposal submitted is
more or less than the above proposal, the schedule of payment shall be revised
accordingly and working agency shall be bound to accept the revised schedule of payment
without any dispute.
5) The payment schedule is tentative it can be rescheduled, if required by Chief Engineer
concerned in consultation with Engineer-in-Charge and agency.
6) The payment schedule for Electrical work is given under the subhead Electrical work on
Part C

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
184

SCHEDULE OF PAYMENT AT STAGES-APPLICABLE FOR CONSTRUCTION OF


CIVIL WORKS FOR

GOS MESS

Estimated cost of GOs mess : 1,58,07,907/-


Civil Component : 84.97%

Individual in
Cumulative in
percentage on
%age on civil
S. No. Description total civil
amount of GOs
amount of
mess
GOs mess
1. Soil investigation, Submission of foundation 0.25 0.25
designs and complete structural drawings for
superstructure and other works to be executed at
site for its completion including detailed estimate.
Submission of applications including all required
documents to all necessary local bodies

2. Submission and approval of all drawings from Proof 0.75 1.0


checking consultant. Obtaining approval/ consent of
establishment from all necessary local bodies.
3. Completion of Foundation 15.0
3.1 Casting of footings/foundation 15.0 16.0
4 Completion of structure upto plinth level 10.0
4.1 Raising of coumns upto plinth level and casting of 6.0
plinth beam
4.2 Brick work and back filling 2.0
4.3 Sand filling and lean concrete 2.0 26.00
5 Completion of Ground floor 25.00

5.1 Completion of RCC Columns 2.0

5.2 Completion of Slabs and Beams 8.0


5.3 Completion of Lintels and chajjas 2.0
5.4 Completion of walls up to roof level 3.0
5.5 Fixing of door frame 2.0
5.6 Completion of fixing of window frame 5.0
5.7 Internal plaster and finishing 3.0 51.00

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
185

Individual in
Cumulative in
percentage on
%age on civil
S. No. Description total civil
amount of GOs
amount of
mess
GOs mess
6 Completion of structure upto terrace level including 5.0 56.00
mumty, over head tank etc.,
7 Providing and fixing door shutters in all floors 5.0 61.00
8 Providing and fixing window shutters and grills in 8.0 69.00
all floors with glass panes
9 External finishing work 5.0 74.00
10 Balcony, staircase railing, window grill wherever 3.0 77.00
specified & other steel work
11 Internal flooring including skirting, dado and cladding 8.0 85.00
12 Integral water proofing/Koba treatment including 3.0 88.00
rain water pipe
13 Internal sanitary and water supply pipe line work 8.0 96.00
14 External water supply and sanitary pipe line work 2.0 98.00
15 Submission of completion certificate with 1.0 99.00
completion plans and service drawings.
16 For defect rectification 1.00 100.00

Note :
1) The %age figures indicated into above table are with reference to c ivi l component of the
building.
2) The work will proceed broadly as per the stages indicated above. However, for work between
two consecutive stages, the payment will be released for the lower stage. If, some work is not
executed as per the above sequence and later sequence is executed first, then the payment
for that stage will be released at the discretion of the Engineer-in- charge and his decision in this
regard shall be final and binding.

3) The above provision is only to release stage payments. This may not be quoted anywhere else.
4) The proposal shown above is for building of single storeyed the proposal submitted is more or
less than the above proposal, the schedule of payment shall be revised accordingly and working
agency shall be bound to accept the revised schedule of payment without any dispute.
5) The payment schedule is tentative it can be rescheduled, if required by Chief Engineer
concerned in consultation with Engineer-in-Charge and agency.
6) The payment schedule for Electrical work is given under the subhead Electrical work on Part C

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
186

SCHEDULE OF PAYMENT AT STAGES-APPLICABLE FOR CONSTRUCTION OF


CIVIL WORKS FOR

TYPE-V QUARTERS

Estimated cost : Rs. 89,88,961/-


Civil Component : 88.71%

Individual in
Cumulative in
percentage on
%age on civil
S. No. Description total civil
amount of
amount of
Type-V Qtrs
Type-V Qtrs
1. Soil investigation, Submission of foundation 0.25 0.25
designs and complete structural drawings for
superstructure and other works to be executed at
site for its completion including detailed estimate.
Submission of applications including all required
documents to all necessary local bodies
2. Submission and approval of all drawings from 0.75 1.0
Proof checking consultant. Obtaining approval/
consent of establishment from all necessary local
bodies.
3. Completion of Foundation 15.0
3.1 Casting of footings/foundation 15.0 16.0

4 Completion of structure upto plinth level 10.0


4.1 Raising of coumns upto plinth level and casting of 6.0
plinth beam
4.2 Brick work and back filling 2.0
4.3 Sand filling and lean concrete 2.0 26.00
5 Completion of Ground floor 25.00
5.1 Completion of RCC Columns 2.0
5.2 Completion of Slabs and Beams 8.0
5.3 Completion of Lintels and chajjas 2.0
5.4 Completion of walls up to roof level 3.0
5.5 Fixing of door frame 2.0
5.6 Completion of fixing of window frame 5.0
5.7 Internal plaster and finishing 3.0 51.00

6 Completion of structure upto terrace level including 5.0 56.00


mumty, over head tank etc.,

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
187

Individual in
Cumulative in
percentage on
%age on civil
S. No. Description total civil
amount of
amount of
Type-V Qtrs
Type-V Qtrs
7 Providing and fixing door shutters in all floors 5.0 61.00
8 Providing and fixing window shutters and grills in 8.0 69.00
all floors with glass panes
9 External finishing work 5.0 74.00
10 Balcony, staircase railing, window grill wherever 3.0 77.00
specified & other steel work
11 Internal flooring including skirting, dado and cladding 8.0 85.00
12 Integral water proofing/Koba treatment including rain 3.0 88.00
water pipe
13 Internal sanitary and water supply pipe line work 8.0 96.00
14 External water supply and sanitary pipe line work 2.0 98.00
15 Submission of completion certificate with 1.0 99.00
completion plans and service drawings.

16 For defect rectification 1.00 100.00

Note:
1) The %age figures indicated into above table are with reference to c ivi l component of the
building.
2) The work will proceed broadly as per the stages indicated above. However, for work between
two consecutive stages, the payment will be released for the lower stage. If, some work is not
executed as per the above sequence and later sequence is executed first, then the payment
for that stage will be released at the discretion of the Engineer-in- charge and his decision in
this regard shall be final and binding.
3) The above provision is only to release stage payments. This may not be quoted anywhere
else.
4) The proposal shown above is for building of single storeyed the proposal submitted is more or
less than the above proposal, the schedule of payment shall be revised accordingly and
working agency shall be bound to accept the revised schedule of payment without any dispute.
5) The payment schedule is tentative it can be rescheduled, if required by Chief Engineer
concerned in consultation with Engineer-in-Charge and agency.
6) The payment schedule for Electrical work is given under the subhead Electrical work on Part C

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
188

SCHEDULE OF PAYMENT AT STAGES-APPLICABLE FOR CONSTRUCTION OF


CIVIL WORKS FOR

QUARTER GUARD

Estimated cost : Rs. 2,43,24,334/-


Civil Component : 87.65%

Individual in
Cumulative in
percentage on
%age on civil
S. No. Description total civil
amount of
amount of
Quarter Guard
Quarter Guard
1. Soil investigation, Submission of foundation 0.25 0.25
designs and complete structural drawings for
superstructure and other works to be executed at
site for its completion including detailed estimate.
Submission of applications including all required
documents to all necessary local bodies
2. Submission and approval of all drawings from 0.75 1.0
Proof checking consultant. Obtaining approval/
consent of establishment from all necessary local
bodies.
3. Completion of Foundation 15.0
3.1 Casting of footings/foundation 15.0 16.0
4 Completion of structure upto plinth level 10.0

4.1 Raising of coumns upto plinth level and casting of 6.0


plinth beam
4.2 Brick work and back filling 2.0

4.3 Sand filling and lean concrete 2.0 26.00

5 Completion of Ground floor 25.00


5.1 Completion of RCC Columns 2.0

5.2 Completion of Slabs and Beams 8.0

5.3 Completion of Lintels and chajjas 2.0

5.4 Completion of walls up to roof level 3.0


5.5 Fixing of door frame 2.0
5.6 Completion of fixing of window frame 5.0
5.7 Internal plaster and finishing 3.0 51.00

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
189

Individual in
Cumulative in
percentage on
%age on civil
S. No. Description total civil
amount of
amount of
Quarter Guard
Quarter Guard
6 Completion of structure upto terrace level including 5.0 56.00
mumty, over head tank etc.,
7 Providing and fixing door shutters in all floors 5.0 61.00
8 Providing and fixing window shutters and grills in 8.0 69.00
all floors with glass panes
9 External finishing work 5.0 74.00
10 Balcony, staircase railing, window grill wherever 3.0 77.00
specified & other steel work
11 Internal flooring including skirting, dado and cladding 8.0 85.00
12 Integral water proofing/Koba treatment including 3.0 88.00
rain water pipe
13 Internal sanitary and water supply pipe line work 8.0 96.00

14 External water supply and sanitary pipe line work 2.0 98.00

15 Submission of completion certificate with 1.0 99.00


completion plans and service drawings.
16 For defect rectification 1.00 100.00

Note:
1) The %age figures indicated into above table are with reference to c ivi l component of the
building.
2) The work will proceed broadly as per the stages indicated above. However, for work between
two consecutive stages, the payment will be released for the lower stage. If, some work is not
executed as per the above sequence and later sequence is executed first, then the payment
for that stage will be released at the discretion of the Engineer-in- charge and his decision in
this regard shall be final and binding.
3) The above provision is only to release stage payments. This may not be quoted anywhere
else.
4) The proposal shown above is for building of Single storeyed the proposal submitted is more or
less than the above proposal, the schedule of payment shall be revised accordingly and
working agency shall be bound to accept the revised schedule of payment without any dispute.
5) The payment schedule is tentative it can be rescheduled, if required by Chief Engineer
concerned in consultation with Engineer-in-Charge and agency.
6) The payment schedule for Electrical work is given under the subhead Electrical work on Part C

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
190

SCHEDULE OF PAYMENT AT STAGES-APPLICABLE FOR CONSTRUCTION OF


CIVIL WORKS FOR

ADMIN BLOCK

Estimated cost : Rs. 5,46,28,658/-


Civil Component : 79.22%

Individual in
Cumulative in
percentage on
%age on total
S. No. Description total civil
civil amount of
amount of
Admin Block
Admin Block
1. Soil investigation, Submission of foundation 0.25 0.25
designs and complete structural drawings for
superstructure and other works to be executed at
site for its completion including detailed estimate.
Submission of applications including all required
documents to all necessary local bodies
2. Submission and approval of all drawings from 0.75 1.00
Proof checking consultant. Obtaining approval/
consent of establishment from all necessary local
bodies.
3. Completion of Foundation 12.0

3.1 Casting of footings/foundation 12.0 13.00

4 Completion of structure upto plinth level 5.0


4.1 Raising of coumns upto plinth level and casting of 3.0
plinth beam
4.2 Brick work and back filling 1.0
4.3 Sand filling and lean concrete 1.0 18.00
5 Completion of Ground floor 20.00
5.1 Completion of RCC Columns 1.0

5.2 Completion of Slabs and Beams 7.0


5.3 Completion of Lintels and chajjas 1.0
5.4 Completion of walls up to roof level 3.0

5.5 Fixing of door frame 2.0


5.6 Completion of fixing of window frame 4.0
5.7 Internal plaster and finishing 2.0 38.00

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
191

Individual in
Cumulative in
percentage on
%age on total
S. No. Description total civil
civil amount of
amount of
Admin Block
Admin Block
6 Completion of 1st floor 20.00
6.1 Completion of RCC Columns 1.0
6.2 Completion of Slabs and Beams 7.0
6.3 Completion of Lintels and chajjas 1.0
6.4 Completion of walls up to roof level 3.0
6.5 Fixing of door frame 2.0
6.6 Completion of fixing of window frame 4.0
6.7 Internal plaster and finishing 2.0 58.00
7 Completion of structure upto terrace level including 2.00 60.00
mumty, over head tank etc.,
8 Providing and fixing door shutters in all floors 5.0 65.00
9 Providing and fixing window shutters and window 6.0 71.00
grills in all floors with glass panes
10 External finishing work 6.0 77.00
11 Balcony, staircase railing, wherever specified & 4.0 81.00
other steel work
12 Internal flooring including skirting, dado and cladding 9.00 90.00
13 Integral water proofing/Koba treatment including 2.0 92.00
rain water pipe
14 Internal sanitary and water supply pipe line work 4.0 96.00
15 External water supply and sanitary pipe line work 2.0 98.00
16 Submission of completion certificate with 1.0 99.00
completion plans and service drawings.
17 For defect rectification 1.00 100.00

Note :
1) The %age figures indicated into above table are with reference to c ivi l component of the
building.
2) The work will proceed broadly as per the stages indicated above. However, for work between
two consecutive stages, the payment will be released for the lower stage. If, some work is not
executed as per the above sequence and later sequence is executed first, then the payment
for that stage will be released at the discretion of the Engineer-in- charge and his decision in
this regard shall be final and binding.
3) The above provision is only to release stage payments. This may not be quoted anywhere
else.
4) The proposal shown above is for building of Ground+1 floor the proposal submitted is more or
less than the above proposal, the schedule of payment shall be revised accordingly and
working agency shall be bound to accept the revised schedule of payment without any dispute.
5) The payment schedule is tentative it can be rescheduled, if required by Chief Engineer
concerned in consultation with Engineer-in-Charge and agency.
6) The payment schedule for Electrical work is given under the subhead Electrical work on Part C

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
192

SCHEDULE OF PAYMENT AT STAGES-APPLICABLE FOR CONSTRUCTION OF


CIVIL WORKS FOR

TYPE-IV QUARTERS

Estimated cost : Rs. 1,83,76,994/-


Civil Component : 88.15%

Individual in
Cumulative in
percentage on
%age on total
total civil
S. No. Description civil amount of
amount of
Type-IV
Type-IV
Quarters
Quarters
1. Soil investigation, Submission of foundation 0.25 0.25
designs and complete structural drawings for
superstructure and other works to be executed at
site for its completion including detailed estimate.
Submission of applications including all required
documents to all necessary local bodies

2. Submission and approval of all drawings from 0.75 1.0


Proof checking consultant. Obtaining approval/
consent of establishment from all necessary local
bodies.
3. Completion of Foundation 8.0
3.1 Casting of footings/foundation 8.0 9.0

4 Completion of structure upto plinth level 6.0

4.1 Raising of coumns upto plinth level and casting of 3.0


plinth beam
4.2 Brick work and back filling 1.5
4.3 Sand filling and lean concrete 1.5 15.00
5 Completion of Ground floor 15.00
5.1 Completion of RCC Columns 1.5
5.2 Completion of Slabs and Beams 5.0

5.3 Completion of Lintels and chajjas 1.5


5.4 Completion of walls up to roof level 2.0

5.5 Fixing of door frame 1.5


5.6 Completion of fixing of window frame 2.5
5.7 Internal plaster and finishing 1.0 30.00

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
193

Individual in
Cumulative in
percentage on
%age on total
total civil
S. No. Description civil amount of
amount of
Type-IV
Type-IV
Quarters
Quarters
6 Completion of 1st floor 15.00
6.1 Completion of RCC Columns 1.5
6.2 Completion of Slabs and Beams 5.0
6.3 Completion of Lintels and chajjas 1.5
6.4 Completion of walls up to roof level 2.0
6.5 Fixing of door frame 1.5
6.6 Completion of fixing of window frame 2.5
6.7 Internal plaster and finishing 1.0 45.00
nd
7 Completion of 2 floor 15.00
7.1 Completion of RCC Columns 1.5
7.2 Completion of Slabs and Beams 5.0
7.3 Completion of Lintels and chajjas 1.5
7.4 Completion of walls up to roof level 2.0
7.5 Fixing of door frame 1.5
7.6 Completion of fixing of window frame 2.5
7.7 Internal plaster and finishing 1.0 60.00
8 Completion of structure upto terrace level including 2.0 62.00
mumty, over head tank etc.,
9 Providing and fixing door shutters in all floors 3.0 65.00
10 Providing and fixing window shutters and window 5.0 70.00
grills in all floors with glass panes
11 External finishing work 3.0 73.00
12 Balcony, staircase railing, wherever specified & 3.0 76.00
other steel work
13 Internal flooring including skirting, dado and cladding 9.00 85.00

14 Integral water proofing/Koba treatment including 2.0 87.00


rain water pipe

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
194

Individual in
Cumulative in
percentage on
%age on total
total civil
S. No. Description civil amount of
amount of
Type-IV
Type-IV
Quarters
Quarters
15 Internal sanitary and water supply pipe line work 7.0 94.00
16 External water supply and sanitary pipe line work 4.0 98.00

17 Submission of completion certificate with 1.0 99.00


completion plans and service drawings.

18 For defect rectification 1.00 100.00

Note :

1) The %age figures indicated into above table are with reference to c ivi l component of the
building.
2) The work will proceed broadly as per the stages indicated above. However, for work between
two consecutive stages, the payment will be released for the lower stage. If, some work is not
executed as per the above sequence and later sequence is executed first, then the payment
for that stage will be released at the discretion of the Engineer-in- charge and his decision in
this regard shall be final and binding.
3) The above provision is only to release stage payments. This may not be quoted anywhere
else.
4) The proposal shown above is for building of Ground+2 floors the proposal submitted is more
or less than the above proposal, the schedule of payment shall be revised accordingly and
working agency shall be bound to accept the revised schedule of payment without any dispute.
5) The payment schedule is tentative it can be rescheduled, if required by Chief Engineer
concerned in consultation with Engineer-in-Charge and agency.
6) The payment schedule for Electrical work is given under the subhead Electrical work on Part C

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
195

LIST OF APPROVED MAKE OF MATERIALS (FOR CIVIL WORK)

Sl No Materials Approved Make


1 CONCRETE WORK
1.1 WHITE CEMENT J.K. WHITE, BIRLA WHITE
1.2 CHEMICAL ADMIXTURES FOSROC, MC BAUCHEMIE, SIKA, BASF,
PIDILITE, Choksey Chemicals, ARDEX
ENDURA
1.3 EXPANSION JOINT BOARD Supreme Industries, SIL FILL or equivalent
1.4 DAMP PROOF MATERIAL IMPERMO, DURASEAL, ACCO-
PROOF,ARDEX ENDURA
1.5 NION METALIC SURFACE HARDNER FOSROC, SIKA, PIDLITE ,ARDEX ENDURA
1.6 INJECTION GROUTING FOSROC, SIKA, BASF, CICCO, ARDEX
ENDURA
2 RCC Works
2.1 RMC / DMC ULTRATECH, LAFARGE, ACC, RMC India
2.2 BITUMEN INDIAN OIL, HINDUSTAN PETROLEUM,
Mangalore Refineries
3 STEEL WORK / TMT BARS IS Marked TMT bars of various grades from
the steel manufacturers or their authorized
dealers:

3.1 STRUCTURAL STEEL IS Marked structural steel of various grades


from the steel manufacturers or their
authorized dealers:
4 BRICK WORKS
4.1 AAC BLOCKS XTRALITE FROM ULTRATECH, AEROCON
FROM HIL, SIPOREX INDIA LIMITED,

4.2 EPOXY MORTAR FOSROC, SIKA, BASF, Ultratech, ARDEX


ENDURA
5.1 FRP DOOR FRAME POLYLINE, DUROPLAST, CACTUS, MEENA

5.2 FRP DOOR SHUTTERS POLYLINE, DUROPLAST, CACTUS, MEENA

5.3 WOODEN FLUSH DOORS KITPLY, CENTURY, GREENPLY, ARCHID


PLY, KUTTY

5.3 WATER PROOF PLY DURO, KITPLY, CENTURY, ARCHID PLY,


GREENPLY
5.4 COMMERCIAL PLY. DURO, KITPLY, CENTURY, ARCHID PLY,
GREENPLY

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
196

Sl No Materials Approved Make


5.5 LAMINATE FORMICA, DECOLAM, MERINO, ROYAL
TOUCH, GREENLAM
5.6 HIGH PRESSURE LAMINATES MERINO, GREENLAM, DECOLAM,
CENTURY, ROYAL TOUCHE
5.6 PRELAMINATED PARTICLE BOARD NOVOPAN, KITLAM, ARCHID PLY,
CENTURY
5.7 NATURAL WOOD VENEER ARCHID, ANCHOR, DURAIN, KITPLY,
NATIONAL ACTION TESA
5.8 POLYSTER POWDER COATED SHADES NEROLAC, BERGER, AKZONOBEL

6.6 GYPSUM BOARD SAINT GOBAIN, LAFARGE, BORAL BOARD,


ARMSTRONG
6.7 FALSE CEILING CALCIUM SILICATE ARMSTRONG, AEROLITE

ASIAN PAINTS, MALAMYNE GOLD WUDFIN


6.7 MELAMINE POLISH OF PIDILITE INDUSTRIES TIMBERTONE OF
ICI DULUX
6.8. DOOR HARDWARE DORMA, HAFELE, KICH, OZONE, DORSET,
BACKERS FS
6.9. HYDRAULIC DOOR CLOSERS / FLOOR DORMA, KICH, GODREJ, HARDWYN,
SPRINGS DORSET
6.10. LOCKS / LATCHES GODREJ, HARRISON, LINK, DORSET

6.11. FIRE CHECK DOOR MPP SCHODDERS, SHAKTI, NAVAIR,


KENWOOD
6.12. SMOKE SEAL STRIP IMPROTED PROMAT / ASTRO FLAME

6.13. FIRE RATED HARDWARE DORMA, INGERSOL RAND, GEZE, DORSET


BACKERS FS
STAINLESS STEEL SCREWS FOR
6.15. FABRICATION AND FIXING OF KUNDAN/PUJA/ATUL
WINDOWS.
6.16. BUTT HINGES HAFFLE , DORMA, DORSET

6.17. PIANO HINGES JOLLY, GARG, AMIT,JYOTI

6.18. NUTS BOLTS/ SCREWS KUNDAN, PUJA, ATUL, IT, BOLT MASTER

6.20. ACOUSTIC INSULATION U.P. TWIGA LTD, LLOYD INSULATION,


SAINT GOBAIN,
6.21. GLASS/ REFLECTIVE GLASS MODI FLOAT, SAINT GOBAIN, ASAHI,
GLAVERBEL

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
197

Sl No Materials Approved Make


6.22 UPVC WINDOWS FENESTA, REHAU, MADHU INDUSTRIES
ENCRAFT POLY WOOD, WINTECH

6.24. Source for tempering Refl.Glass / Clear FUSO, Saint Gobain, Gurind, Impact Safety

6.25. FIRE RATED GLASS PYOSWISS OF SAINT GOBAIN, PYRAN OF


SCHOTT, PILKINGTON
7 FLOORING

7.1 VITRIFIED TILES KAJARIA, JOHNSON, DECOLITE, SOMANY,


RAK CERAMICS, NITCO, ORIENT BELL

7.2 GLAZED CERAMIC TILES JOHNSON, SOMANY, KAJARIA, NITCO,


ORIENT BELL

7.5. FALSE FLOOR HEWETSON, UNIFLOOR, UNITILE, KEBAO,


PINNACLE
7.6 ENGINEERED WOOD FLOORING ARMSTRONG, WERNEL, PERGO

7.8 CEMENT CONCRETE PARKING TILES NITCO, NTC, HINDUSTAN, PODDAR


EUROCON, DAZZLE ULTRA.
NITCO-(ROCKARD), BHARAT- (NILSAN)
7.9 INTERLOCKING CONCRETE BLOCKS REGENCY
7.10 CLAY TILES ON ROOF KENJAI, JOHNSON, COMMON WEALTH TRUST
(IND) LTD
7.11 TILE ADHESIVE CICO, PIDILITE, PERROUS, FOSROC, SIKA,
ARDEX ENDURA
7.12 CHEQUERED TERRAZO TILES NITCO, BHARAT, PODDAR

7.13 Synthetic Carpet Tiles TOLI, Hollitex, Standard Carpets

8 Finishing

8.1 Paint/primer/oil bound distemper Acrylic Asian Paints, ICI Dulux, Nerolac, Berger
paint
8.2 Water proof cement paint Snowcem India Ltd, Asian Paints, ICI Dulux

8.3 Synthetic enamel paint Berger, Nerolac, Asian, ICI Dulux

8.4 Acrylic textured plaster Asian Paints, Spectrum paints, Heritage.

8.5 Fire Retardant paint Jotun, Hilti, Akzonobel

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
198

Sl No Materials Approved Make


8.6 Mirror Glass Modi Guard, Saint Gobain, Asahi, Atul,
GOLDENFISH
8.7 Anti Corrosive Bitumastic Paint Asian / Berger / Shalimar

8.8 Epoxy Paint BERGER PAINTS, ASIAN PAINTS, MRF


,ARDEX ENDURA
8.9 Epoxy Coating BASF , Forsoc , Laticrete, ARDEX ENDURA

8.10. STRUCTURAL SILICON/ WEATHER SILICON DOW CORNING / WACKER / GE

9 Aluminium Work

9.1 Aluminium Systems / Anodized aluminum HARDIMA,EVERITE,SIGMA (ISI MARKED)


fittings for doors / windows / windows Jyothi
9.2 Stainless steel Fittings DORSET, GODREJ, DORMA

9.3 Aluminium Sections JINDAL, HINDALCO, INDALCO

9.4 Friction stay hinges Earl-Bihari

9.5 E.P.D.M. Gaskets Anand / Roop / Bohra / Hanu / Amee Rubber

10 Water Proofing

10.1 Water proofing compound TAPCRETE, CICO, ACCOPROOF,


IMPERMO, FOSROC Pidilite, ARDEX
ENDURA
BASF, STP limited, Texsa, WR Grace,
10.2 Membrane Waterproofing system Pidilite, Hydro tech ltd. ADREX ENDURA
POLYMER BASED CONTENTIOUS BASF, MC-Bauchemie, Sika, Sunanda
WATER PROOF COATINGS Specialty Coatings, Perma Construction Aid
10.3 Pvt. Ltd. Forsoloc, Pidilite ,ARDEX ENDURA
10.4 Water stops Hydrotite, BASF, Hydroswell ,ARDEX
ENDURA
Rex Polyextrusion Ltd, Akash Enterprises,
11.1 PVC Perforated Pipes Zenplas Pipes Pvt. Ltd
11.2 MS PIPES TATA, JINDAL

12 Miscellaneous

Pidilite, Chemetall-Raj, Fosroc, choksey


12.1 Polysulphide sealant chemicals,Tuff seal

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
199

Sl No Materials Approved Make


12.2 Bitumen Impregnated Board Shalitex or equivalent

12.3 Polyethylene backer rod Supreme Ind. Ltd. Or equivalent

False Ceiling Members(Perimeter, ceiling Armstrong, Gyp. Steel of India Gypsum


12.4 section, intermediates, angles etc.) Ltd (Saint Gobain)
12.5 Welding rod ADVANI, Esab

12.6 Metal Deck sheet TATA, SAIL

12.7 Shear Stud / Connector KOCO or equivalent

12.8 Clamp. Rebar, Chemical fastener Hilti, Fischer, Wurth, AXEL


12.9 Anchor Fasteners / bolts HILTI, FISHER, CANON, BOSCH, AXEL

12.10 Masking Tapes 3M, Sun Control, Wonder Polymer

12.11 Dash Fasteners HILTI, FISHER, CANON, BOSCH, AXEL

12.12 Stainless Steel Bolts, Washers and Nuts Kundan / Puja / Atul , Hilti

12.13 Stainless Steel Pressure Plate Screws Kundan / Puja / Atul

12.14 Stainless Steel Friction Stay hinges Hetich , Haffle , Securistyle , Earl Bihari,
ROTO
12.15 GRC Jali Terrafirma , Ecovision & Mahesh GRC

12.16 Stainless Steel Salem , Jindal , SAIL

Danpalon , Alcox , Polygal , V.A.


12.17 Polycarbonate Sheet Corporation, ALFA, GE

12.18 PT Strands DP Wires , Tata , Usha Martin

12.19 Adhesive Dunlop, Vamorganic, Sika, Forsoloc, Pidlite,


ARDEX ENDURA
12.20 Grouts Balendura, Lativete, Kerakoll, Weber,
ARDEX ENDURA
12.21 Solar studs / Median markers 3M, Avery Dennision, Nikkalite

Polycarbonate Convex Mirrors,


12.22 Rubberised road hump Unique safety solutions

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
200

Sl No Materials Approved Make


12.23 Air transfer grills Cool grills Pune, Systemair India

13 Public Health Engg.

13.1 Vitreous WC / wash basin PARRYWARE, HINDWARE, CERA,


JAQUAR
13.2 GULLYTRAPS PERFECT, PARRY

13.3 STAINLESS STEEL SINKS NILKANTH, AMC, COBRA, NIRALI, DIAMOND

13.4 C. P. BRASS FITTINGS JAQUAR, PARKO, MARC, HINDWARE,


PARRYWARE,KINGSTON
13.5 GI Pipes TATA, JINDAL, HISSAR

13.6 GI pipe fittings Zoloto, Unik, HB, ICS

LAKSHMI SOOD & SOOD, JAIN & CO.,


13.7 RCC Pipes
13.8 Spun cast iron covers & gratings NECO, SKF/ BENGAL IRON
CORPORATION
13.9 Spun cast Iron pipes NECO, SKF/ BENGAL IRON
CORPORATION
13.10 Spun cast Iron fittings NECO, SKF/ BENGAL IRON ORPORATION

13.11 SWR PVC pipes and fittings Supreme, Finolex, Prince.

13.12 CPVC pipe and fittings Supreme, Ashrivad, Finolex, Prince,


Flowgard,
13.13 UPVC pipes Supreme, prince, Finolex

13.14 Water supply valves Zoloto, Leader , ARCO

Nirali or Hindware , Johnson , Franki


13.15 Stainless steel Kitchen sinks Diamond, Silver
13.16 CI Manhole cover Neco , BIC
Shine
13.17. SFRC Cover and grating Kutty , KK , Advent , Newtech

13.18 Air release valves Kirloskar, RBM, Kartar

13.19 CI double flange sluice valve Kirloskar , RBM , Kartar

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
201

Sl No Materials Approved Make


13.20 Plastic Encapsulated Foot Rest KK India , KGM , Accurate Buildcon

13.21 Gun Metal valves Zolto , leader , sant , Andco India

13.22 CI Double flanged sluice valves Kirloskar , IVS , BURN , Zoloto , Leader

13.23 CI Double flanged Non-return valves Kirloskar, Fluidteh, Zoloto

13.24 Thermal insulation treatment Pidilite, BASF

13.25 Glass mosaic tiles Italia, Palladio, Bisazza

13.26 Sandwich PU panelled roofing sheets Lloyd Insulation (India) Ltd., Zindal Mectec
Pvt Ltd.
13.27 Spray applied Ready made plaster Buildon, Ultrtech

NOTE: Equivalent material and finishes of any other specialized make may be used , in
case it is established that the brands specified above are not available in the
market but only after approval of the alternate brand by the Chief Engineer
CPWD, Bangalore

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL AE/P EE/P
202
202
202
LIST OF ARCHITECTURAL DRAWINGS

The soft copy of the following Architectural drawings shall be uploaded by the Executive
Engineer, BCDII, CPWD, Bangalore in the website during uploading of tender document:

For 320 Men Barracks


1. SA(BLR) /320/54/R1 - GF Plan
2. SA(BLR) /320/55/R1 - FF floor Plan
3. SA(BLR) /320/56/R1 - Second & Third floor plan
4. SA(BLR) /320/122 - Front elevation & Section xx

Admin. Block
1. SA(BLR) /320/140 - Ground & First floor plan and Section AA

Go‟s Mess
1. SA(BLR) /320/128/R2 - Ground Floor Plan
2. SA(BLR) /320/139/R1 - Terrace floor Plan, Front Left side
& Right elevation.

Quarter Guard
1. SA(BLR) /320/131/R1 - Ground Floor Plan & Section
2. SA(BLR) /320/132/R1 - Terrace floor plan and Elevation
3. SA(BLR) /320/142 - Part Layout plan

Type - III
2. SA(BLR)/320/144 - Ground & Typical floor plan, Elevation and
Section.

Type - IV
1. SA(BLR)/320/143 - Ground & Typical floor plan. Elevation &
Section AA

Type - V
1. SA(BLR)/320/145 - GF Plan and All side elevation Section AA &
BB

LOP
1. SA(SZ)III/KA/320/113/R4 - Layout plan
203
203
203

EXTRACT OF

SOIL INVESTIGATION REPORT

(Page No. to )
204
204
Pruthvi 204
Geotechnical Consultants
Admin Off: #27,6th A Main, Dr RadhaKridshna Rd, Canara Bank layout, Vidyaranyapuram (P)
Regd Off :#20 A, PM Enclave Near Mother Dairy, Yelahanka New Town , Bangalore -64
Bangalore : #20 A, PM Enclave Near Mother Dairy, Yelahanka New Town , Bangalore -560064
Mysore: MIG 2, New Kantha Raja Aras Rd, Kuvempu Nagar, Mysore – 560023
Hubli: Behind Church Road, MIG286, Navanagar Post, Hubli Taluk, Dharwad District-580025
Member: ACCE, Bangalore, IGS, Bangalore

PRELIMINARY REPORT ON SOIL INVESTIGATIONS FOR PROPOSED BUILDINGS


FOR RESIDENTIAL AND NON RESIDENTIAL BUILDINGS FOR CISF 10th RES Bn AT
LAKKUR VILLAGE, BANGALORE RURAL DISTRICT.

1. INTRODUCTION:

a. The Authorities of CPWD Div-II proposed to construct a Buildings for Residential and Non
Residential for CISF 10th Res Bn at Lakkur Village, Bangalore Rural District.
b. Prior to the design of foundations of the proposed Structure, it is necessary to have adequate
knowledge of the subsoil stratigraphy at site. To determine the relevant soil Parameters, a soil
investigation programme comprising of field investigations and Laboratory tests was carried
out. This report presents the results of these investigations and Includes recommendations for
design of foundations of the Proposed Structure.

2. OBJECT & SCOPE OF WORK:


a. The object of the soil investigation programme is to gain sufficient data regarding the physical
and engineering properties of the subsoil, required for evaluating the allowable bearing
pressure on the foundations.
b. The scope of work included the following:
i. Sinking 10No’s of bore holes to 6.00m depth, or refusal strata, whichever is encountered
earlier.
ii. Conducting field investigations and relevant laboratory tests, on soil samples collected from
the boreholes, observing the water table, if encountered.
iii. Preparing a detailed report, giving recommendations for design of foundations.

3. PROJECT DETAILS
a. The Site:
The site for the proposed Buildings is located at Lakkur Village, Bangalore Rural District. The
site is undulating and also site is having a steep slope. The level difference in the site for each building
is about 6.0m to 10.0m within the proposed Building site. There are lot Boulders are located in the
site.

b. The Structures:
The details of the proposed Buildings are given below:

Sl No Name of the Building No of Floors


1 2 No’s 320 Men Barrack G+3
2 Administration Building G+1
3 Quarter Guard Ground Floor
4 GO’s Mess Ground Floor
205
4. FIELD INVESTIGATIONS: 205
1. Drilling: 205
10 no’s of bore holes were sunk to study the subsoil conditions at the site. The bore holes have been
designated as BH-1 to BH-10 in this report. The bore holes were progressed with hand operated auger.
The scope of the work envisaged 10 No’s of Boreholes down to 6M depth. However refusal strata was
encountered less than 6m depth in all the Bore holes at which level, the bore holes were terminated as
per the scope of work. The refusal strata of each Bore hole is mentioned in the below table:
Sl
No
Bore Hole No Reduced Level (RL)
Of the Bore Hole (m)
Refusal strata of Each Bore hole (m)
Reduced Level(m) Depth below Ground Level (m)
1 BH-1 107.5 104.9 2.10
2 BH-2 106 104.2 1.80
3 BH-3 116 114.2 1.80
4 BH-4 112.5 110.4 2.10
5 BH-5 127 125.2 1.80
6 BH-6 125 123.0 2.00
7 BH-7 125.5 122.8 2.20
8 BH-8 121 118.9 2.10
9 BH-9 125 122.6 2.40
10 BH-10 126 124.7 1.70
Note: 1. At the level of Refusal, further boring by hand auger was not possible.
2. The RL of the boreholes and the location of the bore holes given by client.
i. Standard Penetration Tests were conducted at various depths of the bore holes to determine N-
values, and
thereby, evaluate relative density/stiffness of the subsoil.
ii. Sampling
Disturbed and undisturbed soil samples were collected from various depths of the bore holes, for
conducting
relevant laboratory tests. Undisturbed soil samples were collected with 50mm dia thin walled shellby
tubes.
The disturbed soil samples were collected in polythene bags and labeled.
iii. Site Plan
The Site Plan and location of Bore Holes are given in Sheet no.1.
5. LABORATORY INVESTIGATIONS
a. The object of the laboratory tests is to determine various soil parameters pertaining to the design of
foundations.
b. The following laboratory tests were conducted:

1. Grain size analysis


2. Consistency limits
3. Natural density & Natural moisture content
4. Tri-axial shear tests
5. Free Swell index Test
All the laboratory tests were conducted as per B.I.S. Specifications.
6. RESULTS & DISCUSSIONS:
Presentation of Results:
The results of field investigations and laboratory tests are presented in table nos.1 to 10.These tables
include
the results of grain size analysis, consistency limits, natural density and natural moisture content, and
tri-axial
shear tests. The N-values and soil description at various depths, are also given in these tables. Based
on these
results, a soil profile for each bore hole has been compiled and is presented in sheet no.2.The grain
size analysis
curves are given in sheet no.3. A discussion on these test results, is given in the following sections
206
7. SOIL PROFILE 206
10No’s of bore holes were sunk to study the subsoil
206 conditions at the site. The borehole investigation
indicate
the presence of top surface layer of Reddish Brown to Yellowish brown with Red Gravelly Clayey
Silty Sand.
These strata are further Underlying by Yellowish Brown with White to Greyish Yellow Silty Sand
with clay.
These strata extend down to depth about 1.5 m below ground level. Below this level, the subsoil
encountered
is Yellowish White to Whitish grey silty sand with clay. These lower silty sand strata, which are
highly Di-
Integrated Rock in deposit which extend down to the termination depth of the bore holes. The
termination
depth of each Bore Hole and Their RL is given below:
Sl
No
Bore Hole No Reduced Level (RL)
Of the Bore Hole (m)
Termination Depth of Each Bore hole (m)
Reduced Level(m) Depth below Ground Level (m)
1 BH-1 107.5 104.9 2.10
2 BH-2 106 104.2 1.80
3 BH-3 116 114.2 1.80
4 BH-4 112.5 110.4 2.10
5 BH-5 127 125.2 1.80
6 BH-6 125 123.0 2.00
7 BH-7 125.5 122.8 2.20
8 BH-8 121 118.9 2.10
9 BH-9 125 122.6 2.40
10 BH-10 126 124.7 1.70
Note: At Refusal strata, further boring by hand auger was not possible and the subsoil
encountered at
that level was very dense in nature.
8. N- VALUES:
Standard Penetration Tests were conducted at various depths of each bore hole. Overburden correction
has
been applied for the observed N-values as per I.S.2131
The N-values (32-64) indicate that the subsoil encountered at the site is dense to very dense.
9. WATER TABLE: The water table was not encountered in the bore holes at the time of
investigations. The
observation carried out in the month of May-2019
10. CONCLUSIONS:
1. Type of Foundations:
i. The type of foundations for any structure, depends upon the subsoil conditions, as well as, the
loading
intensity on each column.
ii. The subsoil encountered at average founding levels is generally dense to Very dense. Hence, the
load of the
superstructure can be adequately supported on shallow foundations. The shallow foundations may be
isolated
or combined footings/Raft foundations depending upon the column loads, their spacing and
configuration.
2. Depth of Foundations:
The depth at which the foundations of the proposed buildings should be laid, will be governed by the
following
criteria:
a. Foundation should be below top weak zone or filled-up soil, which is generally filled with root
holes and
207
other cavities. 207
b. Depth of top weak zone /filled-up soil. 207
c. Securing of adequate bearing capacity.
d. Requirement of structure.
As refusal strata was encountered at very shallow depth ranging from1.70M to 2.40M. Hence, it
is
recommended that all the foundations were taken down minimum specified depth of 1.5m
ground level
or refusal strata whichever encountered earlier.
11. ALLOWABLE BEARING PRESSURE
Taking into consideration the data of the bore holes, the allowable bearing pressure on foundations has
been
evaluated based on the following criteria:
a. Shear failure criterion
b. Settlement criterion
From N-values
From elastic modulus determined from tri-axial shear test
Note:
i. The water table was not encountered in the bore holes. However as a measure of Abundant
precaution the
Water Table Reduction Factor 0.75 for water table has been applied, while calculating safe bearing
capacity
based on shear failure criterion. For calculation of Overburden Pressure, Bulk Density has been
considered.
iii. Due to variation of Refusal strata for calculations based on settlement criterion, the permissible
total
settlement has been taken as 25mm.
The Refusal strata encountered in all the Bore Holes depth ranging from 1.70m to 2.40m below
ground
level.
Based on the above criteria that all the foundations of the proposed Building may be resting on
refusal
strata or close to it. Hence the allowable Bearing pressure 2.5 Kg/cm2 can be adopted for the
design of
the foundations for the proposed buildings.
If all the foundations are resting on refusal strata an Allowable Bearing pressure of 3.0 Kg/cm2
can be
adopted for design of Foundations of the Proposed Buildings.
Note:
1) While adopting High Allowable Bearing Pressure, Adequate Care should be taken in order to
ensure
that all the foundations are resting on Refusal strata.
2) Refusal strata can be defined as when further Excavation is not possible by manual means of
pickaxe
or Crowbar/ by mechanical means.
12. PRECAUTIONS
1. Loose pockets of soil /disintegrated Rock wherever encountered, should be completely removed
and
backfilled with well compacted earth/lean Concrete. A layer of 40-50mm size jelly should be laid and
rammed into the Backfilled earth. A leveling course of lean concrete can then be laid over the jelly
and
Construction of foundations can be taken up subsequently.
2. Refusal Strata encountered in Bore Holes depths ranging from 1.70m to 2.40m depth below Ground
level.
Hence hard disintegrated Rock/Hard Rock may be encountered during the time of excavation for
Foundations. This should be taken down to the account while planning the excavation for foundations
of the
proposed Buildings.
208
13. LIMITATIONS 208
The recommendations given in the report are based 208on the results of borehole Investigations at 10
locations. In
case there is any substantial variation in the substrata Conditions, from those encountered at the bore
hole
locations during the time of Excavation for Foundations it should be bring it to Consultant notice and
any
additional investigations may be carried out, if necessary.

For M/s Pruthvi Geotechnical Consultants


M.S.MURALIDHAR
Managing Director
209
209
209

GOVERNMENT OF INDIA

CENTRAL PUBLIC WORKS DEPARTMENT

NOTICE INVITING TENDER

Name of the Work: C/o Infrastructure (Non-residential & residential building) for
CISF 10th Reserve Battalion, at Lakkur village, Bangalore in EPC mode (Design and
Build basis). SH : C/o Administrative Building, quarter guard, Ty-III,-16 Nos., Ty- IV- 6
Nos., Ty- V- 2 Nos., 2 Nos. 320 Men barracks and GOs‟ Mess i/c internal electrical
installations, water supply and sanitary installations.
.

PART C

FOR E & M WORKS


210
210
210
PROFORMA OF SCHEDULES CPWD

PROFORMA OF SCHEDULES (ELECTRICAL WORKS)


(Separate Performa for Civil, Electrical & Horticultural Works in case of Composite
Tenders)
(Operative Schedules to be supplied separately to each intending tenderer)

SCHEDULE „A‟
Schedule of quantities: Page 248 to 257 of NIT
SCHEDULE 'B'
Schedule of materials to be issued to the contractor:

RATES IN FIGURES &


WORDS AT WHICH THE
SR. DESCRIPTION PLACE OF
QUANTITY MATERIAL WILL BE
NO. OF ITEM ISSUE
CHARGED TO BE
CONTRACTOR
1 2 3 4 5

NIL

SCHEDULE 'C'
Tools and plants to be hired to the contractor: -
Hire charges per
Sr. No. Description Place of issue
day
1 2 3 4

NIL

SCHEDULE „D‟
Extra schedule for specific requirements : Page.258 to 262
/ document for the work, if any
SCHEDULE „E‟
Reference to General Conditions of : G.C.C. – 2014, Corrected as per CON
contract Circular up to last date of submission of
bid.

NAME OF WORK:

C/o Infrastructure (Non-residential & residential building) for CISF 10th Reserve Battalion, at
Lakkur village, Bangalore in EPC mode (Design and Build basis).
SH : C/o Administrative Building, quarter guard, Ty-III,-16 Nos., Ty- IV- 6 Nos., Ty- V- 2 Nos.,
2 Nos. 320 Men barracks and GOs‟ Mess i/c internal electrical installations, water supply and
sanitary installations.

Estimated cost of work (Elect.) : 4,53,49,369/-


(i) Earnest Money : As per part „A‟ of NIT
(ii) Performance Guarantee : As per part „A‟ of NIT
(iii) Security Deposit : As per part „A‟ of NIT
211
211
SCHEDULE „F‟ 211
GENERAL RULES & DIRECTIONS

(i) Officer inviting tender : Executive Engineer, Bangalore Central


Division II, CPWD, Bangalore

DEFINITIONS: -

2(i) Engineer -in- Charge : Executive Engineer ( Elect), BCED-II,


C.P.W.D., Bangalore (for E&M works).
Or successor thereof

2(ii) Accepting Authority : As per part „A‟ of NIT

2(iii) Percentage on cost of materials and : As per part „A‟ of NIT


Labour to cover all overheads and
profits

2(iv) Department : As per part „A‟ of NIT

2(v) Standard CPWD Contract Form : As per part „A‟ of NIT

Clause 1
(i) Time allowed for submission of : As per part „A‟ of NIT
Performance Guarantee from the date
of issue of letter of acceptance

(ii) Maximum allowable extension with late : As per part „A‟ of NIT
fee at 0.1% / day of PG amount beyond
the period provided in (i) above.

Clause 2
Authority for fixing compensation under : As per part „A‟ of NIT
Clause- 2

Clause 2A
Whether Clause 2A shall be applicable : As per part „A‟ of NIT

Clause 5
Number of days from the date of issue of : As per part „A‟ of NIT
letter of acceptance for reckoning date of
start

Mile Stone Table (Electrical):

Time allowed for execution of work – As per Part A of NIT


Period for Amount to be with
Sr. Description of Milestone (Physical Completion held In case of
No. Progress) from date of non achievement
start in months of mile stone
1. As per Part-A of NIT
2.
3.
4.
5.
212
212
Time allowed for execution of work : As per part-A
212
Authority to decide:

(i) Extension of time : As per part „A‟ of NIT

(ii) Rescheduling of mile-stones : As per part „A‟ of NIT

(iii) Shifting of date of start in case of : As per part „A‟ of NIT


delay in handing over the site.

Clause 6, 6A

Clause applicable - (6 or 6A) : 6A

Clause 7
Gross work to be done together with net : As per Schedule of Stage Payment.
payment /adjustment of advances for
material collected, if any, since the last such
payment for being eligible to interim
payment.

Clause 7 A :
Whether Clause 7 A shall be applicable – No Running Account Bill shall be paid for
the work till the applicable labour licences,
registration of EPFO, ESIC and BOCW
Welfare Board, whatever applicable are
submitted by the contractor to the
Engineer-in- Charge (As per DG/MAN 320
Dt. 04.06.2015)
Clause 10A

List of testing equipment to be provided : Lux meter, Earth Tester, TDS meter
By the contractor at site lab Tong Tester, Thermometer, Conduit Bending
Machine, Vernier calliper, Megger,

12.5:
(i) Deviation Limit beyond which : As per part „A‟ of NIT

Clause - 12.2 & 12.3 shall


apply for Foundation Work.
(Except Earth Work).
(ii) Deviation Limit for items in earth : As per part „A‟ of NIT
work subhead of DSR or related items.

Clause 16

Competent Authority for deciding reduced : Chief Engineer (Bengaluru),


rates. C.P.W.D., Bangalore.
Or successor thereof
213
213
213
Clause 18

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

-----As per the requirements of work-------

Clause 25

Constitution of Dispute Redressal


Competent Authority to appoint DRC
Committee (DRC)
DRC shall constitute one Chairman and two As per part „A‟ of NIT
members.

Clause 36 (i)
Requirement of Technical Representative(s) and recovery rate for E&M works:

: As per part „A‟ of NIT


214
214
Brief scope of Electrical Works:
214

1 IEI &Fans i/c power wiring & plugs, There are different buildings such as Admin building,
lightning conductor, rising main, Quarter Guard, GO‟s Mess, 320 Men‟s Barrack and
Telephone /computer/ TV outlets, Quarters. The work is to be carried out in the following
external lighting, Split AC, R O water manner:
purifier, UPS work etc
Part-(i) - For Administrative building and Quarter Guard
complete with staircase, connected corridors, common
toilets the scope includes Planning, Design & preparation
of Drawings for E&M services, obtaining approvals from
the department, supply, Installation, testing and
commissioning of (i) Internal Electrical Installations,
Power wiring, telephone, intercom / TV and computer
conduiting, LED light Fittings, call bell, Exhaust fans,
Ceiling fans, Switch boards, MCBDBs, Essential and non-
essential panel boards, distribution feeder pillars, lightning
conductors, earthings, Street lights with 3 m poles etc.
Part–(ii) – For quarters and barracks, complete with
staircase, connected corridors the scope includes
Planning, Design & preparation of Drawings for E&M
services, obtaining approvals from the department,
supply, Installation, testing and commissioning of (i)
Internal Electrical Installations, Power wiring, telephone,
TV and computer conduiting, LED Fittings, call bell,
Exhaust fans, Ceiling fans, Switch boards, MCBDBs.
earthings, floor mounted meter board for each block at
ground floor, Panel boards, distribution feeder pillars,
street lights with 3 m poles etc.
Part-(iii) - For GO‟s mess complete with staircase,
connected corridors, common toilets the scope includes
Planning, Design & preparation of Drawings for E&M
services, obtaining approvals from the department,
supply, Installation, testing and commissioning of (i)
Internal Electrical Installations, Power wiring, telephone,
intercom / TV and computer conduiting, LED light Fittings,
call bell, Exhaust fans, Ceiling fans, Switch boards,
MCBDBs, Essential and non-essential panel boards,
distribution feeder pillars, lightning conductors, earthings,
Street lights with 3 m poles etc.
215
215
215
2 Fire Fighting System (Down comer Planning, Design & preparation of Drawings for E & M
system) services, obtaining approvals from the department,
Supply, installation, testing and commissioning of Fire
Fighting system (Wet riser, sprinkler or down comer
system) as per the requirement of NBC 2016 with
amendments, updated BIS codes, Fire bye-laws of Govt.
of Karnataka State and CPWD specifications for all
buildings as described in the details of specifications.
After completion of work getting fire clearance from the
local bodies, Chief Fire Officer etc as required.
NOTE:
(a) For admin & communication block which is (G+1)
floors, minimum 1 No. Down comer system is to be
provided.
(b) For 320 Men Barrack which is (G+3) floors, minimum
2 No. Down comer system is to be provided for each
block. For all the floors, down comer system should cover
the area of all dormitories, Coy Havildar room, corridor
and entrance.
For fire fighting water requirement, suitable capacity water
storage tanks may be provided at terrace as per NBC -
2016.
Fire extinguishers to be provided in the buildings as
mentioned in the inventory
3 Manual Fire Alarm System Planning, Design & preparation of Drawings for E & M
services, obtaining approvals from the department,
Supply, installation, testing and commissioning of Manual
/ automatic fire alarm system as per the requirement of
NBC 2016 with amendments, updated BIS codes, Fire
bye-laws of Govt. of Karnataka State and CPWD
specifications for all buildings as described in the detailed
specifications.
NOTE:
(a) For all the floors of Admin and communication building
(G+1) complete with lobby, staircase, corridors
Manual Fire Alarm system is to be provided.
(b) For all the floors of 2 Nos. 320 Men‟s Barrack (G+3)
Manual Fire Alarm System is to be provided

4 Air Conditioning For GO‟s mess building and Admin block building the
scope includes obtaining approvals from the department,
supply, Installation, testing and commissioning of Split
type AC for office areas in admin block and rooms,
Lounge and dining area in GO‟s mess, as per CPWD
specifications as amended up to date as described in the
details of specifications of this sub head as per inventory.
216
216
216
5 RO water purifier / Plant The scope includes obtaining approvals from the
department, supply, Installation, testing and
commissioning of R O water purifier / plant and storage
water cooler for Admn building, Barracks and GO‟s mess
buildings as per CPWD specifications as amended up to
date.

6 UPS The scope includes obtaining approvals from the


department, supply, Installation, testing and
commissioning of UPS for administrative building as per
CPWD specifications as amended up to date
7 Solar water heating system (2 x Planning, Design & preparation of Drawings for E & M
1000LPD and 1 x 300LPD) services, obtaining approvals from the department,
Supply, installation, testing and commissioning of Solar
Water Heating system with heat exchanger type-1 for 2
No. 320 Men‟s Barrack (1 No. 1000LPD for each block)
and Go‟s Mess – 1 No x300LPD) as described in the
details of specifications
8 Grid interactive Roof top Solar photo Planning, Design & preparation of Drawings for E & M
voltaic power generation System -10 services, obtaining approvals from the department,
KWP Supply, installation, testing and commissioning of Grid
interactive Roof top Solar photo voltaic power generation
system as described in the details of specifications on the
terrace of Admin block. (Total minimum capacity: 10
KWp)
9 Audio / Video Conferencing System The scope includes planning, designing, preparation of
and Access Control System drawings, obtaining approvals from the Department,
supply, installation, testing and commissioning of the
systems in Admn block as per specifications and details
as per inventory.
217
217
217
Note:

All works have to be executed as per specifications provided in the bid document, CPWD
Specifications, National Building Code 2016 (in case of difference, if any, stringent / higher
specification of the two shall be followed) and ECBC 2017 Code. In absence of CPWD
Specification, IS Codes, National Building Code 2016 or sound engineering practices shall be
adopted as per order of precedence defined in the contract.

The scope of works & specification are given in general but they are not exhaustive i.e.
does not mention all the incidental works required to be carried out for complete execution of the
item of work. The work shall be carried out, all in accordance with true intent and meaning of the
specifications and the drawings taken together, regardless of whether the same may or may not
be particularly shown on the drawings and/ or described in the specifications, provided that the
same can be reasonably inferred there from. There may be several incidental works, which are
not mentioned in the contract document/specifications but will be necessary to complete the item
in all respect. All these incidental works/ costs which are not mentioned, but are necessary to
complete the work shall be deemed to have been included in the overall amount quoted by the
contractor for various components of work. No adjustment of rates shall be made for any
variation in quantum of incidental works due to variation/change in actual working drawings. Also
, no adjustment of rates shall be made due to any change in incidental works or any other
deviation in such element of work (which is incidental to the items of work and are necessary to
complete such items in all respects ) on account of the directions of Engineer-in-charge . Nothing
extra shall be payable on this account.

In case, some items are missing in the scope of work or specifications in the bidding
documents the same shall be taken from the specification mentioned in similar type of items
mentioned for similar type of buildings in the scope of work or shall be executed as given in the
CPWD Specifications, NBC-2016, IS Codes or according to sound engineering practices so as to
make the building including related services fully functional. No claim what so ever may be
entertained at later stage. All cost of providing and making buildings with services , landscape
and horticulture works fully complete in all aspect unless specifically mentioned in the contract
document and making buildings with services fully functional are included in the cost tendered for
this work.

All the equipments/ components for sub-station, DG sets, Solar water heaters, Solar roof
Top Power generation plants, water supply pump sets ,Fire alarm system etc. shall be
compatible with BMS. Nothing extra shall be paid on this account.

Brief Description of activities:-

The work shall be executed on Turnkey (Design & Build) basis involving getting all local
body clearances, structural design & drawings, constructions & commissioning of buildings &
services and obtaining completion certificate in accordance with layout plan and architectural /
structural drawings. The tentative layout plan and preliminary architectural drawings shall be
provided by the department. The work is to be executed according to those drawings. Scope of
work contained in the paras mentioned below is only indicative and not exhaustive.

The Works shall include all Civil, Electrical, Mechanical, all Safety Aspects and any other
Works required for the Construction and Completion of the Works in all respects and to the
Satisfaction of the Engineer – in – charge.
218
Local Body Approval:- 218
218
Agency will get the scheme approved from the local bodies wherever required before
start of the work and if required after completion of the work also. However if modification is
required in any of the architectural drawings by any of the local bodies, the same shall be carried
out by the contractor at his cost.

The contractor shall obtain all mandatory approval and No Objection Certificate / Consent
for Establishment from local body authorities like local Fire department, local town planning
authority, local ground water authority, local electricity supply authority, local pollution control
board, Forest department, Environment clearance, Lift inspectorate, Central Electricity Authority
etc.
The contractor has to prepare all the documents as required and submit directly to the
local statutory bodies. the contractor shall at his own cost collect field samples and carry out all
necessary tests required for submission of necessary applications.

The contractor has to comply and, if necessary, resubmit applications which are required
by the local bodies.

If required the contractor has to appoint at his own cost consultants for obtaining local
body approval.

The statutory payments or fees shall be paid by the department.

Three final copies of the documents prepared shall be submitted to Engineer – in –


charge for record.
All the documents created out of the assignment will become the sole property of the
Department.
The contractor shall obtain completion certificate after completion of the project from
statutory local bodies before handing over.

2.0. General Conditions for Planning & Design

2.1 ELECTRICAL ENGINEERING SERVICES

2.1.1 General

The services to be provided by Agency through / Consultant shall include (Schedule of


Quantities of various items involved in this work, design, drawings, vetting and shop drawings).

Design of electrical installations including all electrical fittings/fixtures, as necessary.


Lightning protection and Earthing system. External Lighting Building / Energy Management
system controlling all essential services. Fire fighting, fire detection and design Solar Hot Water
& Lightning System.

Any other services required but not specifically indicated. Proper coordination with civil
engineering / mechanical engineering features /services. Liasoning with other statutory
agencies like Municipal Authorities, Karnataka state Fire Services, BSNL, BESCOM/KPTCL
etc. for obtaining the pre construction and post construction approvals.

2.1.2 Services

2.1.3 Telephone, Intercom & Communication System

Telephone layout and telephone equipment including conduit and accessories layout for
the telephone system and any protective devices battery back-up required. Design the EPABX
room. conduit layout of cables and terminals inclusive of data transmission cables for system
required.
219
219
219
Intercom layout and intercom equipment including conduit and accessories layout for the
intercom system and any protective devices required.

Prepare the specifications. Check and approve detailed drawings of the suppliers and
manufacturers and integrate with other services and in working drawings.

Check and approve the suppliers‟ / manufacturers' drawings/documents and integrate


with other services and in working drawings.

2.1.4. Lightning Protection and Earthing System

Lightning protection system shall be an advanced integrated lightning protection system.


The work shall include, but not limited to, the following Survey, investigation of ground resistivity
of sub soil at different depth.

Prepare plans showing internal/external earth grid, earth electrodes and lightning
protection with size of conductors and details of each electrical and lightning arrestors along-with
details of earthing pits.
Design of earthing system shall be based on survey, investigation data, load and as per
relevant Indian Standards and Indian Electricity rules.

2.1.5. Solar roof top power plant, Solar water heating system and R.O. System

Planning and installation of Solar roof top power plant for Admn building, solar Heating
System for Go‟s mess building and Barrack building and R.O. System for Admn building,
Barracks and GO‟s mess buildings separately. Prepare specification, detailed drawings of the
suppliers/manufacturers, obtain approval of the Dept.

2.1.6. AV conference system and Access control

Planning and installation of Access control system and AV conference system for
Administrative building. Prepare specification, detailed drawings of the suppliers / manufacturers,
obtain approval of the Dept.

2.1.7. RO water purifier / Plant Storage water coolers with and without inbuilt RO purifier
& UV

Prepare specification, detailed drawings of the suppliers / manufacturers, layout


diagrams, obtain approval of the Dept.

2.1.8. UPS and Batteries

Prepare specification, detailed drawings of the suppliers / manufacturers, layout


diagrams, obtain approval of the Dept.

2.2 MECHANICAL ENGINEERING SERVICES

2.2.1. General
The services to be provided by shall include Fire detection, Fire fighting system and fire
alarm system.
220
220
2.2.2 Fire Detection & Alarm System 220

Design the FDA Control Room layout. Prepare working drawings (Floor wise) indicating
the zones, location of the fire alarm sensors, Response Indicator, Manual call points, Hooters,
their conduits and wiring and location/details of FDA control panels. Vetting of drawings from
local fire authority as requirement.

2.2.3. Fire Fighting System

Design and preparation of working drawings for internal and external fire protection.
The system drawings should clearly show Hydrant pressurization system, fire extinguisher
system, Terrace tanks, Terrace pump etc. in line with the statutory requirements. Size all
equipment required and prepare detailed specifications, Obtain necessary license/permissions
from the statutory/local fire authority /bodies etc. as required. Check and approve detailed
drawings and data sheet of suppliers/ manufacturers and incorporation of modification of any
working /architectural /structural drawings.

2.2.4. Air Conditioning

Design and preparation of working drawings showing location of indoor and outdoor units
of Air Conditioners. Size all equipment required and prepare detailed specifications, Check and
obtain approval of detailed drawings and data sheet of suppliers/ manufacturers and
incorporation of modification of any working /architectural /structural drawings.

3.0 Approval From local Authorities:

3.1 The agency shall take all necessary statutory approval from all local authorities including
municipal authorities, CFO, DGCA, Pollution Control Board, Environmental, AAI
clearances etc. Preparation of all submission drawings (any numbers) / materials and
models as per the required size/scale as required by local bodies.

3.2 The agency shall take all necessary statutory approval of „Completion Plan‟ from all local
authorities including municipal authorities, CFO, DGCA, Pollution Control Board,
Environmental Clearances, NOC of Fire fighting equipments etc for occupation of the
buildings after completion of construction Consultancy works and preparation of all
submission drawings (any numbers)/ materials and models for these approvals.

3.3 All statutory payments required for these approvals from local authorities shall be made by
the CPWD. For saving of time if the payment is required to be made urgently the
contractor/consultant should make the payment and the amount will be reimbursed by the
department after production of voucher & receipts.
221
221
221
ADDITIONAL SPECIFICATIONS, CONDITIONS FOR INTERNAL E.I WORKS

1. The work shall be carried out strictly in accordance with CPWD specification for electrical
works 2013 (Internal) and 1995 (External) and amended up to date and in accordance
with Indian Electricity Rules, 1956, India Electricity Act, 1910, ECBC 2017 as amended
up to date and NBC 2016 as amended up to date and as per instructions of the Engineer-
in-Charge i/c as below and nothing will be paid extra.

2. The contractor has to submit MOU with associated contractor (in case electrical
contractor is associated), engineers name credential email address & mobile no before
start of work.

3. The contractor shall therefore employ an engineer as per NIT provision who will be
constantly in touch with the department and will sign site order book.

4. All the material to be used on this work by the contractor shall be got approved from the
Engineer-in-Charge in advance before installation at the site.

5. The work shall be carried out according to approved drawing/details which shall be
subsequently issued to the successfully qualified bided tenderer for execution, in stages
as per instruction of the Engineer-in-Charge who will have the right to change the layout
as per requirement at site and the contractor shall not have any claim due to change in
layout.

6. All damages done to the building during the execution of electrical work shall be the
responsibility of the contractor and the same will be made good immediately at his own
cost to the satisfaction of the Engineer-in-Charge. In case, the repair is not satisfactory,
the department will get it rectified &any expenditure incurred by the department in this
connection shall be recovered from the contractor and decision of the Engineer-in-charge
about recovery shall be final & binding on the contractor.

7. The bad workmanship will not be accepted and defects shall be rectified at contractor‟s
cost to the satisfaction of the Engineer-in-Charge. The program of electrical works are to
be coordinated in accordance with the building work and considering that the allottees are
senior officers and there may be restrictions in working hours but no claim for idle labour
will entertained in case of occupied quarters.

8. All the debris of the electrical works should be removed and the site should be cleared by
the contractor immediately after the accruing of debris daily. Similarly any rejected
material should be immediately cleared off from the site by the contractor.

9. Cement for this benefited work is to be arranged and used by the contractor himself and
nothing extra will be paid on this account.

10. The contractor or his engineer is bound to sign the site order book as and when required
by the Engineer-in-Charge and to comply with the remarks therein.

11. The size of conduit and wiring shall be got approved from the Engineer-in-Charge before
the execution of work.

12. The contractor shall make his own arrangement at his own cost for Electrical/ General
tools and plants required for the work. In case, proper tools are not available, the
department will purchase the tools for bonafide use of work at the risk & cost of the
contractor.
222
222
222
13. Main board and main distribution board:- The work shall be carried out according to the
drawing/details as approved by the Engineer-in-Charge. The contractor shall have to get
the sample approved before the whole lot is brought to site. The main board, distribution
board shall be properly labelled.

14. No, tax shall be separately paid by the department. The rates tendered should be
inclusive all taxes and duties. Statutory deductions at source shall be made while
releasing payment through running/final bills as applicable. A certificate specifying the
rate and amount of deduction shall however be issued by the department. The entire
installation shall be at the risk and responsibility of the contractor until these are tested
and handed over to the department. The watch & ward is the responsibility of the
contractor till handing over.

15. Notwithstanding the schedule of quantities, all items of interrelated works considered
necessary to make the installation complete and operative are deemed to be included,
shall be provided by the contractor at no extra cost.

16. The connection inter connection, earthing and inter earthing shall be done by the
contractor wherever required and nothing extra shall be paid on this account.

17. Nothing extra shall be paid for inter connections with thimbles/Wires/Tapes strips etc.
used on the work.

18. The contractor has to make his own arrangements for stores and watch and ward and no
extra claim for this will be entertained.

19. The contractor shall make his own arrangements for electrical power supply for the
construction activities. No extra payments for the same will be made.

20. The wiring and conduit route shall be marked by the contractor in the drawing first, and
shall be got approved from the Engineer-in-charge.

21. The rupturing capacity of the MCB‟s shall be 10KA. The MCB‟s shall have ISI mark.

22. The insulated copper wire to be used on this work shall be FRLS type of multi stranded.

23. Make of MCB/MCCB shall be the same as the make of MCB DB.

24. The contractor shall on demand by the Engineer-in-charge, furnish the proof to the
satisfaction of Engineer-in-charge regarding purchase of Wires, Modular switches &
accessories, MCBs MCBDB fan & fixture and accessories and other items, from the
manufactures authorized outlets.

25. All MS conduits accessories shall be of the same make as conduits and shall be ISI
marked. The conduits shall be terminated as switch boxes/metallic junction boxes with
suitable glands/check nuts.

26. Cutting of brick walls shall be done with due care. All repairs and patch works shall be
neatly carried out to match the original finish and to the entire satisfaction of the Engineer
in Charge.

27. All the sub main and circuits wiring includes loose wire for connections inside switch
boxes and MCB DBs. No payment for these loose wires shall be made. However wires
within the cubicle panel will be measured and paid under relevant item of work.
223
223
223
28. To facilitate drawing of wires, 18 SWG GI fish wire shall be provided along with laying of
recessed conduit for which no extra payment shall be made. Conduits laid for other
services, like TV, Telephone etc., where wiring is not done along with IEI work, fish wire
shall be invariably drawn.

29. The connection between incoming switch/isolator and bus bar shall be made with suitable
size of thimble and cable at no extra cost.

30. Copper conductor of insulated cables of size 1.5 Sq.mm and above shall be stranded and
terminals provided with crimped lugs.

31. All hardware items such as screws, thimbles, GI wire etc. which are essentially required
for completing an item as per specification will be deemed to be included in the item even
when the same have not been specifically mentioned.
32. All hardware items such as nuts/bolts/screws/washers etc. to be used in work shall be
zinc/cadmium plated iron.

33. While laying conduit, suitable size junction boxes shall be provided for pulling the wire as
per the decision of the E-in-C.

34. Materials to be used in work are to be ISI marked. The make of the materials have been
indicated in the list of acceptable makes. No other makes will be acceptable. The
materials to be used in the work shall be got approved by the Engineer in Charge/his
representative before its use at site. The E-in-C shall reserve the right to instruct the
contractor to remove the material which, in his opinion, is not acceptable.

35. Where switches/sockets/regulator/telephone/TV/internet outlets are to be provided, the


same shall be of only one make.

36. The materials used in the work shall be of approved make as per Annexure-A.

37. Defect Liability Period: All the installations shall be guaranteed for a period of 12 months
from the date of completion. Any defective materials and equipment shall be replaced
free of cost at the direction of the Engineer-in-Charge.

38. In the acceptable makes of fitting model No. of one of the acceptable make has been
mentioned for guidance. However, the contractor is free to supply any of the 3 makes,
provided the parameters of the fittings match with the fitting model No. mentioned in NIT.
The decision of Engineer-in-charge shall be final.

39. The lamp colour temperature shall be intimated by Engineer-in-charge/his representative


at site.

40. The firm should submit the warranty against manufacturer defect for a period of 5 years
from the date of completion of work for LED fittings and products.

41. The contractor shall have to work as per the convenience of the concerned Department.
224
224
224
SCHEDULE OF PAYMENT AT STAGES APPLICABLE FOR ELECTRICAL WORK FOR

a) 320 MEN BARRACK

Estimated cost : Rs. 20,32,73,081/-


% of Electrical Component : 10.77%

Individual in Cumulative in
percentage on total %age on total
S. No. Description
elect. amount of elect. amount of
320 men barrack 320 men barrack
1. IEI& Fans & Service Connection, power 9.85 9.85
wiring and plugs, tel conduits, intercom,
computer conduits, lightning conductor, exit
sign board
2. Fire fighting, Fire Alarm, Fire Extinguisher 0.57 10.35

3. RO water purifier plant 0.12 10.47

4 Solar water heating system 0.23 10.77

b) GOS MESS

Estimated cost : 1,58,07,907/-


% of Electrical Component : 15.03%

Individual in Cumulative in
percentage on total %age on total
S. No. Description
elect. amount of elect. amount of
GOs mess GOs mess

1. IEI& Fans & Service Connection, power 10.5 10.5


wiring and plugs, tel conduits, intercom,
computer conduits, lightning conductor, exit
sign board

2. Fire fighting, Fire Alarm, Fire Extinguisher 0.19 10.69

3. RO amd connected system 0.47 11.16


4 Solar water heating system 0.39 11.55
5 Inverter type Split AC Units 3.48 15.03
225
225
c) TYPE-III QUARTERS 225
Estimated cost : Rs. 3,25,15,393/-
% of Electrical Component : 10.85%

Individual in Cumulative in
percentage on total %age on total
S. No. Description
elect. amount of elect. amount of
Type-III Quarter Type-III Quarter
1. IEI& Fans & Service Connection, power 10.85 10.85
wiring and plugs, tel conduits, intercom,
computer conduits, lightning conductor,
exit sign board

d) TYPE-IV QUARTERS

Estimated cost : Rs. 1,83,76,994/-


% of Electrical Component : 11.85%

Individual in Cumulative in
percentage on total %age on total
S. No. Description
elect. amount of elect. amount of
Type-IV Quarter Type-IV Quarter
1. IEI& Fans & Service Connection, power 11.85 11.85
wiring and plugs, tel conduits, intercom,
computer conduits, lightning conductor, exit
sign board

e) TYPE-V QUARTERS

Estimated cost : Rs. 89,88,961/-


% of Electrical Component : 11.29%

Individual in Cumulative in
percentage on total %age on total
S. No. Description
elect. amount of elect. amount of
Type-IV Quarter Type-IV Quarter

1. IEI& Fans & Service Connection, power 11.29


wiring and plugs, tel conduits, intercom,
computer conduits, lightning conductor,
exit sign board
226
226
f) QUARTER GUARD 226
Estimated cost : Rs. 2,43,24,334/-
% of Electrical Component : 12.35%

Individual in Cumulative in
percentage on total %age on total
S. No. Description
elect. amount of elect. amount of
Type-IV Quarter Type-IV Quarter
1. IEI& Fans & Service Connection, power 10.5 10.5
wiring and plugs, tel conduits, intercom,
computer conduits, lightning conductor, exit
sign board

2. Fire fighting, Fire Alarm, Fire Extinguisher 0.08 10.13

g) ADMIN BLOCK

Estimated cost : Rs. 5,46,28,658/-


% of Electrical Component : 20.78%

Individual in
Cumulative in
percentage on
%age on total
S. No. Description total civil
civil amount of
amount of
Admin Block
Admin Block
1. IEI& Fans & Service Connection, power wiring and 12.91 12.91
plugs, tel conduits, intercom, computer conduits,
lightning conductor, exit sign board

2. Fire fighting, Fire Alarm, Fire Extinguisher 1.48 14.39

3. Inverter type Split AC Units 1.01 15.4

4 Solar PV System 1.83 17.23

5 UPS System 1.10 18.32


6 AV Conferencing System 1.83 20.16
7 Access Control 0.63 20.78
227
227
Schedule of Intermittent
227 Payment
1) Schedule of Payment for Internal EI Works,:
(For intermittent payments, Payment shall be released on pro-rata basis)

Breakup of % of % of Item
SI. No. Milestone Item Contract Contract
Value Value
1. Planning, Detailed Design & Approval from 1.00%
Statutory Bodies, third party vetting and
approval of the same by the Engineer-In-
Charge.
2 SITC of Fittings and fans i/c providing
complete switch plates, wiring and DBs.
2.1 On supply of fans, fittings, MCBDBs, switch 60.00 %
gears, Panels, Earthing materials etc.

2.2 On completion of wiring and Installation of 15.00%


equipments, earthing. 99.00%

2.3 On successful testing of equipments after 10.00%


Installation and wiring.

2.4 After commissioning & handing over 14.00%


Total 100.00%

2) Schedule of Payment for Fire Fighting Work and (For intermittent payments,
Payment shall be released on pro-rata basis)

Breakup of % of % of Item
SI. No. Milestone Item Contract Contract
Value Value
1. Planning, Detailed Design & Approval from 1.00%
Statutory Bodies, third party vetting and
approval of the same by the Engineer-In-
Charge.
2 SITC of fire fighting equipments, pumps,
fire hydrants, valves, hose reel etc all
materials.
2.1 On supply of fire fighting equipments viz. 60.00 %
Fire pumps, hydrant pipes, valves, hose
reels etc,

2.2 On Installation of equipments, earthing. 15.00%


99.00%
2.3 On successful testing of equipments after 10.00%
Installation
2.4 After commissioning & Getting clearance 14.00%
from local body (if any) and handing over
Total 100.00%
228
228
3) Schedule of Payment for Fire Alarm Work
228
(For intermittent payments, Payment shall be released on pro-rata basis)

Breakup of % of % of Item
SI. No. Milestone Item Contract Contract
Value Value

1. Planning, Detailed Design & Approval from 1.00%


Statutory Bodies, third party vetting and
approval of the same by the Engineer-In-
Charge.
2 SITC of Fire alarm panels, detectors, Call
boxes, hooters ,speakers, amplifier etc.

2.1 On supply of Fire alarm panels, detectors, 60.00 %


hooters, cables, speakers, Amplifiers etc.,

2.2 On Installation of equipments.. 15.00%


2.3 On successful testing of equipments after 10.00% 99.00%
Installation

2.4 After commissioning & Getting clearance 14.00%


from local body (if any) and handing over
Total 100.00%

4) Schedule of Payment for Air Conditioning Work


(For intermittent payments, Payment shall be released on pro-rata basis)

Breakup of % of % of Item
SI. No. Milestone Item Contract Contract
Value Value

1. Planning, Detailed Design & Approval from 1.00%


Statutory Bodies, third party vetting and
approval of the same by the Engineer-In-
Charge.
2 SITC of AC units, Voltage Stabilizer etc.

2.1 On supply of AC units, Voltage Stabilizer 60.00 %


etc.

2.2 On Installation of equipments. 15.00%


2.3 On successful testing of equipments after 10.00% 99.00%
Installation

2.4 After commissioning and handing over 14.00%

Total 100.00%
229
5) Schedule of Payment for RO water purifier
229 / plant work
(For intermittent payments, Payment shall
229 be released on pro-rata basis)

Breakup of % of % of Item
SI. No. Milestone Item Contract Contract
Value Value

1. Planning, Detailed Design & Approval from 1.00%


Statutory Bodies, third party vetting and
approval of the same by the Engineer-In-
Charge.
2 SITC of RO water purifier / plant, Storage
water cooler with and without RO and UV
etc.
2.1 On supply of RO plant components, 60.00 %
Storage water coolers etc.

2.2 On Installation of equipments, earthing. 15.00%


2.3 On successful testing of equipments after 10.00% 99.00%
Installation

2.4 After commissioning & testing of water 14.00%


successfully and handing over
Total 100.00%

6) Schedule of Payment for UPS work


(For intermittent payments, Payment shall be released on pro-rata basis)

Breakup of % of % of Item
SI. No. Milestone Item Contract Contract
Value Value

1. Planning, Detailed Design & Approval from 1.00%


Statutory Bodies, third party vetting and
approval of the same by the Engineer-In-
Charge.
2 SITC of UPS with batteries, rack etc.

2.1 On supply of UPS and batteries etc. 60.00 %

2.2 On Installation of equipments. 15.00%


2.3 On successful testing of equipments after 10.00% 99.00%
Installation

2.4 After commissioning & testing and handing 14.00%


over
Total 100.00%
230
7)Schedule of Payment for Solar Water Heating
230 Systems
(For intermittent payments, Payment shall
230 be released on pro-rata basis )
Breakup of % of % of Item
SI. No. Milestone Item Contract Contract
Value Value
Planning, Detailed Design & Approval from
Statutory Bodies, third party vetting and
1. 1.00%
approval of the same by the Engineer-In-
Charge.

2 SITC of Solar water heating system

On supply of solar panels, storage tanks,


2.1 60.00 %
piping, control Panels etc.

2.2 On Installation of equipments. 15.00% 99.00%

On successful testing of equipments after


2.3 10.00%
Installation

2.4 After commissioning. 14.00%


Total 100.00%

8) Schedule of Payment for Roof top Solar PV Plants

(For intermittent payments, Payment shall be released on pro-rata basis )

Breakup of % of % of Item
SI. No. Milestone Item Contract Contract
Value Value
1. Planning, Detailed Design & Approval from 1.00%
Statutory Bodies, third party vetting and
approval of the same by the Engineer-In-
Charge.

2 SITC of roof top Solar PV plants

2.1 On supply of solar panels, PCUs, cables, 60.00 %


control Panels etc.

2.2 On Installation of equipments, earthing. 15.00%


2.3 On successful testing of equipments after 10.00% 99.00%
Installation

2.4 After commissioning. 14.00%

Total 100.00%
231
9) Schedule of Payment for A/V conference
231 system and access control system
231
(For intermittent payments, Payment shall be released on pro-rata basis )

Breakup of % of % of Item
SI. No. Milestone Item Contract Contract
Value Value
1. Planning, Detailed Design & Approval from 1.00%
Statutory Bodies, third party vetting and
approval of the same by the Engineer-In-
Charge.
2 SITC of A/V conference system and access 99.00%
control system
2.1 On supply of all conference system 60.00 %
equipments, access control equipments &
accessories
2.2 On Installation of equipments 15.00%
2.3 On successful testing of equipments after 10.00%
Installation

2.4 After commissioning and handing over 14.00%

Total 100.00%
232
232
SPECIAL CONDITIONS FOR ALL SPECIALIZED E&M COMPONENTS
232

The applicant should either himself meet the eligibility conditions for the respective E&M
components or otherwise he will have to associate with agencies, fulfilling the eligibility
requirements and hence consent letter from at least One eligible Associate Agency of the
respective components of E&M work shall also be submitted as per attached Proforma as per
Form “P”.

In case the main contractor is himself eligible (as per eligibility criteria) for executing any
specific minor component and intends doing the job himself, he may not be required to
associate with another agency for that minor component of work. In such cases the main
contractor also has to submit the documents as per eligibility criteria mentioned for associated
agency of individual E&M component.

The main tenderer have to submit the following documents for association of contractor
at least two months in advance from taking up specific component of the work.

In support of the eligibility conditions of the proposed Associated Contractor, copy of their
registration documents, Electrical License, GST Documents duly attested by the applicants (Main
Contractor) shall be submitted to the EE(C) who will submit these documents to the Executive
Engineer (Electrical), CPWD, for deciding the eligibility. Each such Associated Contractor will
certify that they are not debarred as on the day of application for sale of tender. Proposal for
associating agency for minor components of work shall be submitted in Form- “N” of this tender
document from each associate independently for all electrical and mechanical components.

The main contractor will submit an affidavit of MOU signed with eligible associated. The
MOU in the enclosed Form „Q‟ shall be signed by both the parties‟ main contractor i.e.as 1st
party and associated contractor as 2nd party. Independently for all electrical and mechanical
components.

In the event of the concerned E&M agency not performing satisfactorily or failure of
associate contractor to complete the E&M work, the main contractor on written directions of the
department, shall remove the Associate contractor deployed on the work and shall submit name
of new associate agency who fulfil the conditions mentioned in the NIT to execute the left over
work without any loss of time or variation in cost to the department. Such associates shall also
give an undertaking along with the main tenderer but both of them together will stand
guarantee for the equipments already supplied for which payment has been released by
the department in part. If any equipment supplied for the work, during the currency of the
earlier Associate contractor and paid partly by the Dept., becomes redundant /not in a position to
be installed and commissioned and put to beneficial use due to change in agency for execution
of E&M work, the main contractor shall be liable for replacement of the equipment(s) at no cost
to Department. No change of Associated Contractor will be allowed without prior approval of the
Engineer-in-charge of the work.
233
233
233
In respect of all works i.e., IEI & Fans, Street lighting, Fire fighting System, Fire Alarm
System, Solar water heating system, Solar Roof Top Power plant equipment etc., the materials
shall be procured only from the original equipment manufacturers/authorized dealers of OEM.
The contractor shall submit all documentary details in fulfilment of this conditions regarding
procurement of materials including relevant test certificates.

Executive Engineer (E) shall be the Engineer-in-charge as far as E & M works are
concerned. Separate tender schedule abbreviated CPWD-7 and Special Conditions for E & M
Work are appended with this tender. It will be obligatory on the part of the contractor/tenderer to
upload the tender documents for all the component parts.

The main contractor shall be responsible and liable for proper and complete execution of
the E & M work and ensure coordination and completion of both civil and E & M work.

The main contractor has to enter into agreement with contractor associated by him for
execution of minor component. Copy of such agreement shall be submitted to Executive
Engineer (E) in charge of minor component as well as E.E. in charge of major component.

The associate contractor shall attend the inspection of the work by the Engineer-in-
Charge of E&M works as and when required.

Before completion of defect liability period of one year, the main contractor has to
submit security deposit of 5% of 80% of the price quoted by him for SITC of LED fittings
for the remaining 4 years warranty period for LED fittings in acceptable form i.e. FDR/
Bank guarantee to concerned Executive Engineer (E). The Security Deposit deducted from
the bills of contractor shall be refunded to the main contractor only after submission of
above security deposit for LED fittings by main contractor, failing which this LED security
deposit shall be deducted from Security Deposit deducted for total work and balance
amount only will be refunded after completion of defect liability period. The LED Security
Deposit will be released after completion of warranty period of 5 years to the main
contractor.
234
234
234
THE MINIMUM ELIGIBILITY CRITERIA FOR E&M COMPONENTS AND
SPECIALIZED WORKS WHEREVER APPLICABLE

Estimated
Component of E&M
Sl. No cost Rs. (in Minimum Eligibility
works
lakhs)
1. IEI &Fans i/c power 390.40 The main contractor shall associate with
wiring & plugs, contractor registered in composite category
lightning conductor, Class II and above in CPWD for execution of this
rising main, Sub head of work, possessing valid Electrical
Telephone/ computer/ Contractor License of appropriate Voltage issued
TV conduiting, by Karnataka State Electrical Inspectorate.
external lighting, UPS
etc.
2. Fire Fighting 20.21 The main contractor shall have to associate with
(downcomer System) agency fulfilling the following eligibility criteria
and Automatic / having successfully completed during last seven
Manual Fire Alarm years ending up to previous day of last date of
systems, Fire submission of tender as given below with
Extinguisher completion certificate issued by an officer not
below the rank of Executive Engineer or
Equivalent duly attested.
Three similar completed works each of value
not less than Rs. 8.01 Lakhs
OR
Two similar completed works each of value
not less than Rs. 12.13 Lakh
OR
One similar completed work of value not less
than Rs. 16.17 Lakhs.
Similar work shall mean "SITC of Fire Fighting
System (Water based)”.

3. Solar water 15.21 The main contractor shall have to associate with
heating Specialized agency fulfilling the following eligibility
system and criteria having successfully completed during last seven
Solar roof top years ending up to previous day of last date of
PV panel submission of tender as given below with completion
certificate issued by an officer not below the rank of
Executive Engineer or equivalent duly attested.
Three similar completed works each of value not less than
Rs. 6.08 Lakhs
OR
Two similar completed works each of value not less than
Rs.
Rs. 9.13 Lakhs
OR
One similar completed work of value not less than Rs.
12.17 Lakhs
Similar work shall mean "SITC of Solar PV and Water
Heating System."
235
235
235
4. AV conference 13.42 The main contractor shall have to associate with agency
system & fulfilling
Access control the following eligibility criteria having successfully
completed during last seven years ending up to previous
day of last date of submission of tender as given below
with completion certificate issued by an officer not below
the rank of Executive Engineer or equivalent duly
attested.
Three similar completed works each of value not less
than Rs. 5.37 Lakhs
OR
Two similar completed works each of value not
Less than Rs. 8.05 Lakh/-
OR
One similar completed works each of value not less
than 10.74 Lakh/-
Similar work shall mean "SITC of AV conference and
Access control system”

5. RO 3.25 The main contractor shall have to associate with


water agency fulfilling
purifier / the following eligibility criteria having successfully
plant completed during last seven years ending up to
previous day of last date of submission of tender as
given below with completion certificate issued by an
officer not below the rank of Executive Engineer or
equivalent duly attested.
Three similar completed works each of value not less
than Rs. 1.3 Lakhs
OR
Two similar completed works each of value not
Less than Rs. 1.95 Lakh/-
OR
One similar completed works each of value not less
than 2.6 Lakh/-
Similar work shall mean "SITC of RO water purifier
System”
236
236
236
6. Inverter The main contractor shall have to associate with
type Split 11.00 agency fulfilling
Air- the following eligibility criteria having successfully
condition completed during last seven years ending up to
ers. previous day of last date of submission of tender as
given below with completion certificate issued by an
officer not below the rank of Executive Engineer or
equivalent duly attested.
Three similar completed works each of value not less
than Rs. 4.4 Lakhs
OR
Two similar completed works each of value not
Less than Rs. 6.6 Lakh/-
OR
One similar completed works each of value not less
than 8.8 Lakh/-
Similar work shall mean "SITC of Inverter type Split
Air-conditioners.
However, the Composite category contractor shall also
be eligible to carry out himself without associating
any specialized agency provided:
(a) He fulfils the prescribed eligibility criteria
respectively for this work .
OR
(b) He directly procures the equipment of approved
make from manufacturer and gets it installed from
authorized agency/service provider of the
manufacturer/specialized agency, all as per the
eligibility criteria mentioned as above.

Note:

The value of executed works shall be brought to current costing level by enhancing value of
work at simple rate of 7% per annum calculated from the date of completion to last date of
submission of tender. For other conditions, refer special conditions specified in Part C.

The applicant shall either himself meet the eligibility conditions for the respective E&M packages
or otherwise, he will have to associate an agency meeting the eligibility requirements as given in
this tender document and submit the details as per Form “N” given in Part C of this tender
document at least two months in advance from taking up specific component of work.

The applicant/ main contractor has to submit consent letters as per Form “P”, given in Part C of
this tender document from at least one eligible associate agency of the respective component of
E&M work for each of the component of E& M works by clearly indicating the component of work
at least two months in advance from taking up specific component of work.

The main contractor will have to submit an affidavit of MOU signed with eligible
associated contractor. The MOU in the enclosed Form “Q” shall be signed by both
contractors, Main contractor as 1st party and associated contractor as 2nd party,
independently for (i) IEI & Fans, Street lighting (ii) Fire fighting System and Fire Alarm System
(iii) Solar water heating system and Solar Roof Top Power plant (iv) AV Conference and Access
control system and (v) RO Plant (vi) Inverter type Split AC system etc., specified as above.
237
237
237

Verifiable completion certificates of the work, registration/approval documents as the case may
be, duly attested by the applicant shall be submitted at least two months in advance from taking
up specific component of work. Valid Electrical license, as the case may be, duly attested by the
applicant shall also be submitted at least two months in advance from taking up specific
component of work.

Self attested GST registration documents in respect of the associated agencies shall be
submitted at least two months in advance from taking up specific component of work.
.

Executive Engineer (E)


238
FORM –N 238
238
PROPOSAL FOR ELIGIBLE ASSOCIATING AGENCIES FOR MINOR COMPONENTS OF
WORK

I/we hereby propose the following agencies as mentioned against each for executing
corresponding minor components of work. Their consent letters are also attached.

Consent
Category and Enlistment
Name of Associated Monetary Validity of Letter
Sl.No class of copy/completion
Contractor Limit of work registration Attached
registration Certificates attached
(Yes/No)
i) Internal Electrical Installations, UPS and street lighting, compound and foot
path lighting

ii)Fire fighting and Fire alarm system

iii)Solar water heating


system

Solar roof top power


iv) plant

AV conference and
v) Access control

vii Inverter type Air-conditioning System

Note: Self Attested photocopies of enlistment order, valid electrical contractor license,
work experience certificates of each agency for each component of E&M work shall
be submitted.

Signature of contractor
239
239
239 FORM –P

CONSENT LETTER FROM ELIGIBLE ASSOCIATE AGENCY OF MINOR

COMPONENT OF WORK

Name of work: Construction of various building works for CISF campus of 10th Res BN at
Lakkur village, Nelamangala, Bangalore. SH: PACKAGE II- Admin & communication building,
Quarter Gaurd, GO‟s mess, 2 Nos. 320 No Men‟s Barrack and 16 Nos. Ty-III, 6 Ns. Ty-IV, 2 Nos.
Ty-V.

I / We hereby give my consent to associate with M/s …………………………………, for executing

the minor component of work of …….……….......................................................... (Mention


category).

I / We will execute the work as per specifications and conditions of the agreement and as per
directions of the Engineer –in-Charge for the corresponding minor work till the completion of the
work.

I / We will be responsible for necessary action to handover the installations and for rectification
of defects and repair during the maintenance / warranty period.

Also I / We will employ full time technically qualified Engineer / supervisor for the minor
component of the work as required for the work. I / We will attend inspection of officers of the
department as and when required.

Date:
Signature with date of Major component Signature with date of Associate/
Minor Component Contractor
Contractor Address
Address

Witness with address Witness with address


(From major component contractor side) (From minor component contractor side)
240
240
240
FORM-“Q”
AFFIDAVIT OF MEMORANDUM OF UNDERSTANDING (MOU)
(to be submitted for each and every E&M component)

M/s. (Name of the firm with full address)


Enlistment Status
Valid Upto:
(Henceforth called the main Contractor)

M/s. (Name of the firm with full address)


Enlistment Status
Valid Upto:
(Henceforth called Associated Contractor)

For the execution of E &M component Works –

Name of work: C/o Infrastructure (Non-residential & residential building) for CISF 10th
Reserve Battalion, at Lakkur village, Bangalore in EPC mode (Design
and Build basis). SH : C/o Administrative Building, quarter guard, Ty-
III,-16 Nos., Ty- IV- 6 Nos., Ty- V- 2 Nos., 2 Nos. 320 Men barracks and
GOs‟ Mess i/c internal electrical installations, water supply and sanitary
installations.
.
We state that M.O.U between us will be treated as an agreement and has legality as per
Indian Contract Act (amended up to date) and the department (CPWD) can enforce all the terms
and conditions of the agreement for execution of the above work. Both of us shall be responsible
for the execution of work as per the agreement to the extent this MOU allows. Both the parties
shall be paid consequent to the execution as per agreement to the extent this MOU permits. In
case of any dispute, either of us will go for mediation by the Engineer In charge. Any of us may
appeal against the mediation to the Chief Engineer, South zone III, CPWD, Bangalore. His
decision shall be final and binding on both of us.

We have agreed as under:

The Associated Contractor will execute all E & M works in the wholesome manner as per terms
and conditions of the agreement.

The Associated Contractor shall be liable for disciplinary action if he fails to discharge the
action(s) and other legal action as per agreement.

All the machinery and equipments, tools and tackles required for execution of the E & M works,
as per agreement, shall be the responsibility of the Associated Contractor.

The site staff required for the E & M work shall be arranged by the Associated Contractor as per
terms and conditions of the agreement.

SIGNATURE OF MAIN CONTRACTOR SIGNATURE OF ASSOCIATED


Date : CONTRACTOR
Place : Date :
Place :

1. Witness with address 2. Witness with address


(From major component contractor side) (From minor component contractor side)
241
241
241
GENERAL CONDITIONS FOR ALL E&M PACKAGES

The agency must study various CPWD specifications; get themselves acquainted with
site and site conditions, provision for fire fighting system for various building in local byelaws and
additional conditions carefully. The work shall be executed in close co-ordination with the
progress of building work.

The work shall be carried out in the following order of preference.

Indian electricity rules 2005 & Indian electricity act 2003 amended up to date. Additional
Technical specifications and list of acceptable makes attached. CPWD general specifications for
electrical works Part – I (Internal) – 2013 , Part II (External) – 1994amended up to date, CPWD
general specifications for electrical works Part – III ( Lifts and Escalators ) – 2003,CPWD general
specifications for electrical works Part – IV ( Sub stations )- 2013, Local Fire Regulations, CPWD
general specifications for electrical works Part – V (Wet riser & sprinkler system) – 2006, CPWD
general specifications for air-conditioning / HVAC works –

2017, National electrical code 2011 amended up to date and Relevant sections of National
building code 2016.(Note: The higher specifications / stringent conditions of CPWD specifications
or NBC – 2016, ECBC 2017 shall be followed).Relevant BIS standards as modified up to date.

Sound Engineering practice as approved by the Engineer – in – charge. Any additional


item of work, if taken up subsequently, shall also confirm to the relevant specifications mentioned
above.

All the equipments shall be delivered with (i) Manufacturer´s test certificate, (ii)
Manufacturer´s technical catalogues and Installation / Instruction (O&M) manuals.

Scaffoldings & any other T & P required for execution, testing and commissioning of work
shall be arranged by the contractor and is included in the cost of work tendered by the contractor.

The design layout plans / drawings / other documents pertaining to E & M services shall
have to be submitted by the consultant engaged by the contractor for approval within the time
period as specified in the table of mile stone.

Inspection before Dispatch: All routine tests shall be conducted before dispatch of
equipments. No equipment shall be dispatched out from the manufactures premises before such
tests are conducted and test result recorded. These test certificates shall be given along the
supply of equipments. The Engineer- In-charge shall, if he so desires inspect and witness the
pre-delivery tests. For this purpose, the agency shall give 15 day advance notice. Agency shall
arrange for inspection of the department. Department shall bear expenses of its officials for
inspection as far as travelling, boarding and / lodging is concerned. However, the inspection shall
be done at the discretion of the department without any cost implication but ROUTINE TEST &
TYPE TEST Certificates shall have to be submitted for all the equipments.

Prior to dispatch, all equipments shall be adequately protected & insured for the whole
period of transit, storage and erection against corrosion and incidental damages etc. from the
effect of vermin, sunlight, rain, heat, humid climate and accidents etc.
242
242
242
PROCEDURE FOR APPROVAL OF MATERIALS, SHOP FLOOR DRAWINGS AND
COMMENCEMENT OF WORK

Within the time specified in table of milestone, the contractor shall submit the following
documents for approval. List of makes & Model numbers of all items of equipments and
accessories for each sub Head of work. catalogues of the equipments to be supplied. Shop
floor drawings of each packages/ Sub work separately for approval. It is the responsibility of the
tenderer to get the makes, models and shop floor drawings approved by the department before
placing of order.
Insurance: The agency shall include storage cum erection insurance including third
partyinsurance right from the storage to commissioning and handing over of various
equipments. In insurance, the beneficiary shall be Engineer-In-charge at the cost of the agency.
All insurance which the agency is required to enter into under the contract shall be affected any
authorized general insurance company and the agency shall produce the policies of insurance. In
case of any delay in ITChanding over, the insurance cover will be suitably extended by the
contractor at his own cost.

Remedy of failure to insure: If the agency fails to effect and keep in force the insurance
referred to in the preceding sub-clause and in case of unforeseen eventuality of theft/damage
etc. to any material, the contractor only shall be held responsible and necessary
rectification/replacement has to be done by contractor himself.

Quality of material and workmanship: All parts of the equipment shall be of such design, size
andmaterial so as to function satisfactorily under all rated conditions of operation. All components
of the equipments shall have adequate factor of safety. The work of fabrication and assembly
shall conform to sound engineering practice and on the basis of “ Fail Safe Design”. The
mechanical parts subject to wear and tear shall be easily replaceable type. The construction of
the equipments shall be such as to facilitate easy operation, inspection, maintenance and
repairs. All connections and contacts shall be designed to minimize risk of accidental short
circuits caused by animals, birds and vermin etc. All identical items and their component parts
should be completely interchangeable including spare parts.

Inspection and testing at Factory and site :


The department requirement reserves the right to inspect the equipments and get it tested at
factory itself for which the Contractor has to give 15 days notice for inspection. The travelling
cost of Officers will be borne by the Department. The installation shall be subject to necessary
inspection during every stage of erection, by the Engineer In-charge or his authorized
representative. The successful bidder shall provide all facilities and assistance for the purpose.
The completed installation shall be inspected and tested by the Engineer-in charge in the manner
as will be laid down by department. All instruments and facilities necessary for the tests shall be
provided by the agency.

Completeness of work : The installations shall be completed in all respects and put in to
operation even where certain details have not been mentioned / left out in these specifications.
Any discrepancy may be brought out in pre-bid meeting.

All E&M services such as Internal Electrical installations, lifts, fire fighting system, sprinkler
system & Fire alarm system, D.G. sets, substation equipments, street lighting etc., shall be
declared as completed after completion of trial run of 1 month or completion of whole work
whichever is later. However, maintenance of these installations during the maintenance period of
12 months shall be carried out by the agency at his own cost. DLP / Warranty period of all works
/ machine / equipment shall commence from date of completion of complete work (project).

All electrical & mechanical fittings / fixture / appliances, to be provided for the work, where BEE
certification is available should have 5-star rating (of BEE).
243
243
The CPWD specifications are available at CPWD
243 website “ cpwd.gov.in”. The department shall
not be responsible for the lack of knowledge and also the consequences thereof to the
Contractor. The information and data mentioned in the tender document have been furnished in
good faith and for general information and guidance only. The Engineer-in-Charge in no case
shall be held responsible for the accuracy thereof and / or interpretations or conclusions drawn
there from by the Contractor and all consequences shall be borne by the Contractor and no
claim, whatsoever, shall be entertained from the Contractor, if the data or information furnished in
tender document is different from data / drawing after preparation of architectural drawings,
design and approved for construction. It is presumed that the Contractor has satisfied himself for
all possible contingencies, situations, bottlenecks and acts of coordination, which may be
required between different agencies.

INCIDENTAL CHARGES: All incidental charges of any kind including cartage, storage,
wastage and safe custody of material etc. shall be borne by the Contractor.
QUALITY ASSURANCE: The Contractor shall make available, on request from the
Department, for record, copies of challans, cash memos, receipts and other certificates, if any,
vouchers towards the quantity and quality of various materials procured and the same shall be
kept in record. These shall also provide information on the name of the manufacturer,
manufacturer‟s product identification, manufacturer's instructions, warning, date of
manufacturing and test certificates from manufacturers for the product for each consignment
delivered at site, shelf life, if any, for the department to ensure that the material have been
procured from the approved source and of the approved quality, as directed by the Engineer-in-
Charge. Day to day account of receipt of such material shall be maintained at site of work and
shall be regulated by the department. Nothing extra shall be payable on this account.

STORAGE OF MATERIALS: Storage and safe custody of all materials shall be the sole
responsibility of the Contractor. Nothing extra shall be payable on this account.

QUALITY CONTROL AND TESTING OF MATERIALS:

All the material to be used on works shall bear ISI certification mark unless otherwise the make is
specified in the item or special conditions appended this tender document. In case ISI mark
material or the materials mentioned in the tender documents are not available, as per opinion of
Engineer-in-charge, which shall be final and binding, the material to be used shall conform to
CPWD specifications applicable in this tender or IS Code. In such cases Engineer-in-charge shall
satisfy himself about the quality of such material and give his approval in writing. Only articles
classified as first quality by the manufacturers shall be used unless otherwise specified. All
material not having ISI mark shall be tested as per relevant ISI specification. The Engineer in
charge may relax the condition regarding testing if the quantity of the materials required for the
work is small. In all cases of use of ISI marked materials proper proof of procurement of
materials from authentic manufacturers shall be provided by the contractor to the entire
satisfaction of Engineer-in-charge. All materials equivalent to the one specified should be got
approved by the Engineer-in-charge before using the said materials in the work.

If the department desires to send any samples of materials for testing in an accredited laboratory,
the Contractor at his own expense shall supply all materials, labour for preparing and testing
samples as required by the Engineer-in-Charge. The testing shall be carried out in the presence
of the representative of the Engineer- in- Charge. The transportation and testing charges shall
also be borne by the contractor. No foreign exchange shall be made available by the department
for importing (purchase) of equipments, plants, machinery, materials of any kind. No delay and
no claim of any kind shall be entertained from the Contractor on account of variation in the
foreign exchange rate and/or any Custom duties / charges or any other levies.
244
244
NO WAIVING OF LEGAL RIGHTS AND 244
POWERS :The Engineer-in-Charge shall not be
precluded or stopped from taking any measurements, and framing of estimates or detaining any
certificates made either before or after the completion and acceptance of the work and payment,
from showing the true amount and character of the works performed and materials furnished by
the Contractor and from showing that any such measurements, estimates or certificates untrue or
incorrectly made and that Engineer-in-charge shall not be precluded or stopped from recovering
from the Contractor such damages as it may be sustained by reasons of his failure to comply the
terms and conditions of the contract.

The tenderers shall take into account the element of wastage(s) those are likely to be there in all
elements of the work and quote his price, taking that into account. The tenderers shall study all
the items from the point of view of wastage(s), which are likely to take place. Power supply
required for construction, testing & commissioning shall have to be arranged by the bidder at his
own costs. Water required for testing of equipments is also in the scope of agency.

The description of E &M service & specification are given in general but they are not exhaustive
i.e; does not mention all the incidental works required to be carried out for complete execution of
the item of work. The work shall be carried out, all in accordance with true intent and meaning of
the specifications and the drawings taken together, regardless of whether the same may or may
not be particularly shown on the drawings and/ or described in the specifications, provided that
the same can be reasonably inferred there from. There may be several incidental works which
are not mentioned in the contract document/specifications but will be necessary to complete the
item in all respects.
All these incidental works/ costs which are not mentioned, but are necessary to complete the
work shall be deemed to have been included in the overall amount quoted by the contractor for
various components of work. No adjustment of rates shall be made for any variation in quantum
of incidental works due to variation/change in actual working drawings. Also , no adjustment of
rates shall be made due to any change in incidental works or any other deviation in such
element of work (which is incidental to the items of work and are necessary to complete such
items in all respects ) on account of the directions of Engineer-in-charge. Nothing extra shall be
payable on this account.

The scope of works also covers the preparation of layout plans, drawings for E & M schemes and
approval of the same from the respective local body‟s viz. BESCOM/Chief Fire Officer/Lift
Inspector/CEA etc. before the commencement of work. During execution, if the local bodies etc.
require a modification, the same shall be executed without any extra cost. Finally, after
execution, approvals / NOCs / clearances from local bodies etc. shall be the responsibility of
successful bidder for which nothing extra is payable. In case any modification / extra work is
required by the local bodies necessary for approvals / NOCs / clearances, the same shall be get
executed and nothing extra shall be paid on this account. All statutory fees / charges required for
obtaining clearances from Fire Officer/Lift Inspector/CEA / Local Bodies etc. shall be paid by the
department.

SUPERVISION OF WORK:
The Contractor shall depute Site Engineers & skilled workers as required for the work as per the
documents required in technical bids. He shall submit organization chart along details of
Engineers and supervisory staff. It shall be ensured that all decision making powers shall be
available to the representatives of the Contractor at site of work itself to avoid any likely delays
on this account. The Contractor shall also furnish list of persons for specialized works to be
executed for various items of work. The Contractor shall identify and deploy key persons having
qualifications and experience in the similar and other major works, as per the field of their
expertise. If during the course of execution of work, the Engineer-in-Charge is of the opinion that
the deployed staff is not sufficient or not well experienced; the Contractor shall deploy more staff
or better-experienced staff at site to complete the work with stipulated quality and in stipulated
time limit.
245
ADDITIONAL TECHNICAL SPECIFICATION245
FOR INTERNAL ELECTRIFICATION WORKS:
245
C 1.1: Internal electrical Installations, external street lighting etc.

Note: The following information given is indicative only. Execution shall be carried out as per
functional requirement and design approved by engineer-in-charge

All internal electrical works shall be carried out with FRLS PVC insulated copper conductor
cables (IS:694) in PVC conduit. All switches, sockets, AC Starter, Telephone socket, Data
sockets, stepped type electronic fan regulators, bell push and accessories along with matching
mounting boxes shall be of modular type.

All lighting fixtures should be LED type having efficacy equal to or more than 100 Lumen / Watt,
CRI >80, THD <10%, LM 79 & LM 80 test report from NABL accredited lab should be submitted
by the agency.

Required illumination level for general lighting shall be achieved on the basis of required lux level
in various areas, light power density as per CPWD specification and NBC guide lines.

Arrangement of luminaries in various areas of Residential and non – residential buildings shall be
done on the basis of Illumination level & light power density as specified in CPWD specification
Internal 2013 and National Building Code 2016 and shall be got approved from Engineer-in-
charge.

During Design submission, photometric file in IES format has to be submitted by the Agency.

Ceiling fans will be provided in every building and at each location except toilets / Bath rooms
irrespective of provision of air conditioners. All ceiling fans shall be of 1200/1400 mm sweep and
should be of 5 Star rated. Optimum size / number of ceiling fans for room of different sizes shall
be as per provision laid down in CPWD specifications for internal EI work 2013. Minimum air
delivery and service value shall be as per the above specification. 100mm dia 75mm deep fan
box made of 16 SWG MS Sheet with hook made of 12mm dia plain MS rod having top MS
welded cover and bottom 3mm thick phenolic laminated sheet cover shall be provided for ceiling
fan except in top floor. In top floor fan hook made of 12mm dia MS rod shall be provided.
Exhaust fans of suitable size, capacity and sweep shall be provided in all the toilets as per
standard specifications and as per the approval of Engineer-in-Charge.

T.V outlet wiring shall be terminated in suitable size of G.I. box along with splitter for each hostel
room. The interconnections of all splitter boxes fixed at all floors shall be done properly to form
proper distribution system with the prior approval of Engineer-in- charge.

Telephone outlet point wiring shall be terminated in suitable size of Krone/junction boxes
provided in the data duct in each floor. The inter connections of all Krone/junction boxes fixed at
all floors shall be done properly making proper distribution system with the prior approval of
Engineer-in-charge. Providing incoming television / telephone cables from outside of the each
building is not covered in the scope of this bid. Proper provision for cable entry to the building for
Data/telephone/TV etc has to be made by agency.

The breaking capacity of MCCB for all types of panel boards except DBs shall be minimum 35KA
for ratings upto 200A and 50KA for 250A ratings & above. The rated service breaking capacity
should be equal to rated ultimate breaking capacities (Ics=Icu). Where Ics is service breaking
capacity and Icu is ultimate breaking capacity and they should be of approved make. The
MCB/MCCB and MCB DB shall be same make of approved company with minimum breaking
capacity of MCB shall be 10KA.
246
246
246
Floor Panels: In all the floors of the building, the panel boards shall be of modular type and
fabricated as per CPWD Specifications. The incomers, outgoings switch gears, bus bar,
indicating instruments etc. shall be designed as per connected load and shall be got approved
from Engineer-in-charge.

All type of panel shall be fabricated from CPRI Type Tested approved firms and strictly as per
CPWD Specification. The drawing of panel boards must be got approved from Engineer-in-
charge before fabrication work. The panel board shall consist of MCCB as incomer and outgoing,
copper bus bar, digital type ammeter, voltmeter OR multifunction meter, selector switches, LED
type indication lamps etc as per standard sound engineering practice. Every multi function meter
should have RS 485 port.

Each building shall be provided with external feeder pillars, separate for both essential and non
essential supply having suitable capacity incomer and outgoing switchgears with minimum two
nos spare switches of same capacity with earthing etc. Common feeder pillar can be provided for
buildings within 50 mtrs distance..

Staircase lighting shall be group connected to a common circuit with control from ground floor.
Lobby and Common Toilet lights shall be controlled by occupancy sensors. Configuration tool for
sensor programming shall also be provided. There shall be arrangement of Bye pass switch so
that in case of failure of sensor, the light can be operated after bypassing the sensor. Therefore,
one control switch for common light shall be provided at each floor.

Minimum size of copper conductor for AC point / Geyser point wiring shall be 6 sq mm, for 5/6
amp or 15/16 amp socket outlet wiring shall be 4 Sq mm and that for light and fan points wiring
and circuit wiring shall be 1.5 sq mm.

The wiring and conduit route plan/drawings shall be submitted by the contractor well in advance
and shall be got approved from the Engineer-in-charge.

To facilitate drawing of wires, 18 SWG GI fish wire shall be provided along laying of recessed
conduit. Conduits laid for other services like Telephone, TV, fire alarm, PA system, LAN etc.,
where wiring is not done along IEI works, fish wire as per CPWD specification shall be invariably
drawn.

The connection between incoming switch / isolator and bus bar shall be made with suitable size
of thimble and cable.

While laying metal conduits for fire alarm system, sufficient junction box outlets are to be
provided as per the direction of the Engineer-in-Charge for mounting detectors & RIs as
required.

After completing the work, necessary test results as envisaged in CPWD General Specifications
Part-I (Internal)-2013 & Indian Electricity Rules 1956, shall be recorded and Test reports
submitted to the department. The results shall be within the permissible limits.

Lightning conductor/arresters shall be provided for the buildings irrespective of height as per IS
2309-1989as amended up to date and CPWD specifications for internal work – 2013.

RCBO of 30/100 mA sensitivity of suitable rating shall be provided as Incomer of each


Distribution boards.
247
247
247

Lighting luminaries (LED type) in all buildings shall be decided as per functional requirement,
design and drawing approved. Power supply to each lift shall be provided separate cable from
the LT panel in the LT room with control panel in the lift room having out going RCBO for lift
machine and lift lighting. Supply of cable shall be in the scope of work.

For accommodating various size of Power cable/Telephone cable /Data cable incoming to the
building/out going from the building sufficient number of NP2 pipes of suitable size shall be
provided.

Size of distribution board shall be as per number of light / power circuits. All distribution boards
shall be pre-wired and double door type. RCBO of suitable rating shall be provided as main
incomer in all DBs.
In vertical DBs used for power distribution main incomer shall be MCCB of suitable rating
breaking capacity not less than 16KA, Ics=Icu.

Each floor Panel shall be fabricated from 2.00 mm thick M.S. sheet powder coated 7 tank
process and shall be equipped 4 pole MCCBs in comer and with suitable capacity out going
MCCBs, Bus bar along with digital voltmeter, ammeter, KWH meter, LED indicating lamp
extended rotary handle and all accessories as required.

If used as incomer then it should have earth fault protection and time delay in addition to above
protection. Earth leakage modules are not acceptable.

Earthing: Earthing system comprising of earth electrode, earth conductor, earth bus, protective
conductor etc. for each building shall be as per provision laid down in CPWD Specifications Part
– I 2013. Earthing system should be designed such as to maintain required earth resistance as
specified in CPWD specifications. Earth resistance shall be checked / tested in harsh climatic
conditions.

All E&M equipments shall be guaranteed for a minimum period of 12 months (except LED fittings
which shall be guaranteed for minimum 5 years) from the date of taking over the installation by
the department, against unsatisfactory performance and/or break down due to defective design,
workmanship or material. The equipments or components, or any part thereof, so found defective
during guarantee period shall be forthwith repaired or replaced free of cost, to the satisfaction of
the Engineer-in Charge. In case it is felt by the department that undue delay is being caused by
the contractor in doing this, the same will be got done by the department at the risk and cost of
the contractor. The decision of the Engineer-in-charge in this regard shall be final & binding on
the contractor.
248
248
248

INVENTORY OF E&M MATERIALS

Residential and Non-residential buildings: The minimum scale of amenities (electrical) to be


provided in different type of buildings shall be as per provision mentioned below (however, it is to
add that the said list is only indicative and not exhaustive and it shall be the responsibility of the
contractor to provide required number of fixtures and fittings to cater the requirement):

Administrative Block and Communication Block

1. 1200 mm long Extruded aluminium batten LED fitting 2000 lumens CCT 6500 K surface
type ( Approved makes: PHILIPS Model BN021C LED20S PSU CW GR S2 / Lighting
Technologies / TRILUX) – 23 nos
2. Round surface sleek LED fitting with Aluminium die cast housing 18W (Approved makes:
Jaquar Model LNRO02R018SN / Lighting Technologies / TRILUX / Philips) – 33 nos.
3. High bay Circular LED fitting14500 lumens with narrow / wide beam with toughened glass
( Approved makes: PHILIPS Model BY415P LED145S CW HE NB FG PSU GR XTFCL
S5 / Lighting Technologies / TRILUX) - 4 nos
4. Mirror light LED fitting 1000 lumens extruded aluminium batten ( Approved makes:
PHILIPS Model BN021 LED10S PSU GR S1 / Lighting Technologies / TRILUX) – 10 nos
5. 1200 mm long Extruded aluminium batten LED fitting surface mounted 3900 lumens CCT
6500 K ( Approved makes: PHILIPS Model SP 680P LED 39S 6500 PSUWH L120 S1 /
Lighting Technologies / TRILUX) – 114 nos
6. Chandlier fitting with gold colour spectra crystals made of brass with E27 cap 1 x 5 W
LED (Approved makes: Jaquar Model UMBRA product code 9111 / Lighting Technologies
/ TRILUX / Philips / Pasolite/ CG/ Bajaj ) – 1 no.
7. Bulk head fitting pressure die cast housing with IP 66 protection surface mounted (
Approved makes: PHILIPS Endura LED TypeWT202W LED 6S NW PSU S2 PC /
Lighting Technologies / TRILUX) - 16 nos
8. 1200 mm sweep Ceiling fan 5 star ( Approved makes HAVELLS / CROMPTON
GREAVES / USHA / ORIENT (5 STAR RATED with ISI mark) – 95 nos.
9. 250 mm Sweep metallic exhaust fan with metallic louvers and metallic mosquito mesh
(Approved makes: KHAITAN/ CROMPTON/ USHA/ ALMONARD/ ORIENT/ ALSTHOM) –
10 nos.
10. 6A / 16A 6 pin socket outlet and 15 A / 16 A switch – 100 nos.
11. SPN MCB 20A with SS enclosure – 2 Nos
12. AC Point with 20 A DP modular switch and 20 A 3 pin socket – 10 nos.
13. 1.5 TR Split AC inverter type (Approved Makes : Hitachi / Blue Star / LG / Daikin ) – 5
nos
14. 2.0 TR Split AC inverter type (Approved Makes : Hitachi / Blue Star / LG / Daikin ) – 5
nos
15. Inter com outlets – 57 nos
249
249
249
16. Telephone instruments with caller id ( Approved makes Alcatel T 56 or equivalent in
Panasonic / Motorola) - 57 Nos

17. 20 Pair DP Box with krone connectors – 4 Nos


18. 100 Pair MDF Box with krone connectors – 1 No
19. Outdoor Telephone DP Box with krone connectors 20 Pair – 1 No
20. Telephone outlets – 16 nos.
21. Access control system with suitable doors and with biometric and card based access - 12
nos
22. Fire Extinguisher CO2 based 6 Kg ISI marked – 8 nos
23. Exit sign boards battery operated self illuminating at every 6 m in corridor and at all
conspicuous locations as per norms
24. Audio / Video conferencing system suitable for video conferencing with not less than 4
people at different geographic locations and presentation system with audio and
microphones display etc as per detailed specifications – 1 set.
25. UPS 10 KVA online 3 phase in / 3 phase out with distribution board, battery backup for 60
minutes , IGBT technology with battery racks made of angle iron powder coated complete
– 1 no.
26. Roof top solar PV plant – 10 KWp. – 1no.
27. Storage water cooler with inbuilt RO + UV purifier 80 litres storage capacity and 60 LPH
water outlet – 2 nos.
28. Non-essential electrical panel, Essential Electrical Panel inside the building, Main DBs,
Sub DBs, cabling with copper conductor FRLS cables of suitable size.
250
250
250
320 MEN BARRACKS – 2 BLOCKS

1. 1200 mm long Extruded aluminium batten LED fitting 2000 lumens CCT 6500 K surface
type ( Approved makes: PHILIPS Model BN021C LED20S PSU CW GR S2 / Lighting
Technologies / TRILUX) – 416 nos
2. Round surface slack LED fitting with Aluminium die cast housing 18W (Approved makes:
Jaquar Model LNRO02R018SN / Lighting Technologies / TRILUX / Philips) – 590 nos.
3. High bay Circular LED fitting14500 lumens with narrow / wide beam with toughened glass
( Approved makes: PHILIPS Model BY415P LED145S CW HE NB FG PSU GR XTFCL
S5 / Lighting Technologies / TRILUX) - nil
4. Mirror light LED fitting 1000 lumens extruded aluminium batten ( Approved makes:
PHILIPS Model BN021 LED10S PSU GR S1 / Lighting Technologies / TRILUX) – 140
nos
5. 1200 mm long Extruded aluminium batten LED fitting surface mounted 3900 lumens CCT
6500 K ( Approved makes: PHILIPS Model SP 680P LED 39S 6500 PSUWH L120 S1 /
Lighting Technologies / TRILUX) – 40 nos
6. Chandlier fitting with gold colour spectra crystals made of brass with E27 cap 1 x 5 W
LED (Approved makes: Jaquar Model UMBRA product code 9111 / Lighting Technologies
/ TRILUX / Philips / Pasolite/ CG/ Bajaj ) – nil.
7. Bulk head fitting pressure die cast housing with IP 66 protection surface mounted (
Approved makes: PHILIPS Endura LED TypeWT202W LED 6S NW PSU S2 PC /
Lighting Technologies / TRILUX) - 40 nos
8. 600 mm x 600 mm LED fitting surface mounted CRCA housing 32 watt ( Approved
makes: PHILIPS Model SM 365C LED 32 – 6500 PSU OD GR / Lighting Technologies /
TRILUX) – 10 nos
9. Wall bracket fitting made of die cast aluminium , transparent tempered lass diffuser up or
down light 1 x 8 watt LED 3000 CCT (Approved makes: Jaquar Model Breva Item code
LWWL01x108XW / Lighting Technologies / TRILUX / Philips) – 8 nos.
10. 1200 mm sweep Ceiling fan 5 star ( Approved makes HAVELLS / CROMPTON
GREAVES / USHA / ORIENT (5 STAR RATED with ISI mark) – 416 nos.
11. 250 mm Sweep metallic exhaust fan with metallic louvers and metallic mosquito mesh
(Approved makes: KHAITAN/ CROMPTON/ USHA/ ALMONARD/ ORIENT/ ALSTHOM) –
130 nos.
12. 6A / 16A 6 pin socket outlet and 15 A / 16 A switch – 682 nos.
13. SPN MCB 20A with SS enclosure – 4 nos.
14. AC Point with 20 A DP modular switch and 20 A 3 pin socket – nil.
15. 1.5 TR Split AC inverter type (Approved Makes : Hitachi / Blue Star / LG / Daikin ) – nil
16. 2.0 TR Split AC inverter type (Approved Makes : Hitachi / Blue Star / LG / Daikin ) – nil
17. Inter com outlets – 92 nos
18. 20 pair telephone DP box with crone connectors – 10 nos
19. 100 pair MDF box with crone connectors – 2 nos.
20. Telephone outlets – 10 nos.
21. Otdoor Tephone DP box with krone connectors - 2 Nos
22. Telephone instruments with caller id ( Approved makes Alcatel T 56 or equivalent in
Panasonic / Motorola)– 92 nos.
251
251
251
23. Access control system with suitable doors and with biometric and card based access - nil
24. Fire Extinguisher CO2 based 6 Kg ISI marked – nil
25. 1000 LPD solar water heater – 12 nos.
26. 500 LPD solar water heater – 2 nos.
27. Outdoor telephone DP box with crone connectors 10 pair – 2 nos.
28. R O water purifier Plant 500 litres per hour – 2nos
29. 150 litres storage water cooler – 10 nos.
30. CO2 based fire extinguisher - 32 nos.
31. Non-essential electrical panel, Essential Electrical Panel inside the building, Main DBs,
Sub DBs, cabling with copper conductor FRLS cables of suitable size.
252
252
252
GO‟s MESS

1. 1200 mm long Extruded aluminium batten LED fitting 2000 lumens CCT 6500 K surface
type ( Approved makes: PHILIPS Model BN021C LED20S PSU CW GR S2 / Lighting
Technologies / TRILUX) – 10 nos
2. Round surface slack LED fitting with Aluminium die cast housing 18W (Approved makes:
Jaquar Model LNRO02R018SN / Lighting Technologies / TRILUX / Philips) – 28 nos.
3. High bay Circular LED fitting14500 lumens with narrow / wide beam with toughened glass
( Approved makes: PHILIPS Model BY415P LED145S CW HE NB FG PSU GR XTFCL S5
/ Lighting Technologies / TRILUX) - nil
4. Mirror light LED fitting 1000 lumens extruded aluminium batten ( Approved makes:
PHILIPS Model BN021 LED10S PSU GR S1 / Lighting Technologies / TRILUX) – 11 nos
5. 1200 mm long Extruded aluminium batten LED fitting surface mounted 3900 lumens CCT
6500 K ( Approved makes: PHILIPS Model SP 680P LED 39S 6500 PSUWH L120 S1 /
Lighting Technologies / TRILUX) – 26 nos
6. Chandlier fitting with gold colour spectra crystals made of brass with E27 cap 1 x 5 W LED
(Approved makes: Jaquar Model UMBRA product code 9111 / Lighting Technologies /
TRILUX / Philips / Pasolite/ CG/ Bajaj ) – nil.
7. Dining table hanging type fitting copper outside and inside white, Metal pendent with lamp
E27 1 x 9 watt ( Approved make JAQUAR Type no. JNL-COP- SL1000W or equivalent in
Philips / Lighting Technologies / Trilux/ Pasolite / K-Lite) – 3 nos.
8. Bulk head fitting pressure die cast housing with IP 66 protection surface mounted (
Approved makes: PHILIPS Endura LED TypeWT202W LED 6S NW PSU S2 PC / Lighting
Technologies / TRILUX) - 12 nos
9. 600 mm x 600 mm LED fitting surface mounted CRCA housing 32 watt ( Approved
makes: PHILIPS Model SM 365C LED 32 – 6500 PSU OD GR / Lighting Technologies /
TRILUX) – nil
10. Wall bracket fitting made of die cast aluminium , transparent tempered lass diffuser up or
down light 1 x 8 watt LED 3000 CCT (Approved makes: Jaquar Model Breva Item code
LWWL01x108XW / Lighting Technologies / TRILUX / Philips) – 16 nos.
11. 1200 mm sweep Ceiling fan 5 star ( Approved makes HAVELLS / CROMPTON GREAVES
/ USHA / ORIENT (5 STAR RATED with ISI mark) – 31 nos.
12. 250 mm Sweep metallic exhaust fan with metallic louvers and metallic mosquito mesh
(Approved makes: KHAITAN/ CROMPTON/ USHA/ ALMONARD/ ORIENT/ ALSTHOM) –
11 nos.
13. 6A / 16A 6 pin socket outlet and 15 A / 16 A switch – 50 nos.
14. SPN MCB 20A with SS enclosure – nil
15. AC Point with 20 A DP modular switch and 20 A 3 pin socket – 10 nos.
16. 1.5 TR Split AC inverter type (Approved Makes : Hitachi / Blue Star / LG / Daikin ) –8 nos.
17. 2.0 TR Split AC inverter type (Approved Makes : Hitachi / Blue Star / LG / Daikin ) – 2 nos.
18. Intercom outlets – 13 nos
19. 20 pair telephone DP box with crone connectors – 1 no
20. 100 pair MDF box with crone connectors – nil.
21. Telephone outlets – 10 nos.
22. Outdoor Telephone DP Box with crone connectors 20 Pair – 1 No
23. Telephone instruments with caller id ( Approved makes Alcatel T 56 or equivalent in
Panasonic / Motorola)– 13 nos.
253
253
253
24. Access control system with suitable doors and with biometric and card based access - nil
25. Fire Extinguisher CO2 based 6 Kg ISI marked – 6 nos.
26. 300 LPD solar water heater – 1 no.
27. Outdoor telephone DP box 10 pair – 2 nos.
28. Storage water cooler with inbuilt RO + UV purifier 80 litres storage capacity and 60 LPH
water outlet – 1 no.
29. Non-essential electrical panel, Essential Electrical Panel inside the building, Main DBs,
Sub DBs, cabling with copper conductor FRLS cables of suitable size.
254
TYPE III 254
QUARTERS
254
– 16 Nos

1. 1200 mm long Extruded aluminium batten LED fitting 2000 lumens CCT 6500 K surface
type ( Approved makes: PHILIPS Model BN021C LED20S PSU CW GR S2 / Lighting
Technologies / TRILUX) – 64 nos
2. Round surface slack LED fitting with Aluminium die cast housing 18W (Approved makes:
Jaquar Model LNRO02R018SN / Lighting Technologies / TRILUX / Philips) – 48 nos.
3. Mirror light LED fitting 1000 lumens extruded aluminium batten ( Approved makes:
PHILIPS Model BN021 LED10S PSU GR S1 / Lighting Technologies / TRILUX) – 32 nos
4. Chandlier fitting with gold colour spectra crystals made of brass with E27 cap 1 x 5 W
LED (Approved makes: Jaquar Model UMBRA product code 9111 / Lighting Technologies
/ TRILUX / Philips / Pasolite/ CG/ Bajaj ) – nil.
5. Bulk head fitting pressure die cast housing with IP 66 protection surface mounted (
Approved makes: PHILIPS Endura LED TypeWT202W LED 6S NW PSU S2 PC /
Lighting Technologies / TRILUX) - 16 nos
6. 600 mm x 600 mm LED fitting surface mounted CRCA housing 32 watt ( Approved
makes: PHILIPS Model SM 365C LED 32 – 6500 PSU OD GR / Lighting Technologies /
TRILUX) – nil nos
7. Wall bracket fitting made of die cast aluminium, transparent tempered glass diffuser up or
down light 1 x 8 watt LED 3000 CCT (Approved makes: Jaquar Model Breva Item code
LWWL01x108XW / Lighting Technologies / TRILUX / Philips) – 48 nos.
8. 1200 mm sweep Ceiling fan 5 star ( Approved makes HAVELLS / CROMPTON
GREAVES / USHA / ORIENT (5 STAR RATED with ISI mark) – 64 nos.
9. 250 mm Sweep metallic exhaust fan with metallic louvers and metallic mosquito mesh
(Approved makes: KHAITAN/ CROMPTON/ USHA/ ALMONARD/ ORIENT/ ALSTHOM) –
48 nos.
10. 6A / 16A 6 pin socket outlet and 15 A / 16 A switch – 128 nos.
11. 5A/6A 3 pin socket and 5A/6A switch – 80
12. Call bell point with ding dong bell – 16 nos.
13. SPN MCB 20A with SS enclosure – 32 nos.
14. AC Point with 20 A DP modular switch and 20 A 3 pin socket – 48 nos.
15. 1.5 TR Split AC inverter type (Approved Makes : Hitachi / Blue Star / LG / Daikin ) – nil
16. 2.0 TR Split AC inverter type (Approved Makes : Hitachi / Blue Star / LG / Daikin ) – nil
17. SPN MCB DB 16 way with 40 A DP RCBO 30 mA sensitivity as incomer and SP MCBs
as outgoing.
18. Inter com outlets – 16 nos
19. 20 pair telephone DP box with crone connectors – 2 nos
20. 100 pair MDF box with crone connectors – nil.
21. Telephone outlets – 16 nos.
22. Outdoor telephone DP Box with krone connectors – 1 No
23. Telephone instruments with caller id ( Approved makes Alcatel T 56 or equivalent in
Panasonic / Motorola)– 16 nos.
24. TV Outlet – 48 nos.
25. Access control system with suitable doors and with biometric and card based access - nil
26. Fire Extinguisher CO2 based 6 Kg ISI marked – nil
27. Outdoor telephone DP box 10 pair – 2 nos.
28. Meter board with all accessories required as per BESCOM requirement and obtaining
service connections
255
TYPE IV 255
QUARTERS
255
– 6 Nos

1. 1200 mm long Extruded aluminium batten LED fitting 2000 lumens CCT 6500 K surface
type ( Approved makes: PHILIPS Model BN021C LED20S PSU CW GR S2 / Lighting
Technologies / TRILUX) – 36 nos
2. Round surface slack LED fitting with Aluminium die cast housing 18W (Approved makes:
Jaquar Model LNRO02R018SN / Lighting Technologies / TRILUX / Philips) – 36 nos.
3. High bay Circular LED fitting14500 lumens with narrow / wide beam with toughened glass
( Approved makes: PHILIPS Model BY415P LED145S CW HE NB FG PSU GR XTFCL
S5 / Lighting Technologies / TRILUX) - nil
4. Mirror light LED fitting 1000 lumens extruded aluminium batten ( Approved makes:
PHILIPS Model BN021 LED10S PSU GR S1 / Lighting Technologies / TRILUX) – 30 nos
5. 1200 mm long Extruded aluminium batten LED fitting surface mounted 3900 lumens CCT
6500 K ( Approved makes: PHILIPS Model SP 680P LED 39S 6500 PSUWH L120 S1 /
Lighting Technologies / TRILUX) – nil
6. Chandlier fitting with gold colour spectra crystals made of brass with E27 cap 1 x 5 W
LED (Approved makes: Jaquar Model UMBRA product code 9111 / Lighting Technologies
/ TRILUX / Philips / Pasolite/ CG/ Bajaj ) – nil.
7. Bulk head fitting pressure die cast housing with IP 66 protection surface mounted (
Approved makes: PHILIPS Endura LED TypeWT202W LED 6S NW PSU S2 PC /
Lighting Technologies / TRILUX) - 8 nos
8. 600 mm x 600 mm LED fitting surface mounted CRCA housing 32 watt ( Approved
makes: PHILIPS Model SM 365C LED 32 – 6500 PSU OD GR / Lighting Technologies /
TRILUX) – nil nos
9. Wall bracket fitting made of die cast aluminium, transparent tempered glass diffuser up or
down light 1 x 8 watt LED 3000 CCT (Approved makes: Jaquar Model Breva Item code
LWWL01x108XW / Lighting Technologies / TRILUX / Philips) – 66 nos.
10. 1200 mm sweep Ceiling fan 5 star ( Approved makes HAVELLS / CROMPTON
GREAVES / USHA / ORIENT (5 STAR RATED with ISI mark) – 42 nos.
11. 250 mm Sweep metallic exhaust fan with metallic louvers and metallic mosquito mesh
(Approved makes: KHAITAN/ CROMPTON/ USHA/ ALMONARD/ ORIENT/ ALSTHOM) –
36 nos.
12. 6A / 16A 6 pin socket outlet and 15 A / 16 A switch – 72 nos.
13. 5A/6A 3 pin socket and 5A/6A switch – 54 nos.
14. Call bell point with ding dong bell – 12 nos.
15. SPN MCB 20A with SS enclosure – 30 nos.
16. AC Point with 20 A DP modular switch and 20 A 3 pin socket – 24 nos.
17. 1.5 TR Split AC inverter type (Approved Makes : Hitachi / Blue Star / LG / Daikin ) – nil
18. 2.0 TR Split AC inverter type (Approved Makes : Hitachi / Blue Star / LG / Daikin ) – nil
19. Phase selector type TPN MCB DB 8 way with 40 A FP RCBO 30 mA sensitivity as
incomer and SP MCBs as outgoing.
20. Inter com outlets – 6 nos
21. 20 pair telephone DP box with crone connectors – 1 no
22. Telephone outlets – 12 nos.
23. Telephone instruments with caller id ( Approved makes Alcatel T 56 or equivalent in
Panasonic / Motorola)– 6 nos.
24. TV Outlet – 30 nos.
25. Outdoor telephone DP box 20 pair – 1 no.
26. Meter board with all accessories required as per BESCOM requirement and obtaining
service connections
256
256
256
TYPE V QUARTERS – 2 nos
1. 1200 mm long Extruded aluminium batten LED fitting 2000 lumens CCT 6500 K surface
type ( Approved makes: PHILIPS Model BN021C LED20S PSU CW GR S2 / Lighting
Technologies / TRILUX) – 12 nos
2. Round surface slack LED fitting with Aluminium die cast housing 18W (Approved makes:
Jaquar Model LNRO02R018SN / Lighting Technologies / TRILUX / Philips) – 6 nos.
3. High bay Circular LED fitting14500 lumens with narrow / wide beam with toughened glass (
Approved makes: PHILIPS Model BY415P LED145S CW HE NB FG PSU GR XTFCL S5 /
Lighting Technologies / TRILUX) - nil
4. Mirror light LED fitting 1000 lumens extruded aluminium batten ( Approved makes:
PHILIPS Model BN021 LED10S PSU GR S1 / Lighting Technologies / TRILUX) – 10 nos
5. 1200 mm long Extruded aluminium batten LED fitting surface mounted 3900 lumens CCT
6500 K ( Approved makes: PHILIPS Model SP 680P LED 39S 6500 PSUWH L120 S1 /
Lighting Technologies / TRILUX) – nil
6. Chandlier fitting with gold colour spectra crystals made of brass with E27 cap 1 x 5 W LED
(Approved makes: Jaquar Model UMBRA product code 9111 / Lighting Technologies /
TRILUX / Philips / Pasolite/ CG/ Bajaj ) – nil.
7. Bulk head fitting pressure die cast housing with IP 66 protection surface mounted (
Approved makes: PHILIPS Endura LED TypeWT202W LED 6S NW PSU S2 PC / Lighting
Technologies / TRILUX) - 8 nos
8. 600 mm x 600 mm LED fitting surface mounted CRCA housing 32 watt ( Approved makes:
PHILIPS Model SM 365C LED 32 – 6500 PSU OD GR / Lighting Technologies / TRILUX) –
nil nos
9. Wall bracket fitting made of die cast aluminium housing, transparent tempered glass
diffuser up or down light wall washer 1 x 12 watt LED 3000 CCT (Approved makes: Jaquar
Model Astre Item code LWWL03x012XW / Lighting Technologies / TRILUX / Philips) – 26
nos.
10. 1200 mm sweep Ceiling fan 5 star ( Approved makes HAVELLS / CROMPTON GREAVES
/ USHA / ORIENT (5 STAR RATED with ISI mark) – 14 nos.
11. 250 mm Sweep metallic exhaust fan with metallic louvers and metallic mosquito mesh
(Approved makes: KHAITAN/ CROMPTON/ USHA/ ALMONARD/ ORIENT/ ALSTHOM) –
12 nos.
12. 6A / 16A 6 pin socket outlet and 15 A / 16 A switch – 34 nos.
13. 5A/6A 3 pin socket and 5A/6A switch – 20 nos.
14. Call bell point with ding dong bell – 6 nos.
15. SPN MCB 20A with SS enclosure – 10 nos.
16. AC Point with 20 A DP modular switch and 20 A 3 pin socket – 10 nos.
17. 1.5 TR Split AC inverter type (Approved Makes : Hitachi / Blue Star / LG / Daikin ) – nil
18. 2.0 TR Split AC inverter type (Approved Makes : Hitachi / Blue Star / LG / Daikin ) – nil
19. Phase selector type TPN MCB DB 8 way with 40 A FP RCBO 30 mA sensitivity as incomer
and SP MCBs as outgoing.
20. Inter com outlets – 2 nos
21. 20 pair telephone DP box with crone connectors – 1 no
22. Telephone outlets – 10 nos.
23. Telephone instruments with caller id ( Approved makes Alcatel T 56 or equivalent in
Panasonic / Motorola)– 2 nos.
24. TV Outlet – 10 nos.
25. Outdoor telephone DP box 20 pair – 1 no.
26. Meter board with all accessories required as per BESCOM requirement and obtaining
service connections
257
257
257
QUARTER GUARD

1. 1200 mm long Extruded aluminium batten LED fitting 2000 lumens CCT 6500 K surface type
( Approved makes: PHILIPS Model BN021C LED20S PSU CW GR S2 / Lighting
Technologies / TRILUX) – 12 nos
2. Round surface slack LED fitting with Aluminium die cast housing 18W (Approved makes:
Jaquar Model LNRO02R018SN / Lighting Technologies / TRILUX / Philips) – 37 nos.
3. High bay Circular LED fitting14500 lumens with narrow / wide beam with toughened glass (
Approved makes: PHILIPS Model BY415P LED145S CW HE NB FG PSU GR XTFCL S5 /
Lighting Technologies / TRILUX) - nil
4. Mirror light LED fitting 1000 lumens extruded aluminium batten ( Approved makes: PHILIPS
Model BN021 LED10S PSU GR S1 / Lighting Technologies / TRILUX) – 5 nos
5. Flame proof LED tube light fitting surface mounted ( Approved makes: Crompton Greaves
Model No. EXTN1LT8-16/20/ PHILIPS / Lighting Technologies / TRILUX / Bajaj / WIPRO) –
60 nos
6. Chandlier fitting with gold colour spectra crystals made of brass with E27 cap 1 x 5 W LED
(Approved makes: Jaquar Model UMBRA product code 9111 / Lighting Technologies /
TRILUX / Philips / Pasolite/ CG/ Bajaj ) – nil.
7. Bulk head fitting pressure die cast housing with IP 66 protection surface mounted (
Approved makes: PHILIPS Endura LED TypeWT202W LED 6S NW PSU S2 PC / Lighting
Technologies / TRILUX) - 16 nos
8. 600 mm x 600 mm LED fitting surface mounted CRCA housing 32 watt ( Approved makes:
PHILIPS Model SM 365C LED 32 – 6500 PSU OD GR / Lighting Technologies / TRILUX) –
nil
9. Wall bracket fitting made of die cast aluminium , transparent tempered lass diffuser up or
down light 1 x 8 watt LED 3000 CCT (Approved makes: Jaquar Model Breva Item code
LWWL01x108XW / Lighting Technologies / TRILUX / Philips) – nil
10. 1200 mm sweep Ceiling fan 5 star ( Approved makes HAVELLS / CROMPTON GREAVES /
USHA / ORIENT (5 STAR RATED with ISI mark) – 47 nos.
11. 250 mm Sweep metallic exhaust fan with metallic louvers and metallic mosquito mesh
(Approved makes: KHAITAN/ CROMPTON/ USHA/ ALMONARD/ ORIENT/ ALSTHOM) – 4
nos.
12. 6A / 16A 6 pin socket outlet and 15 A / 16 A switch – 33 nos.
13. SPN MCB 20A with SS enclosure – nil.
14. AC Point with 20 A DP modular switch and 20 A 3 pin socket – nil.
15. 1.5 TR Split AC inverter type (Approved Makes : Hitachi / Blue Star / LG / Daikin ) – nil
16. 2.0 TR Split AC inverter type (Approved Makes : Hitachi / Blue Star / LG / Daikin ) – nil
17. Inter com outlets – 8 nos
18. 20 pair telephone DP box with crone connectors – 1 no
19. Telephone outlets – 1 no.
20. Telephone instruments with caller id ( Approved makes Alcatel T 56 or equivalent in
Panasonic / Motorola)– 8 nos.
21. Access control system with suitable doors and with biometric and card based access - nil
22. Fire Extinguisher CO2 based 6 Kg ISI marked – 4 nos.
23. Outdoor telephone DP box 10 pair – 1 no.
24. Non-essential electrical panel, Essential Electrical Panel inside the building, Main DBs, Sub
DBs, cabling with copper conductor FRLS cables of suitable size.
258
258
258
POWER DISTRIBUTION

Separate lighting DBs and power DBs with 25A and 40A RCBO with 30MA sensitivity as
incomer, main DBs, Sub DBs, essential and non-essential Panel boards, panel rooms, Feeder
pillars, cables etc are to be provided. Electrical rooms of suitable size are to be constructed at
suitable location for accommodating panels, UPS, EPABX / MDF box, Battery racks, etc. with
spacing as per norms (minimum 1 metre) and one meter gap all around the UPS and Battery
rack. Necessary RCC pipes of 300 dia – 2 nos for every electrical room and 150 mm dia RCC
pipes- 2 nos. for communication / data cables and cable trench of depth 1 m and width 1 m on
two sides of the electrical room.

Specifications for 500 LPH fully automatic RO water


plant
for 320 men barrack – 2nos with connections to 150 litres Storage water coolers and one
each tap in kitchen for cooking purpose.
1. The chemical composition of raw water available at site shall be ascertained by the
tendering agency.
2. Product water quality should be TDS<100 PPM and PH = 7.6.
3. Flow rate 500 litres / hour
4. Raw water feed flow – 1250 litres / hour
5. Recovery – 40-45%
6. The plant should be fully automatic
7. Storage water tank of capacity 1000 litres made with food grade stainless steel
8. All pumps, filters, measuring instruments protection units, electrical panel, dozing
system etc of reputed makes.
9. One year free maintenance after handing over to the client.

Specifications of 150 litres capacity Storage water


cooler
for 320 men barrack one each in floor and one in dining. To be fed from the 500 LPH RO
plant
Make : Bluestar model PC 15150 – 3T or equivalent in Voltas, Usha, Aqua Guard
1. Storage capacity – 150 litres
2. Nominal cooling capacity – 150 litres
3. No. of faucets – 1 plain + 2 cold
259
Specifications of 80 259
litres
capacity Storage water
259
cooler with inbuilt RO+UV purifier
Make : Bluestar model SWCSDLX 6080UVROE or equivalent in Voltas, Usha, Aqua Guard
1. Storage capacity – 80 litres
2. Nominal cooling capacity – 80 litres
3. RO water outlet – 60 litres per hour
4. No. of faucets – 2 cold

Specifications for 20PAX video conferencing cum


presentation system

for Administrative Block and communication block


Details, specifications, makes and models
1. 65" Full HD LED Professional Display with wall mount kit and all other supporting
accessories etc. complete – 2nos. Similar to Panasonic make LH-65QM1KD or
Equivalent Samsung, SONY
2. Wireless Presentation / Collaboration System with all accessories complete – 1no.
Blackbox make: Coalesce or Equivalent Barco
3. RealPresence Group 500-720p: Group 500 HD codec, EagleEyeIV-12x camera, mic
array, univ. remote, NTSC/PAL Cables: 2 HDMI of1.8m, 1CAT 5E LAN 3.6m, 1 HDCI
digital 3m. Power: India BIS – 1 no. Siimilar to Polycom make Realpresence Group 500-
720p 7200-64250-036, Multipoint license and partner premier services
4. 7" Touch panel with mounting bracket with all accessories complete – 1 set. Crestron
Make - TSW 760.
5. POE Injector – 1 no. Crestron Make - PWE-4803RU
6. 16W ceiling flush-mount loudspeaker with line matching transformers with selected tap
setting – 8 nos. similar to Bose make DS16F or Equivalent Sennheiser.
7. 2x120W zone Mixer Amplifier of Bose make FreeSpace DXA 2120 to work with the above
system for achieving the required out – 1no.
8. 24″ white finish Ceiling Array Microphone with Shure DSP Utilities or Equivalent AKG /
Sennheiser – 3nos.
9. Powerful General Purpose DSP / 128 Channel (64x64) Redundant Dante / On-board
Ethernet & Dante Network Switches /4 Analog mic/line inputs & 4 Analog Outputs / Up to
8x8 Channels of USB Audio / 1 I/O Expansion Card Slot / Internal Universal Input Supply
/ Accepts Radius NX Dual Core AEC Coprocessor, up to 16 Channels (two references),
or up to 8 channels (independent references) for conferencing and sound reinforcement
application with all accessories complete Symmetrix make Radius NX 4 x 4 AEC2 or
Equivalent ClearOne – 1no.
10. 3-Series 4K Digital Media Presentation switcher with fully programmable & automatic
operation for completely custom applications with all accessories complete – 1no.
Crestron Make - DMPS3-4K-100-C.
11. 12.9" Touch panel interface unit with 512GB storage with all accessories complete. Apple
Make - IPad Pro
12. Multi-view speaker and charging table docking station for iPad with Variable angle (15-
65°) adjustable arm and rotating bracket for optimized viewing position with all
accessories complete. iSound Make - Cinema Sound
13. Crestron Application Software for IPAD PRO.
260
14. Wireless Acecess Point / Wi-Fi Router260 with two antennas, 4 Nos. LAN ports, USB port for
network printer or hard drive, suitable 260power adopter with all accessories complete.
Similar to Netgear - R6220.
15. Wall / floor mounted (as per site requirement) Rittal make Communication 15U rack made
in two sections viz rear wall mount Section / rear Steel Door and hinged front section with
glass doors, swing handles, lock, Top and Bottom Cable entries, Supports for mounting
rack, Cable managers, Fan tray with 2 x 230 Volt fans, Equipment mounting hardware,
wire managers, power supply box for supplying power to hubs, fans etc along with earth
continuity kit, MCB, indicator, moulded power supply cable, Blank panels, sliding shelves
etc.
16. 5400 Lumens WUXGA Projector of with 360 degree rotation, 1,920 × 1,080 pixels HD
Resolution with Laser / LED Hybrid lamp with 20,000 hours, 20,000:1 Contrast ratio and
VGA In (Dsub-15pin), DVI Digital Input, Audio Out (Mini Jack), RS232 (DB-9pin),
HDBaseT (RJ-45), Audio In (Mini Jack), Composite (RCA), HDMI, Network (RJ-45)
Connectivity, remote control, Multi Projector Monitoring & Control Software. Including
ceiling mount kit and all other supporting accessories etc. complete as required.
17. 109" Diagonal Motorized Screen with 16:10 Aspect Ratio with remote control, mount kit
and all other supporting accessories etc. complete. Seemax make: Shine B
18. All other items required for video conferencing with 4 or more people at different
geographical locations and for giving presentations.
19. Training for 15 days in a total period of 6 months to CISF staff for operation of all the
equipments.
20. The licenses etc should be valid for life time use of the equipments.

In toilet area: For general lighting LED type batten fittings with light out put not less than 2000
lumens or 1800 lumens round surface mounted sleek LED fittings of suitable numbers shall be
used as mentioned. Heavy duty Exhaust fan with louvers shall be used (the size and number
shall be decided as per air changes required as per NBC norms). One no. 15/5 amp socket outlet
shall also be provided. LED type mirror light of suitable size and wattage shall be provided near
wash basin. Occupancy sensors will be provided in the common toilets.

External lighting
The scope of this work consists of planning, designing and SITC of LED street lighting with
poles along roads,pathways, gardens etc. nearby the above buildings. The total qty shall be 24
nos. Fabrication and supplying of 3.0 metre long street light pole made of 65 mm dia (nominal
size) medium class G.I.pipe welded with M.S.base plate of size 300 mm x 300 mm x 6 mm thick
I/c drilling of holes for cable entry , earth stud and painting pole with one coat of anti-corrosive
paint and two coats of approved quality of Aluminium paint, Erection of the same in cement
concrete 1:2:4 ( 1 cement: 2 coarse sand : 4 graded stone aggregate of 20 mm nominal size)
foundation with cement concrete collar of 0.5m dia X 0.4m height above ground level including
excavation and refilling etc as required. In addition Supply, installation, testing and
commissioning of LED street light luminaire with 2500 lumens, suitable for 230V, single phase,
50 Hz, AC supply complete with all accessories and connections, earthing the body etc.
complete as reqd. ( The fitting shall be as per PHILIPS Model No. BGP161 LED 2500/NW PSU
220-240V 7043 IN or approved equivalent from Wipro/ Trilux / Lighting Technologies) and
supplying and fixing of SMC cable looping box 230mm X 170mm X 105mm deep, having
hinged cover plates including providing and fixing one No. 6 amps SP MCB "C" series, and 4
way 32A brass connector terminals on 6 mm thick phinolic laminated sheet for looping of 2 x 10
/ 16 Sq.mm cable and suitable size detachable gland plate inside with necessary hole at the
bottom for cable entry pipe etc., as required.(Make: Hensel/Sintex).
261
261
261
Supplying and fixing of 50 mm dia 1.5 mtr long medium class GI pipe suitably bent at the bottom
end for cable entry to street light looping box including threading the pipe and fixing the same
with MS clamp to the pole including painting etc. complete as required. The road work of the
campus has to be constructed as per details given in Civil part and accordingly street light has to
be provided along the road work as below (details indicated are only tentative, for the purpose of
guidance only. It is responsibility of the contractor to ensure that the work of external lighting has
to be executed as per guidelines specified in NBC 2016).

1 Feeder pillar To be fabricated with astronomical timer or light sensing type


nature switch for street light and facade light control and as per
CPWD specifications by a CPRI approved fabricator.
2 Connecting cables Substations to feeder pillar and from feeder pillar to street light
poles with suitable size 4 core / 2 core Aluminium armoured UG
cables laid in DWC pipes as per approved norms and
specifications.

The electrical Installation work shall be carried out in accordance with Indian Standard
Code of Practice. It shall also be in conformity with the current Indian Electricity rules and
regulations and requirements of the Local Electricity Supply Authority and Fire Service /
Insurance regulations, so far as these become applicable to the installation. Electrical work in
general shall be carried out as per following CPWD Specifications amended upto date.

General Specifications for Electrical Works: Part-II-External Work- 1994.Wherever these


specifications calls for a higher standard of material and or workmanship than those required by
any of the above mentions regulations and specification then the specification here under shall
take precedence over the said regulations and standards.

The details of scope of work subhead wise are given in the subsequent paras. The
quantities worked out in schedule of quantities are based on particular equipment considered at
design stage. The contractor is required to recheck the quantities based on equipment offered
by him to achieve required parameters.

FEEDER PILLAR

Outdoor type Feeder Pillars shall be suitable for 3 phase, 50Hz, 415 volts, A.C. system
and shall generally conform to IS 5039. Feeder Pillar shall be fabricated as per CPWD
specification and sound engineering practice. Fabrication shall be started only after approval of
drawing by Engineer-in-charge. All components of feeder pillars like MCCBs, Bus bar, MCBs,
astronomical timer etc. shall fulfill all requirement of relevant IS codes. MCCBs upto 250 amp
capacity should have breaking capacity not less than 35 KA and that of more than 250 Amp
shall have breaking capacity 50 KA. All MCBs to be used shall have breaking capacity not less
than 10KA Bus bar shall be of tinned copper electrolytic grade. For all MCCBs and MCBs ICs =
ICu. Enclosures of feeder pillars shall be painted with 7 tank process.

MOULDED CASE CIRCUIT BREAKERS

Moulded Case Circuit Breaker shall be incorporated in the Feeder Pillars wherever
specified. MCCB‟s shall conform to IS: 13947 (Part-II) IEC-947(2) in all respects. MCCB‟s shall
be suitable either for single phase AC 230 volts or three phase 415volts. The MCCB shall of
thermal magnetic type upto 200A ratingand MCCB above 250A rating shall be of microprocessor
base having overload and short circuit protection. The incomer MCCB shall also have earth fault
protection and time delay. The main incoming MCCB / ACB provided in the main panel of each
building shall be microprocessor based and shall be suitable for BMS operation.
262
262
Road / street lighting: For Road lighting Pole262
shall be GI octagonal type with designer bracket of
approved brand. Street light fittings shall be LED type. Illumination level to be maintained at road
shall be as specified in NBC code / CPWD specifications. The height and distance between each
poles shall be maintained as per provision laid down in CPWD specifications. The minimum
specifications for LED street light fittings to be used are :

i) Type LED type only


ii) IP rating 66
iii) Efficacy Not less than 100 lumens / system watt
iv) Colour temperature As decided by Engineer-in-Charge
v) CRI > 80
vi) THD < 10
vii) Housing Die cast aluminium
viii) PF > 0.95
ix) Operating voltage 140 – 270 V, A.C. 50 Hz
x) Surge protection > 5 KA
Street lighting/Area lighting Specification shall be as above
Façade lighting Specification shall be as per designs approved by
Engineer-in-charge

Signage‟s / Sign boards: The scope of works consists of

Signages: Designing, manufacturing, providing and fixing of self glowing photo luminescent
safety sinages on 1.2 mm thick aluminium sheet of various matter as briefed by the Engineer-in-
charge such as electrical safety precaution, instructions for lift passengers, fire safety measures,
indication of various shafts, entrance , exit, stairs, toilets, fire exit etc having single side printing /
computerized setting of letters on the photo luminescent as base chemical covered with stabilizer
coating complete as required for all floors of buildings under construction . Wherever required
light illuminated signages shall also be used.

Sign Boards (For buildings): The scope of work also consists of design, supply, fabrication and
fixing of sign board using word made of acrylic cut out letter with LED and reflecting vinyl sheet
as per design approved by Client /Engineer-in-charge. The board shall be fabricated with 3mm
thick ACP sheet and suitable size AI supports. Powder coated aluminum sheet shall be fixed
from the rear side of the entire board to make box section. Powder coated aluminum cuts and
bracket shall be used of minimum 3 mm thickness.
263
263
263
C.3.1: COMMERCIAL AND ADDITIONAL CONDITIONS FOR FIRE FIGHTING SYSTEM
(Wet riser and sprinkler system as per NBC 2016 requirements)

Scope of work:

The scope of fire fighting system in various building to be constructed shall be as per NBC
2016
Note: The work shall be executed as per the provisions given in NBC- 2016 & local byelaws
whichever is higher. Nothing extra shall be payable to contractor on this account.

I. Fire Protection System including Sprinkler System, wet risers, Yard-hydrants and Fire
Pumps etc. wherever required shall be designed and provided as per NBC 2016 , IS
standard & Fire Bye Laws. Initial Aproval / NOC for the scheme from Karnataka State
Fire Service Department shall be obtained by the agency.

II. Scope of work shall be as under:

To get the fire fighting scheme approved first from Karnataka State Fire service
department before taking up execution of work for the entire building. To execute the
work as per approval of Karnataka state fire service department and as per scope of
work.

Agency shall obtain NOC/ clearance certificate from Karnataka state fire service
department for the entire building as per requirement. For the portions excluded from
the scope the work will be carried out by the department or by the client as per the
scheme approved by the fire department.

III. All the buildings to be constructed have to be connected with Heavy duty (C–Class)
M.S. pipe of suitable diameter, necessary NRV / sluice valve / butter fly valve as per
drawing approved by Engineer – in – charge as FIRE FIGHTING RING MAIN WATER
LINE. The fire pump house shall be constructed and fire fighting equipments shall be
Supplied, Installed, tested and commissioned by the contractor as per the approved
drawing and design.

IV. Fire extinguishers shall be installed at each floor in all the wings of the buildings ( as
per NBC 2016/Fire Services of Karnataka Govt. norms). In addition to this fire
extinguishers in the building ABC type fire extinguishers of not less than 4.5 kg
capacity shall also be installed in sub-station building, Electrical rooms, fire pump
house, LT rooms, Lift machine rooms ( as per NBC/Fire Services of Karnataka Govt.
norms).

V. The agency must study specifications, provision for fire-fighting system for
various buildings, NBC code – 2016, local byelaws and additional conditions carefully.
The work shall be executed in close co-ordination with the progress of building work.

VI. Contractor shall provide all tools, equipment, metering and testing devices required for
the purpose. On award of work, Contractor shall submit a detailed proposal giving
methods of testing and gauging the performance of the equipment to be supplied and
installed under this Contract.

VII. All tests shall be made in the presence of the Engineer-in-charge or his representative
or any inspecting authority and results recorded. At least five working days notice in
writing shall be given to the inspecting parties before performing any test.

VIII. Water flow rate of all equipment and in pipe lines through valves shall be adjusted to
design conditions. Complete results of adjustments shall be recorded and submitted.
264
264
IX. Contractor shall ensure proper balancing
264 of the hydraulic system and for the pipes /
valves installed in his scope of work by regulating the flow rates in the pipe line by valve
operation. The contractor shall also provide permanent Tee connection (plug) in water
supply lines for ease of installing pressure gauge, temperature gauge & rotameters.
Contractor shall also supply all required pressure gauge, temperature gauge &rota
meter for system commissioning and balancing. The balancing shall be to the
satisfaction of commissioning and balancing. The balancing shall be to the satisfaction
of Consultant / Engineer in charge.

X. Three copies of all test results shall be submitted to the Engineer in A4 size sheet paper
in two weeks after completion of the tests

2. SPECIFICATION:

The works shall be executed as per CPWD‟s General specification for Electrical Works,
Part-I (Internal-2013); Part-II (External)-1994; Part-V (Wet Riser and Sprinkler System for
Fire Fighting Installation)-2006, Part-VI (Fire Alarm System) IE Rules, provision laid down
in NBC – 2016, ECBC 2017 as amended up to date and latest building byelaws of local
body / Local Municipal Corporation and various Indian Standards amended up to date,
and as per direction of Engineer-in-Charge. The additional specifications are to be read
above and in case of any variations; specifications given along the tender shall apply.

3. Indian standards:

IS-8757 Glossary of terms associates Fire safety.

IS-884 Specification for first-aid hose reel for the fighting.

IS-884 Specification for first-aid hose reel for the fighting. IS-902

Specification for suction hose couplings for fire fighting purpose. IS-903 Specification for
fire hose delivery couplings, branch pipe, nozzles and nozzle spanner

IS-904 Specification for two-way and three – way suction collection heads for firefighting
purposes.

IS-908 Specification for fire hydrant, stand post type IS-636 Non percolating flexible
firefighting equipment.

IS-1646 Code of practice for fire safety of buildings (general): Electrical installations.

IS-5290 Specification for landing valves.

IS-8090 Specification for couplings, branch pipe, nozzle, used in hose reel tubing for fire
fighting.

4. Completeness of tender, Submission of Execution Programme, Approval of


Drawings and Commencement of Work:

Completeness of the work - All sundry equipment, fittings, assemblies, accessories,


hardware items, bolts, supports, termination lugs for electrical connection, cable glands,
junction box and all other sundry items for proper assembly and efficient working of the
various equipment and components of the work shall be deemed to have been included
in the scope of work, irrespective of the fact whether such items are specifically
mentioned in the tender document or not.
265
265
5. Dispatch of Materials to Site and Safe
265Custody thereof:

The contractor shall dispatch materials to site in consultation h the Engineer-in-Charge.


Programme of dispatch of material shall be framed keeping in view the building progress.
Safe custody of all machinery and equipment supplied by the contractor shall be the
responsibility of the contractor till final taking over by the department. Piping, cabling or
any other work, which directly affect the progress of building work, shall be given priority.

6. Quality of Materials and Workmanship:

The components of the installation shall be of such design so as to satisfactorily function


under all conditions of operation. The entire work of manufacture/ fabrication, assembly
and installation shall conform to sound engineering practice. All equipment and materials
to be used in work shall be manufactured in factories of good repute having excellent
track record of quality manufacturing, performance and proper after sales service.

7. Care of the Building:

Care shall be taken by the contractor during execution of the work to avoid damage to the
building. They shall also be responsible for repairing all such damages and restoring the
same to the original finish at their cost. They shall also remove all unwanted and waste
materials arising out of the installation from the site of work from time to time.

8. GUARANTEE:

All equipment shall be guaranteed for a period of 12 months from the date of handing
over of the installation by the Department against unsatisfactory performance and/or
breakdown due to defective design, material, manufacture, workmanship or installation.
The equipment or component or any part thereof so found defective during the guarantee
period shall be repaired or replaced free of cost to the satisfaction of the Engineer-in-
charge. In case of replacement or repair requiring more than 7 days, the agency shall
temporarily install the equipment so that the system become operational. If it is felt by the
department that undue delay is being caused by the contractor in doing this, the same
will be got done by the department at the risk & cost of the contractor and the warrantee
period will be extended for the equipment for the time period equal to interval of defect
and replacement. The decision of Engineer-in-charge in this regard shall be final &
binding on the contractor.

The tender shall guarantee among other things, the following:-


Quality, strength and performance of the materials used as per manufacturers standards.
Safe mechanical & electrical stress on all parts under all specified conditions of
operation.

9. TENDER DRAWINGS, DRAWINGS FOR APPROVAL AND COMPLETION DRAWINGS

Drawings for approval on award of the work -The contractor shall prepare & submit three
sets of following drawings and get them approved from the Engineer-in-charge before the
start of the work. The approval of drawings however does not absolve the contractor not
to supply the equipment/materials as per agreement, if there is any contradiction between
the approved drawings and agreement. The decision of the Engineer-in-Charge shall be
final & binding on the contractor.
266
266
Lay out drawings of the equipments to be installed in pump from and terrace. Drawings
266
showing the details of erection of entire equipments including their foundations. Plumbing
drawings showing the layout of entire piping, dia. and length of pipes, hydrant, air vessel
and isometric drawings showing connections to various equipments. Sprinkler drawing
indicating layout and size of pipe, location of valves, sprinklers etc. Lay out and isometric
drawings of the equipment and pipe work, valves, nozzles to be installed in various
rooms. Drawings including section, showing the details of erection of entire equipment
including their supports/ mountings etc. Electrical wiring diagrams for all electrical
equipment and controls including the sizes and capacities of the various cables and
equipment.

Any other drawings relevant to the work.

Completion Drawings: Three sets of the following laminated drawings shall be submitted
by the contractor while handing over the installation to the Department. Out of this one of
the sets shall be laminated on a hard base for display in the Control room. In addition one
soft copy will be given on compact disc/pen drive Installation drawings giving complete
details of all the equipment, including their mountings/ supports. Plumbing layout
drawings giving sizes and lengths of all the pipes and the sizes and locations of valves,
nozzles and including isometric drawings for the entire piping including the pipes
connections to the various equipments. Electrical wiring diagrams for all electrical
equipment and controls including the sizes and capacities of the various cables and
equipments.

10. Final Inspection and Testing

Final Inspection and testing will be done by the Engineer-in-Charge or his representative
as per details indicated in Chapter -11 of Specification.

The installation will be offered for inspection by local bodies (Chief Fire Officer). The
contractor or his representative shall attend such inspection of the Chief Fire Officer,
extend all test facilities as are considered necessary and comply all observations of the
Chief Fire Officer which are part of the agreement and arrange for obtaining necessary
NOC / clearance certificate in favour of the department. In case the contractor fails to
attend the inspection and not made desired facilities available during inspection, the
department reserves the right to provide the same at the risk and cost of the contractor
and impose penalty for the same. The installation will be accepted by the department only
after receiving clearance from Chief Fire Officer for the work executed by the contractor
under the agreement.

11. WORKS TO BE DONE BY THE CONTRACTOR:

Unless otherwise mentioned in the tender documents, the following works shall be done
by the contractor and therefore, their cost shall be deemed to be included in their
tendered cost- whether specifically indicated in the schedule of work or not. Foundations
for equipments including foundation bolts and vibration isolation spring/pads Suspenders,
brackets and floor/ wall supports for suspending/supporting pipes.

Suspenders and/or cable trays for laying the cables. Excavation and refilling of trenches
in soil wherever the pipes are to be laid directly in ground, including necessary base
treatment and supports. Sealing of all floor slab/ wall openings provided by the
Department or contractor for pipes and cables, from fire safety point of view, after laying
of the same. Painting of all exposed metal surfaces of equipment and components h
appropriate colour. Making openings in the walls/ floors/ slabs or modification in the
existing openings wherever provided for carrying pipe line, cables etc. All electrical works
including cable/wires earthing etc. beyond power supply. Making good all damages
caused to the structure during installation and restoring the same to their original finish.
Approval from local fire authority/NOC from Karnataka state Govt. Fire Service as may be
required as per local bye-laws.
267
12. Verification of correctness of equipment
267 at destination
267
The contractor shall have to produce all relevant records to certify that the genuine
equipment for the manufacturers

13. After Sales Service:

The contractor shall ensure adequate and prompt after sales service in the form of
maintenance, spares and personnel as and when required and shall minimize the
breakdown period. In case of equipment supplied by other manufacturers the firm shall
furnish a guarantee from the manufacturer for the same before the installation is taken
over.

14. Documents to be provided on Completion of Work:

Three sets of following documents shall be furnished to the department by the contractor
on completion of work. Completion drawings 3sets of manufacturer‟s technical catalogues
of all equipment and accessories. Operation and maintenance manual of all major
equipment, detailing all adjustments, operation and maintenance procedure

15. Maintenance:

Maintenance including free defects liabilities period of one year from date of record of
completion by Engineer-in-Charge and handing over of the installation.

One number trained operator for fire fighting system and one helper shall be made
available to meet any exigency of work during the guarantee period of one year from the handing
over of the installation. The maintenance, routine as well as preventive, for one year from the
date of taking over the installation as per manufacturer‟s recommendation shall be carried out.

16. PRE-COMMISSIONING

On completion of the installation of all pumps, piping, valves, pipe connections, insulation
etc. the Contractor shall proceed as follows:

Prior to start-up and hydraulic testing, the Contractor shall clean the entire installation
including all fitments, pipe work and the installation and keep them in a new condition. All
pumping systems shall be flushed and drained at least once through to get rid of contaminating
materials. All pipes shall be rodded to ensure clearance of debris, cleaning and flushing shall be
carried out in sections as the installation becomes completed. All strainers shall be inspected and
cleaned out or replaced.

When the entire systems are reasonably clean, a pre-treatment chemical shall be
introduced and circulated for at least 8 hours. Warning signs shall be provided at all outlets
during pre-treatment. The pre-treatment chemical shall: remove oil, grease and foreign residue
from the pipe work and fittings;

Pre-condition the metal surfaces to resist reaction water or air.

Establish an initial protective film; After pre-treatment, the system shall be drained and
refilled fresh water and left until the system is put into operation. Details and procedures of the
pre-treatment shall be submitted for approval. Check all clamps, supports and hangers provided
for the pipes. Fill up pipes water and apply hydrostatic pressure to the system as given in the
relevant section of the specification. If any leakage is found, rectify the same and retest the
pipes.
268
268
Fire Protection System 268

Check all hydrant valves by opening and closing: any valve found to be open shall be
closed.
Check all the piping under hydro test.
Check that all suction and delivery connections are properly made for all pump sets.
Check rotation of each motor after decoupling and correct the same if required.
Test run each pump set.
All pump sets shall run continuously for 8 hours (if required, temporary piping back to the
tank to be made).

Commissioning and Testing

Pressurize the fire hydrant system by running the jockey pump and after it attains the
shut-off pressure of the pump. Then, open bypass valve and allow the pressure to drop in the
system. Check that the jockey pump cuts-in and cuts-out at the preset pressure. If necessary,
adjust the pressure switch for the jockey pump. Close by-pass valve. Open hydrant valve and
allow the water to flow into the fire water tank in order to avoid wastage of water. The main fire
pump shall cut-in at the preset pressure and shall not cutout automatically on reaching the
normal line pressure. The main fire pump shall stop only by manual push button. However, the
jockey pump shall cut-out as soon as the main pump starts,

Switch off the main fire pump and test check the Diesel engine driven pump in the same
manner as the electrically driven pump,

When the fire pumps have been checked for satisfactory working on automatic controls,
open fire hydrant valves simultaneously and allow the hose pipes to discharge water into the fire
tank to avoid wastage. Check each landing valve, male and female couplings and branch pipes,
for compatibility. Any fitting which is found to be incompatible and do not fit into the other properly
shall be replaced by the Contractor. Each landing valve shall also be checked by opening and
closing under pressure. Check all annunciations by simulating the alarm conditions at site.

STATUTORY AUTHORITIES' TESTS AND INSPECTIONS

As and when notified in writing or instructed by the Engineer-in-charge, the Contractor


shall submit shop drawing and attend all tests and inspections carried out by Local Fire
Authorities and other Statutory Authorities, and shall forth execute free of charge any rectification
work ordered by the Engineer-in- charge as a result of such tests and inspections where these
indicate non- compliance Statutory Regulations. Some of these tests may take place after the
issue of Practical Completion of the Main Contract and the Contractor shall make all allowances
in this respect. The Contractor shall be responsible for the submission of all necessary forms and
shop drawings to the Statutory Authorities which shall conform in layout to the latest architectural
plans submitted to and kept by these Authorities.

The submission shall comply the requirements set forth in the current Codes of Practice
and circular letters of the Statutory Authorities. The shop drawings to be submitted shall be
forwarded to the Architect for checking before submission. The Contractor shall allow for at least
two submissions of complete sets of shop drawings to the Authorities. The Engineer-in-charge
may at his discretion instruct the Contractor for additional submissions to the Local Authorities
whenever necessary.

The Contractor shall notify the Engineer-in-charge at least seven days in advance of his
application for local Authority tests and inspections. On receipt of a confirmed date for test and
inspection the Contractor shall inform the Engineer-in-charge out delay.
269
269
FINAL ACCEPTANCE TESTS 269

Following commissioning and inspection of the entire installation, and prior to issue of the
Completion Certificate, the Contractor shall carry out final acceptance tests in accordance to a
programme to be agreed with the Engineer-in-charge.

If the results of the acceptance tests show that plant, systems and/or equipment fail to
perform to the efficiencies or other performance figures as given in this Specification, the
Contractor shall adjust, modify and if necessary, replace the equipment without further payment
in order that the required performance is obtained.

Where acceptance tests are required by the relevant Authorities having jurisdiction, these
tests shall be carried out by the Contractor prior to the issue of Completion Certificate to the
acceptance of the Authorities.

REJECTION OF INSTALLATION / PLANT

Any item of plant or system or component which fails to comply the requirements of this
specification in any respect whatsoever at any stage of manufacture, test, erection or on
completion at site may be rejected either in whole or in part as considered
necessary/appropriate. Adjustment and/or modification work as required by the Engineer-in-
charge so as to comply the Authority's requirements and the intent of the Specification shall be
carried out by the Contractor at his own expense and to the satisfaction of the
Authority/Engineer-in-charge.

After works have been accepted, the Contractor may be required to carry out assist in
carrying out additional performance tests as reasonably required by the Engineer-in-charge
/Employer.

HANDING OVER OF DOCUMENTS

All testing and commissioning shall be done by the Contractor to the entire satisfaction of
the Engineer-in-Charge and all testing and commissioning documents shall be handed over to
him.

The Contractor shall also hand over all maintenance and operation manuals, all
certificates and all other documentation as per the terms of the contract to the Engineer-in-
Charge.
270
270
C.4.1: CONDTIONS AND TECHNICAL SPECIFICATIONS
270 FOR FIRE ALARM SYSTEM

Scope of work

1.0 GENERAL
The specification covers design, supplying, installing, testing and commissioning putting into
operation of Manual Fire Alarm System at various buildings in CISF, Lakkur Village. The work
shall be carried out as per CPWD specifications for Fire Alarm 2018 The Fire Alarm system work
is to be carried out in as required as per NBC 2016.

1.1. LOCATION
The Manual Fire Alarm System will be installed at various buildings of CISF, Lakkur
Village, Bangalore. The ambient condition are as follows:
a) Temperature variation from 10 to 40 degree centigrade
b) Relative humidity variation from 20% to 90%

The system should work satisfactorily under these ambient conditions.


1.3 The work shall be executed as per CPWD General Specifications for Electrical Work (Part
I to VIII) as amended up to date, relevant I.E. Rules, BIS/IEC and shall comply with latest
requirements of NFPA/IS standards and as per directions of Engineer-in-Charge. These
additional specifications are to be read in conjunction with above and in case of
variations; specification given in this additional conditions shall apply.
1.4 The tenderer should in his own interest visit the site and familiarize himself with the site
conditions before tendering.
1.5 No T&P shall be issued by the Department and nothing extra shall be paid on account of
this.

2.0 RATES:
2.1 The prices to be quoted by the intending tender shall include the designing, preparing
shop drawings, the supply and installation at the site of all equipment ancillary material
and other items. Whatever required for carrying out the job to fulfil the intent and purpose
as laid sown in the specifications or in the drawings. The tenderer‟s price shall be
deemed to include all nuts, bolts, shims, clamps, supports etc. as required for proper
fixing and or grouting of equipment, ancillary items etc. whether specifically mentioned or
not. The contractor shall also include in this price all taxes, duties or other levels (viz
excise duty customs duty, tax octroi etc.) which are legally leviable. Failure to include all
leviable taxes and duties will not entitle. the contractor to any extra claims from the
department.
2.2 The contractor has to carry out maintenance as per manufacturer‟s standard for a period
of 12 months from the date of handing over. Nothing extra shall be paid.

3.0 COMPLETION OF TENDER:


All sundry equipment, fittings, unit assemblies, accessories, hardware items, foundation
bolts, termination lugs for electrical connections, and all other items which are useful and
necessary for efficient assembly and installation of equipment and components of the
work shall be deemed to have been included in the tender irrespectively of the fact
whether such items are specifically mentioned in the tender documents or not.

4.0 GUARANTEE:
4.1 All equipments shall be guaranteed for a period of 12 months from the date of taking over
the installation by the department against unsatisfactory performance and/or break down
due the defective design, workmanship of material. The equipments or components or
any part thereof, so found defective during guarantee period shall be forthwith repaired or
replaced free of cost, to the satisfaction of the Engineer-in-Charge. In case it is felt by the
department that undue delay is being caused by the contractor in doing this, the action
taken by the department shall be acceptable to the contractor in this regard. The same
will be got done by the department at the risk and cost of the contractor. The decision of
the Engineer-in-Charge in this regard shall be final.
271
4.2 The tenderer shall guarantee among other
271 things, the following:
(a) Sound design, quality, strength
271and performance of the materials used as per
manufacturers standards.
(b) Safe mechanical and electrical stress on all parts under all specified conditions of
operation.

5.0 ACCEPTABLE MAKES OF VARIOUS EQUIPMENTS:


The acceptable makes of various equipments/components/accessories have been
indicated in “Acceptable Makes” in NIT. The tenderer shall work out the cost of the offer
on this basis. Alternate makes are not acceptable.

6.0 DATA MANUAL AND DRAWING TO BE FURNISHED BY THE TENDERERS:


6.1 After Award of work:
The successful tenderer would be required to submit the following drawings for approval
before commencement of installation.
(a) All general arrangement drawings of the equipments to be installed in the building
with complete dimension of panel etc. and cable layout.
(b) The make and model No. Of each equipment along with their catalogue and
undertaking from the manufacture
(c) Any other drawing necessary for the job.
6.2 The successful tenderer should furnish well in advance three copies of detailed
instructions and manuals of manufacturers for all items of equipments regarding
installation, adjustments operation and maintenance i/c preventive maintenance & trouble
shooting together with all the relevant data sheets, spare parts catalogue etc. all in
triplicate.

7.0 INSPECTION AND TESTING:


7.1 All major equipmentsi.e Panel etc. shall be offered for initial inspection at manufacturer‟s
works. The contractor will intimate the date of testing of equipments at the manufacturer‟s
works before dispatch. The successful tenderer shall give advance notice of minimum 2
weeks regarding the dates proposed for such tests to the Department‟s representative to
facilitate his presence during testing. The Engineer-in-Charge may witness such testing.
The cost of the Engineer‟s visit to the factory will be borne by the department.
Equipments will be inspected at the manufacturer/authorized dealer‟s premises, before
dispatch to the site by the contractor if so desired by the Engineer-in-charge.
7.2 Copies of all documents of routine and type test certificates of the equipment, carried out
at the manufacturers premises shall be furnished to the Engineer-in-Charge and
consignee.
7.3 After completion of the work in all respect the contractor shall offer the installation for
testing and operation.
7.4 In addition to the above, all equipment and systems shall be tested after installation as
required by various statutory authorities, certifying agencies and as required by various
section of these specifications.
7.5 The contractor shall take full responsibility for proper operation of the entire system
including debugging and proper calibration of each component and sub-system.
7.6 The contractor shall leave necessary provisions required for fixing instruments, gauges,
meters, etc. for testing the installation even if these are not shown on the drawings. The
Contractor at his own cost shall arrange all such instruments, services etc. needed for the
tests.

8.0 INDEMNITY:
The successful tenderer shall at all times indemnify the department, consequent on this
works contract. The successful tenderer shall be liable, in accordance with the Indian Law
and regulations for any accident occurring due to any cause and the department shall not
be responsible for any accident o damage incurred or claims arising there from during the
period of erection, construction and putting into operation the equipments and ancillary
equipments under the supervision of the successful tenderer in so far as the latter is
equipment under the supervision of the successful tenderer in so far as the latter is
responsible. The successful tender shall also provide all insurance including third party
insurance as may be necessary to cover the risk. No extra payment would be made to the
successful tenderer due to the above.
272
272
9.0 ERECTION TOOLS 272
No Tools and tackles either for unloading or for shifting the equipments for erection
purposes would be made available by the department. The successful tenderer shall
make his own arrangement for all these facilities.

10.0 INSURANCE AND STORAGE


All consignments are to be duly insured up to the destination from warehouse to
warehouse at the cost of the supplier the insurance covers shall be valid till the
equipment is handed over duly installed, tested and commissioned. The successful
bidder has to submit proof/challan of purchase of material from manufacturer or their
authorized dealer.

11.0 VERIFICATION OF CORRECTNESS OF EQUIPMENT AT DESTINATION.


The contractor shall have to produce all the relevant records to certify that the genuine
equipment from the manufacturers has been supplied and erected.

12.0 TRAINING
The scope of work includes the on job technical training of two persons of department at
site. Nothing extra shall be payable on this account.

13.0 MAINTENANCE
13.1 Sufficient trained and experienced staff shall be made available to meet any exigency of
work during the guarantee period of one year from the handing over of the installation.
13.2 The maintenance routine as well as preventive for one year from the date of taking over
the installation as per manufacturer‟s recommendation shall be carried out on quarterly
basis.
273
TECHNICAL SPECIFICATIONS 273
273
1. GENERAL
1.1 CODES & STANDARDS

(a) The Fire Alarm System shall comply with latest requirements of NFPA/IS
Standards/Manufacturer specifications.
(b) In general the system and all components shall have UL approval (9th Edition).

1.1.1 SCOPE OF WORK

1.2 SCHEDULE OF REQUIREMENTS

1.2.1 It is the intent of this specification to define a state-of-art integrated addressable Fire
Alarm System, which is user friendly, modular, flexible and expandable. The system is to
be designed, installed, customized, tested, commissioned and supported by a local office
of agent of the manufacturer by Engineer skilled in providing functional and efficient
solutions to the needs of the Engineer-in-Charge.
1.2.2 The entire installation shall be in accordance with the requirements and stipulations of the
Chief Fire Officer, Bangalore and his office. In addition, it shall also be in accordance with
the national and local electrical codes and the Underwriters Laboratories standards.
1.2.3 All electronic equipment shall conform to the pertinent regulations governing radio
frequency electromagnetic interference and should be so labelled.

1.2 TECHNICAL DATA


1.2.1 The tenderer shall submit comprehensive technical information for all the equipment and
material alongwith technical catalogues and performance Tables/Curves of all equipment
and machines including makes and modem and take approval from the department
before taking action for their procurement.
1.2.2 The Fire Detection installation shall be designed and guaranteed to perform as indicated
in other parts of these specifications and drawing read in conjunction with statutory
requirements.
1.2.3 All equipment shall be tested at manufacturer‟s works as per latest relevant NFPA
specifications or in the absence of IS specification approved testing methods shall be
followed and test certificates/Reports submitted to the Engineer-in-Charge.
1.2.4 In addition to the above, all equipment and systems shall be tested after installation as
required by various statutory authorities, certifying agencies and as required by various
sections of these specifications.
1.2.5 The contractor shall take full responsibility for proper operation of the entire system
including debugging and proper calibration of each component and sub-system.
1.2.6 The contractor shall intimate in writing to Engineer-in-Charge as and when individual
components of the installation are ready for tests required for further progress of erection.
All such tests shall be carried out as per these specifications and /or as directed by
Engineer-in-Charge or his authorized representatives.
1.2.7. On completion of erection, the contractor shall thoroughly clean all the equipment, inspect
and check the entire installation for correctness and completeness and furnish a detailed
report on all components of the installation to Engineer-in-Charge.
1.2.8 The contractor shall, on approval of Engineer-in-Charge, proceed with necessary pre-
commissioning activities and tests and put the installation initial operation and start-up
during which preliminary adjustment and addressing shall be carried out.
1.2.9 Based on preliminary observations during the initial operation described above,
necessary modifications/repair/replacement/etc. if any shall be carried out by the
contractor to the entire satisfaction of Engineer-in-Charge. On successful completion of
initial operation, the contractor shall proceed with trail runs for at least one month trouble
free.
1.2.10 Not with standing approval of tests or equipment or materials by Engineer-in-Charge etc.
upto the tests in static as described herein above, the contractor shall be required to
perform site tests to prove correctness of ratings and performance of equipment and
materials supplied and installed by him, in normal operating condition.
274
1.2.11 All equipment shall be capable of performing
274 the duties specified in these specifications
without damage, distortion of failure of274
any component.
1.2.12 The performance of various equipments individually shall not be less than quoted rating
and consumption of power shall not exceed the ratings quoted by the tendered, when
tested in normal operating condition. Otherwise the equipment/material are liable for
rejection.
1.2.13 Al test instruments shall be calibrated for accuracy prior to taking the performance tests.

1.3 INSTALLATION
1.3.1 Installation shall be in accordance with the local and state codes, as shown on the
drawings and as recommended by the equipment manufacturer.
1.3.2 All fire detection and alarm system devices, control panels and remote enunciators shall
be flush mounted or surface mounted as per instructions of the Engineer-in-Charge.
1.3.3 Manual call boxes shall be with Metal Back boxes & flush mounting. It should be
resettable type, not with the break glass.
1.3.4 At final inspection, a factory-trained representative of the manufacturer of the major
equipment shall demonstrate that the system functions properly in every respect.

1.4 DEMONSTRATION:
1.4.1 The firm shall completely check out, calibrate and test all connected hardware and
software to ensure that the system performs in accordance with the approved
specifications and sequences of operations submitted.
1.4.2 This demonstration shall consist of the following:-
a) Display and demonstrate each type of date entry to show site specific customizing
capability.
b) Demonstrate parameter changes.
c) Demonstrate scan, update and alarm responsiveness.

1.4 MANUALS:
The following manuals shall be provided at the time of Handing over:
1.4.1 An Operator‟s Manual shall contains graphic explanations of keyboard use for all operator
functions specified under operator training.
1.4.2 Computerized printouts of all date file layouts including all point processing programming
details, flowcharts, etc.
1.4.3 On completion of work “As Built” Drawings (Completion Plan) for completed installation
shall be prepared by the contractor and three(3) copies of the same will be supplied to the
Engineer-in-charge. In addition, all operation manuals, Technical Literature for the various
components of equipment, Controls and accessories installed, recommended spares and
services manuals will be supplied by the Contractor to the Engineer-in-Charge.

1.5 TRAINING & HANDING OVER


1.5.1 All training by the Contractor shall utilize manuals and as built documentation and the
online help utility.
1.5.2 Operator training shall include:
a) Sequence of Operation review Sign ON – Sing OFF
b) Selection of all displays and reports Commanding of points, keyboard
c) System initialization
d) Trouble shooting of sensors (determining defective sensors)
e) Password modification

1.5.3 Supervisor training include:


a) Password assignment/modification
b) Operator assignment/modification
c) Operator authority assignment/modification
d) Point disable/enable
e) Terminal and data segregation/modification
275
1.6 GUARANTEE: 275
1.6.1 The contractor shall guarantee the entire
275 Addressable Fire Alarm System installation as
per specifications both for components and for system as a whole. All equipment shall be
guaranteed for one year from the date of acceptance against unsatisfactory performance
or break down due to defective design, manufacture and/or installation. The installation
shall be covered by the conditions that the whole installation or any part thereof found
defective within one year from the date of taking over shall be replace or repaired by the
contractor free of charge as decided by the department/Engineer-in-Charge.

1.6.2 The warranty shall cover the following:-


a) Quality, strength and performance of material used.
b) Safe mechanical and electrical stress on all parts under all specified conditions of
operation.
c) Satisfactory operation during the guarantee period.

1.6.3 Labour to trouble shoot, repair, reprogram or replace system components shall be
furnished by the contractor at no charge to the Engineer-in-Charge during the guarantee
period.

1.6.4 All corrective software modifications made during guarantee period shall be updated on
all user documents.

1.7 MISCELLANEOUS:

1.7 The onus of incorporating the statutory requirements as per local rules for the fire alarm
system shall rest fully with the Contractor.
1.7 The installation shall be carried out using new equipment/material complying with
applicable standards in a workmanship like manner. Engineer-in-Charge reserves the
right to reject any part of installation having poor workmanship.

2. SYSTEM DESCRIPTION

2.1 SCOPE OF WORK:

2.1.1 The work shall comprise design, preparing shop drawings, procurement of materials and
providing entire labour including supervision and all materials necessary to make a
complete installation to the entire satisfaction of the department. The term complete
installation shall mean, not only major items of equipment covered by these
specifications, but also incidental sundry components necessary for complete execution
and satisfactory performance of the installation, with all labour charges, whether or not
these have been mentioned in detail in the tender documents. The work shall include
date entry, programming, start up test and demonstration, training of personnel for
maintenance and operation, submission of construction and installation drawing and
wiring diagrams, as built documents and system guarantee. After satisfactory completion
of work to get the NOC from local body is in the scope of work of contract.

2.1.2 The contractors scope of work will include all items of work as per these specification,
drawing, terms and conditions of contract etc. and briefly described in schedule of
quantities. This shall include , but not be restricted of the following:

a) Addressable Multi Criteria with floating sensitivity technology Smoke/Heat Detectors.


b) Addressable Manual call Boxes (Re setting type should be used, Break glass type is
not be used).
c) Microprocessor Based Networkable Intelligent Addressable Main UL listed Fire Alarm
control panels for connecting and mounting the Fire Detectors and other devices
along with necessary required software for programming and configuring the system.

d) Low/High Intensity advanced model Hooters/Speaker Strobes activated from the


Panel.
276
e) All other work associated with above276 items as per specifications, drawing and
conditions of contract) requirements276except those specifically excluded in Schedule of
Quantities.
f) All the M.S. boxes require to install the above equipments/to make them flush with the
walls/ceiling.

2.1.3.2 The general scheme for spatial and logical disposition of the various elements of the
systems is as follow:
(d) The Fire Panel that connects all the detector devices shall be capable of polling all the
points in its loop so as to register an alarm within 3/7 seconds. The Fire Panel shall be
capable of displaying the zone/address of the occurrence of the smoke and shall be
capable of initiating action like Voice Evacuation. Activating Hooters, Dampers,
Ventilation/ Exhaust Fans and initiating other alarm procedures.
(e) It shall be possible to program the Fire Panel such that meaningful alpha- numeric
descriptions can be assigned to each Detector Address. This shall be useful in
identifying the location of Fire very quickly and easily.

2.3.15 Power supply unit of each FACP shall have following characteristics :-
(a) The main power supply shall be 240VAC+10%, 50 Hz+3% and shall in turn provide all
necessary power of the FACP.
(b) It shall provide a separate battery control module with charger. The batteries may be
housed in the FACP itself or in a separate box. The battery charger shall be capable of
charging all the batteries proposed.
2.3.16 It should have an in built digital voice control system capable to giving automatic
messages to digital amplifiers.
2.3.17 All software licence shall be supplied as part of the contract. Renewable & subscription
licence are not acceptable.

2.4.3 MANUAL CALL/PULL STATIONS


(a) Manual stations shall be provided to connect to the Fire Alarm Control Panel loops. It
should be resetting type.
(b) The manual stations shall on command from the control panel send date to the panel
representing the state of the manual station.
(c) Station shall be suitable for surface mounting or semi flush mounting. It should be
resetting type. Break glass type is not to be used.
(d) Wiring for the Manual Call/Pull station and other devices are proposed to be drawn in the
existing conduit that are already laid in recess on walls by other agency. The conduit will
be terminated in a conduit junction box or MS box. The fire alarm contractor has to install
the Manual Call station on these back boxes either in semi flush or surface mounting
position. If any additional enclosure/box is required for accommodating the Manual Call
station in semi flush or surface mounting position, the same shall be provided by the fire
alarm contractor within the quoted rates and nothing extra shall be payable on this
account.

2.4.4 ADDRESSABLE CONTROL MODULE SHALL HAVE THE FOLLOWING FEATURES :


(a) Output should be electrically isolated from loop
(b) Switching of currents for operating a group of conventional hooters in a stairwell. The
minimum current carrying capacity of output contact of the relay/solenoid shall be 2 Amps
at 24 V DC.
(c) Owner supply to interface via two wire line (line supply)
(d) Addressing of interface either automatically or via code switch (allowing unique
assignment of installation location to address)
277
277
(e) Wiring for the Addressable Control Module
277 and other devices are proposed to be drawn in
the existing conduit that are already laid in recess on walls by other agency. The conduit
will be terminated in a conduit junction box or MS box. The fire alarm contractor has to
install the Addressable Control Module on these back boxes either in semi flush or
surface mounting position. If any additional enclosure/box is required for accommodating
the Addressable Control Module in semi flush or surface mounting position, the same
shall be provided by the fire alarm contractor within the quoted rates and nothing extra
shall be payable on this account.

2.4.5 ELECTRONIC HOOTER, SPEAKER & STROBE SHALL HAVE THE FOLLOWING
FEATURES :
(a) The Electronic Hooter Cum Strobe shall be compatible with the fire detection and alarm
panel offered.
(b) It shall be wall mount type
(c) It shall be used as a speaker in case of voice evacuation.
(d) It shall work at the same operating voltage of detectors
(e) It should have a strobe to given an alert to people with the challenge of hearing.
(f) It shall generate audio alarm on command from the fire detection and alarm panel through
the designated control module.
(g) It shall be able to withstand ambient temperature upto 50 Deg. C.
(h) Wiring for the Electronic Hooter and other devices are proposed to be drawn in the
existing conduit that are already laid in recess on walls by other agency. The conduit will
be terminated in a conduit junction box or MS box. The fire alarm contractor has to install
the Electronic Hooter on these back boxes either in semi flush or surface mounting
position. If any additional enclosure/box is required for accommodating the Electronic
Hooter in semi flush or surface mounting position, the same shall be provided by the fire
alarm contractor within the quoted rates and nothing extra shall be payable on this
account.

2.5 INSTALLATION
(a) Installation shall be in accordance with the IS 2189 & NFPA guidelines local and state
codes and as recommended by the major equipment manufacturer.
(b) All fire detection and alarm system devices, control panels and remote annunciators shall
be flush mounted or surface mounted as per direction given by E-in-C.
(c) Manual fire alarm boxes shall be suitable for surface mounting or semi flush mounting.
(d) Commissioned Procedure shall be carried out in a methodical sequence as follows Start
Up Configuration.
Operability adjustment
Stable operation
Final adjustment
(e) The Contractor shall finalize captured FDAS data to be recorded and the manner in which
the data is to be taken in association with CPWD.

2.6 TRAINING
(a) Training shall be provided as required for operating the system. Hands on demonstrations
of the operation of all system components and the entire system including program
changes and function shall be provided.
(b) The contractor and/or the systems manufacturer‟s representatives shall be provide a
typewritten “Sequence of Operation”

APPROVED MAKES OF EQUIPMENT AND MATERIALS

1.1 The successful contractor shall prepare a list of equipment and materials selected from
the approved list, proposed to be used by him for execution of the contract. Before
placing orders on suppliers or delivering the equipment and materials to site, the
Contractor shall obtain approval from Engineer-in-Charge clearly specifying the make &
model no. of each equipment whose decision shall be final and binding on the Contractor.
278
278
1.2 Any equipment of material not specified under here but required for execution of the work
278
shall be as per Technical Specification, of best quality, preferably with ISI approval and
from a reputed manufacturer for which the prior approval of the Engineer-in-Charge is
required.
1.3 All the components of the entire FA system shall be as per preferred make and preferable
from a single manufacturer only.
1.3.1 All component serial No. 1 to 6 shall be UL listed without fail. If any product above is
not having UL listing, the same shall not be used.
1.3.2 Before starting the work at site, the successful bidder has to submit the undertaking
from the manufacturer as per Annexure ‟I‟ to the Engineer-in-Charge.

UNDERTAKING FROM THE OEM OF FIRE ALARM SYSTEM (Annexure-I)

We, as manufacturer of………..fire alarm system & accessories, do hereby confirm


that all the products supplied under this tender will be UL listed. Moreover, we will
provide all technical support & backup to M/s……………….. during the execution of fire
alarm work. In addition to it, we will provide all technical support to the
department/agency approved by department in maintaining the fire alarm system on
payment basis in future.

Signature & Stamp of contractor Signature & Stamp of Manufacturer (F/ASystem


279
279
279
C.7.1: ADDITIONAL AND COMMERCIAL CONDITIONS FOR SOLAR
WATER HEATING SYSTEM

This specification covers manufacture, testing as may be necessary before dispatch,


delivery at site, all preparatory work, assembly and installation, commissioning, putting into
operation of

Solar water heating system with flat plate collectors type.

The Solar water heating system shall be installed a on the terrace of the Training cum
Hostel building for Canara bank ,Bagalur, Bangalore.. The work shall be executed as per CPWD
General Specifications for Electrical Works-Part-I (Internal) 2013, as per relevant IS and as per
directions of Engineer-in-Charge. These additional specifications are to be read in conjunction
with above and in case of variations; specifications given in this additional conditions shall apply.
However, nothing extra shall be paid on account of these additional specifications & conditions
as the same are to be read along with schedule of quantities for the work.

The tenderer should in his own interest visit the site and familiarize himself with the site
conditions before tendering.

Safety measures: All equipments shall have suitable safety provisions to ensure safety of
the operating personnel as per manufacturer‟s standard practice.

The tenderer shall furnish along with the tender, detailed technical literature, pamphlets
and performance data for appraisal and evaluation of the offer.

The work is turnkey project. Any item required for completion of the project but left
inadvertently shall be executed within the quoted rates. Copies of all documents of routine and
type test certificates of the equipment, carried out at the manufacturer‟s premises shall be
furnished to the Engineer-in-Charge.

WORKS TO BE DONE BY THE CONTRACTOR

The following works shall be done by the contractor and therefore, their cost shall be
deemed to be included in their tendered cost-whether specifically indicated in the schedule of
work or not. Nothing extra shall be paid on this account.

Foundations/structures for panels and storage tanks. Making good all damages caused to
the structure during installation and restoring the same to their original finish.

All related building works necessary for commossining of system including necessary
pipe lines& cables, making of opening in walls or in floors and restoring them to their original
condition/finish and necessary grouting etc. as required. All electrical works and body earthing,
control panels and control wiring etc. Painting of all exposed metal surface of equipments and
components with appropriate color.Clearance/Approval of the complete installation from local
body, if applicable.
280
280
Technical Specifications for Solar Water Heating
280 System

Flat Plate Collector Specification

Collector : Copper – Copper

Size Standards : 2080 x 1070 x 100mm / As deemed fit & Manufactures

Collector Frame : Extruded Aluminium

Finish : Powder Coated

Header : Copper-1”/ As deemed fit & Manufactures standards

Riser : Copper – ½” / As deemed fit & Manufactures standards

Fin : Copper

Number of Fins : 09 / As deemed fit & Manufactures standards

Fin width : 120mm / As deemed fit & Manufactures standards

Back Sheet : Stucco/plain, 22 SWG, Aluminium, Riveted & sealed with


Silicon sealant

Glass : Minimum 4mm thickness, Toughened, sealed with silicon


sealant from top

Glass Beading : EPDM

Grommets : EPDM

Flanges : Brass

Insulation : Rockwool, Back –50mm & sides -25mm/ As deemed fit &
Manufactures standards

Reflective foil : Aluminium – 50 microns

Frame corners : Sealed inside with Silicon sealant

Tank

Tank capacity : Equal to system capacity in ltrs.

Thickness : 1.6mm for1000 LPD &1.2mm for 300 LPD

Type : Horizontal
281
281
281

Tank Material : SS 316L grade, TIG and MIG welded

End fittings : 1” BSP SS 316 CWI, CWO, HWI, HWO, SA and drain, 1¼”
BSP SS 316 collar for electrical backup heater.

Tank Insulation

Material : PUF

Thickness : 75mm

Cladding : Aluminium sheet powder coated

Electrical backup with :


thermostat control.
Collector & Tank support
legs

Material : 40 x 40 x 4mm for MS angle iron for solar panels & 50 x 50 x


5mm thick MS angle iron for tank

Finish : Black, weather proof paint

Type : Dismantling

NOTE: The tenderer may change the design from 1x1000LPD to any other variations ,but the
capacity of Solar Water Heating shall remain 1000 LPD for each barrack & 300 LPD for GO‟s
Mess.
282
282
282
C 8.1: CONDITIONS AND SPECIFICATIONS FOR ROOF TOP SOLAR POWER PLANT

TECHNICAL SPECIFICATIONS

CONTRACTORS ARE ADVISED TO VISIT THE SITE BEFORE QUOTING THE RATES.
OTHERWISE IT WILL BE ASSUMED THAT THE PARTY HAS ALREADY VISITED THE SITE
BEFORE QUOTING THE TENDER.

General Description
The SPV power plant shall have a total capacity of 10kWp. The power plant shall provide a
reliable and independent power supply to the 415 V electrical supply network. The power plant
shall export surplus power to grid and shall have a provision to import power from grid for
localized use in case of load exceeding the PV generation in night/shut down conditions. The
Inverter shall be designed to convert DC power produced by SPV modules in to AC power and
adjust the voltage & frequency levels to suit the grid voltage & frequency.

The Solar PV panels should be placed in such a way to extract maximum Solar gain and
avoid shadding areas. Also while preparing the Layout drawing sufficient space shall be left for
services and for placement of AC Outdoor Units on terrace.

1. Solar Photovoltaic Modules

1.1 The total Solar PV minimum array capacity should not be less than 10 kWp and should
comprise of solar monocrystalline / multicrystalline modules of minimum 315 Wp and above
wattage in 72 cell configuration. Module capacity less than 315 Wp should not be supplied.
The Photovoltaic modules must be tested and certified by an independent testing
laboratory that is accredited in accordance with ISO Guide 25. The module type must be
qualified as per IEC 61215 IS 14286 latest edition. SPV module conversion efficiency
should be equal to or greater than 18.0% (cell) under STC of 1000w/m2 and cell operating
temp of 250 C and AM 1.5 radiation. Modules must qualify to IEC 61730 Part I and II for
safety qualification testing. Certificate for module qualification from IEC or equivalent is to
be submitted. Self undertaking from manufacturer / Contractor that the modules being
supplied are as per above, shall also be submitted.

1.2 The PV module shall perform satisfactorily in humidity up to 100% with temperature
between – 40C to + 85C.

1.3 The predicted electrical degradation at the end of the period of 10 years shall be less than
ten 10) per cent of the full rated original output.

1.4. Manufacturers / Contractors should confirm whether they are supplying PV module using a
RF identification tag (RFID), which must contain the following information. The RFID can be
inside or outside the module laminate, but must be able to withstand harsh environmental
conditions. Name of the manufacturer of PV Module ,Name of the Manufacturer of Solar
cells. Month and year of the manufacture (separately for solar cells and module) Country of
origin (separately for solar cells and module)I-V curve for the module Peak Wattage, Im,
Vm and FF for the module Unique Serial No and Model No of the module Date and year of
obtaining IEC PV module qualification certificate. Name of the test lab issuing IEC
certificate, Other relevant information on traceability of solar cells and module as per ISO
9000 series.
283
283
1.5. Other general requirement for the PV modules
283 and subsystems shall be the following :

Raw materials (solar Cells) and technology employed in the module production processes
shall have to be certified and a certificate giving details of major materials i.e. cells, Glass, back
sheet, their makes and data sheets to be submitted for the modules being supplied by the
Contractor. The rated output power of any supplied module shall not have negative tolerance.
The peak-power point voltage and the peak-power point current of any supplied module and/or
any module string (series connected modules) shall not vary more than 3 (three) per cent from
the respective arithmetic means for all modules and/or for all module strings, as the case may
be.

Except where specified, the front module surface shall consist of impact resistant, low-
iron and high-transmission toughened glass. The module frame, if any, shall be made of a
corrosion-resistant material which shall be electrolytically compatible with the structural material
used for mounting the modules. The module shall be provided with a junction box with either
provision of external screw terminal connection or sealed type and with arrangement for
provision of by-pass diode. The box shall have hinged, weather proof lid with captive screws and
cable gland entry points or may be of sealed type and IP65 rated. Necessary I-V curves at 25c,
45c, 60c and at Nominal Operating Cell Temperature (NOCT) are required to be furnished.
Offers to provide PV module warranty of 20 years with not more than 10% degradation in
performance/output over 20 years (0.5% every year).

2. ARRAY STRUCTURE

2.1 Wherever required, suitable number of PV panel structures shall be provided. Structures
shall be of flat-plate design either I or L sections.

2.2 Structural material shall be corrosion resistant and electrolytic ally compatible with the
materials used in the module frame, its fasteners, nuts and bolts. Galvanizing should
meet ASTM A-123 hot dipped galvanizing or equivalent which provides at least spraying
thickness of 80-100 microns on steel as per IS5905, if steel frame is used. Aluminum
frame structures with adequate strength and in accordance with relevant BIS/international
standards can also be used.

2.3 Structures shall be supplied complete with all members to be compatible for allowing
easy installation at the ground site.

2.4 The structures shall be designed to allow easy replacement of any module & can be
either designed to transfer point loads on the ground as per site conditions and design to
be approved by CPWD.

2.5 Each structure shall have a provision to adjust its angle of inclination to the horizontal as
per the site conditions by way of Manual operation.

2.6 Each panel frame structure be so fabricated as to be fixed on the ground. The structure
should be capable of withstanding a wind load of Min. 196 km/hr after grouting &
installation. The front end of the solar array must be one meter above the ground.
Grouting material for SPV structure shall be as per M 15(1:2:4) concrete specification.
284
284
2.7 The structures shall be designed for simple
284 mechanical and electrical installation. There
shall be no requirement of welding or complex machinery at the installation site. If prior
civil work or support platform is absolutely essential to install the structures, the
Contractor shall clearly and unambiguously communicate such requirements along with
their specifications in the bid. Detailed engineering drawings and instructions for such
prior civil work shall be carried out prior to the supply of Goods.

2.8 The Contractor shall specify installation details of the PV modules and the support
structures with appropriate diagrams and drawings. Such details shall include, but not
limited to, the following;

Determination of true south at the site;


Array tilt angle to the horizontal, with permitted tolerance;
Details with drawings for fixing the modules;
Details with drawings of fixing the junction/terminal boxes;
Interconnection details inside the junction/terminal boxes;
Structure installation details and drawings; electrical grounding (earthing);
Inter-panel/Inter-row distances with allowed tolerances; and Safety precautions to be
taken.
The array structure shall support SPV modules at a given orientation and absorb and
transfer the mechanical loads to the ground columns properly. All nuts and bolts shall be
of very good quality stainless steel. Detailed design and Drawing shall have to be
submitted to CPWD for acceptance and approval before execution of work.

NOTE: The structural design of the complete system should be compatible with the
structural strength and load bearing capacity of the site/ ground, design calculations and
certificate to this effect shall be provided by a qualified chartered structural engineer.

Power Conditioning Unit (PCU)

PCU of minimum 60 KVA (+/- 5%) Central and modular type, should convert DC power
produced by SPV modules, in to AC power and adjust the voltage & frequency levels to suit the
local grid conditions. Inverter shall interconnect and feed power to the grid at 415V.
Mandatory Technical Specification is as below:
285
The typical specification of PCU is listed below:
285
285
A AC side As per Tender design

i) Nominal AC Power 10 kWp

ii) Output AC Voltage (as per manufacturer Practice) 415V+/- 10%

iii) Frequency 50 Hz

iv) Total harmonic distortion

v) AC over / under voltage over voltage / under Yes


frequency protection.

vi) Phase Shift (COS Phi) 1

B DC Side

i) PV Power Min 315 Wp

ii) Maximum DC Voltage 850V

iii) MPPT Voltage range 420-850V

iv) Maximum DC Current *

v) DC voltage ripple <3%

vi) DC over voltage protection Yes

C Other Parameters

i) Minimum efficiency (CE) >98%

ii) Ambient temperature 0-40º C

iii) Humidity (Non Condensing) 95%

iv) Degree of protection for enclosure IP 65

v) Dimension / Weight As per Manufactured design.

vi) Noise level < 65 dBA

vii) Cooling Natural Air

viii) Input Range 420-850 V DC

ix) Power Factor 0.99

x) Input / Output cable Termination Top


286
286
286
Other important Features/Protections required in the INVERTER. Automatic morning
wake-up and night shutdown. PCU must have the feature to work in tandem with other similar
PCUs and be able to be successively switched ON and OFF automatically based on solar
radiation variations during the day. Mains (Grid) over-under voltage and frequency protection.
Fool proof protection against ISLANDING. Included authentic tracking of the solar array„s
maximum power operation voltage (MPPT). Array ground fault detection.

LCD and piezoelectric keypad operator interface Menu driven Automatic fault conditions reset
for all parameters like voltage, frequency and/or black out. MOV type surge arresters on AC and
DC terminals for over voltage protection from lightning-induced surges. INVERTER should be
rated to operate at 0–55 deg. Centigrade unless provision for air conditioning is included in
INVERTER. All parameters should be accessible through an industry standard communication
link.

3.1 The INVERTER shall be self commuted and shall utilize a circuit topology and components
suitable for meeting the specifications listed above at high conversion efficiency and with
high reliability.

3.2 Since the INVERTER is to be used in solar photo voltaic energy system, it should have
high operational efficiency. The DC to AC conversion efficiency shall at least be 98
percent for output ranging from 20 percent of full load to full load. The idling current at no
load must not exceed 2 percent of the full-load current.

3.3 In INVERTER there shall be a direct current isolation provided at the output by means of a
suitable isolating transformer.

3.4 The INVERTER output shall be 415 V AC, 50 Hz 3 phase supply.

3.5 The INVERTER shall be capable of operating in parallel with the grid utility service and
shall be capable of interrupting line-to-line fault currents and line-to-ground fault currents.

3.6 The INVERTER shall include appropriate self protective and self diagnostic features to
protect itself and the PV array from damage in the event of INVERTER component failure
or from parameters beyond the INVERTER„s safe operating range due to internal or
external causes. The self-protective features shall not allow signals from the INVERTER
front panel to cause the INVERTER to be operated in a manner which may be unsafe or
damaging. Faults due to malfunctioning within the INVERTER, including commutation
failure, shall be cleared by the INVERTER protective devices and not by the existing site
utility grid service circuit breaker.

3.7 The INVERTER shall go to shut down/standby mode, with its contacts open, under the
following conditions before attempting an automatic restart after an appropriate time delay;
in sufficient solar power output.

Insufficient Solar Power Input. When the power available from the PV array is insufficient
to supply the losses of the INVERTER, the INVERTER shall go to a standby/shutdown mode.
The INVERTER control shall prevent excessive cycling during rightly shut down or extended
periods of insufficient solar radiation.
287
3.8 Utility-Grid Over or Under Voltage 287
287
The INVERTER shall restart after an over or under voltage shutdown when the utility grid
voltage has returned to within limits for a minimum of two minutes.

Utility-Grid Over or Under Frequency

The INVERTER shall restart after an over or under frequency shutdown when the utility
grid voltage has returned to the within limits for minimum of two minutes.

3.9 The INVERTER generated harmonics measures at the point of connection to the utility
services when operating at the rated power shall not exceed a total harmonic current
distortion of 3 percent, a single frequency current distortion of 4 percent and single
frequency voltage distortion of 1 percent, when the first through the fiftieth integer
harmonics of 50 Hz are considered.

3.10 The INVERTER Power factor at the point of utility service connection shall be >0.99
lagging or leading when operating at above 25 percent of the rated output, but may be
less than 0.99 lagging below 25 percent of the rated output.

3.11 The high voltage and power circuits of the INVERTER shall be separated from the low-
voltage and control circuits. The internal copper wiring of the INVERTER shall have flame
resistant insulation. Use of PVC is not acceptable. All conductors shall be made of
standard copper.

3.12 The INVERTER shall withstand a high voltage test of 2000 V rms, between either the
input or the output terminals and the cabinet (chassis).

3.13 Full protection against accidental open circuit and reverse polarity at the input shall be
provided.

3.14 The INVERTER shall not produce Electromagnetic Interference (EMI) which may cause
malfunctioning of electronic and electrical instruments including communication
equipment, which are located within the facility in which the INVERTER is housed.

3.15 The INVERTER shall have an appropriate display on the front panel to display the
instantaneous AC power output and the DC voltage, current and power input. Each of
these measurement displays shall have an accuracy of 1 percent of full scale or better.
The display shall be visible from outside the INVERTER enclosure. Operational status of
the INVERTER, alarms, trouble indicators and ac and the dc disconnect switch positions
shall also be communicated by appropriate messages or indicator lights on the front
cover of the INVERTER enclosure.

3.16 Communication Modbus protocol with LAN/WAN options along with remote access facility
and SCADA package with latest monitoring systems including individual string monitoring
with Web/IP data monitoring shall be provided.

3.17 Electrical safety, earthing and protection

Internal Faults: In built protection for internal faults including excess temperature,
commutation failure, overload and cooling fan failure (if fitted) is obligatory. Galvanic
Isolation: Galvanic Isolation is required to avoid any DC component being injected into
the grid and the potential for AC components appearing at the array.
288
288
Over Voltage Protection: Over Voltage288
Protection against atmospheric lightning discharge
to the PV array is required. Protection is to be provided against voltage fluctuations in the
grid itself and internal faults in the power conditioner, operational errors and switching
transients. Earth fault supervision: An integrated earth fault device shall have to be
provided to detect eventual earth fault on DC side and shall send message to the
supervisory system. Cabling practice: Cable connections must be made using PVC Cu
cables, as per BIS standards. All cable connections must be made using suitable
terminations for effective contact. The XLPO DC Grade Cu cables must be run in GI trays
with covers for protection. Fast acting semiconductor type current limiting fuses at the
main bus-bar to protect from the grid short circuit contribution.

3.18 The INVERTER shall include an easily accessible emergency OFF button located at an
appropriate position on the unit.
3.19 The INVERTER shall include ground lugs for equipment and PV array grounding. The DC
circuit ground shall be a solid single point ground connection in accordance with WEC
69042.
3.20 All exposed surfaces of ferrous parts shall be thoroughly cleaned, primed, and painted or
otherwise suitably protected to survive a nominal 30 years design life of the unit.
3.21 The INVERTER enclosure shall be weatherproof and capable of surviving climatic
changes and should keep the INVERTER intact under all conditions inthe room where
it will be housed. The INVERTER shall be located indoor andshould be either
wall/pad mounted. Moisture condensation and entry ofrodents and insects shall
beprevented in the INVERTER enclosure. The enclosure for housing the inverter shall be
minimum IP54 protection level. The inverter itself shall be minimum IP20 protection level.
3.22 Components and circuit boards mounted inside the enclosures shall be clearly identified
with appropriate permanent designations, which shall also serve to identify the items on
the supplied drawings.
3.23 All doors, covers, panels and cable exists shall be gasketed or otherwise designed to limit
the entry of dust and moisture. All doors shall be equipped with locks. All openings shall
be provided with grills or screens with openings no larger than 0.95 cm. (about 3x8 inch).
3.24 In the design and fabrication of the INVERTER the site temperature ( 5O to 55O C),
incident sunlight and the effect of ambient temperature on component life shall be
considered carefully and derating shall be applied. Similar consideration shall be given to
the heat sinking and thermal for blocking diodes and similar components.
3.25 Factory Testing:
The INVERTER shall be tested to demonstrate operation of its control system and the
ability to be automatically synchronized and connected in parallel with a utility service,
prior to its shipment. Operation of all controls, protective and instrumentation circuits shall
be demonstrated by direct test if feasible or by simulation operation conditions for all
parameters that cannot be directly tested. Special attention shall be given to
demonstration of utility service interface protection circuits and functions, including
calibration and functional trip tests of faults and isolation protection equipment.
Operation of start up, disconnect and shutdown controls shall also be tested and
demonstrated. Stable operation of the INVERTER and response to control signals shall
also be tested and demonstrated. Factory testing shall not only be limited to
measurement of Phase currents, efficiencies, harmonic content and power factor, but
shall also include all other necessary tests/simulation required and requested by the
Departments Engineers. Tests may be performed at 25,50,75 and 100 percent of the
rated nominal power.
A Factory Test Report (FTR) shall be supplied with the unit after all tests. The FTR shall
include detailed description of all parameters tested qualified and warranted. Factory
testing of the INVERTER should be carried out and witnessed by the Department„s
Engineers at the manufacturers premises.
289
289
3.26 289
Operating Modes: The following operating modes are to be made available: Night or
Sleep mode: Where the inverter is almost completely turned off, with just the timer
and control system still in operation, losses should not exceed 1 watt per 5 kilowatt.
Standby mode : Where the control system continuously monitors the output of the
solar generator until pre-set value is exceeded (typically 10 watts). Operational or
MPPT tracking mode: The control system continuously adjust the voltage of the
generator to optimize the power available. The power conditioner must automatically
re-enter stand-by mode when input power reduces below the standby mode
threshold. Front Panel display should prove the status of the INVERTER, including
AC Voltage, Current, Power output & DC Current, Voltage and Power input, pf and
fault Indication (if any)

3.27 Codes and Standards : The quality of equipment supplied shall be controlled to meet
the guidelines for engineering design included in the standards and codes listed in the
relevant ISI and other standards, such as:

IEEE 928 Recommended Criteria for Terrestrial PV Power Systems. IEEE 929
Recommended Practice for Utility Interface of Residential and Intermediate PV
Systems.

IEEE 519 Guide for Harmonic Control and Reactive Compensation of Static Power
Controllers. National Electrical NEPA 70-(USA) or equivalent national standard.
National Electrical Safety Code ANSI C2- (USA) or equivalent national standard. JRC
Specification 503 (Version 2.2 March 1991) or JPL Block V standard for PV modules.
The inverter manufacturer should attach efficiency certificate from Independent Third
party Testing laboratory i.e. IEC,TUV,SNL/ERTL & STQC. PCU should confirm to IEC
61683 IS 61683 for efficiency measurements and IEC 60068 (1,2,14,30)/Eqvt BIS
Std. for environmental testing. MPPT unit should confirm to design qualification IEC
62093.

3.28 PLANT METERING / DATA LOGGING

PV array energy production: Digital Meters to log the actual value of AC/ DC Voltage,
Current One way LT energy meter (Exportmetering) Class 0.2S ABT. Compliant shall be
incorporated in the system on the main AC Grid supply complete with electrical
switchgear in the main plant.

Solar Irradiance: An integrating Pyranometer (Class I) should be provided, with the


sensor mounted in the plane of the array. Readout should be integrated with data logging
system.

Wind Speed: An integrated wind speed measurement unit to be provided.

Temperature Sensor: Integrated temperature sensors for measuring the module surface
temperature, inverter inside enclosure temperature and ambient temperature to be provided
complete with readouts integrated with the data logging system.

A data logging system (Hardware and software) for plant control and monitoring shall be
provided with the following features :
290
290
Remote Supervisory Control and data
290 acquisition through SCADA software at the
Departments location through Handheld device / GSM cellular device with latest
software/hardware configuration and service connectivity for online / real time data
monitoring/control complete to be supplied and operation and maintenance/control to be ensured
by the Contractor.

All major parameters should be available on the digital bus and logging facility for energy
auditing through the internal microprocessor and can be read on the digital front panel at any
time the current values, previous values for up to a month and the average values. The following
parameters should be accessible via the operating interface display.

AC Voltage, AC Output current, Output Power, DC Input Voltage, DC Input Current, Time
Active, Time Disabled, Time Idle, Temperatures Inverter Status.

Protective function limits (Viz-AC Over voltage, AC Under voltage, Over frequency, Under
frequency ground fault, PV starting voltage, PV stopping voltage, Over voltage relay, Under
voltage relay over frequency, ground fault relay, PV starting relay, PV stopping relay).

3.29 INVERTER/ARRAY SIZE RATIO


The Inverter continuous power rating shall be above 98% at full load.

3.30 Inverter

Technical data sheet:-

The inverter shall work continuously and control the utility interface within the stipulated
range:-

On three Phase side:-

Output voltage 415(+12.5-20%) VAC


Frequency 50HZ (+3 HZ, -3 HZ)
Maximum current ripple 3% PP
Reactive Power 0.99 inductive to 0.99 capacitive

3.31 Maximum Power Point Tracker (MPPT)

Maximum power point tracker shall be integrated in the Inverter to maximize energy
drawn from the array. The MPPT should be micro processor based to minimize power
losses. The details of working mechanism of MPPT shall be mentioned. The MPPT must
have provision (manual setting) for constant voltage operation.

3.32 Disconnection and Islanding

Disconnection of the PV generator in the event of loss of the main grid supply is to be
achieved by in built protection within the power conditioner. This may be achieved
through rate of change of current, Phase angle, unbalanced voltage or reactive load
variants.
291
291
291
Operation outside the limits of power quality as described in the technical data sheet
should cause the power conditioner to disconnect the grid. Additional parameters
requiring automatic disconnection are:

Neutral voltage displacement over current


Earth fault
And reverse power
In case of the above, cases, tripping time should be less than 0.5 seconds. Response
time in case of grid failure due to switch off or failure based shut down should be well
within 5 seconds. In case of use of two or more than two Inverters capacity, suitable
equipment for synchronizing the AC output of both the Inverters to the ACDB / Grid
should be provided.

3.33 Automatic reconnection after the grid failure is restored

INVERTER shall have facility to reconnect the inverter automatically to the grid following
restoration of grid, subsequent to grid failure condition.
The system should have integrated SCADA and software for plant control and remote
communication with web monitoring to monitor individual strings and complete power
plant.

4.0. ARRAY JUNCTION BOX WITH STRING MONITORING FEATURE TO THE INVERTER

The junction boxes are to be provided in the PV yard for termination of connecting cables.
The Junction Boxes (JB) shall be made of FRP/Powder Coated Aluminum with full dust,
water & vermin proof arrangement. All wires/cables must be terminated through cable
lugs. The JBs shall be such that input & output termination can be made through suitable
cable glands.

Made of FRP or cast aluminium Copper bus bars/terminal blocks housed in the junction
box with suitable termination threads Conforming to IP65 standards and IEC
62208Hinged door with EPDM rubber gasket to prevent water entry.

Single compression cable glands. Provision of earthing. Suitable capacity MOVs provided
within the box to protect against lightning

Plant Control, data logger & plant monitoring unit - Basically, this unit should perform
the following: Individual Array monitoring via string monitoring system Measurement and/or
recording of energy parameters.

Simple data logger or energy meter to record the energy data on a pre-determined
interval basis. Measurement & continuous acquisition of ambient air temperature, wind speed,
solar radiation, PV module temperature, individual string current, inverter output voltage and
current, output frequency. Operating state monitoring and failure indication. Representation of
monitored datas in graphics mode or in tabulation mode. Controlling & monitoring the entire
power system through remote terminal as well as from a local terminal.

Necessary hardwares & softwares shall have to be supplied by the contractor. Both the
softwares and hardwares required for interfacing the plant with SPS office including CPUs,
modems, Printers, UPS, Cellular device are to be supplied and installed by the contractor as per
Clause 3.27.
292
292
Remote control/ Instrumentation: The
292microprocessor control unit should have the
provision for installation of RS – 232/485 communication link, should remote control and
monitoring capability (by personal computer) be desired. All parameters, status and indicators
and targets accessible throughthe local operator interface may be accessed remotely through
these ports. Optional analog outputs (0-5VDC) for AC powers, DC current, DC Voltage can be
supplied to interface with external data acquisition systems. Optional contacts inputs from an
external SCAD/RTU or other remote control device can be provided within the inverter enclosure
for remotely disabling or resetting the unit.

AC DISTRIBUTION PANEL BOARD

5.1 AC Distribution Panel Board (DPB) shall control the AC power from inverter, and should
have necessary surge arrestors. Interconnection from ACDB to LT bus be carried out and
complete equipment along with metering to be installed in the ACDB.
Requirement/specifications of DCDB and ACDB may be changed as per site conditions.
The AC panel shall be provided with adequate safety features to prevent transmission of
fault.

5.2 All switches at the circuit breakers, connectors should conform to IEC 60947 Part I, II &
III.

CABLES & WIRES

6.1 Cabling in the yard and control room: Cabling in the yard shall be carried out as per IE
Rules. All other cabling above ground should be suitably mounted on cable trays with proper
covers. Only LSHZ XLPO cables must be used for DC side, DC grade cables shall be used.

6.2 Wires: Only FRLS copper wires of appropriate size and of reputed make shall be used.

6.3 Cable Ends: All connections are to be made through suitable cable / lug / terminals, crimped
properly & with use of Cable Glands.

6.4 Cable Marking: All cable/wires are to be marked in proper manner by good quality ferule or
by other means so that the cable can be easily identified. Any change in cabling
schedule/sizes if desired by the Contractor/Contractor be got approved after citing
appropriate reasons. All cable schedules/layout drawings have to be got approved from the
Department prior to installation. All cable tests and measurement methods should confirm to
IEC 60189.

6.5 Multi Strand, Annealed high conductivity copper conductor, XLPO type „A„ pressure
extruded insulation. Overall PVC insulation for UV protection and confirm to IEC 69947.
Armoured cable for underground laying. All cables shall conform to BIS standards (IS
694) and (IS 1554). The size of each type of cable selected shall be based on minimum
voltage drop, however, the maximum drop shall be limited to 2% Selected cable should
carry a current density of minimum 1.2Amp/Sq.mm 8.6 All electrical control / power
cables / wires inside the uilding to be fixed in accordance with CPWD specifications for
electrical works Part-I internal only Rigid Steel Conduit should be used for wiring inside
the building Proper laying of cables have to be ensured in appropriate cable trays, pipes /
trenches as per site requirement. For laying / termination of cables, latest BIS / IEC
codes / standards be followed.
293
293
FIRE EXTINGUISHERS : 293

The fire fighting system for the proposed power plant for fire protection shall be consisting
of Portable fire extinguishers in the control room for fire caused by electrical short circuits. Sand
buckets in the control room. The installation of Fire Extinguishers should confirm to TAC
regulations and BIS standards. The fire extinguishers shall be provided in the control room
housing the batteries and PCUs.

LIGHTNING AND OVER VOLTAGE PROTECTION :

There shall be the required number of suitable lightning arrestors installed in the array
field. Lightning protection shall be provided in an approved manner with suitable earthing such
that induced transients find an alternate route to earth. Protection shall meet the safety rules as
per Indian Electricity Act. Lighting protection for array yard and control room building has to be
provided. All building earth conductors shall be interconnected through the concept of earth mats
for interconnection with separate earth pits. For each earth pits necessary test points shall have
to be provided.

EARTHING PROTECTION :

Each array structure of the PV yard should be grounded properly. In addition the lightning
arrester / masts should also be provided inside the array field. Provision should be kept be
provided inside the array field. Provision should be kept for shorting and grounding of the PV
array at the time of maintenance work. All metal casing/shielding of the plant should be
thoroughly grounded in accordance with Indian Electricity Act 2003 / Indian Electricity Rules
1956. Earth Resistance should be tested in presence of the representative of CPWD after
earthing by calibrated earth tester. INVERTERS, ACDB and DCDB should also be earthed
properly. The MV equipments and parts shall be earthed in compliance to Indian Electricity Rules
1956.

Rules 1956, all non current carrying metal parts shall be earthed with two separate and
distinct earth continuity conductors to an efficient earth electrode.

7 TOOLS & TACKLES AND SPARES:

After completion of installation & commissioning of the power plant, necessary tools &
tackles are to be provided free of cost by the contractor for maintenance purpose. List of
tools and tackles to be supplied by the contractor for approval of specifications and make
from CPWD. A list of requisite spares in case of INVERTER comprising of a set of control
logic cards, IGBT driver cards etc, Junction Boxes, Fuses, MCCBs etc. along with spare
set of PV modules and batteries be indicated, which shall be supplied along with the
equipment. A minimum set of spares shall be maintained in the plant itself for the entire
period of warranty and Operation & Maintenance which upon its use shall be replenished.
A minimum spare parts list is enclosed at Annexure 1 in Section IX.

8 Plant Electricals

8.1 Solar Photovoltaic Power Plant Electrical System

The technical requirements of design, manufacture, testing at works supply installation


testing & commissioning of all electrical equipment's required for the Solar Photovoltaic
Power Plant starting from the local control panel of Plant and up to the Grid tie up with the
State grid including all control protection, metering equipment, and balance of equipments
complete in all respect shall be of high standard and quality meeting the requirement of
respective Indian Standards. The brief particulars and requirement of equipment is as
under-
294
294
8.1.1 Electricity Rules Act & Rules: 294

All work shall be carried out in accordance with the latest edition of the Indian Electricity
Act and rules formed there under and as amended from time to time

8.2.1 Indicating and Integrating Meters / Instruments:

All indicating instruments shall be of switchboard type, back connected, suitable for flush
mounting and provided with dust and vermin proof cases for tropical use and finished in suitable
colour. All instruments shall have practical laboratory means for adjustment of accuracy. The
limits of errors for ammeters/voltmeters shall be those permissible for Class 1.5 instruments as
per IS:1248. The ammeters and voltmeters shall be suitably scaled to indicate the current /
voltage levels in the system. A phase selector switch with four/six position shall be used to
measure the current / voltage of each phase / line. The meters shall be located at eye level to
facilitate observation of readings correctly.

8.3 Wiring:

All wiring shall be of switch board type consisting of copper conductor of 1.5 Sq. mm. for
alarm / annunciation / control circuits and 2.5 Sq.mm. for CT and all other Circuits insulated with
polyvinyl chloride insulation suitable for 660 Volt service and in accordance with relevant IS:732.
Polyvinyl Chloride used shall have excellent resistance against burning, moisture, oil and vermin
and shall be finished with clear colour. Rubber insulated wiring shall not be acceptable.
Tenderers shall furnish the details of method being adopted by them for Joint / Connections. All
instruments and Panel wiring shall be of heat resisting and self extinguishing type in compliance
with IS. Plastic or porcelain cleats of the limited compression type shall be used for holding wiring
runs. All wires shall be suitable for bending to meet the terminal studs at right angles. Metal
cases of all apparatus mounted on panels shall be separately earthed by means of copper wire
or strips. The following colour scheme of the wiring shall be used as per IS:375.

AC three phase circuits :

No.1 Phase: Red., No.2 Phase: Yellow., No.3 Phase : Blue, Neutral Conductor : Black,
Connection to Earth : Green, D.C. circuits : Grey

8.4 MIMIC DIAGRAM :

For indoor panels painted colour bands shall be used for the mimic bus. The mimic
diagram shall be on eye level. Equipments shall be represented by suitable symbols.
The colour shall be Red Shade 537 of IS-5.

8.5 INDICATING LEDs / LAMPS:

Indicating LEDs shall be provided on the control board to indicate the following:

Visual indication of ON and OFF position of each circuit breaker.


Trip circuit healthy indication.
Auto trip indication for each circuit breaker panel.
VT supply indication.
295
295
8.6 FERRULES: 295

Ferrules engraved/printed with the same number, letters or symbols as indicated in the
connection and wiring diagram shall be provided on the terminal ends of all wires for
identification of circuits for inspection and maintenance. Ferrules shall be of strong and
flexible insulating material with glossy finish to prevent adhesion. They shall be engraved
/ printed and clearly marked and shall not be effected by dampness. Ferrule numbering
shall be in accordance with IS:375. The same ferrule number shall not be used on wires
in different circuits on a panel.

8.7 SPACE FOR CABLES AND CABLE GLANDS:


Sufficient space for receiving the cables inside the switch board at the bottom of the
cubicles and mounting arrangement for the terminal cable glands shall be provided.
Cable gland plates should be above the ground level for the ease of working.

All equipments shall be complete in all respect. All fittings, accessories or apparatus
which may not have been mentioned above but which are usual/necessary for the
equipments shall be included for each circuit breaker panel.

8.8 TEMPERATURE RISE:

The maximum temperature rise of various parts of the system when tested under rated
conditions shall not exceed the specified values at a peak ambient temperature of 40 deg.
C.

8.9 INSPECTION AND TESTING: Each equipment shall comply with and shall be subjected
to all routine and acceptance tests prescribed in the relevant Indian Standard
Specification/IEC.

8.10 The type test reports of switchgear shall be complete in all respect along
withoscillographic records, photographs etc. in respect of all type tests as per relevant
ISS / IEC. The type test certificates should be in respect of specific make and type / rating
of the instruments etc. intended to be supplied and not in respect of the breakers etc.
manufactured by their foreign collaborators if any. Complete literature of switchgear
proposed to be provided must be sent with the tender.

Routine & acceptance test as per relevant standard shall be carried out on each
equipment covered by this specification in the presence of Department's representative. If
so desired by the Department all test reports shall be submitted and got approved from
the Department before dispatch of the equipment.

TECHNICAL PARTICULARS :

The Contractors shall furnish the guaranteed technical & other particulars of the
equipments offered. Make of various equipments should be clearly stated. Words like reputed,
equivalent etc. shall not be accepted. Alternative makes of equipments should not be more than
two in the order of preference.

9 INTERCHANGEABILITY: All similar materials and removable parts of similar equipments


shall be interchangeable with each other.
296
296
10 FAULT / TROUBLE ALARM SCHEME:
296All non-trip alarms shall be indicated by an alarm
bell. Make / type of each relay, indicating instruments, integrating instruments, controls
witches, selector switches, indicating lamps, semaphore indicators, enunciator scheme,
bell, hooter etc. shall be clearly and invariably indicated in the GTP (Guaranteed
Technical Particulars), bill of material and unit price list. Only specific make accessories
shall be indicated. The word "EQUIVALENT/REPUTED MAKE" will not be given for
consideration.

11 Guaranteed Technical Particulars, Drawings And Quality Assurance Plan:


Guaranteed Technical Particulars in the Technical Particulars Data Sheet- with this
specification shall be furnished alongwith the detailed general arrangement dimensional
drawings mounting arrangements, connection diagrams and quality assurance plan etc.

Particulars which are subject to guarantee shall be clearly marked in GTP.

12 Name Plate and Marking: The equipment shall have a non detachable type name plate
which should be clearly visible and effectively secured against removal having markings
as per requirement of IS. A sticker reading as under must be provided in the MV neutral
ompartment.

CAUTION: ― DO NOT REMOVE EARTH LINK WHEN MV TERMINAL IS LIVE.

Earthing system installation shall be in strict accordance with the latest editions of Indian
Electricity Rules, relevant Indian Standards and code of practices and the local statutory
authority regulations. Neutral points of system metallic enclosures and frame works, not forming
part of electric supply shall be connected to main earthing system.

Earthing Layout: The contractor shall submit to CPWD earthing drawings showing the
location of earthing conductors, for their approval. Earthing conductors in outdoor areas shall be
buried 600 mm below finished graded level and these buried conductors shall be brought 500
mm above ground level for making tap connections to the equipments.

13 Specification For Testing & Commissioning : The testing and commissioning for all
electrical equipment at site shall be according to the procedures listed below:

All electrical equipment shall be tested, installed and commissioned in accordance with
the latest relevant standards and code of practices published by Indian Standards Institution
wherever applicable and stipulations made in relevant general specifications. The testing of all
electrical equipment as well as the system as a whole shall be carried out to ensure that the
equipment and its components are in satisfactory condition and will successfully perform its
functional operations. The inspection of the equipment shall be carried out to ensure that all
materials, workmanship and installations conform to the accepted design, engineering and
construction standards, as well as accepted code of practices and stipulations made in the
relevant general specifications.

The contractor in the presence of CPWD shall carry out all tests/ Consultant using his
own calibrated instruments, testing equipment as well as qualified testing personnel. The results
of all tests shall conform to the specification requirements as well as any specific performance
data, guaranteed during finalization of the contract.

Preparation of the Equipment for Commissioning : After completion of the installation at site
and for the preparation of plant commissioning, the contractor shall check all the equipment and
installation in accordance with the agreed standards, latest relevant code of practices of Indian
Standards and specific instructions furnished by the particular equipment manufacturer as well
as the department.
297
297
Checking required to be made on all equipment
297 and installations at site shall comprise, but
not limited to, the following: Physical inspection for removal of any foreign bodies, external
defects, such as damaged insulators, loose connecting bolts, loose foundation bolts etc. Check
for grease, insulating / lubricating oil leakage and its proper quantity. Check for the free
movement of rotating parts of the rotating machines and devices. Check for tightness of all cable
joints and bus bar termination ends as well as earth connections in the main earthing network.
Check for clearance of live bus bars and connectors from the metal enclosure. Check for proper
alignment of all draw out devices, if any. Continuity checks in case of power and control cables.
Check for proper connection to earth network of all non-current carrying parts of the equipment
and installation.

The relevant tests shall be carried out in accordance with relevant IS of latest issue. The
tests which are to be carried out on the equipment shall include, but not be limited to, the
following:

Check for completeness of installation. each pole to earth insulation resistance test. Cables
Insulation resistance test with 1,000 V megger for cables rated up to 1.1kV grade. All 1.1 kV
cables shall be subjected to high voltage test after joining and terminating but before
commissioning as per relevant standards. In each test, the metallic sheath / screen / armour
should be connected to earth. Continuity of all the cores, correctness of all connections as per
wiring diagram, correctness of polarity and phasing of power cables and proper earth connection
of cable glands, cable boxes, armour and metallic sheath, shall be checked.

Earthing System : Tests to ensure continuity of all earth connections.

Tests to obtain earth resistance of the complete network by using earth tester. The test
values obtained shall be within the limits.

14 Lightning & Over Voltage Protection

14.1 The SPV Power Plant should be provided with Lightning and over voltage protection
connected to proper earth mats. The main aim of over voltage protection is to reduce the
over voltage to a tolerable level before it reaches the PV or other sub-system
components. The source of over voltage can be lightning or other atmospheric
disturbance.

14.2 The lightning Masts /Conductors shall be made as per applicable Indian standard /
International Standard in order to protect the entire Array Yard/Shed from Lightning
stroke. Necessary concrete foundation for holding the lightning conductor, in position, to
be made after giving due consideration to maximum wind speed and maintenance
requirement at site in future.

14.2.1 The lightning masts / conductor shall be earthed through flats and connected to the Earth
mats as per applicable Indian Standards with earth pits. Each Lightning Conductor shall
be fitted with individual earth pit as per required Standards including accessories, and
providing masonry enclosure with cast iron cover plate having locking arrangement,
watering pipe using charcoal or coke and salt as per required provisions of IS.

The Contractor shall ensure adequate lightning protection to provide and acceptable
degree of protection as per IS for the array yard. If necessary more numbers of Lightning
conductors may be provided. Design calculations and detailed explanations (in 4 sets)
shall be provided for approval of CPWD within 15 days of order.

Lightning Conductor shall be as per requirements of IS Standards. All building earth


conductor shall be interconnected through the concept of Earth Mats for interconnection
with separate earth pits. For each earth pit, necessary Test Point shall have to be
provided.
298
Earthing System 298
298
15.1 The earthing for LT side (Solar Power Plant side) array and LT power system shall be as
required as per provisions of Indian Standard/International Standard. Necessary
provision shall be made for bolted isolating joints of each earthing pit for periodic
checking of earth resistance.

15.2.1 Each array structure of the SPV Yard/shed shall be grounded properly. The array
structure are to be connected to earth pits as per IS standards.

15.3 The earthing for the power plant equipment shall be made as per provisions of IS.
Necessary provisions shall be made for bolted isolating joints of each earthing pit for
periodic checking of earth resistance.

15.4 The complete earthing system shall be mechanically & electrically connected to provide
independent return to earth. All three phase equipment shall have two distinct earth
connections.

15.5 An Earth Bus shall be provided inside the control room.

15.6 For each earth pit, necessary Test Point shall have to be provided.

15.6.1 In compliance to Rule 33 and 61 of Indian Electricity Rules, 1956 (as amended up to
date) all noncurrent carrying metal parts shall be earthed with two separate and distinct
earth continuity conductors to an efficient earth electrode.

15.6.2 Earth resistance of the earth pits shall be tested in presence of the representative of
CPWD

Cables & Installation accessories LT cables:

1.1kV Grade, Al. Conductor XLPE insulated Armoured Cables shall be used for all LT
Power Cables between Power & Motor Control Cubicles, MCC, Respective feeders, etc. These
cables shall be laid in trents or and using Galvanized Cable trays of adequate strength. The
cable shall be terminated using Al. Lugs of adequate cross section area. The PMCC„s and the
MCC„s shall be located in the Basement with cable entry on top cables on DC side shall be
XLPO and DC Grade.

Control Cables:

1.1kV Grade, Cu. Conductor, XLPE insulated Armoured Cables shall be used for all
control cables required for the Solar Power Plant. These cables shall be laid on structural
supports and using Galvanized Cable trays of adequate strength. The cable shall be terminated
using Cu. Lugs of adequate cross section area.

Cu. Conductor, XLPE insulated Armoured with miller insulation between each pair and
tinned copper screening. All cables shall be PVC insulated with appropriate grade conforming
to IS.
The wiring for module inters connection shall be with hard PVC conduit of approved
make. All Tees, Bends etc., shall be approved make. Before procurement, approval for
materials should be obtained from RSMML. Only terminal cable joints shall be accepted. No
cable joints to join two cable ends shall be accepted.
299
299
Cables inside the control room shall be299
laid in suitable Cable Trays of approved type. All
wires used on the LT side shall conform to IS and should be of appropriate voltage grade. Only
copper conductor wires of reputed make shall be used. Cable terminations shall be made with
suitable cable lugs & sockets etc., crimped properly and passed through brass compression
type cable glands at the entry and exit point of the cubicles. The panels„ bottoms should be
properly sealed to prevent entry of snakes/lizard etc. inside the panel.

All cable/wires shall be marked with good quality letter and number ferrules of proper
sizes so that the cables can be identified easily. The terminal end of cables and number ferrules
of proper sizes so that the cables can be identified easily.

Painting & Finish:

All metal surfaces shall be thoroughly cleaned of rust, scale, oil, grease, dirt etc.
Fabricated structures shall be pickled and then rinsed to remove any trace of acid. The under
surface shall be made free from all imperfections before undertaking the finishing coat.

After Phosphate treatment, two (2) coats of yellow zinc chromate primer shall be applied
followed by two (2) coats of epoxy based synthetic enameled paint. Shade shall be Siemens
Grey Ral- 7032. Thickness of paint shall be not less than 75 micron. All unpainted steel parts
shall be cadmium plated or suitably treated to prevent rust formation. If these parts are moving
elements then they shall be greased.

Inspection & Testing : CPWD shall have free access to Contractor‟s/ manufacturer‟s works
to inspect, expedite and witness shop tests. Any materials or work found to be defective or
which does not meet the requirements of the specification will be rejected and shall be replaced
at Contractor„s cost. Department reserves the right to carry out stage wise inspection of
fabrication and components. The Contractor shall furnish a detailed quality assurance plan for
CPWD review.

The test & inspection shall be carried out at manufacturer„s work and at Plant site with
the Contractors obligation. The test and Inspection shall be done in accordance with the relevant
standards and the Manufacturer's23standard before the delivery to site as well as after the
erection and commission at site. The Contractors shall give the list of tests that they will carry out
at site to show the performance of plant. The data of each test and inspection shall be recorded
and submitted as soon as the test/ trials are conducted and will also be a part of final
documentation. The shop test shall be carried out to prove the performance parameters of the
offered model. The testing shall be done in the presence of the representatives of the
department.

The department shall be sending its 2 representatives for inspection of stage


manufacturing and testing at works & 7 days training at manufacturer‟s works of SPV module
and PCU manufacturer. Expenses on account of to & fro journey during stay shall be borne by
department. The notice of such inspection shall be given 15 days in advance.

Manufacturer has to submit procedure for tests carried out at their factory premises.

a) Start Up Trials Load Test


b) Records & Measurements Safety Device List. Setting values for all sensors for Pressure
and Temperature.
c) Dimensional Check-up, Overall Inspection, Completeness of Scope of Supply Shop
Test/Load Test for Solar Power Plant.
300
300
Load Trials & Reliability test at site for Grid300
Connect Solar Power Plant

Performance Guarantee Test at Site for Grid Connect Solar Power Plant etc. These tests
will be conducted at site as per site conditions at available load and after performing all pre-
commissioning check and trials and after readiness of the entire Solar Power Plant system which
are required to carry out the load trials.

All the tests which are mentioned in the load test of Solar Power Plant will be carried out
in presence of CPWD Representative at Plant site at site conditions and the parameters checked
in accordance with the data sheet and guaranteed parameters given by the Contractor.

All the equipments supplied by the vendor will be tested as per relevant standard/Quality
assurance plan at site conditions and the performance monitored.

16 Quality Issues

16.1 Contractor will submit and get finalized detailed comprehensive Standard Field Quality
Plan (SFQP) within 30 days from date of issue of the order for bought out items and items
manufactured by them. The Standard Field Quality Plan shall relate to the specific and
objective erection practices right from storage of equipment till final inspection and testing
to be followed for bought out items and items manufactured by Contractor. Accordingly,
the Manufacturing Quality Plan shall be submitted broadly under following sub-heads.

16.2 Raw material/Bought Out items and Components.

16.3 In process inspection and test/checks to establish successful completion/accomplishment


of the process. Final tests/checks in accordance with relevant national / international
standards / specifications. The quantum of check for each and every inspection/test items
shall be based on an established sampling method and the quantum of check indicated in
the SFQP should be designed adequate quality protection.

In case reference documents/acceptance norms are indicated as per plant standards then
the same shall be duly substantiated/properly explained by well established and proven
engineering practices. All submissions will be in English language only. Contractor will
allow CPWD to carry out Quality/Audit/Quality surveillance on Contractors and our sub
vendor„s work with reference to contractual obligations to ensure that the quality
management practices/norms as detailed out in the Quality Manual are adhered to. To
facilitate this activity, bidder shall keep CPWD informed all progress of work in this
contract on monthly basis.

Contractor will associate/fully witness in each inspection being carried out at their/their
sub-vendor„s works by our authorized inspection engineer(s). CPWD shall also carry out
quality audit and quality surveillance of your systems, procedures and quality control
activities. However, this shall not relive you of any of your contractual responsibilities
under the contract.

OTHER CIVIL STRUCTURES : All Civil shall be executed as per General Specification of Civil
Works. Scope: The scope of work includes: Array structures. Embedment of structures suitable
for mounting of PV modules on terrace/ on elevated array mounting structure/ on the roof of semi-
permanent shed and laying of earthing equipment/structures and connecting to the main ground
mat as per statutory requirements.

Providing foundation for lightning arrestors etc. co-ordinating with BESCOM for getting
approval for Solar Power Plant and net metering. Providing of pedestals required for mounting of
the inverters and control panels. All structural drawings to be got approved from CPWD.
301
Tests : All material to be used for construction
301and fabrication should betested before use. All
laboratory/Field tests should be conducted301 as per relevant Indian standards and CPWD
specifications by taking minimum required samples.

DANGER NOTICE BOARDS : Danger notice boards should be provided as and where
necessary as per IE Act / IE rules as amended up to date.

17 DRAWINGS & MANUALS : 5 copies of Engineering, electrical drawings and installation


and O&M manuals are to be supplied to the department.

Contractors shall provide complete technical data sheets for each equipment giving
details of the specifications along with make/makes in their bid along with basic design of
the power plant and power evacuation, synchronization and distribution along with
protection equipment. Approved ISI and reputed makes for equipment be used.

For complete electro-mechanical works, contractors shall supply complete design, details
and drawings for approval to CPWD before progressing with the installation work.

QUALITY AND ADAPTABILITY OF THE EQUIPMENT

Contractors must verify the grid behavior, solar insulation levels and general site
conditions on their own before bidding. The Contractor shall accordingly ensure that the
equipment and the design submitted shall be able to perform as per guaranteed performance
levels in the available site conditions. The design of the plant and the equipment offered by the
Contractors shall be evaluated for its quality and adaptability to the site conditions based on the
Departments past experience, projects earlier executed by the Contractors and from other
sources. Contractors must submit detailed technical operational parameters and latest plant
performance indicators and status complete with the clients address and contact nos. with regard
to projects of similar nature already executed.

SURGE PROTECTOR AT STAGE II / CLASS C

The surge Protection manufacturer shall offer a complete line of surge Protection product
to support the requirements for the Distribution. The surge protector at this stage shall be
provided to protect the downstream electrical and electronics against any induced switching
surges that may be passed on to the downstream electrical & electronic system.

The Protection unit shall be based on Single High Capacity Metal Oxide Varistors (MOV),
capable of handling 8/20 µs surges and shall be able to give an indication in the event module
failure and be pluggable to facilitate the in-service replacement without distributing the lines. One
extra set of replacement module shall be furnished to the job site.

Protection Network Configuration. The work required under this section consists of furnishing,
installing and connecting SPD device as specified and as shown in the drawings. The SPD
device shall be installed in a NETWORK configuration, consist of one set of SPD panel device at
the service entrance of switchboard. All SPD devices in this network configuration shall be of
same manufacturer. All SPD devices shall be modular, mountable on 35 mm DIN rail and be field
replaceable without interruption of electrical distribution circuit.

Unit status indicator shall be provided to indicate the status of complete Protection unit on
the product as well as provision for remote indication must be provided. Protection shall be
manufactured for the specific type and voltage of the electrical Service and shall provide
clamping for both normal (L-N) and common (N-G) mode operation.
302
302
Protection shall be manufactured to withstand
302 a maximum continuous operating voltage
of not less than 115% of normal RMS Line voltage of 240 VAC. The Protection shall be
provided with internal safety fusing if required, to be connected in parallel between Line/s to
neutral & neutral to earth as per the TNS configuration of wiring. It shall be testable on line for
routine maintenance, module failure and in order to prevent catastrophic failure modes.

Protection shall be a fail-safe type device, shall have no follow through current shall have
repeated surge capability, shall be solid state, shall be self restoring and be fully automatic in all
mode of operation. It shall have thermal disconnection and indication against overloading of the
device.

Protection shall comply with IEC 61643 standards. Protection shall have an operating
temperature ranges from -20oC to + 60oC.

Protection Criteria : The maximum continuous operating voltage (Rated voltage) for SPD
devices connected to phase-neutral shall not be less than the values as shown in table below:

Nominal Voltage Rating per phase Maximum Continuous Operating


Voltage
(V rms) (V rms)
120 150
240 320
350 440
480 600

Listing : The surge protective device and associated hardware must comply with IEC 61643-11.

The Protection voltage of the complete rail mount surge protective device shall be type
test to the figures as indicated in table below, which must not exceed the values shown.

Service Voltage / per phase Protection Voltage @ In (Nominal


discharge current) / Protection Level
240 V 1500 V

Nominal Withstand Surge Current : Surge Protective device (including all fusing and over
current protection) for application at sub-Distribution Panels shall have a Nominal surge current
withstand capacity as shown in table below. The failure or operation of any fuse / over – current
device during the test is not permissible.

Application Panel Location Max. Single With stand Surge Current Of


8/20 µs Impulse)
Sub-Distribution Panel 10KA for 8 / 20 µs (between Line to Neutral)

Final Distribution Board 25 KA for 10/350 µs (between Neutral to earth

Compliance to this specification must be provided in the form of a certificate from an


independent testing laboratory. Response time of Class C arrestor should not be <25 ns.
303
303
303

UNDERTAKING TO BE FURNISHED BY CONTRACTORS

(To be submitted at the time of association of agency)

We, M/s ………………………………………………………………………………having reg office at


…………………………………………………………………

undertake to ensure generation of electrical energy from the Solar Power Plant of 10kWp to be
installed by us at admin building for CISF, Nelamangala, Bangalore, Karnataka as per the
details / technical specifications given in tender document. We have calculated the quantum of
electricity likely to be generated with the Solar plantforcanarabank site as per the attached yield
report. We also confirm that we have inspected the project site also.

Authorised
Signatory

Name of the Company with stamp


304
304
304

MANUFACTURERS' AUTHORIZATION FORM


(To be submitted at the time of association of agency)

No.------------------------- dated

To

Dear Sir: __________

We
_______________________________________________________________________ who
are established and reputable manufacturers of
___________________________________________
_____________________________________________________________________________
________

(Name & Descriptions of goods offered) having factories at

(address of factory) do hereby authorize M/s ___________________ (Name and address of


Agent) to submit a bid, and sign the contract with you for the goods manufactured by us against
the above IFB.

We hereby extend our full guarantee and warranty as per Clause 15 of the Commercial
Conditions of Contract for the goods and services offered for supply by the above firm against
this IFB.

Yours faithfully,

(Name)

(Name of manufacturers)

Note: This letter of authority should be on the letterhead of the manufacturer and should
be signed by a person competent and having the power of attorney to legally bind
the manufacturer. (The list of items for which this is required should be indicated by
Department).
305
305
305
LIST OF PREFERRED MAKES OF MATERIALS
The makes of all the materials to be used in the work has been specified. However, if any
material to be used in the work and the make is not specified the decision of the Engineer-
in-charge in writing shall be final.

C-1.2: Internal electrification, street lighting, split AC, UPS

Sl.
Item Makes
No.
1 PVC/CONDUIT AND ACCESSORIES BEC/ AKG/ NIC/ STEEL CRAFT/ MKAY/
(ISI MARKED) Precission/ Atul/ A-One Plast
2 PVC INSULATED FRLS COPPER FINOLEX/ HAVELLS/RR KABLE/SKYTONE/
CONDUCTOR CABLES 1.1 KV PANASONIC/ L&T /POLYLYCAB
GRADE (ISI MARKED)
3 MODULAR PLATE TYPE SWITCH / SCHNEIDER (ZENCELO) / LEGRAND
SOCKET GI BOXES / FAN (Miryush) / MK (BLENZ)/ CRABTREE
REGULATOR / TELEPHONE (ATHENA)
SOCKET/LAN OUTLET
4 MCB / MCB DB‟S / RCBO / MCCB / LEGRAND / SCHNEIDER / ABB / L&T/
MCCB DB SIEMENS/ HAGER/GE
5 600mm/1200mm/600x600 LED/ PHILIPS / LIGHTING TECHNOLOGIES /
Highbay / Bulk head LIGHT FITTINGS TRILUX
6 Flame Proof Fittings Crompton /PHILIPS / LIGHTING
TECHNOLOGIES / TRILUX /
7 Chandelier /Wall bracket//Round Ceiling PHILIPS / LIGHTING TECHNOLOGIES /
fittings TRILUX / JAQUAR
8 CEILING FAN HAVELLS / CROMPTON GREAVES / USHA /
ORIENT (5 STAR RATED ISI MARKED)
9 EXHAUST FANS/ FRESH AIR FAN KHAITAN/ CROMPTON/ USHA/ ALMONARD/
ORIENT/ ALSTHOM

10 TELEPHONE CABLES / CO-AXIAL TV FINOLEX/ HAVELLS / RR KABLE/ ANCHOR /


CABLES GLOSTER
11 CAT 6 CABLE/ CAT 6A/ FIBER SCHNEIDER/SIEMON/SYSTIMAX/D-G LINK/
OPTICCABLE& ASSOCIATED ITEMS D- LINK/ COMM SPOKE/ BELDAN /
LEGRAND
12 TELEPHONE TAG BLOCK DP BOXES KRONE (GERMAN) / D LINK / ITL
13 1.1 KV XLPE CABLE (ISI MARKED) FINOLEX/ GLOSTER / HAVELLS / RR
CABLE/CCI/UNIVERSAL
14 OCCUPANCY SENSOR PHILIPS / WIPRO / HONEY
WELL/LEGRAND/ SCHNEIDER
15 ELECTRICAL PANELS /FEEDER CPRI TYPE TESTED PANEL FABRICATOR
PILLERS/FLOOR PANELS (TO BE HAVING SEVEN TANK PROCESS
USED OUTSIDE SUB-STATION)
16 DATA RACK &ACCESSORIES SCHNEIDER/ RITTAL/ VALRACK / COMM
SPOKE/ NET RACK
17 MCCBS THE LATEST MODEL / SERIES OF
LEGRAND / L&T / SCHNEIDER / ABB /
SIEMENS
306
306
306
Sl.
Item Makes
No.
18 CURRENT TRANSFORMERS AUTOMATIC ELECTRIC/ KAPPA/ L&T/
NEPTUNE
19 DIGITAL INDICATING MEASURING L&T (QUASER)/ SCHNEIDER ( CONZERV) /
INSTRUMENTS /MULTIFUNCTION AE/ RISHAB
METERS
20 SELECTOR SWITCH L&T/ KAYCEE/ SIEMENS/ AE
21 INDICATION LAMP & PUSH BUTTON BCH/ L&T/SIEMENS/ SCHNEIDER
22 DIGITAL ENERGY METER L & T / CONZERV/ SECURE
23 APFC RELAYS L&T / SIEMENS / CONSERVE / SCHNEIDER
/ NEPTUNE (DUCATI)/CPRI APPROVED
MAKES
24 BUS TRUNKING, RISING MAIN & TAP- LEGRAND/ L&T/ SCHNEIDER/ C & S / ABB
OFF BOX
25 CABLE TRAYS & ACCESSORIES VENUS/ SLOTCO/ PILCO/ REECO/OBO/
LEGRAND/ HAVELLS
26 CAPACITOR( ISI MARKED) EPCOS/ NEPTUNE/ SIEMENS/ L&T
27 CABLE GLAND/ LUGS/ THIMBLES COMMET/ DOWELLS/ RAYCHEM/
GRIPWELL
28 OCTAGONAL STEEL POLE BAJAJ / CROMPTON/ VOLMART /PHILIPS/K-
LITE
29 LED STREET LIGHT FITTINGS PHILIPS / LIGHTING
TECHNOLOGIES/TRILUX / JAQUAR
30 Split AC Hitachi/ Blue Star/LG /Daikin/

31 R O water Purifier BLUESTAR / AQUAGUARD / USHA /


VOLTAS /
32 UPS APC / EMERSON / TECHSER
33 Storage Water Cooler with or without BLUE STAR / VOLTAS / USHA /
RO+UV Purifier AQUAGUARD

Note: LM79 and LM80 certificate shall submitted along with LED fittings and also test
certificates shall be submitted from third party NABL accredited lab. The Engineer-in-Charge,
CPWD reserves the right to add or delete any materials and makes/brands in the list of preferred
makes of materials/brands.
307
307
307
LIST OF PREFERRED MAKES OF MATERIALS
C-3.2: Fire fighting system

Sl. DESCRIPTION MAKES


No.
4 TERRACE PUMPS : KIRLOSKAR/ KSB/ GRUNDFOSS/ MATHER &
PLATT
5 ELECTRICAL CONTROL PANEL : CPRI APPROVED FABRICATOR HAVING
SEVEN TANK PROCESS.
6 BUTTERFLY/NON RETURN : KIRLOSKAR/AUDCO/ADVANCE/ ZOLOTO/
VALVE/SLUICE VALVE /DUAL PLATE LEADER
CHECK VALVE /Y-STAINER/FIRE
MAN AXE
7 FIRE HYDRANT VALVES/LANDING : PADMINI/ SUPEREX/ OMEX/ MINIMAX /
VALVES/ORIFICE PLATE NEWAGE / GETECH / SAFEGUARD/ FIREX/
LIFEGUARD

8 FIRE BRIGADE INLETS/SUCTION : SAFEX/ NEWAGE / FIREX/ GETECH/


COLLECTING HEAD PADMINI/ CEASEFIRE

9 FIRST AID HOSE REEL (DRUM AND : NEWAGE / GETECH / PADMINI/ SAFEX/
BRACKET)/ FIRE HOSE/ GUN METAL CEASEFIRE/ AGNI
BRANCH PIPE/ FIREMAN AXE/ RRL
HOSE
10 GUN METAL/BRONZE : SANT/ LEADER/AUDCO/ADVANCE
GATE/GLOBE/CHECK/BALL VALVES
11 XLPE CABLE (ISI MARKED) : FINOLEX/ GLOSTER / HAVELLS / RR
CABLE/CCI/UNIVERSAL
12 MCCB / ISOLATOR / MCB : LEGRAND / SCHNEIDER / ABB / L&T/
SIEMENS/ HAGER/GE

13 AMMETER/VOLTMETER/CTS : AUTOMATIC ELECTRIC/ I.M.P/ L&T


14 CONTACTORS : SIEMENS /L&T /SCHNEIDER/ ABB

15 MS / GI PIPE (ISI MARKED) : TATA/ JINDAL/ ZENITH

16 VIBRATION ELIMINATOR : RESISTO FLEX/ EASY FLEX/ D.WREN


CONNECTORS/ METALIC EXPANSION
17 INSTALLATION CONTROL VALVE : HD FIRE/ NEWAGE/ PADMINI/ MATHER &
PLATT
18 CABLE TRAY : VENUS/ SLOTCO/ PILCO/ REECO/OBO/
LEGRAND/ HAVELLS
19 PRESSURE GAUGE : DANFOSS/ H-GURU/ FIEBIG

20 WEATHER PROOF HOSE CABINET : PADMINI/ GETECH/ OMEX/ NEWAGE

21 FIRE EXTINGUISHERS : CEASE FIRE/ LIFEGUARD/ PADMINI/


SUPEREX/ MINIMAX/ SAFEX
308
308
308
Sl. DESCRIPTION MAKES
No.
22 AIR VESSEL : PADMINI/ CHAWLA FIRE/ GETECH/NEWAGE

23 ELECTRICAL SWITCHGEAR &: SIEMENS/ L&T/ ABB/ C&S


STARTERS, RELAYS
24 SINGLE PHASING PREVENTOR : L&T/ SIEMENS/ MINILEC
(CURRENT SENSING)
25 PIPE COAT MATERIAL (PIPE : PYPKOTE/ COALTECK
PROTECTION)
26 BATTERY : EXIDE/PRESTOLITE/AMARAJA/ AMCO

27 ENAMEL PAINT, PRIMER : ASIAN/ NEROLAC/ BERGER

28 MEASURING METER : L&T/ SIEMENS/ AE/ ENERCON

29 AIR RELEASE VALVES : GIACOMINI/ AIP VALVE/ JAISON

30 SELECTOR SWITCH : L&T/ KAY CEE/SIEMENS/C&S/ SALZR

31 INDICATING LAMP : BCH/ L&T/ SIEMENS/ C&S/ SCHNEIDER/


TECNIC
32 CABLE GLAND/END TERMINATION : COMMET/ DOWELLS/RYCHEM/ WAGO/
LUGS/ TERMINAL BLOCKS ELMEC

The Engineer-in-Charge, CPWD reserves the right to add or delete any materials and
makes/brands in the list of preferred makes of materials/brands.
309
309
309
LIST OF PREFERRED MAKES OF MATERIALS
C-4.2 : Fire Alarm System

S. Item Description Manufacturer


No.
1. Fire Alarm Control Panel with Battery
Backup.

2. Appollo/Agni/Ravel
3. Manual pull box

4
5 Hooters, Strobe & speaker

The Engineer-in-Charge, CPWD reserves the right to add or delete any materials and
makes/brands in the list of preferred makes of materials/brands.
310
310
310
LIST OF PREFERRED MAKES OF MATERIALS
C-7.2: Solar Water Heating System

1. GI pipe ISI marked : TATA / JINDAL/ZENITH


2. FRLS PVC insulated copper : FINOLEX/ HAVELLS/RR KABLE/ ASMON /
conductor wire ISI marked PANASONIC/L&T
FRLS
3. Gun Metal Valves : Zoloto/ Leader/ Kirloskar/ Deepak/ L&T Valves Limited
4. Insulation material : ROCK WOOL / UP TWIGA
5. CPVC pipe : ASHIRVAD/ ASTROL/ FINOLEX/ PRINCE/
SUDHAKAR
6. AC Rope : APPU / ELEPHANT / CHARMINAR
7. Solar Water Heating System : TATA BP SOLAR / RASHMI/ Kotak UrJa/ Photon/
Honeywell/RACOLD

Note:-The Engineer-in-Charge, CPWD reserves the right to add or delete any materials and
makes/brands in the list of preferred makes of materials/brands.

LIST OF PREFERRED MAKES OF MATERIALS


C-7.2: AV conference system and Acess control

1. 65”full HD LED professional : PANASONIC MAKE LH-65QM1KD / SAMSUNG /


display SONY
2. FRLS PVC insulated copper : FINOLEX/ HAVELLS/RR KABLE/ ASMON /
conductor wire ISI marked PANASONIC/L&T
FRLS
3. Wireless Presentation / : COALESCE / BARCO
Collaboration System
4. Video Conferencing System : POLYCOM REALPRESENCE Group 500-720p
5. 7”Touch Panel : CRESTON TSW 760 OR EQUIVALENT
6. POE Injector : CRESTON MAKE PWE -4803RU
7. Loud Speaker : BOSE MAKE DS16F / Sennheiser
8. Mixer Amplifier BOSE MAKE FREE SPACEDXA 2120 OR
EQUIVALENT
9. Ceiling Array Microphone SHURE DSP UTILITIES / AKG / SENHEISER
10. Touch Panel Interface Unit IPAD PRO
11 Projector EPSON / SONY / ACER / VIEWSONIC / HITACHI

Note:-The Engineer-in-Charge, CPWD reserves the right to add or delete any materials and
makes/brands in the list of preferred makes of materials/brands.
311
311
LIST OF PREFERRED311
MAKES OF MATERIALS
C-8.2: Solar PV Plant

A SOLAR EQUIPMENT

1 SPV Modules (subject to compliance : HHV/ REC/ Canadian Solar/ TATA / BHEL
with tender conditions) /Panasonic/ Emvee/Shan

2 SOLAR CELLS : Solar Tech/ Motec/ Q Cell/ Eton

3 Power Conditioning Unit (PCU) : SMA / Schneider/ Refusol/ Kaco/ Siemens/


ABB

4 Data logger/System performance : Kaco / SMA / ABB/ Energy Recommerce/


Equ/ Electro industries/ Energy Tracking IIc/
Schlumberger

5 Junction Box : Hensel/ Spelsberg/ ABB/ Cooper busman/


Equ

6 ACDB panel : Local fabrication approved Engineer-in-


charge

7 Energy meter : L&T/ Siemens/ Schneider/ Secure/ HPL

8 Surge protection : OBO Betterman/ ABB/ Legrand/ Equ

9 PV module interconnecting : Tyco/ Cooper busman/ MC


Connector

10 AC cables and wires : RR Kabel/ Havells / Finolex/ Asmon/ Anchor/


KEI

11 DC cables and wires : Siechem/ LAPP/ TopSolar/ Nexans/ Equ

12 PVC Conduits and accessories (ISI : Avon Plast/ Precision/ AKG/ Bajaj plast/ GM
marked)
13 GI Pipes : TATA/ JINDAL (HISSAR)/ ZENITH
312
312
312
15 Indicating Lamps LED type , Push : Schneider Electric (MG)/ Larsen & Toubro
Button (ESBEE)/ Siemens/ Vaishno

16 Electronic Digital Meters (Networking : Conzerv/ Larsen & Toubro/ Secure


type)

17 PVC insulated XLPE aluminium/ : CCI/ Havells/ Gloster/ Universal/ NICCO/


copper conductor armoured MV Fortune Art
Cables upto 3300V grade

18 Selector Switch, Toggle switch : Salzer (Larsen & Toubro)/ Siemens/ Kaycee

19 Timer : Siemens/ L&T/ Schneider Electric – TE/ GE/


Siemens

20 Welding Rod : Advani / Esab

21 Fire Sealant : Promat/ Hilti/ Birla – 3 M

23 1.1KV grade aluminium & copper : FINOLEX/ GLOSTER / HAVELLS / RR


conductor, XLPE insulated CABLE
armoured UG Cables

Note:-The Engineer-in-Charge, CPWD reserves the right to add or delete any materials and
makes/brands in the list of preferred makes of materials/brands.
313
313
313
TENDER SCHEDULE OF PLINTH AREA (PART D)
FOR QUOTING COMBINED RATE FOR CIVIL AND ELECTRICL WORKS.

Name of Work: C/o Infrastructure (Non-residential & residential building) for CISF 10th Reserve Battalion, at Lakkur village, Bangalore in
EPC mode (Design and Build basis). SH : C/o Administrative Building, quarter guard, Ty-III,-16 Nos., Ty- IV- 6 Nos., Ty-
V- 2 Nos., 2 Nos. 320 Men barracks and GOs‟ Mess i/c internal electrical installations, water supply and sanitary
installations.

The bidder must quote his/their rate in the following format (to be quoted only in the Financial bid only and nowhere else):-
Sl No Name of Work Particular Plinth Area Unit Rate Amount

Figure/words Figure/words

1 C/o Infrastructure (Non-residential Administrative Building 1542 Sqm


& residential building) for CISF
10th Reserve Battalion, at Lakkur Quarter Guard 868 Sqm
village, Bangalore in EPC mode Ty-III 16 Nos, Ty-IV 6 Nos 2576 Sqm
(Design and Build basis). SH : C/o
Administrative Building, quarter & Ty-V 2 Nos
guard, Ty-III,-16 Nos., Ty- IV- 6
Nos., Ty- V- 2 Nos., 2 Nos. 320 2 Nos 320 Men barrack 7984 Sqm
Men barracks and GOs‟ Mess i/c C/o GO,s Mess 587 Sqm
internal electrical installations,
water supply and sanitary
installations.

Total
314
314
314
Notes:
1) The rate quoted in the bid will cover all provisions of bid documents such as scope of work, relevant specifications and
all other terms & conditions of the contract, etc.
2) Payment shall be made for the actual area built.
3) The minimum built up area of 1 No. Type-II, reisidential quarter will be as per Architectural Drawings attached with the
bid document.
4) The quoted rate shall be inclusive of all types of foundation that may be required to be provided as per structural
considerations.
5) Ramp for each block of residential quarters with stainless steel railing for physically challenged persons shall be
provided at Ground floor which shall not be considered for plinth area calculation and for measurement.
6) The plinth area shall be measured as per IS:3861.

(i) Plinth area shall not include shafts open to sky, however shaft cover at top shall be counted at one floor level only.

(ii) Balcony area shall be measured and paid @50% of the Plinth area rate irrespective of top being protected or not
protected above.
7) The work will be awarded as a whole and no splitting of work shall be considered. The lowest bidder shall be decided
on the basis of overall bid amount.

Contractors/Bidders Executive Engineer,


BCD-II, CPWD, Bangalore

Вам также может понравиться