Anda di halaman 1dari 305

Government of India

Central Public Works Department

NIT NO :- 18/EE/CE/GCD/2014-15
NAME OF WORK: ,'

 ' , '  / t ^ ^
/^/
W&&^&W
>/Wds'

1,7




Government of India
Central Public Works Department
Name of Work : ,'
 ' , '  / t ^ ^
/^/
W&&^&W
>/Wds'


*(1(5$/,1'(;
6O1R

'HVFULSWLRQ

6KHHW1R

(QYHORSH(OLJLELOLW\DQG7HFKQLFDO%LG


3DUW$
Volume I (Information and instructions to contractors, CPWD-6 &
Eligibility criteria)
Volume II ( CPWD -8, SCHEDUE A to F for Civil Works & GCC 2014)
Form of Earnest Money Deposit/Bank Guarantee Bond

01 to 33
34 to 45
46 to 47

Form of Performance Security

48

Guidelines regarding Integritty Pact


Form of Integrity Pact

49
50 to 57
58

3DUW% &LYLO $1',WV,1'(;


2

Special conditions (Civil)


Additional Conditions for Civil Work

59 to62
63 to95


E/>E/>
KE/>E/>WW




Additional Conditions of contract specific to Green Building Practices


Particular Specifications (Civil)

96 to 105

106 to 130

List of Bureau of Indian Standard codes

131 to 134
Guarantee Bond for Water Supply, Sanitary Installations and drainage











135 to 136

Guarantee Bond for removal of defects in respect of stone/tile work

137

Guarantee Bond for Aluminium Work


List of Field Tests, Field Testing equipments & instruments, List of T&P.



Proforma for Test carried out, proforma for Cement/Paint registers.

138
139 to 140
141to 142

List of Architectural Drawings


List of approved makes of Materials, Fixtures & Fittings etc.

144 to 150

3DUW&(OHFWULFDO ( 0 :RUNV

151

General Information for E & M works

152

General Condition for all E & M









143

153 to 155

Addition conditions ( General ) for all E & M Packages

156-160

Special conditions for E & M works for composite Tender

161-168

Schedule A to F for Electrical Component

169-176

Additional Technical specifications for Internal Electrical Works

177-187

List of Approved makes of Materials

188

Intelligent Addressable Fire alarm and PA system commercial and


Additional Conditions

189


E/>E/>
KE/>E/>WW




190-213

Intelligent Addressable Fire alarm Mechanical specifications

214

List of approved equipment and materials


Commercial and Additional conditions

215-219

Technical specifications for Fire Fighting Work

220-238
239

List of Approved makes of Equipments- Wet riser System


Commercial and Additional conditions

240-244

Detailed Technical Specifications and Equipments

245-249

Lift Maintenance Schedule

250-251

(QYHORSH)LQDQFLDO%LG

3DUW' 6FKHGXOHRI4XDQWLWLHV 

252

Schedule of Quantities (Civil)

253 to 276

Schedule of Quantities (Elect.)

277 to293








,WLVFHUWLILHGWKDWWKLVGRFXPHQWFRQWDLQV)RXUSDUWVLH3DUW$3DUW
%3DUW3DUW& 3DUW'FRQWDLQLQJSDJHV1R$WRB



6G
([HFXWLYH(QJLQHHU
*&'&3:'*DQGKLQDJDU




E/>E/>
KE/>E/>WW





*RYHUQPHQWRI,QGLD
&HQWUDO3XEOLF:RUNV'HSDUWPHQW

Name of work       , '    ' ,


'  / t ^ ^ /  
 ^   / W   &
&   ^  &   W   >  /Wd
s'

VOLUME I
OF PART A


E/>E/>
KE/>E/>WW




&(175$/38%/,&:25.6'(3$570(17

127,&(,19,7,1*H7HQGHU


The Executive Engineer, Gandhinagar Central Division, CPWD, Gandhinagar (Ph. No.
079-23223486) invites on behalf of President of India RQOLQHLWHPUDWHWHQGHUVIURPHOLJLEOH
ILUPVDQGFRQWUDFWRUVRIUHSXWHLQWZRELGV\VWHPIRUIROORZLQJZRUN

1,71R((&(*&'

Name of work: Construction of 575 bedded Boys Hostel (G+8) and 150 bedded Girls Hostel
(G+2) including Internal Water Supply, Sanitary Installations, internal roads,
Drainage, Sewerage, internal electric Installations, Pumps, wet riser, Fire
Fighting and Sprinkler system, Fire Alarm & PA system and Lifts, for CIPET,
Vatva, Ahmedabad, Gujarat.
Estimated Composite cost: Rs. 30,14,80,447/- Civil: Rs. 25,92,48,751/- and Electrical:
Rs. 4,22,31,696/-). (DUQHVW0RQH\Rs. 40,14,804/-  SHULRGRIFRPSOHWLRQ (LJKWHHQ 
0RQWKV7LPHDQGGDWHRISUHELGFRQIHUHQFHDW303HULRGRI
VXEPLVVLRQRIELGV)URPWRDW307LPHDQGGDWHRI
RSHQLQJWHQGHUDW30

The tender forms and other details can be seen and downloaded from the website
www.tenderwizard.com/CPWD or www.cpwd.gov.in or www.eprocure.gov.in.



E/>E/>
KE/>E/>WW



INFORMATION AND INSTRUCTIONS FOR BIDDERS FOR e-TENDERING FORMING PART
OF BID DOCUMENT AND TO BE POSTED ON WEBSITE (2 BID SYSTEM)

Time & Date of opening of


Technical bid

Up to 4.30 PM 15/12/2014.
*

Last Date &Time of submission of


bid, EMD, e- Tendering processing
fee and other documents as
specified in the Press Notice

Up to 3.30 PM on 15/12/2014

Period of completion

18/CE/EE/GCD/2014-15


,'
','
/t^^/
^
/W&
&^&W
>/Wds
'

18 Months

Earnest Money

Rs.40,14,804/-

NIT NO

Total Rs.30,14,80,447/Rs.25,92,48,751/- ( Civil Works)


Rs. 4,22,31,696/- (Electrical(E&M) works)

Sl.NO

Name of work & location

Estimated cost put


to bid

The Executive Engineer Gandhinagar Central Division, CPWD, Gandhinagar on behalf of the
President of India invites online item rate bids from eligible firms/contractors of repute in two bid
system for the following work:

1.
Contractors who fulfill the following requirements shall be eligible to apply. Joint
ventures are not accepted.
(a)
Should have satisfactorily completed the works as mentioned below during the last
Seven years ending previous day of last date of submission of bids.
(i) Three similar works each costing not less than Rs. 1210 Lakhs, or two similar works
each costing not less than Rs.1810 Lakhs or one similar work costing not less than Rs.2410
lakhs, and

E/>E/>
KE/>E/>WW



(ii) One completed work of any nature (either part of (i) above or a separate one) costing not
less than Rs.1210 lakhs with some Central Govt. Department/ State Government Department /
Central Autonomous Body/ State Autonomous Body/ Central Public Sector Undertaking/ State
Public Sector Undertaking/ City Development Authority/ Municipal Corporation of City formed
under any Act by Central/ State Government and published in Central/ State Gazette.
Similar work shall mean work of RCC framed structure multi-storied building having
minimum five Storeys including masonry, finishing work, plumbing work etc. under
one single agreement.
Note: Mumty & Machine Room will not be counted as storey for above purpose.

The Works should have been executed in the same name in which present bid is made or
Work experience gained from the works executed by the bidder in partnership firm in the same
proportion ( financial value ) of share of the applicant in that partnership firm where the
applicant was partner earlier, attested copy of which shall be submitted along with technical bid.
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 last
date of receipt of submission of bids.
In case of Govt/ Semi Govt. works, the completion certificate issued by the Executive Engineer
or above level officer shall be required.
In case of private work the value of completion certificate meeting minimum eligibility criteria
should be supported by TDS or other verifiable document.
(b) The bidder should have had average annual financial turnover (gross) of Rs 30,14,80,447/on construction work during the last three consecutive financial year ending 31st March 2014.
Balance sheets (may range from six to eighteen months) duly audited by Charted Accountant
are to be submitted. Year in which no turnover is shown would also be considered for working
out the average. (Scanned copy of certificate from CA to be uploaded.)
(c) The bidder should not have incurred any loss in more than two years during the last five
consecutive financial year ending 31st March 2014. Balance sheets, duly certified and audited
by the Chartered Accountant, (Scanned copy of certificate from CA to be uploaded) are to be
submitted.
(d) Solvency Certificate issued by a Scheduled Bank for Rs.12,05,92,179/- or more. The
solvency certificate should not be older than six months, (Scanned copy of original solvency to
be uploaded).
(e) For Electrical works the main contractor should either himself meet the eligibility criteria as
defined below or he will have to associate agency(s) for Electrical works and has to submit

E/>E/>
KE/>E/>WW



details of such agency(s) conforming to eligibility conditions as defined below to Engineer-incharge within prescribed time. Name of the agency(s) to be associated shall be approved by
Engineer-in-Charge of minor component.

S.No.

1.

Component
of
Electrical
works
Internal EI
works

Estimated
cost
Rs.(in
lakhs)
269.94

2.

Lifts

63.00

3.

Fire Alarm
System

37.11

4.

Fire Fighting
(Wet riser)

52.25

Eligibility

Approved and eligible


contractors of Electrical
(internal & external electrical
installation) category in
CPWD in appropriate class.
The Associate Agency shall
be as approved by DG CPWD
in category A, which are
OTIS, Kone, Schindler,
Mitsubishi & Johnson.
Approved and eligible
contractor / Annually
prequalified firms in category
of fire alarm system in
appropriate class in CPWD.
Annually prequalified /
approved eligible contractor
firms in category of fire
fighting system in appropriate
class in CPWD.

3. The intending bidder must read the terms and conditions of CPWD-6 carefully. He should
only submit his bid if he consider himself eligible and he is in possession of all the documents
required.
4. Information and Instructions for bidders posted on website shall form part of bid document.
5. The bid document consisting of plans, specifications, the schedule of quantities of various
types of items to be executed and the set of terms and conditions of the contract to 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.
6. 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

E/>E/>
KE/>E/>WW



Banker`s Cheque or Deposit at call Receipt or Fixed Deposit Receipts and Bank Guarantee of
any Scheduled Bank towards EMD in favour of Executive Engineer, Gandhinagar Central
Division, CPWD, Gandhinagar and other documents as specified.
7. 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.
8. The intending bidder must have valid class-III digital signature to submit the bid.
9. On opening date, the contractor can login and see the bid opening process. After opening of
bids he will receive the competitor bid sheets.
10. Contractor can upload documents in the form of JPG format and PDF format.
11. Certificate of Financial Turn Over: At the time of submission of bid contractor may upload
Affidavit/ Certificate from CA mentioning Financial Turnover of last 3 years or for the period as
specified in the bid document and further details if required may be asked from the contractor
after opening of technical bids. There is no need to upload entire voluminous balance sheet.
12. Contractor must ensure to quote rate of each item. The column meant for quoting rate in
figures appears in pink colour and the moment rate is entered, it turns sky blue. In addition to
this, while selecting any of the cells a warning appears that if any cell is left blank the same
shall be treated as "0". 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).
13. The Technical bid shall be opened first on due date and time as mentioned above. The time
and date of opening of financial bid of contractors qualifying the technical bid shall be
communicated to them at a later date.
14. Pre Bid conference shall be held in the chamber of CE (WZ-IV) at Gandhinagar on
08/12/2014 at 03:30 to clear the doubt of intending bidders, if any.
15. 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.
16. The department reserves the right to reject any prospective application without assigning
any reason and to restrict the list of qualified contractors to any number deemed suitable by it, if
too many bids are received satisfying the laid down criterion.
17. Applicants are advised to keep visiting the above mentioned web-sites from time to time (till
the deadline for bid submission) for any updates in respect of the tender documents, if any.
Failure to do so shall not absolve the applicant of his liabilities to submit the applications

E/>E/>
KE/>E/>WW



complete in all respect including updates thereof, if any. An incomplete application may be
liable for rejection.
List of Documents to be scanned and uploaded within the period of bid submission:
I. Treasury Challan/Demand Draft/Pay order or Banker`s Cheque /Deposit at Call Receipt/Bank
Guarantee of any Scheduled Bank against EMD.
II. Certificates of Work Experience.
III. Certificate of Financial Turnover from CA and certificate of loss/Profit from CA.
IV. Bank Solvency Certificate.
V. letter of transmittal along with form A to H.
VI. Affidavit as per provisions of clause 1.3 of CPWD-6
VII. Certificate of Registration for Sales Tax / VAT and acknowledgement of up to date filed
return.
VIII. 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."
IX. PAN card issued by the Income-Tax department.
(* To be filled by EE)


E/>E/>
KE/>E/>WW




CPWD-6 FOR E-TENDERING


1. Item rate bids are invited on behalf of President of India from eligible firms/ contractors
in two bid system for the work of Construction of 575 bedded Boys Hostel (G+8) and
150 bedded Girls Hostel (G+2) including Internal Water Supply, Sanitary Installations,
internal roads, Drainage, Sewerage, internal electric Installations, Pumps, wet riser, Fire
Fighting and Sprinkler system, Fire Alarm & PA system and Lifts, for CIPET, Vatva,
Ahmedabad, Gujarat.
Joint ventures, Consortium & Special purpose vehicles are not accepted.
1.1
The work is estimated to cost Rs 30,14,80,447/- {Civil = Rs. 25,92,48,751/-,
Electrical = Rs. 4,22,31,696/- , Total = Rs.30,14,80,447/-}. This estimate, however, is
given merely as a rough guide.
The authority competent to approve NIT for the combined cost and belonging to the
major discipline will consolidate NITs for calling the bids. He will also nominate Division
which will deal with all matters relating to the invitation of bids.
For composite bid, besides indicating the combined estimated cost put to bid, Should
clearly indicate the estimated cost of each component separately. The eligibility of
bidders will correspond to the combined estimated cost of different components put to
bid.
1.2 Intending bidders are eligible to submit the bid provided they fulfill eligibility criteria
as below
(a) Should have satisfactorily completed similar works of magnitude specified below
during the last Seven years ending previous day of last date of submission of bids :
(i) Three similar works each costing not less than Rs. 1210 Lakhs, or two similar works
each costing not less than Rs.1810 Lakhs or one similar work costing not less than
Rs.2410 lakhs, and
(ii) One completed work of any nature (either part of (i) above or a separate one) costing
not less than Rs.1210 lakhs with some Central Govt. Department/ State Government
Department / Central Autonomous Body/ State Autonomous Body/ Central Public Sector
Undertaking/ State Public Sector Undertaking/ City Development Authority/ Municipal
Corporation of City formed under any Act by Central/ State Government and published
in Central/ State Gazette.


E/>E/>
KE/>E/>WW




Similar work shall mean works of RCC framed structure multi storied
building having minimum five Storey including masonry, finishing work,
plumbing work etc. under one single agreement.
Note: Mumty & Machine room will not be counted as storey for above purpose.
The Works should have been executed in the same name in which present bid is made
or Work experience gained from the works executed by the earlier firm (partnership firm)
shall be considered in the same proportion ( financial value ) of share of the applicant in
that partnership firm where applicant was a partner earlier, attested copy of which shall
be submitted along with the technical bid.
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 bids.
In case of Govt/ Semi Govt. works, the completion certificate issued by the Executive
Engineer or above level officer shall be required.
In case of private work the value of completion certificate meeting minimum eligibility
criteria should be supported by TDS or other verifiable document.
(b) The bidder should have had average annual financial turnover (gross) of Rs 30,14,80,447/on construction work during the last three consecutive financial year ending 31st March 2014.
Balance sheets (may range from six to eighteen months) duly audited by Charted Accountant
are to be submitted. Year in which no turnover is shown would also be considered for working
out the average. (Scanned copy of certificate from CA to be uploaded.)
(c) The bidder should not have incurred any loss in more than two years during the last five
consecutive financial year ending 31st March 2014, Balance sheets, duly certified and audited
by the Chartered Accountant. (Scanned copy of certificate from CA to be uploaded are to be
submitted.)
(d) Solvency Certificate issued by a Scheduled Bank for Rs.12,05,92,179/- or more. (the
solvency certificate should not be older than six months, Scanned copy of original solvency to
be uploaded).
(e) For Electrical works the main contractor should either himself meet the eligibility criteria as
defined below or he will have to associate agency for Electrical works after award of work and
has to submit details of such agency(s) conforming eligibility condition as defined below to
Engineer-in-charge within prescribed time. Name of the agency(s) to be associated shall be
approved by Engineer-in-Charge of minor component.


E/>E/>
KE/>E/>WW




Add the eligibility table for information to the contractors.


S.No.

1.

Component
of
Electrical
works
Internal EI
works

Estimated
cost
Rs.(in
lakhs)
269.94

2.

Lifts

63.00

3.

Fire Alarm
System

37.11

4.

Fire Fighting
(Wet riser)

52.25

Eligibility

Approved and eligible


contractors of Electrical
(internal & external electrical
installation) category in
CPWD in appropriate class.
The Associate Agency shall
be as approved by DG CPWD
in category A, which are
OTIS, Kone, Schindler,
Mitsubishi & Johnson.
Approved and eligible
contractor / Annually
prequalified firms in category
of fire alarm system in
appropriate class in CPWD.
Annually prequalified /
approved eligible contractor
firms in category of fire
fighting system in appropriate
class in CPWD.

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

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


E/>E/>
KE/>E/>WW



4. Agreement shall be drawn with the successful bidders on prescribed Form No. CPWD 8 (or
other Standard Form 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.

5. The time allowed for carrying out the work will be 18 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.

6. The site for the work is available.


The architectural and structural drawings shall be made available in phased manner,
as per requirement of the same as per approved programme of completion submitted
by the contractor after award of work.
7. 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 except Standard General Conditions of
Contract Form can be seen on website www.tenderwizard.com/CPWD or
www.cpwd.gov.in free of cost.
8. 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.
9. 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.
10.Earnest Money in the form of Treasury Challan or Demand Draft or Pay order or Banker`s
Cheque or Deposit at Call Receipt or Fixed deposite Receipt (drawn in favour of
Executive Engineer, GCD, C.P.W.D., Gandhinagar) shall be scanned & uploaded to the
e-tendering website within the period of bid submission.
A part of earnest money is acceptable in the form of bank guarantee also. In such case,
minimum 50% of earnest money or Rs. 20 lac, whichever is less, shall have to be deposited
in the form of Treasury Challan or Demand Draft or Pay order or Banker`s Cheque or
Deposit at Call Receipt or Fixed deposite Receipt, and balance may be deposited 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

E/>E/>
KE/>E/>WW



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 Executive Engineer,
Gandhinagar Central Division, CPWD, Gandhinagar 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.
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.5618/- shall be payable to M/s. ITI Limited through their egateway by credit / debit card, Internet Banking or RTGS / NEFT facility.
Copy of certificate of work experience and other documents as specified in the para 17 (i)
to (ix) of Information and Instructions for bidders for e-Tendering shall be scanned and
uploaded to the e-Tendering website within the period of bid submission. However, certified
copy of all the scanned and uploaded documents as specified in the para 17 (i) to (ix) of
Information and Instructions for bidders for e-Tendering 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 bid opening authority.
Online bid documents submitted by intending bidders shall be opened only of those
bidders, who has deposited e-tender processing Fee with M/s. ITI Limited and Earnest
Money Deposit and other documents scanned and uploaded are found in order.
The envelope I of bid submitted shall be opened at 4:30 pm Hours on 15-12-2014.
11.The bid submitted shall become invalid and e-Tender processing fee shall not be refunded if
(i) The bidder is found ineligible.
(ii) The bidder 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 tender.


E/>E/>
KE/>E/>WW



12.The bidder whose bid is accepted, will be required to furnish performance guarantee of 5%

(Five Percent) of the bid amount within the period specified in schedule F. This guarantee
shall be in the form of cash (in case guarantee amount is less than Rs10000) 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 Rs 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

(*To be filled by EE)

earnest money deposited along with bid shall be returned after receiving the aforesaid
performance guarantee.
13.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, nature and topography of the site, the means of access to
the site, the accommodation they may require and in general shall themselves obtain all
necessary information as to risks, contingencies and other circumstances which may
influence or affect their bid. A bidders shall be deemed to have full knowledge of the site
whether he inspects it or not and no extra claims / payments consequent on any
misunderstanding or otherwise shall be allowed. The bidders shall be responsible for
arranging and maintaining at his own cost all materials, tools & plants, water, electricity,
access, facilities for workers and all other services required for executing the work unless
otherwise specifically provided for in the contract documents. Submission of a bid by a
bidder implies that he has read this notice and all other contract documents and has made
himself aware of the scope and specifications of the work to be done and of conditions and
rates at which stores, tools and plant, etc. will be issued to him by the Government
(mentioned if any, in this bid document) and local conditions and other factors having a
bearing on the execution of the work.
14.The competent authority on behalf of the President of India does not bind itself to accept the
lowest or any other bid and reserves to itself the authority to reject any or all the bids
received without assigning any reason. All bids in which any of the prescribed conditions is
not fulfilled or any condition including that of conditional rebate is put forth by the bidders
shall be summarily rejected.
15.Canvassing whether directly or indirectly, in connection with bids is strictly prohibited and the
bids submitted by the bidders who resort to canvassing will be liable to rejection.

E/>E/>
KE/>E/>WW



16.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.
17.The bidder shall not be permitted to bid for works in the CPWD Circle (Division in case of
contractors of Horticulture / Nursery category) responsible for award and execution of
contracts, in which his near relative is posted as Divisional Accountant or as an officer in
any capacity between the grades of Superintending Engineer and Junior Engineer (both
inclusive). He shall also intimate the names of persons who are working with him in any
capacity or are subsequently employed by him and who are near relatives to any gazetted
officer in the Central Public Works Department or in the Ministry of Urban Development.
Any breach of this condition by the bidder would render him liable to be removed from the
approved list of contractors of this Department.
18. No Engineer of gazetted rank or other Gazetted Officer employed in Engineering or
Administrative duties in an Engineering Department of the Government of India is allowed
to work as a contractor for a period of one year after his retirement from Government
service, without the prior permission of the Government of India in writing. This contract is
liable to be cancelled if either the contractor or any of his employees is found any time to
be such a person who has not obtained the permission of the Government of India as
aforesaid before submission of the bid or engagement in the contractors service.
19. The bid for the works shall remain open for acceptance for a period of Ninety (90) days from
the date of opening of eligibility documents (Technical bid). 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.
20. This notice inviting tender shall form a part of the contract document. The successful bidder/
contractor, on acceptance of his bid by the Accepting Authority shall within 15 days from
stipulated date of start of the work, sign the contract consisting of :(a) The Notice Inviting bid, all the documents including special conditions, additional conditions,
particular specifications and drawings, if any, forming part of the bid as uploaded at the time
of invitation of bid and the rates quoted online at the time of submission of bid and
acceptance thereof together with any correspondence leading thereto.
(b) Standard C.P.W.D. Form 8 or other Standard C.P.W.D. Form as applicable.
21.

For Composite Bids


21.1.1

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


E/>E/>
KE/>E/>WW



fixed with respect to the combined estimated cost put to tender for the
composite bid.
21.1.2

The bid document will include following four 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 up-to last date of submission of tender other documents relating to
eligibility.

Part B:-

General / special conditions, additional condition, particular specifications


etc., applicable to major component of the work.

Part C:-

Schedule A to F for minor component of the work. (SE/GCC/CPWD in charge


of major component shall also be competent authority under clause 2 and
clause 5 for minor component, as mentioned in schedule A to F for major
components), General / special conditions, specifications and other
document relating to technical bid.
Part D:-

Financial bid consisting of schedule of quantities for Civil and

Electrical Elecrical (E & M)works.

21.1.3

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

21.1.4

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

21.1.5

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(s). EE of major
component will operate both agreements. EE in charge of minor components


E/>E/>
KE/>E/>WW



shall operate minor part along with major part of the agreement.

21.1.6

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

21.1.7

Security Deposit will be worked out separately for each component


corresponding to the Tendered amount of the respective component of
works.

21.1.8

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


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

21.1.9

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-incharge 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.

21.1.10

The main contractor has to enter into agreement with 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.

21.1.11

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.


E/>E/>
KE/>E/>WW



21.1.12 A The composite work shall be treated as complete, when all the
component of the work is 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.
21.1.12 B 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.

SECTION - I
BRIEF PARTICULARS OF THE WORK
1. Salient details of the work for which bids invited are as under:
6U1R
1DPHRI:RUN


3HULRGRI
(VWLPDWHG&RVW FRPSOHWLRQ

,'
30,14,80,447
','/t^^
/^
/W&&^&
W>/Wds'

18 Months




The work is situated at CIPET,Vatva,Ahmedabad (Gujarat) under jurisdiction of EE, Gandhinagar 


Central Division, CPWD, Gandhinagar (Gujarat) 

3.0

Features:

3.1

General features and major components of the work are as under:

i)

575 Bedded Boys Hostel (G+8) with common toilets & Kitchen/Dining and 150 Bedded
Girls Hostel (G+2) with common toilets & Kitchen/Dining. Recreation Room has also been
provided separately

ii)

Excavation of earth in foundations

iii)

RCC Isolated/combined footings for Girls Hostel & Raft foundation for Boys Hostel.

iv)

RCC framed construction in superstructure.

v)

Brick work with non modular fly ash bricks conforming to IS:12894,class designation 5
average compressive strength in Cement Mortar 1:6 for external walls and half brick
masonary with non modular fly ash bricks conforming to IS:12894,class designation 5
average compressive strength in cement mortar 1:4 for internal/partition walls

vi)

Flush door shutters and anodized Aluminium glazed windows.


E/>E/>
KE/>E/>WW




4.

vii)

Mainly kota stone flooring.

viii)

RCC slab roofing with Integral water proofing treatment .

ix)

Internal and external finish including water supply, sanitary installations and drainage.

x)

Internal electrical installations.

xi)

Lift, Fire Fighting system.

Work shall be executed according to General Conditions of Contract 2014 Form 8 for Central P.W.D.
Works as amended/corrected upto the date of submission of bid.

SECTION II
GENERAL INSTRUCTIONS FOR BIDDERS :
1.0

GENERAL:

1.1

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

1.2

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

1.3

The bid should be type written / neatly hand written. The bidder should sign each page of the bid.

1.4

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

1.5

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

1.6

The bidder may furnish any additional information, which he thinks is necessary to establish his
capabilities to successfully complete the envisaged work. He is, however, advised not to furnish
superfluous information. No information shall be entertained after submission of eligibility criteria
document unless it is called for by the Employer.
st
The credentials submitted in respect of eligibility criteria of the tender by the 1 lowest bidder
after opening of the financial bid shall be verified before award of work. Any information
furnished by the bidder found to be incorrect either immediately or at a later date, would render
him liable to be debarred from tendering / taking up of work in CPWD. If such bidder happens
to be enlisted contractor of any class in CPWD, his name shall also be removed from the
approved list of contractors.

1.7

2.0
2.1
2.2

DEFINITIONS
In this document the following words and expressions have the meaning hereby assigned to them:
EMPLOYER: Means the President of India, acting through the Executive Engineer, Gandhinagar


E/>E/>
KE/>E/>WW



2.3
2.4
3.0
3.1
3.2
3.3

3.4

Central division, CPWD, Gandhinagar.


CONTRACTOR/ BIDDER/ AGENCY/ FIRM/ APPLICANT: Means the individual, proprietary firm, firm
in partnership, limited company private or public or corporation.
Year: means "Financial Year" unless stated otherwise.
Method of Application
If the bidder is an individual, the application shall be signed by him above his full type written name
and current address.
If the bidder is a proprietary firm, the application shall be signed by the proprietor above his full
typewritten name and the full name of his firm with its current address.
If the bidder is a firm in partnership, the application shall be signed by all the partners of the firm above
their full typewritten names and current addresses, or, alternatively, by a partner holding power of
attorney for the firm. In the later case a certified copy of the power of attorney should accompany the
application. In both cases a certified copy of the partnership deed and current address of all the
partners of the firm should accompany the application.
If the bidder is a limited company or a corporation, the application shall be signed by a duly authorized
person holding power of attorney for signing the application accompanied by a copy of the power of
attorney. The bidder should also furnish a copy of the Memorandum of Articles of Association duly
attested by a Public Notary.

4.0

FINAL DECISION MAKING AUTHORITY


The Employer reserves the right to accept or reject any application and to annul the Eligibility Criteria
process and reject all applications at any time, without assigning any reason or incurring any liability to
the tenderer.

5.0
5.1

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

6.0

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

7.0

INITIAL CRITERIA FOR ELIGIBILITY

7.1

The bidder should have satisfactorily completed the similar works noted below during the last
Seven years ending previous day of last date of submission of tenders. For this purpose
cost of work shall mean gross value of the completed works including cost of material supplied
by the Govt./Client but excluding those supplied free of cost. This should be certified by an
officer not below the rank of Executive Engineer/Project Manager or equivalent.
(i)

Three similar works each costing not less than Rs. 1210 lakhs, or completed two similar works
each costing not less than Rs. 1810 lakhs, or completed one similar work costing not less Rs.
2410 lakhs
AND
than` 2470.00 lacs.

(i)

One completed work of any nature (either part of (i) above or a separate one) costing not less
than Rs.1210 lakhs with some Central Govt. Department/ State Government Department /
Central Autonomous Body/ State Autonomous Body/ Central Public Sector Undertaking/ State
Public Sector Undertaking/ City Development Authority/ Municipal Corporation of City formed
under any Act by Central/ State Government and published in Central/ State Gazette.

Similar work shall mean Work of RCC framed structure multi storied building having minimum
five storeys including masonry, finishing work, plumbing work etc. under one single
agreement.

Note: Mumty and Machine Room will not be counted as storey for above purpose.


E/>E/>
KE/>E/>WW



The value of executed works shall be brought to current costing level by enhancing the actual value of
work at simple rate of @ 7% per annum ; calculated from the date of completion to the last date of
receipt of submission of bids.
7.2

7.3

At the time of purchase of tender, the tenderer shall have to furnish an affidavit as under:
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 deptt., then I/ We shall be debarred for tendering in CPWD contracts 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.
The bidder should have had average annual financial turn over (gross) Rs. 30,14,80,447/- on Civil &
Elect. construction works during the immediate last three consecutive Balance sheets (may range from
six to eighteen months) duly audited by the Chartered Accountant. Year in which no turnover is shown
would also be considered for working out the average.

7.4

The bidder should not have incurred any loss in more than two years during available last five
consecutive Balance sheets, duly certified and audited by the Chartered Accountant.

7.5

The bidding capacity of the contractor should be equal to or more than the estimated cost of the work
put to tender. The bidding capacity shall be worked out by the following formula:
Bidding Capacity = { (A x N x 2) B }
Where,
A = Maximum turnover in construction works executed in any one year during the last five years
taking into account the completed as well as works in progress. The value of completed works
shall be brought to current costing level by enhancing at a simple rate of 7% per annum
N = Number of years prescribed for completion of work for which bids have been invited

B = Value of existing commitments and ongoing works to be completed during the period of completion
of work for which bids have been invited.
7.6

The bidder should have a solvency of Rs. 12,05,92,179/- (not more than six months old) certified by
his bankers.

7.7

The bidder should own construction equipment as per list required for the proper and timely execution
of the work. Else he should certify that he would be able to manage the equipments by hiring etc. and
submit the list of firms from whom he proposes to hire.

7.8

The bidder should have sufficient number of Technical and Administrative employees for the proper
execution of the contract. The bidder should submit a list of these employees stating clearly how these
would be involved in this work.

7.9

The bidders performance for each work completed in the last Seven years and in hand should be
certified by an officer not below the rank of Executive Engineer/Project Manager or equivalent and
should be obtained in sealed cover.
In case of private work the value of completion certificate
meeting minimum eligibility criteria should be supported by TDS or other verifiable document.

8.0

EVALUATION CRITERIA

8.1

The detailed submitted by the bidders will be evaluated in the following manner:

8.1.1

The initial criteria prescribed in para 7.1 to 7.6 above in respect of experience of similar class of works


E/>E/>
KE/>E/>WW



completed, bidding capacity and financial turn over etc. will first be scrutinized and the bidders
eligibility for the work be determined.
8.1.2

The bidders qualifying the initial criteria as set out in para 7.1 to 7.6 above will be evaluated for
following criteria by scoring method on the basis of details furnished by them.
(a)
Financial strength (Form A & B)
Maximum 20 Marks
(b)
Experience in similar nature of work during last
Seven years (Form C)
Maximum 20 Marks
(c)
Performance on works (Form E)- Time over run
Maximum 20 Marks
(d)
Performance on works (Form E)- Quality
Maximum 15 Marks
(e)
Personnel and Establishment (Form F & G)
Maximum 10 Marks
(f)
Plant & Equipment (Form H)
Maximum 15 Marks
Total
100 Marks

(Evaluation of marks shall be done as per Annexure A)


To become eligible for short listing the bidder must secure at least fifty percent marks in each
and sixty percent marks in aggregate.
The department, however, reserves the right to restrict the list of such qualified contractors to any
number deemed suitable by it.
8.2

Even though any bidder may satisfy the above requirements, he would be liable to disqualification if he
has:
(a) Made misleading or false representation or deliberately suppressed the information in the
Forms, statements and enclosures required in the eligibility criteria document.
(b) Record of poor performance such as abandoning work, not properly completing the contract, or
financial failures/weaknesses etc.

9.0

FINANCIAL INFORMATION
Bidder should furnish the following information:
Annual financial statement for the last five years in (Form A) and Solvency Certificate in (Form B).

10.0

EXPERIENCE IN CIVIL WORKS HIGHLIGHTING EXPERIENCE IN SIMILAR WORKS

10.1

Bidder should furnish the following:


(a)
(b)

10.2

List of all works of similar nature successfully completed during the last seven years in (Form
"C").
List of the projects under execution or awarded in (Form "D").

Particulars of completed works and performance of the bidder duly authenticated/ certified by an officer
not below the rank of Executive Engineer/Project Manager or equivalent should be furnished
separately for each work completed or in progress (in Form "E").
In case of private work the value of completion certificate meeting minimum eligibility criteria
should be supported by TDS or other verifiable document.

10.3

Information in (Form D) should be complete and no work should be left out.

11.0

ORGANISATION INFORMATION


E/>E/>
KE/>E/>WW



Bidder is required to submit the information in respect of his organization (in Forms "F" & "G").
12.0

CONSTRUCTION PLANT & EQUIPMENT


Bidder should furnish the list of construction plant and equipment including steel shuttering, centering
and scaffolding likely to be used in carrying out the work in (Form "H"). Details of any other plant &
equipment required for the work (not included in Form "H") and available with the applicant may also
be indicated.

13.0

LETTER OF TRANSMITTAL

13.1

Bidder should submit the letter of transmittal attached with the documents.

14.0

OPENING OF PRICE BID


After evaluation of eligibility criteria documents submitted by the bidders, a list of qualified bidders will
be prepared. Thereafter, the financial bids of only the qualified & technically acceptable bidders shall
be opened at notified time, date and place in presence of qualified bidders or their representatives who
intend to be present. The bids shall remain valid for ninety (90) days from the date of opening of
eligible documents (technical bids).

14.1

PRE BID CONFERENCE

14.1.1 Pre-Bid conference shall be held in the chamber of Chief Engineer(WZ-IV), CPWD, at Kendriya
Nirman Sadan, CPWD, Sector- 10A, Gandhinagar at 03: 30. AM/PM on 08/12/2014 to clear the
doubts of intending bidders, if any.
The bidder shall submit their queries to the Executive Engineer, Gandhinagar Central Division, CPWD,
Gandhinagar by 08/12/.2014 positively at e-mail id:- eegcd1cpwd@gmail.com. No Queries will be
entertained after Pre-Bid conference.
15.0

AWARD CRITERIA

15.1

The employer reserves the right, without being liable for any damages or obligation to inform the
bidder, to:
(a) Amend the scope and value of contract to the bidder.
(b) Reject any or all the applications without assigning any reason.

15.2

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

Signature of Executive Engineer

Gandhinagar Central Division


CPWD, Gandhinagar
For and on behalf of the President of India

* To be filled by EE

E/>E/>
KE/>E/>WW




SECTION-III
INFORMATION REGARDING ELIGIBILITY
LETTER OF TRANSMITTAL

From:
To
The Executive Engineer,
Gandhinagar Central Division,
CPWD, Gandhinagar

Sub: Submission of Eligibility criteria application for the work      

, '    ' , '  / t ^ ^


/^/W
& &   ^  &   W   >  /Wd s
'

Sir,
Having examined the details given in press notice and bid documents for the above work, I/we hereby
submit the relevant informations.
1.

I / We hereby certify that all the statements made and information supplied in the enclosed Forms
A to H and accompanying statement are true and correct.

2.

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

3.

I / We submit the requisite certified solvency certificate and authorize the Executive Engineer,
Gandhinagar Central Division, CPWD, Gandhinagar to approach the Bank issuing the
solvency certificate to confirm the correctness thereof. I/We also authorize Executive Engineer,
Gandhinagar Central Division, CPWD, Gandhinagar to approach individuals, employers, Firms
and Corporation to verify our competence and general reputation.

4.

I / We submit the following certificates in support of our suitability, technical knowledge and
capability of having successfully completed the following works :
Sr. No.

Name of Work

Amount

Experience certificate
Issued by

1
2
3
Signature of the bidder (s)
Encl:

Seal of bidder :


E/>E/>
KE/>E/>WW



Date of submission :
FORM 'A'

FINANCIAL INFORMATION

I.

Financial Analysis - Details to be furnished duly supported by figures in balance sheet/profit & loss
account for the last five years duly certified by the Chartered Accountant, as submitted by the applicant
to the Income Tax Department (Copies to be attached).

YEARS

Sr. No.
(i)

(ii)

2009-10

2010-11

Fig. in Lacs
2011-12

2012-13

2013-14

Gross Annual Turn


Over on Construction
Works.
Reference to
Annexure
Profit/Loss
Reference to
Annexure

II.

Financial arrangements for carrying out the proposed work.

III.

Solvency Certificate(s) from bankers of the bidder in the prescribed form B are enclosed at Annexure -

--

SIGNATURE OF BIDDER(S)

Signature of Chartered Accountant with Seal


E/>E/>
KE/>E/>WW




FORM B
FORM OF BANKERS CERTIFICATE FROM A SCHEDULED BANK

This is to certify that to the best of our knowledge and information that M/s. / Sh.
having marginally noted address, a customer
of our bank are/ is respectable and can be treated as good for any engagement up to a limit of `
.
(Rupees ).
This certificate is issued without any guarantee or responsibility on the bank or any of the officers.

(Signature)
For the bank

NOTE :
(1)

The bank solvency certificate should be scanned and uploaded at the time of bid submission, the
same is not required to be in sealed cover. However, the same should be on the letter head of the
bank addressed to the tendering authority and to be submitted along with the documents.

(2)

in case of partnership firm , certificate should include names of all partners as recorded with the bank.


E/>E/>
KE/>E/>WW

Owner or
sponsoring
organisation

Cost of work
in crores

Date of commencement as per


contract

Stipulated
date of
completion

Actual date
of
completion

Remarks
indicating the
type of structure
(RCC framed or
load bearing) and
Nos. of storeys
constructed.
10

&KZD

Name & address/


telephone number of
officer to whom
reference may be
made for verification

SIGNATURE OF BIDDER(S)

Litigation/
arbitration
pending/ in
progress
with details #

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

# Indicate gross amount claimed and amount awarded by the Arbitrator

Name of work /
project &
location

S.
No.



E/>E/>
KE/>E/>WW

Owner or
sponsoring
organisation

Cost of
work in
crore of
rupees
5

Date of
commencement as per
contract
6

Stipulated
date of
completion

Up-to-date
percentage
progress of
work
8

Slow
progress if
any, and
reasons
thereof

Name & address/


telephone number of
officer to whom
reference may be made
for verification

&KZD

SIGNATURE OF BIDDER(S)

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

Name of work /
project & location

S.
No.

PROJECTS UNDER EXECUTION OR AWARDED

E/>E/>
KE/>E/>WW

10

Remarks



FORM 'E'
PERFORMANCE REPORT OF WORKS REFERRED TO IN FORM "C" & D

1.

Name of Work/
Project & Location

2.

Agency

3.

Agreement No.

4.

Estimated Cost

5.

Tendered Cost

6.

Actual Cost

7.

Date of Start

8.

Date of Completion
(i) Stipulated date of completion

9.

(ii) Actual date of completion


a) Civil work
b) Electrical work
Amount of compensation levied for
delayed completion, if any

10.

Amount of reduced rate items, if any

11.

Performance Report
(i) Quality of Work

12.

Very Good / Good / Fair / Poor

(ii) Financial Soundness

Very Good / Good / Fair / Poor

(iii) Technical Proficiency

Very Good / Good / Fair / Poor

(iv) Resourcefulness

Very Good / Good / Fair / Poor

(v) General Behavior

Very Good / Good / Fair / Poor

Details of arbitration / court cases if any including amount of claim amount of award and
present position.

Note:

While giving description of the work as in column No. 1 above; nos. of storeys and the type of
structure whether RCC framed structure or load bearing structure may be clearly mentioned.

Dated :

Executive Engineer or Equivalent


E/>E/>
KE/>E/>WW



&KZD&
STRUCTURE & ORGANISATION
1.

Name & Address of the Applicant

2.

Telephone No./Telex No./Fax No.

3.

Legal status of the applicant (attach copies of


original document defining the legal status)

4.

a)

An individual

b)

A proprietary firm

c)

A firm in partnership

d)

A
limited
Corporation

company

or

Particulars of registration with various Government bodies (attach attested photo-copy)


Registration No.
Organisation/Place of registration
(i).

(ii).

(iii).

5.

Names and titles of Directors & Officers


with designation to be concerned with
this work.

6.

Designation of individuals authorised


to act for the organization

7.

Was the bidder ever required to suspend


construction for a period of more than six
months continuously after commencing the
construction? If so, give the

name of the project


suspension of work.

and

reasons

of


E/>E/>
KE/>E/>WW



8.

Has the applicant, or any constituent


partner in case of partnership firm,
ever abandoned the awarded work
before its completion ? If so, give
name of the project and reasons for
abandonment.

9.

Has the applicant, or any constituent


partner in case of partnership firm,
ever been debarred / black listed for
tendering in any organisation at any
time ? If so, give details.

10.

Has the applicant, or any constituent


partner in case of partnership firm,
ever been convicted by a court of law
? If so, give details.

11.

In which field of Civil Engineering


construction the applicant has
specialization and interest?

12.

And other information considered


necessary but not included above

SIGNATURE OF BIDDER(S)


E/>E/>
KE/>E/>WW

Designation

Sr.
No.

FORM G

Total
Number

Number
available for
this work
4
6

Qualifications

SIGNATURE OF BIDDER(S)

Name

DETAILS OF TECHNICAL & ADMINISTRATIVE


PERSONNEL TO BE EMPLOYED FOR THE WORK

Professional
experience and details of
work carried out
7

E/>E/>
KE/>E/>
W
W

How these would


be involved in this
work
8

Remarks

Name of equipment

Hydraulic Excavators and loaders

Tower crane
Builder's hoist

1. Block making machine


2. Bar bending machine
3. Bar cutting machine

Age
6

Condition
7

Leased

Ownership status
Presently owned

E/>E/>
KE/>E/>
W
W

Capacity
or Type

Fully automatic and computerized concrete batching plant


Concrete pumps
Concrete transit mixer
Needle vibrator(electrical)
Needle vibrator(petrol)
Table vibrator (elect./petrol)
Full bag hopper type concrete mixer (electrical)
Full bag hopper type concrete mixer (diesel)

Equipment for building work

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

Equipment for concrete work

1.
2.

Equipment for hoisting & lifting

1.

Nos.

To be
purchased
9

DETAILS OF CONSTRUCTION PLANT AND EQUIPMENT LIKELY TO BE USED IN CARRYING OUT THE WORK

S.
No.

Earth moving equipment

10

Current
location

11

Remarks

FORM 'H'

13. Grinding/ polishing machines

12. Steel scaffolding

11. Steel shuttering (Welded plates only)

10. M.S. Pipes.

9. Cube testing machine

8. Welding transformer

7. Welding generators

6. Circular saw machine

5. Drilling machine

4. Wood thickness planer

Trucks

2.

E/>E/>
KE/>E/>
W
W

Special Equipments

Tippers

1.

Equipment for transportation

4. Pneumatic cutters/hammers

3. Air compressor (diesel)

2. Light Crane

1. Total Survey Station

Pump (electric)

2.

Diesel generators

E/>E/>
KE/>E/>
W
W

SIGNATURE OF BIDDER(S)

Any other plant/equipment

1.

Power equipment

Pump (diesel)

1.

Dewatering Equipment



Annexure- A

(a)

(b)

CRITERIA FOR EVALUATION OF THE PERFORMANCE OF CONTRACTOR FOR


PRE- ELIGIBILITY
Attributes
Evaluation
Financial strength
(20 marks)
(i) 60% marks for minimum eligibility criteria
(i) Average annual
16 marks
Turnover
(ii) 100% marks for twice the minimum eligibility
criteria or more
(ii) Solvency
4 marks
Certificate
In between (i) & (ii) pro-rata basis
Experience in similar
(20 marks)
(i) 60% marks for minimum eligibility criteria
class of works
(ii) 100% marks for twice the minimum eligibility
criteria or more
In between (i) & (ii) pro-rata basis

(c)

Performance on
Works (time over run)
Parameter

(20 marks)
Calculation for points

If TOR =
(i) Without levy of
Compensation
(ii) With levy of
Compensation
(iii) Levy of compensation
not decided

Scrore
1.00
20

2.00
15

3.00
10

Maximum marks
20
>3.50
10

20

-5

20

10

TOR = AT/ST, where AT = Actual Time; ST = Stipulated Time.


Note: Marks for value in between the stages indicated above is to be determined by straight line variation basis
(d)
Performance of works (Quality)
(15 marks)
(i) Very Good
15
(ii) Good
10
(iii) Fair
5
(iv) Poor
0
(e)
Personnel and Establishment
(Max. 10 marks)
(i) Graduate Engineer
3 marks for each up to Max 6 Marks
(ii) Diploma Engineer
2 marks for each upto Max. 4 marks
(iii) Supervisory/ Foreman
1 mark for each upto Max. 3 marks
(f)
Plant & Equipment (Owned by agency)
(Max. 15 marks)
(i) Boom placer / concrete pump of
adequate capacity
1 marks for each upto Max. 2 marks
(ii) Tower crane.
(iii) Steel shuttering
(iv) Excavator cum loader
(v) Building Hoist
(vi) Concrete Mixer with hopper
(vii) Truck/ Tippers/ Transit mixer
(viii) Needle vibrator

2 marks for each upto Max. 4 marks


2 marks for each 2000sqm upto Max. 4 marks
1 mark for each upto Max. 2 marks
1 mark for each upto Max. 2 marks
1 mark for each upto Max. 2 marks
1 mark for each upto Max. 2 marks
1 mark for 5 needle vibrator upto max 2 marks.


E/>E/>
KE/>E/>WW




*29(510(172),1',$
&(175$/38%/,&:25.6'(3$570(17

1DPHRIZRUN      , '    ' , '

/ t ^ ^ /    ^   /
W   & &   ^  &   W   >  /Wd s
'

92/80(,,
2)3$57$


E/>E/>
KE/>E/>WW







&3:')25012
GOVERNMENT OF INDIA
CENTRAL PUBLIC WORKS DEPARTMENT

STATE:

GANDHINAGAR

BRANCH:

B&R

ZONE:

WESTERN ZONE - IV

DIVISION: GANDHINAGAR CENTRAL DIVISION

&20326,7(,7(05$7(7(1'(5 &2175$&7)25:25.6
(A)

Tender for the work of: -

Name of Work:       , '    ' , ' 

/ t ^ ^ /    ^   /
W   & &   ^  &   W   >  /Wd s
'

i)

to be submitted / uploaded by 03:30 hrs on 15/12/2014 at website www.tenderwizard.com/CPWD

ii)

to be opened in presence of tenderers who may be present at 04:30 hrs. on 15/12/.2014 (date and time will
be informed to qualified bidders separately in writing) in the office of Executive Engineer, Gandhinagar
Central Division, CPWD, Gandhinagar (Gujarat).

*To be filled by EE


E/>E/>
KE/>E/>WW



&3:')25012

TENDER
I/We have read and examined the Notice Inviting Tender, Schedule A, B, C, D, E & F, Specifications applicable,
Drawings & Designs, General Rules and Directions, Conditions of Contract, Clauses of Contract, Special Conditions,
Schedule of Rate and 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 / Special conditions,
Designs, Drawings and instructions in writing as referred to in this tender document and with such materials as are
provided for, by and in respects in accordance with, such conditions so far as applicable.
We agree to keep the tender open for (90) Ninety days from the date of opening of eligibility documents (technical bid)
and not to make any modifications in its terms and conditions.
A sum of Rs 40,14,804/- (Civil + Elect.) 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.
A copy of earnest money in 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 is scanned and
uploaded. 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 performance guarantee absolutely. The said Performance Guarantee shall be a guarantee to
execute all the works referred to in the tender documents upon the terms and conditions contained or referred to
those in excess of that limit at the rates to be determined in accordance with the provision contained in Clause 12.2
and 12.3 of the tender form.
Further, I/We agree that in case of forfeiture of earnest money or both Earnest Money & Performance
Guarantee as aforesaid, I/We shall be debarred for participation in the re-tendering process of the work.
I / We undertake and confirm that eligible similar work(s) has/ have not been got executed through another contractor
on back to back basis. Further that, if such a violation comes to the notice of Department, then I/we shall be debarred
from the 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 may authorized to communicate the same or use the information in any manner
prejudicial to the safety of the State.
Dated:
Signature of Contractor ....................................
Witness: -

Postal Address: - ...............................................

Address: Occupation: Telephone No.


Fax:E-Mail:-


E/>E/>
KE/>E/>WW




ACCEPTANCE
The above tender (as modified by you as provided in the letters mentioned hereunder) is accepted by me for and on
behalf
of
the
President
of
India
for
a
sum
of
Rs..........................
(Rupees.....................................................................................
The letters referred to below shall form part
of this contract agreement.
i)
ii)
iii) .
Dated: - .................................

For & on behalf of the President of India.


Signature

Executive Engineer


E/>E/>
KE/>E/>WW




SCHEDULES (A to F)
( FOR CIVIL WORK ONLY)

SCHEDULE A
Schedule of quantities

As per Part-D for major components (Civil


Works)

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

Description of item.

(1)

Quantity.

(2)

Rate in figures & words


Place of
issue
at which the material will
be charged to the contractor

(3)

(4)

(5)

NIL

SCHEDULE C
Tools and plants to be hired to the contractor
DESCRIP
TION.

S.NO.

HIRE CHARGES
PER DAY

PLACE OF ISSUE

NIL

SCHEDULE D
Extra schedule for specific requirements/ documents for the work, if any.
1.

Special Conditions Particular


Specifications.
- As per tender documents
Annexure
-

2.
3.

SCHEDULE E

Reference to General Conditions


of Contract :


NAME OF WORK :



1.2

Estimated Cost
of Work

General Conditions of contract 2014 for CPWD works


amended up to last date of submission of bid.
,''
,'/t^^/
^/
W&&^&W
>/Wds'
Rs.30,14,80,447/- (Composite)
Rs.25,92,48,751(Civil works)
Rs. 4,22,31,696 {Electrical (E & M)
Works }

1.3

Earnest Money

Rs.40,14,804/-


E/>E/>
KE/>E/>WW



1.4

Performance Guarantee

5.00% of tendered value

1.5

Security Deposit

2.50% of tendered value

SCHEDULE F:General Rules & Directions:Officer Inviting Tender

Executive Engineer,
Gandhinagar Central Division, CPWD, Gandhinagar

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

2(viii)

Accepting Authority

2(x)

Percentage on cost of
materials and labour to
cover all overheads and
profits

2(xi)

Standard Schedule of Rates

2(xii)

Department

9(ii)

Standard CPWD Contract Form

Clause-1 :
(i) Time allowed for submission of
performance guarantee after date of
issue of letter of acceptance
(ii)

Executive Engineer,
Gandhinagar Central Division, CPWD, Gandhinagar
As per delegated financial powers to CPWD officers.

15%
Delhi Schedule of Rates 2014 with upto date correction slips
Central Public Works Department
GCC 2014 &, CPWD Form 8 as amended upto the last date of
submission of bid.

15 days
15 days

Maximum allowable extension with


late fee @0.1% per day of the
performance guarantee amount beyond
the period provided in (i) above

Clause-2 :
Authority for fixing compensation
under Clause 2
Clause 2A :
Whether clause-2A shall be
applicable.
Clause-5:
Number of days from the date of issue
of letter of acceptance for reckoning
date of start
Mile Stone

Superintending Engineer, Gandhinagar Central


Circle, CPWD, Gandhinagar.

Yes, applicable

30 days
Refer Para (A) Table of Milestones


E/>E/>
KE/>E/>WW



Time allowed for execution of work
Authority to decide
i. Extension of time
for completion of work.

ii.

18 Months.

Executive Engineer, Gandhinagar Central


Division .

Re-scheduling of Mile stone

Superintending Engineer, Gandhinagar Central


Circle, CPWD, Gandhinagar .
.
Superintending Engineer, Gandhinagar Central
Circle, CPWD, Gandhinagar .

iii Shifting of date of start in case of


delay in handing over of site.
Clause-6, 6A:Clause applicable- (6 or 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

6A





Rs. 160 lacs or part thereof as per discretion of


engineer in charge

Clause-10A:List of testing equipment to be


provided by the contractor at site lab.

Refer PART B of the bid document

Clause-10-B (ii).
Whether clause 10-B (ii) shall be
applicable

Yes, FOR CIVIL WORKS ONLY

Clause-10C:Clause 10 CA:
Materials covered under this
clause:

Not Applicable.
Applicable.
Nearest material (other than
cement, reinforcement bars and
structural steel) for which All India
Whole sale Price Index to be
Followed

FOR CIVIL WORKS


FOR CIVIL WORKS
Base Price of the materials
covered under 10 CA.
(October, 2014)

1. Cement (PPC)
Rs.5,600/- per MT

2. Reinforcement bars(Fe 500D)


a) Primary producers only

NIL
Rs.` 51,000/- per MT


E/>E/>
KE/>E/>WW



Clause-10-CC:Clause 10 CC to be applicable to contracts with stipulated
period of completion exceeding 12 Months. Schedule of
component of other materials, Labour, etc. for price escalation:Xm

Component of civil construction materials expressed as


Percent of Total value of Civil works (except materials
covered under clause 10CA)

40%

25%

Component of labour expressed as percent of total


value of civil work
Clause-11:- Specifications to be followed for
execution of work

C.P.W.D. Specifications 2009 Vol. I & II with


correction slips issued upto last date of
submission of bid.

Clause-12:- Type of Work:


12.2 & 12.3 Deviation limit beyond which
clause 12.2 & 12.3 shall apply
for building work in superstructure.

Project

12.5

(i) Deviation limit beyond which


clause 12.2 & 12.3 shall
apply for foundation works
(except earth work)
(ii) Deviation limit for items in
Earth work Sub-head of DSR
or related items

and original work.

30%

30%

100%

Clause-16:- Competent Authority for


deciding reduced rates.

Superintending Engineer, Gandhinagar Central


Circle, CPWD, Gandhinagar or Successor thereof.

Clause-18:- List of mandatory machinery tools &


Plants to be deployed by the
Contractor at site

Refer PART B of the bid document.

Clause-25 :


E/>E/>
KE/>E/>WW



Constitution of Dispute Redressal committee (DRC)

ADG is the Competent Authority to appoint DRC.

DRC having chairman and two members.


(A) For total claims more than 25.00 lakhs.
(a) One Chief Engineer (Chairman) (other than under whose jurisdiction work falls).
(b) Director (TLCQA)/ Director of works.
(c) One Superintending Engineer (other than under whose jurisdiction work falls).
(d) The S.E. in charge of the work shall present the case before DRC but shall not have any part
in decision making.
(B) For total claim upto 25 lakhs.
(a) Director (TLCQA)/ Director of works (Chairman).
(b) Two Executive Engineers other than the EE under whose jurisdiction work falls
(c) The Executive Engineer in charge of the work shall present the case before DRC but shall not
have any part in decision making.
Clause-36 (i)
SI.
Minimum
No. Qualification of
Technical
Representative

1.

2.

Graduate
Engineer

Graduate
Engineer

Discipline

Civil

Civil/
Electrical

Designation Minimum
(Principal
Experience
Technical/
Technical
Representative
20 Yrs for Project
Manager (and
having
Project Manager experience of
one similar
nature of work)

Deputy Project
Manager

12 Yrs (and
having
experience
of one

Number

Rate at which recovery shall


be made from contractor in
the
event
of
non
deployment.
Figures
Words
Rs.

1 No.

60,000/-

per
month

1+1 No.
(1 for civil
& 1 for
Electrical)

Rs. 40000/-

Rs. Forty

per month

thousand only
per month per
person.

similar
nature of
work)
3.

Graduate
Engineer
or

Civil/

Project/ Site

5 Yrs
or

Rs. Sixty
Thousand
only per
month.

2 Nos. + 1
Rs. 25000/(2 for civil
per month


E/>E/>
KE/>E/>WW

Rs. Twenty
five thousand
only per



Electrical
Diploma
Engineer
4.

5.

Graduate
Engineer

Diploma
Engineer

Graduate
6.

Engineer

Civil

Civil

Engineer

Quality
Engineer

Surveyor

Project
Civil/
Electrical Planning/Billing
Engineer

i)

10 Yrs
respectively
8 Yrs

8 Yrs

& 1 for
Electrical)

month per
person.
Rs. Twenty
five thousand
only per
month.

1 No.

Rs. 25000/per month

1 No.

Rs. 15000/per month

Rs. Fifteen
thousand only
per month.

Rs. 20000/-

Rs. Twenty

per month

thousand only

6 Yrs
1+1 No.
(1 for civil
& 1 for
Electrical)

per month,
per person

Engineer(s) and / or overseer(s) deployied as per stipulation in the contract shall look after
only the work under contract and no other work and shall be available fully during
execution of work.

ii) Even if contractor (or partner in case of firm / Company) is himself an engineer / overseer,
it is necessary on part of contractor to employee engineer(s) and / or / overseer for
supervision of the work(s) as per stipulation.
iii) The retired engineer / Asst. Engineer who are holding diploma may be treated at par with
Graduate Engineer for the operation of the clause.
Diploma holder with minimum 10 years 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 requirement of
degree engineers.
Clause-42:i)
a) Schedule / Statement for determining
As per Delhi Schedule of Rates 2014
theoretical quantity of cement & bitumen
with amendments upto the date of submission
of bid.
ii)
Variations
permissible
on
theoretical quantities.
a)

Cement

2% plus / minus.


E/>E/>
KE/>E/>WW




b)

Steel Reinforcement and structural


steel sections for each diameter,
section and category.

2% plus / minus.

c)

All other materials.

Nil.

d)

Bitumen for all work.

2.5% Plus only.

RECOVERY RATES FOR QUANTITIES BEYOND PERMISSIBLE VARIATION


S.No.

Description of item

1.

Cement PPC

Rates in figures and words at which recovery shall


be made from the contractor
Excess beyond
Less used from the
Permissible Variation
permissible variation
NIL
PPC Rs.6160/- Per M.T.

2.

Steel 
a) Primary producers

NIL

56100/- Per M.T.


E/>E/>
KE/>E/>WW




TABLE OF MILE STONE (S)

PARA-A

Name of work :       , '    ' ,


'/t^^/^
/ W & &  ^  & W   > /Wd
s'
Time Period allowed for Completion of Work: - 18 Months

Para (A) In Physical/Financial Terms: SI.


No.

Milestone Programme

Time
Allotted
(From date
of start)

Amount to be
withheld in case of
non-achievement of
Milestone % of tender
amount of civil
component.

1.

Complete RCC structure work upto plinth level

4 Months

0.50%

2.

Complete RCC structure work upto floor three level

6 Months

0.50%

3.

Complete RCC structure work upto floor five level,


Brick work upto floor three level.
AND
Bringing samples of materials and fittings etc complete to be
used in the work for approval.

8 Months

0.50%

4.

Complete RCC structure work upto floor Seven level and


brick work upto floor five level, order for procurement of doors
and windows.
AND
One sample of single hostel room along with common
toilet at one floor level in both Boys Hostel & Girls Hostel
for approval. External finishing of each type in an area of 5m x
3m.

10 Months

Complete RCC structure work and brick work at all

13 Months

5.

0.50%

Rs 50,000
Per Week


E/>E/>
KE/>E/>WW



levels.

6.

7.

1.00%

Plastering, Flooring, Aluminium work, joinery complete.


AND
Gross work done of 90 % of tendered amount(Civil Works)
Final finishing, completion including testing & functioning of all
services(Civil & Electrical) and submission of as built drawing,
SMB (Standard measurement book)/ warranty guarantee and
maintenance manual.

17 Months

1.00%

18 Months
1.00%

Form of Earnest Money Deposit


Bank Guarantee Bond
WHEREAS,
(Name of contractor) (hereinafter called "the contractor") has submitted his
contractor..................
tender
(date) for the construction of
dated ............. ..............................................
(name of work) (hereinafter called "the
Tender")
KNOW ALL PEOPLE by these presents that we
registered office at
.........................................
...................................
(hereinafter called "the Bank") are bound unto Executive Engineer, Gandhinagar Central Division, CPWD,
Gandhinagar in the sum of Rs. ......................... (Rs. in words .................................................) for which payment well
and truly to be made to the said Executive Engineer, Gandhinagar Central Division, CPWD, Gandhinagar the
Bank binds itself, his successors and assigns by these presents.
SEALED with the Common Seal of the said Bank this ................. day of ................. 20.... THE CONDITIONS of this
obligation are:
(1) If after Technical Bid opening of tender; the Contractor withdraws, his tender during the period of validity of tender
(including extended validity of tender) specified in the Form of Tender;
(2) If the contractor having been notified of the acceptance of his tender by the Executive Engineer, Gandhinagar
Central Division, CPWD, Gandhinagar :
(a) fails or refuses to execute the Form of Agreement in accordance with the Instructions to contractor, if required;
OR
(b) fails or refuses to furnish the Performance Guarantee, in accordance with the provisions of tender document and
Instructions to contractor,
OR


E/>E/>
KE/>E/>WW




(c) fails or refuses to start the work, in accordance with the provisions of the contract and Instructions to contractor,
OR
(d) fails or refuses to submit fresh Bank Guarantee of an equal amount of this Bank Guarantee, against Security
Deposit after award of contract.
We undertake to pay to the Executive Engineer, Gandhinagar Central Division, CPWD, Gandhinagar either up to
the above amount or part thereof upon receipt of his first written demand, without the Executive Engineer,
Gandhinagar Central Division, CPWD, Gandhinagar having to substantiates his demand, provided that in his
demand the Executive Engineer, Gandhinagar Central Division, CPWD, Gandhinagar will note that the amount
claimed by him is due to him owing to the occurrence of one or any of the above conditions, specifying the occurred
condition or conditions.
This Guarantee will remain in force up to and including the date* ............. after the deadline for submission of tender
as such deadline is stated in the Instructions to contractor or as it may be extended by the Executive Engineer,
Gandhinagar Central Division, CPWD, Gandhinagar, 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.
(3) We _____________________________________ lastly undertake not to revoke this guarantee except
(indicate the name of Bank)
with the previous consent of the Government in writing.

(4) This guarantee shall be valid upto ____________________ unless extended on demand by Government.
Notwithstanding anything mentioned above, our liability against this guarantee is restricted to
Rs.___________________ (Rupees ___________________ only) and unless a claim in writing is lodged with
us within six months of the date of expiry or the extended date of expiry of this guarantee all our liabilities
under this guarantee shall stand discharged.

Dated the ____________________ day of_____________________ for_____________________.


E/>E/>
KE/>E/>WW



(indicate the name of Bank)

FORM OF PERFORMANCE SECURITY

BANK GUARANTEE BOND


In consideration of the President of India (hereinafter called The Government) having offered to accept the
terms and conditions of the proposed agreement between _______________________ and __________________
(hereinafter called the said contractor(s) for the work ______________________________ (hereinafter called The
said agreement) having agreed to production of a irrevocable Bank Guarantee for Rs.______________ (Rupees
__________________________________ only) as security/guarantee from the contractor(s) for compliance of his
obligations in accordance with the terms and conditions in the said agreement.
1. We _________________________________ (hereinafter referred to as the Bank) hereby undertake to (indicate
the name of the bank)
pay to the Government an amount not exceeding Rs.___________ (Rupees ____________________ only)
on demand by the Government.
2.

We _____________________________ do hereby undertake to pay the amounts due and payable


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

3.

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

4.

We _________________________________ further agree that the guarantee herein contained shall


(indicate the name of the Bank)
remain in full force and effect during the period that would be taken for the performance of the said agreement
and that it shall continue to be enforceable till all the dues of the Government under or by virtue of the said
agreement have been fully paid and its claims satisfied or discharged or till Engineer-in-Charge on behalf of
the Government certified that the terms and conditions of the said agreement have been fully and properly
carried out by the said contractor (s) and accordingly discharges this guarantee.
5. We __________________________________ further agree with the Government that the government
(indicate name of the bank)


E/>E/>
KE/>E/>WW



shall have the fullest liberty without our consent and without effecting in any manner our obligations
hereunder to vary any of the terms and conditions of the said agreement or to extend time of performance by
the said contractor(s) form time to time or to postpone for any time or from time to time any of the powers
exercisable by the Government against the said contractor(s) and to forbear or enforce any of the terms and
conditions relating to the said agreement and we shall not be relieved from our liability by reason of any such
variation, or extension being granted to the said contractor(s) or for any forbearance, act of omission on the
part of the Government or any indulgence by the Government to the said contractor(s) or by any such matter
or thing whatsoever which under the law relating to sureties would, but for this provision, have effect of so
relieving us.
6.

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

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


SUBMISSION OF BID (Vide No. DG/CON/255A dated 10.08.2011)
Sub:

Clarification regarding Introduction of Integrity Pact introduced vide OM No. CON 255 dated
23.05.2011
A new provision of Integrity Pact (IP) was introduced in GCC-2010 vide OM No. CON/255 dt.

23.05.2011. In the OM it is mentioned that at the time of submission of bid, it shall be mandatory to sign the pact
by the bidder failing which the bidder will stand disqualified from the tendering process and such bid would be
summarily rejected.
Some field Units have raised their doubts regarding submission of duly signed Integrity Pact by the bidder at
the time of submission of bid. In this regard it is clarified that :1. Submission of duly signed Integrity Pact by the bidder is applicable in case of manual tendering where
e-tendering is not followed.
2. In case of manual tendering Executive Engineer should sign the first page addressed to the intending
bidder at the time of issue of tender form and before submission of the bid, each bidder shall sign IP at
respective places and submit the bid. If duly signed IP is not submitted by the bidder, such bid shall not
be considered.
3. In case of e-tendering, Integrity Pact shall be treated in the same manner as other components of the
bid document. In e-tendering, the intending bidder does not sign any document physically and entire bid
document is submitted through digital signature. Since IP is a part of bid document no separate physical
submission is required with other documents to be submitted in the office of tender opening authority. In
addition to other component of bid document, the Integrity Pact along shall also be signed between
Executive Engineer and successful bidder after acceptance of bid.


E/>E/>
KE/>E/>WW




INTEGRITY PACT
To,
..,
..,
..

Sub: NIT No. . for the work ...................

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


E/>E/>
KE/>E/>WW




INTEGRITY PACT
To,
Executive Engineer,
..,
..
Sub: Submission of Tender for the work of ........
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


E/>E/>
KE/>E/>WW



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

......

BETWEEN
President of India represented through Executive Engineer, ............................. ,
(Name of Division)
CPWD,.......................................................................... , (Hereinafter referred as the
(Address of Division)
Principal/Owner, which expression shall unless repugnant to the
meaning or context hereof include its successors and permitted assigns)
AND
.............................................................................................................
(Name and Address of the Individual/firm/Company)
through .................................................................... (Hereinafter referred to as the
(Details of duly authorized signatory)
Bidder/Contractor and which expression shall unless repugnant to
the meaning or context hereof include its successors and permitted
assigns)
Preamble
WHEREAS the Principal / Owner has floated the Tender (NIT No.
................................) (hereinafter referred to as Tender/Bid) and
intends to award, under laid down organizational procedure, contract for
................................................................................................................................
(Name of work)
hereinafter referred to as the Contract.
AND WHEREAS the Principal/Owner values full compliance with all relevant laws of the land, rules,
regulations, economic use of resources and of fairness/transparency in its relation with its Bidder(s) and
Contractor(s). AND WHEREAS to meet the purpose aforesaid both the parties have agreed to enter into

E/>E/>
KE/>E/>WW



this Integrity Agreement (hereinafter referred to as Integrity Pact or Pact), the terms and conditions of
which shall also be read as integral part and parcel of the Tender/Bid documents and Contract between the
parties.
NOW, THEREFORE, in consideration of mutual covenants contained in this Pact, the parties hereby
agree as follows and this Pact witnesses as under:
Article 1: Commitment of the Principal/Owner
1)
The Principal/Owner commits itself to take all measures necessary to prevent corruption and to
observe the following principles:
(a) No employee of the Principal/Owner, personally or through any of his/her family members, will in
connection with the Tender, or the execution of the Contract, demand, take a promise for or accept,
for self or third person, any material or immaterial benefit which the person is not legally entitled to.
(b) The Principal/Owner will, during the Tender process, treat all Bidder(s) with equity and reason.
The Principal/Owner will, in particular, before and during the Tender process, provide to all
Bidder(s) the same information and will not provide to any Bidder(s) confidential / additional
information through which the Bidder(s) could obtain an advantage in relation to the Tender process
or the Contract execution.
(c) The Principal/Owner shall endeavour to exclude from the Tender process any person, whose
conduct in the past has been of biased nature.

2)

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

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


1)

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

2)

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


corruption. He commits himself to observe the following principles during his participation in the
Tender process and during the Contract execution:
a) The Bidder(s)/Contractor(s) will not, directly or through any other person or firm, offer, promise or
give to any of the Principal/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.


E/>E/>
KE/>E/>WW




b) The Bidder(s)/Contractor(s) will not enter with other Bidder(s) into any undisclosed agreement or
understanding, whether formal or informal. This applies in particular to prices, specifications,
certifications, subsidiary contracts, submission or non-submission of bids or any other actions to
restrict competitiveness or to cartelize in the bidding process.
c) The Bidder(s)/Contractor(s) will not commit any offence under the relevant IPC/PC Act. Further
the Bidder(s)/Contract(s) will not use improperly, (for the purpose of competition or personal gain),
or pass on to others, any information or documents provided by the Principal/Owner as part of the
business relationship, regarding plans, technical proposals and business details, including
information contained or transmitted electronically.
d) The Bidder(s)/Contractor(s) of foreign origin shall disclose the names and addresses of agents/
representatives in India, if any. Similarly Bidder(s)/Contractor(s) of Indian Nationality shall disclose
names and addresses of foreign agents/representatives, if any. Either the Indian agent on behalf of
the foreign principal or the foreign principal directly could bid in a tender but not both. Further, in
cases where an agent participate in a tender on behalf of one manufacturer, he shall not be allowed
to quote on behalf of another manufacturer along with the first manufacturer in a
subsequent/parallel tender for the same item.
d) The Bidder(s)/Contractor(s) will, when presenting his bid, disclose any and all payments he has
made, is committed to or intends to make to agents, brokers or any other intermediaries in
connection with the award of the Contract.
3) The Bidder(s)/Contractor(s) will not instigate third persons to commit offences outlined above or
be an accessory to such offences.
4) The Bidder(s)/Contractor(s) will not, directly or through any other person or firm indulge in
fraudulent practice means a willful misrepresentation or omission of facts or submission of
fake/forged
documents in order to induce public official to act in reliance thereof, with the purpose of
obtaining unjust advantage by or causing damage to justified interest of others and/or to
influence the procurement process to the detriment of the Government interests.
5) The Bidder(s)/Contractor(s) will not, directly or through any other person or firm use Coercive
Practices (means the act of obtaining something, compelling an action or influencing a decision
through intimidation, threat or the use of force directly or indirectly, where potential or actual injury
may befall upon a person, his/ her reputation or property to influence their participation in the
tendering process).
Article 3: Consequences of Breach

E/>E/>
KE/>E/>WW




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 accrued the right to terminate/determine the Contract
according to Article 3(1), the Principal/Owner apart from exercising any legal rights that may have
accrued to the Principal/Owner, may in its considered opinion forfeit the entire amount of Earnest
Money Deposit, Performance Guarantee and Security Deposit of the Bidder/Contractor.

3)

Criminal Liability: If the Principal/Owner obtains knowledge of conduct of a Bidder or Contractor,


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

Article 4: Previous Transgression


1) The Bidder declares that no previous transgressions occurred in the last 5 years with any other
Company in any country confirming to the anticorruption approach or with Central Government or
State Government or any other Central/State Public Sector Enterprises in India that could justify his
exclusion from the Tender process.
2) If the Bidder makes incorrect statement on this subject, he can be disqualified from the Tender
process or action can be taken for banning of business dealings/ holiday listing of the
Bidder/Contractor as deemed fit by the Principal/ Owner.
3) If the Bidder/Contractor can prove that he has resorted / recouped the damage caused by him
and has installed a suitable corruption prevention system, the Principal/Owner may, at its own
discretion, revoke the exclusion prematurely.

E/>E/>
KE/>E/>WW




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


1) The Bidder(s)/Contractor(s) undertake(s) to demand from all subcontractors a commitment in
conformity with this Integrity Pact. The Bidder/Contractor shall be responsible for any violation(s) of
the principles laid down in this agreement/Pact by any of its Subcontractors/ sub-vendors.
2) The Principal/Owner will enter into Pacts on identical terms as this one with all Bidders and
Contractors.
3) The Principal/Owner will disqualify Bidders, who do not submit, the duly signed Pact between the
Principal/Owner and the bidder, along with the Tender or violate its provisions at any stage of the
Tender process, from the Tender process.
Article 6- Duration of the Pact
This Pact begins when both the parties have legally signed it. It expires for the Contractor/Vendor
12 months after the completion of work under the contract or till the continuation of defect liability
period, whichever is more and for all other bidders, till the Contract has been awarded. If any claim
is made/lodged during the time, the same shall be binding and continue to be valid despite the
lapse of this 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

E/>E/>
KE/>E/>WW



arbitration.
Article 8- LEGAL AND PRIOR RIGHTS
All rights and remedies of the parties hereto shall be in addition to all the other legal rights and
remedies belonging to such parties under the Contract and/or law and the same shall be deemed to be
cumulative and not alternative to such legal rights and remedies aforesaid. For the sake of brevity, both the
Parties agree that this Integrity Pact will have precedence over the Tender/Contact documents with regard
any of the provisions covered under this Integrity Pact. IN WITNESS WHEREOF the parties have signed
and executed this Integrity Pact at the place and date first above mentioned in the presence of following
witnesses:

...............................................................
(For and on behalf of Principal/Owner)
.................................................................
(For and on behalf of Bidder/Contractor)
WITNESSES:

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

2. ...............................................
(signature, name and
address) Place:
Dated :






E/>E/>
KE/>E/>WW













*RYHUQPHQWRI,QGLD
&HQWUDO3XEOLF:RUNV'HSDUWPHQW

1DPHRIZRUN,''
, '  / t ^ ^ /  
 ^  ' , '  / t ^ ^
/    ^ /  / W
t Z &    ^ ^ &   W ^   > 
/Wds'



E/>E/>
KE/>E/>WW




3$57%

1. SPECIAL CONDITIONS

WZKhZDEdK&EdZ/E'E^,hddZ/E'

1.1.1

The steel / marine ply centring and shuttering and other connected materials required for
shuttering an area of 2000 sq.m. 10% shall be made available within 60 days of date of
start of work, failing which recovery will be made at the rate of Rs. 1,000/- per day till the
materials are made available at site up to the satisfaction of Engineer-in-charge. The
recovery will be effected in the next running account bill itself. The material so brought
shall not be removed from the site of work, unless all connected works are completed and
approval of Engineer-in-Charge is obtained. The decision of the Engineer-in-Charge in
this regard shall be final and binding upon the contractor.

1.2

COMPREHENSIVE GROUP INSURANCE


The contractor including subcontractors shall provide comprehensive group insurance
cover for all the workers and their supervisory staff deployed at site. The details of
insurance cover to be provided shall be submitted by the contractor / subcontractor within
20 days of award and would be approved by the monitoring committee. In case of a default,
appropriate policy shall be got done by the Safety Monitoring Committee and double the
fee of the policy shall be recovered from the next bill of the contractor.


E/>E/>
KE/>E/>WW




i)

Before commencing the execution of work, the Contractor shall, without in any way limiting
his obligations and liabilities, insure at his own cost and expense against any damage or
loss or injury, which may be caused to any person or property, at site of work. The
Contractor shall obtain and submit to the Engineer-in-Charge proper Contractor All
Risk Insurance Policy for employed labour for this work, with Engineer-in-Charge as
the first beneficiary. The insurance shall be obtained in joint names of Engineer-inCharge and the Contractor (who shall be second beneficiary). Also, he shall indemnify the
Department from any liability during the execution of the work. Further, he shall obtain and
submit to the Engineer-in-Charge, a third party insurance policy for maximum 10 lakh for
each accident, with the Engineer-in-Charge as the first beneficiary. The insurance shall be
obtained in joint names of Engineer-in-Charge and the Contractor (who shall be second
beneficiary).

ii)

The Contractor shall, from time to time, provide documentary evidence as regards payment
of premium for all the Insurance Policies for keeping them valid till the completion of the

work. The Contractor shall ensure that Insurance Policies are also taken for the workers of
his Sub-Contractors / specialized agencies also. Without prejudice to any of its obligations
and responsibilities specified above, the Contractor shall within 10 days from the date of
letter of acceptance of the tender and thereafter at the end of each quarter submit a report
to the Department giving details of the Insurance Policies along with Certificate of these
insurance policies being valid, along with documentary evidences as required by the
Engineer-in-Charge. No work shall be commenced by the Contractor unless he obtains the
Insurance Policies as mentioned above. No claim of hindrance (or any other claim) shall be
entertained from the contractor on these accounts.
1.3

SUBMISSION OF AS BUILT DRAWINGS AND OBTAINING Plinth Level Completion


CERTIFICATE(Building Use Permission)
The Contractor shall submit required sets of AS BUILT drawings for submitting the same
to the Municipal Corporation / Local bodies etc. for obtaining various service connections


E/>E/>
KE/>E/>WW




and Plinth level completion certificate (if required). The Contractor shall submit to the
Department, 2 sets of AS BUILT drawings and also in soft copy (CD 2 sets) in one of
the standard software package. Nothing extra shall be payable on this account. The
contractor shall coordinate and facilitate for obtaining certificate from local bodies including
getting the required site visits conducted by such authorities with a view to obtain the same.
The contractor shall also be responsible for liasoning work required, if any, in this regard
with the local bodies. Nothing extra shall be payable on this account. Statutory charges,
fees etc. required to be paid to the local bodies in this connection shall only be payable by
the Department or shall be reimbursable to the contractor on production of proof of actual
payment by him. It is clarified that the contractor shall be responsible for obtaining all the
NO OBJECTION CERTIFICATES (NOCs) and the completion certificates (building use
permission) for the various works (covered under the scope of this tender) required for
obtaining Plinth level completion certificate (building use permission). However, only one
month after the date of completion shall be allowed for obtaining various NOCs and Plinth
level completion certificate (building use permission). An amount of 1% of the contractor
value shall be withheld from the RA bills of the Contractor towards the same.

The

contractor may however submit an irrevocable Bank Guarantee in favour of Engineer-incharge towards the same, to avoid withholding of amount of RA bills. A portion of this
amount withheld shall be forfeited for non-performance, for every month delay in obtaining
various NOCs and Plinth level completion certificate / building use permission submitting
the same to the Engineer-in-charge, in a manner as given below.
a)

No amount shall be forfeited if the NOCs and Plinth level completion certificate /
building use permission are obtained and submitted within one month after date of
completion of the work.

b)

If NOCs and Plinth level completion certificate / building use permission are submitted
after one month of the date of completion of work, the amount forfeited shall be 10%
of the withheld amount.


E/>E/>
KE/>E/>WW




c)

If NOCs and Plinth level completion certificate / building use permission are submitted
after two months of the date of completion of work, the amount forfeited shall be 30%
of the withheld amount (i.e. 10% for first month and 20% for second month).

d)

If NOCs and Plinth level completion certificate / building use permission are submitted
after three months of the date of completion of work, the amount forfeited shall be
60% of the withheld amount. (i.e. 10% for first month, 20% for second month and 30%
for the third month).

e)

If NOCs and Plinth level completion certificate / building use permission are submitted
after three months of the date of completion of work, the amount forfeited shall be
100% of the withheld amount. (i.e. 10% for first month, 20% for second month, 30%
for the third month and 40% for the fourth month).

However the amount to be forfeited shall be calculated on daily basis. The contractor shall
submit all the NOCs and Plinth level completion certificate / building use permission
simultaneously and no consideration shall be given for obtaining and submitting some (and
not all) NOCs and Plinth level completion certificate / building use permission while
forfeiting the amounts as mentioned above. If the contractor fails to obtain the NOCs and
Plinth level completion certificate / building use permission up to five months from the date
of completion of the work, the defect liability period shall get extended by the same period
as delay (in obtaining NOCs and Plinth level completion certificate (building use
permission)) beyond the five months after the date of the completion of the work. No claim
of any kind shall be entertained from the contractor on these accounts.
1.4

The Contractor shall give the Engineer-in-charge on the 4th day of each month, a
progress report along with pictorial photographs (softcopies as well as hard copies) of
the work done during the previous month. The progress of work will be reviewed
periodically by the Engineer-in charge with the contractor and short falls, if any, sorted out.


E/>E/>
KE/>E/>WW




The contractor shall there upon take such action as may be necessary to bring back his
work to schedule without additional cost to the department.

Note 1: The special conditions detailed above are in addition to general/ other/ additional
conditions as specified elsewhere in tender document.
Note 2: Nothing extra shall be paid on the account of these special conditions.


E/>E/>
KE/>E/>WW




2. ADDITIONAL CONDITIONS FOR CIVIL WORK


General
2.1.1 In case of any difference or discrepancy between the description of items as given in the schedule of
quantities, particular specifications for individual items of work (including special conditions) and I.S.
Codes etc., the following order of preference shall be observed :
(i)

Description of items as given in Schedule of quantities

(ii)

Particular specifications

(iii)

Special conditions

(iv)

Additional Conditions

(v)

Tender drawings attached

(vi)

CPWD Specifications

(vii)

General Conditions of Contract for CPWD works

(viii)

I.S. Codes

(ix)

ASTM, BS, or other foreign origin code mentioned in tender document

(x)

Decision of Engineer-in-Charge

(xi)

Sound Engineering practices or well established local construction practices

Note: Unless otherwise specified, CPWD Specifications 2009 volume I & II with corrections slips till the
last date of tender submission shall be followed in general. Any additional item of work, if taken up
subsequently, shall also conform to the relevant CPWD specifications mentioned above.
The List of Architectural drawings attached with the tender documents is for guidance purpose only.
2.1.2

The work shall be carried out in accordance with the Good for Construction Architectural drawings
and structural drawings, to be issued from time to time, by the Engineer-in-Charge. Before
commencement of any item of work, the contractor shall correlate all the relevant architectural and
structural drawings issued for the work and satisfy himself that the information available from there
is complete and unambiguous. The discrepancy, if any, shall be brought to the notice of the
Engineer-In-Charge before execution of the work. The contractor alone shall be responsible for any
loss or damage occurring by the commencement of work on the basis of any erroneous and or
incomplete information.

2.1.3

The contractor shall be responsible for the watch and ward / guard of the buildings, safety
of all fittings and fixtures including sanitary and water supply fittings and fixtures provided
by him against pilferage and breakage during the period of installations and thereafter till


E/>E/>
KE/>E/>WW




the building is physically handed over to the CIPET authorities. No extra payment shall be
made on this account.

2.1.4

For works below ground level the contractor shall keep that area free from water. If
dewatering or bailing out of water is required the contractor shall do it at his cost and
nothing extra shall be paid except otherwise provided in the items of schedule of
quantities.

2.1.5

Results of sub-surface investigations conducted at site are indicated in extracts of the soil
investigation report attached. This information about the soil and sub-soil water conditions
is being made available to the tenderer, in good faith, for guidance only and the tenderer
is advised to obtain details directly as may be considered necessary by him before
quoting rates in the tender. No claim whatsoever on account of any discrepancy between
the sub-surface strata conditions that may be actually encountered at the time of
execution of the work and those given in these tender documents, in-accuracy or
interpretation thereof shall be entertained from the Contractor under any circumstances.
The ground water table is a variable condition and the information given in the report is
only indicative and it may vary from time to time.

2.1.6

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

2.1.7

In case of flooding of site on account of rain or any other cause and any consequent
damage, whatsoever, no claim financially or otherwise shall be entertained not
withstanding any other provisions elsewhere in the contract agreement.

Also, the

Contractor shall make good, at his own cost, the damages caused, if any. Further, no
claims for hindrance shall be entertained on this account.

E/>E/>
KE/>E/>WW




2.1.8

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

2.1.9

SAMPLE QUARTER / ROOM: The contractor shall construct one sample of single hostel room along with
common toilet at one floor level and patches of external finishes complete in all
respects in both Boys & Girls Hostels including all Civil works and Electrical
fittings/ fixtures, not later than 10 months. The sample accommodation shall be
inspected and approved by the Engineer-in-Charge. Slight changes with regard to
the fixtures/ fittings/ details/ dimensions etc. may occur as per the actual
requirement or in order to enhance the functionality of the product or the unit.
Thus, the procurement for all the internal fittings/fixtures/ fabricated material and
other material etc. shall be done by the contractor only after the approval of the
sample room/toilet block. A penalty @ Rs. 50,000/- per week shall be levied on the
contractor in case of their failure to construct the sample accommodation within
the stipulated period mentioned above.

2.2

TOOLS AND PLANTS

2.2.1

The bidder should own constructions equipment as per tender document required for the
proper and timely execution of the work. Nothing extra shall be paid on this account.

2.2.2 No tools and plants including any special T&P etc. shall be supplied by the Department
and the Contractor shall have to make his own arrangements at his own cost. No claim of
hindrance (or any other claim) shall be entertained on this account.
2.2.3

The Contractor shall do proper sequencing of the various activities by suitably staggering
the activities within various pockets in the plot so as to achieve early completion. The
agency may deploy adequate equipment, machinery and labour as required for the


E/>E/>
KE/>E/>WW




completion of the entire work within the stipulated period specified. Also ancillary facilities
shall be provided by contractor commensurate with requirement to complete the entire
work within the stipulated period. Nothing extra shall be payable on this account.
Adequate number/sets of equipment in working condition, along with adequate stand-by
arrangements, shall be deployed during entire construction period. It shall be ensured by
the Contractor that all the equipment, Tools & Plants, machineries etc. provided by him
are maintained in proper working conditions at all times during the progress of the work
and till the completion of the work. Further, all the constructional tools, plants, equipment
and machineries provided by the Contractor, on site of work or his work shop for this work,
shall be exclusively intended for use in the construction of this work and they shall not be
shifted / removed from site without the permission of the Engineer-in-Charge.

2.3

ROYALTY

2.3.1

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

2.4

PRESERVATION AND CONSERVATION MEASURES

2.4.1

Existing drains, pipes, cables, over-head wires, sewer lines, water lines and similar services encountered in
the course of the execution of work shall be protected against the damage by the contractor, at his own
expense, for which nothing is payable. The contractor shall not store materials or otherwise occupy any part
of the site in a manner likely to hinder the operation of such services.

2.4.2

All fossils, coins, articles of value of antiquity, structures and other remains or things of
geological

or

archaeological

interest

discovered

on

project

location

during

excavation/construction shall be the property of the Government, and shall be dealt with
as per provisions of the relevant legislation. The contractor will take reasonable precaution

E/>E/>
KE/>E/>WW




to prevent his workmen or any other persons from removing and damaging any such
article or thing. He will, immediately upon discovery thereof and before removal acquaint
the Engineer-in-charge of such discovery and carry out the official instructions of
Engineer-in-charge for dealing with the same, till then all work shall be carried out in a
way so as not to disturb/ damage such article or thing.

2.5

RESPONSIBILITY

2.5.1

The Contractor shall keep himself fully informed of all relevant acts and laws of the
Central & State Governments, orders, decrees of statutory bodies, tribunals having any
jurisdiction or authority, which in any manner may affect those engaged or employed and
anything related to carrying out the work. All the rules & regulations and bye-laws laid
down by District Collector / Ahmedabad Municipal Corporation / Ahmedabad Urban

Development Authority and any other statutory bodies shall be adhered to, by the
contractor, during the execution of work. The Contractor shall also adhere to all traffic
restrictions notified by the local authorities. The water charges (for municipal water
connection as well as tanker water) shall be borne by the contractor. Also, if the contractor
obtains water connection for the drinking purposes from the municipal authorities or any
other statutory body, the consequent sewerage charges shall be borne by the contractor.
All statutory taxes, levies, charges (including water and sewerage charges, charges for
temporary service connections and / or any other charges) payable to such authorities for
carrying out the work, shall be borne by the Contractor. The Contractor shall arrange to
give all notices as required by any statutory / regulatory authority and shall pay to such
authority all the fees that is required to be paid for the execution of work. He shall protect
and indemnify the Department/ CIPET and its officials & employees against any claim and
/or liability arising out of violations of any such laws, ordinances, orders, decrees, by


E/>E/>
KE/>E/>WW




himself or by his employees or his authorized representatives. Nothing extra shall be


payable on these accounts.
2.5.2

The fee payable to statutory authorities for obtaining the various permanent service
connections and Building Use Certificate for the building shall be borne by the
Department/ CIPET.

2.5.3 The Contractor shall assume all liability, financial or otherwise in connection with this
contract and shall protect and indemnify the Department from any and all damages and
claims that may arise on any account. The Contractor shall indemnify the Department
against all claims in respect of patent rights, royalties, design, trademarks of name or
other protected rights, damages to adjacent buildings, roads or members of public, in
course of execution of work or any other reasons whatsoever, and shall himself defend all
actions arising from such claims and shall indemnify the Department in all respect from
such actions, costs and expenses. Nothing extra shall be payable on this account.
2.5.4

The contractor shall keep himself fully informed of all acts and laws of the Central
Government and Government of Gujarat, all local bye laws, ordinances, rules and
regulations and all orders and decree of bodies or, tribunals having any jurisdiction or
authority which in any manner affect those engaged or employed on the work or which in
any way affect the conduct of the works. Contractor shall at all times, observe and comply
with all such laws, ordinances, rules, regulations, orders and decrees, and shall give all
notices and pay out of his own money any fees or charges to which he may be liable. He
shall protect and indemnify the Department/ CIPET and its officers and employees against
any claim or liability arising out of violations of any such law, ordinances, legislations,
order or decree, whether by himself or by his employees & authorized representatives.

2.6

CO-OPERATION

WITH

OTHER

CONTRACTORS/SPECIALIZED

CONTRACTORS


E/>E/>
KE/>E/>WW

AGENCIES/SUB-




2.6.1

The Contractor shall take all necessary precautions to prevent any nuisance or
inconvenience to the owners, tenants or occupants of the adjacent properties and to the
public in general .The Contractor shall take all care, as not to damage any other adjacent
property or other services running adjacent to the plot. If any damage is done, the same
shall be made good by the Contractor at his own cost and to the entire satisfaction of the
Engineer-in-Charge.

The Contractor shall use such methodology and equipments for

execution of the work, so as to cause minimum environmental pollution of any kind during
construction, to have minimum construction time and minimum inconvenience to road
users and to the occupants of the buildings on the adjacent plot and public in general, etc.
He shall make good at his own cost and to the entire satisfaction of the Engineer in
Charge any damage to roads, paths, cross drainage works or public or private property
whatsoever caused, due to the execution of the work or by traffic brought thereon, by the
Contractor. Further, the Contractor shall take all precautions to abide by the
environmental related restrictions imposed by Gujarat state Pollution control board, Govt.
of Gujarat as well as prevent any pollution of streams, ravines, river bed and waterways.
All waste or superfluous materials shall be transported by the Contractor, entirely to the
satisfaction of the Engineer-in-Charge. Utmost care shall be taken to keep the noise level
to the barest minimum so that no disturbance as far as possible is caused to the
occupants / users of adjoining buildings.

No claim what so ever on account of site

constraints mentioned above or any other site constraints, inadequate availability of


skilled, semi-skilled or unskilled workers in the near vicinity, non-availability of construction
machinery spare parts and any other constraints not specifically stated here, shall be
entertained from the Contractor. Therefore, the Tenderers are advised to visit site and get
first-hand information of site constraints. Accordingly, they should quote their tenders.
Nothing extra shall be payable on this account.

2.6.2

The Contractor shall cooperate with and provide the facilities to the sub-Contractors and
other agencies working at site for smooth execution of the work. The contractor shall


E/>E/>
KE/>E/>WW




indemnify the Department/ CIPET authorities against any claim(s) arising out of such
disputes. The Contractor shall :
(i)

Allow use of scaffolding, toilets, sheds etc.

(ii)

Properly co-ordinate their work with the work of other Contractors.

(iii)

Provide control lines and benchmarks to his Sub-Contractors and the other
Contractors.

(iv) Provide electricity and water at mutually agreed rates.


(v)

Provide hoist and crane facilities for lifting material at mutually agreed rates.

(vi) Co-ordinate with other Contractors for leaving inserts, making chases, alignment
of services etc. at site.
(vii) Adjust work schedule and site activities in consultation with the Engineer-inCharge and other Contractors to suit the overall schedule completion.
(viii) Resolve the disputes with other Contractors/ sub-contractors amicably and the
Engineer-in-Charge shall not be made intermediary or arbitrator.
2.6.3

The work should be planned in a systematic manner so as to ensure proper co-ordination


of various disciplines viz. sanitary & water supply, drainage, rain water harvesting,
electrical, fire fighting, information technology, communication & electronics and any other
services.

2.6.4

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

2.6.5

The contractor shall conduct his work, so as not to interfere with or hinder the progress or
completion of the work being performed by other contractor(s) or by the Engineer-InCharge and shall as far as possible arrange his work and shall place and dispose off the


E/>E/>
KE/>E/>WW




materials being used or removed so as not to interfere with the operations of other
contractor or he shall arrange his work with that of the others in an acceptable and in a
proper co -ordination manner and shall perform it in proper sequence to the complete
satisfaction of others.
2.6.6

Specialized Agencies

2.6.6.1 The composite tender comprises of two main components: viz. civil work and Electrical
works. The tenderer shall select Specialized Agencies for the specified items of the Civil
work and for each Electrical package for executing the work and furnish the name of
Specialized Agencies at prescribed time.
2.6.6.2 Specialized agencies of L1 would be approved by the department. It shall be the
responsibility of main contractor to sort out any dispute / litigation with the Specialized
Agencies without any time & cost overrun to the Department. The main contractor shall be
solely responsible for settling any dispute / litigation arising out of his agreement with the
Specialized Agencies. The contractor shall ensure that the work shall not suffer on
account of litigation/ dispute between him and the specialized agencies / subcontractor(s). No claim of hindrance in the work shall be entertained from the Contractor
on this account. No extension of time shall be granted and no claim what so ever, of any
kind, shall be entertained from the Contractor on account of delay attributable to the
selection/rejection of the Specialized Agencies.
2.6.6.3 The main contractor cannot work as a specialized agency unless his name is already
included in the list of approved specialized agencies or is approved by the Engineer in
Charge.

2.6.6.4 The specialized agencies for the followings work shall be got approved by Engineer In
Charge before start of Item
(i) Water proofing work.
(ii) Aluminium works.
(iii) Under Ground tank

E/>E/>
KE/>E/>WW




(iv) S S Railing
For Electrical works the agencies to be associated shall be as per the eligibility criteria defined in
the tender documents.

2.7

RATES

2.7.1

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

2.7.2

The rates quoted by the tenderer, shall be firm and inclusive of all taxes and levies
(including works contract tax but excluding service tax).

2.7.3

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

2.7.4

All ancillary and incidental facilities required for execution of work like labour camp, stores,
fabrication yard, offices for Contractor, watch and ward, temporary ramp required to be
made for working at the basement level, temporary structure for plants and machineries,
water storage tanks, installation and consumption charges of temporary electricity,
telephone, water etc. required for execution of the work, liaison and pursuing for obtaining
various No Objection Certificates, completion certificates from local bodies etc., protection
works, testing facilities / laboratory at site of work, facilities for all field tests and for taking


E/>E/>
KE/>E/>WW




samples etc. during execution or any other activity which is necessary (for execution of
work and as directed by Engineer-in-Charge), shall be deemed to be included in rates
quoted by the Contractor, for various items in the schedule of quantities. Nothing extra
shall be payable on these accounts. Before start of the work, the Contractor shall submit
to the Engineer-in-Charge, a site / construction yard layout, specifying areas for
construction, site office, positioning of machinery, material yard, cement and other
storage, steel fabrication yard, site laboratory, water tank, etc.

2.7.5

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

2.7.6

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

2.7.7

INCENTIVE FOR EARLY COMPLETION OF WORK:In order to expedite the progress of


work and complete it before the stipulated date of completion, the Clause 2 A has been
incorporated in this tender. The contract envisages a scheme wherein Bonus is payable
by the Department to the Contractor for completion of work earlier than the stipulated date
of the completion of work (as per the contract agreement), as envisaged under Clause 2A
of the General Conditions of the Contract for CPWD Works.

The Contractor is

encouraged to utilize this scheme for completing the entire work earlier than the stipulated
date of completion of the work as per the contract agreement. The entire scope of the
work covered under this Contract shall be completed within the stipulated date of
completion as given in this tender document. For the purpose of calculating the Bonus
payment, the stipulated time limit given in this document is firm (fixed) and no adjustment /

E/>E/>
KE/>E/>WW




modification of dates in stipulated time limit by reason of granting extension of time


pursuant to Clause 5 or any other Clause of this agreement shall be allowed. This Clause
shall be operated only if the work is completed strictly before the stipulated date of
completion as entered in the contract agreement. If the completion of the work is delayed
beyond the stipulated time limit specified in the contract agreement for any reason, what
so ever, either for the reasons attributable to the Contractor or not attributable to the
Contractor or partially attributable to the Contractor, Clause 2A of the General Conditions
of the Contract for the CPWD Works shall not be applicable to this contract agreement
and no Bonus (or Incentive) shall be payable to the Contractor. The contractor shall have
no right to claim any amount of Bonus / Incentive in full or part, if the time period for
carrying out the work is extended beyond that specified in the tender, for any reason what
so ever, with or without levy of compensation under Clause 2 of this agreement.

The date of completion of work shall be taken as the actual date as recorded in the
Completion Certificate recorded in the Measurement Book and counter signed by the
Engineer-in-Charge for the works covered under this agreement and it shall be final and
binding on the Contractor.

2.8

SAFETY PRACTICES

2.8.1

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


E/>E/>
KE/>E/>WW




2.8.2 SIGN BOARDS: The Contractor shall provide and erect a display board of size and shape
as required and paint over it, in a legible and workman like manner, the details about the
salient features of the project, as required by the Engineer-in-Charge. The Contractor shall
fabricate and put up a sign board in an approved location and to an approved design
indicating name of the project, client / owner, architects, structural consultants, Department
etc. besides providing space for names of other Contractors, Sub-Contractors and
specialized agencies. Nothing extra shall be payable on this account.
2.8.3

Necessary protective and safety equipments shall be provided to the Site Engineer,
Supervisory staff,labour and technical staff of the contractor by the Contractor at his own
cost and to be used at site.

2.8.4

No inflammable materials including P.O.L shall be allowed to be stored in huge quantity at


site. Only limited quantity of P.O.L may be allowed to be stored at site subject to the
compliance of all rules / instructions issued by the relevant authorities and as per the
direction of Engineer -in- Charge in this regard. Also all precautions and safety measures
shall be taken by the Contractor for safe handling of the P.O.L products stored at site. All
consequences on account of unsafe handling of P.O.L shall be borne by the Contractor.

2.9

QUALITY ASSURANCE
The proposed building is a prestigious project and quality of work is of paramount
importance. The contractor shall have to engage well experienced skilled labour and
deploy modern T&P and other equipment to execute the work.

2.9.1

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

2.9.2

During the supervision of work by CPWD engineers, deficiencies, shortcomings, inferior


workmanship pointed out by them shall also be made good by necessary improvement,


E/>E/>
KE/>E/>WW




rectification, replacement upon receipt of instructions from Engineer in Charge up to his


complete satisfaction. Special attention shall be inevitable towards line and level of internal
and external plastering, exposed smooth surface of RCC members by providing fresh
shuttering plates rubberized linings to all the shuttering joints, accurate joinery work in
wooden doors and windows, thinnest joints in stone/ tiling / cladding work, non-hollowness
in floor and dado tiles work, protection of scratches over flooring by impounding layer of
plaster of Paris, water tight pipe linings, absence of hollow vertical joints in brick masonry,
proper compaction of filled up earth etc to achieve an Institution of International standards
and up keeping of quality assurance shall be of paramount importance.
2.9.3

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

2.9.4

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

/ fittings are not available, the

contractor shall submit samples of materials / fittings manufactured by firms of repute



E/>E/>
KE/>E/>WW




conforming to relevant specifications or IS codes and use the same only after getting the
approval of Engineer-In-Charge.
2.9.5

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

2.9.6

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

2.9.7

The tests, as necessary, shall be conducted in the laboratory approved by the Engineer
in-Charge. The samples shall be taken for carrying out all or any of the tests stipulated in
the particular specifications and as directed by the Engineer-in-Charge or his authorized
representative.

2.9.8

The Contractor shall at his own risk and cost make all arrangements and shall provide all
such facilities including material and labour, the Engineer-in-Charge may require for
collecting, preparing, forwarding the required number of samples for testing as per the
frequency of test stipulated in the contract specifications or as considered necessary by
the Engineer-in-Charge, at such time and to such places, as directed by the Engineer-inCharge. Nothing extra shall be payable for the above.

2.9.9

The Contractor or his authorized representative shall associate in collection, preparation,


forwarding and testing of such samples. In case he or his authorized representative is not


E/>E/>
KE/>E/>WW




present or does not associate him, the result of such tests and consequences thereon
shall be binding on the Contractor .The Contractor or his authorized representative shall
remain in contact with the Engineer-inCharge or his authorized representative associated
for all such operations. No claim of payment or claim of any other kind, whatsoever, shall
be entertained from the Contractor.
2.9.10 All the testing charges shall be borne by the contractor/ department in the manner
indicated below:
(i)

By the contractor, if the results show that the material does not conform to relevant specifications
and BIS codes.

(ii)

By the department, if the results show that the material conforms to relevant specifications and BIS
codes.

2.9.11 All the hidden items such as water supply lines, drainage pipes, conduits, sewers etc. are
to be properly tested as per the design conditions before covering and their
measurements in computerized measurement book duly test checked shall be deposited
with Engineer in charge or his authorized representative, prior to hiding these items.
2.9.12 Water tanks, taps, sanitary, water supply and drainage pipes, fittings and accessories
should conform to byelaws and municipal body / corporation where CPWD Specifications
are not available. The contractor should engage licensed plumbers for the work and get
the materials (fixtures/fittings) tested by the Municipal Body/Corporation authorities
wherever required at his own cost.
2.9.13 The contractor shall give performance test of the entire installation(s) as per the standing
specifications before the work is finally accepted and nothing extra whatsoever shall be
payable to the contractor for the test.
2.9.14 The contractor shall have to execute guarantee bonds in respect of water proofing works
as per Proforma enclosed.
2.9.15 The Contractor shall depute Site Engineer & skilled workers as required for the work. He
shall submit organization chart along with details of Engineers and supervisory staff. It
shall be ensured that all decision making powers shall be available to the representatives

E/>E/>
KE/>E/>WW




of the Contractor at Ahmedabad itself to avoid any likely delays on this account. The
Contractor shall also furnish list of persons for specialized works to be executed for
various items of work.

The Contractor shall identify and deploy key persons having

qualifications and experience in the similar and other major works, as per the field of their
expertise. If during the course of execution of work, the Engineer-in-Charge is of the
opinion that the deployed staff is not sufficient or not well experienced; the Contractor
shall deploy more staff or better-experienced staff at site to complete the work with quality
and in stipulated time limit.
2.9.16 The Contractor shall maintain all the work in good condition till the completion of entire
work. The Contractor shall be responsible for and shall make good, all damages and
repairs, rendered necessary due to fire, rain, traffic, floods or any other causes. The
Engineer-in-Charge shall not be responsible for any claims for injuries to person/workmen
or for structural damage to property happening from any neglect, default, want of proper
care or misconduct on the part of the Contractor or of any other of his representatives, in
his employment during the execution of the work. The compensation, if any, shall be paid
directly to the Department / authority / persons concerned, by the Contractor at his own
cost.
2.9.17 The Contractor shall arrange electricity at his own cost for testing of the various civil
installations as directed by Engineer-in-Charge and for the consumption by the contractor
for executing the work. Also all the water required for testing various civil installations and
also testing water supply, sanitary and drainage lines, water proofing of underground
sump, overhead tanks, water proofing treatment etc. shall be arranged by the contractor
at his own cost. Nothing extra shall be payable on this account.
2.9.18 The Contractor should own constructions equipment as per list required for the proper
and timely execution of the work. Nothing extra shall be paid on this account.
2.9.19 The Contractor will deploy sufficient number of Technical and Administrative employees
for the proper execution of the contract. The bidder should submit a list of these
employees stating clearly how these would be involved in this work.

E/>E/>
KE/>E/>WW




2.9.20 If the performance of the work done is found unsatisfactory during maintenance period of
12 months after date of completion and further if any defects are noticed during the defect
liability period, they shall be rectified by the contractor within seven days of receipt of
intimation of defects in the work. If the defects pointed out are not attended to within the
specified period, the same will be got done from another agency at the risk and cost of the
contractor and shall be deducted from available security deposits.

2.10

SUBMISSION AND DOCUMENTATION

2.10.1 The Contractor shall display all permissions, licenses, registration certificates, bar charts,
other statements etc under various labour laws and other regulations

applicable to the

works, at his site office.


2.10.2 The Contractor shall make available four sets of completed Building Drawings, As Built
Drawings along with literatures, manuals, warranty certificates etc. of various installed
fittings, fixtures and equipment for the completed projects. This shall be the prerequisite
for payment of final bill.
2.10.3 The Contractor shall make available three sets of all drawings of internal and external
services i.e. Water Supply, Sanitary line and Drainage lines. This shall be the prerequisite
for payment of final bill. These drawings shall have the following information:
(i)

Run off for all piping and their diameters including soil, waste pipes and vertical
stacks.

(ii)

Ground and invert level of all drainage pipes together with locations of all
manholes and connections, up to outfall.

(iii)

Run off for all water supply lines with diameters location of control valves, access
panels etc.

2.10.4 The contractor shall make available four sets of computerized standard measurement
books having measurement of all the permanent standing in a building.

E/>E/>
KE/>E/>WW




2.10.5 The security deposit shall not be released to the contractor until the aforesaid drawings
are submitted to the Engineer-in-Charge

2.10.6 The contractor will submit computerized measurement sheet for the work carried out by
him for making payment as per Clause 6A of the CPWD General Conditions of Contract
2014(with upto date correction slips). For casting of RCC members and other hidden
items the corrected and duly test checked measurement sheets of reinforcement or that of
other hidden items shall be deposited with Engineer in charge or his authorized
representative, before casting of RCC or other hidden items. The delay in submission of
corrected and duly checked measurement sheet may, therefore, delay casting of RCC or
execution of hidden item for which no hindrance shall be recorded.
2.10.7 To avoid delay, contractor should submit all samples well in advance so as to give timely
orders for procurement.
2.10.8

Program Chart:
The Contractor shall prepare an integrated program chart within fifteen days of issue of
award letter including civil as well as E & M activities for the execution of work, showing
clearly all activities from the start of work to completion, with details of manpower,
equipment and machinery required for the fulfillment of the program within the
stipulated period and submit the same for approval of the Engineer-In-Charge
within fifteen days of the award of the work. These shall be submitted by the contractor
through electronic media besides forwarding hard copies of the same. The integrated
program chart so submitted should not have any discrepancy with the physical
milestones attached in the contract agreement. The program chart should include the
following: (i)

Descriptive note explaining sequence of various activities.

(ii)

In case of non compliance/delay in compliance in this, a penalty @ Rs. 5000/- per


day will be imposed which will be recovered from the immediate next R/A Bill of the
Contractor.

(iii)

Program for procurement of materials by the contractor.

(iv) Program for arranging and deployment of manpower both skilled and unskilled so
as to achieve targeted progress.

E/>E/>
KE/>E/>WW




(v)

Program of procurement of machinery/equipment having adequate capacity,


commensurate with the quantum of work to be done within the stipulated period, by
the contractor.

(vi) Program for achieving fortnightly micro milestones and periodic milestones.
(vii) If at any time, it appears to the Engineer-In-Charge that the actual progress of work
does not conform to the approved program referred above, the contractor shall
produce a revised program showing the modifications to the approved program by
additional inputs to ensure completion of the work within the stipulated time.
(viii) The submission for approval by the Engineer-In-Charge of such program or the
furnishing of such particulars shall not relieve the contractor of any of his duties or
responsibilities under the contract. This is without prejudice to the right of EngineerIn-Charge to take action against the contractor as per terms and conditions of the
agreement.
(ix) Apart from the above integrated program chart, the contractor shall be required to
submit fortnightly progress report of the work in a computerized form on 1st and
16th of every month. The progress report shall contain the following, apart from
whatever else may be required as specified above:
(a) Construction schedule of the various components of the work through a bar
chart for the next two fortnights (or as may be specified), showing the micromilestone/milestones, targeted tasks (including material and labour requirement)
and up to date progress. Atleast 10 digital photographs showing all the parts of
construction site along with atleast 5 minutes video of executions of different
items in soft copy has to be submitted in every fortnightly progress report.
(b) Progress chart of the various components of the work that are planned
and achieved, for the fortnight as well as cumulative up to the fortnight
under reckoning, with reason for deviations, if any in a tabular format.
(c) Plant and machinery statement, indicating those deployed in the
work.
(d) Man-power statement indicating:

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


E/>E/>
KE/>E/>WW




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

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

2.11

TEMPORARY WATER/ ELECTRICITY/ TELEPHONE CONNECTION

2.11.1 Arrangement of temporary telephone connection, water and electricity required by


Contractor, shall be made by him at his own cost and also necessary permissions shall be
obtained by him directly from concerned authorities, under intimation to the Department.
Also, all initial cost and running charges, and security deposit, if any, in this regard shall
be borne by him. The Contractor shall abide by all the rules/ bye laws applicable in this
regard and he shall be solely responsible for any penalty on account of violation of any of
the rules / byelaws in this regard. Nothing extra shall be payable on this account.

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

2.11.3 The Department shall in no way be responsible for either any delay in getting electric
and/or water and/or telephone connections for carrying out the work or not getting
connections at all. No claim of delay or any other kind, whatsoever, on this account shall
be entertained from the Contractor. Also contingency arrangement of stand-by water &
electric supply shall be made by the Contractor for commencement and smooth progress
of the work so that work does not suffer on account of power failure or disconnection or

E/>E/>
KE/>E/>WW




not getting connection at all. No claim of any kind whatsoever shall be entertained on this
account from the Contractor. Nothing extra shall be payable on this account.

2.12

TRAFFIC ARRANGEMENTS

2.12.1 Haphazard plying of vehicles shall be avoided. Care shall be taken to avoid damages to
Existing trees, recently planted trees including tree guards and irrigation water supply
piping system can be located nearby work site, hence, while taking up excavation
activities, trees as well as their root zones be protected and the stacking of excavated
earth shall be made in such a way that neither plants are buried nor damaged. The initial
survey, demarcation of roads should be made in the campus and pickets etc should be
fixed at locations which shall not be disturbed or damaged by vehicular movement or
manual tampering, else the same shall be made good by the contractor at his own. In
case of failure to comply with the above requirements the damage caused shall be made
good at cost of contractor and the cost so incurred and assessed by Engineer in charge
shall be recovered from running account bill of contractor.

2.12.2 In event of any restriction being imposed by the Department, traffic or any other statutory
authority having control over the project, on the working or movement of Labour,
materials, etc., the Contractor shall strictly follow all such restrictions or instructions issued
regarding the same and nothing extra shall be payable to the Contractor on account of
such restrictions or instructions. No delay or claims of any kind shall be entertained from
the Contractor on this account. The loss of time on this account, if any, shall have to be
made up by the contractor by generating and deploying additional resources etc. Nothing
extra shall be payable on this account.

2.13

CLEANLINESS OF SITE

2.13.1 The Contractor shall not stack building material / malba / muck on the land or road of the
local development authority or on the land owned by the others, as the case may be. So
the muck, rubbish etc. shall be removed periodically as directed by the Engineer-inCharge, from the site of work to the approved dumping grounds as per the local byelaws
and regulations of the concerned authorities and all necessary permissions in this regard

E/>E/>
KE/>E/>WW




from the local bodies shall be obtained by the Contractor. Nothing extra shall be payable
on this account. In case, the Contractor is found stacking the building material / malba as
stated above, the Contractor shall be liable to pay the stacking charges / penalty as may
be levied by the local body or any other authority and also to face penal action as per the
rules, regulations and bye-laws of such body or authority. The Engineer in-Charge shall
be at liberty to recover, such sums due but not paid to the concerned authorities on the
above counts, from any sums due to the Contractor including amount of the Security
Deposit and performance guarantee in respect of this contract agreement.
2.13.2

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

2.13.3

The site of work shall be always kept clean due to constraints of space and to avoid any
nuisance to the users of buildings in the adjacent plots. The Contractor shall take all care
to prevent any water- logging at site. The waste water, slush etc. shall not be allowed to
be collected at site. It may be directly pumped into the creek with prior approval of the
concerned authorities. For discharge into public drainage system, necessary permission
shall be obtained from relevant authorities after paying the necessary charges, if any,
directly to the authorities.

The work shall be carried out in such a way that the area is

kept clean and tidy. All the fees/charges in this regard shall be borne by the Contractor.
Nothing extra shall be payable on this account.

2.14
2.14.1

INSPECTION OF WORK
In addition to the provisions of relevant clauses of the contract, the work shall also be
open to inspection by the SE Gandhinagar circle and other senior officers of CPWD in
addition of the Engineer-in-charge and his authorized representative. The contractor shall
at times during the usual working hours and at all times at which reasonable notices of
the intention of the Engineer-in-charge or other officers as stated above to visit the works
shall have been given to the contractor, either himself be present to receive the orders


E/>E/>
KE/>E/>WW




and instructions or have a responsible site Engineer duly accredited in writing, to be


present for that purpose.
2.14.1 Senior Officers of CPWD, Dignitaries from Central Ministry / Department, State
Government and CIPET authorities shall be inspecting the on-going work at site at any
time with or without prior intimation. The contractor shall, therefore, keep updated the
following requirements and detailing.
(i)

Display Board showing detail of work, weekly progress achieved with respect to
targets, reason of shortfall, status of manpower, wages being paid for different
categories of workers.

(ii)

Entrance and area surrounding to be kept cleaned.

(iii)

Display layout plan key plan, Building drawings including plans, elevations and
sections.

(iv) Upto date displays of PRIMAVERA program.


(v)

Keep details of quantities executed, balance quantities, deviations, possible Extra


item, substituted Item etc.

(vi) Keep plastic / cloth mounted one sets of building drawings.


(vii) Set of Helmets and safety shoes for safety.
2.15
2.15.1

SETTING OUT
The Contractor shall carry out survey of the work area, at his own cost, setting out
the layout of building in consultation with the Engineer-in-Charge & proceed further.
Any discrepancy between the architectural drawings and actual layout at site shall be
brought to the notice of the Engineer-in-charge. It shall be responsibility of the
Contractor to ensure correct setting out of alignment.

Total station survey

instruments only shall be used for layout, fixing boundaries, and centre lines, etc.
along with the odolites. Nothing extra shall be payable on this account.


E/>E/>
KE/>E/>WW




2.15.2 The Contractor shall establish, maintain and assume responsibility for grades, lines,
levels and benchmarks. He shall report any errors or inconsistencies regarding
grades, lines, levels, dimensions etc. to the Engineer-in-Charge before commencing
work. Commencement of work shall be regarded as the Contractors acceptance of
such grades, lines, levels, and dimensions and no claim shall be entertained at a later
date for any errors found.
2.15.3 If at any time, any error appears due to grades, lines, levels and benchmarks during
the progress of the work, the Contractor shall, at his own expense rectify such error, if
so required, to the satisfaction of the Engineer-in-Charge.

Nothing extra shall be

payable on this account.


2.15.4 Though the site levels are indicated in the drawings the Contractor shall ascertain and
confirm the site levels with respect to benchmark from the concerned authorities. The
Contractor shall protect and maintain temporary/permanent benchmarks at the site of
work throughout the execution of work. These benchmarks shall be got checked by
the Engineer-in-Charge or his authorized representatives. The work at different stages
shall be checked with reference to bench marks maintained for the said purpose.
Nothing extra shall be payable on this account.
2.15.5 The approval by the Engineer-in-Charge, of the setting out by the Contractor, shall not
relieve the Contractor of any of his responsibilities and obligation to rectify the errors/
defects, if any, which may be found at any stage during the progress of the work or
after the completion of the work.
2.15.6 The Contractor shall be entirely and exclusively responsible for the horizontal, vertical
and other alignments, the level and correctness of every part of the work and shall
rectify effectively any errors or imperfections therein. Such rectifications shall be
carried out by the Contractor at his own cost to the entire satisfaction of the Engineerin-Charge.
2.15.7 The rates quoted by the Contractor are deemed to be inclusive of site clearance,
setting

out

work

(including

marking

of

reference

points,


E/>E/>
KE/>E/>WW

center

lines

of




buildings),construction and maintenance of reference bench mark(s), taking spot


levels, construction of all safety and protection devices, barriers, barricading, signage,
labour safety, labour welfare and labour training measures, preparatory works,
working during monsoon, working at all depths, height and location etc. and any other
incidental works required to complete this work. Nothing extra shall be payable on this
account.

VARIATION IN CONSUMPTION OF MATERIALS


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

VARIATION IN CONSUMPTION OF PIG LEAD

The pig lead for caulking at joints of SCI/ CCI pipes shall be issued as per theoretical
consumption for SCI/ CCI pipes of size 100mm, 75mm, 50mm at 0.980 Kg., 0.88 Kg. 0.770
Kg. per joint respectively. Over and above the theoretical quantities of leas as worked out, a
variation of 5% shall be allowed for wastage etc. Any difference between the actual
consumption of pig lead and theoretical consumption worked out on the above basis
including the authorized variation shall be recovered at the rate mentioned under schedule
F. Where the pig lead is arranged by the contractor, variation of 5% will be allowed. In
case variation is on the higher side 5% will be allowed. In case the variation is on the lower
side, the quantity of the pig lead less used shall be recovered from the contractor at market
rate to be determined by the Engineer-in-charge whose decision in the matter will be made
and binding.

MATERIALS BROUGHT BY THE CONTRACTOR

The contractor shall have to deposit the approved paints of required colour and shade as
per actual requirements of the work to be done, with the Engineer-in-charge at his
departmental stores at the site of work.

The paint will be issued to the contractor from time to time according to his requirements for
the work in the same manner as the issue of materials stipulated to be issued
departmentally.

Similar procedure shall be followed for water proofing compound.


E/>E/>
KE/>E/>WW




The day-to-day receipt and issue quantity account of water proofing compound, paints etc.
shall be maintained by the Junior Engineer and signed daily by the contractor or his
authorized agent.

Empty containers should not be removed without the written permission of the Engineer-incharge.

TESTING OF MATERIALS

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.

The contractors rates for the items involving the use of materials shall be deemed to cover
the cost of sample. The cost of packaging, sealing, transportation, loading, unloading etc.
shall be borne by the contractor. Testing charges shall be borne by the department only
when the samples satisfy the provisions specified and conform to the requirements of the
relevant specifications. If the result show that the samples do not satisfy the relevant
specifications, the testing shall be borne by the contractor.

ADDITIONAL CONDITIONS FOR STEEL

3.1

The contractor shall procure TMT bars of Fe500D grade from primary producers viz.
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 tonnes per annum and
above.

3.2

The specifications of TMT bars procured from primary producers shall meet the
provisions of IS 1786pertaining Fe 500D grade of steel as specified in the tender.

3.3

Structural steel shall be procured from approved manufacturer having valid BIS license.


E/>E/>
KE/>E/>WW




3.4

The contractor shall have to obtain and furnish factory test certificates to the
Engineer-in-charge in respect of all supplies of steel brought by him to the site of
work.

3.5

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 para3.3 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. Else the department shall remove it and recover double
the cost of removal from the contractor.

3.6

The steel reinforcement bars shall be brought to the site in bulk supply of 50 tonnes or
more, or as decided by the Engineer-in-charge.

3.7

The steel reinforcement bars shall be stored by the contractor at site of work in such a
way as to prevent their 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.

3.8

For checking nominal mass, tensile strength, bend test, re-bend test etc. specimens of
sufficient length shall be cut from each size of the bar at random, and at frequency not
less than that specified below:
Size of Bar

For Consignment below 100 tonnes

For consignments above 100


tonnes

dia

One sample for each 25 tonnes or


part thereof

One sample for each


tonnes or part thereof

40

10 mm to 16 mm dia
bars

One sample for each 35 tonnes or


part thereof

One sample for each


tonnes or part thereof

45

Over 16 mm dia bars

One sample for each 45 tonnes or


part thereof

One sample for each


tonnes or part thereof

50

Under
bars

10

mm


E/>E/>
KE/>E/>WW




3.9

The contractor shall supply free of charge the steel required for testing including its
transportation to testing laboratories. The cost of tests shall be borne by the
contractor/Department in the manner indicated below:
(i)

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

(ii)

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

3.10

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 per procedure prescribed in clause 42 of the
contract and shall be governed by conditions laid therein. In case the consumption is less
than theoretical consumption including permissible variations recovery at the rate so
prescribed shall be made. In case of excess consumption no adjustment shall to be made.

3.11

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

3.12

For the purpose of payment, the actual weight of steel reinforcement / structural steel
sections/ plates / bolts and nuts shall be measured as below:

3.12.1

Unit weight for rolled steel sections and MS plates: The actual weight per metre of the
steel section shall be measured of minimum one sample per lot for each type of steel
sections brought to site for use in the work. For this, each sample of steel section shall be
cut to required length as decided by the Engineer-in-charge and weighed and recorded.
The weight calculated as above shall be taken as the actual weight per unit length. For
MS plates the weight per square metre shall be calculated from minimum one random
sample. The weight shall then be calculated for each lot of the material received at site of
work and unused in the work and unit weight shall be modified accordingly.

3.12.2

Unit weight for reinforcement bars: The actual weight per metre of the reinforcement of
various diameters shall be measured for three random samples collected (for each
diameter of steel reinforcement) from each lot of particular diameter of steel reinforcement


E/>E/>
KE/>E/>WW




brought to the site for use in the work. For this, each sample (one sample consisting of
three specimens) for each diameter of steel reinforcement shall be cut to require lengths
and weighed and average weight calculated and recorded. The average weight for each
type of steel section and steel reinforcement of each diameter shall be taken as the actual
weight per metre for that steel section and that diameter of steel reinforcement.
3.13

In case actual unit weight is less than standard unit weights mentioned in CPWD
specifications 2009 Volume 1, but within variation, in such cases payment shall be made
on the basis of actual unit weight. However, if actual unit weight is more than standard unit
weights mentioned in CPWD specifications 2009 Volume 1, then payment shall be made
on the basis of standard unit weight in such cases.

4 ADDITIONAL CONDITIONS FOR CEMENT


4.1

The contractor shall procure Portland Pozzolana Cement confirming to IS 1489 ( Part-I) as
required in the work, from reputed manufacturers of cement, having a production capacity
of not less than one million tonnes or more per annum, such as ACC, Ultratech, Vikram,
Shri Cement, Ambuja Cement, Jay Pee Cement, Century Cement & J.K, Cement etc.
or from any other reputed cement manufacturer as approved by ADG for that sub region/
Ministry of Industry, Government of India, and holding licence to use ISI certification mark
for their product. The tenderers may also submit a list of names of cement manufacturers,
which they propose to use in the work. The tender accepting authority reserves right to
accept or reject name(s) of cement manufacturer(s), which the tenderer proposes to use in
the work. No change in the tendered rates will be accepted if the tender accepting
authority does not accept the list of cement manufacturers, given by the tenderer, fully or
partly.
The 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-incharge 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.


E/>E/>
KE/>E/>WW




4.2

The cement shall be brought at site in bulk supply of approximately 20 tonnes or as


decided by the Engineer-in-charge. For each grade, cement bags shall be stored in two
separate godowns, one for tested cement and the other for fresh cement (under testing)
constructed by the contractor at his own cost as per sketch given in General Conditions of
Contract for CPWD 2014 with weather proof roofs and walls. The actual size of godown
shall be as per site requirements and as per the direction of the Engineer in charge and
nothing extra shall be paid for the same. The decision of the Engineer-in-charge regarding
the capacity required/needed will be final. However, the capacity of each godown shall not
be less than 20 tonnes.

4.3

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 key
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.

4.4

The cement shall be got tested by the Engineer-in-charge and shall be used on the work
only after satisfaction 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:
(i)
By the contractor, if the results show that the cement does not conform to relevant
BIS codes.
(ii)
By the Department, if the results show that the cement conforms to relevant BIS
Codes.

4.5

The actual issue and consumption of cement on work shall be regulated and proper
accounts maintained as provided in clause 10 of the contract. The theoretical consumption
of cement shall be worked out as per procedure prescribed in clause 42 of the contract and
shall be governed by conditions laid therein. In case the cement consumption is less than
theoretical consumption including permissible variation, recovery at the rate so prescribed
shall be made. In case of excess consumption no adjustment need to made.

4.6

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


E/>E/>
KE/>E/>WW




4.7

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

4.8

For non-schedule items, the decision of the Superintending Engineer or successor thereof
regarding theoretical quantity of cement which should have been actually used shall be
final and binding on the contractor.

4.9

PPC shall be used is RCC structures in accordance with 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) IS: 456- 2000 code of practice for plain and reinforced concrete shall be followed in regard
to concrete Mix proportion and its production as under: L

The concrete mix design shall be done as Design Mix concrete as prescribed in clause. 9
of IS 456 mentioned above.

LL

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.
(b) Minimum M25 grade or as specified of concrete shall be used in all structural
elements of RCC both in load bearing and framed structure.
(c) The mechanical properties such as modulus of elasticity tensile strength, creep
and shrinkage of concrete using fly ash 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 PCC.


E/>E/>
KE/>E/>WW




(d) To control higher rate of carbonation in early ages of concrete in PCC 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 & super plasticizers

with each set PPC received from different

sources shall be ensured by trials.


(e) In environment subjected to aggressive chloride on sulphate attack in particular/
PPC based concrete is recommended. In case where structural concrete is
exposed to excessive magnesium sulphate, fly ash content shall be limited to 18
% by weight. Special type of cement with low C3A content may also be
alternatively used. Durability criteria like minimum binder content and maximum
water/ binder ratio also need to be given due consideration in such environment.
(f) Wet curing period shall be enhanced to minimum of 20 days or its equivalent. In
hot and 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 ( Part-I) shall be treated at par with OPC manufacture of
Design Mix concrete for structural use in RCC.
(h) Till the time, BIS makes it mandatory to print the percentage of fly ash on each
bag of cement, the certificate from the PPC manufacturer indicating the same
shall be supplied by the contractor.
(i) While using PPC for structural concrete work, no further admixing of fly ash shall
be permitted.


E/>E/>
KE/>E/>WW




ADDITIONAL CONDITIONS OF CONTRACT SPECIFIC TO GREEN BUILDING PRACTICES

CONDITIONS ON GREEN BUILDINGS


4. GENERAL NOTE ON GREEN BUILDING PRACTICES
All materials and systems used in the project are intended to maximize energy efficiency for
operation of Project throughout service life (substantial completion to ultimate disposition - reuse,
recycling, or demolition) with an emphasis on top quality. Materials and systems are to maximize
environmentally- benign construction techniques, including construction waste recycling, reusable
delivery packaging, and reusability of selected materials. All vendors / contractors must adhere to
best practices related to Green Buildings.
Green Building Practices:
 Ensure healthy indoor air quality in final Project.
 Maximize use of products with low embodied energy (harvesting, mining, manufacturing,
transport,installation, use, operations, recycling and disposal). Exceptions might include materials
that resultinnet energy conservation during their useful life in building and buildings life cycle.
1. Where possible, select materials harvested and manufactured regionally, within a 500-km radius
of the project site.

E/>E/>
KE/>E/>WW




2. Maximize use of durable products.


3. Maximize use of products easy to maintain, repair, and that can be cleaned using non-toxic
substances.
4. Maximize recycled content in materials, products, and systems.
5. Maximize use of reusable and recyclable packaging.
6. Where possible and feasible, provide for non-destructive removal and re-use of materials after
their service life in this building.
7. Re-use existing building materials to extent feasible within design concept expressed in Contract
Documents. Provide materials that utilize recycled content to maximum degree possible without
being detrimental to product performance or indoor air quality.
 Use construction practices such as material reduction and dimensional planning that maximize
efficient use of resources and materials.
 Provide or contribute to O&M Manuals wherever applicable.
 Be conversant with the Site Waste Management Program Manual and actively contribute to its
compilation. Assist the author of the Manual by estimating the nature and volume of waste generated
by the process/installation in question.

 Minimize pollution: Select materials that generate least amount of pollution during mining,
manufacturing, transport, installation, use, and disposal.
1. Avoid materials that emit greenhouse gases
2. Avoid materials that require energy intensive extraction, manufacturing, processing, transport,
installation, maintenance, or removal.
3. Avoid materials that contain ozone-depleting chemicals (e.g. CFCs or HCFCs).
4. Avoid materials that emit potentially harmful volatile organic chemicals (VOCs).
5. Employ construction practices that minimize dust production and combustion by-products.
6. Avoid materials that can leach harmful chemicals into ground water; do not allow potentially

E/>E/>
KE/>E/>WW




harmful chemicals to enter sewers or storm drains.


7. Protect soil against erosion and topsoil depletion.
8. Minimize noise generation during construction; screen mechanical equipment to block noise.
9. Select materials that can be reused or recycled and materials with significant percentage of
recycled content; conform with or exceed specified Project recycled content percentages for
individual materials; avoid materials difficult to recycle.
10. Protect natural habitats; restore natural habitats where feasible within scope of Project.
CONDITIONS OF CONTRACT SPECIFIC TO GREEN BUILDING PRACTICES
The contractor shall strictly adhere to the following conditions as part of his contractual obligations:
A. SITE
1. The contractor shall ensure that all the top soil excavated during construction works is neatly
stacked and is not mixed with other excavated earth. The contractors shall take the clearance of the
architects before any excavation. Top soil should be stripped to a depth of 20 cm (centimetres) from
the areas proposed for buildings, roads, paved areas, and external services. It shall be stockpiled to a
height of 40 cm in designated areas and shall be reapplied to site during plantation of the proposed
vegetation. Top soil shall be separated from subsoil debris and stones larger than 50 mm (millimetre)
diameter. The stored top soil may be used as finished grade for planting areas.
2. The Contractor should follow the construction plan as proposed by the architect to minimize the
site disturbance such as soil pollution due to spilling. Use staging and spill prevention and control
plan to restrict the spilling of the contaminated material on site.
Protect top soil from erosion by collection storage and reapplication of top soil, constructing
sediment basin, contour trenching, mulching etc.
3. No excavated earth shall be removed from the campus. All soil shall be reused in
backfilling/landscape, etc as per the instructions of the architects.
4. The contractor shall not change the natural gradient of the ground unless specifically instructed by
the architects. This shall cover all natural features like water bodies, drainage gullies, slopes,
mounds, depressions, rocky outcrops, etc.
5. The contractor shall not carry out any work which results in the blockage of natural drainage.
6. The contractor shall ensure that adequate measures are taken for the prevention of erosion
of the top soil during the construction phase.
7. The contractor shall ensure that existing grades of soil shall be maintained around existing
vegetation and lowering or raising the levels around the vegetation is not allowed unless specifically
directed by the landscape architect/architect/engineer-in-charge

E/>E/>
KE/>E/>WW




B. CONSTRUCTION PHASE AND WORKER FACILITIES


1. The contractor shall specify and limit construction activity in pre-planned/designated areas and
shall start construction work after securing the approval for the same from the Project Manager. This
shall include areas of construction, storage of materials, and material and personnel movement.
2. The contractor shall ensure that no existing trees shall be cut down, or, harmed during
construction.
3. The contractor shall ensure that no trees, existing or otherwise, shall be harmed, and damage to
roots should be prevented during trenching, placing backfill, driving or parking heavy equipment,
dumping of trash, oil, paint, and other materials detrimental to plant health. These activities should
be restricted to the areas outside of the canopy of the tree, or, from a safe distance from the
tree/plant.
C. PRESERVE & PROTECT LANDSCAPE DURING CONSTRUCTION
1. Contractor should limit all construction activity within the specified area as per the construction
plan proposed by the architect. All the existing trees should be preserved, if not possible than
compensate the loss by re-planting trees in the proportion of 1:3.
2. Contractor shall collect all construction waste generated on site. Segregate these waste based on
their utility and examine means of sending such waste to manufacturing units which use them as raw
material or other site which require it for specific purpose. Typical construction debris could be
broken bricks, steel bars, broken tiles etc.
3. The contractor shall provide the minimum level of sanitation and safety facilities for the workers
at site. The contractor shall ensure cleanliness of workplace with regard to the disposal of waste and
effluent; provide clean drinking water and latrines and urinals as per applicable standard. Adequate
toilet facilities shall be provided for the workman within easy access of their place of work. The total
no. to be provided shall not be less than 1 per 25 employs in any one shift. Toilet facilities shall be
provided from the start of building operations, connection to a sewer shall be made as soon as
practicable. Every toilet shall be so constructed that the occupant is sheltered from view and
protected from the weather and falling objects. Toilet facilities shall be maintained in a sanitary
condition. A sufficient quantity of disinfectant shall be provided. Natural or artificial illumination
shall be provided.
4. The contractor shall ensure that air pollution due to dust/generators is kept to a minimum,
preventing any adverse effects on the workers and other people in and around the site. The
contractor shall ensure proper screening, covering stockpiles, covering brick and loads of dusty
materials, wheel-washing facility, and water spraying. Contractor shall ensure the following
activities to prevent air pollution during construction:
- Clear vegetation only from the area where work will start right away.
- Vegetate/mulch area where vehicles dont play. Apply gravel where mulching is impractical.
- Apply surface gravel to all vehicular roads.
- Spray water on any dusty material, areas where demolition work is being carried out, unpaved
roads and other dusty areas and excavated areas.

E/>E/>
KE/>E/>WW




- Provide dust screens sheeting or netting to scaffolding along perimeter of a building.


- Also cover stock pile dusty material & transferring loses material like bulk cement fly ash etc.
5. The contractor shall ensure that the speed of vehicles within the site is limited to 10 km/hr.
6. Lighting of fires or carrying out heat or gas emitting construction activity within the
groundcovered by canopy of the tree shall not be permitted.
7. The contractor shall ensure that no construction leachate (Ex: cement slurry), is allowed to
percolate into the ground. Adequate precautions are to be taken to safeguard against this including,
reduction of wasteful curing processes, collection, basic filtering and reuse. Temporary drainage
channels, perimeter dike/swale, etc. shall be constructed to carry the pollutant-laden water directly to
the treatment device or facility (municipal sewer line).
8. Staging (dividing a construction area into two or more areas to minimize the area of soil that will
be exposed at any given time) should be done to separate undisturbed land from land disturbed by
construction activity and material storage.
9. The contractor shall provide for adequate number of garbage bins around the construction site and
the workers facilities and will be responsible for the proper utilisation of these bins for any solid
waste generated during the construction. The contractor shall ensure that the site and the workers
facilities are kept litter free.
10. The contractor shall prepare and submit Spill prevention and control plans before the start of
construction, clearly stating measures to stop the source of the spill, to contain the spill, to dispose
the contaminated material and hazardous wastes, and stating designation of personnel trained to
prevent and control spills. Hazardous wastes include pesticides, paints, cleaners, and petroleum
products.
11. Comply with the safety procedures, norms and guidelines (as applicable) as outlined in the
document Part 7 _Constructional practices and safety, 2005, National Building code of India, Bureau
of Indian Standards. A copy of all pertinent regulations and notices concerning accidents, injury and
first-aid shall be prominently exhibited at the work site. Depending upon the scope & nature of
work, a person qualified in first-aid shall be available at work site to render and direct first-aid to
casualities. A telephone may be provided to first-aid assistant with telephone numbers of the
hospitals displayed. Complete reports of all accidents and action taken thereon shall be forwarded to
the competent authorities.
12. Adopt additional best practices, prescribed norms as in Doc No. CED 46(6086), July 2003: Draft
National Building Code of India: Part 7 Constructional practices and safety, issued by Bureau of
Indian Standards.
13. The contractor shall ensure that a flush out of all internal spaces is conducted prior to handover.
This shall comprise an opening of all doors and windows for 10 days to vent out any toxic fumes due

E/>E/>
KE/>E/>WW




to paints, varnishes, polishes, etc.


14. The storage of material shall be as per standard good practices as specified in Part 7, Section 2 Storage, Stacking and Handling practices, NBC 2005 and shall be to the satisfaction of the Project

Manager to ensure minimum wastage and to prevent any misuse, damage, inconvenience or accident. Watch
and ward of the Contractors materials shall be his own responsibility. There should be a proper planning of
the layout for stacking and storage of different materials, components and equipments with proper access
and proper manoeuvrability of the vehicles carrying the materials. While planning the layout, the
requirements of various materials, components and equipments at different stages of construction shall be
considered. The Owner shall not take any responsibility on any account.
D. WATER USE DURING CONSTRUCTION
Contractor should spray curing water on concrete structure and shall not allow free flow of water.
After curing on first day, all the concrete structures should be painted with Concrete structures
should be kept covered with thick cloth/gunny bags and water should be sprayed on them.
Contractor shall do water ponding on all sunken slabs using cement and sand mortar.

E.
The Contractor shall remove from site all rubbish and debris generated by the Works and keep
Works clean and tidy throughout the Contract Period. All the serviceable and non-serviceable
(malba) material shall be segregated and stored separately. The malba obtained during construction
shall be collected in well formed heaps at properly selected places, keeping in a view safe condition
for workmen in the area. Materials which are likely to cause dust nuisance or undue environmental
pollution in any other way, shall be removed from the site at the earliest
and till then they shall be suitable covered. Glass & steel should be dumped or buried separately to
prevent injury. The work of removal of debris should be carried out during day. In case of poor
visibility artificial light may be provided.
F. MATERIALS & FIXTURES FOR THE PROJECT
1. All materials sourced specifically for construction at this project, shall be strictly sourced from a
distance of 500 km radius from the project site except Kota stone, marble and granite.
2. Any material that is to be sourced from outside the prescribed radius shall be done after securing
the necessary approval from the architects and the Project Manager.

E/>E/>
KE/>E/>WW




3. All cement used at site for reinforced concrete, precast members, mortar, plaster, building blocks,
etc shall be PPC (Portland Pozzolana Cement). The PPC must meet the requirements of IS 1489:
1991.
4. As a measure to reduce wastage and water consumption during construction, the contractor shall
source or set up the infrastructure for a small scale ready mix concrete. All concreting works at site
shall utilise only ready mix concrete and not a site mix.
5. The contractor has to comply as per MoEF issued notification 8.0.763(E) dated 14th Sept.1999
containing directive for greater fly ash utilization, where it stipulates that every construction agency
engaged in the construction of buildings within a radius of 50 km radius of a Thermal Power Plant,
have to use of 100% fly ash based bricks/blocks in their construction.
6. The contractor shall ensure that quarry dust is used in place of sand in an all concreting works
unless specifically instructed otherwise by the architects.
7. All timber used in the manufacture of door and window frames and shutters shall constitute of
reclaimed timber. The source of such reclaimed timber shall be approved by the Architects and the
Project Manager.
8. The contractor shall ensure that all paints, polishes, adhesives and sealants used both internally
and externally, on any surface, shall be Low VOC products. The contractor shall get prior approval
from the Architects and the Project Manager before the application of any such material.
9. The contractor shall employ 100% zero ODP (ozone depletion potential) insulation; HCFC (hydro
chlorofluorocarbon)/ and CFC (chlorofluorocarbon) free HVAC and refrigeration equipments
and/halon-free fire suppression and fire extinguishing systems.
10. The contractor shall ensure that all composite wood products/agri fibre products used for cabinet
work, etc do not contain any added urea formaldehyde resin.
G. RESOURCES CONSUMED DURING CONSTRUCTION
1. The contractor shall ensure that the least amount of water and electricity is wasted during
construction. The Project Manager can bring to the attention any such wastage and the contractor
will have to ensure that such bad practices are corrected.
2. The contractor shall install necessary meters and measuring devices to record the consumption of
water, electricity and diesel on a monthly basis for the entire tenure of the project.
3. The contractor shall ensure that all run-off water from the site, during construction is collected and
reused to the maximum.
4. The contractor shall use treated recycled water of appropriate quality standards for construction, if

E/>E/>
KE/>E/>WW




available.
5. No lights shall be turned on during the period between 6:00 AM to 6:00 PM, without the
permission of the Project Manager.
6. The contractor is encouraged to use bio-diesel in place of petroleum diesel for the running of
generators during construction.
H. CONSTRUCTION WASTE
1. Contractor shall ensure that wastage of construction material is kept to a maximum of 3%.
2. All construction debris generated during construction shall be carefully segregated and stored in a
demarcated waste yard. Clear, identifiable areas shall be provided for each waste type. Employ
measures to segregate the waste on site into inert, chemical, or hazardous wastes.
3. All construction debris shall be used for road preparation, back filling, etc, as per the instructions
of the Architects and the Project Manager, with necessary activities of sorting, crushing, etc.
4. No construction debris shall be taken away from the site, without the prior approval of the Project
Manager.
5. The contractor shall recycle the unused chemical/hazardous wastes such as oil, paint, batteries,
and asbestos.
6. If and when construction debris is taken out of the site, after prior permissions from the Project
Manager, then the contractor shall ensure the safe disposal of all wastes and will only dispose of any
such construction waste in approved dumping sites.
7. Inert waste to be disposed off by municipal corporation/local bodies at landfill sites.
I. DOCUMENTATION
1. The contractor shall, during the entire tenure of the construction phase, submit the
following records to the Project Manager on a monthly basis:
i. Water consumption in litres
ii. Electricity consumption in kwh units
iii. Diesel consumption in litres
iv. Quantum of waste generated at site and the segregated waste types divided into inert, chemical
and hazardous wastes.
v. Digital photo documentation to demonstrate compliance of safety guidelines as specified here and
in the Appendix on Safety Conditions.
2. The contractor shall, during the entire tenure of the construction phase, submit the following
records to the Project Manager on a weekly basis:
i. Quantities of material brought into the site, including the material issued to the contractor by the
client.
ii. Quantities of construction debris (if at all) taken out of the site
iii. Digital photographs of the works at site, the workers facilities, the waste and other material
storage yards, pre-fabrication and block making works, etc as guided by the Project Manager.
3. The contractor shall submit one document after construction of the buildings, a brief description

E/>E/>
KE/>E/>WW




along with photographic records to show that other areas have not been disrupted during
construction. The document should also include brief explanation and photographic records to show
erosion and sedimentation control measures adopted. (Document CAD drawing showing site plan
details of existing vegetation, existing buildings, existing slopes and site drainage pattern, staging
and spill prevention measures, erosion and sedimentation control measures and measures adopted for
top soil preservation during construction.
4. The contractor shall submit to the Project Manager after construction of the buildings, a detailed
as built quantification of the following:
i. Total materials used,
ii. Total top soil stacked and total reused
iii. Total earth excavated,
iv. Total waste generated,
v. Total waste reused,
vi. Total water used,
vii. Total electricity, and
viii. Total diesel consumed.
5. The contractor shall submit to the Project Manager, before the start of construction, a site plan
along with a narrative to demarcate areas on site from which top soil has to be gathered, designate
area where it will be stored, measures adopted for top soil preservation and indicate areas where it
will be reapplied after construction is complete.
6. The contractor shall submit to the Project Manger, a detailed narrative (not more than 250 words)
on provision for safe drinking water and sanitation facility for construction workers and site
personnel.
7. Provide supporting document from the manufacturer of the cement specifying the fly ash content
in PPC used in reinforced concrete.
8. The contractor shall, at the end of construction of the buildings, submit to the Project Manager,
submit following information, for all material brought to site for construction purposes, including
manufacturers certifications, verifying information, and test data, where Specifications sections
require data relating to environmental issues including but not limited to:
i. Source of products: Supplier details and location of the supplier.
ii. Project Recyclability: Submit information to assist Owner and Contractor in recycling materials
involved in shipping, handling, and delivery, and for temporary materials necessary for installation
of products.

iii. Recycled Content: Submit information regarding product post industrial recycled and post
consumer recycled content. Use the Recycled Content Certification Form, to be provided by the

E/>E/>
KE/>E/>WW




Commissioning Authority appointed for the Project.


iv. Product Recyclability: Submit information regarding product and products components
recyclability including potential sources accepting recyclable materials.
v. Provide certification for all wood products provided by a Forest Stewardship Council (FSC - or
equivalent organization) accredited certifier.
vi. Provide final certification of well-managed forest of origin to provide final documentation of
certified sustainably harvested status: Acceptable wood certified sustainably harvested
certifications shall include:
a) Wood suppliers certificate issued by one of the Forest Stewardship Council accredited certifying
agencies;
b) Suppliers invoice detailing the quantities of certified wood products for project;
c) Letter from one of a certifying agency corroborating that the products on the wood suppliers
invoice originate from certified well-managed forests.
vii. Clean tech: Provide pollution clearance certificates from all manufacturers of materials
viii. Indoor Air quality and Environmental Issues: Submit emission test data, sourced from the
manufacturers, produced by acceptable testing laboratory listed in QualityAssurance Article for
materials as required in each specific Specification section.
a) Certifications from manufacturers of Low VOC paints, adhesives, sealant and polishes used at this
particular project site.
b) Certification from manufacturers of composite wood products/agri-fibreproducts on the absence
of added urea formaldehyde resin in the productssupplied to them to this particular site.
c) Submit environmental and pollution clearance certificates for all diesel generators installed as part
of this project.
9. Provide total support to the Architects / Project Manager / Green Building Consultants appointed
by the owner in completing all Green Building Rating related formalities, including signing of
forms, providing signed letters in the contractors letterhead.
J. EQUIPMENT
1. To ensure energy efficiency during and post construction all pumps, motors and engines used
during construction or installed, shall be subject to approval and as per the specifications of the
architects.
2.All lighting installed by the contractor around the site and at the labour quarters during
construction shall be CFL bulbs of the appropriate illumination levels. This condition is a must,
unless specifically prescribed.
The contractor is expected to go through all other conditions of the TERI-GRIHA rating stipulations,
which can be provided to him by the architects. Failure to adhere to any of the above mentioned
items, without necessary clearances from the architects and the Project Manager, shall be deemed as
a violation of contract and the contractor shall be held liable for penalty as determined by the
Engineer-in-Charge.

E/>E/>
KE/>E/>WW




K.
The contractor has to execute the work complying to the additional conditions specified above
and nothing extra shall be paid to him for the same.

5 PARTICULAR SPECIFICATIONS
5.1

General

5.1.1

Unless otherwise specified in the schedule of quantities, particular specifications or CPWD


specifications (subject to the order of preference) the rates tendered by the tenderer shall
be all inclusive and shall apply to all lifts, all heights and all floor including terrace, leads
and depths and nothing extra shall be payable on this account.

5.1.2

The work shall be carried out in accordance with the Architectural drawings, structural
drawings and approved shop drawings. The structural shop and architectural drawings
shall have to be properly correlated before executing the work. In case of any difference
noticed between architectural and structural drawings, the contractor shall obtain final
decision, in writing, of the Engineer-in-charge. In case of any discrepancy in the item given
in the schedule of quantities appended with the tender and architectural drawings related to


E/>E/>
KE/>E/>WW




the relevant items, the former shall prevail unless and otherwise given in writing by the
Engineer in charge. Nothing extra shall be payable on this account.
5.1.3

Wherever any reference to any Indian Standards occurs in the documents relating to this
contract, the same shall be inclusive of all amendments issued thereto or revisions thereof,
if any, up to the date of receipt of tenders.

5.1.4

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

5.1.5

The work shall be executed and measured as per metric dimensions given in the Schedule
of quantities, drawings etc. (F.P.S. units wherever indicated are for guidance only).

5.1.6

The following additional specifications shall apply:

5.1.6.1

All stone aggregate and stone ballast shall be of hard stone variety to be obtained from
approved quarries at Sevalia.

5.1.6.2

Coarse sand should be obtained from Sabarmati. The same shall be clean and sharp
angular grit type. The coarse sand shall be screened before using, if required. If the
sand brought to site is dirty, it must be washed in clean water to bring the sand to the
required specifications. Nothing extra shall be payable on this account.

5.1.6.3

Fine sand should be obtained from Sabarmati or any other source to be got approved
by the Engineer-in-charge and screened as required. The same shall be clean and
sharp angular grit type. If the sand brought to site is dirty it must be washed in clean
water.

5.1.6.4

Bricks ( F.P.S )shall be of crushing strength not less than 35 Kg/sq.cm. The average
water absorption of bricks when immersed in water for 24 hours shall not be more than
20% of the dry weight. Bricks Fly ash lime gypsum ( FALG )shall be of crushing
strength not less than 50 Kg/sq.cm. The average water absorption of bricks when
immersed in water for 24 hours shall not be more than 20% of the dry weight.


E/>E/>
KE/>E/>WW




5.1.7

The rates for all items of work, shall unless clearly specified otherwise, include cost of all
operations and all inputs of labour, material, T & P, scaffolding, wastages, watch and ward,
other inputs, all incidental charges, all taxes, cess, VAT, duties, levies etc. required for
execution of the work.

5.1.8

The masonry work for the portions of the external wall of W.C., through which pipes are
taken, shall be done after the pipes are fixed as far as practicable.

5.1.9

All crossings, embedment etc. in walls and floors for water supply, drainage and sanitary
pipes, fittings etc. shall be provided as per the detailed working drawings for individual walls
and floors so as to avoid cuttings of masonry work and floors. All such areas shall be made
good during finishing and nothing extra shall be payable on these accounts.

5.2

PRODUCT DELIVERY , STORAGE AND HANDLING OF CHEMICALS

5.2.1

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

5.2.2

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

5.2.3

All the chemicals {polymers, epoxy, water proofing compound, plasticizer, Polysulphide,
SBR based elastomeric, APP(Atactic Polypropylene Polymer), all exterior and interior
paints, polish

etc.) shall be procured in convenient packs say 20 litres/Kgs.} capacity

packing only or as approved by the Engineer-in-Charge, and not in bigger capacity


containers, say 200 litre (Kgs.) drums unless otherwise specifically permitted by the
Engineer-in-Charge. One sample from each lot of the chemical procured by the contractor
shall be tested in a laboratory as approved by the Engineer-in-Charge.
5.2.4

All material required for the execution of the work shall be got approved, procured and
deposited with the Departmental supervisory staff. The materials shall be kept in joint
custody of the contractor and the Department. The watch and ward of such material shall,
however, remain to be the responsibility of the contractor and no claim, whatsoever, on this
account shall be entertained.

Different containers of each chemical shall be serially


E/>E/>
KE/>E/>WW




numbered on packing and also consumed in that order. Day-to-Day account of receipt,
issue and balance shall be regulated by the Department and proper account shall be
maintained at site of work in the prescribed form as per the standard practice.
5.2.5

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

5.2.6

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

5.2.7

The Name of manufacturers, manufacturers product identification, manufacturers mixing


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

5.2.8

The contractor shall submit for the chemicals procured, manufacturers and / or authorized
dealers certificate regarding supplying and verifying conformance to the material
specifications, as specified.

5.2.9

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

5.2.10 Empty containers of the chemicals should not be removed from site till

the completion of

work and shall be removed only with the written approval of the Engineer-in-Charge.
5.2.11 All arrangements for measuring, dosing and mixing of material / chemicals at site have to
be made by the contractor.
5.2.12 Contractor shall suitably advise his site Engineer and all the workers as regards safe
handling of chemicals. Necessary protective and safety equipments in form of hand gloves,
goggles etc. shall be provided by the contractor and be also used at site.


E/>E/>
KE/>E/>WW




5.2.13 All incidental charges of any kind including cartage, storage and wastage and safe custody
of material etc. shall be borne by the contractor and no claim, whatsoever, shall be
entertained on this account.
5.2.14 The chemicals shall be tested in an independent laboratory as approved by the Project
Manager at the frequency as specified. If required, more samples may have to be tested as
per the directions of the Engineer-in-Charge. Nothing extra shall be payable on this
account.

However testing charges shall be borne by the department for the samples

satisfying the requirements specified in the tender.

5.3

EARTHWORK

5.3.1 Earthwork in excavation, in general, shall be carried out as per the CPWD Specifications.
5.3.2 The earthwork in excavation, wherever required, shall be carried out in slushy position.
Rates for earthwork shall include cost of the element for working in or under water / liquid
mud including pumping of water / liquid mud. Nothing extra shall be payable on this
account. Therefore, the Contractor shall quote his rates after studying the site conditions.
5.3.3 The rates for earthwork in excavation, wherever required, shall be inclusive of carrying out
the work for all lifts, depths, heights.
5.3.4 Wherever required, the Contractor shall carry out close / open timbering, including strutting,
shoring and packing etc., at his own cost. Rates for the earthwork items shall include the
cost of the elements of close / open timbering, including strutting, shoring and packing etc.,
and nothing extra shall be payable on this account.

5.3.5 The surplus excavated earth shall be disposed off by the contractor from the site of
work at their own cost and nothing extra shall be payable on this account.


E/>E/>
KE/>E/>WW




5.3.6 De-watering shall be done conforming to BIS Code IS: 9759 (guide lines for de-watering
during construction) and / or as per the specifications approved by the Engineer-in-Charge.
Design of an appropriate and suitable dewatering system shall be the Contractors
responsibility. Such scheme shall be modified / augmented as the work proceeds based on
fresh information discovered during the progress of work, at no extra cost. At all times
during the construction work, efficient drainage of the site shall be carried out by the
Contractor and especially during the WATER PROOFING treatment, casting of RCC raft
foundation, lift pit, laying of plain cement concrete, taking levels, installing rock anchors etc.
The Contractor shall also ensure that there is no danger to the nearby properties and
installations on account of such lowering of water table. If needed, suitable precautionary
measures shall be taken by the Contractor. Also the scheme of dewatering adopted shall
have adequate built in arrangement to serve as stand-by to attend to repair of pumps etc.
and disruption of power / fuel supply. Nothing extra shall be payable on this account.
5.3.7 De-watering shall be carried out by suitable means with adequate stand-by arrangements
of pumps etc. and it shall be ensured that its disposal is carried out as per the regulations
of the local bodies. The water / slush / muck etc. shall not be disposed off into the public
drainage system of sewer manhole or storm water drain, but shall be pumped off into the
creek close to the plot or disposed by any other manner, subject to the approval of the local
bodies in this regard. The agencies are, therefore, advised to inspect and acquaint
themselves of the site and location of disposal point(s) of water / slush and satisfy
themselves as regards method of pumping and disposal required to be adopted. Any
default or failure on the part of the Contractor to acquaint himself with the aforesaid aspect
of work shall not absolve him from his responsibility for the execution / performance of this
contract. Also, all permissions in this regard, to be taken from local authorities, shall be
obtained by the Contractor. Nothing extra shall be payable on these accounts.
5.3.8 In trenches where surface water is likely to get into cut / trench during monsoons, a ring
bund of puddle clay or by any other means shall be formed outside, to the required height,
and maintained by the Contractor. Also, suitable steps shall be taken by the Contractor to


E/>E/>
KE/>E/>WW




prevent back flow of pumped water into the trench. Nothing extra shall be payable on this
account.
5.3.9 The cost of de watering or working under water and / or liquid mud for execution of all the
items for the work is deemed to be included in quoted rates of the respective items and
shall not be measured separately for payment. Nothing extra shall be payable for de
watering in this work, irrespective of whether specified or not, in the item descriptions or in
the specifications / conditions in this contract agreement.

5.4

R.C.C. WORK ( READY MIX CONCRETE )


The work in general shall be carried out as per the CPWD specifications.

5.4.1 CONCRETE:
All the concrete for the construction of cast- in- situ RCC works (Except for special cases
when daily consumption of concrete is less than 3 cum. Design Mix concrete may
be used cost correction shall be made in such case) shall be procured from a Ready
Mix Concrete Suppliers (plants) approved by the Engineer in Charge. Site produced
concrete shall not be permitted to be used in such cases. The mix design and other
parameters of the RMC including transporting and placing etc. shall be strictly as per the
CPWD SPECIFICATIONS 2009 VOL I, unless specified otherwise and shall be conveyed
to the RMC supplier by the Contractor .The Contractor shall be wholly responsible for
ensuring the property of concrete, as required at site, irrespective of the fact that the RMC
plant/supplier shall be approved by the Engineer-in-charge. Engineer-in-charge or his
representatives shall be at liberty to inspect the operations, quality of various ingredient
materials and take samples, if required, verify quantity of various ingredients being used at
the RMC plant and take samples of concrete at the RMC plant and also at site, as desired.
The Contractor shall satisfy himself that the quality of materials including various
ingredients is as per the specifications. In case the aggregates tested do not comply with
any requirement of specifications, the source for the same shall be rejected.

The

aggregates, at the R.M.C plant, shall be stored in such a way as to prevent mixing with

E/>E/>
KE/>E/>WW




foreign material as well intermixing amongst them. Different sizes of coarse aggregate
shall be stored in separate compartment to prevent intermixing at the partition.

5.4.2 BATCHING OF CONCRETE


5.4.2.1

Various ingredients of the cement concrete and Reinforced Cement Concrete shall

be mixed by weigh batching only. The measuring equipments shall be maintained in clean
and serviceable condition. The calibration certificate shall be made available from RMC
supplier and calibration shall be subject to third party check also, as directed and decided
by the Engineer-in-charge and this shall be mandatory and binding on the Contractor and
his RMC supplier. The weigh batching shall be done by converting the proportion of
ingredients into their masses considering their specific gravity, density, voids, absorption,
bulking etc. The decision of Engineer in- Charge in this regard shall be final and binding.
The various grade of concrete to be procured from RMC supplier shall be as specified in
item and as directed by the Engineer-in-charge.
5.4.2.2

The Contractor has to procure the concrete from a Ready mix concrete plant having

the computerized weigh batching plants conforming to IS: 4925 with arrangement for
automatic dosing of admixture and adequate production capacity. The minimum cement
content in concrete shall be as specified in the item. The target mean strength shall be as
per CPWD specification. Suitable adjustments shall be available for allowing variation in
respects of quantity of aggregates / water to allow for variations due to surface moisture in
the aggregates.
5.4.3 WATER CEMENT RATIO AND WORKABILITY
The quantity of water added to cement, sand and aggregates during mixing, including
moisture contents of the aggregates, shall not exceed 0.45 water cement ratio. Reference
may be made to CPWD Specifications for guidance with respect to workability. The


E/>E/>
KE/>E/>WW




concrete mix shall be suitably designed for the required slump, if required, by using
appropriate admixture to limit the maximum water cement ratio.
5.4.4 CONCRETE TESTING:
Samples from fresh concrete shall be taken as per IS: 1199. One sample consisting of six
cubes 15 cm. X 15 cm. X 15 cm. shall be taken as specified in the CPWD Specifications
and tested at 28 days in accordance with IS: 516. Random sampling procedure shall be
adopted to ensure that each concrete batch shall have a reasonable chance of being
tested.

At least one sample shall be taken from each shift of work. Samples of concrete

for each batch shall have to be taken by the RMC supplier also and tested after 28 days
and results submitted to the department for record. Procedure of testing, its acceptance
criteria etc. shall be regulated in accordance with the CPWD Specifications. However para
5.8.12.2.3 (4) table no. 8, line 7 & 8 may be lead as 4 plus are additional sample for each
additional 50 cum or part thereof Instead of 4 plus additional sample for each additional
15 cum or part thereof. Concrete can be laid using born pumps, buckets, cranes, trolleys
etc. as required as per the site conditions. However, nothing extra shall be payable on
accounts of using any particular method of laying concrete.
5.4.5 TRANSPORTING:
5.4.5.1 The period between mixing of concrete and placing it in final position shall be kept to a
minimum and the delivery of concrete shall be coordinated with the rate of placement, to
avoid delays in delivery and placement.

The concrete shall be supplied / transported

through transit mixers and general construction of transit mixer and other requirements
shall conform to IS: 5892.
5.4.5.2

Concrete shall be handled from the place of mixing to the place of final deposit by

methods, which prevent segregation, or loss of any ingredients and contamination.


5.4.5.3

Where concrete is conveyed by chutes, the chutes shall be made of metal or fitted

with metal lining. The approval of the Engineer-in-Charge shall be obtained for the use of
chutes in excess of 3 metres long and in such cases the concrete shall be remixed if so

E/>E/>
KE/>E/>WW




required by the Engineer-in-Charge or closed bottom buckets shall be used. If concrete is


placed by pumping, the conduit shall be primed properly. Once pumping is started, it shall
not be interrupted as far as possible. Concrete shall not be dropped in to place from a
height more than 1.5m.
5.4.6 PLACING:
5.4.6.1

Concreting of any portion of the work shall be done in presence of the representative

of the Engineer-in-Charge and shall be done only after approval of the Engineer-in-charge.

Concreting shall be carried out continuously between construction joints shown

5.4.6.2

on the drawings or as agreed by the Engineer-in-Charge. The Contractor shall closely


follow the sequence of concreting where it is specified in the drawings. If concreting
is interrupted before reaching the predetermined joint an approved construction joint
shall be provided. Construction joints shall be minimized as far as possible. These
shall be set at right angles to the general direction of the member .The surface film of
the first placed concrete should preferably be removed while the concrete is still green
to expose the aggregate and leave a sound irregular surface. However care shall be
taken not to disturb the concrete already laid.
5.4.6.3

Concrete shall be deposited as nearby as practicable in its position to avoid re-

handling and shall not be dumped in a large quantity at any point.


5.4.6.3A.

INGRIDENTS OF RMC

i)

Course Aggregate :- As per CPWD specifications and particulars specifications.

ii)

Fine Aggregate :- As per CPWD specifications and particulars specifications.

iii)

Water:- As per requirement laid down in IS 456-2000 and CPWD specifications.

iv)

Cement :- cement arranged by the contractor will be Portland pozzolana cement ( in


bags ) conforming to IS: 1489 Part-I.


E/>E/>
KE/>E/>WW




v)

5.4.6.4

Admixture:- Admixtures shall not be used without approval of Engineer in charge.


Wherever required admixture of approved quality shall be mixed with concrete to
achieve the desired workability within specified water cement ration. The admixture
shall conform to IS 9203. The chloride in the admixture mixed concrete shall also
satisfied the requirement of IS:456-2000.

All care shall be taken to prevent honey combed concrete or bleeding or segregation of
concrete.

5.4.7 CHEMICAL ADMIXTURES AND ADDITIVES


5.4.7.1 Chemical admixtures shall not be used unless permitted by the Engineer-in-charge.
However, admixtures procured from the manufacturers and of brand as approved by the
Engineer-in-charge may be allowed on specific request of the Contractor for imparting
special characteristics to the concrete. Only those admixtures which conform to IS: 6925
and IS: 9103 shall be allowed to be used, for restricting water cement ratio to 0.45 and at
the same time obtaining specified slump value as per CPWD Specifications. The
admixtures shall not in any way adversely affect the durability of the concrete and the
reinforcement. Admixtures generating hydrogen and nitrogen etc. shall not be allowed to be
used.

Slump required shall be as the CPWD specification and as per the method of

placement adopted by the contractor. However the water cement ratio for all concrete
shall not be more than 0.45. Nothing extra shall be payable an account of any admixture
required for achieving certain slump or for the method of placement like within born pump,
bucket with crane etc. However the concrete and admixtures shall satisfy the other
parameters as specialized in the tender.
5.4.7.2 Nothing extra shall be payable on account of use of admixtures and Additives in concrete.

   


5.4.8.1 Construction joints in PCC, RCC and Light Weight Concrete works etc., shall be provided
only at places as per approved structural drawings and as per agreement item. It shall not


E/>E/>
KE/>E/>WW




in any manner structurally or functionally affect the structure. If, any additional construction
joint is required to be provided, it shall be done with approval of the Engineer-in-Charge.
5.4.8.2 The centring, shuttering, strutting etc., required for the construction joint in PCC, RCC and
Light Weight Concrete works shall be provided as per the CPWD Specifications. Nothing
extra shall be payable on this account.
5.4.9 TREATMENT TO THE CONSTRUCTION JOINTS AND RECTIFICATION OF DEFECTS.
5.4.9.1

All care shall be taken to minimize the number of construction joints in the basement raft
and walls as well as in the levelling course of PCC at base. Still, wherever the construction
joints are provided, these shall be slightly opened up and then suitably filled with cement
mortar 1:3 (1 cement: 3 fine sand) after applying a bond coat of cement slurry. The
aluminium nipples shall be fixed in the cavity and crevices, if required. Then cement slurry
of w/c ratio 0.5 shall be pressure grouted through these nipples as required, which shall
then be suitably cut. Nothing extra shall be payable on this account.

5.4.9.2

All care shall be taken to avoid any honey combed concrete or any cavity. Still, if any
honey combed concrete or cavity in RCC wall is encountered the same shall be rectified
by removing all loose concrete by chiseling. The chipped concrete surface shall be
cleaned and made dust free by blowing compressed air and then washed clean with water
(but without excess water). Then a bond coat of polymer modified cement slurry @ 2.2 kg
of cement per sq. m. of concrete surface, in two coats, shall be applied as specified. The
second coat shall be applied immediately within 15-20 minutes of application of the first
coat. A coat of polymer modified cement plaster of mix 1:3 (1 cement: 3 fine sand) of the
required thickness shall be applied as specified to fill the cavity if the required thickness is
less than 20 mm. If the required thickness is more than 20 mm. the cavity shall be filled by
concrete of relevant grade after providing the required centering and shuttering. The
surface shall then be moist cured for minimum 7 days. Nothing extra shall be payable on
this account.


E/>E/>
KE/>E/>WW




D/^>EKh^
5.4.10.1 Mixer having arrangement of weighing water for controlling W.C. ratio should only be
used in all PCC and RCC works where there is no provision for Ready Mix Concrete.
5.4.10.2 Any cement slurry if added over base surface (or for continuation of concreting) for bond,
its cost shall be deemed to have been included in the respective items, unless otherwise,
explicitly stated and nothing extra shall be payable nor extra cement considered in the
cement consumption on this account.
5.4.10.3 Centring and shuttering for all concrete and reinforced concrete wherever required shall
be in steel and / or plywood to produce a smooth and uniform finish on all exposed
surfaces. However, all props, bracings, scaffolding etc., shall be in steel. The entire
responsibility of planning, design, erection and safety of formwork shall lie with the
Contractor.
5.5.1 APPROVAL OF DESIGN MIX
5.5.1.1

The mix design for a specified grade of concrete shall be done for a target mean
compressive strength Tck = Fck + 1.65s

Where Fck = Characteristic Compressive Strength at 28 days


s = Standard deviation which depends on degree of quality control.
5.5.1.2

The degree of quality control for this work is good for which the standard deviation
(s) obtained for different grades of concrete shall be as follows :-

GRADE OF CONCRETE FOR GOOD QUALITY OF CONTROL


M 25

5.0

M 30

6.0

M 35

6.0


E/>E/>
KE/>E/>WW




5.5.1.3

Out of the six specimen of each set, three shall be tested at seven days and
remaining three at 28 days. The preliminary tests at seven days are intended only
to indicate the strength to be attained at 28 days.

5.5.2 CHARGES FOR DESIGN MIX


5.5.2.1

All cost of mix designing and testing connected therewith including charges payable
to the laboratory shall be borne by the contractor.

5.5.3 PREPARATION OF MIXES AS PER APPROVED DESIGN MIX AND CONDUCTING


CONFIRMATORY TEST AT FIELD LAB.
5.5.3.1

The contractor shall make the cubes of trial mixes as per approved Mix design at
site laboratory for all grades, in presence of Engineer in charge using sample of
approved materials proposed to be used in the work prior to commencement of
concreting and get them tested in his presence to his entire satisfaction for 7 days
and 28 days . Test cubes shall be taken from trial mixes as follows.

5.5.3.2

For each mix, a set of six cubes shall be made from each of the three consecutive
batches. Three cubes from each set of six shall be tested at age of 7 days and
remaining three cubes at age of 28 days. The cubes shall be made, cured,
transported and tested strictly in accordance with specifications. The average
strength of nine cubes

at age of 28 days shall exceed the specified target mean strength for which design mix
has been approved , the evaluation of test results will be done as per IS : 456-2000.
5.5.4 WORK STRENGTH TEST
5.5.4.1

TEST SPECIMEN

5.5.4.1.1 Work strength test shall be conducted in accordance with IS : 516 on random sampling .
Each test shall be conducted on six specimen, three of which shall be tested at 7 days
and remaining three at 28 days. Additional samples shall be prepared, if required, as
per direction of Engineer in charge for testing samples cured by accelerated method as
described in IS : 9103.

E/>E/>
KE/>E/>WW




5.5.4.2

TEST RESULTS OF SAMPLE

5.5.4.2.1 The test results of the sample shall be the average of the strength of three specimen.
The individual variation shall not be more than + - 15 percent of the average. If more,
the test results of the sample are invalid. 90% of the total tests shall be done at the
laboratory established at site by the contractor and remaining 10% in the laboratory of
Government Engineering colleges, or in any other approved laboratory as directed by
the Engineer in Charge.
5.5.4.3

STANDARD FOR ACCEPTANCE

5.5.4.3.1 Standard of acceptance shall be same as specified in clause 16 of IS 456-2000.


5.5.4.3.2 In order to keep the floor finish as per architectural drawings and to provide required
thickness of the flooring as per specification, the level of top surface of RCC shall be
accordingly adjusted at the time of its centering, shuttering

and casting for which

nothing extra shall be paid to the contractor.


5.5.5 Ultrasonic Pulse Velocity Method of Test for RCC
5.5.5.1

The underlying principle of assessing the quality of concrete is that comparatively


higher velocities are obtained when the quality of concrete in terms of density,
homogeneity and uniformly is good. The consistency of the concrete as regards its
general quality gets established. In case of poorer quality lower velocities are
obtained. If there are cracks, voids or flaws inside the concrete which come in the
way of transmission of pulse, lower velocities are obtained.

5.5.5.2

The quality of concrete in terms of uniformity, incidence or absence of internal


flaws, cracks and segregation etc. indicative of the level of workmanship employed,
can thus be assessed using the guidance given in table below, which have been
evolved for characterizing the quality concrete in structure in term of the ultrasonic
pulse velocity.

Velocity criterion for Concrete Quality Grading.


Sl.

Pulse velocity by Cross Concrete

Quality


E/>E/>
KE/>E/>WW




No.
1
2
3
4

Probing (km/sec)
Above 4.5
4.5 to 3.5
3.5 to 3.0
Below 3.0

Grading
Excellent
Good
Medium
Doubtful

Note :In Case of doubtful quality it may be necessary to carry further tests.

5.5.5.3

Pulse velocity method of test of concrete is to be conducted for CPWD works as a


routine test. The acceptance criteria as per the above table will be applicable which
is as per IS 13311 (part-1): 1992. From the above Good and Excellent grading
are acceptable and below these grading the concrete will not be acceptable. For
new works the provision of test will be suitably incorporated in tender
conditions/NIT. For ongoing works, the test must also be carried out to ensure
quality of concrete alongwith there exists no provision of such tests in the tender
documents. However cost of testing may be borne by the department in case of
ongoing works.

5.5.5.4

5% of the total number of RCC members in each category i.e. beam, column, slab
and footing may be tested by UPV test method for establishing quality of concrete.
It is suggested that test be conducted on RCC beam near joint with column, on
RCC column near joint with beam, on RCC footings and rafts. On RCC rafts a
suitable grid can be worked out for determining number of tests. In addition doubtful
areas such as honeycombed locations, locations, where continuous seepage is
observed, construction joints and visible loose pockets will also be tested.

5.5.5.5

The test results are to be examined in view of the above acceptance criteria Good
and Excellent and wherever concrete is found with less than required quality as
per acceptance criteria, repairs to concrete will be made. Honeycombed areas and
loose pockets will be repaired by grouting using Portland Cement Mortar/Polymer
Modifies Cement Mortar /Epoxy Mortar ,etc. after chipping loose concrete in
appropriate manner.


E/>E/>
KE/>E/>WW




In areas where concrete is found below acceptance criteria and defects are not
apparently visible on surface ,injecting approved grout in appropriate proportion using
epoxy grout /acrylic Polymer modified cements slurry made with shrinkage
compensating cement / plain cement slurry etc will be resorted to for repairs.(refer
relevant chapters from CPWD Hand Book on Repairs and Rehabilitation of RCC
Buildings).Repair to concrete will be done till satisfactory results are obtained as per
the acceptance criteria by retesting of the repaired area. If satisfactory results are not
obtained dismantling and relaying of concrete will be done.
5.5.6 MEASUREMENT
5.5.6.1

As per CPWD specifications.

5.5.7 TOLERANCES
5.5.7.1

As per CPWD specifications

5.5.8 RATE :5.5.8.1

The rate includes the cost of materials and labour involved in all the operations
described above except for the cost of centering, shuttering and reinforcement,
which will be paid separately.

5.5.8.2

In case of actual average compressive , strength being less than specified strength
which shall be governed by para Standard of Acceptance as above the rate
payable shall be worked out accordingly on prorata basis.

5.5.8.3

In case of rejection of concrete on account of unacceptable compressive strength,


governed by para Standard of Acceptance as above, the work for which samples
have failed shall be redone at the cost of contractors. However, the Engineer in
charge may order for additional tests (like cutting cores, ultrasonic pulse velocity
test, load test on structure or part of structure etc) to be carried out at the cost of
contractor to ascertain if the portion of structure wherein concrete represented by
the sample has been used, can be retained on the basis of results of individual or
combination of these tests.


E/>E/>
KE/>E/>WW




The contractor shall take remedial measures necessary to retain the structure as
approved by the Engineer in charge without any extra cost. However, for payment,
the basis of rate payable to contractor shall be governed by the 28 days cube test
results and reduced rates shall be regulated in accordance with para 5.4.13 of
Revised CPWD specification 2009, Vol.-I.
5.5.8.4

As per general engineering practice, level of floors in toilet / bath, balconies, shall
be kept 12 to 20mm or as required, lower than general floors shuttering should be
adjusted accordingly. The landing level of mumti/ Staircase cabin shall be Kept one
riser level higher than adjoining slab level so as to accommodate water proofing
treatment over terrace slab. Incase of kitchen slab the portion of floor trap below
kitchen platform be kept at lower level as per drawings. Nothing extra is payable on
this account.

5.5.8.5

For the execution of centering and shuttering, the contractor shall use propriety
Reebole chemical mould release agent of FOSROC or equivalent as shuttering oil as
approved by Engineer-in-charge and nothing extra shall be paid on this account.

5.5.9 REINFORCEMENT
5.5.13.1The contractor shall provide approved type of support for maintaining the bars in position
and ensuring required spacing and correct cover of concrete to reinforcement as called for in the
drawings, spacer blocks of required shape and size. Chairs and spacer bars shall be used in order
to ensure accurate positioning of reinforcement. Pre-cast cement mortar/concrete blocks/blocks of
polymer shall not be used as spacer blocks unless specially approved by the Engineer-in-charge,
rate of RCC items is inclusive of cost of such cover blocks.

5.6 FLOORING
5.6.1 All work in general shall be carried out as per CPWD Specifications.
5.6.2 Whenever flooring is to be done in patterns of tiles and stones, the contractor shall get
samples of each pattern laid and approved by the Engineer-in-charge before final laying of
such flooring.The sample produced shall be fully supported by the details of location/quarry

E/>E/>
KE/>E/>WW




and the same shall not be removed except with the written permission of Engineer-inCharge. Nothing extra shall be payable on this account.
5.6.3 Different stones / tiles used in pattern flooring shall be measured separately as defined in
the nomenclature of the item. The rate of item of marble/ Kota/ tiles or any combinational
stone flooring is inclusive of providing required patters with combination of all. Nothing extra
will be paid on this account. No additional wastage, if any, shall be accounted for any extra
payment.
5.6.4 Samples of flooring stones (Kota/ Marble/ Granite/ Tiles of all kinds etc.) shall be deposited
well in advance with the Engineer-in-Charge for approval. Approved samples should be
kept at site with the Engineer-in-Charge and the same shall not be removed except with the
written permission of Engineer-in-Charge. No payment what so ever shall be made for
these samples.
5.6.5 The Marble/ Kota/ Granite/ Tiles of all kinds mentioned in different items of flooring
subhead shall be fully supported by the details establishing the quarry and its location or
source.
5.6.6 Full width stone over kitchen platform, window sills, jambs and soffit shall be provided
except to adjust for closing pieces The marble/any stone flooring in treads and risers of
stair case is to be laid in single piece. Nothing extra shall be paid on these accounts.
5.6.7 Chasing of required width and thickness shall be made in brick work at skirting location so
as to flush the external surface of skirting with internal plastering. No extra payment
towards making chases in brick work at skirting shall be made and the same is presumed
to be inclusive of rate quoted for the item of providing and fixing skirting.
5.6.8 Proper gradient shall be given to flooring for toilets, verandah, kitchen, courtyard etc. so
that the wash water flows towards the direction of floor trap. Any reverse slop if found, shall
be made good by the contractor by ripping open the floor/grading concrete and nothing
shall be paid for such rectifications.


E/>E/>
KE/>E/>WW




5.6.9 The granite stonework shall, in general, be carried out as per the CPWD Specifications.
The

specifications for dressing, laying, curing, finishing, measurements, rate etc. for the

granite stone flooring shall be same as that of works for the Marble flooring, skirting and
risers of steps under Flooring Sub Head of the CPWD Specifications. The wall lining /
veneer work with granite stone shall be as per the CPWD Specifications for Marble work
Sub Head.
5.6.10 The granite stone slabs to be procured for the work shall match the samples shown to the
Contractors before submission of the tenders. Before starting the work, the Contractor shall
procure and submit the samples of granite stone slab (matching to the samples shown to
the Contractors before submission of the tenders) for the approval of the Engineer-inCharge.
5.6.11 The granite slabs used for providing and fixing in the sills, soffits and jambs of doors,
windows, ventilators and similar locations shall be in single piece unless otherwise directed
by the Engineer-in-Charge. Wherever stone slab other than in single piece is allowed to be
fixed, the joints shall be provided as per the architectural drawings and as per the directions
of the Engineer-in-Charge. Depending on the number of joints, as far as possible, the stone
slabs shall be procured and fixed in slabs of equal lengths as per the architectural drawings
and as directed by Engineer-in-Charge.
5.6.12 The granite work, Vitrified ceramic flooring, Ceramic flooring shall be adequately protected
by a layer of Plaster of Paris, which shall be maintained throughout the construction and
removed just before handing over of the works for which nothing extra shall be payable.
5.7

TREMIX FLOORING

5.7.1 The work is general shall be carried out as per the CPWD specifications for CC pavements.
The work shall be got executed through specialized applications having similar experience
in executing tremix flooring using vacuum dewatering system. Before taking up the work,
the contractor shall therefore submit the credentials of the applicators along with details of
the similar works executed by them for the approval of Engineer-in-charge.


E/>E/>
KE/>E/>WW




5.7.2

The contractor or their applicator shall have adequate machinery for laying and vibrating
concrete including vacuum dewatering system etc.

5.7.3 The concrete shall be M25 grade ready mix cement concrete with minimum 360kg cement
(PPC cement) per cubic metre of concrete with slump 70 to 80 mm. The concrete shall not
have air-entrainment more than 2%. The concrete shall be levelled to required slope using
bull float. The excess water shall be removed using vacuum dewatering process. After the
concrete has stiffened to the point of supporting floating operation the surface shall be
power floated using IRONITE No.3.
5.7.4 The flooring shall be done in panels of sizes not more than 20x4 metre. The construction
joints shall therefore be formed with square edges using the steel frame work. Each panel
shall than be divided into smaller panel of size not more than 3x2 metre by providing
contraction joints by cutting grooves of size 3mmx20mm deep using mechanical saw. The
cutting of the grooves shall be done as soon as the concrete is set.
5.7.5 The top surface of the flooring shall be sprinkled with IRONITE no.3 ( non coloured) @ 3kg
per sqm. It shall be sprinkled when the concrete is green, before trowelling. Two third
quantity of the dry shake ( metallic floor hardener ) shall be sprinkled in the first pars and
floated with power trowel and one third of the dry shakes shall be sprinkled in the 2nd pars
and floated with power trowel to smooth finish. The first shake shall be allowed to remain
un worked until it has absorbed moisture and then power floated. Similar operation shall be
done for the 2nd shake. The surface then shall be textured to brush finish in a workman like
manner with uniform grains generally in one direction.
5.7.6 The surface shall then be cured for minimum 10 days.
5.7.7 All precautions shall be taken to avoid any marks, impressions, scratches, stains etc. To
the finished Surface.
5.7.8 One test for wear resistance ( abrasion test) as per IS 1237 shall be carried out on the
sample ( 3 specimen) core weight from the pavement. One core sample shall be tested for
every 10,000 sqm or part thereof. The average wear shall not exceed 2mm and 2.5 mm for
individual specimen. Besides, other tests for concrete shall be carried out as per the CPWD

E/>E/>
KE/>E/>WW




specifications. All arrangements for taking out core samples and other samples shall be
made by the contractor. The core holes shall then be filled properly with concrete of the
same mix in the workman like manner and cured properly. Nothing extra shall be paid on
this account.
5.7.9 The joints ( expansion and contraction)/ grooves shall then be filled with joint sealing
compound conforming to grade B of IS 1834 or equivalent in workman like manner.It shall
not be measured separately for payment.
5.7.10 The item includes cost of all inputs of material, labour, T & P, all incidental charges,
wastages and testing etc involved in the work.
5.8

STAINLESS STEEL HAND RAIL

5.8.1 Providing, fabricating and fixing in position welded built up section using stainless pipes
and connecting plates, of Grade S.S 304 and of required diameter & thickness as per the
directions of the Engineer-in -Charge, at the junctions of doors, on walls, other locations as
directed etc. including cutting, welding, grinding, bending to required profile and shape,
hoisting, buffing and polishing, cutting chase / embedding in RCC / Masonry, fixing using
stainless steel screws, nuts, bolts and washers or stainless steel fasteners as required to
make it rigidly fixed & stable and making good the plaster/ flooring etc. all complete, at all
floors and all levels as directed by the Engineer-in Charge.

5.8.2 Rate includes cost of all inputs of materials, labour, T&P, etc. involved in the work and all
incidental charges to execute this item. However, for the purpose of payment only the
actual weight of the stainless pipes and stainless steel plates provided and fixed shall be
measured in kg.

5.9

WATER PROOFING


E/>E/>
KE/>E/>WW




5.9.1. The water proofing items should be got done through the firms approved by the Chief
Engineer (WZ-IV), CPWD, Gandhinagar. The list of approved firms as on date is given
below:
1.
M/s. Water Proofing Corporation of Hindustan, Jama Masjid, Panaji, Goa.
2.
M/s. Modern Water Proofing Co., No. 10 Trygler, 3 Dominic Colony, Ortem,
Malad (W), Mumbai 400 064.
3.
M/s. New Bharat Water Proofing Corporation, No. 37, Mohan Nagar, New
Bapunagar, Ahmedabad 380 024.
4.
M/s. Indian Water Proofing Co., Atankar Cinema Building, 2nd floor, Pune 411
001.
5.
M/s. National Water Proofing Co., C/o Shri K.B. Shau, Opp. Ram Mandir Road,
Sada, Nagpur 440 001.
6.
M/s. Bhagwati Water Proofing Co., 410, Pratiksha Complex, Maha Lakshmi
Char Rasta, Paldi, Ahmedabad 380007.
5.9.2 In case if it is not possible for the contractor to engage one of the above mentioned firms
for the water proofing works, he shall submit his proposals of engaging a specialized firm in
this work.
5.9.3 Even if the firms approved by the Chief Engineer (WZ-IV), CPWD, Gandhinagar as
mentioned above or otherwise as per Para 6.1.10 above is proposed to be engaged, the
contractor shall furnish the following particulars before execution.
(a)
The name of the specialized firm.
(b)
The trade names of the product which would be used.
(c)
List of works where the treatment has been given.
(d)
Quantity of chlorides and sulphides used in the product.
5.9.4 GUARANTEE FOR WATER PROOFING TREATMENT
Ten (10) years guarantee in the prescribed Performa attached must be given by the
contractor for the water proofing treatment. In addition 10% (ten percent) of the cost of
these items would be retained as guarantee to watch the performance of the work
executed. However, half of this amount (withheld) would be released after five monsoon
seasons after the date of completion of the work, if the performance of the water proofing
work is satisfactory. If any defect is noticed within guarantee period, it shall be rectified by
the contractor within seven days and, if not attended to, the same shall be got done by
other agency at the risk and cost of the contractor. In any case the guaranteeing firms
during the guarantee period should inspect and examine the treatment once in every year
and make good any defect observed. However, the security deposit can be released in full,
if bank guarantee of equivalent amount for ten (10) years is produced and deposited with
the department.
5.9.5 MEASUREMENTS

E/>E/>
KE/>E/>WW




Only plan area shall be measured and paid. Nothing extra shall be paid for rounding off at
junctions and taking treatment along sides of beams and walls. Length and breadth shall be
measured correct to one centimetre and area shall be worked out to nearest 0.01 Sqm. No
deduction in measurements shall be made fir either opening or recesses for chimneys,
stacks, roof lights and the like for areas up to 0.40 Sqm. nor anything extra shall be paid for
forming such openings. For similar areas exceeding 0.40 Sqm. deductions will be made in
measurements for full openings and nothing extra shall be paid for making such openings.
5.9.6 RATES
The rate shall include the cost of all labour and materials involved in all the operations
described above.
5.10

SUNKEN FLOOR SLAB, ITS TREATMENT ETC.

5.10.1 Brick bat aggregate shall be from well burnt bricks. The proprietary water proofing
compound and the quantity to be used as per Para 6.1.1
5.10.2 The surface shall be thoroughly cleaned with wire brushes. All loose scales shall be
removed and dusted off. The surface bottom as well as sides shall be treated with cement
slurry admixed with proprietary water proofing compound to penetrate into crevices and fill
up all the pores in the surface.
5.10.3 After the slurry coat is laid, layer of well burnt brick bats of about 40 mm size 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, the mortar being filled
to half the depth of the brick bat layer. The bricks bat layer shall be rounded off at junctions
with the beam/ wall etc. and tapered towards top at height of 150 mm along beams/ wall
etc. Curing of this layer shall be done for these days.
5.10.4 After curing, the surface shall be applied with a coat of neat cement slurry admixed with
proprietary water proofing compound.
5.10.5 Joints of brick bat shall be filled fully with cement mortar of mix as specified by the
specialist firm but not leaner than 1:4 (1 cement : 4 coarse sand) admixed with proprietary
water proofing compound and top finished with average 20 mm thick layer of same mortar.
This layer of mortar shall be continued to the sides shall be as directed by the Engineer-incharge. The surface shall be finished smooth with cement slurry admixed with proprietary
water proofing compound.


E/>E/>
KE/>E/>WW




5.10.6 While the water proofing treatment is done, it shall be ensured that the outlet pipes are
properly fixed and the gaps between the wall and pipes are properly filled with brick / stone
aggregate and cement mortar admixed with proprietary water proofing compound and
grouted with cement slurry admixed with proprietary water proofing compound.
5.10.7 Waterproof treatment shall be cured for a minimum period of two weeks.
5.10.8 MEASUREMENTS
Measurements for the floor treatment shall be taken of the plan area of the floor treated.
Nothing extra shall be paid for rounding off at junctions and taking the treatment along the
sides of beams and walls for about 150 mm.
5.10.9 RATES
The rate shall include the cost of all labour and materials involved in all the operations
described above. Base treatment and sides treatment will be paid separately under
respective items.


GUARANTEE FOR ALUMINIUM WORK

E/>E/>
KE/>E/>WW



The work of Aluminium doors/ windows etc. shall be guaranteed for a period of 5 (Five) years as
per enclosed guarantee bond against structural stability, water leakage, faulty materials,
workmanship and defective anodized finish, on notification by the Engineer-in-charge of any
compliance to be performed under this guidance by the contractor, the contractor shall immediately
apply labour/ materials and rectify all the defects notified by the Engineer-in-charge to perform this
guarantee at no additional cost and to ensure that the defects are fully rectified. 1 (one) % of the
amount of the aluminium work shall be withheld on this account, which shall be refunded under the
expiry of the guarantee period if no defects are observed in the said period or if the defects have
been rectified in pursuant in the agreement to the entire satisfaction of the Engineer-in-charge.

Approval of shop drawings.

The contractor shall submit a fully detail for the presentation of shop drawings to the Engineer-incharge for approval and in no cash shall the contractor process with any of these works without
approved shop drawings.
The contractor shall review and submit all shop drawings in a sequence consistent with the
sequence of erection, installation and assembly of the various elements of the work. He shall be
deemed to have determined and verified all materials, site measurements and construction criteria
related thereto and to have checked the shop drawings for complete dimensional accuracy.
Any approval by the Engineer-in-charge of the shop drawings shall not relieve the
contractor of his responsibility for any deviation from the requirements of the contract unless he has
specially informed the Engineer-in-charge in writing of such deviation at the time of submission and
the Engineer-in-charge has given written approval to the specific deviation.


E/>E/>
KE/>E/>WW



6.0

List of Bureau of Indian Standards Codes


All equipment, supply, erection, testing and commissioning shall comply with the requirements of Indian
Standards and code of practices given below as amended upto date. All equipment and material being
supplied by the contractor shall meet the requirements of IS. Tariff advisory committees regulation (fire
insurance), electrical inspectorate and Indian Electricity rules and other Codes / Publications as given below:
1.

Pipes and Fittings


IS : 458, (2003) amendment 1,
Active August 2011
IS : 651 ( 2007 ) amendment 1,
Active August 2011
IS : 1239 (Part 1) 2004,
4, Active August
amendment
2011
IS : 1239 (Part 2), 1992,
amendments
7, Active August
2011
IS : 1536, 2001, amendment 4,
active August 2011
IS : 1537, 1976, amendment 6,
active August 2011
IS : 1538 1993, amendments 4,
Active august 2011
IS : 1729, 2002 ,amendments 4,
active, August 2011
IS : 1879, 2010, active August
2011
IS : 2643 (Part 1) 2005 , active
August 2011
IS : 2643 (Part 2)
IS : 2643 (Part 3)
IS : 3468,1991, amendment 1,
Active August 2011
IS : 3589, 2001 ,amendments 4 ,
Active August 2011
IS : 3989, 1984, amendments 5 ,
Active 2011
IS : 4346, 1982, Active August
2011
IS : 4711,2008, amendments 1,
Active August 2011
IS : 6392,
1971,amendments
1,Active August 2011
IS : 6418, 1971, Active August
2011
IS : 7181,1986 amendments 3,

Specification for precast concrete pipes (with and without


reinforcement)
Salt glazed stone ware pipes and fittings.
Mild steel, tubes, tubular and other wrought steel fittings: Part 1
Mild Steel tubes.
Mild Steel tubes, tubular and other wrought steel fittings: Part 2
Mild Steel tubular and other wrought steel pipe fittings.
Centrifugally cast (spun) iron pressure pipes for water, gas and
Sewerage.
Vertically cast iron pressure pipes for water, gas and Sewerage.
Cast Iron fittings for pressure pipes for water, gas and Sewerage.
Cast iron/ / Ductile Iron drainage pipes and pipes fittings for
over ground Non pressure pipe line socket and spigot series.
Malleable cast iron pipe fittings.
Dimensions for pipe threads for fastening purposes: Part 1
Basic profile and dimensions.
Dimensions for pipe threads for fastening purposes: Part 2
Tolerances.
Dimensions for pipe threads for fastening purposes: Part 3
Limits of sizes.
Pipe nuts.

Seamless or electrically welded steel pipes for water, gas and


Sewerage (168.3 mm to 2032 mm outside diameter).
Centrifugally cast (spun) iron spigot and socket soil, waste and
ventilating pipes, fittings and accessories.
Specifications for washers for use with fittings for water
services.
Methods for sampling steel pipes, tubes and fittings.
Steel pipe flanges
Cast iron and malleable cast iron flanges for general
engineering purposes.
Specification for horizontally cast iron double flanged pipe for


E/>E/>
KE/>E/>WW




2.

Active August 2011


Valves
IS : 778,1984, amendments 3,
Active August 2011

water, gas and Sewerage.


Specification for copper alloy gate, globe and check valves for
water works purposes.

IS
: 1703,2000,ammendments1 Specification copper alloy float valves (horizontal plunger type)
Active August 2011
for water supply fittings.
IS : 3950,yr(1979), amendments Specification for surface boxes for sluice valves.
1, Active August 2011
IS
:
5312
(Part
1),yr(2004),amendments 2, Active
August 2011
IS : 5312 (Part 2),yr(1986), Active
August 2011
IS:12992(Part1), yr(1993), Active
August 2011
IS:13095, yr (1991), amendments
1, Active August 2011
3.

4.

Pumps & Vessels


IS : 2002, yr (2009), Active
August 2011
IS : 2825 Yr.1969, amendments
5, Active August 2011
IS : 4648 (Part 1)
Yr.1968, amendments 1, Active
August 2011
IS : 5600, yr 2002,Active August
2011
IS : 8034 Yr. 2002, amendments
2, Active August 2011
IS : 8418 Yr.1999 amendment 1,
Active August 2011
General
SP : 6 (1)
IS : 325
Yr.1996,
amendments2,
August 2011
IS : 554
Yr.1999, amendments 1,
August 2011
IS : 694
Yr.2010, amendments 5,
August 2011
IS : 779
Yr.1994, amendments 5,
August 2011

Specification for swing check type reflux (non return) valves:


part 2 Multi door pattern.
Specification for swing check type reflux (non return) valves:
part 2 Multi door pattern.
Safety relief valves, spring loaded : Design
Butterfly valves for general purposes.

Steel plates for pressure vessels for intermediate and high


temperature service including boilers.
Code for unfired pressure vessels.
Code of practice for Electrical layout in residential building.

Specification for Sewerage and drainage pumps


Specification for submersible pump sets for clear, cold, fresh
water.
Specification for horizontal centrifugal self priming pumps.

Structural Steel Sections


Three Phase Induction Motors
Active
Dimensions for pipe threads where pressure tight joints are
Active required on the threads.
PVC insulated cables for working voltages upto & including
Active 1100 V.
Specification for water meters (domestic type).
Active


E/>E/>
KE/>E/>WW



IS : 782
Yr.1978, Active August 2011
IS : 800
Yr.2007, Active August 2011
IS : 1068
Yr.1993, amendments 1 Active
August 2011
IS : 1172
Yr.1993, Active August 2011
IS : 1367 (Part 1)
Yr.2002, Active August 2011
IS : 1367 (Part 2)
Yr.2002, Active August 2011

Specification for caulking load.

IS : 1554 (Part 1)
Yr.1988, amendments 4
Active August 2011
IS : 1554 (Part 2)
Yr.1988, amendments 3
Active August 2011
IS : 1726
Yr.1991, Active August 2011
IS : 1742
Yr.1983, Active August 2011
IS : 2064
Yr.1993, Active August 2011
IS : 2065
Yr.1983, Active August 2011
IS : 2373
Yr.1981, amendments 3
Active August 2011
IS : 2379
Yr.1990, amendments 1
Active August 2011
IS : 2527
Yr.1984, Active August 2011
IS : 2629
Yr.1985, amendments 3
Active August 2011
IS : 3114
Yr.1994, Active August 2011
IS : 4111 (Part 1)
Yr.1986, Active August 2011
IS : 4127
Yr.1983, Active August 2011
IS : 4853
Yr.1982, Active August 2011
IS : 5329

PVC insulated (heavy duty) electric cables: Part 1 for working


voltages upto and including 1100 V.

Code of practice for general construction in steel


Electroplated coatings of nickel plus chromium and copper plus
nickel plus chromium.
Code of Basic requirements for water supply drainage and
sanitation.
Technical supply conditions for threaded steel fasteners: Part 1
introduction and general information.
Technical supply conditions for threaded steel fasteners: Part 2
product grades and tolerances.

PVC insulated (heavy duty) electric cables: Part 2 for working


voltages from 3.3 KV upto and including 11 KV.
Specification for cast iron manhole covers and frames.
Code of practice for building drainage.
Selection, installation and maintenance of sanitary appliance
code of practice.
Code of practice for water supply in buildings.
Specification for water meter (bulk type)

Color code for identification of pipe lines.

Code of practice for fixing rainwater gutters and down pipes for
roof drainage.
Recommended practice for hot dip galvanizing on iron and
Steel.
Code of practice for laying of cast iron pipes
Code of practice for ancillary structures in sewerage system:
Part 1 manholes.
Code of practice for laying glazed stoneware pipes.
Recommended practice for radiographic inspection of fusion
welded butt joints in steel pipes.
Code of practice for sanitary pipe work above ground for


E/>E/>
KE/>E/>WW



Yr.1983, Active August 2011
IS : 5455
Yr.1969, Active August 2011
IS : 6159
Yr.1998, Active August 2011
IS : 7558
Yr.1974, Active August 2011
IS : 8419 (Part 1)
Yr.1977, Active August 2011
IS : 8419 (Part 2)
Yr.1984, Active August 2011
IS : 9668
Yr.1990, Active August 2011
IS : 9842
Yr.1994,amendments 2
Active August 2011
IS : 9912
Yr.1981, Active August 2011
IS : 10221
Yr.2008, Active August 2011
IS : 10446
Yr.1983, Active August 2011

buildings.
Cast iron steps for manholes.

IS : 11149
Yr.1984,amendment 1
Active August 2011
IS : 11790
Yr.1986, Active August 2011
IS : 456, 2000

Rubber Gaskets

Recommended practice for design and fabrication of material,


prior to galvanizing.
Code of practice for domestic hot water installations.
Requirements for water filtration equipment: Part 1 Filtration
medium sand and gravel.
Requirements for water filtration equipment: Part 2 under
drainage system.
Code of practice for provision and maintenance of water
supplies and fire fighting.
Preformed fibrous pipe insulation.

Coal tar based coating materials and suitable primers for


protecting iron and steel pipe lines.
Code of practice for coating and wrapping of underground mild
steel pipelines.
Glossary of terms relating to water supply and sanitation.

Code of practice for preparation of butt-welding ends for pipes,


valves, flanges and fittings...
Code of practice for Plain and RCC construction


E/>E/>
KE/>E/>WW



GUARANTEE BOND TO BE EXECUTED BY THE CONTRACTOR
FOR REMOVAL OF DEFECTS AFTER COMPLETION IN RESPECT OF

WATER-PROOFING WORKS (ALL WATER - PROOFING ITEMS).


The agreement made this....................
day of .................
(Two Thousand _______ only) ..............
between
....................................S/o ...............................................
(hereinafter called the GUARANTOR of the one part) and the
PRESIDENT OF INDIA (hereinafter called the Government of the other part)

WHEREAS THIS agreement is supplementary to a contract (Hereinafter called the Contract) dated
...................... and made between the GUARANTOR OF THE ONE PART AND the Government of the other part
whereby the contractor inter alia undertook to render the building and structures in the said contract recited
completely water and leak-proof.
AND WHEREAS THE GUARANTOR agreed to give a guarantee to the affect that the said work will remain
water and leak proof, for ten years from the date of completion of work.
NOW THE GUARANTOR hereby guarantee that work executed by him will render the structures completely
leak proof and the minimum life of such water proofing treatment shall be ten years to be reckoned from the date of
the completion of work.
The decision of the Engineer-in-charge with regard to nature and cause of defect shall be final and binding on
Guarantor.
During this period of guarantee, the guarantor shall make good all defects and in case of any defect being
found render the building water proof to the satisfaction of the Engineer-In-Charge 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. The decision of the Engineer-in-charge as to the cost payable by the Guarantor shall be final and binding.
That if the guarantor fails to execute the water proofing or commits breach thereunder, then the guarantor will
indemnify the principal and his successor 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
supplementary agreement. As to the amount of loss and/or damage and / or cost incurred by the Government, the
decision of the Engineer-in-charge will be final and binding on both the parties.
IN WITNESS WHEREOF these
presents have been executed by the obligator ....................... 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 OBLIGATOR in the presence of :1.

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

2.

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

SIGNED FOR AND BEHALF OF THE PRESIDENT OF INDIA BY ................................... in the presence of :1.

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

2.

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


E/>E/>
KE/>E/>WW



GUARANTEE BOND TO BE EXECUTED BY THE CONTRACTOR
FOR REMOVAL OF DEFECTS AFTER COMPLETION

IN RESPECT OF SANITARY INSTALLATIONS / WATER SUPPLY / DRAINAGE WORK.

The agreement made this....................


day of .................
(Two Thousand only) ..............
between
....................................S/o ...............................................
(hereinafter called the GUARANTOR of the one part) and the
PRESIDENT OF INDIA (hereinafter called the Government of the other part)
WHEREAS THIS agreement is supplementary to a contract (Hereinafter called the Contract) dated
.................................. and made between the GUARANTOR OF THE ONE PART AND the Government of the other
part, whereby the contractor inter alia, undertook to render the work in the said contract recited leak proof with sound
material and workmanship.
AND WHEREAS THE GUARANTOR agreed to give a guarantee to the affect that the said work will remain
structurally stable, leak proof and guaranteed against faulty material and workmanship, and finishing for five years
from the date of completion of work.
NOW THE GUARANTOR hereby guarantee that work executed by him will be free from any leakage,
seepage, cracks in pipes and guaranteed against faulty material and workmanship improper slope, defective
galvanizing etc. for Five years to be reckoned from the date of completion of the work.
The decision of the Engineer-In-Charge with regard to nature and cause of defect shall be final.
During this period of guarantee, the guarantor shall make good all defects and in case of any defect to
satisfaction of Engineer-in-charge at his cost and shall commence the work for such rectification within seven days
from the date of issue of the notice from the Engineer-in-charge calling upon him to rectify the defects failing which the
work shall be got done by the Department by some other contractor at the guarantors cost and risk. The decision of
the Engineer-in-Charge as to the cost payable by the Guarantor shall be final and binding.
That if the guarantor fails to make good all defects or commits breach thereunder, then the guarantor will
indemnify the principal and his successor 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
supplementary agreement. As to the amount of loss and/or damage and or cost incurred by the Government, the
decision of the Engineer-in-charge will be final and binding on both the parties.
IN WITNESS WHEREOF these presents have been executed by the obligator
......................
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 OBLIGATOR in the presence of :1.

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

2.

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

SIGNED FOR AND ON BEHALF OF THE PRESIDENT OF INDIA BY.........................


1.

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

2.

inthe presence of :-

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


E/>E/>
KE/>E/>WW



GUARANTEE BOND TO BE EXECUTED BY THE CONTRACTOR
FOR REMOVAL OF DEFECTS AFTER COMPLETION IN RESPECT OF

STONE WORK/ TILE WORK.


The agreement made this....................
day of .................
(Two Thousand ______ only) ..............
between
....................................S/o ...............................................
(hereinafter called the GUARANTOR of the one part) and the
President of India (hereinafter called the Government of the other part)
WHEREAS THIS agreement is supplementary to a contract (Hereinafter called the Contract) dated
...................... and made between the GUARANTOR OF THE ONE PART AND the Government of the other part
whereby the contractor inter alia undertook to render the work in the said contract recited structurally stable
workmanship, finishing and use of sound materials.
AND WHEREAS THE GUARANTOR agreed to give a guarantee to the affect that the said work will remain
structurally stable and guaranteed against faulty workmanship, improper slope, finishing and materials.
NOW THE GUARANTOR hereby guarantee that work executed by him will be free from any material defects,
structural defects, cracks, hollow pockets, improper slope, faulty joints etc. for five years to be reckoned from the date
of completion of the work.
The decision of the Engineer-in-charge with regard to nature and cause of defect shall be final.
During this period of guarantee, the guarantor shall make good all defects to the satisfaction of the Engineerin-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. The decision of the Engineer-in-charge as to the cost payable by the
Guarantor shall be final and binding.
That if the guarantor fails to make good all the defects, commits breach thereunder, then the guarantor will
indemnify the principal and his successor 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
supplementary agreement. As to the amount of loss and/or damage and or cost incurred by the Government, the
decision of the Engineer-in-charge will be final and binding on both the parties.
IN WITNESS WHEREOF these
presents have been executed by the obligator ....................... 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 OBLIGATOR in the presence of :1.

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

2.

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

SIGNED FOR AND BEHALF OF THE PRESIDENT OF INDIA BY ................................... in the presence of :1.

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

2.

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


E/>E/>
KE/>E/>WW



GUARANTEE BOND TO BE EXECUTED BY THE CONTRACTOR
FOR REMOVAL OF DEFECTS AFTER COMPLETION

IN RESPECT OF ALUMINIUM DOORS, WINDOWS VENTILATOR WORK.


The agreement made this....................
day of .................
(Two Thousand only)..............
between
....................................S/o ...............................................
(hereinafter called the GUARANTOR of the one part) and the
PRESIDENT OF INDIA (hereinafter called the Government of the other part)
WHEREAS THIS agreement is supplementary to a contract (Hereinafter called the Contract) dated
.................................. and made between the GUARANTOR OF THE ONE PART AND the Government of the other
part, whereby the contractor inter alia, undertook to render the work in the said contract recited structurally stable,
workmanship, powder coating, anodizing, colouring and sealing etc.
AND WHEREAS THE GUARANTOR agreed to give a guarantee to the affect that the said work will remain
structurally stable and guaranteed against faulty material and workmanship, defective anodizing/ powder coating for
five years from the date of completion of work.
NOW THE GUARANTOR hereby guarantee that work executed by him will remain structurally stable and
guaranteed against faulty material and workmanship, defective anodizing/ powder coating for five years to be
reckoned from the date of completion of the work.
The decision of the Engineer-In-Charge with regard to nature and cause of defect shall be final.
During this period of guarantee, the guarantor shall make good all defects and in case of any defect to
satisfaction of Engineer-in-charge at his cost and shall commence the work for such rectification within seven days
from the date of issue of the notice from the Engineer-in-charge calling upon him to rectify the defects failing which the
work shall be got done by the Department by some other contractor at the guarantors cost and risk. The decision of
the Engineer-in-Charge as to the cost payable by the Guarantor shall be final and binding.
That if the guarantor fails to make good all defects or commits breach there under, then the guarantor will
indemnify the principal and his successor 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
supplementary agreement. As to the amount of loss and/or damage and or cost incurred by the Government, the
decision of the Engineer-in-charge will be final and binding on both the parties.
IN WITNESS WHEREOF these presents have been executed by the obligator
......................
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 OBLIGATOR in the presence of:1.

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

2.

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

SIGNED FOR AND ON BEHALF OF THE PRESIDENT OF INDIA BY.......................


1.

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

2.

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


E/>E/>
KE/>E/>WW

inthe presence of:-




LIST OF FIELD TESTS


i)

Particle size and shape

ii)

Slump test

iii)

Flakiness & Elongation Index tests

iv)

Compressive strength (concrete or bricks) test

v)

Rebound Hammer test

vi)

Bulking of sand

vii)

Silt content of sand

viii)

Temperature measuring with thermometer with brass protected end 0200 C

FIELD TESTING EQUIPMENT AND INSTRUMENTS


A.
i)

Testing Equipment at Field Laboratories


Balances
a) 7kg to 10 kg. Capacity, Semi-self indicating type-Accuracy 10 gm
b) 500 gm. Capacity, Semi-self indicating type Accuracy 1 gm
c) Pan Balance 5 Kg. Capacity, accuracy 10 gm.
d) Weighing scale platform type 100kg capacity.

ii)

Sieves: as per IS 460-1962.


a) I.S. Sieves 450 mm internal dia of sizes 100 mm, 80 mm, 63 mm,
50mm, 40 mm, 25 mm, 20 mm, 12.5 mm, 10 mm, 6.3 mm, 4.75 mm
complete with lid and pan.
b) IS Sieves 200 mm internal dia(brass frame) consisting of 2.36 mm,
1.18 mm, 600 microns, 425 microns, 300 microns, 212 microns, 150
microns, 90 microns, 75 microns with lid and pan.

iii)

Sieve shaker capable of 200 mm and 300 mm dia sieves, motorized


operated with timing switch assembly.

iv)

Equipment for slump test Slump Cone, Steel Plate, tamping rod, steel
scale, scoop.

v)

Duly calibrated 100 tonnes compression testing machine, electrical-cum


manually operated.

vi)

Graduated measuring cylinders 200 ml capacity

vii)

Enamel trays (for efflorescence test for bricks and other tests)
a. 300 mm X 250 mm X 40 mm


E/>E/>
KE/>E/>WW




b. Circular plates of 250 mm dia


c. 600 mm X 450 mm X 500 mm
d. 450 mm X 300 mm X 40 mm.
viii)

B.

C.

ISI marked 150 X 150 X 150 mm concrete cube moulds as per site
requirement 18 Nos.
ix)
Graduated cylinder 1000 ml. Capacity.
x)
Pumps & pressure gauges for hydraulic testing of pipes.
xi)
Moisture meter
xii)
Oven
xiii) PH Meter.
xiv) Any other equipment for site tests as outline in BIS and as directed by the
Engineer-in-charge.
Field Testing Instruments
i)
Steel tapes 3 m
ii)
Digital Vernier Calipers
iii)
Digital Micrometer Screw 25 mm gauge
iv)
A good quality plumb bob
v)
Spirit level minimum 30 cms long with 3 bubbles for horizontal vertical
vi)
Wire gauge (circular type) disc.
vii)
Foot rule
viii)
Long nylon thread
ix)
Rebound hammer for testing concrete
x)
Magnifying glass
xi)
Screw driver 30 cms long
xii)
Ball pin hammer, 100 gms
xiii)
Plastic bags for taking samples
xiv) Digital Distance meter
xv)
Leveling machine
xvi) Theodolite
xvii) Total survey station
xviii) Ultrasonic Pulse velocity meter

Minimum required T&P


Sr.
no.
1

Detail of T&P
Fully automatic
computerized batching
plant conforming to IS4925
as per requirement having
moisture probe, automatic
free water control and with
print out facility.
Transit Mixers

Qty.

Remarks

1No.

1 No.


E/>E/>
KE/>E/>WW




3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19

Mobile Tower crane 30m


boom
Steel Shuttering
Steel props of required sizes
Excavator cum loader
Building Hoist
Concrete mixer with hopper
DG set (Over all capacity 120
KVA)
Truck/ Tipper
Concrete Pump
Welding machine
Plate Vibrator
Needle Vibrator (Electrically
operated)
Needle Vibrator
(Diesel/Patrol operated)
Floor grinding machine
Water pump
Core cutting machine
Cover metre

2 Nos.
6000 sqm
15000 cum
2 Nos.
1 No.
3 Nos.
1 No.
3 Nos.
1 No.
4 Nos.
4 Nos.
3 Nos.
2 Nos.
5 Nos.
2 Nos.
1 No.
1 No.

PROFORMA FOR TESTS CARRIED OUT


NAME OF THE WORK :
AGREEMENT NO. & DATE :

Sl.
No.

Item

DIVISION/
SUB-DIVISION

Quantities
as per
agreement

Frequency
as per
specification

No. of
tests
required

R.A.
bill
No.

Uptodate
quantity

No. of
tests
required

No. of
tests
actually
done
9

Remarks

Signature of Contractor


E/>E/>
KE/>E/>WW

10




CEMENT/PAINT REGISTER
NAME OF WORK:

DIVISION

AGREEMENT NO.

SUB-DIVISION

of
day's
7

Items of work
for which
Issued

10

Returned at the
endwork

Qty
Issued

Q
t
y
.

Date of Issue

Date of manufacture

Qty. Progressiv
received e Total
Date of expiry

Batch No.

Source of receipt with details if any

Date of Receipt

Particulars of Receipt

11

Particulars of Issue

Net Qty.
Issued

Progressi
ve Total

Daily Balance in
Hand

12

13

14

Contractor's Initial

15

J.E.'s Initial

16

Periodical Check
By AE
17

By EE
18

E/>E/>
KE/>E/>W


143

LIST OF ARCHITURAL DRAWING


Title

Drg. No.
PLANS

Lay Out Plan

AR/PD/CIPET/LOP/01-R2
Boys Hostel
Ground Floor

AR/PD/CIPET/BH/01-R2

First Floor

AR/PD/CIPET/BH/02-R2

Second Floor

AR/PD/CIPET/BH/03-R2

Typical Floor plan (3rd to 8th)

AR/PD/CIPET/BH/04-R2

Terrace Plan

AR/PD/CIPET/BH/05-R2

Front Elevation

AR/PD/CIPET/BH/06-R2

Girls Hostel
Ground Floor

AR/PD/CIPET/GH/01-R2

First Floor

AR/PD/CIPET/GH/02-R2

Second Floor

AR/PD/CIPET/GH/03-R2

Terrace Plan

AR/PD/CIPET/GH/04-R2

E/>E/>WW
KE/>E/>


144

>/^dK&WWZKsD<K&DdZ/>^
1.

The Contractor shall obtain prior approval from the Engineer-in-charge before
placing order for any specific material or engaging any of the specialized
agencies. The Contractor shall make a detailed submission with catalogues and
highlighted proposed specifications, as well as full details of the works executed
by the specialized agency, as specified.

2.

Wherever applicable, the Engineer-in-charge may approve any material


equivalent to that specified in the tender subject to proof being offered by the
Contractor for equivalence to his satisfaction.

3.

Unless otherwise specified, the brand / make of the material as specified in the
item nomenclature, in the particular specifications and in the list of approved
materials attached in the tender, shall be used in the work. In case of any
discrepancy the order of preference shall be
i)The Mark/Brand specified in nomenclature of Schedule Of Quantities.
ii) The Mark/Brand specified in Special/Particular Conditions.
iii)The Mark/Brand specified in the list of approved make of Materials.
iv)Decision of Engineer in charge.
In case of non-availability of the brand specified in the contract the Contractor shall be
allowed to use alternate equivalent brand of the material subject to submission of
E/>E/>WW
KE/>E/>


documentary evidence of non - availability of the specified brand. The necessary cost
adjustments on account of above change shall be made for the material.
LIST OF APPROVED MATERIALS AND BRANDS
Sr.
No.

Description of Material

Brands Name

PLANT FOR READY MIX


CONCRETE

A.C.C., L&T, Ultrtech Cement Ltd., RMC


LAFARGE
Local availability of RMC plant to be assessed by
concerned EE

WHITE CEMENT

J.K. WHITE
BIRLA WHITE

WATERPROOFING
COMPOUND (LIQUID)

FOSROC
CICO
PIDILITE



REINFORCEMENT STEEL



STRUCTURAL STEEL


6

Steel Senctions like Angles,


Tees, Channels



TISCO /TATA, Steel Ltd.


SAIL,
VIZAG,
RINL
Jindal steel & Power Ltd, JSW Steel Ltd

TISCO
SAIL
RINL
JINDAL
Any other brand as per C.P.W.D. Circular

TISCO
SAIL
RINL
JINDAL
or any other brand as per C.P.W.D. Circular


E/>E/>WW
KE/>E/>


Steel Sections like Round /


Square Bars




H & R JOHNSON
BELL CERAMIC
NITCO
SOMANY
ASIAN

CERAMIC TILES





VITRIFIED TILES

10

HARDENERS (Liquid)


11

FLUSH DOORS



12

TISCO
SAIL
RINL
JINDAL
or any other brand as per C.P.W.D. Circular

NATURAL WOOD
VEENERS

MARBONITE OF H & F
JOHNSON
SOMANY
ASIAN
IRONITE
FERROK
HARDONATE

KANARA WOOD AND PLYWOOD INDUSTRIES
LTD.
KENWOOD, Swastik
ORIENT
KUTTY

ANCHOR
DURIAN
KITPLY
MAYUR
KITPLY

13

PLYWOOD

GREENPLY
CENTURY PLY

E/>E/>WW
KE/>E/>



MAYUR



STANDARD
SWASTIK
SHUBDHWAR
SONA

ROLLING SHUTTERS
WITH GRILLS

14



KUNDAN
ARROW

STAINLESS STEEL
SCREWS

15



JINDAL

STAINLESS STEEL
STAIRCASE RAILING

16


Connect Architectural Product Pvt. Ltd.




ALUMINIUM EXTRUSIONS

HINDALCO
INDALCO
JINDAL

DASH FASTNERS

HILTI
FISHER
CANON

19

ANNEALED FLOAT GLASS

ST. GOBAIN
MODIGUARD
ASAI

20

SYNTHETIC ENAMEL
PAINTS

NEROLAC
ASIN PAINTS
BEARGER PAINTS

21

TEXTURE PAINTS

HERITAGE
ACROTEX

22

WALL PUTTY

JK

17

18

E/>E/>WW
KE/>E/>



BIRLA WHITE

23

GYPSUM BOARD

24

FALSE CEILING SYSTEM


ALONG WITH
SUPPORTING GRID AND
MINERAL FIBRE TILES

INDIA GYPSUM
BORAL
ARMSTRONG
SAINT GOBAIN
DEXUNE

CEMENT CONCRETE
PAVER TILES

SUPER TILES AND MARBLES PVT. LTD.


VYARA
SONA
NITCO TILES LIMITED

EUROPEAN WC

CERA
PARRYWARE
HINDWARE

WASHBASIN

CERA
HINDWARE
PARRYWARE

URINAL

CERA
PARRYWARE
HINDWARE

29

G I PIPE

SURYA
TATA
JINDAL HISAR

30

CPVC PIPES AND


FITTINGS

SUPREME
PRINCE
FINOLEX





25

26

27

28

E/>E/>WW
KE/>E/>



31

RIGID PVC PIPES AND


FITTING

SUPREME
PRINCE

32

MIRROR GLASS

ATUL
MODIGUARD

33

GULLY TRAPS (S.W.)

PERFECT
PARRY

RCC PIPES

LAKSHMI
SOOD & SOOD
PRAGATI

UPVC PIPES

SUPREME
PRINCE
FINOLEX

36

STAINLESS STEEL SINKS

STAR
JAYNA
NIRALI

37

CP Brass Shower Rose

34

35

Jaquar
ESS ESS
MARC

38

CP Brass Towel Rall

Jaquar
Marc
ESS ESS

39

CP Brass, Flush Valve

Jaquar
Zoloto

40

CP Brass Waste Coupling

Jaquar
ESS

E/>E/>WW
KE/>E/>


41

PVC Flushing Tank

Commander
Parryware
Hindwaer
Cera

42

Water Closets INDIAN /


(Orrisa Pan)

Hindwaer Cera
Cera
Parryware

43

Plastic Seat with Lid

Parryware
Hindware
Seabird

44

Mortise Lock

Godrej
Harrison

45

Centrifugally Cast Soil Pipes

NECO
BIC
RIF
SKF

46

UPVC Rain Water Pipes

Finolex
Supreme

47

Glass Sheet (Float/Plain)

Modi Float
Saint Gobain

48

PTMT Ball Cock

Prayag or other ISI Brand

49
50.

PTMT Accessories

Pryag or other ISI Brand


Deleted.
Deleted.

51.
52

PVC TANK

SINTEX
STAR

E/>E/>WW
KE/>E/>



151

EDK&tKZ<^ ,'','
/t^^//Z^//
WtZ&&^^&W^>/Wds
'






3$57&
(/(&75,&$/ ( 0 :RUNV








E/>E/>WW
KE/>E/>






152


'EZ>/E&KZDd/KE&KZDtKZ<^

EDdD
E,'','
/t^^//Z^
//WtZ&&^^
&W^>/Wds'


W
d,/WdWtDdD 
 D^


W/   >E  d 


         D   ^    
Zdsd>E



Z
W  t  &   ^  d       
     h'                E

Z

 W   &    W  d          &  ^ 


             /    


Z

 WW>^E'

'

Z

^dZhdhZK&d,dEZKhDEd

E/>E/>WW
KE/>E/>



dD
>E
t&^
&W
W>

E/>E/>WW
KE/>E/>


153

,WdZ'EZ> KE/d/KE^&KZ >>DW<'^



D^d

 d         ^,  D   
    '  Wt '       


    d                K  
t/sWt'    
     /  
                        
        /    
               


  d   / 
 
 


d W/    
                 /   
                   
        d             
                


 d              
    d
     
                  
                
  E

                
                 
E

       d d         Wt     
 d            
   d              
   d   
          

E/>E/>WW
KE/>E/>


154
                
         
        /      
      




/E/Ed> ,Z'^               
          


Yh>/dz^^hZE

d              
                
       d          
   
                  
          
                 
  E

^dKZ'K&DdZ/>^

^               E   


Yh>/dzKEdZK> Ed^d/E' K& DdZ/>^

 /^/ 
           /  /^/     
             
Wt /^/
     K 
  /^/
/^/ d
          /      /^/     
   
              

 /       
                 
d    d
           
/



E/>E/>WW
KE/>E/>


155
   E                  
     E              
     

KKZ/Ed/KEt/d,Kd,Z 'E/^

d                    
                   
               
                 
     

EK t/s/E'K& >'> Z/',d^EWKtZ^

d                
                 
              
           
       
 


d  
 d 


W^t^

/          
E

E/>E/>WW
KE/>E/>


156

,WdZ/d/KE>KE/d/KE^'EZ>&KZ>>D
W<'^


 hD

 Wt'^tW// 
Wt'^tW// 
Wt '^ tW /// > 
Wt'^tW/s^ 
 Wt ' ^  tW s t ^ ^  
Wt '^ tW s/ &^ E&W 
   Wt


^
 /^


 ^

^
'Wt Wt^ /^



 d

d             
    
            
  
^K
t 
^d  ^E ^d'
t
d ^d 
  ^   t   d '  D t t &    


 /E^Wd/KEK&^/d



E/>E/>WW
KE/>E/>


157
d     

  
         d     d 
 


    d                   
              
d
                 
              
d                   
                    
  
           E        
                       
     
                   
E

    h     ^  Y         
                     d      
E

     
     
          
     E K       
                  
                    
  
E

 /Ed'ZdWZK'ZDD,Zd

d                 d
                   
            d           

 /Ed'Zd^Zs/Zt/E'^

                
             
/ 

E/>E/>WW
KE/>E/>


158
          E      



 WZKhZ&KZWWZKs>K&DdZ/>^^,KW&>KKZZt/E'^EKDDEDEdK&tKZ<

t                 


>D 

d
W

^/
 d
KYE/ddd

 ^hWZs/^/KEK&tKZ<

d      ^              ,   
        /   
             s    
     d           
     d          
/ 
       
                 


 ^W/>/^'E/^
d    D  
dE/d
d                  
^

 WZKdd/s ^&dzD^hZ^

E        ^  ^ 


 /^W>zWZD/^^/KE^

d             



E/>E/>WW
KE/>E/>


159

 dKK>^ EW>Ed^

EdW  
        E      


 d             d
                 
     d           
              
                  
     d              
 

  &                   
E 
                   
            


 ^hD/^^/KEK&^h/>d Zt/E'^d   ^h/>d 



 &d>//>/dzWZ/K

d 


 >/E' t/d,/EKE^/^dEdZd^

d          ^  Y      
      d           
/   
                









E/>E/>WW
KE/>E/>





160

^d'
W<'

/

WZEd'K&Zd



WtW

//t



t&
^



&
W


W>




E/>E/>WW
KE/>E/>


K

KEK
,



Kd



K




^


K

 W  D d      




161

,WdZ^W/>KE/d/KE^&KZDtKZ<^&KZKDWK^/d
dEZ




d ,



D


^E

E






/



&W


& t
Z

W

^

W

W
W

W>

d  
E d
>  
  

E
^Wt
 
s
D>
t
 >W
E/>E/>WW
KE/>E/>


162


d 
D



dWtWt
   D  


dD 
    E: ^ W     W    DKh




/           
d
W


        /               
         
            d  
                    
 ^               
                


d           
W 


 
  d   'Wt'       
 Z


d           


          d       



        d                



      d    D        D







E/>E/>WW
KE/>E/>





163


The whole work will be treated as complete only when all the parts are completed and completion
certificate of each component issued by the competent authority as per CPWD manual. The main
contractor is responsible for making good of all defects as pointed out by the competent authority for
packagaes C1 to C4 while inspecting the works for issue of completion certificate. The main contractor
should give warranty of all items of all the systems for C1 to C4 for 12 months from the date of handing
over installations to the client department. The SD of the main contractor can be released only after the
due certification from EE(E ), GCED, Gandhinagar that the system is in good working condition and
there is no defect at the end of warranty period.

 /

EK&

d
EK
^






'Wt'

E/>E/>WW
KE/>E/>


164




KE^Ed >ddZ&ZKD^^K/d>dZ/>
KEdZdKZ^

&KZ^,W<'



/    
 ,'
',' /Wds'W
 >E
/t   
       / t Wt



/ t            
 / t            








^





E  Wt  











^D

E/>E/>WW
KE/>E/>


165

KE^Ed >ddZ&ZKD^^K/d>dZ/>
KEdZdKZ^

&KZ^,W<'


^WZd KE^Ed >ddZdK&hZE/^,&KZ,^h,
W



/        


                ,
'    ' ,  '                 /Wd  s  ' 
W  W t&^  /  t 
               
    /  t       Wt   



/ t            
 / t            









^





E  Wt  











^D
E/>E/>WW
KE/>E/>


166


KE^Ed >ddZ&ZKD^^K/d>dZ/>
KEdZdKZ^

&KZ^,W<'


^WZd KE^Ed >ddZdK&hZE/^,&KZ,^h,
W





/        


                ,
'','              /Wd  s  ' 
WW &^W   /
t                
      /  t       Wt  



/ t            
 / t            







^





E  Wt  









^D

E/>E/>WW
KE/>E/>





167

KE^Ed >ddZ&ZKD^^K/d>dZ/>
KEdZdKZ^

&KZ ^,W<' 


^WZd KE^Ed >ddZdK&hZE/^,&KZ,^h,
W





/        


                ,
'',' /Wds'W
Wd  /  t 
                
/  t   Wt



/ t            
 / t            









^





E  Wt  







^D

E/>E/>WW
KE/>E/>





168


W/
E:^WZ
D

d D  hDKh   


 D  









   
 
 



t Wt  



DDE

tdDh  W

E

t  
 


dDKh   
Wt
/





& D &


/
E/>E/>WW
KE/>E/>



352)250$2)6&+('8/(6
)25(/(&75,&$/ ( 0 :RUNVRQO\ 


^,h>

^Wt

       


^,h>

^
^E

Y
Z    

   








E/>




W






^,h>
d
^E

, W






E/>




^,h>
E/>
^,h>
Z  '   'Wt


Et

,'
','/Wds
'
>E
service connection and domestic water pump sets.
C2) Wet riser Fire fighting and Sprinkler system
C3) Addressable Fire Alarm and PA system.
C4) Passenger Lifts


E/>E/>WW
KE/>E/>



D



D
W'
^

^,h>&
'EZ>Zh>^/Zd/KE^
K
D    
      
      






E/d

E/d
E/d
WE/d









'Wt'



^

 
    ' Wt
'

 WE/
 W       
>
^^Z
 Wt^ZDDZ

 Wt
^Wt&
 '  Wt &   


 

 
d      
W'  


 E/d

 
D     
      W'   E/d


 

 

 
      E/d



 

 

 
t
 E/d

 
E/>E/>WW
KE/>E/>



 


 
E  E/d


D
Sr.
No.

Description of Milestone Time Allowed in Days (from


(Physical)
date of start)

Amount to be with-held in
case of non achievement of
mile stone







d







WE/d


Z





'       

       



E/d

E/d

























E/d



KZ


E/>E/>WW
KE/>E/>





> 




   &     D> 

ddd
   &     W 
W
,
d

dd
&Ddd
 &  d 
d
d






t

EKd WW>/>    D


 
EKdWW>/>






  t     
EKd WW>/>    D


^E
D
 E D      

    
      
/tW/



E



              



^D>WK>&
D

D
D




E/>E/>WW
KE/>E/>


 
 


W>Ey
W
Wy

>


D

W>Ez


W
Wz







 






Wt'^
^       
t/










d



 >    




Deviation Limit beyond which clauses12.2 &












      

Wt^t
^      


 Wt ^  & 
^
      

Wt^>
      



WK




d

E/>E/>WW
KE/>E/>


12.3 shall apply for foundation work




    







>









NOT APPLICABLE

^
W'Wt'



  D    D

d<^>
 t D   D

D
DD
 t D   D

D





E/d





ZdZZWE/d





E


ZKsZzZd^&KZYhEd/d/^zKEWZD/^^/>sZ/d/KE

^E

Z


 >  
 

E


E/>E/>WW
KE/>E/>


175


TABLE OF MILE STONE (S)

Name of work :       , '    ' ,


'/t^^/^
 / W   & &   ^  &   W  
>/Wds'
Time Period allowed for Completion of Work: - 18 Months
Para (A) In Physical/Financial Terms: -

 SI.
 No. 
 


 
 



W^//>E
KY
W^


W^



1.

 

Milestone Programme

Time
Amount to be
Allotted
withheld in case of
(From date non-achievement of
Milestone % of
tender amount of
electrical ( E & M)
of start)
component.



D



W^
>E

W^
2. 
D

'
W^
&


W^
3.
W D


W'>/


W



4. K
D

E/>E/>WW
KE/>E/>




W^

W^&

W

 

5.

 

6.

 

7.


 
 


W

W

D
W/
W/
W^
>


W

Wd
^
D
Wd
W



Wd//


WKEK

D
WKEK

WK>
>















E/>E/>WW
KE/>E/>


177

/d/KE>d,E/>^W/&/d/KE^&KZ/EdZE>
>dZ/>tKZ<^


Et,'','
/Wds'
 WW //&>E


 d             

Wt'^W //  


 Wt'^W//  

 d/
E
/Z 


 ///
Wt/
/Wt 
 E     W  

 
^   /
d

 ,   

              
 
 d          

 Z  D   
  d         

 d               



178

E/>E/>WW
KE/>E/>


 d          

 d               ' d 

 d            
             

 d          
E 
 d
             
d                
         /  
   
 
  d                 

 d  

  dD <d D/^/
   d &Z>^
 DDDDD
  d       

  d           
    t^&hD    

   Ws              d   
Ws
   

               D
E     , 

 d      ^t'  '/          
     
179
 ds         //       
E
E/>E/>WW
KE/>E/>


 d              

        ^       

        Ws         

                 

 
          '/       
                

          
     
     '/
E
 t                

 D   /^/ d      
 E d
      d
               

 t     ds         

 d    
       
 /                

 W
 d
 dWZ/
 d 
  
    W          

d
180

E/>E/>WW
KE/>E/>


                 
       /       
 Z
  > W            D  
               

 / d    Ds        
              

  d >       &/s          
        



                   
K
d

                

hdK

d

DD
Kz/d

/


50 The completion Certificate for the whole work can be issued only after the compeletion of the
all the
electrical work as per agreement and specification only.

  50 d

/$11(7:25.63(&,),&$7,21
d^
d

181

d>E
E/>E/>WW
KE/>E/>


E
d

d
d/



d^
d>KZ^t/d,WW>/d/KE
^





^/W

W

d>

/

W

'

DD

DZD

D&D

hs>E/

D

/

dyZ:

dyZ:

Z^

D

/^>/

t/

^t>/

^^,^^>

^EDW

'&
E/>E/>WW
KE/>E/>








































^/W^



ZZ^'
^>^s>E^W
Dd
Y^
W
>Y^
^W>Y^
^W
dd^^W
^^tZZ
^
's>E
^^,d
^^>t
Z&d^
Z&Z/h^
/W
^
/W
/W
^/W/W
Z&/W
ds
/WYK^
/DW
/WED
'^

W&
Z^
^dW
tZ^d
D^d
>W>

E/>E/>WW
KE/>E/>



^

/'DW

s>E

/Ys>Ed

hs>E

Ws>E

Ds>E

Ws>E

'ZWs>EZW'sZW

/W

W

ss

ss



^

Kd&&

^d&&

Z,

D

^h>h>h>Edhs

D/&E

s/dE

E

/E

Z,^
^d'
^
d'




W

d>

/

W

^'

DD

D
E/>E/>WW
KE/>E/>








































D
t/
&&dWt
^EDWZDKE'
^,
Y^
&
W
//'DW
^^d/
^
>D
ZZ/h^
s>E
Z/h^/
,W
W
D
'^

W&
Z^
^dW
tZ^d
>W>
^
s>E
/Ys>Ed
hs>E
Ws>E
W
ss
ss
^
Kd&&
Dd&dZ
Z,
D

E/>E/>WW
KE/>E/>








s/^/
/
D/&E
/E
Z,^



WW
h'WWZ:
Dh'
h'
ZDZD


WW
E^

/h'W
E^Z

WZ:

/^K/:ED/EE
d//

^'^d/^&D,
dZD
Z:Z:Z:Z:W>
t't't'
Wd/
/
Kst

DhZ,^


/K&
&D
BS FACEPLATE 86X 86, 2X1-PORT, PURE WHITE
WW^
E/>E/>WW
KE/>E/>


Suitable for RJ45 connection modules, connection module ISDN 2xRJ45 and fiberoptic connectors
with support plates.
&Z:


186


>


^,/Es
K&
&&D

Z>



DW^
5. RJ45 CONNECTION MODULES CAT.6
Z:
D


/

^/dK/^K/
:ED

Z:

^E
,^W


DWh>s
td/d/
W

WDD
PATCH CORD REAL10 CAT.6, S/FTP, 4P, LSFRZH, GRAY, RJ45/S-RJ45/S, 1.0 M
W^&dWW>^&Z,Z
&^&dWt'Z:
</Z:/
E/>E/>WW
KE/>E/>




/^K/:ED/EE^
'^d/^&



>//
/,hZ,^W
',DdWZD/hDsW
/EE/^K/'

>^>^
^d/

d
/hhdWWD,Ws
/hhdWt'K
D,
^/^K//EEd/
/

hhdW
E
^W
Ws


T
&t'
Z>

>

hE
tD
Large cabling space
ZW
Wd
,h

E/>E/>WW
KE/>E/>



t






W<' EEyhZ
>/^dK&WWZKsD<^K&DdZ/>^
E,'','
/Wds' ^,W //&>E


)539&:LUH



3RO\FDE+DYHOOV55.DEHO






0&%'%/RRVH:LUH%R[
0&%5&&%





/HJUDQG/ 7$%%6LHPHQV
/HJUDQG/ 7$%%6LHPHQV




0RGXODU6ZLWFK6RFNHW79
6RFNHW7HOHSKRQHVRFNHW%R[
0&&%



/HJUDQG0.&UDEWUHH $WKHQD 





/HJUDQG/ 7$%%6LHPHQV
7$7$-LQGDO +LVDU $VLDQ







3RO\FDE+DYHOOV55.DEOH

.URQH5 0796

6\VWLPD[5 0%HOGRQ












*,063LSH ,6,0DUNHG 
7HOHSKRQH:LUH





$VLDQ3UHFLVLRQ$.*





7HOHSKRQH7DJ%ORFN

&DW&DEOH5-,2-DFNSDQHOVFDEOH
PDQDJHU


39&&RQGXLWDQGDFFHVVRULHV ,6,
PDUNHG 
&HLOLQJIDQ




&URPSWRQ+LJKVSHHG8VKD+DYHOOV







([KDXVWIDQ
[:/(')LWWLQJ






&URPSWRQPRGHO%ULVNDLU8VKD$OPRQDUG
:LSUR 0RGHO/:;;;;;Z 6LPLODUWR


















[:7)LWWLQJ
[ZDWWVXUIDFHPRXQWHGOXPLQDULHV
&)/PLUURUOLJKW
)DQF\ZDOOEUDFNHW
3XPS
9DOYH
5LVLQJ0DLQ $FFHVVRULHV
;/3(FDEOH)ODW6XEPHUVLEOHFDEOH
6WUHHW/LJKW3ROH
ZDWW6WUHHW/LJKW/(')LWWLQJ












3KLOLSV*(6\VND7KRUQ
:LSUR&RUDO:5)6*3KLOLSV*(
:LSUR0RGHO:936:*3KLOOLSV*(
.OLWHPRGHO$QJHOR:LSUR+DYHOOV
+DYHOOV&LW\1HZ:LSUR3KLOLSV*(
.ULORVNVU.6%&URPSWRQ
.ULORVNDU6DQW=HORWR.DUWDU
/HJUDQG6FKQHLGHU/ 7
3RO\FDE+DYHOOV55.DEHO
.OLWH9$/021775$165$,/%DMDM
*(3ODP0LG*633:LSUR3KLOLSV6\VND7KRUQ

E/>E/>WW
KE/>E/>










/$1VZLWFKHV
5DFN
%XON+HDG)LWWLQJ
3DQHOVIHHGHUSLOODUV
839&3LSH









&LVFR$OOLHG7HOHVLV-XQLSHU
9DOUDFN5LWWDO
&URPSWRQ0RGHO1R,&%+3KLOOLSV:LSUR
&35,DSSURYHGIDEULFDWRUVKDYLQJIDFLOLW\RIVHYHQWDQNSURFHVV
$VKLUZDGFinolex 


E /           E/d    



yhd/sE'/EZ''

189


W<'
/Ed>>/'EdZ^^>&/Z>ZDW^zdD
KDDZ/>E/d/KE>KE/d/KE^

Et ,'','
/Wds'
WW&^


'EZ>


 d
          & 
^
>Kd/KE
d       '    ,    
  '


 d   Wt 


Ws/&^W//
          /^          
d                    
,
               
  


 d       





 EdW


KDZ/>KE/d/KE^
E/>E/>WW
KE/>E/>


      dzW K&KEdZdd             

E/>E/>WW
KE/>E/>





W<'
/Ed>>/'EdZ^^>&/Z>ZDd,E/>
^W/&/d/KE^



Et  ,'','
/Wds'
WW &^


'EZ>


 ^KWK&tKZ<


      d     ^  d     
/  &   s  ^   '   
,   s   


         d   


d
 / 
 


 ^,h>K&ZYh/ZDEd^


/&^
     d        
           
               



dE
Wt


                     
 ,


 d,E/>d


         d d          
 d    d     
            
 
E/>E/>WW
KE/>E/>





 WZ&KZDE'hZEdEd^d/E'


         d              
             
              s  
           
   
/        
             
 
      /  
 
d& 

tE&W
 /^    d
Z
/  
              

d      

d 
                  
 
d
               


 K
                   
 
d
d
     





E/>E/>WW
KE/>E/>



            
          
  K        

 E
   
  

         

       d         
          
K

 K^^dEZ^
d&E&W/^
         /          h> s^  
KY
 /E^d>>d/KE
/
 
 

         D         D    
/
             

 DKE^dZd/KE


d          


             

d
 
 

 DEh>^
d,


E/>E/>WW
KE/>E/>



KD
Kd


     



K          


  /
  K D d >       
     D 



 dZ/E/E',E/E'KsZ


     



K


^K^KE^K&&

^ 

^

d

W

 

^

W

K

K

W

d


 'hZEd


d/&
              
 K           

E/>E/>WW
KE/>E/>



d   

              




d


Y


 ^
K ^
> 



                  



 D/^>>EKh^


d



d     D   




d
     d           
        EK    d     
EKd







Wt''

E/>E/>WW
KE/>E/>


195

^z^dD^Z/Wd/KE


%5,() 

//E&W
E
d

d&^

d

d

d

d
d

D

d
,&
d

dd

d&E&W
W

E/>E/>WW
KE/>E/>


196

d

dW&^
&
dd
d


d
&&W

dD

             
E



>D
d
dD
D/K/

d/^K
D^


d








E/>E/>WW
KE/>E/>


197

/Ed>>/'EdZ^^>&/Z>ZD^z^dD
d,E/>^W/&/d/KE^
,WdZ 'EZ>

1. A.1
SCOPE OF WORK
 d^d
/&^
 dd

 d
d

/

2. A.2.
SCHEDULE OF REQUIREMENTS
 /&^

 d

A.2.3 It is the intent of these specifications to define a state-of-art integrated Fire Alarm System, which is
user friendly, modular, flexible and expandable. The system is to be designed, installed, customised, tested,
commissioned and supported by a local office or agent of the manufacturer by Engineers skilled in providing
functional and efficient solutions to the needs of the Engineer in charge.
A.2.4 The contractor shall have an in-place support facility in Mumbai equipped with Competent Support
Staff, Spare Parts Inventory and all the necessary Test and Diagnostic Equipment to provide support within
24 hours of any breakdowns.
A.3.5 All electronic equipment shall conform to the pertinent regulations governing radio frequency
electromagnetic interference and should be so labelled.
A.3.6 All system components and sub-systems are to be fault tolerant and provide satisfactory operation
without damage at + 10% of the rated voltage and at + 3 Hz variation in line
frequency.
3. A.3.
TECHNICAL DATA
 dd
d
 dd

 /^,h>K&d,E/>d
/

198
^,h>K&d,E/>d
d

E/>E/>WW
KE/>E/>


4. A.4.
PERFORMANCE GUARANTEE AND TESTING
 d

s

/



/

 d&

A.4.3 All equipment shall be tested at manufacturer's Works as per latest relevant BIS specifications or
in the absence of IS specification approved testing methods shall be followed and Test Certificates/ Reports
submitted to the Engineer-in-charge. The contractor shall intimate in advance the probable date of such tests
to the Engineer-in-charge to enable their representatives to witness the tests if they so desire. But under no
circumstances shall this absolve the Contractor of his responsibility for Performance of the Equipment or
System.
 /


A.4.5 The Contractor shall take full responsibility for proper operation of the entire system including
debugging and proper calibration of each component and sub-system.
 d


 /




 d



 K


 d
 d


 


199
K


E/>E/>WW
KE/>E/>


 E



 

 d

K
 
 &


K


A.5.
CODES & STANDARDS
 d&Eh>s
 /Es^h>

/E^d>>d/KE
 /

 

 D


 


DKE^dZd/KE
 d


 d
 
 


DEh>^

d,
 KD
Kd
 

 K
&/
200

E/>E/>WW
KE/>E/>


&KDd>
Z^^D


dZ/E/E',E/E'KsZ
 

 K
 ^K
 ^KE^K&&
 ^
 
 ^
 d
 W
 ^
 W
 K
 K
 W
 d
 'hZEd
 d/&

K
d



d
Y
^
K
^
W
 >

 

A.11. MISCELLANEOUS:
 d

 dD


 DDt/
Wt

E
201

E/>E/>WW
KE/>E/>



,WdZ

^z^dD^Z/Wd/KE

6. B.1 SCOPE OF WORK AND EXCLUSIONS


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 detail in the tender documents. The work shall include data entry,
programming, start up test and demonstration, training of personnel for maintenance and operation,
submission of construction and installation drawings and wiring diagrams, as built documents and system
guarantee.
 d
d


/KdD^

/d

DWZd

DD/D&W
&

>,/,W
f)
Providing suitable compatibility in the Main Fire Alarm Control Panel for the Public
Address System, audio Amplifiers, speakers & required wiring.



&
^Y
 h^Y



Ws,
&W

'EZ>^Z/Wd/KEK&/Ed>>/'Ed&/Z>ZD^z^dD
d/d
d

dWd

ds,d&^





/^

d&Z>^/^


E/>E/>WW
KE/>E/>


202

d

d/>^Z/Wd/KEK&d,^z^dDKDWKEEd^
^/^K&^/'E
/D&^/&^

d
d

d&^


Zd

W

W^

^
W>
D

d
D

Wd
>W'^

/

d^>

d>
&

W&
W



FIRE ALARM CONTROL PANEL (FACP)
d&W&W&W
/
&W&W



E/>E/>WW
KE/>E/>


203
d
d

&W
&W
&W

^&W&W
/
&W
/>

&W&W

d&Ws
d&W

d>D
d

&W
s
dss
sd
d

>&W/

>d
>
/&W&W

&W


&W

&WD
W
&W
d

>^E






E/>E/>WW
KE/>E/>


204






>^E


d&W
d&WW^^
d^d^^d

>&W



ddKZ^Z^^>s/^
'
>

d
d>
D

d
K^
^&
W
/^W/^W
d
d
dE

d
d
&W
d


D^
&Wd
W
^

DD
W
W
D

E/>E/>WW
KE/>E/>


&
205




D
K
^sDs
sss



^
The Addressable Sounder Base shall be compatible with the Fire detection and alarm panel offered.
It shall be roof mounted or wall mount type.
It shall be microprocessor based intelligent, addressable type .
It shall work at the same operating voltage of detectors.
It shall generate audio alarm on command from the fire detection and alarm panel.
It shall be able to carry out self diagnosis and automatic device mapping.
It shall be able to withstand ambient temperature upto 50 deg.C.
It should be able to generate at least 32 different types of tones.
 d
Operating voltage 15 V DC. . 33 V DC
Current consumption < 5 mA at maximum sound pressure level
Maximum sound pressure level is 100 dB(A) according to EN54-3
32 tones programmable from the fire detector control panel
Frequency range of 450 Hz to 2 900 Hz
Various signals for pre-alarm and alarm
Protection category according to DIN 60529: min IP 42
Operating temperature range min -25C to +85C
High resistance to electromagnetic effects. Approved for DIN EN 61000-4-4 Electrical
fast transient/burst immunity test with 2 KV Delivery and installation ready for use
Z/
Remote Response Indicator shall be installed outside the areas normally kept closed to identify the
detectors response even if the room is locked. These indicators shall be able to indicate the status of the
corresponding detectors in these areas.

NETWORKED D IGITAL P UBLIC ADDRESS & EMERGENCY VOICE COMMUNICATION / EVACUATION SYSTEM
EQUIPMENT SPECIFICATION
1.1 NETWORK CONTROLLER
dd
d
        W    /      

o There shall be 8 control inputs, which should be freely programmable.
o The network controller shall have analog audio line outputs for fire alarm signals, music sources etc.

E/>E/>WW
KE/>E/>


The network controller shall have the capability to handle at least 100 levels of priorities and 400

o
o

o
o
o
o
o
o

206
zones, 80 call stations or MMI (Man Machine Interface)
The network controller shall monitor the status of all zones in the system and the last 200 status
change and fault events should be logged.
Attention and alarm tone definitions shall be stored in the network controller or recalled from an
external storage device through control ports. These tones can be accessed by any call stations or
control inputs for announcement broadcast or alarm broadcast.
At least 4 pre-recorded messages should be played simultaneously.
The network control unit shall have extensive audio processing possibilities for audio inputs and audio
outputs. Parametric equalisation, limiter, and gain can be adjusted with the configuration software.
The network controller shall monitor the status of all equipment including the status of the microphone
capsule of a call station and report any fault.
The network controller should have hot standby auto switchover facility to redundant controller.
The controller should 16X2 front panel LCD display and rotary control, through which debugging of
faults will be possible.
It shall be compliant to EN 60849, EN 54-16.


Technical Specification
Power Source
Battery Power Supply
Power consumption
Audio inputs
Control Inputs
Control Outputs
Line Outputs
Operating Temperature
Frequency response
Event Logs

115/230 VAC 10%, 50/60 Hz


48V DC
14W with no load, 150W with maximum load
28 channels
8
8
4
-50C to +550C
20 Hz to 20 kHz (-3 dB)
200

1.2 P OWER AMPLIFIERS


d/
ss
/
The LBD 193x amplifiers are powerful power amplifier in a 2U high 19case with colorful LED bar on the
front side to indicate the acoustic level of the signal in dB.LBD193x amplifiers have 100V input for slave
operation of the amplifier, XLR loop in and loop through facility for ease of installation and 100V output
as well as 70V output for connecting to the loudspeakers with line matching transformers, 8ohm and 4ohm
outputs for connecting to the Low impedance speakers. The output voltage can be selected between 100V
and 70V internally. Additionally LBD1938/00 amplifier features a dual XLR inputs with priority
switching. Gain or level control is located on the rear of the unit to avoid accidental setting change. The
amplifier works on 24VDC power supply during emergency situations. 3RZHU DPSOLILHUV VKRXOG KDYH
WKHVSHFLILFDWLRQVLPLODUWR0V%26&+PDNHPRGHOQR/%'/%'
W
W
/ss,s
/ssss
W

E/>E/>WW
KE/>E/>


ZKZD^tt
W
&,,
,
207
^E
W
Dss
D
Dtt
tt
Wtt
/tt
s
Dtt
tt
Wtt
/tt
>/
y>Z
^s
/
DZZ,,
'
s
^
^s
/
>
y>Z
Es
/
>
^
ss
1.3
PLENA BGM SOURCE PLN-DVDT/00
dss
&DDdss
DDWZssDW:W'DW
Z
sZdDW

dsEydWZs/Kh^
W>zWh^^dKW:d&
>
s
d/Zs
d


E/>E/>WW
KE/>E/>


d&DD^
&DD
&DD/
>
208
sW

ds
s
s
ds
ds
ds^/E
dsss
/
ss/


ds

d
s/s
s
dh
dEE
D
dsWW>Esd^^
1.4
AUDIO EXPANDER
d
d
d
dd
,D
>
d^
&
,,
^E 
DZZ

/ssy>Z
ss
/
y>Z
E/>
s
^ED/

DZZD/
,
/

K/

>K^E


E/>E/>WW
KE/>E/>


K

K^ssy>Z
ss
>K,

209
1.5

PREMIUM -SOUND C ABINET LOUDSPEAKER

CABINET LOUDSPEAKER 30 W, ABS ENCLOSURE, U BRACKET MOUNTING, FIXED 2 M TWIN CORE


IP 65, CHARCOAL RAL 7021.

CONNECTION CABLE , WATER- AND DUST PROTECTED

PREMIUM SOUND CABINET LOUDSPEAKERS ARE INTENDED FOR CLEAR REPRODUCTION OF SPEECH,
FOREGROUND AND BACKGROUND MUSIC TO BE USED IN GENERAL INDOOR AND OUTDOOR
APPLICATIONS. THE P REMIUM SOUND CABINET LOUDSPEAKER RANGE CONSISTS OF A 15 W AND 30
W MODEL, AVAILABLE IN A LIGHT OR DARK COLOR. THE LOUDSPEAKERS HAVE SELECTABLE 8 OHM,
70 V AND 100 V INPUTS.

THE ABS CABINETS ARE FITTED WITH ALUMINUM FRONT GRILLES AND STANDARD SUPPLIED WITH
ALUMINUM BRACKET .

d^
Dt
ZW,t
Wt
^t,^W>
,,
K,,
Zs
Z
d

1.6

Ceiling Speaker

M ETAL GRILLE C EILING S PEAKER 6 W ATTS


td

d^
Rated Power
6W
SPL at 1W/1m at 1 KHz
 90 dB
Frequency Range
Better or equal to 150 Hz 16000 KHz
Opening Angle
150 Degree at 1Khz
Rated Voltage
100 V / 70
Speaker Size
Min 6
Safety compliance
1.7

EN60065

Wooden Box Cabinet Speakers


W

E/>E/>WW
KE/>E/>


Y/

,
t
210
/s

^
K
d^
Dt
ZW,t
^ t,
,
K,,

Zs

Z
t
1.8 CALL S TATION

1.8.1 Basic Call Station


d 
          
d            
     ,    D 
>
d^
External power supply
18 to 56 VDC
Power consumption
4.4 W (DC) excluding
keypads
Microphone
Nominal acoustic input level
75 to 90 dB
S/N
>60 dB at 85 dB
Loudspeaker
S/N
80 dB at max. Output
Sound pressure level
85 dB at 0.5 m and 1 kHz

1.8.2 Call station keypad
d

E/>E/>WW
KE/>E/>


d
>

211


^

,D>
d
d


>
/
d
1.9 CABLE AND WIRING - NETWORK CABLE
d
        d     
   d        




Electrical
Wire
Copper, stranded 1 mm2
Resistance
<0.018 ohm/m
Optical
Fiber
PMMA , 1 mm
Numeric aperture
0.5
Attenuation
<0.17 dB/m at 650 nm
Bending loss
<0.5 dB (r=20 mm, 90) JIS
C6861



E/>E/>WW
KE/>E/>






212


 /

/    /^E&W
         


 D^       
          
           
 E         
          


     
   


       D              


W


^



K
E/>E/>WW
KE/>E/>


^
&

213


d&^
         
Wt

 d

     d        
,            
    


       d     
             ^
K

E/>E/>WW
KE/>E/>





214


W<'
EEyhZ />/^dK&WWZKs D<^K&
Yh/WDEdEDdZ/>^
 d          
 
            
 


               
 d^/^/



  &

 D 
,

D

E/
D& 
W 
D

,^







D

EKd/&/ZK^,:


/








^
E

W^ E:


&,><

Z/

E:

h>E/
h>




Wt
''
E/>E/>WW
KE/>E/>





215
W
KDDZ/>E/d/KE>KE/d/KE^

Et ,'','
 /Wds'
WtZ&&^^

 'EZ>
 d     
  



 >Kd/KE/Wds'


 d    



 Wt '^  W/ /





 Wt'^W// 



 Wt'^W st


d^
 d/

E
 /Z
 >

 d      
 


EdW   




 d      


,d


 KDDZ/>KE/d/KE^


E/>E/>WW
KE/>E/>


dzWK&KEdZdd 


E/>E/>WW
KE/>E/>





216

 KDW>dE^^K&d,dEZ ^hD/^^/KEK&WZK'ZDDWWZKs>K&Zt/E'^E


KDDEDEdK&tKZ<


               
      
               
             
             
           
 


^ t 


   
         
       
d


      ^   d       



td   
 


 ^Wd,K&DdZ/>^dK^/dEd,/Zh^dKz


d     


 W            
  ^          
   


 Z^dZ/d/KE/EtKZ<


^             
     d        
                 
E  


 EdhZ> >D/dz




E               
             
 d    
                



 ZK&h/>/E'



E/>E/>WW
KE/>E/>


217

             
d  
         ,      
   


d              
             E  
   
 WzDEddZD^


d              
           
         
             



    d            
           E 
 

 tKZ<dKKEzd,dEZZ


 /        


             
   


   D        
              
 


D^
 dWdd

 'hZEd


              
         
           
 d          
             
    /        
           
               
 d 


 KDW>d/KEWZ/K


E/>E/>WW
KE/>E/>


218

d    


         
        
     
             


 Zt/E'^&KZ WWZKs> KDW>d/KEZt/E'^


 



d   
               d
      
  

 >       
 


 &^
  

 


   d           
 K



   W               



D  


    K         
 


           
 Z
Z&  
/   



 KDW>/Et/d,Z'h>d/KE^E/E/E^dEZ^


               
   /^   

E/>E/>WW
KE/>E/>


219

         /        
  


 &


 /Z


 /^K
 t

 ^W ^
          
   d   
             
       
  /           
                  
  d          
      d        
    E        
 ,      /      
 
    E            
             
            
 
^    
                     
        &    
            
  /           
             

EKKd/KEZd/&/d&ZKD>K>&/ZK&&/Z
d                
    d            
EKdEK
d


 dZ/E/E'

d          
 


E/>E/>WW
KE/>E/>



 d,E/>^W/&/d/KE^&KZ&/Z&/',d/E'tKZ<


E  t,'','
 /Wds'
WtZ&&^^

 ^KW


d 




 ^dEZ^
 /^
 
/^
 

/^
 
/^
 
 /^

'&
^

^


/^

^  



^

^

/^

E

/^

/^

       

^

/^

^ 


 'EZ>ZYh/ZDEd^



 ss,
      d        Wt ' ^  
 tWs 
        Wt
' ^     W / /  W //
W/s^
 /^




E/>E/>WW
KE/>E/>


221

&/ZWhDW^


 ^KW
d       

 dzW
d           s, 
Ddd
  ,^        
   
 Zd/E'
d            
d
       d       
     d         
            

 DdZ/>EKE^dZhd/KE
d/^

 d
      d       

            d         d     
 t          
 d       
d  
 d          d
 

        d       

 d    d
             d
        

d

 d    
 
 d             
      d        
 d

E/>E/>WW
KE/>E/>


222

              



 ^^KZ/^



 

 Z

E
 W


 /E^d>>d/KE


d   
            

            d              Z
   d          
^d

         d   


D         

 d     
      /  
 
 &

          ^               
             


W/WtKZ<

 ^KW
d          



 W>hD/E'^/'E
E/>E/>WW
KE/>E/>


223

W             d
  
W



















/


&
d


 &          

&
E            
d

  
 W     
             

 W/WDdZ/>^
W
D/^

 t/^
    d     
   D^^  
D^  
/^
 /^        

 '/W/^&
 

 W/W:K/Ed^
D^&
            

 &  / W     /  /^
 d      
t           D^ 
     d/D^  

E/>E/>WW
KE/>E/>


224

     D^        

 D        d    /^   W
&  t         ' 

W &
d
 



 

 

 

  Et
t
 s>s^
^    /^        /^    
     
  WE          


d
 
^
^^                  
E  K              E 
^
 E 




 ^dZ/EZ^
^             
^
 KZ/&/W>d
K
d

E/>E/>WW
KE/>E/>


225




 /E^dZhDEd^
W

 d

 /Zs^^>
 
D^^dd
dD^W
d
&
d



/E^d>>d/KE
d
 
/     
  
d       
 

 K               

^>EK
EW^
^









        W              
d
W  W         

          W             '/
^ 



 W             
           


E/>E/>WW
KE/>E/>



226

 s

  Z  
W
 d
   
  

Z
 t
      d    
 t
      
D             

            

 h             
 
   W 


 d        
              
      /       
       >
     
         W           W  ^
          
            

/   
/             
       ,     
            

WZ^^hZd^d/E'

        
    
           
        


E/>E/>WW
KE/>E/>


227

     W

^


 W

Ed/KZZK^/sWZKdd/KEKEhEZ'ZKhEW/W
  D^ W  d
   

/^   
        
          
d     
             
             
     d        d
                 
     d          
   d            
/
            
 
W/W^hWWKZd^
&            
 &
^

 ,   

^,
&         
  d         
^ 
&
&h

D^hZDEd
D  

W            


E/>E/>WW
KE/>E/>


228


        E    

 d
          

E
&/Z&/',d/E'^^KZ/^

 ^KW


d


 >E/E's>s
>

 d/^
 d
 D



 





^








,
D
 d        >WD 

 /
 dd


 d    d 



 &/Z^d/,K^ Z>
& , Z     
     
       /         
        
d  d
d

E/>E/>WW
KE/>E/>


229







 &/^ d
/^



 D
 ,   D


t  D
dd

,
Z

d/^


EW


^s
'
 d

 /
  &         W     
             
    D^ d

 d
d

  d                 
D
 d

 d
 ,
 &/Z,K^ >/sZzKhW>/E'ZE,W/WEEK>^
 d
 D


^^
,
d'
           / 
D
 
      d            



E/>E/>WW
KE/>E/>


230


^dE


  W  E           

    K              
 
Ed

&/Z^Zs//E>dE&/Z^Zs/KEEd/KE
 d
/ 
 &
           d   
D^

 d/^
 D
 
 


,K^W/W^


,d
d Z    /^   d      
>
dW

 




>dZ/>tKZ<

 DKdKZ^
d         d     
              
        d     
    /W /^ d   
 & d      
d/^

 DKdKZ^dZdZ


E/>E/>WW
KE/>E/>





231

d/^D
 s ,

 ^K>,W
     

              

d
/

              EK E     

hE



 ^t/d,KZ^


/ d
     
d  Z
d     /W  
 /        

d      
^
 ^^&h
              
D  
 ^&h    /^ 
d,Z
 ^      

 s            
       d     
     /      
          d  
         

E/>E/>WW
KE/>E/>


232


 d             
 
^

 d
         
    
 

            
  
 t


 W
    

          /         

 D  /^    

 ^z^dDKEdZK>>Z


&       W     
  d      

W
 >h'd
> 
D
 D
 
 
^DW

^WW

 ^dW



E/>E/>WW
KE/>E/>


233

^          
 d      s s    
         


 ZDKd /E/dKZWE>
d          d 

                 
 

WZ
     d       

d d      

        


 WKtZ>/E'
h       y>W  Ws 
      s d 
^

 ^     y>WWs    
 s
 W     



          
                 
     E






KEdZK>t/Z/E'





/^/ WsWs
 sd


 


d 
 


E/>E/>WW
KE/>E/>


234

 Z           
 D       

           
 
 Zd,/E'
W            
 
 dWt^
W//
D    
  
  >         



 d E
E'/^
  
        
  Ws
 W/Ed/E' 
^t
 dZ/E/E' ,E/E' KsZ

 
 
K


^K


^KE^K&&


^





^


d


W


 







^

W

K

K

W

d

 D/^>>EKh^


E/>E/>WW
KE/>E/>


235

d     




dD


 ^KWK&tKZ<Ey>h^/KE^
d          
           
 d          
          
        
             
       d     
         
        
 

   

       &  
  ^
Y

/E^d>>d/KE
KDD/^^/KE/E'

d^d/E'

E

^KW

d 
&
WZWZd/KEEWWZK> K&Zt/E'

K   
  W        
d          d  
       
      d
          
 ,
E/>E/>WW
KE/>E/>


236


^

         /             




                
d



 d 
     W   W   Wt   W s  ,
              
   Z   
 ^

WW
 WtWs

W,d
/      d     
         Wt  W s /  
  
        d       
d 
       
                
     
d&


      W            
        ^     

d^d/E'


 /E/d/>d^d/E'

                   

                 
d


E/>E/>WW
KE/>E/>






237


&/E>d^d/E'

        
       & 
       
d




 & d  d      
d         

     t    
          
d
         


KDD/^^/KE/E'



E/>E/>WW
KE/>E/>


238


 &  ^  
        
       
    &    



      
Z      
       / 
  


      
 


         
       





'Wt'
E/>E/>WW
KE/>E/>





239

/
>/^dK&WWZKs D<^K&Yh/WDEd^tdZ/^Z^z^dD^


/
^
E

,KZ/KEd>EdZ/&h'> WhDW^Dh>d/ ^d'
Dh>d/ Khd>d :K<zWhDW


D
</Z>K^<ZDd,ZW>dd<^





DKdKZ^d&
D^'/,sz>^^ W/W^t/d,/^/
^>h/s>s

&/Z ,zZEd>E/E's>s














Kd/E' tZWW/E'^
WZ^^hZ'h'
WZ^^hZ^t/d,
,K^ Z>,K^W/W
^dZ>dK>
^dZdZKEddKZ^
/E^dZhDEd^
hZZEddZE^&KZDZ^
KEdZK> ^t/d,^/E/dKZ
>DW^Wh^,hddKE^
^&hD
ddZ/^
&
>^/^/
&/Zyd/E'h^,Z^
&Z>^

>d'^/DE^ ^,/EZ>
DKy/DZKE
<Zd,Z</Z>K^<ZEKZDy<>WE
/&/EK>y,s>>^
^&yD/E/Dy^&/Z
&ZZ<,>d






'ds>s'
hddZ&>zs>s^EZs
d/
Z/E&KZZhZ>/E Es^,K^

>ZK>KdKZZKt<>WE
hKZsE>Z
<EWD
Et'':zKd//^/




&>Kt^t/d,
'DZE, W/WEK>^
KhW>/E'^
^hd/KE^dZ/EZ

^^
D/E/DyEt'^&y





</Z>K^<ZZKDWdKE'Zs^^/DE^
:/E>dd
,^Z<Z</Z>K^<Z>ZhK
sWE'
Et'^&'hZD/E/Dy'd
/Ed'Zd tdZWZKK&/E'WzW<Kd
,'hZh&//'
E&^^^t/dZ
Et''d,/^/:zKd/
^/DE>d',
/DW^hZKE^Zs,W>
<WW^/><E^/E^dZE^
^/DE^dE/<z>dDd,hZ

K>KdK,sE

E/  E/d 




'Wt'
E/>E/>WW
KE/>E/>


240

W
KDDZ/>E/d/KE> KE/d/KE^
EDK&tKZ< ,'','

/Wds'
 Wd  
 'EZ>d    

         d          
           
     
  d           
 d 
           &    
^
      
 /     

 >Kd/KE/Wd 
d        
 
Wt ' ^   W// 

Wt'^W//

Wt '^ W/// >

d^
d
 E
 /Z

d/^>


 d  

 EdW
 KDZ/>KE/d/KE^
 dzWK&KEdZd
d 
 KDW>dE^^K&d,dEZ ^hD/^^/KEK&WZK'ZDDWWZKs>K&Zt/E'^E
KDDEDEdK&tKZ<
  

E/>E/>WW
KE/>E/>


241


            

            
            
         

^ 
t             

        
    d      

 ^ 
d               
 
t
d 

 ^Wd,K&DdZ/>^dK^/dEd,/Zh^dKz
d
W                   
 ^          
 
Z^dZ/d/KE/EtKZ<
^             
     d        
 E

 EdhZ> >D/dz
E 
         
d        
 
 ZK&h/>/E'
              
 d        
 ,

d
 E


E/>E/>WW
KE/>E/>





242


     d             
             
  Wt^E

 d             


 tKZ<dKKEzd,dEZZ
/ 
 

D      
       Z     
        d   
 
      Z^ :    
   
Z^: 
 ^   Z^ :       
 

 




 Z  
 
   

d

^     

 
 ^
           
 >       
,          
    '


E/>E/>WW
KE/>E/>


243


        d        ^   d   

E
'hZEd

          
  d
            
         /     
               
 
d

 KDW>d/KEWZ/K
d 
        
       
          

 Zt/E'^&KZ WWZKs> KDW>d/KEZt/E'^
 
d             
         d  
           
 
 '>'>

 
 
   d                 
      K       
 >
>

 D
    

  Z
Z&     
 
KDW>/Et/d,Z'h>d/KE^E/E/E^dEZ^
E/>E/>WW
KE/>E/>


244

 
/^ /

&
/Z
/^K
 t
 ^W ^
                   
>/d  
     >/ 
   /     / 
             
        d    
       >/ d    >
/E
,/
    d         
>/
      E            
            
  
      ^         

&    
           /  
   

 dZ/E/E'
d 

 DdZ/>WWZKs>
d            
  / 
         


E/>E/>WW
KE/>E/>


245


^d/KE
/>d,E/>^W/&/d/KE^EZYh/ZDEd^
Et,'','

/Wds'
W  W dW

 /Wds
>


 ^^/^dEdE'/EZ

'^Wt'







/
 ,
 , 
/' 

d >
 'W

E

 E E
>E   <
 Z  
>
>
^
E d
E
E
E
>






' 
' 




,/Wd



D
'

>^



 ^E


^
>
',
/Wd

t








E/>E/>WW
KE/>E/>


246

/ 



^E




^

>
',
/Wd

t








   D


Wt Z


W   


,/
,         
^
   t ,






 d   



  ^^
  Ws&^^


 ^

/ >>


&  

/ 

/ >
&

 
/  


E/>E/>WW
KE/>E/>


247



W  K 
Wt^
W K

 d    ' sss& 
^
 &
 d  d

^ Wt^W ///>
>  


 ^ 
W ,
  

Z  



^ /
K

t   


&' & 
  

E/>E/>WW
KE/>E/>





248
    
  ,
Z
dK 'hZ
 
 

d 
 d
D^


 /        
          
        


^

 d

 


>

d


s

 

d
 
 
 d
d

E/>E/>WW
KE/>E/>



249

 
d

Z
  



d,E/>ZYh/ZDEd&KZ hdKDd/Z^hs/Z
 d Z,
 d Z
d  
 d Z
 d Z
d,E/>ZYh/ZDEd^&KZ /E&ZZ KKZ WZKdd/KE ^z^dD /Z
d       

 d /Z










E/>E/>WW
KE/>E/>



250

EEyhZ
>/&dD/EdEE^,h>
d
/ DKEd,>z
/EZ
/


^>>





Z


/W
d>
/EZ dKW


 

/ED,/EZKKD


Z


K^'D^
D'^
' 

/EW/d E
// YhZdZ>z
/EZ E
/EZ dKW


/'>>


>'


/ED,/EZKKD
E/>E/>WW
KE/>E/>



251


D'd


/EW/d E


///,>&zZ>z/EZ
E
/EZ dKWE


/ED,/EZKKD


 DK^'


/EW/d


d


/sEEh>>z


/EZ E


/EZ dKW


^


/ED,/EZKKD


               
DW/ W
WD
/EW/d









^/'EdhZK&dEZZ


yhd/sE'/EZ
'Wt'

E/>E/>WW
KE/>E/>


252

*RYHUQPHQWRI,QGLD
&HQWUDO3XEOLF:RUNV'HSDUWPHQW


3$57'
6&+('8/(2)48$17,7,(6 








E/>E/>WW
KE/>E/>



253

Schedule of Quantity (Civil)


Name of Works : - Construction of 575 bedded Boys Hostel (G+8) and 150 bedded Girls Hostel (G+2) including Internal
Water Supply, Sanitary Installations, internal roads, Drainage, Sewerage, internal electric Installations, Pumps, wet
riser, Fire Fighting and Sprinkler system, Fire Alarm & PA system and Lifts, for CIPET, Vatva, Ahmedabad, Gujarat.

Name of the Contractor

ItemNo

Description

Earth Work

Unit

Quanti
ty

Rate

Amount

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 up to 50 m and lift up to 1.5 m, disposed
earth to be levelled and neatly dressed.
1.1.1

All kinds of soil

cum

7420

0.00

metre

400

0.00

cum

7420

0.00

cum

2930

cum

330

0.00
0.00

1.2

1.2.1
1.2.1.1

Excavating trenches of required width for pipes, cables, etc


including excavation for sockets, and dressing of sides, ramming
of bottoms, depth up to 1.5 m, including getting out the excavated
soil, and then returning the soil as required, in layers not
exceeding 20 cm in depth, including consolidating each deposited
layer by ramming, watering, etc. and disposing of surplus
excavated soil as directed, within a lead of 50 m :
All kinds of soil
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 20 cm in
depth, consolidating each deposited layer by ramming and
watering, lead up to 50 m and lift up to 1.5 m.
1.4
1.4.1
1.5

Extra for every additional lift of 1.5 m or part there of in excavation


/ banking excavated or stacked materials.
All kinds of soil
Supplying and filling in plinth with River sand under floors,
including watering, ramming consolidating and dressing complete.

E/>E/>WW
KE/>E/>


254.
1.6

Surface dressing of the ground including removing vegetation and


in-equalities not exceeding 15 cm deep and disposal of rubbish,
lead up to 50 m and lift up to 1.5 m.
1.6.1

100sq
m

All kinds of soil

4000

0.00

Sub Head Total


2
2.1

2.1.1

0.00

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:
1:4:8 (1 cement : 4 coarse sand : 8 graded stone aggregate 40
mm nominal size)

2.2
Extra for providing and mixing water proofing material in cement
concrete work in doses by weight of cement as per manufacturer's
specification.
2.3

cum

1122

0.00

per
50kg
ceme
nt
sqm

1444

0.00

319

0.00

cum

73

0.00

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 75 mm thick bed of dry brick ballast 40 mm
nominal size, well rammed and consolidated and grouted with fine
sand, including finishing the top smooth.
2.4

Providing and laying in position cement concrete 1:5:10 (1


Cement :5 Coarse Sand : 10 Graded brick Aggregate 40 mm
nominal size) at all levels in sunken floors.

0.00

Sub Head Total


3
3.1

Reinforced Cement Work


Centering and shuttering including strutting, propping etc. and
removal of form for :

3.1.1

sqm

500

0.00

sqm

1395

0.00

sqm

13840

0.00

sqm

20439

0.00
0.00
0.00
0.00

Foundations, footings, bases of columns, etc. for mass concrete


3.1.2

Walls (any thickness) including attached pilasters, butteresses,


plinth and string courses etc.

3.1.3
Suspended floors, roofs, landings, balconies and access platform
3.1.4
Lintels, beams, plinth beams, girders, bressumers and cantilevers
3.1.5

Columns, Pillars, Piers, Abutments, Posts and Struts

sqm

8359

3.1.6

Stairs, (excluding landings) except spiral-staircases

sqm

321

3.1.7

Weather shade, Chajjas, corbels etc., including edges

sqm

587

E/>E/>WW
KE/>E/>


255.
3.2

3.2.1
3.3

Extra for additional height in centering, shuttering where ever


required with adequate bracing, propping etc. including cost of deshuttering and decentering at all levels, over a height of 3.5 m, for
every additional height of 1 metre or part thereof (Plan area to be
measured).
Suspended floors, roofs, landing, beams and balconies (Plan area
to be measured)

Thermo-Mechanically Treated bars (Fe 500 D)

Thermo-Mechanically Treated bars (Fe 500 D)

3.6

0.00

kilogr
am

311598

0.00

kilogr
am
sqm

715129

0.00

29150

0.00

cum

1150

0.00

quinta
l

3950

0.00

Steel reinforcement for R.C.C. work including straightening,


cutting, bending, placing in position and binding all complete
above plinth level.

3.4.1
3.5

29

Steel reinforcement for R.C.C. work including straightening,


cutting, bending, placing in position and binding all complete upto
plinth level

3.3.1
3.4

sqm

Smooth finishing of the exposed surface of RCC work with 6mm


thick cement mortar 1:3 (1 cement : 3 fine sand).
Extra for providing richer mixes at all floor levels. Note:Excess/less cement over the specified cement content used is
payable /recoverable separately.

3.6.1
Providing M-30 grade concrete instead of M-25 grade BMC/RMC.
(Note:- Cement content considered in M-30 is @ 340 kg/cum)
3.7

Add for using extra cement in the items of design mix over and
above the specified cement content therein.

3.8

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.

E/>E/>WW
KE/>E/>


256.
3.8.1

All work upto plinth level

cum

2277

3.8.2

All work above plinth level upto floor V level

cum

5146

cum

1478

0.00
0.00
0.00

metre

600

0.00

3.9

Extra for R.C.C./ B.M.C/ R.M.C. work above floor V level for each
four floors or part thereof.

3.10

Providing and fixing of expansion joint system related with floor


location as per drawings and direction of Engineer-In-Charge. The
joints system will be of extruded aluminum base members, self
aligning / self centering arrangement and support plates etc. as
per ASTM B221-02. The system shall be such that it provides
floor to floor /floor to wall expansion control system for various
vertical localtion in load application areas that accommodates
multi directional seismic movement without stress to
it's components. System shall consist of metal profiles with a
universal aluminum base member designed to accommodate
various project conditions and finish floor treatments. The cover
plate shall be designed of width and thickness required to satisfy
projects movement and loading
requirements and secured to base members by utilizing
manufacturers
pre-engineered self-centering arrangement that freely rotates /
moves
in all directions.
The Self centering arrangement shall exhibit circular sphere
ends that lock and slide inside the corresponding aluminum
extrusion cavity to allow freedom of movement and flexure in all
directions including vertical displacement. Provision of Moisture
Barrier Membrane in the Joint System to have watertight joint is
mandatory requirement all as per the manufactures design and as
approved by Engineer -in- Charge . (Material shall confirm to
ASTM 6063.)
3.10.1

Floor Joint of 100 mm gap

3.11
Providing and fixing of expansion joint system related with wall
joint (internal/external) location as per drawings and direction of
Engineer-InCharge. The joints shall be of extruded aluminum base members,
self aligning / centering arrangement and support plates as per
ASTM B221- 02. The material shall be such that it provides an

E/>E/>WW
KE/>E/>


257.
Expansion Joints System suitable for vertical wall to wall/ wall to
corner application, both new and existing construction in office
Buildings & complexes with no slipping down tendency amongst
the components of the Joint System. The Joint System shall utilize
light weight aluminum profiles exhibiting minimal exposed
aluminum surfaces mechanically snap locking the multicellular to
facilitate movement. (Material shall confirm to ASTM 6063.)
3.11.1

Wall Joint of 100 mm gap

metre

0.00

80

3.12

Providing and fixing of expansion joint system of approved make


and manufactures for various roof locations as per approved
drawings and
direction of Engineer-In-Charge. The joints shall be of extruded
aluminum base members with, self aligning and self centering
arragement support plates asper ASTM B221-02. The system
shall be such that it provides watertight roof to roof/roof to corner
joint cover expansion control system that is capable of
accommodating multidirectional seismic movement without stress
to its components. System shall consist of metal profile that
incorporates a universal aluminum base member designed to
accommodate various project conditions and roof treatments.

The cover plate shall be designed of width and thickness required


to satisfy movement and loading requirements and secured to
base members by utilizing manufacturers pre-engineered selfcentering arrangement that freely rotates / moves in all directions.
The Self centering arrangement shall exhibit circular sphere ends
that lock and slide inside the corresponding aluminum extrusion
cavity to allow freedom of movement and flexure in all directions
including vertical displacement. The Joint System shall resists
damage or deterioration from the impact of falling ice, exposure to
UV, airborne contaminants and occasional foot traffic from
maintenance personnel. Provision of Moisture Barrier Membrane
in the Joint System to have water tight joint is mandatory
requirement.Material shall confirm to ASTM 6063.
3.12.1

Roof Joint of 100 mm gap

metre

50

Sub Head Total


4
4.1

Brick Work
Brick work with common burnt clay F.P.S. (non modular) bricks of
class designation 3.5 in foundation and plinth in:

E/>E/>WW
KE/>E/>


0.00

0.00

258.
.
4.1.1

cum

157

0.00

cum

1934

0.00

cum

886

metre

319

0.00
0.00

sqm

3363

0.00

sqm

1370

0.00

Cement mortar 1:6 (1 cement : 6 coarse sand)


4.2
Brick work with non modular fly ash bricks conforming to
IS:12894, class designation 5.0 average compressive strength in
super structure above plinth level up to floor V level in :
4.2.1

Cement mortar 1:6 (1 cement : 6 coarse sand)

4.3
Brick work with non modular fly ash bricks conforming to
IS:12894, class designation 5.0 average compressive strength in
super structure above floor V level, for each four floors or part
thereof by mechanical means. :
4.3.1

Cement mortar 1:6 (1 cement : 6 coarse sand)

4.4
Brick edging 7 cm wide 11.4 cm deep to plinth protection with
common burnt clay F.P.S. (non modular) bricks of class
designation 3.5 including grouting with cement mortar 1:4 (1
cement : 4 fine sand).
4.5

4.5.1

Half brick masonry with non modular fly ash bricks of class
designation 5.0, conforming to IS : 12894, in super structure
above plinth and upto floor V level.
Cement mortar 1 : 4 (1 cement : 4 coarse sand)

4.6
Half brick masonry with non modular fly ash bricks of class
designation 5.0, conforming to IS : 12894, in super structure
above floor V level for every four floors or part thereof by
mechanical means.
4.6.1

Cement mortar 1 : 4 (1 cement : 4 coarse sand)

0.00

Sub Head Total


5

Marble & Granite Work

5.1

5.1.1
5.1.1.1
5.1.1.2

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.
Granite of any colour and shade
Area of slab upto 0.50 sqm

sqm

844

Area of slab over 0.50 sqm

sqm

155

E/>E/>WW
KE/>E/>


0.00
0.00

5.2

259.
Providing and fixing 18 mm thick gang saw cut, mirror polished,
premoulded and prepolished, machine cut for Flooring and skirting
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.

5.2.1
Granite of any colour and shade
5.2.1.1

Area of slab over 0.50 sqm

sqm

456

0.00

sqm

43

0.00

5.3
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 (1cement : 2 coarse sand : 4 graded
stone aggregate 6 mm nominal size) as per direction of Engineerin-charge and finished smooth.
5.3.1

Granite Stone of approved shade

0.00

Sub Head Total


6

Wood and PVC Work

6.1
Providing and fixing ISI marked flush door shutters conforming to
IS : 2202 (Part I) non-decorative type, core of block board
construction with frame of 1 st class hard wood and well matched
commercial 3 ply veneering with vertical grains or cross bands
and face veneers on both faces of shutters:
6.1.1

35 mm thick including ISI marked Stainless Steel butt hinges with


necessary screws

6.1.2

sqm

581

0.00

sqm

1398

0.00

metre

1220

0.00

25 mm thick (for cupboard) including ISI marked nickel plated


bright finished M.S. piano hinges with necessary screws
6.2
Providing and fixing curtain rods of 1.25 mm thick chromium
plated brass plate, with two chromium plated brass brackets fixed
with C.P. brass screws and wooden plugs, etc., wherever
necessary complete :
6.2.1

20 mm dia

E/>E/>WW
KE/>E/>


6.3

260.
Providing and fixing M.S. grills of required pattern in frames of
windows etc. with M.S. flats, square or round bars etc. including
priming coat with approved steel primer all complete.

6.3.1

kg

10759

0.00

300x16 mm

each

616

250x16 mm

each

214

0.00
0.00

Fixed to steel windows by welding

6.4
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:
6.4.1
6.4.2
6.5
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:
6.5.1

300x10 mm

each

308

6.5.2

250x10 mm

each

214

0.00
0.00

each

1600

0.00

each

616

0.00

each

1470

metre

1095

0.00
0.00

6.6
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:
6.6.1

100 mm

6.7
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.
6.7.1
6.8

6.8.1

Twin rubber stopper


Providing and fixing magnetic catcher of approved quality in
cupboard / ward robe shutters, including fixing with necessary
screws etc. complete .
Double strip (horizontal type)

6.9

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 5 mm
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.

E/>E/>WW
KE/>E/>


6.10

260.

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 Engineerin-charge, manufacturers specification & drawing.
6.10.1

30 mm thick pre laminated PVC door shutters

sqm

337

0.00

sqm

4000

0.00

6.11
Providing & Fixing decorative high pressure laminated sheet of
plain / wood grain in gloss / matt / suede finish with high density
protective surface layer and reverse side of adhesive bonding
quality conforming to IS : 2046 Type S, including cost of adhesive
of approved quality.
6.11.1

1.0 mm thick

0.00

Sub Head Total


7

Steel Work

7.1

sqm

45

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.

E/>E/>WW
KE/>E/>


0.00

261.
7.2

Providing and fixing 1 mm 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.

7.2.1

Using M.S. angels 40x40x6 mm for diagonal braces

sqm

13

0.00

kg

6093

0.00

metre

1588

each

332

0.00
0.00

each

332

0.00

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)
7.4

7.4.1
7.4.1.1

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 strike-plate and shock absorbers as
specified and applying a coat of approved steel primer after pretreatment of the surface as directed by Engineer-in-charge:
Profile C
Fixing with adjustable lugs with split end tail to each jamb

7.5
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.
7.6
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.
7.7
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.

E/>E/>WW
KE/>E/>


262.
7.7.1

In gratings, frames, guard bar, ladder, railings, brackets, gates


and similar works

7.8

kg

4648

0.00

kg

1518

0.00

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.).

0.00

Sub Head Total


8

Flooring

8.1
Kota stone slab flooring over 20 mm (average) thick base laid
over and jointed with grey cement slurry mixed with pigment to
match the shade of the slab, including rubbing and polishing
complete with base of cement mortar 1: 4 (1 cement : 4 coarse
sand) :
8.1.1

25 mm thick

8.2

sqm

9931

sqm

291

0.00
0.00

metre

1386

0.00

sqm

552

0.00

sqm

5000

0.00

Kota stone slabs 20 mm thick in risers of steps, skirting, dado and


pillars laid on 12 mm (average) thick cement mortar 1:3 (1 cement
: 3 coarse sand) and jointed with grey cement slurry mixed with
pigment to match the shade of the slabs, including rubbing and
polishing complete.
8.3
8.4

Extra for pre finished nosing in treads of steps of Kota stone /


sand stone slab.
Extra for Kota stone / sand stone in treads of steps and risers
using single length up to 1.05 metre.

8.5
Providing and fixing 1st 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 @ 3.3 kg per sqm, including
pointing in white cement mixed with pigment of matching shade
complete.

E/>E/>WW
KE/>E/>


8.6

sqm

1253

263.
0.00

sqm

1148

0.00

Providing and laying rectified Glazed Ceramic floor tiles of size


300x300 mm or more (thickness to be specified by the
manufacturer), of 1st quality conforming to IS : 15622, of
approved make, in any colours , laid on 20 mm thick cement
mortar 1:4 (1 Cement : 4 Coarse sand), including grouting the
joints with white cement and matching pigments etc., complete.
8.7
Providing and fixig Kota stone slab polished, 25 mm thick in
shelves, working tables, platforms and the like at all floors and at
all levels jointed with grey cement slurry mixed with pigment
including cutting of chases in walls and making good by filling with
cement mortar 1:4 (1 cement :4 coarse sand ) complete as per the
direction of Engineer -in-charge. (Single piece of Kota stone is to
be provided).

0.00

Sub Head Total


9
9.1
9.1.1

Roofing
Providing and fixing 25 mm diameter and 60 cm long rain water
spout in cement mortar 1:4 (1 cement : 4 fine sand).
each

20

0.00

each

200

0.00

metre

444

0.00

110 mm bend
Shoe (Plain)

each

32

0.00

110 mm Shoe

each

32

0.00

G.I Pipe 25 mm Dia spout

9.2
Providing and fixing M.S. holder bat clamps of approved design to
C.I. or S.C.I. rain water pipes 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) and cost of
cutting holes and making good the walls etc. :
9.2.1

100 mm diameter

9.3
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.
9.3.1

110 mm diameter

9.4

9.4.1
9.4.1.1
9.4.2
9.4.2.1

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

Sub Head Total

E/>E/>WW
KE/>E/>


0.00


10
10.1
10.1.1
10.2
10.2.1
10.3
10.3.1

264.

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

sqm

13201

0.00

sqm

7486

0.00

sqm

1667

per
bag of
50 kg
ceme
nt
used
in the
mix.

315

0.00
0.00

sqm

47780

0.00

sqm

50

0.00

sqm

47780

0.00

sqm

857

0.00

sqm

2200

0.00

15 mm cement plaster on the rough side of single or half brick wall


of mix:
1:6 (1 cement : 6 fine sand)
12 mm cement plaster finished with a floating coat of neat cement
of mix:
1:3 (1 cement : 3 fine sand)

10.4

Extra for providing and mixing water proofing material in cement


plaster work in proportion recommended by the manufacturers.
10.5
Distempering with 1st quality acrylic distemper, having VOC
(Volatile Organic Compound ) content less than 50 grams/ litre, of
approved brand and manufacturer. including applying additional
coats wherever required, to achieve even shade and colour.
10.5.1
10.6

10.6.1
10.6.2
10.7
10.7.1

Two coats
Applying priming coats with primer of approved brand and
manufacture,having low VOC (Volatile Organic Compound )
content.
With ready mixed pink or grey primer on wood work (hard and soft
wood) having VOC content less than 50 grams/ litre
With water thinnable cement primer on wall surface having VOC
content less than 50 grams/litre
Finishing walls with Premium Acrylic Smooth exterior paint with
Silicone additives of required shade:
New work (Two or more coats applied @ 1.43 ltr/ 10 sqm over
and including priming coat of exterior primer applied @ 2.20 kg/
10 sqm)

10.8
Painting with synthetic enamel paint, having VOC (Volatile
Organic Compound ) content less than 150 grams/ litre, of
approved brand and manufacture, including applying additional
coats wherever required to achieve even shade and colour.
10.8.1

Two coats

E/>E/>WW
KE/>E/>


10.9

sqm

7885

metre

8759

sqm

3512

265.
0.00

Washed stone grit plaster on exterior walls height upto 10 metre


above ground level, in two layers, under layer 12 mm cement
plaster 1:4 (1 cement: 4 coarse sand ), furrowing the under layer
with scratching tool, applying cement slurry on the under layer @
2 Kg of cement per square metre, top layer 15 mm cement plaster
1:1/2:2 (1 cement: 1/2 coarse sand : 2 stone chipping 10 mm
nominal size), in panels with groove all around as per approved
pattern including scrubbing and washing the top layer with
brushes and water to expose the stone chippings ,complete as
per specification and direction of Engineer-in- charge (payment for
providing grooves shall be made separately).
10.10
Forming groove of uniform size in the top layer of washed stone
grit plaster as per approved pattern using wooden battens, nailed
to the under layer, including removal of wooden battens, repair to
the edges of panels and finishing the groove complete as per
specifications and direction of the Engineer-in-Charge :
10.10.1
10.11

15 mm wide and 15 mm deep groove


Extra for washed grit plaster on exterior walls of height more than
10 m from ground level for every additional height of 3 m or part
thereof

0.00

Sub Head Total


11

0.00
0.00

Road Work

11.1

sqm

2632

0.00

cum

30

0.00

Preparation and consolidation of sub grade with power road roller


of 8 to 12 tonne capacity after excavating earth to an average of
22.5 cm depth, dressing to camber and consolidating with road
roller including making good the undulations etc. and re-rolling the
sub grade and disposal of surplus earth with lead upto 50 metres.
11.2

Providing and laying at or near ground level factory made kerb


stone of M-25 grade cement concrete in position to the required
line, level and curvature jointed with cement mortar 1:3 (1 cement
: 3 coarse sand), including making joints with or without grooves
(thickness of joints except at sharp curve shall not to more than 5
mm), including making drainage opening wherever required
complete etc. as per direction of Engineer-in-Charge (length of
finished kerb edging shall be measured for payment). (Precast
C.C. kerb stone shall be approved by Engineer-in-Charge).

E/>E/>WW
KE/>E/>


11.3

cum

400

266.
0.00

sqm

816

0.00

Providing and laying C.C. pavement of mix M-25 with ready mixed
concrete from batching plant. The ready mixed concrete shall be
laid and finished with screed board vibrator , vacuum dewatering
process and finally finished by floating, brooming with wire brush
etc. complete as per specifications and directions of Engineer-incharge (The panel shuttering work shall be paid for separately).
11.4
Providing and laying matt finished vitrified tile of size
300x300x9.8mm having with water absorption less than 0.5% and
conforming to IS: 15622 of approved make in all colours and
shades in for outdoor floors such as footpath, court yard, multi
modals location etc., laid on 20mm thick base of cement mortar
1:4 (1cement : 4 coarse sand) in all shapes & patterns including
grouting the joints with white
cement mixed with matching pigments etc. complete as per
direction of Engineer-in-Charge.

0.00

Sub Head Total


12

Sanitary Installations

12.1
Providing and fixing water closet squatting pan (Indian type W.C.
pan) with 100 mm Sand Cast Iron P or S trap (of 600 mm length),
25 mm C P Brass Flush Cock of Standard Brand Jaquar , ESS
ESS, Marc or equvelent etc , with all fittings and fixtures
complete, including cutting and making good the walls and floors
wherever required:
12.1.1

White Vitreous china Orissa pattern W.C. pan of size 580x440


mm with integral type foot rests

each

82

0.00

each

22

0.00

each

196

each

10

0.00
0.00

12.2
Providing and fixing white vitreous china pedestal type water
closet (European type W.C. pan) with seat and lid, 25 mm C P
Brass Flush Cock of Standard Brand Jaquar , ESS ESS, Marc or
equvelent etc with all fittings and fixtures complete, including
cutting and making good the walls and floors wherever required:
12.2.1
12.3
12.3.1
12.3.1.1

W.C. pan with ISI marked white solid plastic seat and lid
Providing and fixing P.V.C. waste pipe for sink or wash basin
including PVC. waste fittings complete.
Flexible pipe
32 mm dia

12.4
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.

E/>E/>WW
KE/>E/>


12.5

267.
Providing and fixing mirror of superior glass (of approved quality)
and of required shape and size with plastic moulded frame of
approved make and shade with 6 mm thick hard board backing:

12.5.1
12.6
12.6.1
12.6.1.1
12.6.2
12.6.2.1

Rectangular shape 1500x450 mm


Providing and fixing soil, waste and vent pipes:
100 mm dia
Centrifugally cast (spun) iron socket & spigot (S&S) pipe as per
IS: 3989
75 mm diameter
Centrifugally cast (spun) iron socketed pipe as per IS: 3989

each

60

0.00

metre

700

0.00

metre

200

0.00

12.7
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. :
12.7.1

For 100 mm dia pipe

each

500

12.7.2

For 75 mm dia pipe

each

84

0.00
0.00

Sand cast iron S&S as per IS - 3989


75 mm dia

each

32

0.00

Sand cast iron S&S as per IS- 3989


Providing and fixing plain bend of required degree.
100 mm dia

each

20

0.00

Sand cast iron S&S as per IS : 3989


75 mm dia

each

32

0.00

Sand cast iron S&S as per IS - 3989


Providing and fixing heel rest sanitary bend.
100 mm dia

each

28

0.00

Sand cast iron S&S as per IS - 3989


75 mm dia

each

32

0.00

Sand cast iron S&S as per IS - 3989

each

28

0.00

each

44

0.00

12.8

12.8.1
12.8.1.1
12.8.2
12.8.2.1
12.9
12.9.1
12.9.1.1
12.9.2
12.9.2.1
12.10
12.10.1
12.10.1.1
12.10.2
12.10.2.1
12.11

12.11.1
12.11.1.1

Providing and fixing bend of required degree with access door,


insertion rubber washer 3 mm thick, bolts and nuts complete.
100 mm dia

Providing and fixing single equal plain junction of required degree


with access door, insertion rubber washer 3mm thick, bolts and
nuts complete.
100x100x100 mm
Sand cast iron S&S as per IS - 3989

E/>E/>WW
KE/>E/>


268.
12.11.2
12.11.2.1

75x75x75 mm
each

44

0.00

Sand cast iron S&S as per IS - 3989


75x75x75 mm

each

36

0.00

Sand cast iron S&S as per IS - 3989


Providing and fixing terminal guard:
100 mm

each

54

0.00

Sand cast iron S&S as per IS - 3989


75 mm

each

16

0.00

Sand cast iron S&S as per IS - 3989


Providing and fixing collar:
100 mm

each

0.00

Sand cast iron S&S as per IS - 3989


75 mm

each

16

0.00

Sand cast iron S&S as per IS- 3989

each

0.00

Sand cast iron S&S as per IS - 3989

12.12
12.12.1
12.12.1.1
12.12.2
12.12.2.1
12.13
12.13.1
12.13.1.1
12.13.2
12.13.2.1
12.14
12.14.1
12.14.1.1
12.14.2
12.14.2.1
12.15

Providing and fixing single equal plain junction of required degree:


100x100x100 mm

Providing lead caulked joints to sand cast iron/centrifugally cast


(spun) iron pipes and fittings of diameter:

12.15.1

100 mm

each

384

12.15.2

75 mm

each

96

0.00
0.00

Sand cast iron S&S as per IS: 3989


100 mm inlet and 75 mm outlet

each

216

0.00

Sand cast iron S&S as per IS - 3989

each

0.00

100 mm diameter pipe

metre

432

75 mm diameter pipe

metre

166

0.00
0.00

12.16

12.16.1
12.16.1.1
12.16.2
12.16.2.1

Providing and fixing trap ( any Arm Size) 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

12.17
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:
12.17.1
12.17.2

E/>E/>WW
KE/>E/>


12.18

Providing and fixing PTMT liquid soap container 109 mm wide,


125 mm high and 112 mm distance from wall of standard shape
with bracket of
the same materials with snap fittings of approved quality and
colour, weighing not less than 105 gms.

12.19

each

60

269.
0.00

each

60

0.00

each

60

0.00

each

10

0.00

Providing and fixing PTMT towel ring trapezoidal shape 215 mm


long, 200 mm wide with minimum distances of 37 mm from wall
face with concealed fittings arrangement of approved quality and
colour, weighing not less than 88 gms.
12.20
Providing and fixing PTMT towel rail complete with brackets fixed
to wooden cleats with CP brass screws with concealed fittings
arrangement of approved quality and colour.
12.20.1
600 mm long towel rail with total length of 645 mm, width 78 mm
and effective height of 88 mm, weighing not less than 190 gms
12.21
Providing and fixing white vitreous china extended wall mounting
water closet of size 780x370x690 mm of approved shape
including providing & fixing white vitreous china cistern with dual
flush fitting, of flushing capacity 3 litre/ 6 litre (adjustable to 4 litre/
8 litres), including seat cover, and cistern fittings, nuts, bolts and
gasket etc complete.

0.00

Sub Head Total


13

Water Supply

13.1

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
wall etc.
13.1.1

15 mm nominal outer dia pipes

metre

200

13.1.2

25 mm nominal outer dia pipes

metre

600

25 mm dia nominal bore

metre

210

13.2.2

32 mm dia nominal bore

metre

10

13.2.3

40 mm dia nominal bore

metre

400

13.2

13.2.1

0.00
0.00

Providing and fixing G.I. pipes complete with G.I. fittings and
clamps, including cutting and making good the walls etc.
Internal work - Exposed on wall

E/>E/>WW
KE/>E/>


0.00
0.00
0.00

13.2.4
13.3

50 mm dia nominal bore

13.3.1

40 mm dia nominal bore

13.4

13.4.1
13.5

metre

10

270.
0.00

metre

200

0.00

each

0.00

Providing and fixing G.I. pipes complete with G.I. fittings including
trenching and refilling etc.
External work

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:
25 to 40 mm nominal bore
Providing and fixing gun metal gate valve with C.I. wheel of
approved quality (screwed end) :

13.5.1

25 mm nominal bore

each

13.5.2

40 mm nominal bore

each

22

0.00
0.00

each

0.00

each

10

0.00

13.6
13.6.1
13.7
13.7.1
13.7.1.1
13.8

Providing and fixing ball valve (brass) of approved quality, High or


low pressure, with plastic floats complete:
25 mm nominal bore
Providing and fixing uplasticised PVC connection pipe with brass
unions:
45 cm length
15 mm nominal bore
Painting G.I. pipes and fittings with synthetic enamel white paint
with two coats over a ready mixed priming coat, both of approved
quality for new work:
25 mm diameter pipe

metre

210

13.8.2

32 mm diameter pipe

metre

40

13.8.3

40 mm diameter pipe

metre

400

0.00
0.00
0.00

metre

200

0.00

13.8.1

13.9
13.9.1
13.10

Painting G.I. pipes and fittings with two coats of anti-corrosive


bitumastic paint of approved quality :
40 mm diameter pipe
Providing and fixing G.I. Union in G.I. pipe including cutting and
threading the pipe and making long screws etc. complete (New
work):

13.10.1

25 mm nominal bore

each

10

13.10.2

40 mm nominal bore

each

35

0.00
0.00

each

440

0.00

13.11

13.11.1

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

13.12
Providing and fixing C.P. brass stop cock (concealed) of standard
design and of approved make conforming to IS:8931.

E/>E/>WW
KE/>E/>


13.12.1

each

15 mm nominal bore

214

0.00

Sub Head Total


14

271.
0.00

Drainage

14.1
Providing, laying and jointing glazed stoneware pipes class SP-1
with stiff mixture of cement mortar in the proportion of 1:1 (1
cement : 1 fine sand) including testing of joints etc. complete:
14.1.1

100 mm diameter

metre

100

14.1.2

150 mm diameter

metre

200

0.00
0.00

14.2
Providing and laying cement concrete 1:5:10 (1 cement : 5 coarse
sand : 10 graded stone aggregate 40 mm nominal size) all-round
S.W. pipes including bed concrete as per standard design:
14.2.1

100 mm diameter S.W. pipe

metre

100

14.2.2

150 mm diameter S.W. pipe

metre

200

0.00
0.00

each

20

0.00

0.00
0.00

14.3

14.3.1
14.3.1.1

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 300x300 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
With common burnt clay F.P.S.(non modular) bricks of class
designation 3.5

14.4
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:
14.4.1

150 mm dia R.C.C. pipe

metre

200

14.4.2

250 mm dia R.C.C. pipe

metre

200

14.5
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:

E/>E/>WW
KE/>E/>


14.5.1

272.
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):

14.5.1.1

With common burnt clay F.P.S.(non modular) bricks of class


designation 3.5

each

20

0.00

each

10

0.00

metre

0.00

metre

4.57

0.00

each

0.00

14.5.2
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) :
14.5.2.1
14.6
14.6.1
14.6.1.1
14.6.2
14.6.2.1

With common burnt clay F.P.S.(non modular) bricks of class


designation 3.5
Extra for depth for manholes
Size 90x80 cm
With common burnt clay F.P.S.(non modular) bricks of class
designation 3.5
Size 120x90 cm
With common burnt clay F.P.S.(non modular) bricks of class
designation 3.5

14.7
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:
14.7.1

For pipes 250 to 300 mm diameter


Sub Head Total

15

Aluminium Work

E/>E/>WW
KE/>E/>


0.00

15.1

15.1.1
15.1.1.1

273.

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
Anodised aluminium (anodised transparent or dyed to required
shade according to IS: 1868, Minimum anodic coating of grade
AC 15)

kg

7630

0.00

kg

7630

0.00

sqm

13

0.00

sqm

730

0.00

15.1.2
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).
15.1.2.1

Anodised aluminium (anodised transparent or dyed to required


shade according to IS: 1868, Minimum anodic coating of grade
AC 15)

15.2
Providing and fixing 12 mm thick prelaminated particle board flat
pressed three layer or graded wood particle board conforming to
IS: 12823 Grade I Type II, in panelling fixed in aluminum doors,
windows shutters and partition frames with C.P. brass / stainless
steel screws etc. complete as per architectural drawings and
directions of Engineer-in-Charge.
15.2.1

Pre-laminated particle board with decorative lamination on both


sides

15.3
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):
15.3.1

With float glass panes of 5.50 mm thickness


Sub Head Total

16

Water Proofing

E/>E/>WW
KE/>E/>


0.00

16.1

274.

Providing and laying integral cement based treatment for water


proofing on horizontal surface at all depth below ground level for
under ground structures as directed by Engineer-in-Charge and
consisting of : i) 1st layer of 22 mm to 25 mm thick approved and
specified rough stone slab over a 25 mm thick base of cement
mortar 1:3 (1 cement : 3 coarse sand) mixed with water proofing
compound conforming to IS:2645 in the recommended proportion
over the leveling course (leveling course to be paid separately).
Joints sealed and grouted with cement slurry mixed with water
proofing compound. ii) 2nd layer of 25 mm thick cement mortar
1:3 (1 cement : 3 coarse sand) mixed with water proofing
compound in recommended proportions. iii) Finishing top with
stone aggregate of 10 mm to 12 mm nominal size spreading @ 8
cudm/sqm thoroughly embedded in the 2nd layer.
16.1.1

Using rough kota stone

sqm

165

0.00

sqm

285

0.00

16.2

Providing and laying integral cement based treatment for water


proofing on the vertical surface by fixing specified stone slab 22
mm to 25 mm thick with cement slurry mixed with water proofing
compound conforming to IS:2645 in recommended proportions
with a gap of 20 mm (minimum) between stone slabs and the
receiving surfaces and filling the gaps with neat cement slurry
mixed with water proofing compound and finishing the exterior of
stone slab with cement mortar 1:3 (1 cement : 3 coarse sand) 20
mm thick with neat cement punning mixed with water proofing
compound in recommended proportion complete at all levels and
as directed by Engineer-in-Charge:
16.2.1

Using rough Kota stone

E/>E/>WW
KE/>E/>


16.3

275.

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 a 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

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-in-Charge:
16.3.1

With average thickness of 120 mm and minimum thickness at


khurra as 65 mm

sqm

2324

E/>E/>WW
KE/>E/>


0.00

276.

"Providing and laying water proofing treatment in sunken portion


of WCs, bathroom etc., by applying cement slurry mixed with
water proofing cement compound consisting of applying :
a) First layer of slurry of cement @ 0.488 kg/sqm mixed with water
proofing cement compound @ 0.253 kg/sqm. This layer will be
allowed to air cure for 4 hours. b) Second layer of slurry of cement
@ 0.242 kg/sqm mixed with water proofing cement compound @
0.126 kg/sqm. This layer will be allowed to air cure for 4 hours
followed with water curing for 48 hours. The rate includes
preparation of surface, treatment and sealing of all joints, corners,
junctions of pipes and masonry with polymer mixed slurry.

16.4

sqm

0.00

1083

0.00

Sub Head Total


Total
Grand Total

Sr.No.
1

Name of the Sub Head


Earth Work

Concrete work

Reinforced Cement Concrete

Brick Work

Marble & Granite Work

Wood and PVC Work

Steel Work

Flooring

Roofing

10

Finishing

11

Road Work

12

Sanitary Installations

13

Water Supply

14

Drainage

15

Aluminium Work

16

Water Proofing

Amount
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
Total of Civil


E/>E/>WW
KE/>E/>


0.00

PART D

277.

SCHEDULE OF WORK (FOR ELECTRICAL (E&M) WORKS )


Name of Works : - Construction of 575 bedded Boys Hostel (G+8) and 150 bedded
Girls Hostel (G+2) including Internal Water Supply, Sanitary Installations, internal
roads, Drainage, Sewerage, internal electric Installations, Pumps, wet riser, Fire
Fighting and Sprinkler system, Fire Alarm & PA system and Lifts, for CIPET, Vatva,
Ahmedabad, Gujarat.

Name of the Contractor


Description of Item

Sl.No.

Addition : Nil
Overwriting : Nil

PACKAGE -C1
SH : I ( Internal Electrical Installation )
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 medium class PVC 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.
a) Group 'B'.

Quantity

Unit

2522 Points

Point

0.00

Rate

Amount

Wiring for twin control Light point with 1.5 sq.mm.


FRLS PVC insulated copper conductor single core
cable in surface / recessed medium class PVC
conduit, 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.

60

Points

Point

0.00

Wiring for circuit/sub main wiring along with earth


wire with following sizes of FRLS PVC insulated
copper conductor, single core cable in surface /
recessed medium class PVC conduit as required.
a) 2 x 1.5 sq.mm + 1 x 1.5 sq.mm earth wire

3000

Mtrs.

Meter

0.00

b) 2 x 4.0 sq.mm.+ 1 x 4 sq.mm earth wire

10000

Mtrs.

Meter

0.00

c) 4 x 4.0 sq.mm.+ 2 x 4 sq.mm earth wire

3000

Mtrs.

Meter

0.00

d) 2 x 6.0 sq.mm.+ 1 x 6 sq.mm earth wire

9000

Mtrs.

Meter

0.00

e) 4 x 6.0 sq.mm.+ 2 x 6 sq.mm earth wire

2000

Mtrs.

Meter

0.00

f) 4 x 10.0 sq.mm.+ 2 x 10 sq.mm earth wire

1000

Mtrs.

Meter

0.00

Supplying and fixing stepped type electronic fan


regulator on the existing modular plate switch box
including connections but excluding modular plate
etc. as required.

616

Nos.

Each

0.00

Supplying and fixing suitable size G.I. box with


modular plate and cover in front on surface or in
recessed, including providing and fixing 3 pin 5/6A
modular socket outlet and 5/6 A modular switch,
connection etc. as required.

307

Nos.

Each

0.00

Supplying and fixing suitable size G.I. box with


modular plate and cover in front on surface or in
recess including providing and fixing 6 pin15/16A &
5/6 A modular socket outlet and 15/16 A modular
switch, connection etc. as required.

200

Nos.

Each

0.00

Supplying & fixing of 8 module GI box along with


modular base and cover plate with 1no.6 Pin 16A
Socket,1no.16A Switch with LED indicator,& 2nos.
6A Socket i/c connection etc. as required.

1136

Nos.

Each

0.00

Supplying &fixing of following sizes of medium class


PVC conduit along with accessories in surface
/recess i/c cutting the wall and making good the
same as required. ( For F.A.,Tele phone & LAN )
a) 20mm

4000

Mtrs.

Meter

0.00

Correction : Nil
Deletion : Nil

AE (E)P

EE(E)P

10

11

12

13

14

15

16

17

18

Addition : Nil
Overwriting : Nil

b) 25mm
c) 32mm

3000
2000

Mtrs.
Mtrs.

Meter
Meter

278
0.00
0.00

Supplying & fixing surface mounting type prewired


1X 28 watt metal body T-5 Fittings along with 28
watt T-5 Lamp with electronic ballast including
connection with 3 X1.5sq.mm copper conductor
cable from existing point, testing etc. as reqd.

1030

Nos.

Each

0.00

Nos

Each

0.00

Supply and fixing decorative wall mounting bracket


suitable for incandescent lamp or retrofit CFL,
complete with all accessories duly rewired,
covered with opal polycarbonate diffuser, S/F
1 no.15 watt spiral direct fit CFL lamp (retrofit)
complete with connection, testing etc.as required.

284

Nos.

Each

0.00

Supplying and Fixing of Surface mounting type 13


watt LED type down light fittings with all standard
accessories complete with connection, testing
etc. as required. (For Passage & lobby)

203

Nos.

Each

0.00

Supplying and fixing of 2 x 36 watt surface


mounted luminaries made out of CRCA sheet steel
housing, powder coated white i/c all accessories
prewired up to a terminal block with electronic
ballast , comprising high efficiency mirror optic
aluminum reflector and S/F 2 No. 36 watts Flu.
Lamp i/c connection, testing etc as required.

66

Nos.

Each

0.00

616

Nos.

Each

0.00

Supplying & Fixing of 380 mm sweep metal body


Exhaust fan, heavy duty, with double ball bearing
1400 RPM on 230 Volts, 50Hz, single phase A.C.
supply complete with mounting ring frame, arms,
brackets and wire guard etc as reqd.

56

Nos.

Each

0.00

Supply Installation Testing & Commissioning of


prewired Surface mounted type 3 K.W.,100 Ltr
Storage type Geyser with incoming & outgoing
hose pipes,15 Amp ISI marked plug
top & use on 230V single phase A.C supply i/c
connection, etc. as required.

24

Sets

Set

0.00

Supplying & fixing Ding - Dong type call bell


including connection testing etc. as reqd.

281

Nos.

Each

0.00

Supplying and fixing of following size/modules, GI


box along with modular base and cover plate for
modular switches in recessed etc. as required.
a) 1 or 2 module (75mm x 75mm)

863

Nos.

Each

0.00

Supplying & Fixing of surface mounting bulk head


luminaries for single 100 Watt lamp comprising of
die cast aluminum alloy body with heat resistant
prismatic glass cover and S/F 15 Watt CFL lamp
(retrofit)& weather proof gasket i/c conn.testing
as required.

Supply Installation, testing & commissioning of


A.C.Ceiling Fan of capacitor type with down rod,
canopy, Blades & double ball bearing suitable for
operation on 230 volt, 50Hz, AC supply/c wiring
the down rod with 3 core1.5 sq. mm. FR PVC
insulated copper conductor cable, pdg & fixing
phenolic laminated cover on fan box as reqd.
a) 1200 mm sweep ( Without Regulator)- 5 star
rating, white colour

Correction : Nil
Deletion : Nil

AE (E)P

EE(E)P

279

19

20

21

22

23

24

25

26

27

28

Supplying and drawing following pair,0.5 sq.mm FRLS


PVC insulated annealed copper conductor, unarmored
telephone cable in the existing surface / recessed
steel / PVC conduit as required.
a) 2 pair

3000

Mtrs.

Meter

0.00

S/F modular blanking plate on the existing modular


plate & switch box excluding modular plate as required.

500

Nos.

Each

0.00

Supplying & drawing Co-axial TV cable RG-6 grade,


0.7 mm solid copper conductor PE insulated,
shielded with fine tinned copper braid and
protected with PVC sheath in the existing surface
/ recessed steel / PVC conduit as required.

500

Mtrs.

Meter

0.00

18000

Mtrs.

Meter

0.00

a) Telephone socket outlet ( RJ 11)


b) TV antenna socket outlet

20
20

Nos.
Nos.

Each
Each

0.00
0.00

Supplying, installation, testing & commissioning of


48 Port Cat 6 Jack Panels Loaded, for Data cables.

20

Nos.

Each

0.00

Supplying,installation,testing & commissioning of


Cat 6 RJ 45 I/O with Dual faceplate w/o back box.

764

Nos.

Each

0.00

Supplying,installation,testing & commissioning of


Cat 6 mounting cord -3ft Blue for Data, Rack Side

968

Nos.

Each

0.00

20

Nos.

Each

0.00

Nos.

Each

0.00

No.

Each

0.00

Nos.

Each

0.00

20

Nos.

Each

0.00

Supplying and drawing of UTP 4 pair CAT 6 LAN


Cable in the existing surface/ recessed steel/ PVC
conduit as required.
Supplying and fixing following modular switch/
socket on the existing modular plate & switch box
i/c connection but excluding modular plate etc as
required.

Supplying,installation,testing & commissioning of 1U


Cable Manager for data cable in network rack .
Supplying,installation,testing & commissioning of
a) 12 U Network rack with Wall mounting stands as per
specification attached
b) 24 U Network rack with Wall mounting stands as per
specification attached

29

Supply installation testing and commissioning of core layer 2


fully managed enterprise switch

Layer 2 ,10G Stackable, 24x10/100/1000T,


internal single ph AC PSU, complete set as per detailed
specification attached

30

Supply installation testing commissioning of Fully web managed


Network switch of 48 port

Web smart switch of 48 port 10/100/1000TX+4 SFP


combo ports
31

Addition : Nil
Overwriting : Nil

Supplying & fixing following ways surface/ recess


mounting, vertical type, 415 volts, TPN MCB
distribution board 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,with provision of 100
Amp TP 16 KA MCCB as incomer, inter connection
between incomer MCCB and bus bars as required.

Correction : Nil
Deletion : Nil

AE (E)P

EE(E)P

280

32

33

34

35

36

37

Addition : Nil
Overwriting : Nil

(but without MCB's / MCCB)


(a) 4 way TP

20

Nos.

Each

0.00

Providing & fixing following rating and breaking


capacity & pole MCCB in existing cubicle panel
board / Vertical DB including drilling holes in cubicle
panel, making connections, etc.as reqd.
(a) 100 Amp, 16 KA

20

Nos.

Each

0.00

Supplying and fixing following way horizontal type


three pole and neutral, sheet steel, MCB
distribution board, 415 volts, on surface/ recess,
complete with tinned copper bus bar, neutral bus
bar, earth bar, din bar, interconnections, powder
painted including earthing etc. as required.
(But without MCB/RCCB/Isolator)
a) 4 Way (4+12 ), Double door,
b) 6 Way (4+12 ), Double door,

30
24

Nos
Nos

Each
Each

0.00
0.00

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, interconnections, powder painted including
earthing etc. as required.
( But without MCB / RCCB / Isolator)
a) 2+4 way , Double door,

268

Nos

Each

0.00

80
54

Nos
Nos

Each
Each

0.00
0.00

Supplying and fixing 5 Amp to 32 Amp rating


240/415 volts 'C' curve Miniature Circuit breaker
suitable for inductive load of following poles in the
existing MCB DB complete with connections,
testing etc.as required.
a) Single pole
b) Double pole

1468
528

Nos
Nos

Each
Each

0.00
0.00

Supplying and fixing following rating, double pole,


(single phase and neutral), 240 volts, residual
current circuit breaker (RCCB), having a sensitivity
current up to 300 mill amperes in the existing MCB
DB complete with connections, testing and
commissioning etc. as required
a) 25 A

324

Nos

Each

0.00

a) 63 mm OD - 2"

600

Mtrs

Mtr.

0.00

b) 90 mm OD - 3"

200

Mtrs

Mtr.

0.00

c) 110 mm OD - 4"

1000

Mtrs

Mtr.

0.00

Supplying and fixing following rating / poles 415


volts Isolator / MCB in the existing MCB DB
complete with connections, testing and
commissioning etc. as required.
a) 40 Amp Triple pole MCB
b) 40 Amp Four pole Isolator

SH : II ( Service connection & Pump set )


Supplying & laying of following size HDPE-DWC
(double wall corrugated) rigid pvc pipe with working
pressure 6 Kg / cm2 direct in ground at a depth of
aprox.60 cm below the ground level i/c
excavation, refilling etc.as required.

Correction : Nil
Deletion : Nil

AE (E)P

EE(E)P

281

Addition : Nil
Overwriting : Nil

Supplying & Laying of one number aluminum


conductor XLPE insulation armoured, ISI marked
power cable 1.1 KV grade of the following size on
surface / in existing pipe as required.
(a) 2 x 10 sq. mm

1000

Mtrs.

Mtr.

0.00

(b) 3 1/2 x 70 Sq.mm

500

Mtrs.

Mtr.

0.00

(c) 3 1/2 x 120 Sq.mm

500

Mtrs.

Mtr.

0.00

(d) 3 1/2 x 185 Sq.mm

400

Mtrs.

Mtr.

0.00

(a) 2 x 10 Sq.mm ( 19 mm )

Sets

Set

0.00

(b) 3 1/2 x 70 Sq.mm ( 38 mm)

Sets

Set

0.00

(c) 3 1/2 x 120 Sq.mm (45 mm)

Sets

Set

0.00

(d) 3 1/2 x 185 Sq.mm ( 57 mm)

Sets

Set

0.00

Supply of prefabricated Octagonal hot dip


galvanized poles , Top Section -70 mm & Bottom
section - 130 mm having 3 mm wall thickness ,
4mtr height , with base plate welded at bottom &
Erection with C.C. foundation of 1:3:6 i/c S/F of
4 nos. anchor bolts of 450 mm long & bottom
section with open able cover,300 mm X 50mm X 6
mm thick hylam sheet, 2 nos. brass stud with
washers, 1no.6 Amp SPMCB as required.

30

Nos.

Each

0.00

Supply I / T / C of LED type street Light Fittings


(IP 66) 65 Watt with pressure die cast aluminum
alloy body & LED Lighting circuit panel with driver
& all accessories, & connection with 1.5 sq mm
copper conductor , double pvc insulated
submersible cable up to fittings as required.

30

Nos

Each

0.00

Numbering of street light pole with enamel paint,


complete as reqd.

30

Nos.

Each

0.00

Supplying and fixing cable route marker with10 cm


X 10 cm X 5 mm thick G.I. plate with inscription
there on, bolted /welded to 35 mm X 35 mm X 6
mm angle iron, 60 cm long and fixing the same in
ground as required.

30

Nos.

Each

0.00

Supplying and making end termination with brass


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

Fabrication, supply, installation, testing and


commissioning of outdoor type feeder pillar,
compartmentalized, cubical construction type of
required dimension, fabricated from CRCA sheet
steel of 2.0 mm thick, & duly painted with epoxy
powder coated painting as reqd.
A- INCOMING :i) 250 A TP MCCB 35 KA B.C, Ics=Icu - 1 No.
ii) Indicating lamps (LED type) - 3 Nos.

Correction : Nil
Deletion : Nil

AE (E)P

EE(E)P

282

10

11

12

13

14

iii) 20/4 Amp. Fuse base with link - 3 Nos.


iv) VAF digital meter 96 mm X96 mm - 1 No.
Bus Bar :300 Amp.4 strip copper of suitable length --1 Set
B- OUTGOING :i) 200 Amp. TP MCCB , 35 KA , Ics=Icu -3 Nos.
ii) 100 Amp. TP MCCB , 35 KA , Ics=Icu -3 Nos.
ii) Street Light Control circuit with GIC make timer,
Contactor, MCB, Connector block , Auto- manual
toggle switch etc- 1 Set.

Job

Job

0.00

Fabrication, supply, installation, testing and


commissioning of outdoor type feeder pillar,
compartmentalized, cubical construction type of
required dimension, fabricated from CRCA sheet
steel of 2.0 mm thick, & duly painted with epoxy
powder coated painting as reqd.
A- INCOMING :i) 125 A TP MCCB 35 KA B.C, Ics=Icu - 1 No.
ii) Indicating lamps (LED type) - 3 Nos.
iii) 20/4 Amp. Fuse base with link - 3 Nos.
iv) VAF digital meter 96 mm X96 mm - 1 No.
Bus Bar :200 Amp.4 strip copper of suitable length --1 Set
B- OUTGOING :i) 100 Amp. TP MCCB , 35 KA , Ics=Icu - 3 Nos.
ii) Street Light Control circuit with GIC make timer,
Contactor, MCB, Connector block , Auto- manual
toggle switch etc- 1 Set.

Jobs

Job

0.00

Earthing with G.I.earth pipe 4.50 mt.Long x 40 mm


dia including accessories and providing masonry
enclosure with cover plate having locking
arrangement and watering pipe etc. with charcoal,
coke and salt complete as required.

Set

Set

0.00

1000

Mtrs.

Mtr.

0.00

Providing and fixing 8 SWG G.I. Wire on surface /


recess for loop earthing along with existing surface
/ recessed cable etc.as reqd.

500

Mtrs.

Mtr

0.00

Supply, installation, testing and commissioning of


horizontal submersible (Open well) pump set with
constructional requirement of C.I. housing, C.I.
impeller, gun metal bush, stainless steel shaft,
brass sleeves, pressurized dia cast copper rotor,
of the speed at 2800 RPM suitable to deliver 18.0
to 9.0 LPS at a head of 47.5 to 65 meters (80mm
x 80mm suction and delivery size) suitable for
operation on three phase 50 Hz, 415V including
lowering the pump set and motor along with 5mtr.
Long lead submersible cable etc, pumps to be
installed on floor surface of sump well as reqd.

sets

set

0.00

Nos

each

0.00

Providing and fixing 25 mm X 5 mm G.I. strip on


surface or in recess for connections etc. as
required.

Supplying & fixing Following size valve on the


existing delivery line complete as required.
a) 80 mm dia gun metal(Horizontal)non return Valve

Addition : Nil
Overwriting : Nil

Correction : Nil
Deletion : Nil

AE (E)P

EE(E)P

15

16

17

283
0.00

b) 80 mm dia gun metal sluice valve (Gate Valve)

Nos

each

Supplying and fixing following size UPVC pipe for


delivery line i/c accessories like - bend/elbow, tee,
union, socket, reducer etc. as required.
a) 80 mm dia

100

Mtrs.

meter

0.00

Supplying and fixing following size of PVC


insulated copper conductor, flat submersible cable
on surface i/c connection, testing etc. as reqd.
a) 3 x 6.0 sq mm.

250

Mtrs.

meter

0.00

Sets

Set

0.00

Supplying, installation ,testing and commissioning


of following amps, IP 54 protection straight lenght
4 Pole, epoxy insulated Copper conductor rising
mains in convenient sections with tap off points
in each floor , epoxy painted sheet steel housing
of suitable thickness as per manufacturers
standard with 50% neutral and 2 nos x 25mm x 5
mm external Galvanized earthing strips suitable for
415 Volts , 3 phase, 4 wire, 50 Hz A.C. supply ,
fixing bracket, jointing etc as required.
(a) 400 amps

60

Mtrs.

Mtr.

0.00

SITC of End feed unit consisting of flange end,


enclosure for flange end following rating, 4 Pole
,25 KA, (Ics=Icu at 415 V) MCCB, with all required
protection systems and with rotary handle.
( a) 200 amps, 25 KA

Nos.

Each.

0.00

Supplying, installation, testing and commissioning


of TPN tap off box of following capacity on the
existing rising main with following accessories
interconnection earthing etc. as required.
(a)63 amps 4 pole MCCB, 25KA (Ics = Icu )

18

Nos.

Each.

0.00

Fabrication, supply, installation, testing and


commissioning of Indoor type Panel,
compartmentalized, cubical construction type of
required dimension, fabricated from CRCA sheet
steel of 1.6 mm thick, & duly painted with epoxy
powder coated painting as reqd.
( 1.50 Mt X 1.20 Mt X 0.30 Mtr depth )
Incoming :a) 125 Amp TP MCCB (25 KA) B.C. - 1 No.
b) 200 Amp 4 strip Copper Bus bar - 1 Set.
Out going:a) 63 Amp TP MCCB (10 KA) B.C. - 3 Nos.

b) 0-100 Amp Ammeter with CT'S & selector switch -1 Set


c) 0-500 Volt meter with S/S and protection fuses- 1 Set.
d) M.L.-2 Fully automatic Star Delta starter with
ON-OFF switch and indicating lamps-3 sets.
e) 0-24 hrs.Timer with By-Pass arrangement
- 3 Nos. (GIC/ L&T make)
f) Single phasing preventer -3 Nos, (L&T/Minilec)
g) Phase indicating lamp with HRC fuses-1 set.
18

19

20

Package-C1 Rs.
PACKAGE-C2
SH : III ( Fire Fighting System & sprinkler system
For Boy's hostel

Addition : Nil
Overwriting : Nil

Correction : Nil
Deletion : Nil

AE (E)P

EE(E)P

284

a)

Supplying, Installation, testing and commissioning of the


Electric Motor driven Fire Pump Set for Wet Riser system
suitable for manual / automatic operation as per specifications
as required and comprising of the following:
1 No. horizontal split casing centrifugal , multistage fire pump
capable of delivering 2280 LPM of water against a total head of
70 mtrs. with pump casing of cast iron, conforming to IS:2101978, bronze impeller, shaft sleeve bearing shall be of non
corrosive metal like bronze / stainless steel / gunmetal and
shaft of stainless steel EN-8 including mechanically sealed
bearing, so as to ensure a minimum pressure of 3.5 Kg / sq.
cm at the farthest, top most outlet (The pump should also be
capable of giving 150% of rated discharge at a head not less
than 65% of the rated head)

b)

1 No. squirrel cage induction motor conforming to IS : 3251978 with class F insulation, TEFC type conforming to relevant
protection class of IS: 4691-1968, synchronous speed of 1450
RPM, continuous duty, designed for operation on 415 volt , 50
Hz, 3 phase, AC supply, having a horse power rating necessary
to drive the above pump at 150% of its rated discharge with
atleast 65% rated head.

c)

Common bed plate fabricated out of MS channel of suitable size


for assembling the pump and the motor, flexible coupling and
with coupling guard for protection / safety .

d)

Making cement concrete foundation suitable for electrical pump


set including vibration isolation by providing cushy foot
mounting pads as necessary, foundation bolts, brackets,
clamps, fixtures, grouting in accordance with CPWD /
manufacturer's specification etc. complete as reqd.

2)

Supplying, Installing, Testing and Commissioning of Jockey /


Pressurisation pump set for Hydrant system suitable for
manual / automatic operation as per specification as required
and comprising of the following :-

a)

1 No. horizontal multi stage pressurisation pump having


Minimum discharge of 228 LPM at a head of 70 Meter, pump
casing of cast iron, conforming to IS:210 - 1978, parts like
impeller, shaft sleeve wearing ring of non-corrosive metal like
bronze/stainless steel/gun metal and shaft of stainless steel.

b)

1 No. squirrel cage induction motor conforming to IS: 3251978 with class F insulation TEFC type conforming to relevant
protection/safety class of IS:4691-1968, synchronous speed of
1450 RPM continuous duty, designed for operation on 415 volt ,
50 Hz, 3 phase, AC supply.

c)

Common bed plate fabricated out of MS channel of suitable size


for assembling the pump and the motor, flexible coupling and
with coupling guard for protection/safety.

d)

Making cement concrete foundation suitable for electrical pump


set including vibration isolation by providing cushy foot mount
pads as necessary, foundation bolts, brackets, clamps, fixtures,
grouting etc, in accordance with manufacturer's design etc.
complete as required.

3)

Providing, fixing, testing and commissioning, the following size


MS ERW pipe of minimum 6mm thick, conforming to IS:3589
hot dip galvanizing as per Grade 1 of IS : 4736-1968, including
jointing by welding, providing accessories such as MS bracket,
U clamps with Anchor fasteners,GI hot dipped tees / elbows /
reducers / bends / flanges etc. as required, and laying on
surface and painting with two coats of anticorrosive primer and
two coats of approved red enamel paint after laying and testing
to 13.5 Kg/Sq.cm hydraulic pressure after installation etc. as
per specifications complete as required.

1)

a) 200 mm dia

Addition : Nil
Overwriting : Nil

Correction : Nil
Deletion : Nil

Sets

Set

0.00

Set

Set

0.00

20

Mtrs.

Mtr.

0.00

AE (E)P

EE(E)P

285

Addition : Nil
Overwriting : Nil

4)

Providing, fixing, testing and commissioning, of the following


sizes of flange jointed / screwed / welded, GI pipes of Class C
(heavy class) ISI marked and of approved make, hot dip
galvanized to Grade 1 of IS : 4736-1968, including accessories
such as MS bracket, U clamps with Anchor fasteners,GI hot
dipped tees / elbows / reducers / couplings / unions / bends /
flanges etc., and laying on the surface including painting with
two coats of anticorrosive primer and two coats of approved
red enamel paint after laying and testing to 13.5 Kg/Sq.cm
hydraulic pressure after installation etc. as per specifications
complete as required.

a)

150 mm dia

80

Mtrs.

Mtr.

0.00

b)

100 mm dia

40

Mtrs.

Mtr.

0.00

c)

80 mm dia

24

Mtrs.

Mtr.

0.00

d)

65 mm dia

30

Mtrs.

Mtr.

0.00

e)

50 mm dia

200

Mtrs.

Mtr.

0.00

f)

40 mm dia

200

Mtrs.

Mtr.

0.00

g)

25 mm dia

200

Mtrs.

Mtr.

0.00

5)

Providing, fixing, testing and commissioning, of the following


sizes of flange jointed / screwed / welded, GI pipes of Class C
(heavy class) ISI marked and of approved make, hot dip
galvanized to Grade 1 of IS : 4736-1968, including accessories
such as MS bracket, U clamps with Anchor fasteners,GI hot
dipped tees / elbows / reducers / couplings / unions / bends /
flanges etc., including excavation in all kinds of soil and all
types of roads, direct in ground to a depth of 30cm to 1 mtr as
per site condition i/c concrete supports/anchors/thrust pads
and refilling the trench alongwith disposal of malba to the
nearest dumping ground, and wrapping with 2 nos 3 mm
thick polymeric corrossion protection tape conforming to IS
10221 and painting with bituminous paint after laying and
testing to 13.5 Kg/Sq.cm hydraulic pressure after installation
etc. as per specifications complete as required.

a)

150 mm dia

200

Mtrs.

Mtr.

0.00

b)

100 mm dia

40

Mtrs.

Mtr.

0.00

c)

80 mm dia

20

Mtrs.

Mtr.

0.00

6)

Providing, fixing including testing and commissioning the


following sizes of flanged type butterfly valves of cast iron body
and bronze / gun metal seat conforming to class PN 1.6 of
IS:780 complete with bolts and nuts, rubber packing etc. as
per specification complete as required.

a)

200 mm dia

Nos.

Each

0.00

b)

150 mm dia

Nos.

Each

0.00

c)

100 mm dia

Nos.

Each

0.00

d)

80 mm dia.

Nos.

Each

0.00

7)

Providing, fixing including testing and commissioning the


following sizes of horizontal / vertical non-return valves (check
valves) made out of C.I. body and bronze/gun metal seat, ISI
marked and of approved make complete with flanges, bolts and
nuts, rubber insertions etc.as per specification complete as
required.

a)

150 mm dia ( Horizontal)

Nos.

Each

0.00

Correction : Nil
Deletion : Nil

AE (E)P

EE(E)P

286

Addition : Nil
Overwriting : Nil

b)

100 mm dia ( Horizontal)

Nos.

Each

0.00

c)

80 mm dia ( Horizontal)

Nos.

Each

0.00

d)

50 mm dia ( Horizontal)

Nos.

Each

0.00

e)

50 mm dia ( Vertical)

Nos.

Each

0.00

8)

Providing, fixing including testing and commissioning the


following size of gun metal Gate valves with flanged end, ISI
marked etc.as per specification complete as required.

a)

50 mm dia

Nos.

Each

0.00

9)

Providing, fixing including testing and commissioning 150 mm


dia pressure gauge of range 0 - 15 Kg / sqcm conforming to IS 3624 having bourdon tube of stainless steel 310 in cast
aluminium,stove enamelled, black, weather proof case with
outer, screwed aluminium bezel and complete with necessary Utype stainless steel siphon tube and cock including providing
suitably painted angle iron support to the tube etc.as per
specification complete as required.

Nos.

Each

0.00

10)

Providing, fixing including testing and commissioning 200 mm


dia flanged type Pot Strainer with cast iron casing, and brass
strainer suitable for system pressure etc. complete as required.

Nos.

Each

0.00

11)

Providing masonry enclosure (valve chamber for external sluice


valves) of internal dimensions 1 mtr. length x 1mtr. width x 1.2
mtr. depth with 230 mm thick brick work in cement mortar
with 1:2:4 (one cement : 2 coarse sand :4 coarse aggregate of
20mm nominal size ) MS cover made out of MS chequered
plate of thickness 10 mm including necessary excavation,
refilling and removal of the surplus soil, plastering etc. as per
specification complete as required with Floor work C.C.

Nos.

Each

0.00

12)

Providing, fixing, testing and commissioning internal hydrants


comprising of double headed double outlet gunmetal landing
valves conforming to type B of IS:5290-1977 with separate
valves, 63 mm dia one on each of the two heads, and chain
arrangement on one head of the outlet with an instantaneous
pattern female coupling suitable for connecting to hose pipe
and adaptor on the other head for first aid hose reel
connection, G.I. tee tapping from the wet riser, distant piece
I/c pressure reducing disc/orifice so as not exceed pressure of
3.5 kg./sq.cm and any other accessories including painting with
two coats of anticorrosive primer and two coats of approved
red enamel paint etc. as per specification complete as required.

27

Nos.

Each

0.00

13)

Providing, fixing ,testing and commissioning external (yard)


hydrant "STAND-POST" type conforming to IS:908-1975 and
comprising of stand post for single outlet of hot diped class ' C'
G.I. Pipe of 100 mm dia at the with instantaneous spring lock
type Stainless steel female coupling of 63 mm dia for
connecting to hose pipe, single headed Stainless steel valves
conforming to type A of IS: 5290-1977, GI tee tapping from
underground mains, flange riser and any other accessories etc.
as per specification complete as required.

Nos.

Each

0.00

14)

Providing and Fixing of 63 mm dia 15 mtr long polyester fiber


type hose pipes, ISI marked, Type - B as per IS : 636-1979
complete with necessary instantaneous spring lock type malefemale coupling of stainless steel at the ends to match with
landing valves hose pipe / branch pipe complete as required.

20

Sets

Set

0.00

Correction : Nil
Deletion : Nil

AE (E)P

EE(E)P

287

Addition : Nil
Overwriting : Nil

15)

Providing installing and commissioning of first aid hose reel


equipment comprising of powder coated swinging type hose
reel drum (IS: 884) wall mounting type fixing bracket, 25 mm
dia stainless steel Butterfly valve with 25mm stainless steel,
shut off nozzel, nylon braided PVC hose of 25 mm dia x 36 mtr
long with 8 mm bore as required.

Nos.

Each

0.00

16)

Providing, fixing and testing of 63 mm x 19 mm dia S.S.


branch pipe with S.S. male inlet (for connection to the hose
reel) on one end and external threading on the other end 19
mm dia (internal) nozzles of gunmetal having screw thread and
hexagonal head at the inlet end to facilitate screwing of nozzle
on to the pipe, both ISI marked etc. as per specification
complete as reqd.

20

Nos.

Each

0.00

17)

Providing weather proof cabinet for accomodating Hose pipes


and branch pipe for external yard hydrants of size 400 mm
height x 1200 mm x 450 mm deep, fabricated out of 2 mm
thick sheet steel, having lockable centre opening doors made
out of 1.6 mm thick sheet steel with glazed glass front, and
including fixing on steel frame structure made out of 25 x 25
x6mm Angle iron supports with clamping arrangement and
painting with two coats of anticorrosive primer and two coats of
approved red enamel paint etc. as per specification complete
as required

Nos.

Set

0.00

18)

Providing, fixing and testing of 2 way GM Fire Service inlet


connection cast iron body having 2 Nos. G.M. 63 mm male
instantaneous inlets, fitted with non-return valves, complete
with Gun Metal drain valves. 2 rubber blank caps and chain
fitted on 150 mm dia x 1 mtr. long GI pipe header in the
existing cabinet etc. as per specification complete as required

Set

Set

0.00

19)

Providing, fixing, testing and commissioning one set of 4 way


collector head for Fire Brigade connection with 63 mm dia
instantaneous gunmetal male inlet couplings, plugs, chains, I/c
150 mm dia x 1mtr. long GI pipe header housed in existing
cabinet etc.as per specification complete as required.

No.

Each

0.00

20)

Providing, fixing of Hose Box wall mounting type made out of


14 gauge mild steel sheet with 600 mm x 400 mm x 450 mm
width to accommodate 2 nos. 15 mtr length of delivery hose
and branch pipe, acrylic fronted double door with lock and keys
and break glass recess for keys, painted in FIRE RED.

Nos.

Each

0.00

21)

Providing, fixing including testing and commissioning of


Pressure switches in M.S. pipe line complete with accessories
as per specification complete as required.

Nos.

Each

0.00

22)

Providing, fixing including testing and commissioning air vessel


fabricated out of 8 mm thick M.S.Sheet having 250 mm dia and
a height of 1.2 mtr with dished ends and supporting legs,
mounted on the floor, necessary piping, etc. as per
specification complete as required.

No.

Each

0.00

23)

Providing, fixing, weather proof Cabinet, fabricated out of


2mm thick sheet steel having, lockable doors made out of 2
mm thick sheet steel alongwith glazed glass front and down
side openable of suitable size but not less than 300 mm x 300
mm x 300 mm suitable for accommodating the external
hydrant ,including painting with two coats of anticorrosive
primer and two coats of approved red enamel paint etc. as per
specification complete as required.

Nos.

Each

0.00

Correction : Nil
Deletion : Nil

AE (E)P

EE(E)P

288

24)

Providing & fixing, testing and commissioning of Installation


control valve with water gong / hydraulic siren in the wet riser
piping system to indicate the flow of water in the system,
complete with by pass valve arrangement with 150 mm dia
hot dip G.I. pipe of 'C' class etc. as per specification as
required.

Set

Set

0.00

160

Nos.

Each

0.00

Nos.

Each

0.00

Providing, fixing, testing and commissioning of 15 mm dia


gunmetal sprinkler head with quartz bulb, along with the
required C class GI socket and with temperature of operation of
57 degree centigrade, of following type including drop G-I pipe
with 25x15mm 45 reducer, clamp of suitable length etc. as per
specification complete as required.
25)
a)

Pendent Type

26)

Providing, fixing, testing and commissioning of electronically


operated flow switch with threaded connection for indicating
the water flow in each sprinkler branch line with necessary
junction box installed in the accessible place etc. as per
specification complete as required.

27)

Supplying, installation, testing & commissioning of cubical type,


extensible, bolted construction cubicle Panel suitable for 415 V,
3 Phase, 4 wire 50 Hz AC supply system of suitable size
fabricated in compartmentalized design from CRCA sheet steel
of 2 mm thick for frame work and covers & doors of 1.6 mm
thick sheet, 3 mm thick for gland plates i/c cleaning & finishing
complete with 7 tank process for powder coating in approved
shade, having 500 Amp capacity extensible type TPN Copper
bus bars of high conductivity, DMC/SMC bus bar supports, with
short circuit withstand capacity of 31 MVA for 1 Sec., bottom
base channel of MS section not less than 100 mm x 50 mm x 3
mm thick, fabrication shall be done in trasportable sections,
entire panel shall have a common copper earth bar of size 25
mm x 5 mm at the rear with 2 Nos. earth stud, solid
connections from main bus bar to switch gears with required
size of Copper bus bars and control wiring with 1.5 sqmm &
2.5 Sq.mm. PVC insulated copper conductor S/C cable for
voltage & Current respectively, cable alleys, cable gland plates
in two half, i/c providing following switch gears :
INCOMING SECTION :

a)

i)

1 No. - 400 Amps.,Four Pole MCCB, 50 KA (Ics=Icu at 415 V)


with O/L, S/C & built-in earth fault protection with following
accessories for each MCCB's :-

ii)

1 Set - Intelligent multifunction digital meter to read V, I, Hz


with 3 Nos. resin cast CTs of 400/5 A class 1.0 accuracy and 15
VA burden. - 1 No.

iii)

1 Set - Phase Indication lights LED type


OUTGOING SECTION

b)

Addition : Nil
Overwriting : Nil

i)

Electric fire pump section with 250 A, 50 KA (Icu = Ics) panel


mounting type TP MCCB with control system components and 1
no 75 hp FASD starter including timers, relay contactors, auto manual switch, indicating lamps and push buttons, for ON/OFF
and AUTO / MANUAL position, annunciator, with stay type
push button, digital ammeter with selector switch and CT's,
instruments and other necessary accessories, with lockout
devices, audio visual indications as required - 2 Sets.

ii)

Pressurisation pump section consisting of 63 A TP MCCB, 25


KA rating, control system components such as timers, relays,
contactors etc, 7.5 fully automatic star delta starter units , CTs,
digital ammeter with selector switch, indication lamps and
necessary instruments and accessories for ON/OFF, AUTO,
MANUAL - 1Set.

Correction : Nil
Deletion : Nil

AE (E)P

EE(E)P

289

iii)

Inter connections control and power cable work, cable glands (


panel side gland of cable are covered ), lugs all internal wiring
for the complete work as above including earthing etc.
complete as required

iv)

Control section having control components integrating the


various sections, so as to satisfy the functional requirements of
an automatic wet riser system. Battery charger unit capable of
independently charging 2 batteries at a time with 24 volts 180
AH (2 x 12 volt) batteries each and boost/trickle charge facility
and voltmeter visual/audio alarms, necessary instruments
indicating lamps, push buttons, fuse terminal blocks etc. lamps
healthy test facility to simulate operation of hydrants, pressure
switches, low water level indicators and other accessories as
per specifications. item included supply of wiring of wiring from
sump tank and terrace tank to panel flot switches rating SMF
battery.

28)

Supplying, laying & fixing of following sizes PVC insulated PVC


sheathed Armoured Aluminium conductor cable of 1.1 KV
grade on surface / existing cable trays etc as per specification
complete as required.
3 x 120 sq. mm. (For Main fire pumps)

a)

29)

3 x 25 sq. mm. (For Pressurisation pumps)

3 x 120 sq. mm.

0.00

50

Mtrs

Mtr

0.00

40

Mtrs

Mtr

0.00

Sets

Set

0.00

Sets

Set

0.00

20

Mtrs

Mtr.

0.00

Supplying and making end termination with brass compression


gland and heavy duty copper lugs suitable for the following
sizes of cable connection etc. as per specification complete as
required.
3 x 25 sq. mm

a)

Addition : Nil
Overwriting : Nil

Job

Supplying and making end termination with brass compression


gland and heavy duty Copper lugs suitable for the following
sizes of cable connection etc. as per specification complete as
required.

a)

31)

Job

Supplying, laying & fixing of following sizes PVC insulated PVC


sheathed Armoured copper conductor cable of 1.1 KV grade on
surface / existing cable trays etc. as per specifications complete
as required.

a)

30)

32)

Supplying and fixing G I strip of 25 mm X 5mm on surface or in


recess i/c connections etc.as reqd.

33)

Fabrication, Supply and installing following size of perforated


Galvanised Steel cable trays including horizontal and vertical
bends, reducers, tees, cross members and other accessories as
required, and duly suspended from the ceiling with M.S.
suspenders including painting etc. as per specification complete
as required.

a)

100 mm width X 50 mm depth X 1.5 mm thickness

30

Mtrs

Mtr.

0.00

b)

150 mm width X 50 mm depth X 1.5 mm thickness

30

Mtrs

Mtr.

0.00

34

Providing and fixing 6 SWG dia GI wire on surface in recess for


loop earthing along with the existing surface/recessed
conduit/sub main wiring cable etc. as required.

120

Mtrs

Mtr.

0.00

35

Providing and laying Electric insulated rubber mat non skid type
with fluted top and plain border, 1 meter wide and 6.mm thick
rated for 1.1 KV capable of withstanding 15000 V for 1 min as
per IS : 5424 (ISI marked) etc. as per specification complete
as required

12

Mtrs

Mtr.

0.00

Correction : Nil
Deletion : Nil

AE (E)P

EE(E)P

290

36

Supplying and fixing of ABC dry chemical powder type fire


extinguisher of following capacity epoxy powder coated fully
charged i/c providing and fixing of suitable size wall mounting
M.S. Bracket etc complete as required.One each on every floor
and lift machine room

a)

6.0 Kg

37

Supplying and fixing of carbon Dioxide (Co2) fire extinguisher


of following capacity duly epoxy powder coated fully charged
i/c providing and fixing of suitable size wall mounting M.S.
bracket etc complete as required.

a)

4.5 Kg

38

Supplying and fixing safety signages printed on Photo


luminescent multi layered 1.2 mm thick aluminiun sheet having
ultra violet 1000, zinc sulphide as base chemical stored under
crystal clear shell, pasted firmly on the aluminium sheet cut to
required size, fixed on the wall with the help of brass screws
etc. complete as required. (The matter with Hindi & English
bilangual be written on the above aluminium sheet).
10000

40)

Supplying and laying XLPE armoured copper conductor power


cable of 1.1 KV grade conforming to relevant IS and of
following size complete as required.

10

Nos

Each

0.00

20

Nos

Each

0.00

Sq.in

Sq.in

0.00

300

Mtrs.

Mtr.

0.00

Fabrication, supply, installation, testing and


commissioning of indoor floor / wall mounted
compartmentalized, cubical panel of size 1.0 mtr x
0.90 mtr.X 0.30 mtr. deep, fabricated from CRCA
sheet steel of 1.6 mm thick, powder coated, earth
connection , suitable for operation on 3 Phase,
415 Volts, 50 Hz supply i/c providing and fixing the
following switch gear mounted there on complete
with gaskets and inter connections etc as reqd.
i ) 100 Amp. 3 pole,MCCB of 10 KA B.C.- 1 No.
ii) LED type Phase indicating lamps R,Y,B,- 1 Set.
iii) VAF meter with CTs & Selector switch - 1 set
iv) 40 Amp. 3 pole,MCB of 10 KA B.C.- 2 Nos.
v) Star-Delta Starter with ML1.5 Contactor-2 Set
vi) LED type On , off , Indicating lamps - 2 Sets.
vii) Over load relay - 18-25 Amp.( L&T) - 2 Nos.

Set

Set

0.00

Remote ON-OFF push button at alternate floors i/c


connection with multi core control wiring as reqd.

16

Sets

Set

0.00

Supplying, Laying & Fixing on wall / surface one


no. XLPE insulated, & PVC sheathed armoured
copper conductor cable of 1.1 KV grade on
surface / cable tray as required.
b) 3 x 6 Sq.mm

80

Mtrs

mtr

0.00

Supplying & making end termination with brass


compression gland and Copper lugs for following
sizes PVC insulated and PVC sheathed copper
conductor cable of 1.1 KV grade of the following
size as reqd.
a) 4 x 2.5 Sq.mm ,
b) 3 x 6 Sq.mm ,

2
4

Sets
Sets

Set
Set

0.00

(a) 4 X 2.5 Sq.mm On surface/ in Pipe

41

42

43

44

0.00

Package-C2 Rs.
PACKAGE-C3
( Fire Alarm & PA System)

Addition : Nil
Overwriting : Nil

Correction : Nil
Deletion : Nil

AE (E)P

EE(E)P

291

Supply, Installation, Testing and Commissioning of


Microprocessor based intelligent and electronically
addressable, modular, networkable, 2 - loops
Panel (expandable up to 32 loops) with each loop
capacity of 250 detectors with Loop length up to
3 KM. Fire alarm control panel with 5.7 inch touch
screen LCD display, multiple access levels, 10,000
event history logs in the non volatile memory
(EEPROM). The panel should be modular
microprocessor based in nature. The panel shall
have 240V AC power supply,
Automatic battery charger, 24V , ceiled lead acid
maintenance free batteries sufficient for 24
hours normal working and then be capable of
operating the system for 30 minutes during
emergency condition. Provision for integration
to BMS Back net software.
The panel shall be EN54 / Vds / UL Certification.

No

Each

0.00

Supply, Installation, Testing and Commissioning of


addressable multi sensor detector with a
combination of Optical and Thermal, including
mounting base with LED etc. complete as
required, Each Detector should have 2 Isolators
(one for incoming and one for outgoing line)
integrated in detector for maintaining operational
availability of all elements in the loop, even in the
event of a short circuit & Drift Compensation
feature & Automatic addressing. High resistance to
electromagnetic effects in accordance with EFSG
agreement EFSG/F/97/005, Shall be EN54/ VDs/UL
certification, Above False Ceiling, Including
Junction Box, Cable glands, screw raval plugs etc
complete.

151

Nos

Each

0.00

Supply, Installation, Testing and Commissioning of


addressable Thermal detector , including mounting
base with LED etc. complete as required, Each
Detector should have 2 Isolators (one for incoming
and one for outgoing line) integrated in detector
maintaining operational availability of all elements
in the loop, even in the event of a short circuit &
Drift Compensation feature & Automatic
addressing. High resistance to electromagnetic
effects in accordance with EFSG agreement
EFSG/F/97/005 Shall be EN54/ VDs/UL
certification, Above False Ceiling, Including
Junction Box, Cable glands, screw raval plugs etc
complete.

48

Nos

Each

0.00

51

Nos

Each

0.00

Supply, Installation, Testing and Commissioning of


addressable manual break glass unit ( Double action)
with flexible network structures & necessary fixing
arrangements with key complete as required. Shall
be EN 54 / Vds/UL Certification. Including Junction
Box, Cable glands, screw raval plugs etc complete.

Supply, Installation, Testing and Commissioning of


Addressable Control Relay Module, Din Rail mounted
with appropriate mounting Box with flexible network
structures with a maximum switching current of 1A @

Addition : Nil
Overwriting : Nil

Correction : Nil
Deletion : Nil

AE (E)P

EE(E)P

292
30V DC. Shall be EN54/ Vds Certification/UL, Including
Junction Box, Cable glands, screw raval plugs etc

Nos

Each

0.00

67

Nos

Each

0.00

3000

Mtrs

Mtr

0.00

Digital Public address and Emergency evacuation system


Supply, Installation, testing & commissioning of
Public Address & Emergency announcement
system control station.

No

Each

0.00

Supply, Installation, testing & commissioning of


Voice Alarm Call Station to make Announcement
from main panel Location.

No

Each

0.00

Supply, Installation, testing & commissioning of


a) Booster Amplifier having 240 watts .
b) Booster Amplifier having 480 watts .

1
3

No
Nos

Each
Each

0.00

Supply, Installation, testing & commissioning of


following cabinet speaker complete as required .
a) 30 Watt Loudspeaker, dark
b) 6 Watt Loudspeaker, - wall mountable

8
166

Nos
Nos

Each
Each

0.00

Supplying and laying 2 x 1.5 Sq mm , speaker


cable copper conductor PVC insulated
including connection etc. as reqd.

3000

Mtrs

Mtr

0.00

Supplying,installation,testing & commissioning of


36 U Network rack i/c mounting stands etc as reqd.

No.

Each

0.00

complete.

Supply, Installation, Testing and Commissioning of


Stand alone Loop Powered detector base sounder
with 32 different tone variants selection options &
adjustable sound pressure by 5 levels, the sound
pressure 92.1 dB(A), with flasher having
Synchronized flash rate of 1 Hz and Light intensity >
2 cd, should be programmed from the panel. Shall be
EN54 / Vds/UL Certification. Including Junction Box,
Cable glands, screw raval plugs etc complete.

10

11

12

13

Supplying and laying 2 x 1.5 Sq mm, 1.1 KV grade


flame retardant copper conductor PVC cable with
steel braided and overall shielded with aluminum
Mylar tape, on wall with all accessories,Thimbling
including connection etc. as reqd.

0.00

0.00

Package-C3 Rs.
PACKAGE-C4

(Lift Equipments)
1

Supply, installation testing and commissioning of 10


passenger 680 Kg elevators having contract speed 1.5
mps serving different floors in the existing lift shaft as
per details specifications shown and as per CPWD
specification (Lift & Escalators) Part-III etc. as required.
(Makes- OTIS/ Kone Elevators/ Mitsubishi/ Schindler/
Johnson Lifts Pvt Ltd)
LOCATION OF LIFT :- CIPET Boys Hostel, Vatva
Ahmedabad.
(i) SPEED :-

1.5 mps

(ii) FLOORS : G + 8 (9 floors)


(iii) TRAVEL : 24 Meters (approx)

Addition : Nil
Overwriting : Nil

Correction : Nil
Deletion : Nil

AE (E)P

EE(E)P

293
(iv) STOPS AND OPENING : 9Nos. ( GR + 8 Upper Floor)
(v) CONTROLLER : Micro processor based
Simplex Selective collective
with / with out attendent
(vi) DRIVE : V V V F (3VF)
(vii) Automatic rescue device complete with dry,
maintenance free batteries of suitable
capacity as required.
(viii) OPERATION : Duplex full collective
selective with / withut attendant.
(ix) Power : 415 V, 3 phase 50 Hz, 4 wire system
(x) Type of landing door centre opening power
operated door.
(a) CAR :- Power operated, centre opening
horizontal sliding stainless steel doors
scratch resistant with Honey Comb finish
shall be provided, with hand rail at
900 mm above floor level not less than
600 mm long to be fixed adjacent to
control panel in the lift car including
lights, cabin fan, intercom system etc.
(b) Landing doors : Stainless steel scratch resistant
with Honey Comb finish i/c infra red full
curtain control.
xi) Voice announcement systems in the car, to
announce the position of elevator in
the hoist way or the car passes
or stops at floor served by the elevator.

Jobs

Job

0.00

xii) Fireman switch at Ground floor


Package C4 Rs.

ABSTRACT OF COST

Sr.No.

Name of Package

Amount

Package-1 ( Internal E.I., Pump etc. )

Rs.

0.00

Package-2(Fire fighting & sprinkler )

Rs.

0.00

Package-3(Fire alarm & PA system)

Rs.

0.00

Package-4 ( Lift)

Rs.

0.00

Total Of Electrical

0.00

Rebate if any
Grand Total

0.00
0.00

Total of Electrical (Say Rs.)

Addition : Nil
Overwriting : Nil

Correction : Nil
Deletion : Nil

AE (E)P

EE(E)P

Anda mungkin juga menyukai