Sie sind auf Seite 1von 119

N. I. T.

/TENDER PAPER

NIT No.

Name of work

: 2226/NIT/CE(EZ-V)/CPWD/2015-2016

C/o Work shop cum hostel building (G+6) for CIPET Campus II at
Mancheswar, Bhubaneswar including Internal Water Supply, Sanitary
Installation, Drainage and Providing Internal Electrical Installation, CCTV,
Fire alarm System, Fire Fighting System & Lift.

Composite Estimated Cost

: Rs. 11,05,74,458/-

Earnest Money

: Rs.21,05,745/- (To be returned after receiving performance


guarantee)

Performance Guarantee

: 5% of tendered value.

Security Deposit

: 2.50 % of tendered value.

Time Allowed

: 12 (Twelve) months.

This Composite NIT contains 1 to 63 pages (Part-A & Part-B) for


Civil Works & Page 64 - 118 (Part-C) for Electrical Works
including this page.

AE (P)

EE (P)

Approved

CE,EZ-V

SE

Name of work

C/o Work shop cum hostel building (G+6) for CIPET Campus II at
Mancheswar, Bhubaneswar including Internal Water Supply, Sanitary
Installation, Drainage and Providing Internal Electrical Installation,
CCTV, Fire alarm System, Fire Fighting System & Lift.

INDEX
Sl. No.

Description

Page No.

Index
Information & Instruction for Bidders for e-tendering
NIT (Form CPWD-6)
Form of Earnest Money (Bank Guarantee)
Item rate tender & contract for works (Form CPWD-8)
Brief Scope of Work
Particular Specifications & Special Conditions
Integrity Agreement
List of approved make of Materials
Schedule of Quantities ( Civil)

1
2-3
4-9
10
11-20
21-22
23-33
34-37
38-41
42-63

--do--

Additional Conditions for Internal Electrical Installations

64-92

--do---do--

Additional Conditions for Passenger Lift


Schedule of Quantity(Electrical)

93-102
103-118

Part-A (Composite work)


--do---do---do-Part-B (Civil Works)
--do---do---do---do-Part-C (Electrical Work)

This Composite NIT contains 1 to 63 pages (Part-A & Part-B) for


Civil Works & Page 64 - 118 (Part-C) for Electrical Works including
this page.

AE(P)

EE(P)

SE

2
PART-A

INFORMATION AND INSTRUCTIONS FOR BIDDERS FOR


e-TENDERING

2.
3.

4.

5.
6.
7.
8.
9.

Period of
Completion

Last date &


time of
submission of
bid, EMD,
etender
processing
fees and other
documents

Time &
date of
opening of
bid

06/07/2015
upto 03.00
PM

06/07/201
5 at 03.30
PM

C/o Work shop cum hostel


building (G+6) for CIPET
Campus II at Mancheswar,
Bhubaneswar
including
Internal
Water
Supply,
Sanitary Installation, Drainage
and
Providing
Internal
Electrical Installation, CCTV,
Fire alarm System, Fire
Fighting System & Lift.

Rs.21,05,745.0
0

Rs. 11,05,74,458/(Rupees
Twenty One
Lakh Five
Thousand
Seven Hundred
Forty Five)
only

12 (Twelve) Months

26/NIT/CE(EZ-V)/ 2015-16

1.

1.

Estimated cost put to


bid

NIT No.

Sl. No.

Name of Work & location

Earnest Money

The Executive Engineer, Bhubaneswar Central Division- III, Central Public Works Department,
Bhubaneswar (Telephone Telephone No. & Fax No.0674-2560828,2560898) on behalf of President of India invites
online item rate/percentage rate bids from approved and eligible contractors of CPWD and those of appropriate list of
M.E.S., BSNL, Railway and .. State P.W.D (B&R) or State Govt.s Department . Dealing with building
and roads, if there is no State PWD (B&R), (Strike out as the case may be) for the following work(s):

The intending bidder must read the terms and conditions of CPWD-6 carefully. He should only submit his bid if
he considers himself eligible and he is in possession of all the documents required.
Information and Instructions for bidders posted on website shall form part of bid document.
The bid document consisting of plans, specifications, the schedule of quantities of various types of items to be
executed and the set of terms and conditions of the contract to be complied with and other necessary documents
can be seen and downloaded from website www.tenderwizard.com/CPWD or www.cpwd.gov.in free of cost.
But the bid can only be submitted after depositing processing fee in favour of ITI Limited and uploading the
mandatory scanned documents such as Demand Draft or Pay order or Bankers Cheque or Deposit at call Receipt
or Fixed Deposit Receipts and Bank Guarantee of any Schedule Bank towards EMD in favour of Executive
Engineer, BCD-III, CPWD, Bhubaneswar and other documents as specified.
Those contractors not registered on the website mentioned above, are required to get registered beforehand. If
needed they can be imparted training on online bidding process as per details available on the website.
The intending bidder must have valid class-III digital signature to submit the bid.
On opening date, the contractor can login and see the bid opening process. After opening of bids he will receive
the competitor bid sheets.
Contractor can upload documents in the form of JPG format and PDF format.
Contractor must ensure to quote rate of each item. The columns meant for quoting rate in figures appear 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.

Therefore, if any cell is left blank and no rate is quoted by the bidder, rate of such item shall be treated as
0 (ZERO).

List of Documents to be scanned and uploaded within the period of bid submission:
1.
2.

Treasury Challan/ Demand Draft /Pay order or Bankers Cheque/Deposit at call


Receipt /FDR/Bank Guarantee of any Schedule Bank against EMD.
Enlistment Order of the Contractor.

3.

Certificate of Registration for Sales Tax/ VAT and service tax and
acknowledgement of upto date filed return if required.

4.

An undertaking that The Physical EMD shall be deposited by me/us with the
EE calling the bid in case I/we become the lowest bidder within a week of the
opening of financial bid otherwise department may reject the bid and also take
action to withdraw my/our enlistment/ debar me/us from tendering in CPWD.

CPWD-6

CPWD
GOVERNMENT OF INDIA
CENTRAL PUBLIC WORKS DEPARTMENT
NOTICE INVITING BID

1.

Item rate/percentage rate bids are invited on behalf of President of India from approved and eligible contractors of
CPWD and those of appropriate list of M.E.S., BSNL, Railway and .. State P.W.D. (B&R) or State Govt.s
Department ... (strike out as the case may be) dealing with building and roads, if there is no State
PWD (B&R) for the work of C/o Work shop cum hostel building (G+6) for CIPET Campus II at

Mancheswar, Bhubaneswar including Internal Water Supply, Sanitary Installation, Drainage and
Providing Internal Electrical Installation, CCTV, Fire alarm System, Fire Fighting System & Lift.
The enlistment of the contractors should be valid on the last date of submission of bids.
In case the last date of submission of bid is extended, the enlistment of contractor should be valid on the original date
of submission of bids.
1.1

The work is estimated to cost Rs. 11,05,74,458/- This estimate, however, is given merely as a rough
guide.
1.1.1

1.2

The authority competent of approve NIT for the combined cost and belonging to the major discipline
will consolidate NITs for calling the bids. He will also nominate Division which will deal with all
matters relating to the invitation of bids.
For composite bid, besides indicating the combined estimated cost put to bid, it should clearly indicate
the estimated cost of each component separately. The eligibility of bidders will correspond to the
combined estimated cost of different components put to bid.

Intending bidders is eligible to submit the bid provided he has definite proof from the appropriate authority,
which shall be to the satisfaction of the competent authority, of having satisfactorily completed similar works of
magnitude specified below:Criteria of eligibility for submission of bid documents
1.2.1

Conditions for Non-CPWD contractors only, if bids are also open to non-CPWD contractors. For
works estimated to cost up to s. 15 Crore (the figure of s.15 Crore may be modified as per
bidding limit of CPWD class I/Group A contractors of respective discipline such as Electrical,
Horticulture and Furniture etc. as the case may be).
Three similar works each of value not less then s .. lacs or two similar work each of value not less
than s . lacs or one similar work of value not less than s lacs (all figures rounded to nearest
B.10 lac) in last 7 years ending last day of the month previous to the one in which the bids are invited.
Note :For works costing above s.3 Crore but up to s.15 Crore, (the figure of s.3 Crore and s.15 Crore may be
modified as per bidding limit of CPWD class II/Group B and CPWD class I/Group A contractors
respectively of respective discipline such as Electrical, Horticulture and Furniture etc. as the case may
be) when bids are open to non-CPWD contractors also, then class II contractors of CPWD shall also be
eligible if they satisfy the eligibility criteria specified in 1.2.1 above.

CPWD-6 for e-Tendering

CPWD-6

CPWD
1.2.2

Criteria of eligibility for CPWD as well as non-CPWD contractors.


For works estimated to cost above s. 15 Crore (the figure of B.15 Crore may be modified as per
bidding limit of CPWD class I/Group A contractors of respective discipline such as Electrical,
Horticulture and Furniture etc. as the case may be).
Three similar works each of value not less than s .. or two similar work each of value not
less than s . or one similar work of value not less than s .. (all figures rounded
to nearest s 10 lac) in last 7 years ending last day of the month previous to the one in which the bids
are invited.
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.
To become eligible for issue of bid, the bidders shall have to furnish an affidavit as under:
I/We undertake and confirm that eligible similar works(s) has/have not been got executed through
another contractor on back to back basis. Further that, if such a violation comes to the notice of
Department, then I/we shall be debarred for biding in CPWD in future forever. Also, if such a violation
comes to the notice of Department before date of start of work, the Engineer-in-Charge shall be free to
forfeit the entire amount of Earnest Money Deposit/Performance Guarantee. (Scanned copy to be
uploaded at the time of submission of bid).

1.2.3

When bids are invited from non CPWD contractors and CPWD class II contractors as per provisions of
clause 1.2.1 above, it will be mandatory for non CPWD contractors and CPWD class-II contractors to
upload the work experience certificate(s) and the affidavit as per the provisions of clause 1.2.2.
But for such bids, Class-I contractors of CPWD are eligible to submit the bids without submission of
work experience certificate and affidavit. Therefore, CPWD class-I contractors shall upload two
separate letters for experience certificate and affidavit that these documents are not required to be
submitted by them. Uploading of these two letters is mandatory otherwise system will not clear
mandatory fields.

2.

Agreement shall be drawn with the successful bidders on prescribed Form No. CPWD-7/8 (or other Standard From as
mentioned) which is available as a Govt. of India Publication and also available on website www.cpwd.gov.in.
Bidders shall quote his rates as per various terms and conditions of the said form which will form part of the
agreement.

3.

The time allowed for carrying out the work will be 12 (Twelve) 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.

4.

The site for the work is available.


OR
The site for the work shall be made available in parts as specified below :

5.

The bid document consisting of plans, specifications, the schedule of quantities of various types of items to be
executed and the set of terms & conditions of the contract to be complied with and other necessary documents except
Standard General Conditions of Contract Form can be seen from website www.tenderwizard.com/CPWD or
www.cpwd.gov.in free of cost.

CPWD - 6 for e-Tendering

6
CPWD-6

CPWD

6.

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

7.

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

8.

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

9.
A part of earnest money Rs.21,05,745.00 is acceptable in the form of bank guarantee also. In such case minimum
50% of earnest money or Rs. 20 lacs, whichever is less, will have to be deposited in shape prescribed above, and
balance in shape of Bank Guarantee of any scheduled bank having validity for six months or more from the last date
of receipt of bids. which is to be scanned and uploaded by the intending bidders.
The physical EMD of the scanned copy of EMD uploaded shall be deposited by the lowest bidder within a week after
opening of financial bid failing which the bid shall be rejected and enlistment of the agency shall be withdrawn by the
enlisting authority/ the agency shall be debarred from tendering in CPWD.
The following undertaking in this regard shall also be uploaded by the intending bidders:The physical EMD shall be deposited by me/us with the EE calling the bid in case I/we become the lowest
bidder within a week of opening of financial bid otherwise department may reject the bid and also take action
to withdraw my/our enlistment / debar me / us from tendering in CPWD.
Interested contractor who wish to participate in the bid has also to make following payments within the period of bid
submission.

e-Tender Processing Fee Rs. 5700/- (Rupees Five thousand Seven hundred) only shall be payable to M/s
ITI Limited through their e-gateway by credit/debit card ,internet banking or RGTS/NEFT facility.

Copy of Enlistment Order and certificate of work experience, and other documents as specified in the Press Notice
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 press notice shall have to be submitted by the
lowest bidder only along with physical EMD of the scanned copy of EMD uploaded within a week physically in
the office of tender opening authority.

Online bid documents submitted by intending bidders shall be opened only of those bidders, who has deposited eTender Processing Fee with M/s ITI Limited and Earnest Money Deposit and other documents scanned and uploaded
are found in order.
The bid submitted shall be opened at 03.30 P.M. on 06/07/2015.

CPWD - 6 for e-Tendering

CPWD-6

CPWD
7

10.

The bid submitted shall become invalid & e-Tender processing fee shall not be refunded if:
(i)
The bidders is found ineligible.
(ii) The bidders does not upload all the documents (including service tax registration/VAT registration/Sales Tax
registration) as stipulated in the bid document including the undertaking about deposition of physical EMD of
the scanned copy of EMD uploaded.
(iii) If any discrepancy is noticed between the documents as uploaded at the time of submission of bid and hard
copies as submitted physically by the lowest bidder in the office of tender opening authority.
(iv)

The lowest bidder does not deposit physical EMD within a week of opening of bid.

11.

The contractor whose bid is accepted, will be required to furnish performance guarantee of 5% (Five Percent)
of the bided amount within the period specified in schedule F. This guarantee shall be in the form of cash (in
case guarantee amount is less than s 10000/-) or Deposit at Call receipt of any scheduled bank/Bankers
cheque of any scheduled bank/Demand Draft of any scheduled bank/Pay order of any scheduled bank (in case
guarantee amount is less than s 100000/-) or Government Securities or Fixed Deposit Receipts or Guarantee
Bonds of any Scheduled Bank or the State Bank of India in accordance with the prescribed form. In case the
contractor fails to deposit the said performance guarantee within the period as 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 tender shall be
returned after receiving the aforesaid performance guarantee. The contractor whose bid is accepted will 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 and Programme Chart
( Time and Progress) within the specified in Schedule F.

12.

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 charge 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 bidders implies that he has read
this notice and all other contract documents and has made himself aware of the scope and specifications of the
work to be done and of conditions and rates at which stores, tools and plant, etc. will be issued to him by the
Government and local conditions and other factors having a bearing on the execution of the work.

13.

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

14.

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

15.

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

16.

The contractor shall not be permitted to bid for works in the CPWD Circle (Division in case of contractors of
Horticulture/Nursery category) responsible for award and execution of contracts, in which his near relative is
posted a Divisional Accountant or as an officer in any capacity between the grades of Executive Engineer and
Junior Engineer (both inclusive). He shall also intimate the names of persons who are working with him in
any capacity or are subsequently employed by him and who are near relatives to any gazetted officer in the
Central Public Works Department or in the Ministry of Urban Development. Any breach of this condition by
the contractor would render him liable to be removed from the approved list of contractors of this Department.

CPWD - 6 for e-Tendering

8
CPWD-6

17.

18.

CPWD

No Engineer of gazetted rank or other Gazetted Officer employed in Engineering or Administrative duties in
an Engineering Department of the Government of India is allowed to work as a contractor for a period of one
year after his retirement from Government service, without the previous permission of the Government of
India in writing. This contract is liable to be cancelled if either the contractor or any of his employees is found
any time to be such a person who has not obtained the permission of the Government of India as aforesaid
before submission of the bid or engagement in the contractors service.
The validity period i.e. the tender shall remain open for acceptance for a period of 30/45/60/90 days from the
opening of date of tenders, for single bid tenders as under:i. Tenders to be accepted by EE upto 30 days.
ii. Tenders to be accepted by SEupto 45 days.
iii. Tenders to be accepted by CE upto 60 days.
iv. Tenders to be approved by ADG / Spl.DG / DG / CWB -upto 90 days.
If any bidder withdraws his bid before the said period or issue of letter of acceptance, whichever is earlier, or
makes any modifications in the terms and conditions of the bid 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 bidders shall not be allowed to participate in the rebidding
process of the work.

19.

20.

This notice inviting Bid shall form part of the contract document. The successful bidder/contractor, on
acceptance of his bid by the Accepting Authority shall within 15 days from the stipulated date of start of the
work, sign the contract consisting of :a)

The Notice Inviting Bid, all the documents including additional conditions, specifications and
drawings, if any, forming part of the bid as uploaded at the time of invitation of bid and the rates quoted
online at the time of submission of bid and acceptance thereof together with any correspondence
leading thereto.

b)

Standard C.P.W.D. Form 8 on other standard CPWD from as applicable.

For Composite Bids


20.1.1

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

20.1.2

The bid document will include following three components:

Part A:-

CPWD-6, CPWD-8 including schedule A to F for major component of the work, Standard
General Conditions of Contract for CPWD 2014 as amended/modified upto date of dropping of
tender.

Part B :-

General/specific conditions, specifications and schedule of quantities applicable to major


component of the work.

Part C :-

Schedule A to F for minor component of the work. (SE/EE in charge of major component shall
also be competent authority under clause 2 and clause 5 as mentioned in schedule A to F for
major components) General/specific conditions, specifications and schedule of quantities
applicable to minor component (s) of the work.

20.1.3

The bidders must associate with himself, agencies of the appropriate class eligible to bid for
each of the minor component individually.

CPWD - 6 for e-Tendering

CPWD-6

CPWD

20.1.4

The eligible bidders shall quote rates for all items of major component as well as for all items of
minor components of work.

20.1.5

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

20.1.6

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

20.1.7

Security Deposit will be worked out separately for each component corresponding to the
estimated cost of the respective component of works.

20.1.8

The main contractor has to associate agency(s) for minor component(s) conforming to eligibility
criteria as defined in the bid document and has to submit detail of such agency(s) to Engineerin-charge of minor component(s) within prescribed time. Name of the agency(s) to be
associated shall be approved by Engineer-in-charge of minor component(s).

20.1.9

In case the main contractor intends to change any of the above agency/agencies during the
operation of the contract, he shall obtain prior approval of Engineer-in-charge of minor
component. The new agency/agencies shall also have to satisfy the laid down eligibility criteria.
In case Engineer-in-charge is not satisfied with the performance of any agency, he can direct the
contractor to change the agency executing such items of work and this shall be binding on the
contractor.

20.1.10

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

20.1.11

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

20.1.12

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

20.1.12.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 after record of completion certificate of all other components.
20.1.12B

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

10

FORM OF EARNEST MONEY (BANK GUARANTEE)


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

KNOW ALL PEOPLE by these presents that we ......................................... (Name of bank) having our registered office
at................................... (hereinafter called "the Bank") are bound unto................................................... (Name and
division of Executive Engineer) (hereinafter called "the Engineer-in-Charge") in the sum of Rs. ......................... (Rs. in
words .................................................) for which payment well and truly to be made to the said Engineer-in-Charge the
Bank binds itself, his successors and assigns by these presents.
SEALED with the Common Seal of the said Bank this................. day of................. 2015.

THE CONDITIONS of this obligation are:


(1)

If after tender opening the Contractor withdraws, his tender during the period of validity of tender (including
extended validity of tender) specified in the Form of Tender;

(2)

If the contractor having been notified of the acceptance of his tender by the Engineer-in-Charge:
(a)
fails or refuses to execute the Form of Agreement in accordance with the Instructions to contractor, if
required; OR
(b)
fails or refuses to furnish the Performance Guarantee, in accordance with the provisions of tender document
and Instructions to contractor.

We undertake to pay to the Engineer-in-Charge either up to the above amount or part thereof upon receipt of his first
written demand, without the Engineer-in-Charge having to substantiate his demand, provided that in his demand the
Engineer-in-Charge 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 Engineer-in-Charge, notice of
which extension(s) to the Bank is hereby waived. Any demand in respect of this Guarantee should reach the Bank not
later than the above date.
DATE .............

SIGNATURE OF THE

BANK
WITNESS ..................

SEAL

(SIGNATURE, NAME AND ADDRESS)

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

11

CPWD-8

CPWD
GOVERNMENT OF INDIA
CENTRAL PUBLIC WORKS DEPARTMENT
Percentage Rate Tender/Item Rate Tender & Contract for Works

(A)

C/o Work shop cum hostel building (G+6) for CIPET Campus II at
Mancheswar, Bhubaneswar including Internal Water Supply, Sanitary Installation, Drainage
and Providing Internal Electrical Installation, CCTV, Fire alarm System, Fire Fighting System &
Lift.

Tender for the work of: -

(i)

To be submitted by 15.00 hours on 06/07/2015 to


Executive Engineer, BCD-III, CPWD, Bhubaneswar

(ii)

To be opened in presence of tenderers who may be present at 15.30 hours on 06/07/2015 in the office of
Executive Engineer, BCD-III , CPWD, Bhubaneswar
Issued to

*..

Signature of officer issuing the documents


Designation
Date of Issue

.*
*.

COMPOSITE TENDER
I/We have read and examined the notice inviting tender, schedule, A, B, C, D, E & F, Specifications applicable,
Drawings & Designs, General Rules and Directions, Conditions of Contract, of 2014 with up to date amendments,
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.
I/We hereby tender for the execution of the work specified for the President of India within the time specified in
Schedule F viz., schedule of quantities and in accordance in all respects with the specifications, designs,
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 up to date amendments 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 ninety (90) days from the due date of its opening / ninety days from the date of
opening of financial bid in case tenders are invited on 2/3 envelop system (strike out as the case may be) and not to
make any modification in its terms and conditions.
A sum of Rs 21,05,745.00 is hereby forwarded in cash/receipt treasury challan/deposit at call receipt of a scheduled
bank/fixed deposit receipt of scheduled bank/demand draft of a scheduled bank/bank guarantee issued by a
scheduled bank as earnest money. If I/We, fail to furnish the prescribed performance guarantee 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 earnest money and the performance guarantee absolutely, otherwise the
said earnest money shall be retained by him towards security deposit to execute all the works referred to in the tender
documents upon the terms and conditions contained or referred to 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 & Performance Guarantee as aforesaid, I/We shall be debarred for
participation in the re-tendering process of the work.

12

CPWD-8

CPWD

I/We undertake and confirm that eligible similar work(s) has/have not been got executed through another contractor
on back to back basis. Further that, if such a violation comes to the notice of Department, then I/We shall be
debarred for tendering in CPWD in future forever. Also, if such a violation comes to the notice of Department before
date of start of work, the Engineer-in-Charge shall be free to forfeit the entire amount of Earnest Money
Deposit/Performance Guarantee.
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 therefrom to any person other than
a person to whom I/We am/are authorized to communicate the same or use the information in any manner prejudicial
to the safety of the State.
Dated: ..**.

Signature of Contractor **

Witness: **
Address: **

Postal Address **

Occupation: **

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 s.*....
(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:

*..

* Blanks to be filled by EE/BCD-III


** To be filled by Contractor

Designation *.

13

PROFORMA OF SCHEDULES

CPWD

PROFORMA OF SCHEDULES
(Separate Proforma for Civil & Elect. Works in case of Composite Tenders) (Operative Schedules
to be supplied separately to each intending tenderer)
SCHEDULE A
Page No. 42 to 63 (Civil)
Page No. 103 to 118 (Elect.)

Schedule of quantities (as per PWD-3)


SCHEDULE 'B'
Schedule of materials to be issued to the contractor.
S. No.

Description of item

Quantity

Rates in figures &


words at Which the material
will be charged to the
contractor
4

Place of issue

NIL

SCHEDULE 'C'
Tools and plants to be hired to the contractor
S. No.
1

Description
2

Hire charges per day


3

NIL

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

AE (P)

EE (P)

NIL

Place of Issue
4

14

PROFORMA OF SCHEDULES

CPWD

SCHEDULE E
Reference to General Conditions of contract of 2014 with amendments up-to-date of dropping of tender.
Name of Work

Estimated cost of work:

C/o Work shop cum hostel building (G+6) for CIPET Campus II at
Mancheswar, Bhubaneswar including Internal Water Supply, Sanitary
Installation, Drainage and Providing Internal Electrical Installation,
CCTV, Fire alarm System, Fire Fighting System & Lift.
dha, Bhubaneswar.
Rs. 11,05,74,458/-

(i)

Earnest Money

Rs.

(ii)

Performance Guarantee

5 % of tendered value

(iii)

Security Deposit

2.50 % of tendered value

21,05,745.00

(To be returned after


performance guarantee)

receiving

SCHEDULE 'F'
GENERAL RULES & DIRECTIONS : Officer inviting tender EE/BCD-III /CPWD/Bhubaneswar
Maximum percentage for quantity of items of work to be
executed beyond which rates are to be determined in
accordance with Clauses 12.2 12.3

See below

Definitions:
2(v)

Engineer-in-Charge

EE/BCD-III/CPWD/ Bhubaneswar.

2(viii)

Accepting Authority

SE/BCC/CPWD/Bhubaneswar

2(x)
2(xi)

Percentage on cost of materials and


Labour to cover all overheads and profits:
Standard Schedule of Rates

15%
DSR 2013

2(xii)

Department

Central Public Works Department.

9(ii)

Standard CPWD Contract Form GCC 2014,

CPWD Form 8 modified & Corrected up-to-date of


dropping of tender

Clause 1
(i)

(ii)

Time allowed for submission of Performance Guarantee,


Programme Chart (Time and Progress) and applicable labour
licences, registration with EPFO,ESIC and BOCW Welfare
Board or proof of applying thereof from the date of issue of
letter of acceptance
Maximum allowable extension beyond the period
provided in (i) above with the late fee 0.1% per day of
Performance Guarantee amount beyond the period provided
in (i) above

AE (P)

EE (P)

10 (Ten) days

10 (Ten) days

15

PROFORMA OF SCHEDULES

CPWD

Clause 2
Authority for fixing compensation under clause 2

SE/BCC/CPWD/ Bhubaneswar

Whether Clause 2A shall be applicable

Yes / No

Number of days from the date of issue of letter


of acceptance for reckoning date of start

10 (Ten) days

Clause 2A

Clause 5

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

Sl.
No.

1.
2

Time allowed
in
months (from
date of start)

Amount to be with-held
in case of non
achievement of mile
stone( % of Tendered
amount )

RCC work upto G F slab i/c slab casting with elect.


conduiting

2.00
Months

0.875 % of tender amount

RCC work upto 2nd Floor slab i/c slab casting with elect.
conduiting Brick work & plastering upto GF.

4.00
Months

0.875 % of tender amount

RCC work upto 4th Floor slab i/c slab casting with elect.
conduiting. Placement of order for lift.
Brick work & plastering upto 2nd floor

6.00
Months

0.875 % of tender amount

8.00
Months

0.875 % of tender amount

10.00
Months

0.875 % of tender amount

12.00
Months

0.875 % of tender amount

Description of Milestone (Physical)

RCC work upto 6th Floor slab i/c slab casting with elect.
conduiting and completion of M/C room and lift well. Supply of
th
lift at site Brick work & plastering upto 4 floor
Brick work & plastering upto 6th floor. Aluminium work, door
and windows, flooring, Sanitary & waters upply works.
Electrical wiring and Installation of lift, fire fighting.

Painting and balance work, testing and commissioning, clearing of


site and handing over inventory

Time allowed for execution of work

AE (P)

12 (Twelve) Months

EE (P)

16
Authority to decide:
(i)

Extension of time SE/BCC/CPWD/ Bhubaneswar (Engineer in Charge or Engineer in Charge


of Major Component in case of Composite Contracts, as the case may be)

(ii)

Rescheduling of mile stones SE/BCC/CPWD/Bhubaneswar (Superintending Engineer in


Charge or Superintending Engineer in Charge of Major Component in case of Composite
Contracts, as the case may be)

Clause 6, 6A

Clause applicable - (6 or 6A)

6A

Clause 7
Gross work to be done together with net payment
/adjustment of advances for material collected, if any, since
the last such payment for being eligible to interim payment
Clause 7A

Rs. 92 lacs

No Running Account Bill Shall be paid for the work till the
Applicable labour licences, registration with 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 contractor at site lab.

1.

Balance

2.

Sieve as per IS460-1962

3.

Oven

4.

Dial Gauge

5.

Equipment for Slump Test

6.

Sieve Shaker

7.

Graduated Measuring Cylinder

8.

Enamel Tray

9.

Compression Testing Machine

Clause 10B(ii)
Whether Clause 10 B (ii) shall be applicable

AE (P)

Yes

EE (P)

17

PROFORMA OF SCHEDULES

CPWD

Clause 10C
Component of labour expressed as percent of value of work =

25%(Twenty Five percent)

Clause 10CA

S.
No.

Material covered
under this clause

Cement

Nearest Materials (other


than cement,
reinforcement bars and
the structural steel) for
which All India
Wholesale Price Index
to be followed
1.

Reinforcement bars

2.

Structural steel

3.

Base Price of
clause 10 CA*

all Materials covered under

1.

PPC Rs.6400/- Per MT

...

2.

Primary Producer Rs.49000/- Per MT

...

3.

Rs. 47000 /- Per MT

In case contractor is permitted to used TMT reinforcement bars procured from ISPs or secondary producers then:
The base price of TMT reinforcement bars as stipulated under schedule F shall be reduced by Rs.5,000/a)
Per MT.
b)
The rate of providing & laying TMT reinforcement bars as quoted by the contractor in the tender shall also
be reduced by Rs.5.75 per kg. (the rate of reduction shall be same as a above converted to per kg plus
Contractors Profit and Over Heads as applicable) (currently 15%)

Base price of all the materials covered under clause 10 CA is to be mentioned at the time of approval of NIT.

AE (P)

EE (P)

18

PROFORMA OF SCHEDULES

CPWD

Clause 10CC
---Not Applicable
Clause 10 CC to be applicable in contracts with stipulated period
of completion exceeding the period shown in next column
Schedule of component of other Materials, Labour, POL etc. for price escalation. -

18 (Eighteen) months
Nil

Component of civil (except materials covered under clause 10CA) /Electrical


construction Materials expressed as percent of total
value of work
Deleted
Component of Labour
expressed as percent of total value of work.

Xm ..........%

Component of P.O.L.
expressed as percent of total value of work.

..........%

..........%

Clause 11
Specifications to be followed
for execution of work

CPWD Specifications 2009 volume -I & II with corrections of


slips up-to-date of dropping of tender and As per CPWD
General Specification for Electrical Works Part I(Internal),Part-II
(External)

Clause 12
12.2. & 12.3

12.5

Deviation limit beyond which clauses 12.2 &


12.3 shall apply for building work

30% (Thirty percent)

1. Deviation Limit beyond which clauses


12.2 & 12.3 shall apply for foundation work
(except earth work)
2. Deviation Limit for items in earth work
Subhead of DSR or related items

30% (Thirty percent)


100%(One Hundred percent)
Original Work

Type of Work
Clause 16
Competent Authority for
deciding reduced rates.

SE/BCC/CPWD/ Bhubaneswar
Clause 18
List of mandatory machinery, tools & plants to be deployed by the contractor at site:1.

Excavator (various capacity)

2.

Bar Bending Machine

4.

Needle Vibrator

5.

Drilling Machine

6.

Compression Testing Machine

3.

Bar Cutting Machine

Clause 25
Constitution of Dispute Redressal Committee:A] For total Claims more than Rs. 25 lacs
Chairman
Member

Member
Member

CE (EZ-I), CPWD, Kolkata


SE (TLCQA), CPWD, Kolkata
DW(ER) will act as member in absence of SE
(TLCQA)
SE (P), EZ-I, CPWD, Kolkata
SE in charge of the work shall present case before DRC but shall not have any part in
decision making.

AE (P)

EE (P)

19

PROFORMA OF SCHEDULES

CPWD

B] For total Claims upto Rs. 25 lacs


-

Chairman
Member
Member
Member

SE (TLCQA),CPWD, Kolkata
EE (P), EZ-I, CPWD, Kolkata
EE, EZ-I, CPWD, Kolkata (Other than EE under whose jurisdiction the work falls)
EE in charge of the work shall present case before DRC but shall not have any part in
decision making.

Minimum Qualification
of Technical
Representative

Graduate

1.

2.

Engineer

Graduate Engineer
Or
Diploma Engineer

Graduate Engineer
or
Diploma Engineer

Civil

Designation (Principal
Technical/ Technical
Representative)

Minimum
Experience

Project Manager

Ten (and
having
experience of
one similar
nature of work)
Five
or
Ten Years
respectively

1
(One)

Rs.30,000/- p.m.

1
(One)

Rs.25,000/- p.m.

Two
or
Five Years
respectively

1
(One)
+
1
(One)

Rs. 15,000/- P.M.

Civil

Project/Site Engineer

Civil

Project Planning/Quality

Elect/
Mech

/ Billing Engineer

Number

S.
No.

Discipline

Clause 36 (i) Requirement of Technical Representative(s) and recovery Rate

Rate at which recovery shall


be made from the contractor
in the event of not fulfilling
provision of clause 36(i)
Figures

Rs. 15,000/- P.M.

Notes: 1. Cost of work in table above, means the agreement amount of the work.
2. Rate of recovery in case of non compliance of Clause 36(i) shall be made from the contractor at following rates:Assistant Engineers retired from Government services that are holding Diploma will be treated at par with Graduate
Engineers.
Diploma holder with minimum 10 year relevant experience with a reputed construction co. 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 requirements of degree engineers.
Clause 42
(i)

(a)

(ii)
(a)

(b)
(c)
(d)
(e)

Schedule/statement for determining theoretical quantity of cement & bitumen on the basis of Delhi
Schedule of Rates 2013 printed by C.P.W.D.
Variations permissible on theoretical quantities:
Cement
For works with estimated cost put
to tender not more than Rs. 5 lakh.
3% plus/minus
For works with estimated cost put to
tender more than Rs.5 lakh.
2% (Two percent)plus/minus.
Bitumen All Works
2.5% plus & only &
nil on minus side
Steel Reinforcement and structural steel
sections for each diameter, section and category
2%(Two percent) plus/minus
All other materials
Nil
Schedule/statement for determining theoretical consumption of Brick work on the basis of CSR
1994.

AE (P)

EE (P)

PROFORMA OF SCHEDULES

CPWD

20

RECOVERY RATES FOR QUANTITIES BEYOND PERMISSIBLE VARIATION


S. No.

Description of Item

Rates in figures and words at which recovery


shall be made from the Contractor
Excess beyond
Less use beyond
permissible
permissible variation
variation
Rs. 7,040 /- Per MT
Nil
( seven thousand forty
per MT)

1.

Cement PPC Conforming to IS 1489 (Part I)

2.

Steel Reinforcement TMT Bar of all dia

Nil

Rs. 53,900/- Per MT.


( Fifty three thousand nine
hundred per MT)

3.

Structural Sections

Nil

Rs. 51,700 /- Per MT.


( Fifty one thousand seven
hundred per MT)

AE (P)

EE (P)

21
PART-B
BRIEF SCOPE OF WORK
Name of Work

C/o Work shop cum hostel building (G+6) for CIPET Campus II at Mancheswar,
Bhubaneswar including Internal Water Supply, Sanitary Installation, Drainage
and Providing Internal Electrical Installation, CCTV, Fire alarm System, Fire
Fighting System & Lift.ntruction of 120 men Barrack (G+2 BSF at Khurdha,
Bhubaneswar.

1.

FOUNDATIONS:
i)
The foundation will be single isolated. Foundation depth and size of foundation will be as specified in the
structural drawings.
ii)

The bed of earth at the base of footings shall be properly compacted before laying lean concrete for receiving
the footings.

iii)

The columns shall be connected by grade beam of size 375 x 300 mm at ground level.

iv)

Lean Concrete:- C.C. 1:5:10 (1 cement : 5 coarse sand : 10 graded stone aggregate 40mm nominal size) of
specified thickness and width shall be provided below footings as per approved structural drawings.

v)

Reinforced Cement Concrete footings & Columns: RCC shall be design mix M25 or mix as specified with
TMT bars/reinforcement of Fe 500D grade conforming to IS 1786-2008 as per structural drawings.

vi)

2.

Brick work:
a)
250mm thick in cement mortar 1:6 (1 cement: 6 coarse sand) with class 7.5 designation common
burnt clay FPS (non-modular) bricks and as per structural drawings.
SUPERSTRUCTURE
i)
Reinforced Cement Concrete in Columns, Slabs, Lintels, Beams and Staircase:- R.C.C shall be design mix
M25 or mix as specified with TMT bars reinforcement of Fe 500D grade conforming to IS 1786-2008 as per
approved structural drawings.
ii)

3.

Brick work in walls:


a)
230/250mm thick in cement mortar 1:6 (1 cement: 6 coarse sand) with class 7.5 designation common
burnt clay FPS (non-modular) bricks and as per structural drawings.

DOORS & WINDOWS


a)
35mm thick shutters panelled or panelled glazed shutters provided in guard room.
b)

PVC door shutter with PVC door frame shall be provided in toilets.

c)

M.S. grill shall be in all windows and all openings.

4.

FLOORING
a)
Precast terrazzo tiles 22mm thick shall be provided in guard room.

5.

SKIRTING
i)
100mm high skirting of precast terrazzo shall be provided matching to the floor finish in all the
rooms/places.

6.

FINISHING
i)
Internal Surface:
a)
12mm/ 15mm thick plaster in cement mortar 1:6 (1 cement : 6 coarse sand).
b)

6mm thick plaster in cement mortar 1:3 (1 cement : 3 fine sand) in ceiling and RCC surface.

c)

All internal wall shall be finished with two or more coats of acrylic emulsion paint over 1mm thick
cement based putty in all places.
AE (P)

EE (P)

22

ii)

d)

All grills and other metal and wood works shall be painted with synthetic enamel paint.

e)

Internal finishing of guard room shall be oil bound washable distemper.

External Surface:
a)
12mm/15mm thick plaster with cement mortar 1:6 (1 cement : 6 coarse sand) as required.
b)

7.

9.

All exterior finishes of boundary wall shall be finished with premium acrylic smooth exterior paint.

SANITARY & WATER SUPPLY

i)

All the sanitary pipes & fittings shall be made of 100mm dia. centrifugally cast (spun) & sand cast iron
respectively. All internal pipes inside the building shall be concealed.

ii)

All concealed floor traps and sand cast iron shall be encased with cement concrete 1:1.5:3.

iii)

Water supply pipe shall be of GI pipes/CPVC of dia. as per the items. All internal water supply pipes shall be
concealed.

iv)

PVC water storage tank shall be provided over the roof. The internal distribution of water supply in the unit
will be as per approved plan.

v)

All exposed sand cast iron pipes are to be painted with paint of shade matching with wall.

MISCELLANEOUS
i)
RCC coping shall be provided on top of brick work through out the length of boundary wall.
ii)

Concertina coil over angle of 60x60x6mm shall be provided through out the boundary wall. The c/c spacing
of angles shall be 3m.

The above is merely indicative not exhaustive. The work shall be carried out as per
Architectural & Structural Drawings issued.

AE (P)

EE (P)

23

PARTICULAR SPECIFICATIONS & SPECIAL CONDITIONS


[A] PARTICULAR SPECIFICATIONS
1.0

GENERAL

1.1

The work shall be executed and measured as per metric dimensions given in the Schedule of quantities, drawings etc.
(F.P.S. units wherever indicated are for guidance only).
The following modifications to the above specifications and some additional specifications shall however apply:
i)
All stone aggregates shall be of hard stone variety to be obtained from approved quarries at Tapang or as
approved by the Engineer-in-charge.
ii)
Sand to be used for cement concrete work, mortar for masonry and plaster work shall be of standard quality.
Sand shall be obtained from approved quarry at Trisulia or as approved by Engineer-in-charge and screened as
required. The same shall consist of hard siliceous material. It shall be clean sand.
iii) Common burnt clay FPS (non-modular) brick of 7.5-class designation shall be used in size 10x5x3 (F.P.S.
units) [size 250x125x75mm.]. Brick shall be obtained from approved kiln at Trisulia or as approved by
Engineer-in-charge.
Wherever any reference to any Indian Standard Specification occurs in the documents relating to this contract the
same shall be inclusive of all amendments issued thereto or revisions thereof, if any, up to the date or receipt of
tenders on 06/07/2015.
Unless otherwise specified in the schedule of quantities the rates for all items of the work shall be considered as
inclusive of pumping out or bailing out water if required for which no extra payment will be made. This will include
water encountered from any source, such as rains, floods, and sub-soil water table being high due to any other cause
whatsoever.

1.2

2.0

3.0

4.0

R.C.C. Work (Mix Design)


4.1

5.0

For concrete work laboratory tests with PPC cement will be carried out by the contractor through approved
laboratories/institutions approved by the Engineer-in-charge. For this purpose the various ingredients shall be
sent to the lab/test houses or Institutions and the samples of such ingredients sent shall be preserved at site.
The trial mix shall be prepared with approved aggregates, cement and water. The concrete batching plant to be
employed in the work shall be used for preparing the trial mix to simulate actual field conditions.
RMC 25grade or richer as per requirement shall be prepared without adding any admixture and minimum
cement content of RMC as specified in the item is based on without adding any admixture. Admixture may be
added to achieve desired workability for which nothing extra shall be paid to the contractor.

FLOORING
The rate of items of flooring is inclusive of Providing Sunken Flooring in Bathrooms, Kitchen, W.C., etc. and
nothing extra on this account is admissible.

6.0

WOOD WORK
The samples of species of timber/PVC to be used shall be deposited by the contractor with the Executive Engineer
before commencement of the work. The contractor shall produce cash vouchers and certificates from standard kiln
seasoning plant operator about the timber section to be used on the work having been kiln seasoned by them, failing
which it would not be so accepted as kiln seasoned.
6.1 Factory made shutters, as specified shall be obtained from factories to be approved by the Engineer-inCharge and shall conform to IS: 2202 (Part-I) 1991. The contractor shall inform well in advance to the
Engineer-in-Charge the names and address of the factory where from the contractor intends to get the
shutters manufactured. The contractor will place order for manufacture of shutters only after written approval
of the Engineer-in-Charge in this regard is given. The contractor is bound to abide by the decision of the
Engineer-in-Charge and recommend a name of another factory from the approved list in case the factory
already proposed by the contractor is not found competent to manufacture quality shutters. Shutters will,
however, be accepted only if this meets the specified tests.
The contractor will also arrange stage-wise inspection of the shutters at factory of the Engineer-in-Charge or
his authorized representative. Contractor will have no claim if the shutters brought at site are rejected by
Engineer-in-Charge in part or full lot due to bad workmanship/quality. Such shutters will not be measured
and paid and the contractor shall remove the same from the site of work within 7 days after the written
instructions in this regard are issued by Engineer-in-Charge or his authorized representative.

AE (P)

EE (P)

24
7.0

STEEL WORK

7.1

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

8.0

INTERNAL WATER SUPPLY AND SANITARY INSTALLATIONS

8.1

Centrifugally cast (spun) iron S & S pipes and G.I. pipes wherever necessary shall be fixed to R.C.C. columns,
beams etc. with rawl plugs and nothing extra shall be paid for this.
The contractor shall be responsible of the protection of the sanitary and water supply fittings and other fittings and
fixtures against pilferage and breakage during the period of installation and thereafter until the building is handed
over.

8.2

9.0

VARIATION IN CONSUMPTION OF MATERIALS

9.1

The variation in consumption of material shall be governed as per CPWD specifications and clauses of the contract
to the extent applicable.

10.0

CONDITIONS

10.1

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

10.2

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

10.3

If as per Municipal rules the huts for labour are not to be erected at the site of work by the contractors, the
contractors are required to provide such accommodation as is acceptable to local bodies and nothing extra shall be
paid on this account.

10.4

Grey cement bags shall be stacked/stored in separate godown to be constructed by contractor at his own cost as per
sketch (which is only indicative and actual size will depend on the site requirements) at page 23 of CPWD
specification 2009 Vol.I with weather leak proof roofs and walls. Each godown shall be provided with single door
with two locks. The keys of one lock shall remain with CPWD Engineer-in-Charge of work and that of the other
lock with the authorized agent of the contractor at the site of work so that the cement is removed from the godown
according to the daily requirement with the knowledge of both the parties and proper account maintained in
standard proforma.

10.5

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

10.6

The contractor shall construct suitable go downs, 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.

10.7

The standard sectional weights referred to as standard tables in Para 5.3.4 in specifications for works, 2009 Vol.I &
II vide page 135 of Table-5.4 to be considered for conversion of length of various size of M.S. bars/cold twisted
bars and Thermo Mechanically Treated Bars into weight are as under:[Note: These are as per clause 6.2 of IS:1786]
.

TABLE
Nominal Size
6
8
10
12
16
20

Weight KG/M
0.222
0.395
0.617
0.888
1.58
2.47

AE (P)

Size (Diameter MM)


25
28
32
36
40

EE (P)

Weight KG/M
3.85
4.83
6.31
7.99
9.86

25
10.8

All materials obtained from contractor shall be got checked by the Junior Engineer-in-Charge of the works on
receipt of the same at site before use.

10.9

Royalty at the prevalent rates shall have to be paid by the contractor on all the boulders, metals, shingle sand and
bajri etc. collected by him for the execution of the work, direct to the Revenue authority or authorized agent of the
State Government concerned or Central Government.

11.0

TESTING OF MATERIAL

11.1

Grey cement & Thermo-mechanically Treated Bar shall be arranged by the contractor.

11.2

The contractor shall procure all the materials in advance so that there is sufficient time for testing and approving
of the material and clearance of the same before use in work.

12.0

INTEGRAL WATER PROOFING TREATMENT

12.1

The contractor must associate himself with the specialized firm to be approved by the Engineer-in-Charge in
writing, for integral cement based water proofing treatment for sunken floors and on roofs. 10 years Guarantee
Bond in prescribed proforma attached vide page 31 must be given by the specialized firm on stamp paper which
shall be countersigned by the contractor, in token of his overall responsibility. In addition 10%(ten percent) of the
cost of these items would be retained as Guarantee Bond to watch the performance of the work done. If any
defect is noticed during the Guarantee period for ten years to be reckoned from the date after the maintenance
period prescribed in the contract expires it should be rectified by the contractor within seven days and if not
attended to, the same will be got done by another agency at the risk and cost of the contractor. However, this
security deposit can be released in full, if bank guarantee of equivalent amount for 10(ten) years is produced and
deposited with the department.

13.0 Treatment for Roof Surface


13.1

The brickbats shall be from well-burnt bricks. The proprietary waterproofing compound shall conform to IS:
2645-1975. Before execution of work, water proofing compound has to be brought to site from which random
sample would be got tested and a certificate of its conforming to IS Code should be produced. The proprietary
waterproofing compound shall be added at the rate recommended by the specialized firm but not exceeding
8%(percent) by weight of cement.

13.2

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

13.3

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

13.4

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

13.5

After the slurry coat is laid, layer of well burnt brick bats shall be laid in cement mortar of mix as specified by the
specialist firm but not leaner than 1:5(1 cement: 5 coarse sand) admixed with proprietary water proofing
compound to required gradient and joints filled to half the depth. The brick bat of various thickness shall be used
to achieve the specified gradient. This layer shall be rounded at the junction with the parapet and tapered towards
top for a height of 300 mm. Curing of this layer shall be done for three days.

13.6

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

13.7

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

13.8

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

13.9

The Measurement shall be taken along with the finished surface of treatment including the rounded and trap
portion of junction of parapet wall.
AE (P)

EE (P)

26

[B] SPECIAL CONDITIONS


01.

02.
03.

07.
08.

Unless otherwise provided in the Schedule of quantities vide page 42 to 63 (civil) & page 103-118 (elect) the rates
tendered by the contractor shall be all inclusive and shall apply to all heights, lifts, leads and depths of the building
and nothing extra shall be payable to him on this account. Payment for centering, shuttering, however, if required to
be done for heights greater than 3.5m shall be admissible at rates arrived at in accordance with clause 12 of the
agreement if not already specified.
The contractor shall make his own arrangements for water and for obtaining electric connections if required and
make necessary payments directly to the department concerned.
Other agencies doing work related with this project will also simultaneously execute the works and the contractor
shall afford necessary facilities for the same. The contractor shall leave such necessary holes, openings etc. for
laying, burying in the work pipes, cables, conduits, clamps, boxes and hooks for fan clamps, etc. as may be required
for other agencies conduits for Electrical wiring/cables will be laid in a way that they leave enough space for
concreting and do not adversely affect the structural members. Nothing extra over the agreement rates shall be paid
for the same.

The contractor shall give a performance test of the entire installation(s) as per standing specifications before the work
is finally accepted and nothing extra whatsoever shall be payable to the contractor for the test.
Any cement slurry added over base surface (or) for continuation of concreting for better bond is deemed to have been
built in the items and nothing extra shall be payable (or) extra cement considered in consumption on this account.
Testing of materials:
Samples of various materials required for testing shall be provided free of charge by the contractor. Testing charges
shall be borne by the department. However, if material does not conform to the relevant codes/specifications, the
testing charges shall be borne by the contractor. All other expenditure required to be incurred for taking the samples,
conveyance, packing etc. shall be borne by the contractor himself.

09.

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

10.

For the purpose of recording measurements and preparing running account bills, the abbreviated nomenclatures
indicated in the publications Abbreviated nomenclature of item of DSR-2013 with up to date correction slips shall
be accepted. The abbreviated nomenclature shall be taken to cover all the materials and operations as per the
complete nomenclature of the relevant items in the agreement and other relevant specifications.
(b) In the case of items for which abbreviated nomenclature is not available in the above cited publication and also in
case of extra and substituted items of works for which abbreviated nomenclature is not provided in the agreement, the
full nomenclature of the items shall be reproduced in the measurement books and bill forms for running account bill.
The full nomenclature of the items shall be adopted in preparing abstract of final bill form in the measurement
book and also in the bill form for final bill.

11.

In all contracts where departmental issue of cement and steel is not stipulated, special conditions shall be
incorporated as below:
11.1
i)

Conditions for Cement (Grey Cement).


The contractor shall procure 43 grade ordinary Portland Cement conforming to IS:1489 (Part-I)/ Portland
Pozzolana Cement (PPC) [conforming to IS:1489 (Part-I)], as required in the work, from reputed
manufacturers of cement such as ACC, Ultra tech, Vikram, Shree Cement, Ambuja, Jaypee Cement,
Century Cement & J. K. Cement or from any other reputed cement Manufacturer having a production
capacity not less than one million tonnes per annum as approved by ADG for that sub Region.

AE (P)

EE (P)

27
The tenderers may also submit a list of names of cement manufacturers which they propose to use in
the works whose name shall be got approved from Engineer-in-charge. Supply of cement shall be taken in
50 Kg. bags bearing manufacturers 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 weeks time of written order from the Engineer-in-charge to do so.
ii)

Use of PPC (Portland Pozzolana Cement) shall be used in RCC structures in accordance with the circular
issued by the Directorate General of Works vide No.CDO/SE(RR)/Fly Ash (Main)/102 dt.09.04.2009. The
use of PPC shall be regulated as per the following conditions stipulated in the circular dt.09.04.2009:a)

b)
c)

d)

IS:456-2000 Code of Practice for Plain and Reinforced Concrete (as amended upto date) shall be
followed in regard to Concrete Mix Portion and its production as under:
(i)
The concrete mix design shall be done as Design Mix Concrete as prescribed in clause-9 of
IS 456 mentioned above.
(ii) Concrete shall be manufactured in accordance with clause 10 of above mentioned IS:456
covering quality assurance measures both technical and organizational, which shall also
necessarily require a qualified Concrete Technologist to be available during manufacture of
concrete for certification of quality of concrete.
Minimum M25 grade of concrete shall be used in all structural elements made with RCC both in load
bearing and framed structure.
The mechanical properties such as modulus of elasticity, tensile strength, creep and shrinkage of
flyash mixed concrete or concrete using flyash blended cements (PPCs) are not likely to be
significantly different and their values are to be taken same as those used for concrete made with
OPC.
To control higher rate of carbonation in early ages of concrete both in flyash admixed as well as PPC based
concrete, water/binder ratio shall be kept as low as possible, which shall be closely monitored during concrete
manufacture.
If necessitated due to low water/binder ratio, required workability shall be achieved by use of chloride free
chemical admixtures conforming to IS:9103. The compatibility of chemical admixtures and super plasticizers
with each set OPC, fly ash and /or PPC received from different sources shall be ensured by trails.

e)

iii)

In environment subjected to aggressive chloride or sulphate attack in particular, use of flyash admixed
or PPC based concrete is recommended. In case, where structural concrete is exposed to excessive
magnesium sulphate, flyash substitution/content shall be limited to 18% by weight. Special type of
cement with low C3A content may also be alternatively used. Durability criteria like minimum binder
content and maximum water/binder ratio also need to be given due consideration is such environment.
f)
Wet curing period shall be enhanced to a minimum of 10 days or its equivalent. In hot & arid regions,
the minimum curing period shall be 14 days or its equivalent.
g)
Subject to General Guidelines detailed out as above, PPC manufactured conforming to IS:1489 (PartI) shall be treated at par with OPC for manufacture of Design Mix Concrete for structural use in RCC.
h)
Till the time, BIS makes it mandatory to print the %age of flyash on each bag of cement, the
certificate from the PPC manufacturer indicating the same shall be insisted upon before allowing use
of such cements in works.
i)
While using PPC for structural concrete work, no further admixing of flyash shall be permitted.
The cement shall be brought at site in bulk supply of approximately 50 tonnes or as decided by the Engineerin-charge.

iv)

The cement godown of the capacity to store a minimum of 2000 bags of cement shall be constructed by the contractor at
the site of work for which no extra payment shall be made. Double lock provision shall be made to the door of the cement
godown. The keys of one lock shall remain with the Engineer-in-charge or his authorized representative and the keys of
the other lock shall remain with the contractor. The contractor shall be responsible for the watch and ward and safety of
the cement godown. The contractor shall facilitate the inspection of the cement godown by the Engineer-in-charge at any
time.

v)

The cement shall be got tested by Engineer-in-charge and shall be used on work only after test results have
been received. The contractor shall supply free of charge the cement required for testing. The cost of tests
shall be borne by the contractor/Department in the manner indicated below:
a) By the contractor, if the results show that the cement does not conform to relevant BIS Codes.
b) By the Department, if the results show that the cement conforms to relevant BIS Codes.
The actual issue and consumption of cement on work shall be regulated and proper accounts maintained as

vi)

AE (P)

EE (P)

28

vii)

viii)

11.2
1)

2)
3)

4)
5)

6)

provided in clause 10 of the contract. The theoretical consumption of cement shall be worked out as per
procedure prescribed in clause 42 of the contract and shall be governed by conditions therein.
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.
Damaged cement shall be removed from site immediately by the contractor on receipt of notice in writing
from the Engineer-in-charge. If he does not do so within three days of receipt of such notice, the Engineer-incharge shall get it removed at the cost of the contractor.
Conditions for Steel.
The contractor shall procure TMT bars of Fe415/Fe415D/Fe500/Fe 500D/Fe550/Fe550D grade (the grade to
procure is to be specified) from primary steel producers such as SAIL, Tata Steel Ltd., RINL, Jindal Steel
& Power Ltd. and JSW Steel Ltd., or any other producer as approved by CPWD who are using iron
ore as the basic raw material/ input and having crude steel capacity of 2.0 Million tones per annum
and above.
In case of non-availability of steel from primary producers the NIT approving authority may permit use of
TMT reinforcement bars procured from steel producers having integrated steel plants (ISPs) using iron
ore as the basic raw material for production of crude steel which is further rolled into finished shapes
in-house having crude steel capacity of 0.5 Million tone per annum and more. A separate list of
producers for this category shall be approved by the ADG concerned for their sub region under
intimation to the Directorate, CPWD/CE, CSQ.
In case of non availability of steel from Primary Producer as well as ISPs then the NIT approving authority
may also permit use of TMT reinforcement bars procured from secondary producers.
In such cases following action is to be taken:
a) The grade of the steel such as Fe 500D or other grade to be procured is to be specified as per BIS 17862008.
b) The secondary producers must have valid BIS licence to produce HSD bars conforming to IS 1786:2008.
In addition to BIS licence, the secondary producer must have valid licence from either of the firms
Tempcore, Thermex, Evcon Turbo & Turbo Quench to produce TMT Bars.
c) The TMT bars procured from primary producers and ISPs shall conform to manufactures
specifications.
d) The TMT bars procured from secondary producers shall conform to the specification as laid by
Tempcore, Thermex, Evcon Turbo & Turbo Quench as the case may be.
e) TMT bars procured either from primary producers or secondary producers, the specifications shall meet
the provisions of IS 1786:2008 pertaining to Fe 500D grade of steel as specified in the tender.
The contractor shall have to obtain and furnish test certificates to the Engineer-in-charge in respect of all
supplies of steel brought by him to the site of work.
Samples shall also be taken and got tested by the Engineer-in-Charge as per the provisions in this regard in
relevant BIS codes. In case the test results indicate that the steel arranged by the contractor does not conform
to the specifications as defined under para 11.2 (1) (d) & (1) (e) 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 time or written orders
from the Engineer-in-Charge to do so.
The steel reinforcement shall be brought to the site in bulk supply of ten tones or more as decided by the
Engineer-in-charge.
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.
For checking nominal mass, tensile strength, bend test, re-bend test etc. specimen of sufficient length shall
be cut from each size of the bar at random at frequency not less than that specified below:

Size of bar

For consignment below 100 tonnes

Under 10mm dia. bars

One sample for each 25 tonnes or


part thereof
One sample for each 35 tonnes or
part thereof
One sample for each 45 tonnes or
part thereof

10mm to16mm dia bars


Over 16mm dia bars

AE (P)

EE (P)

For consignment above 100


tonnes
One sample for each 40
tonnes or part thereof
One sample for each 45
tonnes or part thereof
One sample for each 50
tonnes or part thereof

29
7)

The contractor shall supply free of charge the steel required for testing. The cost of tests shall be borne by
the contractor/Department in the manner indicated below:
a)
By the contractor, if the results show that the steel does not conform to relevant BIS codes.
b) By the Department, if the results show that the steel conforms to relevant BIS codes.
The actual issue and consumption of steel on work shall be regulated and proper accounts maintained as
provided in clause 10 of the contract. The theoretical consumption of steel shall be worked out as procedure
prescribed in clause 42 of the contract and shall be governed by conditions laid therein.

8)

9)
10)

11.3
i)

ii)

iii)

11.4

i)
ii)
iii)

Steel brought to site and steel remaining unused shall not be removed from site without the written
permission of the Engineer-in-charge.
In case contractor is permitted to used TMT reinforcement bars procured from ISPs or secondary
producers then:
10.1 The base price of TMT reinforcement bars as stipulated under schedule F shall be reduced
by Rs.5,000/- Per MT.
10.2 The rate of providing & laying TMT reinforcement bars as quoted by the contractor in the
tender shall also be reduced by Rs.5.75 per kg. (the rate of reduction shall be same as 10.1
above converted to per kg plus Contractors Profit and Over Heads as applicable) (currently
15%)
The following procedure should be followed in case of removal of rejected/sub-standard materials from the site
of work.
Whenever any material brought by the contractor to the site of work is rejected, entry thereof should invariably
be made in the site order book under the signature of the AE/AEE giving approximate quantity of such
materials.
As soon as the material is removed, a certificate to that effect may be recorded by the AE/AEE against the
original entry, giving the date of removal a mode of removal i.e. whether by truck, carts or by manual labour. If
removal is by truck, the registration number of the truck should be recorded.
When it is not possible for the AE/AEE to be present at the site of work at the time of actual removal of the
rejected/sub-standard materials from the site the required certificate should be recorded by the Junior Engineer
and the AE/AEE should countersign the certificate recorded by the Junior Engineer.
Cement should be kept in godowns under double locks and keys and its consumption account invariably
maintained, whether the cement is supplied departmentally or arranged by the contractor. A register should be
maintained at the site of each work costing above Rs.20,000.00. This register should contain the columns as
shown in Appendix-28. (CPWD Works Manual 2014).
The pages of the register should be machine numbered and each page initialed by the EE. The columns in
the register mentioned above will be provided by the EEs or the SDOs. The cement godown and the register are
required to be checked by the SDO/EE in-charge of the work.
At least weekly or fortnightly, respectively in case of works at the Headquarters of SDO/EE and.
Whenever they visit the site of work in case of works located outside the Sub-Divisional/Divisional Head
Quarters.
In the case of large concentrated projects like major bridges etc., the EE should check the cement register at
least fortnightly.

AE (P)

EE (P)

30

FORM OF WATER PROOFING WORK


GUARANTEE BOND ON STAMPED PAPER
This
agreement
made
this....day
of
two
thousand.....
between
M/s..(hereinafter called the Guarantor of the one part) and the President of India (hereinafter
called the Govt. of the other part).
Whereas this agreement is supplementary to the contract (hereinafter called the Contract) dated.. made
between the Guarantor of the one part and Govt. of the other part, whereby 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 structure will remain waterproof for
ten years to be reckoned from the date after the maintenance period prescribed in the contract expires.
During this period of guarantee the Guarantor shall make good all defects and for that matter, shall replace at his risk
and cost such members as may be damaged by water and in case of any other defect being found he shall render the building
waterproof at his cost to the satisfaction of the Engineer-in-Charge and shall commence the works of such rectification within
seven days from the date of issuing notice from the Engineer-in-Charge calling upon him to rectify the defects failing which
the work shall be got done by the Department by some other contractor at the Guarantors cost and risk and in the latter case
the decision of the Engineer-in-charge as to the cost, recoverable from the Guarantor shall be final and binding.
That if the Guarantor fails to execute the waterproofing or commits breaches hereunder then the Guarantor will
indemnify principal and his successors against all loss, damage, cost, expense or otherwise which may be incurred by him by
reason of any default on the part of the Guarantor in performance and observance of this supplemental 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 whereof of these presents have been executed by the Obligor.and by.
For and on behalf of the President of India on the day, month and year first above written.

SIGNED, SEALED and delivered by OBLIGOR in presence of1.


2.

SIGNED for and on behalf of THE PRESIDENT OF INDIA by..in the presence of1.
2.

Blanks to be filled by Contractor/EE(BCD III )

AE (P)

EE (P)

31

QUALITY ASSURANCE PLAN


(1) All the Tests required shall be conducted as per CPWD specification 2009 Vol I & II with upto date
correction slip.
(2) The field laboratory shall be set up by the contractor at site of work. The list of testing equipments to
be provided by the contractor at site lab has been indicated inclause 10A of schedule F.
(3) Maintenance of Register of Tests
(i) All the registers of tests carried out at Construction Site or in outside laboratories shall be maintained
by the contractor which shall be issued to the contractor by Engineer-in-charge in the same manner as
being issued to CPWD field staff.
(ii) All Samples of materials including Cement Concrete Cubes shall be taken jointly with Contractor by
JE and out of this at least 50% samples shall be taken in presence of AE in charge. If there is no JE,
all Samples of materials including Cement Concrete Cubes shall be taken by AE jointly with
Contractor. All the necessary assistance shall be provided by the contractor. Cost of sample materials
is to be borne by the contractor and he shall be responsible for safe custody of samples to be tested at
site.
(iii) All the test in field lab setup at Construction Site shall be carried out by the Engineering Staff
deployed by the contractor which shall be 100% witnessed by JE and 50% of tests shall be witnessed
by AE-in-charge. At least 10% of the tests are to be witnessed by the Executive Engineer.
(iv) 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/EE.
(v) Contractor shall be responsible for safe custody of all the test registers.
(4) Submission of copy of all test registers, Material at Site Register and hindrance register along with
each alternate Running Account Bill and Final Bill shall be mandatory. These registers should be
duly checked by AE(P) in Division Office and receipts of registers should also be acknowledged by
Accounts Officer by signing the copies and register to confirm receipt in Division office.
If all the test registers and hindrance register is not submitted along with each alternate R/A Bill &
Final Bill, it will be responsibility of EE & AAO that no payment is released to the contractor.
(5) Maintenance of Material at Site (MAS) Register
(i) All the MAS Registers including Cement and Steel Registers shall be maintained by Contractor
which shall be issued to the contractor by Engineer-in-charge in the same manner as being issued to
CPWD field staff.
(ii) Each of the entry of receipt of material at site shall be 100% test checked by JE or by AE if there is
no JE.
(iii) Each MAS Register shall be checked by JE at least twice a week and at least once a week by AE. If
There is no JE then MAS registers will be checked by AE at least twice a week.
(iv) Cement Register shall be reviewed by EE at least one in a month.

AE (P)

EE (P)

32
To,
The All Bidders

Sub:

NIT No. 26/NIT/CE(EZ-V)/CPWD/2015-2016 for the work C/o Work shop cum hostel
building (G+6) for CIPET Campus II at Mancheswar, Bhubaneswar including Internal Water
Supply, Sanitary Installation, Drainage and Providing Internal Electrical Installation, CCTV,
Fire alarm System, Fire Fighting System & Lift.

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

AE (P)

EE (P)

33

To,
Executive Engineer,
Bhubaneswar Central Division-III,
CPWD, Bhubaneswar

Sub:

Submission of Tender for the work of C/o Work shop cum hostel building (G+6) for
CIPET Campus II at Mancheswar, Bhubaneswar including Internal Water Supply, Sanitary
Installation, Drainage and Providing Internal Electrical Installation, CCTV, Fire alarm
System, Fire Fighting System & Lift..

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 is accordance with terms and conditions of the tender/bid.

Yours faithfully
(Duly authorized signatory of the Bidder)

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

AE (P)

EE (P)

34
INTEGRITY AGREEMENT
This Integrity Agreement is made at .... on this ... day of ..20..

BETWEEN
President of India represented through Executive Engineer, Bhubaneswar Central Division-III, CPWD, Bhubaneswar,
(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/firms/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 hereof include its successors
and permitted assigns)

Preamble
WHEREAS the Principal/Owner has floated the Tender ( NIT No. 26/NIT/CE(EZ-V)/CPWD/2015-2016) (hereinafter
referred to as Tender/Bid) and intends to award, under laid down organizational procedure, contract for
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 witness as under:

Article 1: Commitment of the Principal/Owner


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

(a) No employee of the Principal/Owner, personally or through any of his/her family members, will in connection
(b)

(c)

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.
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 Bidders(s) confidential/additional information through which the
Bidder(s) could obtain an advantage in relation to the Tender process or the
Contract execution.

(d) 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.

AE (P)

EE (P)

35
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/Owners 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 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 Nationality shall disclose
names and address of foreign agents/representatives, if any. Either the India 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 (with each tender as per proforma
enclosed) 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
4)

accessory to such offences.


The Bidder(s)/Contractor(s) will not, directly or through any other person or firm indulge in fraudulent practice
means a willful misrepresentation or omission of facts or submission of fake/forged documents in order to
induce public official to acting reliance thereof, with the purpose of obtaining unjust advantage by or
causing damage to justifiediest of others and/or to influence the procurement process to 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/Owners
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
AE (P)

EE (P)

36

3)

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.
Criminal Liability: If the Principal/Owner obtains knowledge of conduct of a Bidder or Contractor, or of an
employees or a representative or an associate of a Bidder or Contractor which constitutes corruption within the
meaning of Indian Penal code (IPC)/Prevention of Corruption 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.

Article 4: Previous Transgression


1) The Bidder declares that no previous transgressions occurred in the last 5 years with any other Company in any
2)
3)

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.
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.
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 Sub-contractors/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 Pacts
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 Head quarters 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 original intensions.
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.

AE (P)

EE (P)

37
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:
Date :

AE (P)

EE (P)

38
LIST OF APPROVED MAKE OF MATERIALS
(FOR CIVIL WORKS)
Specification/brands names of materials (Refer materials, whichever are applicable for the scope of work) and
finishes approved by the Architect/Engineer-in-Charge are listed below. However approved equivalent material
and finishes of any other specialized firms may be used, in case it is established that the brands specified below
are not available in the market but only after approval of the alternate brand by the Architect/Engineer-in-Charge.
(See also condition of contract).
Sl. No.

Materials

Approved make

CEMENT

2
3
4
5
6
7
8
9
10

WHITE CEMENT
REINFORCEMENT STEEL
STRUCTURAL STEEL SECTIONS
POLY-SULPHIDE SEALENT,
DAMP PROOF MATERIAL
ADMIXTURE
WATER PROOFING COMPOUND
BITUMEN
LOCKS/LATCH

11
12

LAMINATES
WIRE MESH (MS/SS)

13
14
15
16
17
18

PRELAMINATED PARTICLE BOARD


ADHESIVE
EPOXY MORTAR
DASH FASTNERS
FLUSH DOOR SHUTTERS (DECORATIVE/
NON DECORATIVE).
PVC DOOR FRAME

19

FRP DOOR SHUTTERS & FRAME

20

BOARD & PLYWOOD

21

HYDRAULIC DOOR CLOSER/


FLOOR SPRING
S.S.STAIRCASE RAILING

22

23
24
25
26
27
28
29

ACC, ULTRATECH, VIKRAM, LAFARGE,


AMBUJA, JAYPEE CEMENT, J.K.CEMENT,
KONARK.
J.K. WHITE, BIRLA WHITE
SAIL, TATA STEEL LTD. RINL.
TATA, SAIL, RINL
PIDILITE, FOSROC, SIKA.
IMPERMO, DURASEAL, ACCO-PROOF.
FOSROC, SIKA, BASF.
TAPECRETE, CICO, FOSROC, PIDILITE
INDIAN OIL, HINDUSTAN PETROLEUM.
GODREJ, HARRISON, PLAZA, GOLDEN,
YALE.
FORMICA, DECOLAM, MERINO.
STERLING
ENTERPRISES,
TRIMURTY
WELDED MESH, GKD, WMW.
NOVOPAN, KITLAM, ARCHID PLY
PIDILITE, DUNLOP, CICO.
FOSROC, SIKA. CICO.
HILTI, FISCHER, BOSCH.
KITCAM, NATIONAL, SWASTIC, CORBETT,
MARINO.
POLYLINE, DUROPLAST, POLLYWOOD,
RAJSHRI.
POLYLINE, DUROPLAST, CACTUS, SHIV
SHAKTI FIBER UDHYOG.
DURO, KITPLY, CENTURY, GREEN PLY,
ARCHID.
HARDWYN, GODREJ.

CONNECT ARCHITECTURAL PRODUCTS


PVT.LTD, JINDAL STAINLESS STEEL LTD.,
ICICH INDUSTRIES, ESSAL.
ROMAT, KUTTY DOOR.
IMPORTED PROMAT/ASTRO FLAME.
INGERSOLL RAND/DORMA.
INGERSOLL RAND/MONARCH.
UL LISTED /MONARCH.
HARDWARE HARDIMA, EVERITE, SIGMA (ISI MARKED).

FIRE CHECK DOOR


SMOKE SEAL STRIP
DOOR CLOSER LOCK
PANIC EXIT DEVICE
DOOR COORDINATOR
ANODISED ALUMINIUM
(HEAVY DUTY)
CLEAR/ FLOAT/ TOUGHENED GLASS

AE (P)

MODI FLOAT & SAINT GOBAIN, ASAHI.


/

EE (P)

39
30

FIRE RATED GLASS

31
32
33
34
35
36

ALUMINIUM SECTIONS
FRICTION STAY HINGES
NUTS, BOLTS AND SCREWS, STEEL
EPDM GASKET
STRUCTURAL SILICON
WEATHER SILICON

37

GLAZED CERAMIC TILES

38

CEMENT CONCRETE TILES/


HARDONITE TILES
VITRIFIED TILES/DIGITAL TILES

39

40
41
42
43
44
45
46
47
48

49

50
51
52
53
54
55
56
57
58
59
60
61
62
63

ST.GOBIAN,
PILKINGTON,
SCHOTT,
FIRELITE.
JINDAL, HINDALCO, INDALCO, SWAIN
EARL-BIHARI, ETTA, PUJA
KUNDAN, PRIYA, ATUL,PUJA
HANU/ANAND.
DOW CORNING/WACKER, GE
DOW
CORNING/WACKER,
MCCOY,
SOUDAL
JOHNSON, SOMANY, KAJARIA, NITCO,
ORIENT, RAK.
NITCO, NTC, HINDUSTAN, PODDAR.

RAK,
NAVIN
DIAMOND,
KAJARIA,
JOHNSON (MARBONITE) NITCO, RAK
CERAMICS, SOMANY.
UNGLAZED VITRIFIED TILES
JOHNSON- (ENDURA), SOMANY (DURA
STONE), REGENCY- (TILES)
TACTILE TILE
JOHNSON, ENVISON, SUNHEART
CLAY TILES ON ROOF
KENJAI , JOHNSON .
TILE ADHESIVE
CICO, PIDILITE, FERROUS, ARDEXENDURE
(GOLDSTAR)
CC PAVERS
NITCO-(ROCKARD),
BHARAT-(NILSAN)
REGENCY, ULTRA, EURCON.
GRASS PAVER
UNISTONE, ULTRA, OVILITE, VICTORIA.
WATER-PROOF CEMENT PAINT
SNOWCEM, ASIAN, ICI DULUX.
ACRYLIC EMULSION PAINT
ASIAN, NEROLAC, ICI DULUX.
TEXTURED PAINT
WEATHER COAT TEXTURED (BERGER),
APEX TEX (ASIAN), SANDTEX MAT
(SNOWCEM)
SILICON BASED WATER REPELLENT FERROUS CRETE (FERRO 201), ARDEX
COAT
ENDURA (HEAVY DUTY IM [REGNALING &
STONE SEALER], PIDILITE (ROOF STONE
GUARD WD)
ACRYLIC EMULSION
ROYAL (ASIAN), VELVET TOUCH (ICI
DULUX)
CEMENT PRIMER
DECOPRIME (ASIAN), WHITE PRIMER (ICI
DULUX)
FIRE RETARDENT PAINT/ PRIMER
VIPERFRS 880, FRS88, NULLIFIRE.
VITREOUS CHINA SANITARYWARE
PARRYWARE, HINDWARE, JAQUAR, CERA
FIRECLAY SINK & DRAIN BOARDS
PARRY, SUNFIRE, HINDWARE
STAINLESS STEEL SINKS
NILKANTH, NIRALI, JAYNA
LA( CI) PIPES
RIF, NECO, ELECTRO STEEL, KESORAM
G.I.PIPES
TATA, JINDAL.
G.I.FITTINGS (MALLEABLE CAST IRON)
UNIK, ICS, ZOLOTO.
STONEWARE PIPE & GULLY TRAPS
PERFECT, PARRY, ANANT, SFMC, BURN.
R.C.C. PIPES- ( NP-2)
LAKSHMI SOOD & SOOD, JAIN & CO,
BALAJI.
MS PIPES
KESORAM, ELECTRO STEEL, SAIL, TISCO,
JINDAL.
UPVC PIPE
SUPREME, PRINCE, FINOLEX, SFMC.
GUNMETAL VALVES
LEADER, SANT, ZOLOTO.
AE (P)

EE (P)

40
64
65
66
67
68
69
70
71
72
73
74
75
76
77

78

79

80

81
82
83
84
85
86
87

88

89

C.I.DOUBLE FLANGED SLUICE VALVES.

KIRLOSKAR,
IVC,
BURN,
SONDHI,
KEJRIWAL
BALL VALVES
ZOLOTO, IBP, ARCO.
SPIDER FITTINGS
DORMA, SEVAX.
MINERAL FIBRE FALSE CEILING
ARMSTRONG OR EQUIVALENT AS PER
RELEVANT IS CODE.
FIRE RATED DOOR CLOSER
DORMA, MARSHALL, INGERSOLLRAND, DLINE.
C.P.BRASS FITTINGS
JAQUAR, MARC, NOVA, PARRYWARE
PPR PIPES & FITTINGS
SFMC,
SAFE,
WETFLOW,
SUPREME
ASTRAL.
POLYSTER POWDER COATING SHADES
NEROLAC, BERGER, J&N.
HARDNERS
IRONITE, FERROK, HARDOMATE, FOSROC
PVC WATER TANK
SINTEX, SPL, SFMC.
CALCIUM SILICATE BOARD FOR FRD PROMATECT-H, HILUX, STARPAN.
SHUTTERS
WOOD/STEEL
FIRE
RATED
DOOR SUKRI, SHAKTI MET, GODREJ, PROMAT,
SHUTTER
KUTTI
INTUMESCENT
STRIP
FOR
FRD INTUMEX, ASTOFLAME, LORIANT, RAVEN
SHUTTERS
FALSE CEILING SYSTEM ALONG WITH ARMSTRONG, USG, DAIKEN, AURA (ASIPL)
SUPPORTING GRID AND MINERAL FIBRE
TILES
FALSE CEILING SYSTEM ALONG WITH ST.GOBAIN GYROC, BORAL, HILUX,
SUPPORTING GRID AND CALCIUM AEROLITE.
SILICATE BOARD/TILE
FALSE CEILING SYSTEM ALONG WITH ARMSTRONG,
USG,
ECOPHONE,
SUPPORTING
GRID
AND DECOSONIC, DAIKEN
ROCKWOOL/GLASSWOOL ACOUSTICAL
TILES
FALSE CEILING SYSTEM ALONG WITH ARMSTRONG, HUNTER DOUGLAS, AURA
SUPPORTING GRID AND METALLIC (ASIPL), DAIKEN.
TILES
ACCOUSTIC
TILES
FOR
HIGH ARMSTRONG, USG, DAIKEN, DECOSONIC
FREQUENCY ABSORPTION
GRG TILE FOR FALSE CEILING
DECOSONIC, SAINTGOBAIN, ARMSTRONG,
CKM
FIBRE GLASS ACOUSTICAL WALL DECOSONIC, ARMSTRONG, ECOPHONE
PANELLING
(SAINTGOBIN)
FIRE RATED SS BALL BEARING HINGES
DORMA, MARSHALL, INGERSOLL RAND,
D-LINE
FIRE RATED PANIC BAR/ PANIC TRIM
DORMA, MARSHALL, INGERSOLL RAND,
D-LINE
CLAMP SYSTEM FOR DRY STONE HILTI, FISCHER, BOSCH
CLADDING
STONE ADHESIVE
FERROUS CRETE (FERRO-113), ARDEX
ENDURA (DIAMOND STAR), PIDILITE
(ROOF STONE ADHESIVE)
GYPSUM PLASTER
FERROUS CRETE (FERRO- 500), GYPROC
SAINT GOBAIN (ELITE-90), BORAL (BORAL
GYPSUM)
WALL PUTTY
J.K.WHITE, BIRLA WHITE,
AE (P)

EE (P)

41
90
91
92
93
94
95
96
97
98

99
100
101
102
103

104
105

MIRROR
SAINT GOBAIN, MODIGUARD, AIS,
BACKER ROD
SUPREME IND LTD, SYSTRANS POLYMERS
EPDM ACOUSTICAL, FIRE SEAL
ENVIROSEAL
SS HINGED GRATING
GMGR, NEER, CHILLY
CI MANHOLE FRAME & COVERS AND GI NECO, RIF, SKF, BIC
GRATING
SFRC MANHOLE COVERS & GRATING
K.K, JAIN, PRAGATI
PTMT FITTINGS
PRAYAG POLYMER PVT. LTD, SHAKTI
ENTERPRISES, PRINCE
ACP FOR CLADDING
ALUDECOR, ALSTRONG.
APP WATERPROOFING MEMBRANE
STP LTD, TEXSA, BITUMAT CO.LTD,
DERMABIT, GRACE, BENGAL BITUMEN,
PIDILITE.
CURING COMPOUND
FOSROC, SIKA, BASA
LAMINATE FLOORING
ARMSTRONG, PERGO, FLORENCE
PVC FLOORING & VINYL WALL ARMSTRONG,
FORBO,
GERELOR,
COVERING
INPROCORP
LINOLEUM FLOORING
TARKETT, FORBO, WIKENDER
EXPANSION JOINTS
CONSTRUCTION
SPECIALITIES,
ARCHITECTURE SPECIALITY PRODUCT
(ASP), MISKA & EMSEAL
POLYCARBONATE ROOFING SYSTEM
PALRAM, GE, SEPITALIA.
SOIL WASTE & VENT PIPES & FITTINGS
NECO SKF, BIC
(A) CENTRIFUGAL CAST IRON

AE (P)

EE (P)

42
ABSTRACT OF COST - ORIGINAL ESTIMATE
Name of Work: C/o Work shop cum hostel building (G+6) for CIPET Campus II at Mancheswar,
Bhubaneswar including Internal Water Supply, Sanitary Installation & Drainage.

SubHead

Description

1.0

EARTH WORK

1.1

Earth work in excavation by mechanical


means (Hydraulic excavator) / manual
means over areas (exceeding 30 cm in
depth, 1.5 m in width as well as 10 sqm on
plan) including disposal of excavated earth,
lead upto 50 m and lift upto 1.5 m, disposed
earth to be levelled and neatly dressed.
Ordinary rock
Excavating trenches of required width for
pipes, cables, etc, including excavation for
sockets, depth upto 1.5 m, including getting
out the excavated materials, returning the
soil as required in layers not exceeding 20
cm in depth, including consolidating each
deposited layers by ramming, watering etc.,
stacking
serviceable
material
for
measurements and disposal of unserviceable
material as directed, within a lead of 50 m :
Ordinary rock :

1.1.1
1.2

1.2.1
1.2.1.1

Pipes, cables etc. exceeding 80 mm dia but


not exceeding 300 mm dia

1.3

Filling available excavated earth (excluding


rock) in trenches, plinth, sides of
foundations etc. in layers not exceeding
20cm in depth, consolidating each deposited
layer by ramming and watering, lead up to
50 m and lift upto 1.5 m.
CONCRETE WORK
Providing and laying in position cement
concrete of specified grade excluding the
cost of centering and shuttering - All work
up to plinth level :
1:2:4 (1 cement : 2 coarse sand : 4 graded
stone aggregate 20 mm nominal size)

2.0
2.1

2.1.1
2.1.2

1:5:10 (1 cement : 5 coarse sand : 10 graded


stone aggregate 40 mm nominal size)

AE (P)

EE (P)

Unit

Qty

cum

1500.00

mtr

125.00

cum

750.00

cum

1.00

cum

91.00

Rate

Amount

43
2.2

2.2.1
2.2.2

2.3

3.0
3.1

3.2

Providing and laying cement concrete in


retaining walls, return walls, walls (any
thickness) including attached pilasters,
columns, piers, abutments, pillars, posts,
struts, buttresses, string or lacing courses,
parapets, coping, bed blocks, anchor blocks,
plain window sills, fillets, sunken floor,etc.,
up to floor five level, excluding the cost of
centering, shuttering and finishing :
1:2:4 (1 Cement : 2 coarse sand : 4 graded
stone aggregate 20 mm nominal size)
1:5:10 (1 cement : 5 coarse sand : 10 graded
stone
aggregate
40 mm nominal size)
Making plinth protection 50 mm thick of
cement concrete 1:3:6 (1 cement: 3 coarse
sand : 6 graded stone aggregate 20 mm
nominal size) over 75mm thick bed of dry
brick ballast 40 mm nominal size, well
rammed and consolidated and grouted with
fine sand, including finishing the top
smooth.
REINFORCED CEMENT CONCRETE
Reinforced cement concrete work in beams,
suspended floors, roofs having slope up to
15 landings, balconies, shelves, chajjas,
lintels, bands, plain window sills, staircases
and spiral stair cases up to floor five level,
excluding the cost of centering, shuttering,
finishing and reinforcement, with 1:2:4 (1
cement : 2 coarse sand : 4 graded stone
aggregate 20 mm nominal size).
Centering and shuttering including strutting,
propping etc. and removal of form for :

cum

5.00

cum

82.00

sqm

116.00

cum

21.00

sqm

88.00

3.2.1

Foundations, footings, bases of columns,


etc. for mass concrete

3.2.2

Walls (any thickness) including attached


pilasters, butteresses, plinth and string
courses etc.
Suspended floors, roofs, landings, balconies
and access platform

sqm

55.00

sqm

4174.00

3.2.4

Shelves (Cast in situ)

sqm

540.00

3.2.5

Lintels, beams, plinth beams, girders,


bressumers and cantilevers

sqm

4183.42

3.2.6

Columns, Pillars, Piers, Abutments, Posts


and Struts
Stairs, (excluding landings) except spiralstaircases

sqm

2514.00

sqm

235.00

3.2.3

3.2.7

AE (P)

EE (P)

44
3.2.8
3.3

3.3.1
3.4

3.4.1
3.5

3.5.1
3.5.2
4.0
4.1

4.1.1
4.2

Weather shade, Chajjas, corbels etc.,


including edges
Steel reinforcement for R.C.C. work
including straightening, cutting, bending,
placing in position and binding all complete
upto plinth level.
Thermo-Mechanically Treated bars
Steel reinforcement for R.C.C. work
including straightening, cutting, bending,
placing in position and binding all complete
above plinth level.
Thermo-Mechanically Treated bars
Providing and laying in position ready
mixed M-25 grade concrete for reinforced
cement concrete work, using cement
content as per approved design mix,
manufactured in fully automatic batching
plant and transported to site of work in
transit mixer for all leads, having
continuous agitated mixer, manufactured as
per mix design of specified grade for
reinforced cement concrete work, including
pumping of R.M.C. from transit mixer to
site of laying , excluding the cost of
centering,
shuttering
finishing
and
reinforcement, including cost of admixtures
in recommended proportions as per IS :
9103 to accelerate/ retard setting of
concrete, improve workability without
impairing strength and durability as per
direction of the Engineer - in - charge.
(Note :- Cement content considered in this
item is @ 330 kg/cum. Excess/less cement
used
as
per
design
mix
is
payable/recoverable separately).
All works upto plinth level
All works above plinth level upto floor V
level
BRICK WORK
Brick work with common burnt clay F.P.S.
(non modular) bricks of class designation
7.5 in foundation and plinth in:
Cement mortar 1:6 (1 cement : 6 coarse
sand)
Extra for brick work / AAC block masonry /
Tile brick masonry in superstructure above
floor V level, for each four floors or part
thereof by mechanical means.

AE (P)

EE (P)

sqm

281.00

kg

128287.
00

kg

261919.
00

cum

564.00

cum

1237.00

cum

148.00

cum

309.00

45
4.3

4.3.1
4.4

4.5

4.6

4.6.1
5.0
5.1

5.1.1
5.1.1.1
5.1.2
5.1.2.1
5.2

Half brick masonry with common burnt


clay F.P.S. (non modular) bricks of class
designation 7.5 in superstructure above
plinth level up to floor V level.
Cement mortar 1:4 (1 cement :4 coarse
sand)
Extra for half brick masonry in
superstructure, above floor V level for
every four floors or part thereof by
mechanical means.
Extra for providing and placing in position
2 Nos 6mm dia. M.S. bars at every third
course of half brick masonry.
Brick work with non modular fly ash lime
bricks (FALG Bricks) conforming to
IS:12894, class designation 10 average
compressive strength in super structure
above plinth level up to floor V level in :
Cement mortar 1:4 (1 cement : 4 coarse
sand)
MARBLE & GRANITE WORK
Providing and fixing 18 mm thick gang saw
cut, mirror polished, premoulded and
prepolished, machine cut for kitchen
platforms, vanity counters, window sills ,
facias and similar locations of required size,
approved shade, colour and texture laid
over 20 mm thick base cement mortar 1:4 (1
cement : 4 coarse sand), joints treated with
white cement, mixed with matching
pigment, epoxy touch ups, including
rubbing, curing, moulding and polishing to
edges to give high gloss finish etc. complete
at all levels.
Raj Nagar Plain white marble/ Udaipur
green marble/ Zebrablack marble
Area of slab over 0.50 sqm

sqm

1006.00

sqm

164.00

sqm

942.00

cum

1805.00

sqm

332.00

sqm

169.00

Granite of any colour and shade


Area of slab over 0.50 sqm
Providing and fixing stone slab with table
rubbed, edges rounded and polished, of size
75x50 cm deep and 1.8 cm thick, fixed in
urinal partitions by cutting a chase of
appropriate width with chase cutter and
embedding the stone in the chase with
epoxy grout or with cement concrete 1:2:4
(1 cement : 2 coarse sand : 4 graded stone
aggregate 6 mm nominal size) as per
direction of Engineer-in-charge and finished
smooth.

AE (P)

EE (P)

46
5.2.1

White Agaria Marble Stone

6.0

WOOD & PVC WORK

6.1

Providing and fixing ISI marked flush door


shutters conformingto IS : 2202 (Part I)
decorative type, core of block board
construction with frame of 1st class hard
wood and well matched commercial 3 ply
veneering with vertical grains or cross
bands and face veneers on both faces of
shutters :
35 mm thick including ISI marked Stainless
Steel butt hinges with necessary screws

6.1.1
6.1.2

6.2

6.3
6.3.1
6.4

6.5

6.5.1
6.6

6.6.1
6.7

6.7.1

25 mm thick (for cupboard) including ISI


marked nickel plated bright finished M.S.
piano hinges IS:3818 marked with
necessary screws
Providing and fixing 50 mm bright finished
brass cup board or wardrobe knob of
approved quality with necessary screws.

sqm

13.00

sqm

217.00

sqm

538.00

each

512.00

each

512.00

Providing and fixing bright finished brass


handles with screws etc. complete :
125 mm
Providing and fixing aluminium extruded
section body tubular type universal
hydraulic door closer (having brand logo
with ISI, IS : 3564, embossed on the body,
door weight upto 36 kg to 80 kg and door
width from 701 mm to 1000 mm), with
double speed adjustment with necessary
accessories and screws etc. complete.
Providing and fixing bright finished brass
hasp and staple (safety type) with necessary
screws etc. complete :
115 mm

each

3.00

each

256.00

Providing and fixing aluminium sliding


door bolts, ISI marked anodised (anodic
coating not less than grade AC 10 as per IS
: 1868), transparent or dyed to required
colour or shade, with nuts and screws etc.
complete :
300x16 mm

each

100.00

Providing and fixing aluminium tower


bolts, ISI marked, anodised (anodic coating
not less than grade AC 10 as per IS : 1868 )
transparent or dyed to required colour or
shade, with necessary screws etc. complete :
300x10 mm

each

100.00

AE (P)

EE (P)

47
6.7.2

150x10 mm

each

100.00

6.7.3

100x10 mm

each

92.00

6.8

each

92.00

6.9.1

Providing and fixing aluminium pull bolt


lock, ISI marked, anodised (anodic coating
not less than grade AC 10 as per IS : 1868)
transparent or dyed to required colour and
shade, with necessary screws bolts, nut and
washers etc. complete.
Providing and fixing aluminium handles,
ISI marked, anodised (anodic coating not
less than grade AC 10 as per IS : 1868)
transparent or dyed to required colour or
shade, with necessary screws etc. complete :
125 mm

each

300.00

6.9.2

100 mm

each

184.00

6.10

Providing and fixing aluminium hanging


floor door stopper, ISI marked, anodised
(anodic coating not less than grade AC 10
as per IS : 1868) transparent or dyed to
required colour and shade, with necessary
screws etc. complete.
Twin rubber stopper

each

100.00

Providing and fixing magnetic catcher of


approved quality in cupboard / ward robe
shutters, including fixing with necessary
screws etc. complete.
Triple strip vertical type

each

510.00

mtr

456.00

6.9

6.10.1
6.11

6.11.1
6.12

Providing and fixing factory made P.V.C.


door frame of size 50x47 mm with a wall
thickness of 5 mm, made out of extruded
5mm rigid PVC foam sheet, mitred at
corners and joined with 2 Nos of 150 mm
long brackets of 15x15 mm M.S. square
tube, the vertical door frame profiles to be
reinforced with 19x19 mm M.S. square tube
of 19 gauge, EPDM rubber gasket weather
seal to be provided through out the frame.
The door frame to be fixed to the wall using
M.S. screws of 65/100 mm size, complete
as per manufacturers specification and
direction of Engineer-in- Charge.

AE (P)

EE (P)

48
6.13

6.13.1
7.0
7.1

7.2

7.2.1

Providing and fixing factory made panel


PVC door shutter consisting of frame made
out of M.S. tubes of 19 gauge thickness and
size of 19 mm x 19 mm for styles and
15x15 mm for top & bottom rails. M.S.
frame shall have a coat of steel primers of
approved make and manufacture . M.S.
frame covered with 5 mm thick heat
moulded PVC 'C' channel of size 30 mm
thickness, 70 mm width out of which 50
mm shall be flat and 20 mm shall be tapered
in 45 degree angle on both side forming
styles and 5 mm thick, 95 mm wide PVC
sheet out of which 75 mm shall be flat and
20 mm shall be tapered in 45 degree on the
inner side to form top and bottom rail and
115 mm wide PVC sheet out of which 75
mm shall be flat and 20 mm shall be tapered
on both sides to form lock rail. Top, bottom
and lock rails shall be provided both side of
the panel. 10 mm (5 mm x 2 ) thick, 20 mm
wide cross PVC sheet be provided as gap
insert for top rail & bottom rail, paneling of
5 mm thick both side PVC sheet to be fitted
in the M.S. frame welded/ sealed to the
styles & rails with 7 mm (5 mm+2 mm)
thick x 15 mm wide PVC sheet beading on
inner side, and joined together with solvent
cement adhesive. An additional 5 mm thick
PVC strip of 20 mm width is to be stuck on
the interior side of the 'C' Channel using
PVC solvent adhesive etc. complete as per
direction
of
Engineer-in-charge,
manufacturer's specification & drawing.
30 mm thick plain PVC door shutters
STEEL WORK
Providing and fixing in position collapsible
steel shutters with vertical channels
20x10x2 mm and braced with flat iron
diagonals 20x5 mm size, with top and
bottom rail of T-iron 40x40x6 mm, with 40
mm dia steel pulleys, complete with bolts,
nuts, locking arrangement, stoppers,
handles, including applying a priming coat
of approved steel primer.
Providing and fixing 1mm thick M.S. sheet
door with frame of 40x40x6 mm angle iron
and 3 mm M.S. gusset plates at the
junctions and corners, all necessary fittings
complete, including applying a priming coat
of approved steel primer.
Using M.S. angels 40x40x6 mm for
AE (P)

EE (P)

sqm

145.00

sqm

8.00

sqm

4.00

49
diagonal braces
7.3

Providing and fixing T-iron frames for


doors, windows and ventilators of mild steel
Tee-sections, joints mitred and welded,
including fixing of necessary butt hinges
and screws and applying a priming coat of
approved steel primer.

7.3.1

Fixing with 15x3 mm lugs 10 cm long


embedded in cement concrete block
15x10x10 cm of C.C. 1:3:6 (1 Cement : 3
coarse sand : 6 graded stone aggregate 20
mm nominal size)
Providing and fixing 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 strikeplate
and shock absorbers as specified and
applying a coat of approved steel primer
after pre-treatment of the surface as directed
by Engineer-in- charge:
Profile B

7.4

7.4.1
7.4.1.1
7.5

7.6

Fixing with adjustable lugs with split end


tail to each jamb
Providing and fixing M.S. fan clamp type I
or II of 16 mm dia M.S. bar, bent to shape
with hooked ends in R.C.C. slabs or beams
during laying, including painting the
exposed portion of loop, all as per standard
design complete.
Providing and fixing circular/ Hexagonal
cast iron or M.S. sheet box for ceiling fan
clamp, of internal dia 140 mm, 73 mm
height, top lid of 1.5 mm thick M.S. sheet
with its top surface hacked for proper
bonding, top lid shall be screwed into the
cast iron/ M.S. sheet box by means of 3.3
mm dia round headed screws, one lock at
the corners. Clamp shall be made of 12 mm
dia M.S. bar bent to shape as per standard
drawing.

AE (P)

EE (P)

kg

5832.00

mtr

412.00

each

35.00

each

168.00

50
7.7

7.7.1
7.8

8.0
8.1

8.2

8.2.1
8.3
8.3.1

Steel work welded in built up sections/


framed work, including cutting, hoisting,
fixing in position and applying a priming
coat of approved steel primer using
structural steel etc. as required.
In gratings, frames, guard bar, ladder,
railings, brackets, gates and similar works
Providing and fixing stainless steel ( Grade
304) railing made of Hollow tubes,
channels, plates etc., including welding,
grinding, buffing, polishing and making
curvature (wherever required) and fitting
the same with necessary stainless steel nuts
and bolts complete, i/c fixing the railing
with necessary accessories & stainless steel
dash fasteners , stainless steel bolts etc., of
required size, on the top of the floor or the
side of waist slab with suitable arrangement
as per approval of Engineer-in-charge, ( for
payment purpose only weight of stainless
steel members shall be considered
excluding fixing accessories such as nuts,
bolts, fasteners etc.).
FLOORING
62 mm thick cement concrete flooring with
concrete hardener topping, under layer 50
mm thick cement concrete 1:2:4 (1 cement :
2 coarse sand : 4 graded stone aggregate
20mm nominal size) and top layer 12mm
thick cement hardener consisting of mix 1:2
(1 cement hardener mix : 2 graded stone
aggregate, 6mm nominal size) by volume,
hardening compound mixed @ 2 litre per 50
kg of cement or as per manufactures
specifications. This includes cost of cement
slurry, but excluding the cost of nosing of
steps etc. complete.
Cement plaster skirting up to 30 cm height,
with cement mortar 1:3 (1 cement : 3 coarse
sand), finished with a floating coat of neat
cement.
18 mm thick
Providing and fixing glass strips in joints of
terrazo/ cement concrete floors.
40 mm wide and 4 mm thick

AE (P)

EE (P)

kg

6845.00

kg

1053.00

sqm

659.00

sqm

77.00

mtr

1696.00

51
8.4

8.5

8.6

8.6.1
8.7

8.7.1
9.0

Providing and fixing Ist quality ceramic


glazed wall tiles conforming to IS: 15622
(thickness to be specified by the
manufacturer), of approved make, in all
colours, shades except burgundy, bottle
green, black of any size as approved by
Engineer-in-Charge, in skirting, risers of
steps and dados, over 12 mm thick bed of
cement mortar 1:3 (1 cement : 3 coarse
sand) and jointing with grey cement slurry
@ 3.3kg per sqm, including pointing in
white cement mixed with pigment of
matching shade complete.
Providing and laying Ceramic glazed floor
tiles of size 300x300 mm (thickness to be
specified by the manufacturer), of 1st
quality conforming to IS : 15622, of
approved make, in all colours, shades,
except White, Ivory, Grey, Fume Red
Brown, laid on 20 mm thick bed of cement
mortar 1:4 (1 Cement : 4 Coarse sand),
including pointing the joints with white
cement and matching pigments etc.,
complete.
Providing and laying vitrified floor tiles in
different sizes (thickness to be specified by
the manufacturer) with water absorption
less than 0.08% and conforming to IS :
15622, of approved make, in all colours and
shades, laid on 20mm thick cement mortar
1:4 (1 cement : 4 coarse sand), including
grouting the joints with white cement and
matching pigments etc., complete.
Size of Tile 600x600 mm
Providing and laying Vitrified tiles in
different sizes (thickness to be specified by
manufacturer), with water absorption less
than 0.08 % and conforming to I.S. 15622,
of approved make, in all colours & shade, in
skirting, riser of steps, over 12 mm thick
bed of cement mortar 1:3 (1 cement: 3
coarse sand), including grouting the joint
with white cement & matching pigments
etc. complete.
Size of Tile 600x600 mm
ROOFING

AE (P)

EE (P)

sqm

1986.00

sqm

423.00

sqm

2602.00

sqm

435.00

52
9.1

9.2

9.2.1
9.3

9.3.1

Making khurras 45x45 cm with average


minimum thickness of 5 cm cement
concrete 1:2:4 (1 cement : 2 coarse sand : 4
graded stone aggregate of 20 mm nominal
size) over P.V.C. sheet 1 m x1 m x 400
micron, finished with 12 mm cement plaster
1:3 (1 cement : 3 coarse sand) and a coat of
neat cement.
Providing and fixing on wall face
unplasticised Rigid PVC rain water pipes
conforming to IS : 13592 Type A, including
jointing with seal ring conforming to IS :
5382, leaving 10 mm gap for thermal
expansion, (i) Single socketed pipes.
110 mm diameter

each

24.00

mtr

428.00

each

24.00

Providing and fixing on wall face


unplasticised - PVC moulded fittings/
accessories for unplasticised Rigid PVC
rain water pipes conforming to IS : 13592
Type A, including jointing with seal ring
conforming to IS : 5382, leaving 10 mm
gap for thermal expansion.
Bend 87.5

9.3.1.1

110 mm bend

9.3.2

Shoe (Plain)

9.3.2.1

110 mm Shoe

each

24.00

Providing and fixing unplasticised -PVC


pipe clips of approved design to
unplasticised - PVC rain water pipes by
means of 50x50x50 mm hard wood plugs,
screwed with M.S. screws of required
length, including cutting brick work and
fixing in cement mortar 1:4 (1 cement : 4
coarse sand) and making good the wall etc.
complete.
110 mm

each

318.00

each

24.00

sqm

9118.00

sqm

4154.00

9.4

9.4.1
9.5

10.0

Providing and fixing to the inlet mouth of


rain water pipe cast iron grating 15 cm
diameter and weighing not less than 440
grams.
FINISHING

10.1

12 mm cement plaster of mix :

10.1.1
10.2
10.2.1

1:6 (1 cement: 6 fine sand)


6 mm cement plaster of mix :
1:3 (1 cement : 3 fine sand)

AE (P)

EE (P)

53
10.3

10.4

10.4.1
10.5

10.5.1
10.6
10.6.1

10.7

10.7.1

Extra for plastering exterior walls of height


more than 10 m from ground level for every
additional height of 3 m or part thereof.
Distempering with 1st quality acrylic
distemper (ready mixed) of approved
manufacturer, of required shade and colour
complete,
as
per
manufacturer's
specification.
Two or more coats on new work
Applying one coat of water thinnable
cement primer of approved brand and
manufacture on wall surface :
Water thinnable cement primer
Finishing walls with Acrylic
exterior paint of required shade :

sqm

6383.00

sqm

14863.0
0

sqm

14863.0
0

sqm

4540.00

sqm

2163.00

Smooth

New work (Two or more coat applied @


1.67 ltr/10 sqm over and including priming
coat of exterior primer applied @ 2.20 kg/
10 sqm)
Painting with synthetic enamel paint of
approved brand and manufacture to give an
even shade :
Two or more coats on new work

11.0

DISMANTLING & DEMOLISHING

11.1

Demolishing cement concrete manually/ by


mechanical means including disposal of
material within 50 metres lead as per
direction of Engineer - in - charge.
Nominal concrete 1:3:6 or richer mix (i/c
equivalent design mix)

cum

23.00

Demolishing stone
rubble
masonry
manually/ by mechanical means including
stacking of serviceable material and
disposal of unserviceable material within 50
metres lead as per direction of Engineer-incharge :
In cement mortar

sqm

577.00

kg

17940.0
0

sqm

1040.00

11.1.1
11.2

11.2.1
11.3

11.4

11.4.1

Dismantling steel work in built up sections


in angles, tees, flats and channels including
all gusset plates, bolts, nuts, cutting rivets,
welding etc. including dismembering and
stacking within 50metres lead.
Dismantling roofing including ridges, hips,
valleys and gutters etc., and stacking the
material within 50 metres lead of :
Asbestos sheet

AE (P)

EE (P)

54
12.0
12.1

12.1.1

12.2

12.2.1
12.3

12.3.1
12.3.2
12.3.3
12.4

12.4.1

SANITARY INSTALLATION
Providing and fixing water closet squatting
pan (Indian type W.C. pan ) with 100 mm
sand cast Iron P or S trap, 10 litre low level
white P.V.C. flushing cistern, including
flush pipe, with manually controlled device
(handle lever) conforming to IS : 7231, with
all fittings and fixtures complete, including
cutting and making good the walls and
floors wherever required :
White Vitreous china Orissa pattern W.C.
pan of size 580x440 mm with integral type
foot rests
Providing and fixing white vitreous china
pedestal type water closet (European type
W.C. pan) with seat and lid, 10 litre low
level white P.V.C. flushing cistern,
including flush pipe, with manually
controlled
device
(handle
lever),
conforming to IS : 7231, with all fittings
and fixtures complete, including cutting and
making good the walls and floors wherever
required :
W.C. pan with ISI marked white solid
plastic seat and lid
Providing and fixing white vitreous china
flat back half stall urinal of size
580x380x350 mm with white PVC
automatic flushing cistern, with fittings,
standard size C.P. brass flush pipe,
spreaders with unions and clamps (all in
C.P. brass) with waste fitting as per IS :
2556, C.I. trap with outlet grating and other
couplings in C.P. brass, including painting
of fittings and cutting and making good the
walls and floors wherever required :
Single half stall urinal with 5 litre P.V.C.
automatic flushing cistern

each

58.00

each

3.00

each

1.00

Range of two half stall urinals with 5 litre


P.V.C. automatic flushing cistern

each

14.00

Range of three half stall urinals with 10 litre


P.V.C. automatic flushing cistern

each

11.00

Providing and fixing wash basin with C.I.


brackets, 15 mm C.P. brass pillar taps, 32
mm C.P. brass waste of standard pattern,
including painting of fittings and brackets,
cutting and making good the walls wherever
require :
White Vitreous China Wash basin size
630x450 mm with a single 15 mm C.P.

each

64.00

AE (P)

EE (P)

55
brass pillar tap
12.5

12.5.1
12.5.1.1
12.6

12.6.1
12.6.1.1
12.7

12.8

12.9
12.9.1

Providing and fixing Stainless Steel A ISI


304 (18/8) kitchen sink as per IS : 13983
with C.I. brackets and stainless steel plug
40 mm, including painting of fittings and
brackets, cutting and making good the walls
wherever required :
Kitchen sink with drain board
510x1040 mm bowl depth 250 mm

each

2.00

each

127.00

each

64.00

each

64.00

Providing and fixing P.V.C. waste pipe for


sink or wash basin including P.V.C. waste
fittings complete.
Semi rigid pipe
32 mm dia
Providing and fixing 600x450 mm beveled
edge mirror of superior glass (of approved
quality) complete with 6 mm thick hard
board ground fixed to wooden cleats with
C.P. brass screws and washers complete.
Providing and fixing 600x120x5 mm glass
shelf with edges round off, supported on
anodised aluminium angle frame with C.P.
brass brackets and guard rail complete fixed
with 40 mm long screws, rawl plugs etc.,
complete.
Providing and fixing soil, waste and vent
pipes :
100 mm dia

12.9.1.1

Centrifugally cast (spun) iron socket &


spigot (S&S) pipe as per IS: 3989

mtr

1204.00

12.10

Providing and fixing M.S. holder-bat


clamps of approved design to Sand Cast
iron/cast iron (spun) pipe embedded in and
including cement concrete blocks 10x10x10
cm of 1:2:4 mix (1 cement : 2 coarse sand :
4 graded stone aggregate 20 mm nominal
size), including cost of cutting holes and
making good the walls etc. :
For 100 mm dia pipe

each

500.00

each

40.00

12.10.1
12.11

12.11.1.
1
11.11.1.
1

Providing and fixing bend of required


degree with access door, insertion rubber
washer 3 mm thick, bolts and nuts
complete.
100 mm dia
Sand cast iron S&S as per IS - 3989

AE (P)

EE (P)

56
12.12
12.12.1

Providing and fixing plain bend of required


degree.
100 mm dia

12.12.1.
1
12.13

Sand cast iron S&S as per IS : 3989

12.13.1

100 mm dia

12.13.1.
1
12.14

Sand cast iron S&S as per IS - 3989

12.14.1

12.15.1

100 mm

12.15.1.
1
12.16

Sand cast iron S&S as per IS - 3989

12.17.1.
1
12.18

12.18.1
13.0
13.1

each

30.00

each

40.00

each

20.00

each

400.00

each

91.00

mtr

1204.00

Providing and fixing double equal junction


of required degree with access door,
insertion rubber washer 3 mm thick, bolts
and nuts complete :
100x100x100x100 mm
Sand cast iron S&S as per IS - 3989

12.17.1

50.00

Providing and fixing heel rest sanitary bend

12.14.1.
1
12.15

12.16.1
12.17

each

Providing and fixing terminal guard :

Providing lead caulked joints to sand cast


iron/centrifugally cast (spun) iron pipes and
fittings of diameter :
100 mm
Providing and fixing trap of self cleansing
design with screwed down or hinged grating
with or without vent arm complete,
including cost of cutting and making good
the walls and floors :
100 mm inlet and 100 mm outlet
Sand Cast Iron S&S as per IS: 1729
Painting sand cast iron/ centrifugally cast
(spun) iron soil, waste vent pipes and
fittings with two coats of synthetic enamel
paint of any colour such as chocolate grey,
or buff etc. over a coat of primer (of
approved quality) for new work :
100 mm diameter pipe
WATER SUPPLY
Providing and fixing 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. This includes
jointing of pipes & fittings with one step
CPVC solvent cement and testing of joints
complete as per direction of Engineer in
AE (P)

EE (P)

57
Charge. Internal work - Exposed on wall

13.1.1
13.1.2
13.2

13.2.1
13.2.2
13.3

13.3.1
13.4

13.4.1
13.5

13.5.1
13.5.2
13.5.3
13.5.4
13.5.5

32 mm nominal outer dia Pipes


50 mm nominal outer dia Pipes
Providing and fixing Chlorinated Polyvinyl
Chloride (CPVC) pipes, having thermal
stability for hot & cold water supply,
including all CPVC plain & brass threaded
fittings, i/c fixing the pipe with clamps at
1.00 m spacing. This includes jointing of
pipes & fittings with one step CPVC
solvent cement and the cost of cutting
chases and making good the same including
testing of joints complete as per direction of
Engineer in Charge. Concealed work,
including cutting chases and making good
the walls etc.
15 mm nominal outer dia Pipes
25 mm nominal outer dia Pipes
Providing and fixing Chlorinated Polyvinyl
Chloride (CPVC) pipes, having thermal
stability for hot & cold water supply
including all CPVC plain & brass threaded
fittings This includes jointing of pipes &
fittings with one step CPVC solvent cement
,trenching ,refilling & testing of joints
complete as per direction of Engineer in
Charge. External work
75 mm nominal inner dia Pipes
Making connection of G.I. distribution
branch with G.I. main of following sizes by
providing and fixing tee, including cutting
and threading the pipe etc. complete :
50 to 80 mm nominal bore
Providing and fixing gun metal gate valve
with C.I. wheel of approved quality
(screwed end) :
25 mm nominal bore
32 mm nominal bore.
40 mm nominal bore
50 mm nominal bore
80 mm nominal bore

AE (P)

EE (P)

mtr
mtr

482.00
114.00

mtr
mtr

97.00
396.00

mtr

125.00

each

2.00

each
each
each
each
each

5.00
5.00
4.00
3.00
1.00

58
13.6
13.6.1
13.6.1.1
13.7
13.7.1
13.8

13.8.1
13.9

13.10
13.10.1
13.11

13.11.1
13.12

13.12.1
13.13

Providing and fixing uplasticised PVC


connection pipe with brass unions :
45 cm length
15 mm nominal bore

each

123.00

100 mm diameter

each

33.00

Constructing masonry Chamber 30x30x50


cm inside, in brick work in cement mortar
1:4 (1 cement :4 coarse sand) for stop cock,
with C. I. surface box 100x100 x75 mm
(inside) with hinged cover fixed in cement
concrete slab 1:2:4 mix (1 cement : 2 coarse
sand : 4 graded stone aggregate 20 mm
nominal size), i/c necessary excavation,
foundation concrete 1:5:10 ( 1 cement : 5
fine sand : 10 graded stone aggregate 40mm
nominal size ) and inside plastering with
cement mortar 1:3 (1 cement : 3 coarse
sand) 12mm thick, finished with a floating
coat of neat cement complete as per
standard design :
With common burnt clay F.P.S.(non
modular) bricks of class designation 7.5

each

5.00

per ltr

34000.0
0

15 mm nominal bore

each

61.00

Providing and fixing C.P. brass long nose


bib cock of approved quality conforming to
IS standards and weighing not less than 810
gms.
15 mm nominal bore

each

33.00

Providing and fixing C.P. brass long body


bib cock of approved quality conforming to
IS standards and weighing not less than 690
gms.
15 mm nominal bore

each

2.00

Providing and fixing C.P. brass shower rose


with 15 or 20 mm inlet :

Providing and placing on terrace (at all


floor levels) polyethylene water storage
tank, ISI : 12701 marked, with cover and
suitable locking arrangement and making
necessary holes for inlet, outlet and
overflow pipes but without fittings and the
base support for tank.
Providing and fixing C.P. brass bib cock of
approved quality conforming to IS:8931 :

Providing and fixing C.P. brass stop cock


(concealed) of standard design and of
approved make conforming to IS:8931.

AE (P)

EE (P)

59
13.13.1

15 mm nominal bore

14.0

DRAINAGE

14.1

Providing and fixing square-mouth S.W.


gully trap class SP-1 complete with C.I.
grating brick masonry chamber with water
tight C.I. cover with frame of 300 x300 mm
size (inside) the weight of cover to be not
less than 4.50 kg and frame to be not less
than 2.70 kg as per standard design :
100x100 mm size P type

14.1.1

each

125.00

14.1.1.1

With common burnt clay F.P.S. (non


modular) bricks of class designation 7.5

each

10.00

14.2

Providing and laying non-pressure NP2


class (light duty) R.C.C. pipes with collars
jointed with stiff mixture of cement mortar
in the proportion of 1:2 (1 cement : 2 fine
sand) including testing of joints etc.
complete :
150 mm dia. R.C.C. pipe

mtr

105.00

Constructing brick masonry manhole in


cement mortar 1:4 ( 1 cement : 4 coarse
sand ) with R.C.C. top slab with 1:2:4 mix
(1 cement : 2 coarse sand : 4 graded stone
aggregate 20 mm nominal size), foundation
concrete 1:4:8 mix (1 cement : 4 coarse
sand : 8 graded stone aggregate 40 mm
nominal size), inside plastering 12 mm
thick with cement mortar 1:3 (1 cement : 3
coarse sand) finished with floating coat of
neat cement and making channels in cement
concrete 1:2:4 (1 cement : 2 coarse sand : 4
graded stone aggregate 20 mm nominal
size) finished with a floating coat of neat
cement complete as per standard design :
Inside size 90x80 cm and 45 cm deep
including C.I. cover with frame (light duty)
455x610 mm internal dimensions, total
weight of cover and frame to be not less
than 38 kg (weight of cover 23 kg and
weight of frame 15 kg) :
With common burnt clay F.P.S. (non
modular) bricks of class designation 7.5

each

6.00

14.2.1
14.3

14.3.1

14.3.1.1
14.3.2

Inside size 120x90 cm and 90 cm deep


including C.I. cover with frame (medium
duty) 500 mm internal diameter, total
weight of cover and frame to be not less
than 116 kg (weight of cover 58 kg and
weight of frame 58 kg) :

AE (P)

EE (P)

60
14.3.2.1
14.4
14.4.1
14.4.1.1
14.4.2

With common burnt clay F.P.S. (non


modular) bricks of class designation 7.5

each

5.00

mtr

4.00

Extra for depth for manholes :


Size 90x80 cm
With common burnt clay F.P.S. (non
modular) bricks of class designation 7.5
Size 120x90 cm

14.4.2.1

With common burnt clay F.P.S. (non


modular) bricks of class designation 7.5

mtr

2.00

14.5

Providing M.S. foot rests including fixing in


manholes with 20x20x10 cm cement
concrete blocks 1:3:6 (1 cement : 3 coarse
sand : 6 graded stone aggregate 20 mm
nominal size) as per standard design :
With 20 mm diameter round bar

each

10.00

each

2.00

each

2.00

14.5.1
14.6

Supplying and fixing C.I. cover without


frame for manholes :

14.6.1

455x610 mm rectangular C.I. cover (light


duty) the weight of the cover to be not less
than 23 kg
Making connection of drain or sewer line
with existing manhole including breaking
into and making good the walls, floors with
cement concrete 1:2:4 mix (1 cement : 2
coarse sand : 4 graded stone aggregate 20
mm nominal size) cement plastered on both
sides with cement mortar 1:3 (1 cement : 3
coarse sand), finished with a floating coat of
neat cement and making necessary channels
for the drain etc. complete :
For pipes 100 to 250 mm diameter

14.7

14.7.1

15.0

ALUMINIUM WORK

AE (P)

EE (P)

61
15.1

15.1.1
15.1.1.1

Providing and fixing aluminium work for


doors, windows, ventilators and partitions
with extruded built up standard tubular
sections/ appropriate Z sections and other
sections of approved make 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 and the directions of
Engineer-in-charge. (Glazing, paneling and
dash fasteners to be paid for separately) :
For fixed portion
Powder coated aluminium (anodised
transparent or dyed to required shade
according to IS: 1868, Minimum anodic
coating of grade AC 15)
For shutters of doors, windows &
ventilators including providing and fixing
hinges/ pivots and making provision for
fixing of fittings wherever required
including the cost of EPDM rubber /
neoprene gasket required (Fittings shall be
paid for separately)
Powder coated aluminium (minimum
thickness of powder coating 50 micron)

kg

2850.00

kg

2850.00

15.2.1

Providing and fixing glazing in aluminium


door, window, ventilator shutters and
partitions etc. with EPDM rubber /
neoprene gasket etc. complete as per the
architectural drawings and the directions of
engineer-in-charge . (Cost of aluminium
snap beading shall be paid in basic item):
With float glass panes of 4.0 mm thickness

sqm

346.00

15.2.2

With float glass panes of 8 mm thickness

sqm

7.00

15.1.2

15.1.2.1
15.2

16.0

WATER PROOFING

AE (P)

EE (P)

62
16.1

16.2

Providing and laying water proofing


treatment to vertical and horizontal surfaces
of depressed portions of W.C., kitchen and
the like consisting of : (i) Ist course of
applying cement slurry @ 4.4 kg/sqm
mixed with water proofing compound
conforming to IS 2645 in recommended
proportions including rounding off junction
of vertical and horizontal surface. (ii) IInd
course of 20 mm cement plaster 1:3 (1
cement : 3 coarse sand) mixed with water
proofing compound in recommended
proportion including rounding off junction
of vertical and horizontal surface. (iii) IIIrd
course of applying blown or residual
bitumen applied hot at 1.7 kg. per sqm of
area. (iv) IVth course of 400 micron thick
PVC sheet. (Overlaps at joints of PVC sheet
should be 100 mm wide and pasted to each
other with bitumen @ 1.7 kg/sqm).
Providing and laying integral cement based
water
proofing
treatment
including
preparation of surface as required for
treatment of roofs, balconies, terraces etc
consisting of following operations: a)
Applying slurry coat of neat cement using
2.75 kg/sqm of cement admixed with water
proofing compound conforming to IS. 2645
and approved by Engineer-in-charge over
the RCC slab including adjoining walls upto
300 mm height including cleaning the
surface before treatment. b) Laying brick
bats with mortar using broken bricks/brick
bats 25 mm to 115 mm size with 50% of
cement mortar 1:5 (1 cement : 5 coarse
sand) admixed with water proofing
compound conforming to IS : 2645 and
approved by Engineer-in-charge over 20
mm thick layer of cement mortar of mix 1:5
(1 cement :5 coarse sand ) admixed with
water proofing compound conforming to IS
: 2645 and approved by Engineer-in-charge
to required slope and treating similarly the
adjoining walls upto 300 mm height
including rounding of junctions of walls and
slabs.

AE (P)

EE (P)

sqm

369.00

63

16.2.1
17.0
17.1

17.2
17.3

c) After two days of proper curing applying


a second coat of cement slurry using 2.75
kg/ sqm of cement admixed with water
proofing compound conforming to IS : 2645
and approved by Engineer-in-charge. d)
Finishing the surface with 20 mm thick
jointless cement mortar of mix 1:4 (1
cement :4 coarse sand) admixed with water
proofing compound conforming to IS : 2645
and approved by Engineer-in-charge
including laying glass fibre cloth of
approved quality in top layer of plaster and
finally finishing the surface with trowel
with neat cement slurry and making pattern
of 300x300 mm square 3 mm deep. e) The
whole terrace so finished shall be flooded
with water for a minimum period of two
weeks for curing and for final test. All
above operations to be done in order and as
directed and specified by the Engineer-inCharge :
With average thickness of 120 mm and
minimum thickness at khurra as 65 mm.
NON-SCHEDULE ITEMS
Contractor buy back dismantled steel
trussess as per direction of Engineer-incharge.
Contractor buy back dismantled stone as per
direction of Engineer-in-charge.
Supplying and filling in plinth with local
sand under floors, including watering,
ramming, consolidating and dressing
complete.
TOTAL

AE (P)

EE (P)

sqm

900.00

kg

17940.0
0

each

46160.0
0

cum

591.00

64
Additional Conditions for Internal Electrical Installations.

1. General
1.1.
The work shall be generally carried out in accordance with schedule of quantities and the
following specifications and conditions.
a. CPWD general specifications for electrical work Part-I internal- 2013, as amended upto date.
b. CPWD general specifications for electrical work Part-II external 2005, as amended upto date.
c. Commercial and additional conditions for this work.
d. The Indian electricity Act, 2003 as amended upto date.
e. Indian electricity rules 1956 amended upto date.
1.2.
The Department shall not issue any T & P and nothing extra shall be paid on account of this.
2. Rate:
The rates quoted by the tenderer, shall be firm and inclusive of all taxes (Including works contact
tax, labour welfare cess but excluding service tax), Octroi, duties and levies and all charges for
packing, forwarding, insurance, freight and delivery, installation, testing, commissioning etc at
site i/c temporary constructional storage, risks, over head charges, general liabilities / obligations
and clearance from local authorities. The fee for the inspection of installations by government on
production of receipts. Service Tax need not be paid to the Service Tax authorities for the
services provided to the Government as per S. No. 12 of Notification No. 25/2012-Service Tax,
Dated. 20th June 2012. Therefore Service Tax should not be included in the quoted rates.
3. Completeness of tender:
All sundry equipment, fittings, unit assemblies, accessories, hardware items, foundation bolts,
termination lugs for electrical connections, and all other items which are use full and necessary
for efficient assembly and installation of equipment and components of the work shall be deemed
to have been included in the tender irrespective of the fact whether such items are specifically
mentioned in the tender documents or not.
4. Storage and Custody of Materials:
The agency has to make his own arrangement for storage, watch and ward of the stores. Their
safe custody shall be the responsibility of the contractor till the final taking over of the
installation by the department.
5. Care of the Building:
Care shall be taken by the contractor while handling and installing the various equipments and
components of the work to avoid damage to the building. He shall be responsible for repairing all
damages and restoring the same to their original finish at his cost. He shall also remove at his
cost all unwanted and waste materials arising out of the installation from the site of work.
6. Completion period:
The completion period indicated in the tender documents is for the entire work of supplying,
installation, testing, commissioning and handing over of the entire installation to the satisfactory
of the Engineer-in-Charge.
7. Performance Guarantee:
The tender shall guarantee among other things, the following visa-a-vis specifications.
a. Quality, strength and performance of the materials used.
b. Satisfactory operation during the maintenance period.
i.
Defect Liability Period:
AE (P)

EE (P)

65
a. The LED luminaires consisting of both the drivers and the LED chips shall be
guaranteed for a period of 5 years from the date of completion of the work. A
guarantee certificate from the manufacturer of the LED luminaires regarding the back
to back arrangement for performance of this guarantee clause shall be submitted
along with supply of fittings.
b. All other equipments / fixtures and materials 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 to 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 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.
8. Power Supply:
No power supply for the purpose of carrying out the work, except for testing and commissioning,
shall be provided by the department.
9. Data and Programme to be furnished by the tenderers:
The Contractor shall prepare the programme chart for the execution of the work showing clearly
all activities from the start of work to the completion required for the completion of the work
within the stipulated period and submit the same to the Engineer-in-Charge within fifteen days
after the issue of letter for commencement of the work. The contractor shall also submit monthly
programme and progress report and update / re-schedule the same every month. These shall be
submitted by the contractor in soft copy also besides forwarding hard copy of the same.
10. Extent of work:
10.1. The work shall comprise of entire labour including supervision and all materials necessary to
make a complete installation and such tests and adjustments and commissioning as may be
requirement by the department.
10.2. Micor building works necessary like making of opening in walls or in floors and restoring to
their original condition, finish and necessary grouting etc as required to be undertaken.
11. Compliance with Regulations and Indian Standards
11.1. All works shall be carried out in accordance out in accordance with relevant regulation, both
statutory and those specified by the Indian Standards related to this work. In particular, the
equipment and installation shall comply with the following:
a. Factories Act.
b. Indian Electricity Rules.
c. IS & BS Standards as applicable.
d. Workmens compensation Act.
e. Statutory norms prescribed by local bodies.
12. 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
AE (P)

EE (P)

66

13.

14.

15.

16.

17.

18.
19.
20.

responsible for any accident or damage incurred or claims arising there from during the period of
erection, construction and putting into operation the equipments and ancillary equipment under
the supervision of the successful tenderer in so far as the latter is responsible. The successful
tenderer 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.
Co-operation with Other Agencies:
The successful tender shall co-ordinate with other contractors and agencies engaged in the
construction of the building and exchange freely all technical information so as to make the
execution of this works contract smooth. No remuneration should be claimed from the
department for such technical operation. If any unreasonable hindrance is caused to other
agencies and any existing portion of the building has to be dismantled and re-done for want of
cooperation and coordination by the successful tenderer during the course of work, such
expenditure incurred will be recovered from the successful tenderer if the restoration work to the
original condition or specification of the dismantled portion of the work was not under taken by
the successful tenderer himself. Water proofing of pits shall not be damaged under any
circumstances.
Verification of Correctness of Material at Destination:
The contractor shall have to produce all the relevant records to certify that the genuine material
from the manufacturers has been supplied and erected.
Order of Peference:
Should there be any difference or discrepancy between the description of items as given in the
schedule of quantities, technical specifications for individual items of work (Including additional
and commercial conditions) and IS codes etc, the following order of preference shall be
followed:
a. Schedule of quantities.
b. Commercial and additional conditions for this work.
c. General conditions of contract for CPWD works.
d. Drawings
e. CPWD General Specifications.
f. Relevant IS or any other International code in case is not available.
The main contractor shall also enter into a Memorandum of understanding with the approved
associated contractor on Non-Judicial Stamp Paper as per the enclosed proforma and submit this
MOU duly completed (Duly Signed by him and the associated Contractor) before
commencement of work.
Executive Engineer (Elect.) shall be the Engineer-in-Charge as far as electrical works are
concerned. Separate tender form for electrical component is appended with this tender. It will be
obligatory on part of the main contractor to sign the tender documents for all the components.
The main agency shall be responsible for all acts of omissions and submission of the electrical
contractor or sub-contractor engaged by him, even with approved of department.
Approval of the Engineer-in-charge shall be taken well in advance for all the materials to be
supplied and used in all the works by the contractor.
The contractor has to make his own arrangements for stores and watch and ward and no extra
claim for this will be entertained.

AE (P)

EE (P)

67
21.

22.

Running payment for electrical / mechanical components shall be made by the EE (E) directly to
the main contractor. The main contractor shall make the payment to associated contractor within
15 Days of receipt of each running account payment.
Payments Terms:
On account payments for part work (After stipulated and statutory deductions) as assessed by the
Engineer-in-Charge for the applicable items in the contract shall be payable at part rate not
exceeding the percentage indicated against the stages of work.
A] Items connected with point wiring, circuit wiring, sub-main wiring, power point wiring and
light plug wiring.
S. N
Stage of work
A
On laying of conduits with accessories, switch boxes,
etc.
B
On drawing of wires i/c terminations, switches, sockets,
cover plates etc.
C
On completion of item and after testing and
commissioning.
D
At the time of payment of final bill.

Percentage of Rate
40%
45%
10%
5%

B] Items of distribution boards, MCBs, MCB DBs, Rising Main etc


S. N
Stage of work
A
On initial inspection of material and delivery at site in
good condition on pro-rate basis.
B
On completion of installation on pro-rata basis.
C
On completion of testing and commissioning.
D
At the time of payment of final bill.

23.
24.

25.
26.

27.

Percentage of Rate
60%
20%
15%
5%

For other items, the part rates will be decided by the Engineer-in-Charge of the work and
shall be binding on the contractor.
The main contractor shall be responsible for coordinating the activities of all works and will
ensure progress of works as per laid down programme.
The main contractor and / or his associated electrical contractor or his representative is bound to
sign the site order books as and when required by the Engineer-in-charge and will comply with
the remarks therein.
The contractor shall make his own arrangement at his own cost for electrical / general tools and
plants required for the work.
The connections, interconnections, earthing and loop earthing shall be done by the contractor
when ever required to be done for energisation of the installation and nothing extra shall be paid
on this account.
The contractor must be able to work on concrete slabs / walls as and when required and in
complete coordination with the civil works. Cutting of chases in the plastered wall shall in no
case be allowed. The contractor shall fix conduits and boxes in the walls soon after the brick
work is completed and finish the case to rough surface with proper cement sand mixture. Only in
AE (P)

EE (P)

68

28.
29.
30.
31.

32.
33.
34.

35.
36.

37.
38.

39.

40.

exceptional cases e.g. where cutting of plastered surface con not be avoided it will be
contractors responsibility to ensure that plastering is done to match the original finish at no extra
cost.
The contractor shall remove all the debris due to the electrical works from the site as soon as the
work is completed.
The wiring and conduit route shall be marked by the contractor in the drawing first, and shall be
got approved from Engineer-in-Charge.
Some light points in lobby / corridors / stair case / lift shaft etc are group controlled which will
be measured as per specifications.
The rupturing capacity of the MCBs shall be 10KA. The MCBs shall have ISI mark. Quantities
of MCBs of different rating of 6 amps to 32 amps shall be brought in consultation with the
Engineer-in-Charge or his representative.
All the MCCBs shall be rated for Ics=Icu
The copper wire to be used on this work shall be FRLS type and ISI marked.
35.1 The make of switch boxes shall be the same as that of switches. Only the required
knockouts of the switch boxes are to be removes for terminating the conduit pipes with PVC
glands / check nuts.
35.2 Make of MCB / MCCB shall be the same as the make of MCB DB.
35.3 All the switch boxes, MCB DBs are to be covered with plastic sheet / petroleum gelly when
installed in brick work till the plastering / painting is done to avoid sticking of cement plaster /
splashes of the paint. Cement plaster / paint are to be cleaned immediately after plaster to avoid
rusting of switch boxes and MCB DBs. The plastic sheet is to be removed at the time of handing
over.
35.4 All pin 15 amp and 6 pin 15/16 amps power sockets, fan regulator shall be of 2/3 module
type.
The electrical works shall be carried out by the contractor, side by side with the progress of the
civil works.
The contractor shall on demand by the Engineer-in-charge, furnish the proof to the satisfaction of
Engineer-in-charge regarding purchases of wires, modular switches & accessories, MCBs MCB
DB, fittings, accessories and other items, from the manufacturers authorization outlets.
All PVC conduits accessories shall be of the same make as conduits. The conduits shall be
terminated at switch boxes / metallic junction boxes with suitable PVC glands / check nuts.
Cutting of brick walls shall be with chase cutting machine only. All repairs and patch works shall
be neatly carries out to match the original finish and to the entire satisfaction of the Engineer-incharge.
All the sub main and circuit wiring includes loose wire for connections inside switch boxes and
MCB DBs No payment for these wires shall be made. However wires within the cubical panel
will be measured and paid under relevant item of work.
40.1 All the circuit/submain wiring are to be suitably numbered with stickers/maker pen at LT
panel, MCB DBs switch boards (ON backside of cover plate) for ease of maintenance. Nothing
shall be paid extra on this account.
The contractor shall submit the completion plan separately in triplicate on blue print with one set
on tracing Cloth as per clause-8 of the contract within 30days of the completion of work. In

AE (P)

EE (P)

69
case, the contractor fails to submit the plan, he shall be liable to pay a sum equivalent to 2.5% of
the value of the work subject to a ceiling of Rs. 25, 000.00

41. 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
fire alarm, PA etc, where wiring is not done along with EI works, fish wire shall be invariably
drawn.
42. The connection between incoming switch / isolator and bus bar shall be made with suitable size
of thimble and cable at no extra cost.
43. Copper conductor of insulated cables of size 1.5 Sq.mm and above shall be stranded and
terminals provided with crimped lugs.
44. All MS junction box cover should be of phenolic laminated / good quality plastic sheet of
thickness not less than 3 mm and for which nothing extra shall be paid on the account.
45. All sub-main wiring shall be terminated in the main board with suitable copper lugs and thimbles
for which nothing extra will be paid on this account.
46. All hardware items such as screw, thimbles, GI wire etc which are essentially required for
completing an item as per specifications will be deemed to be included in the item even when the
same have not been specifically mentioned.
47. All hardware items such as nuts / bolts / screws / washers etc to be used in work shall be zinc /
cadmium plate iron.
48. Any conduit which is not be wired by the contractor shall be provided with GI fish wire for
wiring by some other agency subsequently. Nothing extra shall be paid for the same.
49. While laying conduit, suitable size junction boxes shall be provided for pulling the wire as per
the decision of the Engineer-in-Charge.
50. 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 use at site.
The Engineer-in-charge shall reserve the right to instruct the contractor to remove the materials
which, in his opinion, is not acceptable.
51. Where switches / sockets / regulator / telephone / TV / internet outlets are to be provided the
same shall be of only one make.
52. While laying conduits for fire alarm system, sufficient junction outlets are to be provided as per
the direction of the Engineer-in-charge for detectors as reqd.
53. Wherever light fittings are proposed to be provided on the false ceiling, the respective light / fan
point wiring will have to be brought upto the terminal of the light fittings / fans by the contractor.
Flexible metal conduits shall be used for drawing wires from ceiling to fittings on false ceiling
and nothing extra shall be paid to the contractor for the same.
54. In case the same item appears more than once in the schedule of work under the same sub-head
or among the different subhead of works, the lowest rate quoted for that item shall be taken for
other items also.
55. All statutory deductions like WCT, Labour welfare cess etc shall be made from the bills.
AE (P)

EE (P)

70

Accepted Makes of Materials


Approved makes of materials to be used in the work are as under:
a) Single core stranded ISI Marked FR PVC insulated copper conductor wire: - Finolex/Polycab /
KEI / Havells/RR Kable
b) Piano Type Switch
:- Anchor/Great white/Havells
c) Four Pole MCCB
L&T /Legrand / Hager/Schneider/ABB (Ics=Icu) (Fourth
pole shall be 100 % Current rated).
d) Three Pole MCCB
L&T /Legrand / Hager/Schneider/ABB (Ics=Icu)
e) MCB/DB/Isolator/industrial
Plug socket and Box
Legrand / Hager/ Schneider / ABB (rupturing capacity not
less than 10 KA)(MCB & DB shall be of same make)
f) Ceiling Rose
(Three plate) Anchor /Great white/Havells
g) MS Conduit
ISI marked, AKG, BEC, RMcon
h) Conduit accessories
ISI Marked
i) Batten Holder
ISI marked
j) Modular type switch, socket, fan step regulator & accessories Legrand-Myrius/ North-westStylus+
/Anchor-Woods/MK-Blenze
k) Laminated 3 mm thick Sheet: - ISI marked
l) Telephone/TV cable wire Finolex/Polycab / RR Kabel limited/ Havells
m) Screws & Washers for fixing Hylam sheet on board shall be of brass with rounded head.
n) Cubical Panel/ Feeder Pillar : Powder coated & CPRI approved panel Manufacturer
o) G.I./ M.S. pipe :- Tata/Jindal/ Nizon
p) UG cable:- Havells /Polycab/Crystal/Universal/KEI
Note:-1. Tenderers quoting for make & models other than above will be rejected.

AE (P)

EE (P)

71
ADDITIONAL SPECIFICATION AND COMMERCIAL SPECIFICATIONS
The work shall consist of furnishing all labour, materials, equipment and appliances necessary
and required to complete installation, testing and commissioning of Addressable Automatic Fire
detection and Fire Alarm system including the Voice evacuation system as required at CIPET,
Mancheswar Bhubaneswar, Odisha.
The Environment conditions at the site of are as under:
i)
Summer
DB = 45 deg.C
WB = 28.3 deg.C
ii)
Monsoon
DB = 32.2 deg.C
WB = 30.0 deg.C
iii)
Winter
DB = 13.2 deg.C
WB = 8.9 deg.C
SPECIFICATIONS to be followed :
I. CPWD, general specifications for electrical works-Part-I-Internal 2007
II. CPWD, general specifications for electrical works Part-II-External 2007
III. CPWD, general specifications for electrical works-Part-VI-Fire Alarm system 1988.
IV. IS-2189-1988 / BS 5839 Part-I as amended up to date.
V. NFPA 72 for different foreign components and where ever required.
VI. NIT Specifications.
Scope of Work:
The scope of AFAS installation work shall generally comprise supply, installation, testing and
commissioning of the following. The scope shall include the engineering design of the system, using the
equipment required.
I. Trigger devices Viz, Microprocessor based Addressable detectors of different types, addressable
Manual call boxes, Control modules fault isolator modules etc. as specified.
II. Sounders of low intensity capable of working as speakers also.
III. Microprocessor based Fire Alarm control panels.
IV. Standby batteries and charging unit.
V. Voice evacuation system including amplifiers etc as required.
India Electricity Act and Rules :
All electrical works in connection with installation of AFAS shall be carried out in accordance
with the provision of Indian Electricity Act, 1910 and then Indian Electricity Rules 1956, both amended
up o date.
CPWD Specification :
The electrical installation works shall conform to CPWD General Specifications for Electrical
Works Part I (Internal) 2007 and Part II (External) 2007, both amended upto date.
Indian Standards :
The system / components shall conform to relevant Indian Standards wherever they exist and to the
National Building Code 1983.

AE (P)

EE (P)

72
Foreign Standards:
Conformity to Foreign Standards is acceptable only in the case of automatic fire detectors imported from
abroad. The standard applicable shall be indicated by the tendered in the tender. Copy of such standard
shall also be furnished by him with the tender.
Fire Regulation:
The installation shall be carried out in conformity with the local Fire Regulations and Rules there under
wherever they are in force and the provisions in local bye-laws, if any.
Safety Codes and Labour Regulations:
In respect of all labour employed directly or indirectly on the work, the successful tenderer (herein after
called the contractor) at his own expense will arrange for the safety provision to comply with the
statutory regulations, B.I.S. recommendation and CPWD Codes. In case of default, the Department shall
be at liberty to make arrangement and provide facilities as aforesaid and recover the cost from the
contractor.
The contractor shall provided necessary barriers, warning signals and other safety measures to avoid any
accident. He shall also indemnify CPWD against claim for compensation rising out of negligence in this
respect.
Nothing in these Specifications shall be construed to relive the contractor of his responsibility for the
design, manufacturing and installation of the equipment with all accessories in accordance with
applicable Statutory Regulations and Safety Codes in force from the safety angle.
Works to be done by the Contractor:
In addition to supply, installation, testing and commissioning of all the equipments and materials as per
the schedule of work, the following works shall be deemed to included within the scope of work to be
executed by the contractor, whether or not indicated in the schedule of work.
I. Extension of the conduit ends up to the Equipment and loop earthing as required.
II. All minor building work, such as cutting and making good the damages, grouting of fixing bolts
and supports required for the AFAS equipment.
III. Tools and tackles for handling and installation.
IV. Necessary testing equipment.
V. Watch and ward of the equipment and materials and installation, till their handing over to the
Department duly installed and commissioned.
VI. Approval from the concerned Fire authorities as may be required as per the local Fire
Regulations and bye-laws.
Inter-changeability:
All similar equipment, materials, removable parts of similar equipment etc. shall be inter-changeable
with one another.
Extend of work:
The work shall comprise 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 details in the tender document.

AE (P)

EE (P)

73
Completeness of tender:
All fittings, unit assembles, accessories, hardware foundation bolts, terminals blocks for connections,
cable glands and miscellaneous materials and accessories of items of work which as useful and
necessary for efficient assembly and working of the equipment shall be deemed to have been included
within the scope of work, in the tender and within the overall details for complete items whether they
have been specifically or not.
Certificate of compliance with, or departure from Specifications.
The tenders who wish to depart from the provisions in these Specifications of system engineering or the
details requirements in Appendix II with the tender specifications should list out such departure in the
perform indicated in schedule B of Appendix III supported with complete particulars, technical reasons
for departure and standards and test certificates. They should, however, quote rates strictly in accordance
with the schedule of work in the documents and indicate separately changes in the quoted price due to
their proposed departure.The tenderer shall certify while submitting the offer that except the departure
specifically mentioned by him, the work tendered by him shall comply in all respect with the tender
specifications. Unless this is done the system shall be considered to comply in every respect with these
Specifications.
Drawing and Manual to be furnished by the Contractor.
The contractor shall submit in duplicate the following drawings within a fortnight of the award of work
for approval by the Department.
I. Layout of defectors, manual call boxes, fault isolator modules ., control modules, etc.
II. Wiring diagram for the complete system.
III. Circuit diagram of individual panels, voice evacuation system and detectors.
IV. Constructional details of the fire alarm control panel.
V. Complete software programmed for the whole system including addressing of the detectors,
voice evacuation system, and as required for the other services controlled by the Building
Management System. The mimic diagram for the AFAS shall be provided through Software.
Before Commencement of the Installation
The above drawings with observations of the Department duly incorporated shall be submitted to the
Engineer-in-charge in triplicate along with any special instructions, with regard to handling, storage and
installation.
Completion Drawing
On completion of the work, detailed drawings showing the details of equipment and wiring as installed
shall be submitted in duplicate. Maintenance instructions and procedures shall also be submitted with
the same.
Coordination with other agencies.
The contractor shall coordinate his work and cooperate with other agencies by exchange of all technical
information like details of foundation, weight, overall dimensions, clearance and other technical data
required for successful and proper completion of his portion of the work in relation to the work of others
without any reservation. No remuneration should be claimed from the Department for such technical
cooperation. Care shall be taken not to damage the water proofing done in the case of basements. If any
unreasonable hindrance is caused to other agencies and any completed portion of the works has to be
dismantled and redone for want of the cooperation and coordination by the contractor during the course
of the work, such expenditure incurred will be recovered from the contractor if the restoration work to
AE (P)

EE (P)

74
the original condition of specification of the dismantled portion of the work was not undertaken by the
contractor.
Care of Building
Care shall be taken, while handing and installing the equipment to avoid damage to the building on
completion of the installation, the contractor shall arrange to repair all damages to the building caused
during installation so as to bring original condition.
Painting and Protection.
Metal work of all equipment to be supplied (expect the detectors) shall be given the final coat of print
over the primer after necessary treatment at the works before Despatch. All damage to printing during
transport and installation shall be set right or repainted to the satisfaction of the Department before
handing over.
Guarantee.
The contractor shall guarantee the entire AFAS installation as per specification 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
therefore found defective within one year from the date of taking over shall be replaced or repaired by
the contractor free of charges as decided by the department. 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 the operation.
c) Satisfactory operation during the maintenance period.
d) Performance figures and other particulars as specified by the tenderer under schedule of
guaranteed technical particulars.
Testing and Commissioning
Testing before Supply:
Detectors, fire alarm control panels, speakers, battery unit with charger shall be tested at the
manufactures works to indicate satisfaction to the contract specifications, and test certificates be
furnished with the supply.
In the case of detectors including those imported from abroad and those assembled indigenously with
imported components, type test certificates to prove conformity to the relevant contract specifications
shall be furnished with the supply, from recognized testing institutions or Govt. test bodied in India or
abroad.
Testing after Installation:
Following tests shall be conducted in completed installation, in the presence in the Engineer-in-charge
and test certificates shall be attached with the records of tests.
Continuity Tests.
Test for insulation resistance of the wiring work and Fire Control panels.
Test for system operation. In the case of AFAS this test for fire alarm condition shall be conducted using
a test at normal floor level. The number of locations for such as a test shall be 5% of the total number of
detectors in an installation subject to a minimum of two all maximum of five detectors. The system
AE (P)

EE (P)

75
operation fault conditions shall be conducted by introducing faults as open circuit, short circuit, removal
of detectors, open/short circuit in voice evacuation system etc.
Inspection by local bodies:
It shall be the responsibility of the successful tenderer to get the installation inspected and passed by the
local authorities concerned, as may be required by the local bye-laws, including payment of necessary
inspection fee.
Work of acceptance:
Subject to the guarantee clause, taking over of the installation shall after 30 days of successfully
carrying out the tests as stated in testing and commissioning clause of tender.
Maintenance and Servicing:
The contractors shall ensure adequate and prompt after sales service in the form of maintenance personal
and spares as and when required with a view to minimize the break down period. Particular attention
shall be given to ensure that all spares are easily available during the normal life of the installation. The
contractors shall arrange for maintenance and servicing of installation at his own cost for a period of 12
months from the date of hand over the complete installation to the department. During this period any
arrange for the monthly and quarterly check of the installation.
COMMERCIAL CONDITIONS
Security Deposit
Security Deposit shall be deducted from each running bill and the final bill to the extent of 2.5% of the
gross amount payable subject to a maximum amount of 2.5% of the tendered value. The security deposit
shall be released on the expiry of guarantee period stipulated in the contract. Bank guarantee will not be
accepted as security deposit.
Performance Guarantee
The successful tenderer shall submit an irrevocable performance guarantee of 5% of the tendered
amount in addition to other deposits mentioned else where in the contract for his proper performance of
the contract agreement within 15 days of issued of letter of acceptance of tender. This guarantee shall be
in the form of Demand draft / Pay order or irrevocable bank guarantee bond of any schedule bank or the
State Bank of India in the specified format or in the form of Government security, fixed deposit receipt
pledged in favour of Executive Engineer or as specified in the letter of acceptance of tender. The
performance guarantee shall be initially valid up to the stipulated date of completion plus 60 days
beyond. This bank guarantee shall be kept valid till the recording of completion certificate for the work
by the competent authority.
Income tax. VAT, work contract tax, labour cess & other statutory deductions. Etc. shall be made at
source as per the prevalent laws. The deductions of Security Deposit, Income-tax, Works Contract Tax
etc. shall be done after calculation of the above due payment as per clauses 3.1 to 3.3 and net payment
shall be reduced accordingly.

AE (P)

EE (P)

76
Rates
The rate quoted by the tenderer, shall be firm and inclusive of all taxes (including works contract tax,
VAT, labour cess & service tax), duties levies, octroi etc. and all charges for packing forwarding,
insurance, freight and delivery, installation, testing, commissioning etc. at site including temporary
construction of storage, risks. Over head charges, general liabilities / obligations and clearance from
CEA. However, the fee for the CEA inspections shall be borne by the department.
The department will not issue Octroi exemption certificate.
The contractor has to carry out maintenance as per manufacturers standards for a period of 12 months
from the date of handing over. Nothing extra shall be paid on this account.
Payment Terms
Payment to the contractor shall be regulated as under:
75% of the contract rates for the materials and equipment supplied (as per price break up to be given
with Price Bid) shall be paid on initial inspection and delivery at site.
Further 15% of the contract rates materials and equipment, and installation charges in full will be paid
on competition of individual items.
Balance 10 % of the contractor rates for materials and equipment will be paid after testing,
commissioning and handing over of the complete installation for beneficial use.
Technical Conditions
Fire Alarm Control Panel
General: 1. The panel shall be fabricated from 16 gauge (1.6 mm) CRCA sheet, completely dust and vermin
proof with neoprene gasket, wall mounting and front openable type with hinged door.
2. The Panel shall have glass door enclosure with lock and key arrangement.
3. Suitable knockouts shall be provided for terminations of conduits and cable gland.
4. The Panel shall be powder coated.
5. All components and their wiring shall be arranged so as to be conveniently attached to from the
front of the panel.
6. All indicating lamps shall be LED type and following colors. The zone indicator indicating FIRE
should consist of two LEDs.
a) FIRE warning indicator should be clearly labeled and colored red.
b) FAULT warning indicator should be clearly labeled and colored amber with provision for
identifying open/short separately.
7. The feather touch switches and indicating lamps shall be located in the front fascia of the panel
and shall be unambiguously labeled.
8. The primary alarm circuit shall be solid state.
9. The PCBs shall be easily removal. The connections to the PCBs shall be through interface cord
of plug-in-type.
10. An audible signal along with its silencing switch shall be provided on the control panel.
11. The earthing terminal shall be provided on the frame of control panel.

AE (P)

EE (P)

77

Features: 1. The control panel shall continuously monitor OPEN, SHORT leads in each zone, Fire
detectors/Manual call point with audio alarm distinct for FIRE and FAULT and shall visually
FIRE/FAULT in corresponding zone.
2. For multistoried building separates panel may be installed on each floor with indivisual power
supply and batteries to reduce the interdependence of one panel over the other panel. However a
repeater panel may be provided at the ground floor with sounder to indicate the FIRE/FAULT
condition at various floors.
3. The panel shall be available in 2, 4 and 8 zone version.
4. The manual controls for switching OFF/ON, MAINS / STANDBY power provided shall not be
accessible to outsiders.
5. The panel shall have the following visual indications for
a) System ON Green
b) Stand by ON Green
c) Charger ON Green
d) Isolator of a zone for testing purpose.
6. Audio-Visual indication shall be provided for the following :I. The operation of Fire detector in any zone.
II. Short circuit of disconnection of leads in any zone.
III. Failure or disconnection of normal power supply.
IV. Failure or disconnection of standby power supply.
V. Failure or disconnection of battery charging equipment.
VI. Battery Voltage Low.
VII. Common indication for Earth fault in the panel / zone.
7. The panel shall have the following supervisory facilities.
I. Switch for acknowledgement.
II. Switch for manual reset of panel after normal of Fire condition.
8. Means shall be provided in the panel to prevent battery from discharging through the charging
equipment in the event of its breakdown or failure.
9. (i) Facilities shall be provided to test the zones individually by simulating Fire and Fault
condition. On test mode the panel shall automatically reset after a predetermined time, once the
fault (or) fire is cleared. The testing authority shall be able to test continuously all the zones
without the necessity or resetting the panel every time.
(ii) Each zone shall be capable of isolator for maintenance (or) purposes leaving the remaining
zones in healthy condition so that fire and fault detection in other zones is not affected.
(iii) Facilities for testing all the LEDs shall also be available.
10. Fuse shall be provided for AC, DC and Charger circuit as close to the source of supply in an
easily accessible place.
11. The user shall be able to acknowledge the Fire/Fault audio visual alarm and reset the panel
directly without the use of any password or key.
12. Only on test condition, Fire and Fault shall reset automatically. On actual conditions also Fault
shall reset after clearance automatically. The FIRE alarm should not be silenced automatically.
The operation of the silencing switch should automatically result in an audible / visual signal
being given in the panel until the FIRE alarm reset.
13. Silencing the sounder shall not prevent fire alarm being activated in any other zone
simultaneously.
AE (P)

EE (P)

78
14. Any fault signal including fault testing which the panel might be experiencing shall not prevent
the fire alarm being given if any detector activities at the same time in other zones.
15. When Fire is detected, the corresponding zone LEDs shall flash when the alarm is first signaled
and will glow steadily after the silence button is passed.
16. Three NO and NC contacts shall be provided for remote monitoring.
17. When a Fire is detected, all alarms in all zones will give continuous dual tone for Evacuate
condition.
18. It shall be possible to program on the panel for isolating the power supply to zones for
maintenance purpose.
Power Supply
1. The entire system shall be suitable to operate on 230V +_ 10%, 50 Hz single phase AC Supply
with 12/24 V DC sealed maintenance free battery as secondary source.
2. The power supply unit shall consist of solid state power rectifier of adequate capacity so as to
provide 12/24 V stabilized DC Power as output while receiving 230 volts +_ 10%, 50Hz signal
phase AC supply.
3. Battery Voltage Low alarm shall be activated at 10.5 V for 12 V batteries and vice versa.
4. The battery shall be housed inside the control panel itself.
5. Battery charging voltage shall not be greater than 13.6 V for 12 V batteries and 27.2 V for 24 V
batteries.
6. The Battery shall be isolated from MS sheet enclosure by means of rubber pad.
Detector
The detector shall have a low mass thermostat heat sensor and operate at a fixed temperature.
Continually monitor the temperature of the air in its surroundings to minimize thermal lag to the
required to process an alarm. The integral microprocessor shall determine if an alarm condition initiate
an alarm based on the analysis of the date. Systems using central intelligence for alarm decisions shall
not be acceptable.
Heat Detector shall have a normal alarm point rating of 135 degree F (57 degree C). The heat detector
shall be ceiling installation at a minimum of 70 ft (21.3m) centre and be suitable for wall mount
installations.
Temperature / Rate of Rise Heat Detector
Heat Detector shall have a low mass thermistor heat sensor and operate at a fixed temperature and at a
temperature rate-of-rise.
Detector continually monitor the temperature of the air in its surrounding minimize thermal lag to the
required process and alarm. The intrigal microprocessor shall determine if an alarm condition exists
initiate an alarm based on the analysis of the date. System using central intelligence for alarm
installation shall not be acceptable.
Intelligent heat detector shall have a normal fixed temperature alarm point rating of 135 degree F
(57degree C) and rate-of-rise alarm point of 15 degree F (9 degree C) per minute.
The heat detector shall be rated for ceiling installation at a minimum of 70 ft (21.3m) centre.

AE (P)

EE (P)

79
Ionization Smoke Detector
The Analogue ionization detector shall utilize a unipolar ionization smoke sensor to sense change in air
temples from its surroundings.
The integral microprocessor shall dynamically examine values from the sensor and initiate an alarm
based on the analysis of date. System using central intelligence for alarm decisions shall not be
acceptable.
The detector shall continually monitor any changes in sensitivity due to the environmental effects of dirt,
smoke, temperature, ageing and humidity. The information shall be stored in the integral processor and
transferred to the Analogue loop controller for retrieval using a laptop PC or a hand held programming
tool.
The ion detector shall be rated for ceiling installation at a minimum of 30 ft (9.1m) centers and be
suitable for wall mount applications.
The percent smoke obscuration per foot alarm set point shall be field selectable to any of five sensitivity
setting ranging from 0.7% to 1.6%.
The ion detector shall be suitable for operation in the following environment:
Temperature: 32 degree F to 120 degree F (0 degree C to 49 degree C).
Humidity: 0-93% RH, Non-Condensing.
Photoelectric Smoke Detector.
Analogue photoelectric detector shall utilize a light scattering type photoelectric smoke sensor to
be changes in air samples its surroundings.
The integral microprocessor shall dynamically exami8ne values from the sensor and initiate an alarm
based the analysis of date. System using central intelligence for alarm decisions shall not be acceptable.
The detector shall continually monitor any changes in sensitivity due to the environmental affects of dirt,
smoke, temperature, ageing and humidity. The information shall be stored in the integral processor and
transferred to the Analogue loop controller for retrieved using a laptop PC hand-held programming tool.
The photo detector shall be rated for ceiling installation at a minimum of 30 ft (9.1m) centers and be
suitable for wall mount applications.
The percent smoke obscuration per foot alarm set point shall be field selectable to any of five sensitivity
settings ranging from 1.0% to 3.5%. The photo detector shall be suitable for operation in the following
environment:
Temperature: 32 degree F to 120 degree F (0degree C to 49 degree C)
Humidity: 0-93% RH, Non-Condensing.
Standard Detector Mounting Base
Mounting base shall, contain no electronics and shall support all intelligent detectors types
Removal of the respective detector shall not affect communications with other detectors.
AE (P)

EE (P)

80
Terminals connections shall be made on the room side of the base. Bases which must be removed to
gain success to the terminals shall not be acceptable.
The base shall be capable of supporting one (1) Intelligent Remote Alarm LED Indicator. Provide
remote LED alarm indicators where shown on the plans.
Intelligent Modules- General Operation
General shall be possible to address each Intelligent module.
The personality of multifunction modules shall be programmable at site to suit conditions and may be
changed at any time using a personality code downloaded from the Analogue Loop Controller.
The module shall have a minimum of 2 diagnostic LEDs mounted behind a finished cover plate. A green
LED shall flash to confirm communication with the loop controller. A red LED shall flash to display
alarm status.
The module shall be capable of storing different diagnostic codes with can be retrieved for
troubleshooting assistance. Input and output circuit wiring shall be supervised for open and ground
faults.
The module shall be suitable for operation in the following environment:
Temperature: 32 degree F to 120 degree F (0degree C to 49 degree C)
Humidity: 0-93% RH, Non-Condensing.

AE (P)

EE (P)

81
THE LIST OF PREFERRED MAKES FOR THE EQUIPMENTS AND MATERIAL

The following components shall be as per details below:


Microprocessor based Photo electric smoke / Heat Detector - Honeywell -Notifire/Edward/BOSCH
Microprocessor based Manual call Box

-Do-

Microprocessor based Control Module

-Do-

Microprocessor based Fault Isolator Module

-Do-

Fire Alarm Control Panel

-Do-

FRLS and Twisted Cables

Finolex / RR / LAP / KEI / Polycab

AE (P)

EE (P)

82

ADDITIONAL SPECIFICATION
1. SPECIFICATION
The work shall be executed as per CPWDs general specification for Electrical Works Part-I
(Internal) 2012, Part-II (External) 2012, Part-IV (Sub-station) 1982, Part-V (Wet Riser and
Sprinkler System for Fire Fighting Installation) 2006, Part-VI (Fire Alarm System) IE Rules,
Indian Standards amended upto date and as per direction of Engineer-in-Charge. The additional
specifications are to be read with above and in case of any variations; specifications given along
with the tender shall apply.
2. LOCATION
The work is to be executed at CIPET, Mancheswar, Bhubaneswar, Odisha, the contractor is
advised to visit the site before submission of their tender and ensure that equipment being
offered by them shall be accommodated in the spaces available. The Fire Fighting Pumps
(Except Terrace Pump) are to be installed in the under ground pump house.
3 . TERMS OF PAYMENTS
The following percentage of contract rates for the various item included in the contract
shall be payable against the stage of work shown herein.
3.1
75% after initial inspection and delivery of material at site in good condition on pro-rates
basis.
3.2
3.3

15% after completion of installation in all respects.


Balance 10 % will be paid after testing, commissioning & handing over to the department
for beneficial use.

4. SECURITY DEPOSIT
Security Deposit shall be deducted from each running bill and the final bill to the extent
of 10% of the gross amount payable subject to a maximum amount of 5% of the tendered
value. The earnest money
deposited shall be adjusted against this security deposit.
The security deposit shall be released on the expiry of guarantee period stipulated in the
contract. Bank guarantee will not be accepted as security deposit.
5.

PERFORMANCE GUARANTEE
The successful tenderer shall submit an irrevocable performance guarantee of 5% of the
tendered
amount in addition to other deposits mentioned else where in the contract for his
proper performance of
the contract agreement within 15 days of issued of latter of
acceptance of tender. This guarantee shall be
in the form of Demand draft / Pay order or
irrevocable bank guarantee bond of any schedule bank or the
State Bank of India in the
specified format or in the form of Government security, fixed deposit receipt
pledged
in
favour of Executive Engineer or as specified in the letter of acceptance of tender. The
performance guarantee shall be initially valid up to the stipulated date of completion plus 60

AE (P)

EE (P)

83
days beyond. This bank guarantee shall be kept valid till the recording of completion
certificate for the work by the competent authority.
Income tax. VAT, work contract tax, labour cess & other statutory deductions. Etc.
shall be made at source as per the prevalent laws. The deductions of Security Deposit, Incometax, Works Contract Tax etc. shall be done after calculation of the above due payment as per
clauses 3.1 to 3.3 and net payment shall be reduced accordingly.
6. ACCEPTANCE OF TENDER
The department reserves the right to reject any or all the tenders without assigning any reason.
The department may call for fresh tenders with or without modification in the tender from the
same firms whose applications are already approved by the competent authority.
7.
RATES
The rates shall be inclusive of all taxes, levies, packing, transportation, handling etc. Nothing
extra shall be paid. Octroi exemption certificate shall be issued by the department is requested by
the contractor. However department will not be responsible in case octroi exemption is not
granted to the contractor.
8. STORAGE
The Pump House may be used for storage of materials. Watch & ward of equipment till handing
over to the department will be contractors responsibility.
9. WATER & POWERAs per Part-A
Water and Power will be made available to the contractor for execution of the work free of cost.
OR
The department will not supply water and power for execution of the work. However the same
shall be made available for testing and commissioning.
(NIT approving authority to delete one of the above options)
10. ACCEPTABLE MAKE
The acceptable make of various equipment are indicated in the list attached. Alternative or
equivalent make will not be accepted.
11. TIME OF COMPLETION
The entire work shall be completed within (As per PART-A) after 7 (Seven) days of the date of
issue of letter of award.
12. MATERIAL APPROVAL
The material brought at site shall be approved by the Engineer-in-Charge before use in the work.
In case during execution any material being used in the work is found not as per agreement
specifications, Engineer-in-Charge may issue instruction to the contractor to remove the material
from site and the contractor will be bound to do so.
Continued..

AE (P)

EE (P)

84

Technical Specification
Under this section shall consist of furnishing all labour, materials, equipment and required to
completely install the Wet Riser Fire Hydrant system by the drawings and specified herein after or
given in the schedule of quantity shall include erection, testing, commissioning & maintenance
within liability period of 12 months from the date of commissioning.
Down Comer System shall include the following.
G.I (Heavy) pipe mains for Underground including valves, fittings, Internal hydrants etc. as
specified.
G.I (Heavy) pipe mains for / risers including valves fittings, flanges as specified.
Handing valves, hose reels, hose cabinets, hosepipes, fire bridge connection and connections of
pumps and appliances.
Terrace Pump, Control Panel, Valves, Air vassals and accessories as specified.
SECTIONAL REQUIREMENT
Scope of Work
Under this section covers the detailed functional requirement of various components.
One Terrace pump will be installed on the Terrace.
a) There shall be a test valve, operation of which will stimulate the operation of the landing valve.
This will enable testing the healthiness of the equipments, available and its control. The test
valve shall be located outside the bldg.
b) Operation of test valve or operation of any yard or landing hydrant shall initiate, through fall of
pressure by a pre-set value in the system (about 1 Kg / cm2), operation of Terrace pumps in the
sequence as indicated below provided the control panels status is at automatic position.
c) An electric terace pump shall be installed on the Terrace, which shall automatically start when
set to auto-status, when the water pressure in the wet riser system falls by a pre-set valve (about
0.35Kg/cm2) below the normal system pressure) and shut down when the system pressure
reaches to the set valve. Both the limit shall be adjustable on the appropriate controls in the pump
room.
d) The suction is flooded suction as such no priming pump is required.
OPERATING SEQUENCE
a.

First the Electrical fire pump shall start by the sudden fall of pressure in the system due to
operation of the pressure switch and feed the water to the system.
b.
If within a pre-set period the electric pump does not come upto speed and the pump has not
started pumping water, the control system shall shut down the electric pump and initiate the start up
AE (P)

EE (P)

85

c.
d.

e.

f.

of the standby Diesel pump. The main electric pumps shall then be locked out. The above sequence
shall also operate if water is not pumped due to any reason such as failure of electric supply.
If the electric fire pump fails during operation, the adjustable timer shall initiate start up of the
standby Diesel pump. Lock out the electric pump. An audio visual alarm shall also be given.
If within a pre-set period the standby Diesel pump fails to start of fails to develop adequate
pressure, the control system shall shut down the standby Diesel pump and lock it out and give an
audio visual indication to that effect at the control panel.
Automatic pressurization pump shall shut down automatically when the fire pump is operation.
Necessary integration of pipe work and controls shall be provided for the purpose. A timer may
provided where ever necessary to distinguish between slow fall of pressure due to system leaks and
sudden fall of pressure due to fire duty by opening of valves and the prevent parallel start up of both,
pressurization and fire pumps.
The power control panel for the system shall incorporate following functional requirements: The Control panel shall have status selection for each of the pumps for Automatic as well as
manual operation. Pumps when under Manual status shall be operated manually through relevant
push buttons. The fire pumps once started shall not be stopped automatically except due to low water
level in the underground storage tanl. Only manually shut down shall be applicable by push button
operation from the panel in case of fire.
The fire pumps shall be locked out for operation both for Manual & Automatic operation, once
the low water control operates and furnish an audio & visual alarm on the panel. The audio alarm
shall be silenced by accepting the alarm. The visual alarm shall be individual for each equipment. It
shall be flashing type and on acceptance, it shall remain steady. A re-set button shall be provided for
each pump and turning the pump for fire duty.
Over load or under voltage / no volt trip device for electric fire pump shall not be provided in the
starter. Tell-Tale lamps to indicate the availability of power shall be provided.
Once tripped, the Electric fire pump shall remain locked out for operation irrespective of the position
of its operational status selection switch. Lockout indication shall also be available on the Panel.
Return to normal operation availability shall be feasible only by manual re-set of locked out units by
operation of appropriate push buttons.
When fire pumps are brought into operation an audible tone from turbine type alarm operated by
water flow in the mains shall be provided to indicate the healthiness of the system. The healthy
running alarm shall not be silenced till the fire pump is shut down, but tone may mellowed by the
operator, if required.
Alarm for failure and lock out of any pump shall be distinct from healthy alarms. Failure alarms
shall be loud and can be silenced on the acceptance.
Terminal facilities for repeat indication of various audio and visual indication, on a slave panel at a
remote location shall also be available in the control panel.
POWER AND CONTROL PANEL AND OTHER CONTROL COMPONENTS

AE (P)

EE (P)

86
The power and control shall be totally enclosed free standing floor mounting cubical type, fabricated
out of CRCA sheet steel not less than 2 mm thick. Where ever necessary, additional stiffening shall
be provided by angle iron frame work. All construction shall be of compartmentalization and
sectionalisation such as mains incomer, electric fire pump, diesel fire pump, pressurization pump and
control, so that there is no mix up of power and control wiring and connections on the same section
as far as possible. The panel shall be front operated type with all connections accessible from the
front. Front doors shall be hinged type. Backs doors shall be hinged type or removable type for
inspection. The general arrangement of the panel shall be got approved before fabrication. The
cubical construction shall be to IP 2 as per IS : 2147. All switch fuse / fuse switch units shall be to
AC 23 duty to IS : 4064. The incomer section, electric fire pump section, engine section, auxiliary
pump section, control section should incorporate the requirements as laid down in CPWD
specification for wet riser system for fire fighting 1985.
CABLE ENTRIES AND GLAND PLATES: All cable entries shall be through gland plates, which are removable and sectionalized. Necessary
compression type glands shall also be provided. Where heavy cables are brought in and terminated,
suitable clamps / adopter boxes shall be incorporated to relive the stress on the glands due to the
weight of the cable. All outgoing cables (for connecting the pumps and diesel engine) shall be laid
on the cable tray to be desired from the top of the panel.
BUSBAR AND CONNECTIONS: The bus bars shall be air insulated, and of aluminium of high conductivity electrolytic quality (grade
E 91 E to IS: 5082) and of adequate cross section. All connections to individual, circuits from the
bus bars shall preferably be with solid connections. The bus bars and the connections shall be
suitably covered with PVC sleeves or in an approved manner. Bus bars shall be suitably supported
using non-hygroscopic insulated supports such they may stand 50 KA RMS symmetrical current for
one second. High Tensile bolts and spring washers shall be provided at bus bar joints.
EARTHING ARRANGEMENTS: GI earth strip 25 mm x 5 mm shall be run at the rear of the board, bonding all the sections suitably, 2
nos. earth terminals shall be provided at the ends of the GI strip for connection to earth system.
TERMINAL BLOCKS AND SMALL WIRING
Terminal blocks shall be of heavy duty type and generally not less than 15 amps 250 V grade upto
100V and 600V grade for the rest of the functions. They shall be easily accessible for maintenance.
All control wiring inside the panel shall be with PVC insulated copper conductor of 2.5 sq.mm size
and 600 V grade confirming to IS: 694 1977. Suitable colour coding have to be adopted.
INSTRUMENTS AND LAMPS
All indication lamps and instruments shall be flush mounted type in front of the panel. Current
transformers shall be provided with ammeters, wherever necessary. Indicating lamps to indicate the
availability of electric supply shall be provided at the incoming section. Necessary indicating lamps
AE (P)

EE (P)

87
for alarm indications and battery charging shall be provided in the respective sections. All indicating
lamps and voltmeter shall be protected with HRC cartridge type fuses.
PAINTING: The entire panel shall be given a primer coat of red lead after degreasing and phosphating treatment,
and 2 coat of final paints of approved shade before assembly of various items.
PRESSURE SWITCHES: Pressure switches shall be provided for switching on and off the pressurization pump at preset
pressures and also for switching on the fire pump at preset pressure. Being the main components for
initiating the signal for the operation of the pumps, the pressure switches shall be totally reliable,
sturdy in construction and of long life. The pressure settings shall be adjustable.
LOW WATER LEVEL INDICATION AND SWITCH: To prevent the dry running of fire pumps due to emptying of the septic tank, a water level indicator
and switch shall be provided. This shall trip the electric motor or stop the diesel engine, as the case
may be when the water level goes below a present level. This shall also furnish a distinct low water
level audio visual alarm. The should indicate the level of water at different states in the power and
control panel.

a.

POWER SUPPLY FOR CONTROLS: In order ensure that the control system remains operational at all times, the control
system shall be designed for 24 VDC operation, fed from 24 V wet battery. This shall be
independent of the starting battering for the engine i.e. battery shall remain trickle charged at all
times from the common battery charger at the control section.
ELECTRICAL WORK AND EARTHING: Electric power supply shall be terminated in the incoming switch gear of the power and control
panel. All connections to the various components of the wet riser system shall also be the
responsibility of the contractor, for a complete and working system, satisfying all the functional
requirements.

i.
ii.
iii.

iv.
v.

The scope shall particularly include the following:


Power and control panel
All inter-connections with multi-core armoured copper cables of size as approved by
engineer-in-charge between various units and control panel.
All power cable connections with multi-core armoured aluminium cables of sizes as
approved by Engineer-in-charge between panel, motors etc. either clamped on wall or run no cable
trays or laid in duct etc.
Necessary earthing with 2 Nos. GI pipes electrodes and loop earthing.
The work shall be carried out confirming to CPWD General Specifications for electrical
works Part-I (Internal) 1994 amended upto date and Part-II (External) 1995 amended upto date.
PIPES & FITTINGS
Pipes for underground header & riser shall be MS black conforming to IS: 1239 (Heavy Class) duly
wrapped and coated as per IS: 10221 with flanged / welded joints. Flanges shall be provided at
AE (P)

EE (P)

88
regular intervals not exceeding 24 M.Joints with MS / GI pipe of size 50 mm and above shall be
either screwed or butt welded with flanges at regular intervals. The jointing with MS/GI pipe of less
than 50mm dia shall be with conventional heavy class screwed fitting like Tees, Socket, Elbow,
reducers etc . all fingers shall confirm to IS: 6392 1971 Table 17/18 as applicable.

a)
b)
c)

d)

EXCAVATION
Excavation for underground pipe lines shall be in open trunches, levels and grades shown on the
drawings or as required at site. The lines shall be buried to a minimum depth of one meter.
Wherever required, Contractor shall support all trenches of jointing structures with adequate
timber supports.
On completion of testing, coating & wrapping trenches shall be buries with excavated earth in 15
cm. layers and consolidated to required ground condition to original status. Prior to excavation
contractor to ensure that no adjoining structure or pipe line is affected / damaged.
Contractor shall dispose off all surplus earth within a lead of 20 M or as directed by Engineer-incharge.

PIPE PROTECTION
All pipes above ground and in exposed locations shall be painted with one coat of red oxide
primer and two or more coats of synthetic enamel paints of approved shade and make.
b)
All underground MS pipes must be protected with anticorrosive treatment as per IS: 10221 to the
satisfaction of Consultant / Engineer in charge.

a)

PIPE SUPPORTS
All pipes shall be adequately supported at a maximum interval of one M from ceiling / walls from
existing inserts, if available, by structural clamps fabricated from MS structural e.g. Roads,
Channels, Angle and Flats. All clamps shall be painted with one coat of red and two coats of black
enamel paints. Where inserts are not available, the contractor shall provide anchor fasteners. The
design of all supports/clamps must be got approved from the Consultant/Engineer-in-charge before
execution.
TESTING
All piping in the system shall be tested to a Hydrostatic Pressure of 14Kg/Sq.cm or twice the
design pressure (whichever is higher) without drop in pressure for at least 2 hours and there after
whole system shall be Hydraulically tested at 3.5 Kg/Sq.cm above pump shut-off pressure or 12
Kg/Sq.cm whichever is higher for 24 hours without any drop in pressure. The design pressure shall
be 7 Kg/Sq.cm.
b)
The Contractor shall rectify leakages, if any and replace all defective components and retest the
system as per above requirements for the satisfaction of Engineer-in-Charge.
c)
If required, department may insist testing of at least 10% of all the welded joints including field
joints radio graphically which is to be arranged by the Contractor at his cost.
a)

a)

MEASUREMENTS
Pipes shall be measured by linear meter and shall include all fittings, flanges, jointing, clamps,
hangers and all other materials necessary and required (whether specified or not) to complete the
system including painting, testing and commissioning.

AE (P)

EE (P)

89
b)

Valves shall be measured by numbers and shall include matching, flanges, rubber gasket, bolts,
nuts, washers and all items necessary & required and as given in the specifications to complete the
work as per Engineer-in Charge.
c)
No additional payment shall be admissible for cutting holes and chases in walls or floors or
columns and making good the same to the satisfaction of Engineer-in-Charge and making
connections to pumps, various equipments and appliances or for making channels / trenches to
complete the work. Similarly excavation and back filling to original status for laying underground
pipes shall not be laid for separately but included in pipe laying items.

1.
2.
3.
4.
5.

GENERAL REQUIREMENTS
All material shall be of the best quality conforming to specifications and subject to the approval
of the Department.
Pipes and fittings shall be fixed truly vertical, horizontal in slops, as required, in near workman
like manner.
Pipes shall be fixed in a manner as to provide easy accessibility for repair and maintenance and
shall not cause obstruction in shafts, passages etc.
Pipes shall be securely fixed to walls and ceiling by suitable clamps at intervals specified. Only
approved type of anchor fasteners shall be used for RCC ceiling and walls.
Valves and other appurtenance shall be so located that they can easily accessible for operations,
repairs and maintenance.

SLUICE VALVES & NON RETURN VALVES


Sluice valves above 65mm dia and shall be of cost iron body and bronze / gunmetal seat, double
flanged type with non-rising spindle. Since valve below ground shall be provided with caps suitable
for operation by a key. Sluice valves for exposed locations e.g., pump hose etc. shall be provided
with cast iron wheel. Sluice valves shall confirm to and marked IS: 780 class 1.6 and tested to 20
Kg/S.cm pressure. Non Return valves shall be cast iron body and bronze / gunmetal seat and confirm
to class-I of IS: 5312 and have flanged ends. They shall be swing check type in horizontal runs and
lift check type in vertical runs of piping. They shall not be spring loaded type.
b)
Valves on MS pipes 65 mm and below shall be heavy patten gun metal valves (with cast iron
wheel) tested to 20 Kg/Sq.cm pressure valves shall confirm to and marked IS : 778.
a)

EXTERNAL HYDRANTS
External Hydrant (Yard Hydrants) shall confirm to and marked IS: 5290 (Type A). Along side of
each hydrant, there shall be hose box to accommodate two numbers of CP hose each of 63 mm dia
and 15 M long confirming to IS: 3423 complete with instantaneous ISI No. 63 mm dia ISI marked
Gun-Metal Short Branch pipe with nozzle (IS: 903).
INTERNAL HYDRANTS
Contractor shall provide on each landing, one hydrant single headed gun-metal landing valves
with 63 mm dia outlets and 80 mm inlet confirming to and marked IS : 5290 (Type A) with cast
iron wheels. Landing valves shall have flanged inlet and instantaneous female type outlet.
b)
Instantaneous outlets for fire hydrant shall be to of standard approved pattern and suitable for fire
brigade hose of 63 mm with couplings confirming to and marked to (IS: 903).
c)
Contractor shall install orifice plate flanges on all hydrants having excessive pressure (more than
7 bar). Orifice plate shall be fabricated from 6 mm thick stainless steel plates. The bore of the orifice
a)

AE (P)

EE (P)

90
shall be designed by the contractor and calculations to be submitted to engineering charges for
approval.

FIRST-AID HOSE REEL EQUIPMENT


Fist aid hose reel equipment shall comprise reel, hose guide with bracket, hose tubing globe valve,
stop cock and nozzle. First aid fire fighting hose reel shall be made with thermo plastic synthetic
reinforced materials and shall be as per IS: 12585-1988.
HOSE PIPE, BRANCH PIPE
Hose pipe shall be rubber lined woven jacketed and 63 mm in diameter. They shall conform to type
2 (Reinforced rubber line) of IS 636-1979. The hose shall be sufficiently flexible and capable of
being rolled. Each run of hose pipe shall be complete with necessary coupling at the ends to match
with the landing valve or with another run of hose pipe or with branch pipe. The coupling shall be of
instantaneous spring lock type.
Branch pipe shall be of copper, gunmetal or aluminium alloy 63 mm dia and complete with mail
instantaneous spring lock type coupling for connection to the hose pipe. The branch pipe shall be
externally threaded to receive the nozzle.
FIRE BRIGADE INLET CONNECTIONS
One set of 4 way collector head fire brigade connection shall be provided near the pump house
which shall comprise 4 instantaneous male inlet couplings, plugs and chains and 2 way at locations
given by Engineer-in-Charge. Inlet to the wet riser shall be with 150 mm dia sluice valve and noreturn valve. The scope shall include necessary reducers, tees, bends and special fittings as required.
AIR VESSEL AND AIR RELEASE VALVE
An air vessel of size and capacity indicated in schedule of quantities shall be provided at
the top most point/points. The tank shall be complete with 20 mm dia Brass Air Valve, Top Valve
(20 mm dia), Drain valve (20 mm dia) pressure guage and included all connecting 20 mm dia. M.S
Galvanised piping, fittings and fixing bracket as required to complete the work as per site conditions.
The air vessel shall be of continuous welded construction and galvanized to IS: 4736-1968. This
shall be tested for twice the working pressure.
b)
Air Cushion Tank shall be measured by numbers and shall include Air Valve, pressure
Guage, Globe Valves for Tees, elbows, Union and all other items required to complete the work.
a)

DRAIN VALVE
The Contractor shall provide 40 mm dia MS pipe as per IS: 1239 heavy class with 50 mm Gunmetal
full way valve for draining any water for the system in low packets wherever required. Pipe up to a
lengt6h of 5 M should be included in this item.
VALVE CHAMBER
Contractor shall provide suitable brick masonry chamber of size indicated to schedule of quantities
in cement mortar 1:5 (1 cement : 5 coarse sand) on cement concrete foundations 150 mm thick
1:5:10 mix (1 cement:5 fine sand: 10 graded stone) aggregate 40 mm nominal size 15 mm thick
cement plaster inside and outside finished with a coating coat of neat cement inside with cast iron
surface box approved by Fire Brigade including excavation, back filling complete.

AE (P)

EE (P)

91

ACCEPTABLE MAKES
ITEM

ACCEPTABLE MAKE
Kirloskar / Crompton / ABB
/Siemens
Kirloskar / Crompton / ABB
/Siemens
Kirloskar / Cummins
Tata /Jindal / Sail (ISI Marked)
IS :1537
Tata /Jindal / Sail (ISI Marked)

S.NO
1

Pump

Motor

3
4
5
6
7
8

Diesel Engineer
M.S. Pipe
C.I. Pipe
G.I. Pipe
C.I. Pipe Fitting
Sluice Valve

9
10
11
12
13
14
15
16
17
18

Gun Metal Valve


Butterfly Valve
Water Solenoid Valve
Cushy Foot Mountings
Pressure Switch
Pressure Gauge
Water Level Controller
Batteries
Flow Switch
Internal/External Hydrant (Landing
Valve)
Hose Reel 20 mm Dia
Installation Control Valve
Fire Bridge Intel / Connection
Sprinkler Head
RRL Hose pipe 63 mm Dia
GM Branch Pipe 63mm x 20mm dia
First Aid Hose Reel Drum
Power Cables
Control Cables
Single Phase Preventor
SDFU / SFU with HRC Fuses
Starters / Control
Electrical Panel / System Controller &
Control Console
Pipe Supports

19
20
21
22
23
24
25
26
27
28
29
30
31
32

AE (P)

EE (P)

Advance / Leader / Kirloskar / Sant


(ISI Marked)
-Do-Do-Do-

Exide / Amco / Amaron


AAAG/New age/Arihant/Winco
-Do-Do-Do-Do-Do-Do-DoHavell,s /Finolex / Mescab
-DoL&T /GE /Siemens
-Do-DoFrom CPRI approved panel
manufacture

92

SCHEDULE OF TECHNICAL PARTICULARS


Main Fire Pump

i.
ii.
iii.
iv.
v.
vi.
vii.
viii.
ix.
x.
xi.
xii.

2
i.
ii.
iii.
iv.
v.
3
i.
ii.
iii.
iv.
v.
vi.
vii.
viii.

Pressurisation
Pump

Terrace Pump

Dewatering
Pump

Pump
Make
Model No.
Discharge
Total Head at full
Discharge
BHP absorbed at Rated
Head
Speed
Casing Material
Impeller Material
Shaft Material
No. of Stage
Type of Drive
Type of Sealing
Note: - Attach
Catalogue / Curve
MOTOR
Make
Type
H.P
Speed
Insulation Class
DIESEL ENGINEE
Make
Model No.
H.P
Speed
No. of Cylinders
I.S / B.S Conforming to
Type of Cooling
Fuel Consumption at
Full Load

Contractor/Agency

ADDITIONAL SPECIFICATIONS FOR 13 PASSENGERS


AE (P)

EE (P)

93
SIMPLEX COLLECTIVE SELECTIVE LIFT
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.

Type of Lift
Number of lift required
Load: Number of Person
Rated speed
Travels in meters
Number of floors served
(a) Inside size of lift well (W x D)
(b) Pit Depth
Clear inside size of lift car
Dimension of lift machine room
Position of counter weight
Position of machine room
(a) Type of control
(b) Type of operation
(c) Potential free contacts

Passenger Lift
One
13 passenger Lift (884 Kg)
1.25Mtr. Per. Sec.
About 20 Mtr.
G+6
2500 mm x 1900 mm Deep
1600 mm
2000 mm wide x 1100 mm depth
3500 mm x 3900 mm depth
As per IS
Directly above the lift shaft - GEARLESS
AC variable voltage & variable frequency
Microprocessor based Simplex collective selective with or
without attendant.
Potential free contacts for each floor position and up and down
movement of the lift shall be provided in controller, which can
be used for the building automation system at later date.

13. Car entrance door


(a) Number
(b) Size
(c) Type of doors

One
Clear opening about 900 mm x 2000 height
Automatic power operated center opening stainless steel scratch
proof (Moon Rock Finish)
(d) Car open in front only or open In front only.
(e) Car fittings
indirect LED fitting & fan.
14. Construction design and finish of Stainless steel scratch proof surface car body work
(Moon Rock Finish)
15. Type of signal system
(a) Digital floor position indicator in the car and at all
landings (to be provided above the car / landing doors.)
(b) Travel direction indicator in the car and at all landings (to be
provided above the car / landing doors.)
(c) Gongs & visual indication on all landings for pre arrival of
the car.
(d) Overload warning Audio & visual indicator, inside the car
(lift should not start on overload)
(e) Battery operated alarm bell and emergency light.
(f) Car operated panel with fade proof luminous buttons in car
and with intercom.
(g) Luminous hall buttons at all landings.
16. Landing entrance
(a) Location of landing entrance
All doors on the same side in different floors
(b) Number
One
(c) Size
900 mm x 2000 mm
(d) Type of doors
Automatic power operated center opening stainless steel scratch
proof
(Moon Rock Finish)
(c) Lift in use/lift out of order sign
A suitable box above the lift landing with LED
illuminated bilingual (in English & Hindi) sign of
LIFT OUT OF ORDER coming up simultaneously at all doors.

AE (P)

EE (P)

94
17.

Electrical Supply

(a) Power: 415 V. AC 3 phase, 50 H, 4 Wire


(b) Lighting 230 V. AC 50 HZ

18.

Environment condition at site


of installation

19.
20.

Storage space provided


Additional item, if any
a) Intercom system in the car, lift machine room and reception.
b) Infrared curtain covering the entire height for door safety.
c) Hand rail not less than 600 mm long at 900 mm above floor level to be fixed on three sides in
the lift car.
d) Voice announcement system (Voice Synthesizer) in the car to announce the position of the
elevator in the hoist way as the car passes or stop at a floor served by the elevator and can give
visually impaired persons important information such as, doors closing/ opening, lift going
up/down, lift free and floor level.
e) Automatic rescue device complete with dry maintenance free batteries as required.
f) Fireman switches at main landing terminal.
g) Braille Symbols auditory single to make lift accessible to persons with disabilities.
h) There should be accessible path landing to the elevator.
i) Call push & Control Panel height shall be with in 900mm.
j) Lift door to be easily identified.
k) It is important for the emergency call button in lift to have an acknowledgement light
adjoining it. This provides both visual and auditory notification that some one is in trouble in
the lift and that someone is dealing with the problem.

Summer condition DB (F) 100 WB (F) 82 RH 80%


Monsoon condition DB (F) 30 WB (F) 86 RH 90%
Height above sea level 148 ft.
Yes, In the machine room.

Continued

GENERAL TERMS AND ADDITIONAL CONDITION FOR LIFT

AE (P)

EE (P)

95
1.0
1.1

1.2
1.3

1.4
1.5

General
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 2
No. 13Passenger Lift (G+4).
Location: - The Lift will be installed at CIPET, Mancheswar, Bhubaneswar.
The work shall be executed as per CPWD General Specification for Electrical Works (Part III Lifts
& Escalators-2003) 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 cash of variations;
specification given in this Additional condition shall apply. However, nothing extra shall be paid
on account of these additional specification & conditions as the same are to be read along with
schedule of quantities for the work.
The tender should in his own interest visit the site and familiarizes himself with the site conditions
before tendering.
No. T&P shall be issued by the Department and nothing extra shall be paid on account of this

2.0 TERMS OF PAYMENTS


The following percentage of contract rates for the various item included in the contract shall be payable
against the stage of work shown herein.
70% after initial inspection and delivery at site in good condition on pro-rates basis.
15% after completion of installation in all respects.
10% after testing, commissioning.
5% will be paid handing over to the department for beneficial use
Security Deposit: Security Deposit shall be deducted from each running bill and the final bill to the
extend of 10% of the gross amount payable subject to maximum limit of 5% of the tendered value of
work. The earnest money deposit shall be adjusted against this security deposit. The security deposit and
performance guarantee shall be released on the successful expiry of guarantee period stipulated in the
contract.
3.0

Rates.

3.1

The rates quoted by the tenderer, shall be firm and inclusive of all taxes (including works contract
taxes), duties and levies and all charges for packing forwarding, insurance, freight and delivery,
installation, testing, commissioning etc. at site i/c temporary constructional storage, risks, over
head charges general liabilities / obligations and clearance from local authorities. However, the
fee for these inspections shall be borne by the department.
The contractor has to carry out routine & preventive maintenance for 12 months from the date of
handing over. Nothing extra shall be paid.
Octroi duty shall not be paid separately but octroi exemption certificate can be furnished by the
department on demand. However, the department is not liable to re-imbursement the octroi duty
in case exemption certificates are not honored by the concerned authorities.

3.2
3.3

4.0

5.0

Completeness of Tender:
All sundry equipment, fittings, unit assembles, 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.
For item/equipment requiring initial inspection at manufacturers works the contractor will
intimate the date of testing of equipments at the manufacturers work before dispatch. The
department also reserves the right to inspect the fabrication job at factory and the successful
AE (P)

EE (P)

96

6.0

7.0

8.0

10.0
10.1

10.2

11.0
11.1

tenderer has to make the arrangement for the same. The successful tenderer shall be give
sufficient advance notice regarding the dates proposed for such tests/inspection to the department
representative(s) to facilities his presence during testing/fabrication. The cost of the Engineers
visit to the factory will be borne by the Department. Also equipment may be inspected at the
Manufacturers premises, before dispatch to the site by the contractor.
Storage and custody of materials:
The lift machine room may be used for storage of sundry materials and creation equipments if
available or else the agency has to make his own arrangement. No separate storage
accommodation shall be provided by the department. Watch and ward of the stores and their safe
custody shall be the responsibility of the contractor till the final taking over of the installation by
the department.
Care of the Building:
Care shall be taken by the contractor while handing and installation the various equipments and
components of the work to avoid damage to the building. He shall be responsible for repairing all
damage and restoring the same to their original finish at his cost. He shall also remove at his cost
all unwanted and waste materials arising out of the installation from the site of work.
Completion of period:
The completion of the period of (As per PART-A) , indicated in the tender documents is for the
entire work of planning, designing, supplying, installation, testing, commissioning and handing
over the entire system to the satisfaction of the Engineer-in-charge.
Performance Guarantee:
The tender shall guarantee among other things, the following.
a) Quality, strength and performance of the material used.
b) Safe mechanical and electrical stress on all parts under all specified condition of operation.
c) Satisfactory operation during the maintenance period.
The successful tenderer shall submit an irrevocable performance guarantee of 5% of the tendered
amount in addition to other deposits mentioned elsewhere in the contractor for his proper
performance of the contractor agreement within 15 days of issue of letter of internet. This
guarantee shall be in form of cash (in case guarantee amount is less than Rs. 10,000/0) or Deposit
at Call receipt of any scheduled bank/Bankers cheque of any scheduled bank/Demand Draft of
any scheduled bank/Pay Order of any schedule bank (in case guarantee, amount is less than
Rs.1,00,000.00) or Government securities or fixed deposit receipts or guarantee bonds of any
schedule bank of the State bank of India in the specified format. The performance guarantee shall
be initially valid up to the stipulated date of completion plus 13 months beyond Bank Guarantee
should be kept valid till the Guarantee period successfully completed.
Guarantee
All equipments shall be guaranteed for period of 12 months from the date of taking over the
installation by the department against unsatisfactory performance and/or break down due to
defective design, workmanship of materials. The equipments or components, or any part thereof,
so found defective during guarantee period shall be forth with repaired 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 contractor. The decision of the Engineer-in-charge in this regard shall be final.

12.0

Power Supply.
Electrical service connection of 415 V, 3 phases, 4 wires, 50 Hz, Ac supply shall be provided by
the Deptt. For installation purpose free of charge. As in Part-A

13.0

Water Supply
Water supply shall be made available by the department at one point. As in Part-A
Data Manual and Drawings to be furnished by the tenderers.
With Tender: The tenderer shall furnish along with the tender, detailed technical literature,
pamphlets and performance data for appraisal and evaluation of the offer.

14.0
14.1

AE (P)

EE (P)

97
14.2

15.0

16.0
16.1

16.2

16.3
16.4

17.0
17.1
17.2
17.3

After Award of work


(i)
The successful tenderer would be required to submit the following drawings within a
month of award of work for approval before commencement of installation.
a) All general arrangement drawings.
b) Details of foundations for the equipment, load data, location etc. of various
assembled equipments as may be needed generally by other agencies for purpose of
their work. The data will include breaking load on guides, reaction of buffers on lift
pits reaction on support points in machine room, lift well etc.
c) Complete layout dimensions for every unit/group of units with dimension required
for erection purposes.
d) Any other drawing/information not specifically mentioned above but deemed to be
necessary for the job by the contractor.
The successful tenderer should furnish well in advance three copies of details instruction and
manuals of manufactures 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 and workshop procedure for repairs, assembly and adjustment etc.
all in triplicate.
Extent of Work
The work shall comprise of entire labour including supervision and all materials necessary to
make a complete installation and such tests and adjustment and commissioning as may be
required by the department. The term complete installation shall not only mean items of the plant
and equipments covered by specifications but all incidental sundry components necessary for
complete execution and satisfactory performance of installation with all layout charts weather or
not those have been mentioned in details in the tender document in connection with this contract.
Minor building works necessary for installation of equipment, foundation, making of opening in
walls or in floors and restoring to there original conditions, finish and necessary grouting etc. as
required.
Maintenance (Routine & preventive) for one year from date of completion and handing over.
The work is turnkey project and item required for completion of the project but left in-advertantly
shall be executed within the quoted rates.
Inspection and testing:
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.
After completion of work in all respect the contractor shall offer the installation for testing and
operation.
After the satisfactory final testing as per CPWD General specification part-III (Lifts & escalator)
2003, the contractor shall demonstrate the trouble free running of the lift installation for a period
of 30 working days before the department takes over for the beneficial use. During this period the
lift shall be kept in either automatic or manual code by the department. The date of taking over
the installation/acceptance shall be after 30days of trouble free operation as mentioned above.

18.0

Validity
Tenders shall be valid for acceptance for a period of 90 days from the date of opening of price
bid.

19.0

Compliance with Regulations and Indian standards

AE (P)

EE (P)

98
19.1

19.2

19.3

20.0

21.0

22.0

23.0
24.0

25.0

26.0

All works shall be done carried out in accordance with relevant regulation, both statuatory and
those specified by the Indian standards related to the works covered by the specification. In
particular, the equipment and installation will comply with the following:
i.
Factories Act.
ii.
Indian electricity Rules
iii.
I.S & BS Standards as applicable
iv.
Workmens compensation Act
v.
Statutory norms prescribed by local bodies.
Nothing in this specification shall be constructed to relieve the successful tenderer of his
responsibility for the design, manufacture and installation of the equipment with all accessories in
accordance with currently applicable statutory regulations and safety codes.
Successful tenderer shall arrange for compliance with statutory provisions of safety regulations
and department requirements of safety codes in respect of labour employed on the work by the
tenderer. Failure to provide such safety requirement would make the tenderer liable for penalty of
Rs. 500/- for each default. In addition, the department will be at liberty to make arrangement for
the safety requirements at the cost of tendering and cover the cost thereof from him.
Indemnity
The successful tenderer shall at all indemnity the department, consequent on this works contract.
The successful tenderer shall be liable, in accordance with Indian Law and Regulations fort any
accident or damage incurred or claims arising there from during the period of erection,
construction and putting into operation the equipments and ancillary equipment under the
supervision of the successful tenderer in so far as the letter is responsible. The successful tenderer
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.
Erection Tools
No tools and tackles either for unlading or for shifting the equipment for erection purposes would
be made available by the department. The successful tenderer shall make his own arrangement for
all these facilities.
Co-operation with other agencies.
The successful tender shall co-ordinate with other contractor and agencies engaged in the
construction of building, if any, and exchanges freely all technical information so as to make the
execution of this works contracts smooth. No remuneration should be claimed from the
department for such technical cooperation. If any unreasonable hindrance is caused to other
agencies and any completed portion of the work has to be dismantled and re-done for want of
cooperation and coordination by the successful tenderer during the course or work, such
expenditure incurred will be recovered from the successful tenderer if the restoration work to the
original condition or specifications of the dismantled portion of the work was not undertaken by
the successful tenderer himself.
Mobilization advance
No mobilization advance shall be paid for this work.
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.
Verification of correctness of Equipment at Destination.
The contractor shall have to produce all relevant records to certify that the genuine equipment
from the manufacturers has been supplied and erected.
Painting
This shall include cost of painting of entire exposed iron work complete in the installation. All
equipments work shall be painted at the works before dispatch to the site.

AE (P)

EE (P)

99
27.0

Training
The scope of works includes on job technical of two persons at site. Noting extra shall be payable
on this account.

28.0
28.1

Maintenance
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.
The maintenance, routine as well as preventive for one year from the date of taking over the
installation as per manufactures recommendation shall be carried out and the record of the same
shall have to be maintained.
Interpreting Specifications
In interpreting the specifications, the following order of decrease important shall be followed in
case of contradictions:
a) Schedule of quantities
b) Technical specifications
c) Drawing (if any)
d) General Specifications
e) Relevant IS or other international code in case IS code is not available.

28.2

29.0

TECHNICAL PARTICULARS FOR 2NOS. 13 PASSENGERS


AE (P)

EE (P)

100
SIMPLEX COLLECTIVE SELECTIVE LIFT
(TO BE FURNISHED BY THE FIRM)
Sl. No.
A.

Particulars of Details
General
1.
Name of Manufacturer.
2.
Country of Manufacturer.
3.
Capacities (Personal/Weight).
4.
Service.
5.
Speed of Travel.
6.
Height of Travel.
7.
No. of Floors served.
8.
No. of Openings.
9.
Position of counter weight.
10.
Type of leveling method.

B.

Machine
1.
Position of Machine
2.
Motor
3.
Electric supply particulars for which it is suitable for operation

C.

Brake
1.
Type.

D.

E.
1.
2.
3.
4.
F.

Cars and Doors:


1.
Outside dimension of car.
2.
Inside clear dimensions.
3.
Construction of car.
4.
Design/type of enclosure of car.
5.
Details of flooring.
6.
Attachment and fitting inside the car.
7.
Car Doors:
(a)
Size
(b)
Operation
(c)
Construction, design & finish
8. Landing Doors:
(a)
Size
(b)
Operation
(c)
Construction, design & finish
Safety Devices:
Car safety-type
Counter weight safety-type
Door inter locks in car-type
Door locks in landing-type
Other Safeties including in the offer:

Annexure-I
AE (P)

EE (P)

101
SCHEDULE OF DEPARTURE FROM SPECIFICATIONS
Selection No. Ref. of clause of the Description of Departure
Specification

Reasons for Departure

1.
2.
3.
4.
5.
6.
7.
8.
9.

Certified that except for the departure mentioned above the tender is in accordance with CPWD General
Specification for Electrical works (Part III Lifts & Escalators-2003) and in accordance with detailed requirements
specified in the tender specifications.

(SIGNATURE OF THE CONTRACTOR)

ACCEPTABLE MAKE

AE (P)

EE (P)

102
CATEGORY A

1.

M/S OTIS

2.

M/S KONE

3.

M/S MITSUBISHI

4.

M/S SCHINDLER

5.

M/S JOHNSON LIFT PVT. LTD. CHENNAI

SCHEDULE OF WORK

AE (P)

EE (P)

103

Name of work: C/o Work shop cum hostel building (G+6) for CIPET Campus II at Mancheswar,
Bhubaneswar including Internal Water Supply, Sanitary Installation, Drainage and Providing
Internal Electrical Installation, CCTV, Fire alarm System, Fire Fighting System & Lift
Sl.
No.
18.0

18.1

18.2

18.3

18.4

18.5

18.6

Description of Items

Qnty.

Internal Electrical Installation


(Wiring)
Wiring for light point/fan point/ exhaust fan
point/call bell point with 1.5 sq.mm FRLS PVC
insulated copper conductor single core cable in
surface / recessed steel conduit with modular switch
, modular plate, suitable GI box and earthing the
point with 1.5 sq.mm. FRLS PVC insulated copper
conductor single core cable etc. as required. Group
C
Wiring for twin control light point with 1.5 sq.mm
FRLS PVC insulated copper conductor single core
cable in surface / recessed steel conduit with
modular 2 way modular switch , modular plate,
suitable GI box and earthing the point with 1.5
sq.mm. FRLS PVC insulated copper conductor
single core cable etc. as required.
Supplying and fixing suitable size GI box with
modular plate and cover in front on surface or in
recess, including providing and fixing 3 pin 5/6
amps modular socket outlet and 5/6 amps modular
switch, connection etc. as required. (For light plugs
to be used in non residential buildings).
Supplying and fixing suitable size GI box with
modular plate and cover in front on surface or in
recess, including providing and fixing 6 pin 5/6 &
15/16 amps modular socket outlet and 15/16 amps
modular switch, connection etc. as required.
Wiring for light/ power plug with 2X4 sq. mm FR
PVC insulated copper conductor single core cable in
surface/ recessed steel conduit along with 1 No 4 sq.
mm FR PVC insulated copper conductor single core
cable for loop earthing as required.
Supplying and fixing of following sizes of steel
conduit along with accessories in surface/recess
including cutting the wall and making good the same
in case of recessed conduit as required.
a) 20 mm
b) 25mm
AE (P)

EE (P)

Rate

Unit

Amount

Remarks

954

Each

1.3.3

14

Each

1.4

29

Each

1.31

26

Each

1.32

8050

Mtrs

1.5

300

Mtrs

1.20.1

1900

Mtrs

1.20.2

104
c) 32mm

490

Mtrs

1.20.3

14

Each

1.27.3

270

Each

1.27.4

554

Each

1.24.1

14

Each

1.24.3

540

Each

1.24.4

14

Each

1.24.5

214

Each

1.25

50

Each

1.26

11

Each

2.18

4020

Mtrs

1.7.1

410

Mtrs

1.7.4

485

Mtrs

1.7.9

Supplying and fixing following size/ modules, GI


box along with modular base & cover plate for
modular switches in recess etc as required.
18.7

a) 4 Module (125mmX75mm)
b) 6 Module (200mmX75mm)
Supplying and fixing following modular switch/
socket on the existing modular plate & switch box
including connections but excluding modular plate
etc. as required.
a) 5/6 amps switch

18.8
b) 15/16 amp switch
c) 3 pin 5/6 amp socket outlet
d) 6 pin 15/16 amp socket outlet
Supplying and fixing stepped type electronic fan
regulator on the existing modular plate switch box
18.9
including connections but excluding modular plate
etc. as required.
Supplying and fixing modular blanking plate on the
18.10 existing modular plate & switch box excluding
modular plate as required.
Supplying and fixing 20 Amps., 240 volts, SPN
industrial type, socket outlet, with 2 pole and earth
metal enclosed plug top alongwith 20 Amps., 'C'
18.11 Series, SP MCB, in sheet steel enclosure, on surface
or in recess, with chained metal cover for the socket
outlet and complete with connections, testing and
commissioning etc as required.
Wiring for circuit/sub-main wiring along with earth
wire with the following sizes of FRLS PVC
18.12 insulated copper conductor, single core in
surface/recessed medium class PVC conduit as
required
a) 2 x 1.5 Sq..mm. + 1 x 1.5 sq. mm. earth wire
b) 2 x 6 Sq..mm. + 1 x 6 sq. mm. earth wire
c) 4 x 6 Sq..mm. + 2 x 6 sq. mm. earth wire

AE (P)

EE (P)

105
d) 4 X 16 sq. mm + 2 X 16 sq. mm earth wire

100

Mtrs

1.7.11

20

Mtrs

3.8.1

20

Mtrs

3.8.3

13

Each

3.12.1

Each

3.12.3

Each

3.4.1

Each

3.4.3

(Rising Main)
Supplying, installing on wall, testing and
commissioning of following capacity Air Insulated
Compact Type Rising Mains for use on 3 phase 4
wire 415 volts, 50Hz A.C. supply with enclosure
made of 1.6mm thick steel sheet duly powder coated
in convenient sections complete with 4 Nos
aluminium bus bars, necessary joints & expansion
joints, fire barrier at each floor, provision of tapping
18.13 at every metre, continuous earthing with 2 Nos
aluminium strip of suitable size (one on each side)
including, G.I. clamping brackets, angle iron
bracket, steel fasteners, connecting to earthing
system etc. as required
a) 200 amps 15KA SC for 1 sec
b) 400 amps 25KA SC for 1 sec
Supplying, installing, connecting to existing Air
Insulated Compact Type bus trunking/ rising mains,
testing and commissioning of following capacity
Plug In/ Tap Off Box for use on 3 phase 4 wire 415
volts, 50Hz A.C. supply with 1.6mm thick steel
sheet enclosure duly powder coated with provision
18.14
of MCCB (but without MCCB) complete etc. as
required
a) 125 amps 15KA SC for 1 sec
b) 250 amps 30KA SC for 1 sec
Supplying, installing, testing and commissioning of
following capacity End Feed Unit made of 1.6mm
thick sheet steel enclosure duly painted with powder
coating to existing rising mains complete with TPN
disconnector FSU and HRC fuses, mounting stands,
18.15 cable end box, brass compression gland,
connections, earthing etc. as required.
a) 200 amps TPN
b) 400 amps TPN
(Panel Boards)

AE (P)

EE (P)

106
Supply, installation,testing & commissioning of
wall/floor mounting front operated front access
extensible type cubicle panel totally enclosed, dust
and vermin proof with IP-42 /55 protection with
hinged and lockabale doors.CRCA sheets including
interconnections,tinned copper crimping lugs,
bonding to earth and painting suitable for use at 415
V, 3phase 4 wire 50 Hz system, and to withstand a
fault level of 35KA symmetrical for 1 sec at 415 V
complete as per specifications, as required and as
below : All switchboards shall have provision for
18.16 entry of cables from the bottom/top as required. All
live accessible parts shall be shrouded and all
equipment shall be finger touch proof. The bus bars
shall be insulated with heat shrinkable
sleeves.SMC/DMC shrouds and busbar supports
shall be used.
a) GROUND FLOOR PANEL with 250 A 4P
MCCB as Incomer , Outgoings-125A 4P MCCB-5
Nos .
b) WORKSHOP PANEL with 125 A 4P MCCB as
Incomer , Outgoings-32A 4P MCB-6 Nos , 32 A DP
MCB- 6 Nos .
(Distribution Board)
Supplying and fixing following way, single pole and
neutral, sheet steel, MCB distribution board, 240
volts, on surface/ recess, complete with tinned
copper bus bar, neutral bus bar, earth bar, din bar,
18.17
interconnections, powder painted including earthing
etc. as required. (But without MCB/RCCB/Isolator)
a) 2+4 way / 6way , SPN Double Door

Set

MR

Set

MR

Each

2.3.5

Each

2.3.7

Supplying and fixing following way prewired SP&N


MCB distribution board of steel sheet for 240 volts
on surface/ recess complete with loose wire box,
terminal connectors for all incoming and outgoing
circuits, duly prewired with suitable size FR PVC
insulated copper conductor up to terminal blocks,
18.18
tinned copper bus bar, neutral link, earth bar, din bar,
detachable gland plate, interconnections, powder
painted including earthing etc. as required. (But
without MCB/ RCCB/ Isolator)
a) 2+8 way / 10way , SPN Double Door

AE (P)

EE (P)

107
Supplying and fixing following way prewired TP&N
MCB distribution board of steel sheet for 415 volts
on surface/ recess complete with loose wire box,
terminal connectors for all incoming and outgoing
circuits, duly prewired with suitable size FR PVC
insulated copper conductor up to terminal blocks,
tinned copper bus bar, neutral link, earth bar, din bar,
detachable gland plate, interconnections, powder
18.19
painted including earthing etc. as required.(But
without MCB/ RCCB/ Isolator)
a) 4 way (4 + 12), Double door
b) 6 way (4 + 18), Double door
c) 8 way (4 + 24), Double door

Each

2.8.5

Each

2.8.6

10

Each

2.8.7

Each

2.9.5

13

Each

2.2.2

Each

2.2.6

Each

2.10.5

12

Each

2.10.4

Supplying and fixing following way prewired


vertical type TP&N MCB distribution board of steel
sheet for 415 volts on surface/ recess complete with
loose wire box of sheet steel, dust protected, duly
powder painted, inclusive of 200 amps tinned copper
bus bar, common neutral link, earth bar, din bar for
mounting MCB's, terminal connectors for all
18.20 incoming and outgoing circuits, duly prewired with
adequate size of FR PVC insulated copper conductor
upto the terminal connector/ neutral link, earthing
etc as required (But without MCB/ RCCB/ Isolator).
(Note : Prewired vertical type MCB TPDB is
normally used where 3 phase outlets are required).
a) 4 way (4 + 12), Double door

18.21

Providing and fixing following rating and breaking


capacity MCCB in existing cubicle panel board
including drilling holes in cubicle panel, making
connections, etc. as required.
a) 125 Amp, 16 KA
b) 250 Amp, 25 KA

Supplying and fixing 5 amps to 32 amps rating,


240/415 volts, "C" curve, miniature circuit breaker
18.22 suitable for inductive load of following poles in the
existing MCB DB complete with connections,
testing and commissioning etc. as required.
a) Triple pole and neutral
b) Triple pole

AE (P)

EE (P)

108
c) Double pole
d) Single pole
18.23

18.24

18.25

18.26

18.27

18.28

18.29

18.30

18.31

Supplying and fixing single pole blanking plate in


the existing MCB DB complete etc. as required.
Supplying and fixing 63 amps , four pole, 415 volts,
MCB in the existing MCB DB complete with
connections, testing and commissioning etc. as
required.
(Light Fixtures & Fans)
Supply ,installation , testing & commissioning of
Surface
mounted indoor batten type
LED
Luminaire with 2nos LED
Lamp Similar to
CG/WIPRO/PHILIPS Cat No.TMC 501 P2XT-LED
with 2nos 25W LED Tube or equivalent.
Supply ,installation , testing & commissioning of
Surface mounted indoor type High Bay LED
Luminaire with LED
Lamp Similar to
CG/WIPRO/PHILIPS Cat No.BY 400V LED 70S
CW SK PSU SI FG WH with AC 400C WH -surface
(mounting accessory) or equivalent.
Supply ,installation , testing & commissioning of
Surface mounted indoor type LED Luminaire with
28w LED Lamp Similar to CG/WIPRO/PHILIPS
Cat No. 31133/48 or equivalent.
Supply ,installation , testing & commissioning of
Surface mounted indoor type LED Luminaire with
10-12w
LED
Lamp
Similar
to
WIPRO/PHILIPS/CG Cat No. LCD SPL -S -12CDL or equivalent.
Supply ,installation , testing & commissioning of
Wall / Ceiling mounted indoor Batten type
Luminaire with Fluroscent
Lamp Similar to
CG/WIPRO/PHILIPS Cat No. TMS 122M 1xTL-528W EBT or equivalent.
Supply ,installation , testing & commissioning of
Surface mounted indoor indusrial type Bulkhead
Luminaire with PL-S 9W
Lamp Similar to
CG/WIPRO/PHILIPS Cat No. FXC 1XPL-S / 2P
9W AC GR or equivalent.
Supply ,installation , testing & commissioning of
five star rating ceiling fan of 1200 mm sweep
including wiring the downrods of standard length
(up to 30cm) with 1.5sqmm FR PVC insulated
copper conductor single core cable etc. as
required.(Khaitan/Usha/Crompton Greaves)

AE (P)

EE (P)

Each

2.10.3

360

Each

2.10.1

36

Each

2.11

17

Each

MR

31

Each

MR

19

Each

MR

147

Each

MR

128

Each

MR

348

Each

MR

18

Each

MR

214

Set

MR

109

18.32

18.33

18.34

18.35

18.36

18.37
18.38

18.39

18.40

18.41

18.42
18.43

18.44

Supply ,installation , testing & commissioning of


industrial type exhaust fan of 300 mm sweep metal
body with louvers in the existing opening including
making the hole to suit the size of the above fan ,
making good the damage, connection , shutter and
all accessories as required suitable for 240V 50Hz
A.C supply. (Khaitan/Usha/Crompton Greaves)
Supply ,installation , testing & commissioning of
high speed wall fan of 400 mm sweep 900 rpm
complete with all accessories
as required.
(Khaitan/Usha/Crompton Greaves)
Numbering of ceiling fan/ exhaust fan/ fluorescent
fittings as reqd.
(Earthing)
Earthing with copper earth plate 600 mm X 600 mm
X 3 mm thick including accessories, and providing
masonry enclosure with cover plate having locking
arrangement and watering pipe of 2.7 metre long etc.
with charcoal/ coke and salt as required.
Providing and fixing 25 mm X 5 mm copper strip in
40 mm dia G.I. pipe from earth electrode including
connection with brass nut, bolt, spring, washer
excavation and re-filling etc. as required.
Providing and fixing 25 mm X 5 mm copper strip on
surface or in recess for connections etc. as required.
Providing and fixing 4.00 mm dia copper wire on
surface or in recess for loop earthing as required.
(Lightning Conductor)
Providing and fixing lightning conductor finial made
of 25mm dia 300mm long copper tube having single
prong at top wth 85mm dia 3mm thick copper base
plate including holes etc complete as required .
Providing and fixing of G.I tape 20mm X 3mm thick
on parapet or surface of wall for lightning conductor
as required . ( Horizontal run )
Providing and fixing of G.I tape 20mm X 3mm
thick on parapet or surface of wall for lightning
conductor as required . ( Vertical run )
Providing and fixing testing joint of 20mm X 3mm
thick G.I strip , 125mm long with 4nos G.I bolt, nut,
check nut & spring washer as required .
Providing and laying 32 mm x 6 mm G.I tape for
earth electrode directly on ground as required.
Earthing with G.I earth plate 600 mm X 600 mm X 6
mm thick including accessories, and providing
masonry enclosure with cover plate having locking
arrangement and watering pipe of 2.7 metre long etc.
AE (P)

EE (P)

60

Set

MR

14

Set

MR

654

Each

1.49

Set

5.6

50

Mtrs

5.1

200

Mtrs

5.14

40

Mtrs

5.17

Set

6.1

250

Rmt

6.7

90

Rmt

6.8

Set

6.12

40

Rmt

6.14

Set

5.4

110
with charcoal/ coke and salt as required.

18.45

18.46

18.47

18.48

(Power Cabling work)


Supply of one number PVC insulated and PVC
sheathed / XLPE power cable of 1.1 KV grade of
3.5C 185 Sqmm on wall surface as required.
Supply of one number PVC insulated and PVC
sheathed / XLPE power cable of 1.1 KV grade of
3.5C 95 Sqmm on wall surface as required.
Supply of one number PVC insulated and PVC
sheathed / XLPE power cable of 1.1 KV grade of 4C
16 Sqmm on wall surface as required.
Laying and fixing of one number PVC insulated and
PVC sheathed / XLPE power cable of 1.1 KV grade
of following size on wall surface as required.
a) Above 95 sq. mm and upto 185 sq. mm (clamped
with 25/40x3mm MS flat clamp)
b) Above 35 sq. mm and upto 95 sq. mm (clamped
with 25x3mm MS flat clamp)
c) Upto 35 sq. mm (clamped with 1mm thick saddle)

20

Rmt

MR

120

Rmt

MR

60

Rmt

MR

20

Mtrs

7.7.3

120

Mtrs

7.7.2

60

Mtrs

7.7.1

Set

9.1.27

Set

9.1.24

Set

9.1.33

90

Each

1.27.1

90

Each

MR

594

Mtrs

1.20.2

Supplying and making end termination with brass


compression gland and aluminium lugs for following
size of PVC insulated and PVC sheathed / XLPE
aluminium conductor cable of 1.1 KV grade as
required.
18.49

a) 3 X 185 sq. mm (57mm)


b) 3 X 95 sq. mm (45mm)
c) 4 X 16 sq. mm (28mm)

(LAN Cabling)
Supplying and fixing 1/2 modules, GI box along
18.50 with modular base and cover plate for modular
switches in recess etc. as required.
Supplying and fixing RJ 45 LAN socket on the
existing modular modular plate and switch box
18.51
including connections but excluding modular plate
etc. as required.
Supplying and fixing of 25mm dia steel conduit
along with accessories in surface/recess including
18.52 painting in case of surface conduit, or cutting the
wall and making good the same in case of recessed
conduit as required
AE (P)

EE (P)

111
Supplying and fixing of 20mm dia steel conduit
along with accessories in surface/recess including
18.53 painting in case of surface conduit, or cutting the
wall and making good the same in case of recessed
conduit as required
Supplying and drawing UTP 4 pair LAN cat-6 cable
18.54 in the existing surface / recessed PVC conduit as
required.
CC TV
SITC of 1.3 MP HD Resolution 1/3" CMOS Bullet,
Lens: 3-9mm F1.2.6 fps @ 1920x1080, 30 M IR,
WDR Min 100dB, 3XIptical zoom, Defog, smart IR,
0Lux @IR on, PoE, Video analytics - Motion
19.1
detection, tempering alert, Muilti streaming, dual
streaming, two way audio, FCC, CE, UL certified,
Mobile App (iphone, iPad, Android) [Make: Bosch/
Honey well (Red)]
Video management software with bellow features:
Device finderDevice (IP camera & H-DVR) Remote
setup Real-Time recording server monitoring
Recording calculator Real-Time streaming server
monitoring Multiple device firmware update32
channels live monitoring with video buffering
19.2 Multiple playback at the same timeEvent thumbnail
searchInstant playback Digital Zoom Camera Pan/
Tilt/ Zoom control (Mouse, Joystick support) AVI
File exportIntelligent video analystics event
Detection Map and Event Live Pupup display32
channels recording & streaming [Make: Bosch/
Honey well (Red)]
Work station/server
Inter (R) i7
. 8 GB of RAM or Higher
19.3 . 500 GB of storage
. 1 GB PCI-E 2.0 x 16 bus graphics card with
wireless mouse Microsoft (R) DirectX
Windows OS with 32" commercial Monitor
19.4
19.5
19.6
19.7
19.8

12TB
NAS
Box
(Make:
Legrand/Systimax/Tyco/Molex)
24 port PoE L2 100/1000 switch (Make: D-Link/
HP/ Cisco)
24 port L3 100/1000 Managed switch (Make: DLink/ HP/ Cisco)
24 Port Cat 6 patch panel loaded (Make:
Legrand/Systimax /Tyco/Molex)
Cat 6 UTP Cable (305 Mtr/Box) (Make:
Legrand/Systimax/Tyco/Molex)
AE (P)

EE (P)

156

Mtrs

1.20.1

2248

Mtrs

1.53

60

Each

MR

Each

MR

Each

MR

Each

MR

Each

MR

Each

MR

Each

MR

Box

MR

112
19.9
19.10
19.11
19.12
19.13

Cat 6 I/O with fresh plate and back box (Make:


Legrand/Systimax/ Tyco/Molex)
Cat 6 UTP Patch cord (1 Mtr) (Make:
Legrand/Systimax/Tyco/Molex)
9 U wall mount rack with all accessories (Make:
ValRack/ APW/D-Link)
22 U floor standing rack with all accessories (Make:
ValRack/ APW/ D-Link)
5 KVA on-line UPS with 1 Hour backup (Make:
Legrand/Systimax/ Tyco/Molex)

60

Set

MR

120

Each

MR

Each

MR

Each

MR

Each

MR

Total of SH-II

20.1

20.2

20.3

20.4

20.5

20.6

Fire Alarm System


SITC
of
intelligent,
analog
addressable
Microprocessor based Two Loops main fire alarm
control panel which can be networked to extend the
system capacity. The panel shall be having a large
touch sensitive LCD screen viewable area with
integral system power supply unit including battery
charger with mounting chasis & lockable type
hinged door complete with sealed lead Acid
maintenance free battery backup etc as reqd. (MakeHoneywell-Notifire / Edward / BOSCH).
SITC of stylish designed intelligent analog multi
(Photo electric smoke and heat) sensor having 360
deg. View light pipe, soft addressing with intergral
short circuit isolator and base etc as reqd. (MakeHoneywell-Notifire / Edward / BOSCH).
SITC of stylish designed intelligent smoke detector
having 360 deg. soft addressing with intergral short
circuit isolator and base etc as reqd. (MakeHoneywell-Notifire / Edward / BOSCH).
SITC of stylish designed intelligent heat detector
having 360 deg. soft addressing with intergral short
circuit isolator and base etc as reqd. (MakeHoneywell-Notifire / Edward / BOSCH).
SITC of stylish designed intelligent 24 V projected
beam detector soft addressing with intergral short
circuit isolator and base etc as reqd. (MakeHoneywell-Notifire / Edward / BOSCH).
SITC of stylish designed addresable module for
conventional detector with intergral short circuit
isolator and base etc as reqd. (Make- HoneywellNotifire / Edward / BOSCH).

AE (P)

EE (P)

MR

Set

MR
179

Each

MR

Each

MR

Each

MR

Each

MR

Each

113

20.7

20.8

20.9

SITC of soft addressed wall / ceiling mounting


sensor based sounder low profile designed with
integral short circuit isolator, high intensity LEDS to
provided highly visible red coloured flash light with
sound to alert (Up to 100 DB) occupancies for
evacuation during fire etc as reqd. (MakeHoneywell-Notifire / Edward / BOSCH).
SITC of analog soft addressing resettable PVC body
Manual call point with integral short circuit isolator
etc as reqd. (Make- Honeywell-Notifire / Edward /
BOSCH).
Supplying and fixing of following sizes of steel
conduit along with accessories in surface / recess
including painting in case of surface conduit, or
cutting the wall and making good the same in case of
recessed conduit as reqd. (Make- AKG / BEC /
R.M.Con.)
a) 20 mm

MR

24

Each

MR

25

Each

1000

Mtr

1500

Mtr

95

Mtr

12

Mtr

Supplying and drawing followings sizes of FR LS


PVC insulated copper conductor single core cable in
the existing surface / recessed steel PVC conduit etc
20.10
as reqd. (Make- Finolex / RR / LAP / KEI / Polycab)
a) 2 x 1.5 Sq.mm

21.1

Fire Fighting System


Providing , laying ,testing & commissioning of Class
C' Heavy duty Following Size MS pipe confirming
to IS 1239/3589 including fittings like elbow, tees,
flanges, tapers, nuts bolts, gaskets etc. using metal
clamps supports and painting with two or more coats
of synthetic
enamel paint of required shade
complete as required. (Make: Tata / Jindal).
a. 100 mm dia
b. 80 mm dia

21.2

Supplying, installation and testing of internal fire


hydrant comprising of the followings but excluding
sluice
valve
complete
as
reqd.
a) Fire hydrant valve with double outlet, 100mm
NB flanged intel (OD-220mm, PCD-180, 8 holes of
90 mm dia), two indivisually controlled 63 mm
instantaneous coupling outlet complete with chained
plug
caps
b)
Orific
Plate
c) Rubber insertions, bolts & nuts

AE (P)

EE (P)

DSR-14

DSR-14

MR
MR

MR

14

Each

114

21.3

21.4

21.5

21.6

21.7

21.8

21.9

Supplying and fixing first-aid hose reel with MS


construction spray painted in Post Office Reg.
conforming to IS 884 with upto date amendments,
complete
with
the
following
as
reqd.
a) 30 mtr long 20 mm (Nominal Internal dia water
hose Thermoplastic (Textile reinforced) Type - 2 as
per
IS:
12585.
b) 20 mm (Nominal Internal) dia gun metal globe
valve
&
nozzle.
c) Drum and brackets for fixing the equipments on
wall.
d) Connections from riser with 40 mm dia stop valve
(Gun
metal)
&
MS
Pipe.
(Make: Getech/ Lifeguard/ Safeguard).
Supplying and fixing 63 mm dia, 15 mtr. Long RRL
hose pipe with 63 mm dia Male and Female Gun
metal couplings duly binded with GI wire, rivets etc
confirming to IS 636 (Type-A) as reqd.
Supply & Installation of 63 mm dia instantaneous
pattern SS metal branch short pipe, 20 mm di nozzle
confirming to IS 903, suitable for inter connection to
hose pipe coupling complete as required. (Make:
Getech/ Lifeguard/ Safeguard)
Supplying and fixing 3 way fire brigade connection
of cast iron body with 3 Nos. Gun metal male
instantaneous inlet couplings complete with cap and
chain as reqd. for 150 mm dia MS pipe connection,
conforming to IS 904 as reqd.
Supplying and fixing of hydrant box made out of
1.2mm thick MS sheet of size 900mm x 600mm x
500mm to accommodate two nos hose pipe and
branch pipe double door with locking arrangement
and 4mm acrylic sheet on front with writing Break
Glass in case of fire. Complete with complete as
required.
Providing and fixing MS cabinet (To enclose above
FB connection) fabricated from 16 guage MS sheet
with full front glass door and locking arrangement
duly painted with one coat of primer and two or
more coats of synthetic enamel paint of approved
make and shade and suitably mounted on a raised
masonry platform as reqd. (Approx 0.6 m x 0.6 m x
0.45m).
Supply, fixing, testing and commissioning of CI
double flanged type Non-return valve of class PN
1.6 as per IS: 5312 of 1969 of following sizes
complete i/c necessary rubber insertions, nuts, bolts
etc as reqd. (Make: Kirloskar / Kartar / Kalpana)
AE (P)

EE (P)

MR

14

Each

MR

28

Each

MR
14

Each

MR
2

Each

MR

14

Each

MR

Each

115
b. 100 mm dia
10

Each

Each

Each

Each

c. 80 mm dia
Supply, fixing, testing and commissioning of CI
double flanged type sluice valve of class PN 1.6 as
per IS: 780 of 1984 of following sizes complete i/c
necessary rubber insertions, nuts, bolts etc as reqd.
21.10
b. 80 mm dia
c. 100 mm dia
Providing and fixing of Air vessel made out of 6mm
thick MS sheet with dished end size
250mmX1200mm with dished 6 mm thickness and
21.11 fitted with 25mm drain valve 25mm dia 1.5 mtr
length for pressure gage and in let connection 80mm
dia 1mtr pipe complete with testing commissioning
etc as required.(Make: Getech/ lifeguard/ Safeguard)
Supplying, installation, testing and commissioning
of electric driven terrace pump Suitable HP 900
LPM suitable for automatic operation and consisting
of following : complete in all respect as required.a)
Horizontal type, Singlestage, centrifugal, split casing
pump of cast iron body & bronze impeller with
stainless steel shaft, mechanical seal and flow of 900
lpm at 40 m head conforming to IS 1520.b) Suitable
21.12 HP SQ cage induction motor, TEFC, synchronous
speed 3000 RPM, suitable for operation on 415
volts, 3 phase 50 Hz. AC with IP 55 class of
protection for enclosure, horizontal foot mounted
type with Class-`F' insulation, conforming to IS325.c) M.S. fabricated Common base plate,
coupling, coupling guard, foundation bolts etc as
required.d) Suitable cement concrete foundation
duly plastered with anti vibration pads.
Supplying and Laying of AL XLPE insulated/ PVC
sheathed alluminium conductor 1.1 KV grade
armoured U.G. Cable of following sizes on surface/
21.13
in existing cable tray suitably clamped as required.
a. 4 x 10 sq.mm
Supplying and Laying control wiring with multi core
copper strandard conductor of following sizes PVC
insulated PVC sheathed armoured cable between
21.14
various sensors and system controller/starter etc. in
pump house and outside on surface/existing cable
tray complete with connections at both end with
AE (P)

EE (P)

MR
MR

MR
MR

MR

Each

MR

Set

50

Mtr

116
gland etc. as reqd.
a. 3 x 2.5 Sq.mm
20
Providing & fixing pressure guage in the existing
21.15 MS pipe line complete with all accessories and
connection etc. as reqd.
Providing & fixing Pressure Switch in the M.S. Pipe
21.16 line i/c connection, testing etc, as required.
Fabrication, supplying, installation, testing &
commissioning of IP65 compartmentlised floor
mounted cubical panel board fabricated out of 2
mm, thick CRCA MS sheet, having front area not
less than 1.65 sq mt complete with 4 strips 200 A
Al bus bar with hinged lockable doors, indoor type,
dust and vermin proof, powder coated of approved
shade after 7 tank treatment process, earthing with 2
nos earth strips of copper of size 25 mmx3mm ,
internal wiring, earth terminals, numbering etc,
complete in all respect, suitable for operation on 415
V, 3 phase, 50 Hz, AC supply with enclosure
protection class IP 52 and pdg & fixing following
21.17 switch
gears
therein
Incoming
a. 125 A, MCCB (Triple pole) 16 KA (Incoming) 1
No.
b. 96mm. Sq. 0-500 V Voltmeter with selector
switch.
(Digital
Type)-1
No.
c.
RYB
indicator
lamps
3
Nos.
d. 96mm. Sq. Ammeter 0-60/5A, (Digital type)
with selector switch and complete with internal
wiring
etc.
as
reqd.
-1
No.
Outgoing
a. 100 Amp 10KA, 500V, 50Hz TP MCB (1No for
terrace pump & 1No for stand by terrace pump) and
1No spare-3 Nos.
SITC of Star Delta starter for Pump set and suitable
for operation on 415V, 3 phase, 50 Hz, AC supply
21.18 complete with overload relay, single phase preventor
and all accessories i/c on-off push button with
indicator lamp and internal wiring etc as required.
22
Lift
Supplying, Installation, Testing and Commissioning
& putting into operation & final testing of Automatic
lift, complete with all standard equipment as per
22.1
manufacturing's design & as per CPWD
Specification part-III lifts 2006 amended up to date
& as per additional specification (Enclosed) & full
AE (P)

EE (P)

Mtr

MR
MR

Each

Each

MR

MR

Job

MR
1

Each

MR
2

Job

117
fitting following requirements.
a) Type: Passanger Lift
b) Load: 13 passanger/884 Kg
c) Speed: 1.25 Mtrs./ Sec
d) Control: AC variable voltage & variable
frequency
e) Operation: Microprocessor based single automatic
push button/simplex collective selective with or
without attendant.
f) Total Rise: About 20 Mtrs. .. Approximate (G + 6
Floor)
g) Landing: All floors.
h) Floor served: G + 6
i) Signals: Digital car position indicator,car travels
direction indicator in car & at all landing
j) ARD: Automatic rescue device complete with dry
maintenance free batteries as required.
k) Car inside about 2000mm wide x 1100mm deep
l) Car Entrance:Clear Opening 900 mm x 2000 mm
high protected with car door
m) Landing Entrance: Clear opening 900 mm x 2000
mm high protected with landing door
n) Car Door: Automatic power operated centre
opening stainless scratch proof surface. (Moon rock
finish).
o) Landing Door: Stainless steel scratch proof
surface. (Moon rock finish).
p) Door Opening: Automatic electric power oprated
door with infra red protection
CAR
INTERIOR
(i) Stainless steel scratch proof surface. (Moon
rock
finish)
(ii) A hand rail & braille system for handicap
persons.
(iii) Micro levelling arrangement.
r) Car Ceiling & Lighting: LED lighting concealed
suspended false ceiling with plain arcylic
diffuser.The frame of suspended false ceiling shall
be powder coated aluminium.
s) Car Ventilation: Pressure fan with anodised
aluminium grill.
t) Emergency lighting in car: Battery operated
emergency lighting in the lift car.
u) Intercom system: Battery operated intercom
system in Lift Car, Machine Room & Control Room
AE (P)

EE (P)

118
v) Emergency Alarm: Battery operated alarm bell
system in lift car and control room
w) Position of Machine Room: Directly above the
lift shaft
x) Electric power supply: AC 415 Volt 3phase, 50
Hz, terminated in machine room.
y) Fireman switch: Fireman switch at main landing
terminal.
z) Voice Synthesizer: Voice announcement system
(Voice Synthesizer) in the car to announce the
position of the elevator in the hoist way as the car
passes or stops at a floor served by the elevator.
aa) Fully loaded with overload protection.
ab) Display system: Digital display of direction,
floor location both inside the car and on landing
floor.

AE (P)

EE (P)

Das könnte Ihnen auch gefallen